You are on page 1of 62
NATIONAL POWER CORPORATION MinGen SN REHAB OF PI GATE AN. D-SPILLWAY CONTROL AND MONITORING SYSTEM, AG2 ~.-” Procurement Services Section Logistics Division Sixth Edition July 2020 Rey. 2 Table of Contents Glossary of Acronyms, Terms, and Abbreviations Scetion L. Invitation to Bid. Section I, Instructions to Bidders. 1. Scope of Bid 2, Funding Information. 3, Bidding Requirements .. 4. Comupt, Fraudulent, Cousive, and Coercive Practices 5. Hligible Bidders... 6 1 8 9. Origin of Goods Subcontracts Pre-Bid Conference ... . Clarification and ‘Amendeaeat of Bidding Docymtit 10. Documents comprising the Bid: Bligibility nding 2 11. Documents compri mponent™. ay 12, Bid Prices 12 13. Bidand Payment Currencies .. 14, Bid Security 15, Sealing and Macki 16. Deadline for Submi 17, Opening and Prelit 18. Domestic Preference 19, Detailed Bvatio 20. Posi-Qualifigation Z iormince Security ... pection and Tests Liability of the Supplicr nV. Special Conditions of Contract . Section VL Schedule of Requirements ..... Section VIL. Technical Specifications «4.4.4.0. Section VIEL, Checklist of Technical and Finanetal Decumontsand Bidding Forms 40 Glossary of Acronyms, Terms, and Abbreviations ABC Approved Budget for the Contract, BAC~ Bids and Awards Committee, Bid ~ A signed offer or proposal to undertake # contract submitted ky a bidder fi response to and in consonance with the requirements of the bidding documents, Also-referred to as Proposal and Tendor.(2016 revised IRR, Section 5[e]) . Bidder ~ Refers to 2 contractor, manufacturer, sapplier, disiributer‘andior consultant who Submis Ul fn sesporse tothe requirements ofthe Bidding Docurtents, {2016 revised IRR, Section 5[¢]) oo Bidding Documents — The documents issued by, the Brpcuring Bntiy as the bases for bids, furnishing all information necessary for a prog ety J bidder to prepare a bid for the Goods, Infrastructure Projects, and/or Consuliing Sefyites. required by the Procuring Entity. (2016 revised IRR, Seotion 5fe]} BIR — Bureau of Internal Revesue 42 BSP — Bangko Sentral ng Pi Consulting Services —Rofor to services for Inirastracture Projects and other types of projects ot activities of the GO? fequiring’adequate exiemal technical and professional expertise thet are beyond the capability anc/r cainecity of the GOP to undertake such as, but not limited to: (@ advisory and review, services; (fi) pre-Investment or feasibility studies; (il) design; (iv) construction -supérvisioti {y) management and related services; and (vi) other technical services or specisl studiés, (2016 revised IRR, Section 5[i]) CDA * ooperative Revelepman: Astor. Refers‘to the agreement entered into between the Proccring Fntity and the “Menuifachurer or Distributor or Service Provider for procurement of Goods and Services; Contractor for Procurement of Infrastructure Projects; ot Consultant or Consulting Firm for Procurement of Consuilting Servieas, es the ease may be, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein, CIF — Cost insurance and Freight. ‘CIP — Carriage and Insurance Paid. ‘CPL - Consumer Price Index, DDP — Refers to the quoted price of the Goods, wich means “delivered duty paid” DTI- Department of Trade and Industry. EXW — Ex works. TCA “Free Carrier” shipping point, FOB —“Free on Board” shipping poi Foreign-funded Procurement or Foreign-Assisted Project-Refers to praSuyement whase fanding source is from a foreign government foreign or titernational fipancing institution as specified in the Treaty o¢ Intemational or Executive Agreement. (2016 revised IBTL, Section s[ep. 1 ae Framework Agreement — Refers to a written agreement beneeni a pigetringSentty and a supplicr or service provider that Identifies the terms and conditions, fader which specific purchases, otherwise known as “Call-Offs,” are mace for the duratipd of the eareement, Tt is in the naturo of an option contract betvreen the peocuring entity and the bidder(S) granting the Procuring entity the option to either place an order for aay of jh gonds or services identified in the Framesvork Agreement List or not buy at all, within a-fninimum period of one (1) year to a meximum period of three (3) years, (GPPB Resclutior’No, 27-2019) Goods — Refer to all itembgsuppliegé matorlals ond goneral support services, oxcapt Consulting Services and Infraseriiétire Project, which may be needed in the transaction of public. businesses or,invthe pursuitsf, any government undertaking, project or activity, whether in the aaigie"3? equipfr@neStumnituce, stationery, materials for construction, of personal property df Any kind ginelu non-personal or contractial services such as the repair and oaintonaricegequipyment and furniture, as well as tracking, hauling, janitorial seourity, and-teleted:ovntlégets services, as well 2s procurement of materials and supplies provided ‘by, the, Pidcuring Eniity for such services. The tenn “related” or “analogous services? shail “inglude, but is not limited to, lease of purchase of office space, media advertisements, kéalth maintenance services, and other services essentisl to the operation of whe Bic Entity: (2016 revised IRR, Section S[r]) GOP—Covernment of the Philippines. GPP3 — Government Procurement Policy Board, INCOTERMS — International Commercial Terms. Infrastructure Projects ~ Include the constiuetion, impravement, rehabilitation, demolition, repair, restoration or maintenance of roads and bridges, railways, ainporis, seaports, communization facilities, civil works components of information technology projects, inrigation, flood control and drainage, weter supply, senltetion, sewerage and solid waste management systems, shore protection, energy/pewer and electrification facilities, national buildings, school buildings, nespital buildings, and other relateé construction projects of the government. Also referred ta as eivi7 works or works, (2016 rovised IRR, Section S[u]) LGUs~ Local Government Units. J NECC—Net Financial Contracting Capacity, NGA ~ National Government Agency, / PhUGEPS - Philippine Government Electronic Procurement sep Procurement Project — refers to a specific or identified rocurement covering goods, infrastructure project or consulting services. A Procurepent Project.:shall dotaiied, and scheduled in the Project Procurement Management Plan prepaid Ly the agency which shall be consolidated in the procuring entity's Annual Prose Circular No. 06-2019 dated 17 July 2019) PSA — Philippine Statistics Authority. Lo SIC Securities and Exchange Commission, SLCC- Single Largest complete Commer: Supplier refers toa ctizeor any apinerite body of éomnineriel company duly organized and registered under the,taws wherg'il ig cstablished, habitually established in business and ‘engaged in the manufpeture or sale of tne meichendise or performance of the general services covered by his bi’ (Item 3,8.0f:GPPB Resolution No. 13-2019, dated 23 May 2919). Supplier as used tn these Bidding: Documents may likewise refer to a distributor, manufacturer,fontractor, or consultant, SIDTeCUMENTS ‘ AME GP PROJECT: RENAB OF Pt GATE AND SPILWAY CONTROL ‘AND MONITORING SYSTEM, AGZ SECTION L. INVITATION To 8D PRNOJAEF, NOMAAZME2015 Section I s Cae BibpecumenTe + NAME OF PROJECT: REHAB OF PIGATS AND SPILLWWAY GONTROL [AND MONITORING SYSTEM, AGZ SECTION INVITATION TO BID PR NOIRE, NOMA-AaI22018 NATIONAL POWER CORPORATION MinGen INVITATION TO Bip FOR REHAB OF PI GATE AND SPILLWAY CONTROL AND MONITORING SYSTEM, AG2 fo ea, 1. The NATIONAL POWER CORP ORATION- MINDANA GBicg’ tRPOUgH the CORFORATE BUDGET OF NPC intends to apply eRe TeMEplion Pescs inde the. ite (PHP0,000,000.00) only being tho ABC to paymeuts“i onltect for PR. No.tdd-A2M22-015, Bids reeeived in excess dk'tie AWC. shall ‘be automatically rejected at bid opening 2, The NATIONAL POWER CORPORATION= MINDANAO GENERATION now invites bids for the above Prosurenient Projcot. Delivery of the Goods is required On ar before Becentber 10, 2022. Bidders should have comaleted, within she fast five (5) Jears from the date of eubmission and receipt of bids, a contract similar to the Project, The description of ag-eligible bidder is contained in the Bidding Documents, particularly, in Section Ul (Issifiielions to Bidders). 3. Bidding will be conductec-through open competitive bidding procedures using a non- discretioncry “pass/fail” ceiterion as specified in the 2016 revised Implementing Rates and Regulations CBR) Bierublc Act (RA) No. 9184 2, Bidding open tojil! interestec bidders, whether local or foreign, suhject to the cS cligibility provided in the 2016 revised IRR of RA No. 9184. é i 4 OSHERtGS Bidders may obtain further information from NATIONAL POIVER HON~ MINDANAO GENDRATION and Inspect the Bidding Documents at Udressiciven below during 2:00 4M— 5: Monday ia Friday. oaths set of Bidding Documents may be acquired by interested Bidders on J ‘Ying 2022 from the given address and wossite(s) below and upen payment oF ihe applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Ton Thouscru! Poses (PHPHO000.00) only, The Procuing Entity shall allow the bidder to pay ontine and present its proof of paymen: for the fees it IS simile. or through electronic mesns. For thase rospective bidders who wish io pay online, below are the details of the account: Landbank Accountname + NPC GENCO 5 COLLECTIONS FUND Landbank Ascountnumber + 0321-1689-14 aIDrocuvENTS NAMBOF PROJECT: REHAB OF Pi GATE AND SFILLWAV CONTROL, "AND MONTTORING SYSTEM, AG2 SECTION - INVITATION 70.619 PRNOJREF, NO.MAAZMZ2-15 10. 12, Tt may also be downloaded fiee of charge from the website of the Philippine Government Electronic Procurement System (PhiJGEPS) provided that Bidders shall pay the applicable fee Zor the Bidding Documents aot later than the submission of their bids. ‘The NATIONAL POWER CORPORATION- MINDANAO GENERATION will hold a Pre-Bid Conference’ on 22 JUNE 2022, 9:09AM at BAC-Bidding Room, MINGEN Headquarters, NPC iforia Cristina, Higan City andfor through video conferencing or webcasting via Zoom, which shall be open to prospective bidders. Interested nline attendees are required ta pre-register one (1) day before the scheduled pre- bidding conference. For pre-registration, contact tel. no. (063)-22044604 or email logistics_afd_mingea@napocer.gov.ph, Bs Bids must be duly received by the BAC Secretariat throughgtaml at the, office address indicated below, ott ot before 07 JULY 2 ate Bis shall nor be accepted. €E, All Bids must be accompanied by a bid scourity if2n7o ~~ Ay si ied gible forms and in the emount stated in ITB Clause 14, t = £ Pe Bid opening shall be on Q7 JULY 2022, d:3biM*at" Bidding Room, Mindanao Generation Headquarters, Meria Cri ag Cis Bids will be opened in the wll preserice of the bidders’ representatives: wee ‘ieGscilo attend the activity. The significant featuresirequipensents for: this project are as follows: . Supply and Installation of Lozalgontrot Paige for each gate of Power intake. b, Supply ard tnstallatiogiShigabeiGBering Manitoring System, Supply and installation of febay elevation sensor. 4. Supnlyand installation 1 saof PEC-for the three (3) power intake gates. Supply andngta| lation, gh. o%glontrol Panel fo~ each gote of Spillway. fiatioffMGate Opening Monicoring System Supply anghistallanlgfit sat of PLCor the twa (2) spillwayeates. - SugBijeneNaytateiagor tinal at Pe. soe aur nge ge caing of software for logic contiols and HMM (AL POWER CORPORATION — MINDANAO GENERATION reserves the i segkany and all bids, declare a failue of bidding, or not award the contract Ryka Sisekimes prior to contract awerd in accordance with Sections35,6 end 41 of Revised IRR of RA No. 9184, without theresy incurring eny Liability to the “Mligeted bidder or bidders. For further information, please refer to: BAC Secretariat Procurement Services Section Logisties Division MinGen Headquarters Natiovai Power Corporation * htay be deleted in ease the ABC is less than One Million Fesos (Pa,000,000) where the Procaring Entity may not old 2 Pre-Bld Conference, boc UNENTS NAME OF PROJECT REWAB OF P1GATE AND SPILLWAY CONTROL ‘AND MONITORING SYSTEM, AG2 SECTION |- INVITATION TO BID PRNOIEF NO MA-AZM22-018 1B Maria Cristina, Migan City logistics _afi_mingen@ napocor.gov.ph Tel Fax” (063) 223-4604 223-8355 You may the following websites For downloading of Bidding Documents: hitps://wwww phileeps.gov.ph/ _and www napocor.gov.ph. = Gator CIRUELA \ot . Bldsand Awards Coypmitiee Mindapgo Generation > Bin pocuMENTS [NAME OF PROJEGT: REHAG OF PI GATE AND SPILLNAY CONTROL AND MONTTORING SYSTEM, AGZ SECTION I~ INSTRUGTIONTO BIDDERS PR NOJREF., NO.:t¢h-Azi22-016 Instructi BIDDOGUNENTS NAME OF PROJECT: REHAB OF Pi GATE AND SPILLWAY CONTROL ‘AND MONITORING SYSTEM, ASE SECTION Ile INSTRUCTION TO BIDDERS. PRNOJRER, NOL: MAvAZMeZ019 1. Scope of Bid ‘The Procuring Entity, NATIONAL POWER CORPORATION - MINDANAO GENERATION wishes to reovive Bids for ihe REHAB OF PI GATE AND SPILLWAP CONTROL AND MONITORING SYSTEM, AG2, with identification number AfA~ ABMS. ‘The Procurement Project (refered to herein as “Project” is composed of One (2) fot, the deteils of which are described in Section VIL (Technical Specifications). 2. Funding Information es 2.1. The GO? through the source of funding as indicated below for 2620. dpe in the amount of PETP10,000,000.C0. . 22. The source of finding is: - GOSC end GFls, the Comersic Operating Deidget, Cm Tae 3, Bidding Requirements wa Tae Bidding for sho Project stall ke joverned by all the provisions of RA No, 9184 and its 2016 revised IRR, inieluding its Generic Procurerent Manuals and associated policies, rules and regulatfons es-the'primary soureo thercaf, while the horoin clauses shall serve as the sonny so e ‘herbor ‘Any amendments made to AHR td other GPPB issuances shall be applicable oaly to the ongoigg: posting, Advertisement, or IB by the BAC through the issuance of a supplement ba ale ‘ The Bide, & 1h6°Gol ‘of submitting its Bid, shall be dezmed to have verified and accepted, theenenéral" requirements of this Project, including other factors that may SAlfeet thé. cost, duration and execution or implementation of the contract, project, cr jidé@xammine all Instructions, forms, terms, and project requirements in the tid ling Documents, 4, Corrupt, Fraudulent, Collusive, and Coercive Practices ‘The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest standard of ethios during the procurement and execution of the contract. They cr through an agent shall not engege in corrupt, fraudulent, collusive, coereive, and obsiruotive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184 or other integrity violations in competing for the Project. 10 Bip DecUMENTS NAME OF PROIECT: RAMAB OF Pl GATE AND S>ILLWAY CONTROL, "AND MONITCRING SYSTEM, ASE SECTION th INSTRUCTION TORIDDERS PRNGURBF. NO: NALAZIZ2018 5, Dligible Bidders 5.1. Only Bids of Bidders found to be legally, technically, and financially capable will be evaluated. 52. Pereign ownership limited to those allowed under the rules may participate in this Project, 3.3. Pursuant to Section 23.4.13 of the 2016 revised IRR of RA No.$184, the Bidder shall have an SLCC that is at Ieast one (1) contracts agimmilar to the Project the value of which, adjusted to current prices using te PSA's CPT, mus: beat least equivalent to: Por the pfostTement of NeiexpaHdable Supplies and Services: The Bidiet faust have completed a single contreet that is sinilee fo this Projoot, equivalent to at least fity percent (90%) of the ABC 54, The Bidders shall comply with the eligibility erica ia Cae 50 Section 23.4.1 of the 2016 TRR of RA No. 9184. 7." 6. Origin of Goods “There is no restrition on the origin SF nds per than those prohibited by a decision of the UN Security Council fakn under Chapter VIL of the Charter of the UN, subject +0 Domestic Preference requirments under LTB Clause 1. 7. Subeontracts 71. The Bidder may sia portions of the Project to the extent allowed by the Progailag Entity as stated herein, but in no case more than twenty percent Q0eAyorthe Project Ds The Plocuring Ditity has preseribed thats Subcontracting is not allowed, id Conference ‘The Frocuring Zntity will hold a pre-bid conference for this Project on the specified date and time and either at its physical address. and/or through videoconferencing/webcasting} as indicaled ia paragraph 6 of the TB. 9. Clarification and Amendment of Bidding Documents Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding Documents, Such requests must be in writing and received by the Procnting Entity, either at its given address or through electronic mail indieated in the TB, ai least ten (10) calender days before the deadline set for the submission and recetpt of Bids. n BID DOCUMENTS INAMEEOF PROJECT: REHAB OF FI GATE AND SPLLIWAY CONTROL "AND MONITORING SYSTEM, AG2 SEOTIONII- MIGTRUCTION TO BIDDERS PRNOJREE. NO: MA-A2N2ZO1S 10. Documents comprising the : Eligibility and Technical Components 10.1. The first envelope shall contain the eligibility and technical documents of the Bid as specified in Section VIII (Checklisi of ‘Technical and Financial Documents), 10.2, ‘The Bidder's SLCC as indiccted in ITB Claused.3 should have been completed within the fast five (5) years prior to the deadline for the submission and receipt of bids, 10.3. If tho eligibility requirements or statements, the bids, and ali other documents for submission to the BAC are in foreign language other than English, it must be accompanied by a translation in Buglish, which shall be authenticated by the appropriate Philippine foreign service establishment, “post, or the equivalent office having jurisdiction aver the foreign: bidder'® affairs in the Philippines, Simifar to thc required audwentication ‘aboye,; for’ Contracting, Parties to the Apostille Convention, only the translated. documents shall be authenticated through an Apostille pursuant to GPPB Réséhiftion No, 13-2019 datoe 23 May 2019, The English tanslation Shall govém, for purposes of interpretation of the bid, iompouent 11, Docoments comprising the Bid “winan ale a in-the financial decuments for the Bid 2s ecklist of Technical aod Financial 111, The second bi specified in Section Documents), 4° %, 112. IE the Bidder claims, pierces as a Domestic Bidder or Domestic Entity, a certification issued by-DTL shall be provided by the Bidder in accordance with Section 43.13 of tie 2016 revised IRR of RA No. 9184. 11.3, » Buiy-bid oxezeding the ADC indicated in paregtaph 1 of the IB shall not be A. aoeepiteds 2 welgu-funded Procurement, a ceiling may be applied to bid prices provided the conditions ere met under Section 31.2 of the 2016 revised IRR. of oaks No. 9184, 12. Bid:Prices 12,1, Prices indiested on the Price Schedule shall be entored separately in the ‘following manner: a, Tor Goods offered from within the Procuring Entity’s country: i. The price of the Goods quoted BXW (ex-works, ex-factory, exe ‘warehouse, ex-showroom, or offthe-shelf, as applicable); 12 amp pocuMENTS [NAME OF PROJECT: REHAS OF P| GATE AND SPELWAY CONTROL ‘AND MONITORING SVSTEN, AC2 SECTICN IL INSTRUCTIONTO BIDDERS PRNOUREP. NOMA AeMDE O15: The cost of all customs duties and soles and other taxes already paid or payable; ili, The cost of transportation, insurance, and other costs incidental to delivery of the Goods to their final destination; and iv. The price of other (Incidental) services, ifany, listed in e. b. Por Goods offered from abroad: i, Unless otherwise stated in the BDS, the price ofthe Goods shall be quoted delivered duty paid (DDP) with the plage of destination in the Philippines as specified in the BDS. “In quoting the price, tho Bidder shall be free to uso transportation throug carriers registered in any eligible coucuy. Similarly, te Bidder may obtain insurance services from any eligible sourte Gounty. any, as listed in ii. The price of other (incidental) services, 13, Bid and Payment Currencies 13.1. For Goods that the Bidder will supply fain outside the Philippines, the bid prices may bs quoted in the local cinteiey. or tradsable currency accepted by the BSP at the discretion“ of the Bidder. However, for purposes of bid evaluation, Bids defiominated. ia foreigh currenctes, shell be converted to Philippine currenéy.baséd. on. the exchange rate s published in the BSP referonce rate bulletin on tks da} of the bid opening. 132. Poet ofthe: emits ‘shall be made in: 14. Bid Sioa aa. "Sse shall submit a Bid Securing Declaration or any form of Bid Sccbrity in the amount indicated in the BDS, which shall be not Jess than the PRergentage ‘of the ABC in accordance with lhe schedule in the BDS, {4°2, The Bid and bid security shall be valid until Que dfumdred Twenty (120) Days “." from the Date of Scheduled Bid Opening Any Bid not accompanied by 21 asceptabic bid scourity shall be rejected by the Procuring Batity as noa~ responsive. 15. Sealing and Marking of Bids Each Bidder shall submit one copy of the first and second components of its Bid. 2 In me exer af Funmework Agreement, the undertaking shalt refer to enering trho contac wit the Peoourg Bwity and famishing of de perlormanes sceury or he performaree secucing declaration wilt in (10) culendar days tom reeciptot [Notice 0 Esceute Framework Agmement, 1 3 Bp occUMENTS SEOTIONI- STRUCTION To BIDDERS PRO AREE.N NAMIE OF PROJEGT: REHAS OF P!GATE AND SPILLIWAY CONTROL "AND MONITORING SYSTEN, AGE IaRENZZONS The Procuring Entity may request zdditional hard copies and/or electronic copies of the Bid. However, failure af the Bidders to comply with the said request shall not be a ground for disqualification. If the any other electronic means, the Bidder shall submit an electroni which Procuring Entity allows (he submission of bids through online submission or copy of its Bid, must te digitally signed. An electronic copy that cannot be opened or is corrupted shall be consideced non-responsive and, thus, aulomatically disqualified, 16. Deadtine for Submission of Bids 16.1, Ud. 192. ‘Tho Bidders shall submit en the sgccified dats and tinge aid fer at its physical address or through online submission as indicated the IB, ‘The BAC chell open the Bids in public al ihe tine; & he date, and at the place specified in paragraph 9 of the TB, The’ Bidders" representatives who are resent shall sign a rogistét‘"eyideneing “their” sitencanee. Tn cave videcconfereacing, webcasting “oi Gther Similar techaologies will be used, Attendance of patchpams shal Tikewige te recorded by the BAC Secretariat, ‘The preliminary be of bids shall be governed by Section 30 of the 2016. evel JER of 2A No. 9184, -{i¥eiProcuring Entity will grant 2 margin of preference for the purpose ct ‘coiparison of Bids in accordance with Scotion 43.1.2 of the 2016 revised IRR DoFRARNo. 9184. ited ‘Evaluation and Comparison of Bids ‘The Procuring BAC shall immediately conduct a detailed evaluation of all Bids rated “passed” using non-diseretionary pass/fail criteria, The BAC shall consider the conditions in the evaluation of Bids under Sestion 32.2 of the 2016 revised IRR of RA No. 9184. Af the Project allows partial bids, bidders may submit a proposal on any of the lots cr items, and evaluation will be underiaken on a per lot or item basis, as the case maybe. In this case, the Bid Security as required by YTB Clause 15, shall be submitted for each lot or item separately. 4 sinpocuments NAME OF PROVECT: REHAB OF 71 GATE AND SPILLWAY CONTROL ‘AND MONITORING SYSTEM, AS2_ SCCTIONN. INSTRUCTION TO DIObERS PR NO/REF. NO: MAARMe208 19.3, The descriptions of the lots or tems shall be indicered in Section VII (Technical Specifications), although the ABCs of these lots or items are indicated in the BDS for purposes of the NECC computation pursuant to Section 23.4.2.6 of the 2016 revised IRR of RA No. 9184, The NFCC must be sufficient for the total of the ABCs for all the lots or itcms participated in by the prospective Bidder. 19.4, The Project shall be aivarded as follows: One Project heving several items i (shall be awarded as one contract) 19.5. Except for bidders subr 1g 4 committed Line of Creilit from a Universal or Commercial Bank in liew of its NECC computation, all Bids must inelude the NFCC compuiatien pursuant to Section 23.4.1.4 of. tho-2016 revised -IRR of RA No, 9184, which must be sufficient Zor the total of the ABCS for all the lots or items participaied in by the prospective Bidde:. For bidders sub: the committed Line of Cred, it must be at least equal fo ten percent (10%) of fe ABCs forall tke lots or items paticigated inby the prospective Bidder. 20. Post-Qualifieation 20.1. For muti-year Framework Agivemeht, ali_biddecs initially determined to be eligible and fineusially ocmmpltast shall be-Sudject to initial post-qualification, The BAG shall then reodrsiond.the- execution of a Framework Agreement among all eligible, ,tichniéallyarid“fingnoially compliant bidders and the Peocurlag Entity and shall be, issi8a. by-HoPE a Notice to Execute Framework, Agreement. ‘The dctermitain of the Lawest Catculated Bic (LCR) shall not be perforiaed ti. the: BAG uftil’e Mini-Competition Is conducted among the bidders who executéd:a-Framéwork Agreement. When 2 Call for Mini- Competition, is macé,cthe. BAC shall cllaw Use bidders to subrat their best financia) proposdls on such pre-schedoled date, time and place to determine the bidder with the LCB. 20,27 Within’s noi-ntendible period of five (8) calendar days from recsiot by the Px, Bidder of the iotice fiom the BAC that it submitied the Lowest Calculated + Bid, the Bidder shall submit its latest income and business tax returns filed and LQ paid through the BIR Electronic Filing and Payment System (eFPS) and other p Apoiopriate ifeenses and permits required by law and stated in the BDS, a. signing of the Contract 21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA Ne. 9184 shall form part of the Contract, Additional Contract documents are indicaicd in the BDS, fry Bin DOCUMENTS INANE OF PROJEGT: RENAN OF PI GATE AND SPILUNAY CONTROL ‘AND MONITORING SYSTEM, ABZ SECTION IN. 51D DATASHEET PRNOJREE, NO. MAARH22015 Section HI . Bid Data sash ¢ : € BID DOCUMENTS NAME OF PROJECT; REHAS OF PIGATE AND SPLLWAY CONTROL, ‘AND MONITORING SYSTEM, AS2 SECTION a1D DATASHEET PRINOJRE.NO, MA-ARMEZO15 Bid Data Sheet is Clause 5.3 | Eorthis purpose, contacts similar tothe Prajeot shall be: a. Supply, delivery, annd installation of microprocessor-based industrial control andor automation system. b, Completed within the last Five (5) years prior to the deadline for the submission and receipt of bids. Zi | Subcontracting ts not allowed. 13 Ad allowing ew and umount a The amount of not les iin * n (PHP200,000.00) orky 2% “of *ABC, gf bid security is in cash, ceshfer’simanager’s chee bark;trattearantee or inrevocable letter of credit; or wy EE b. The amount off@not\leis. Wan’ Five Hundred Thousand Pesos (PHPSO0, 200. a) byte 6 of ABC if bid security is in Surety Bond. TOS _ | Paral bid Ts not alowed” T Set wz Bb presentoUsubmiled during post qualineaton: ‘and Updated PhIIGEPS Registration Certificate Platinum “nea JG pages): ‘RegishealiSn, certificate ftom Scourities end Exchange Commission (SEC), agree ‘of Trade and Industry (DT! for sole proprietorship, or FGfepertve Development Asthorty (CDA) for cooperative: or ts ‘aiyalert document, a, Maor’s or Business penmit issued by the city or municipality where the “2. brimoipal place of business of the prospective biéder is located, or the equivalent document for Sxclusive Beonomie Zones or Areas; 4, Tax clearance per E.O. No. 398, s. 2005, as finally seviewed and approved by the Bureau of Internal Revenue (ZIR). 4. The Supplies audited financial statements, showing, among others, the Suppiier’s tolal an current assets and liabilities, stamped “received” by the BIR or its duly aceredited and anthorized institutions, for the preceding, calendar year which should not be earlier (han two (2) years from the date. of bid submission; 212 v BDDOCUNENTS NAVE OF PROJECT; REHAS OF PIGATE AND SPELLWAY CONTROL AND MONITORING S¢STEM,AG2 SECTION lit Si DATASHEET PRNOJREF, NO. mA AMER 015, BIO DOGUMENTS NAME OF PROJECT: REHAE CF PI GATE AND SPILLWAY CONTROL "AND MONITORING SYSTEM, ASE ‘SECTION IV GENERAL GONDIIONS OF CONTRACT PRNOUREF. HO. MAARNEzO:S 1 2 3. Scope of Contract This Contreet shall include all such items, although not specifically mentioned, thet, can be reasonably inferred as being required far its completion 2s if such items were. expressly mentioned herein, All the provisions of RA No, 9184 and its 2016 revised IRR, ineluding the Generic Procurement Manual, and essociated issuances, constitute the primary source for the terms and conditions of the Contract, and thus, applicable in contract implementation. Herein clauses shall serve as the secondary souree for the terms and conditions of the Contract, ‘This without prejudice to Sections 74,1 and 74.2 of the 2016 revised IRR of RA ‘No, $184 allowing the GPPB to amend the IRR, which stall béapplied 10 all procitement activites, the advertisement, posting, or invitation, of Wwhish were issued afer the effectivity of the said amendinent, Additional requirements for the completion of this Contrast, shalt 3 provided in the Special Conditions of Contract (SCC). a Advance Payment and ‘Terms of Payment. « 2.1. Advance payment of the contract ainount is pravided under Annex “D” of the revised 2016 IRR of RANo. 9184. => 22. The Procuring Entity js allowed te Aeletiite the terms of payment on the partial or staggeredsieliverysof the Goods procured, provided such partiel payment shell correspond 10 theevalue of the goods delivered and accepted in acocréancs wilh prevailing accounting and cucliting roles and regulations, ‘The terns of payment are 2 huleted inthe SCC. portermsiar sony? Within ter (19) calendar days from receipt of the Notice of Award by the Bidder fom the Procuting Exrity-buf in no case Jater than prior to the signing of the Contrast by «both partios, the successful Bidder shall furnish the performance seourity in any of the “forms preseribed in Section 39 of the 2016 revised IRR of RA No. 9184. _ Inspétion and Tests The Proeuring Entity or its representative shall have the right to inspect and/or to test the Goods to contin their confonnity to the Project specifications at no extra cost to the Procuring Batity in accordance with the Generic Procurement Manual. In addition to tests in the SCC, Section IV (Technical Specifications) shall specify what inspections and/or tests the Procuring Entity requires, and where they ate to be conducted, Tho Procuriag Entity shall notify the Supplier in writing, in a timely manner, of te idemtity of any representatives retained for these purposes. All reasonable facilities and qssistance for the inspection and testing of Goods, Including access to drawings and production data, shall be provided by the Supplier to the authorized inspectors at no charge to the Procuring Entity, » Bio DOCUMENTS: [NAIIE:OF PROJECT: REHAB OF FI GATE AND SPILLWAY CONTROL ‘AND MONITORING SYSTEM, AG2 SECTION v= CENERA coMbITIONS OF cotTRAGT FPR NOJRER. Nos wAwcne20ts 5. Warranty 64. In order to assure that manufacturing defects shall be eomested by the Supplier, a wairanly shell be required from the Supplie: as provided under Section 62.1 of the 2016 revised IRR of RA No. 9184. 6.2. The Procuring Entity shall promptly notify the Supplier in writing oF eny claims arising under this warranty, Upon receipt of such aatiea, the Supplier shall, repair or replace the defective Goods or parts thereof whthaut cost to the Peocuring Envity, pursuart to the Generic Procurement Manual Liability of the Supplier Republic of be Th opines. Tf the Supplier is a joint venture, all partners soverally liable to the Precuring Entity, 20 BID DOCUMENTS NAME OF PROIEGT: REHAS OF PI GATE AND SPILLNAY CONTROL ‘AND WONITORING SYSTEM, AGE ECTIONV- 6PECIAL CONDITIONS OF CONTRACT PR NOJREF. NO MAcAztIza O15 Section V Special Conditions a BIO DOCUMENTS [NAN OF PROVEGT: REHAB OF PIGATE AND SPILLIAY CONTROL AND WCNITORING SYSTEM, ASZ SECTION V- SPECIAL CONEITIONS OF CONTRACT PRNOARER. NO: Manau2-0¥8 Special Conditions of Contract cc ‘Clause T Delivery and Documonts— For purposes of the Contract, “EXW,” “FOB,” “FCA.” “CIF.” “CIP, “NDP” and other tmde terms used to describe the obligations of the ae -s shall have tie meanings assigned to them by tke current edition of ING published by the International Charuber of Commerce, Paris, The Coniract shall be as follows: Fer Goods supplied from abroad, stare: “The deélivery-feris abpticatie to the Contract sre DDP delivered Agus 2 EPP Pek: Sagara Liao del Sw. a accordance with INCOTERMS.” é Fer Goods supplied from within thé-Phitippines, aie: “The delivery tems applicable ta this Contract ete celiversdAgus 2 HPP Pawak, Sagutaran, Lanao det Sur. Risk and title will pasé:ftgm:thé'Supplicr 10 he Procuring Entity upoa receipt and final acceptance of he Go8is ‘attheir final destination.” Be Delivery of the i eiiade"ine Supplier in accordance with the terms specified in PX igfiNie of Requirements). er purposes of HSE Site fe the Plant Maint Sista Entity’s Representative at the Project Bi incon or his authorized representative, Incidental oe od Eetgun a yalggiecuired to provide all of the following services, including i a Sefvices’ if any, specified in Section VI. Schedule of Requirements: is, performance or supervision of oresite assembly and/or start-up of the supplied Goods; '. furnishing of tools required for assembly and/or maintenance of the supplied Goods; © furnishing of a detailed opcratfons and maintenance manual hardcopies and 1 softeapy) for each appropriate unit of the supplied Goods: 4. performance or supervision or maintenance and/or repair of the supplied Gocds, for a period of time agreed by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and 22 BDOOCUNENTS NAME OF PROJECT: REHAS OF PIGATE AND SPILLWAY CONTROL ‘AND MONITCRING SYSTEM, AGZ SEGTIONV. SPECIAL CONEMONS OF CONTRACT PR SOJREF. NOMA AZIZ O18 €. taining of the Procuring Entity’s personnel, at the Supplier's plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied Goods for the duration of three (3) days and good for at least ten (10) PTSD, Operations/Maintenance personnel of Agus 2, HIPP and ‘TSD PersoneVrepresentatives. The Contrast price for the Goods still include the prices charged by the Supplier for incidental services and skall not excesd the prevailing rates charged to other partics by the Supplier for similar services, Spare Parts — Tho Supplier is requited to proviee all of the Slowing 8 and information perteirizg to spare parts manufag! Supplier PAC Eations, ase by the a. such spare pacts asthe Procure Enty-may Slee fo putehase fiom the Suppliar, provided thot this oledtidh. shall tot ‘ilove the Supplier of any ‘warranty obligations uncer ‘Bs a aid: b, inthe event of termi ‘yet he jan of the spare parts: i, advance, Teetion | So jth Procuring Entity of the pending terningtiSh,,ji auificlent time to permit the Procuring Entity to prowl ‘ite pf ulieients and fowipgtedthifermination, furnishing at no cost to the Procuring ng busprins, drawings, and specifications of the spare parts, Ei ook, agliie Spere""SarisFand other components required are listed in Section VE le of Requirements) and the costs thereof are included in the contract pfeSupplicr shall carry sufficient inventories to assure exstock supply of imable spare parts or components for the Goods for a period of Five (3) years, Spare parts or componeats shall be supplied as promptly as possible, but in any case, within Three (3) months of placing the order. EIDDOCUNENTS NAME OF PROJECT: REHAB OF P1GATS AND SPILLWAY CONTROL AND MIGNITORING SYSTEM, ABE SEQTION Vo SPECIAL COVEITIONS OF CONTRACT PR NOJREE,NO.:Has-AzMze-01s Packaging — ‘The Supplier shall provide such packaging of the Gacds 2s is required to prevent their Gamage or deterioration during transit to their final destination, as indicated in this Contract, ‘The packaging shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packaging case size and ‘weights shall take into consideration, where appropriate, the remcteness of the Goods’ final destination and the absence of heavy handiing facilities at all points In transit, The packaging, marking, and documentation within and ouisidé'the packages shall comply strictly with such special requirements ag, shall be. expressly provided for in tha Con‘ract, inoluding additional requitemenis, iPany~epecified below, end in any subsequent instructions ordered by the Procurinjr Enity, The outer packaging must be clearly marked on at least four (4) sides as follows: Name of the Procuring Entity ‘Name of the Supplier ‘Contract Description Final Destination Gross weight Any special lifting inst Any spocial handling i Any relevant nace Migasigotiths ee A packaging Ts cei fi cbatents oe quantities ofthe package B to be placed on gn sccessitte BE par ofthe outer packaging if practical, If nt practice the packgine® Tisigi ‘io bet placed inside the outer packaging but ouside the seconde packegite rm tig, | -Prausportat 2s. | Where the Supplier is required under Contract to deliver the Goods CIE, CIP, or DDP, fransport of the Goods to the port of destination or stich other named place :|-ofdestination in the Philippines, as shall be specified in this Coatract, shall be [:iftanged end paid for by the Supplier, and the cost thereof shall ba included in the Contract Price, "| Where the Supplior is required under this Conirect to transport the Goads to a specified place of destination within the Philippines, defined as the Project Sito, irenspor: to stich place of destination in the Philippines, including insurance and storage, as shell be specified in this Contract, shall be arranged by the Supplier, and related costs shell be ineined in the contract priae. a BID DOGUNENTS NAME OF PROJECT: REHAB OF PIGATE AND SPILLIWAY GONTROL AND MONITORING SYSTEM, AZ SECTION Vo SPECIAL CONEIT:ONS OF CONTRACT PR NOIRE HO ANTS Where the Supplier is required under Contract to deliver the Goods CIF, CIP or DIDDP, Goods ere to be transported on carriers of Philippine registry, Jn the event that no carrier of Philippine registry is availatle, Goods may be shipped by a sarticr which is not of Phillppine registry provided that the Supplier obtains and presents fo the Procuring Entity certification to this effect fram the nearest Philippine consulate to the port of dispatch. In the event thet caniers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period fiom when the Goods were first 1eady ‘or shipment and the actual dae of shipment the period of delay will be considered force majewe, < ‘The Procuring Enlity accepts no Liability for the damage ofGBe sai tine transit other than those prescribed by INCOTERMS for DDPéelivel ase of Goods supplied from within the Philippines ot supplied by | demestic Stppliers risk and title wel not be deemed to have reer ‘Brocurlag’Eniity until The Supplier shall Indemnily the Procuriag Entity dpainst all thisd-party claims of infringement of patent, tracematk, or. ind al design rights arising from use of the Goods or any part thereof, 22 “The farms of payerent shall Be as, Fel 30 days.” The inapeotons ai aut ‘be conducted are! Operation and Fimotional 23 sin oocuMENTS: SECTION Vic SCHEDULE OF REQUIREMENTS [NAME GF PROJECT: REHAB OF FI GATE AND SPILLWAY CONTROL [AND MONITORING SYSTEM, AG2 PRNOJABP.NOS MAALM2L0%8 Section VI. Schedule of Requirements ‘The delivery schedule expressed as weeks/months stipulates hereafler a delivery date which is the date of delivery to the project site. Item inti it Delivered, Number Deseription Quantity Total Weeks/Months 1 REHAB OF PIGATE — [One (1) | PAP10,000,000.00 [On or before AND SPILLWAY Lot December 10, 2022 CONTROL AND MONITORING SYSTEM, AG? 6 Bib DOCUMENTS NAME OF PROJECT REHAG OF PI GATE AND SPILLWAY CONTROL ‘AND MONITORING SYSTEM, AG2 SECTION VII: TECHNICAL SPECIFICATION PRNO REF NO MA-A2MO-015 Section VII Technical Specifications Bip DocuMENTS NAME OF PROJECT REHAB OF Pi GATE AND SPILLWAY CONTROL AND MONITORING SYSTEM. AG? SECTIONVIL TECHNICAL SPECIFICATION PRNOUREF NO WA.ADND2.015 Conformity with the Technical Specifications - 1 (Scope of Works) ‘Supplier's Data and Items Scope of Works Statement of Compliance FOR POWER INTAKE Supply and Installation of Local Control Panel for each gate of Power Intake >. | Supply and installation of Gate Opening Mo System. itoring 3. | Rehabilitation of the Limit switches. 4 | Supply and installation of forsbay elevation sensor. 5 | Supply and installation 1 set of PLC for the three (3) power intake gates Supply and installation of point to point wireless 6 | communication device including multimedia converters, switches and accessories at Pl and PH. Termination of the existing Fiber Optic Cable as redundant/parallel communication path 8 | Supply and installation of HMI at PH 8. | Laying of cables and termination of wires. Programming and loading of software for logic controls 10) and Hi 11 | Testing and commissioning FOR SPILLWAY. , | Supply and Installation of Local Control Panel for each ate of Spillway 2_ | Supply and installation of Gate Opening Monitoring system, 1 BID DOCUMENTS. SECTION VII- TECHNICAL SPECIFICATION PR NOUREF NO: MA.A2MD2-015 NAME OF PROJECT REHAB OF Pi GATE AND SPILLWAY CONTROL AND MONITORING SYSTEM. AG? Supply and installation 1 set of PLC for the two (2) 3 spillway gates Supply and installation of point to point wireless 4 | communication device including multimedia converters, switches and accessories at Spillway and PH 5. Tefmination of the existing Fiber Optic Cable as redundant/parallel communication path 6 | Laying of cables and termination of wires. 7 | Programming and loading of software for logic controls and HMI 6 Testing and commissioning. Name of Bidder: Signature(s) of Bidder ID DOCUMENTS SECTION Vil~ TECHNICAL SPECIFICATION NAME OF PROJECT REHAB OF PI GATE AND SPILLWAY CONTROL ‘AND MONITORING SYSTEM, AG2 PRNOIREF NO MAA2ME2.015 Conformity with the Technical Specifications - 2 (Administrative and Documentary Requirements) er ; ‘Supplier’s Data and Item Deseription NPC Requirements Statement of Compllancé | Warranty One () year reckoned from the date of final acceptance i 2 After-sales support on | Five (5) years affer the warranty 4 spare parts period 3_| Delivery/completion date (On or before December 10, 2022 4_| Delivery point ‘Agus 2 HPP. Pawak, Saguiaran, Lanao cel Sur Authority to Bid or Letter of confirmation from the manufacturer of 1 Programmable Logic Controller (PLC) 2, Human Machine Interface (HMI) that a local agent or representative is available to provide “After Sales Service" to the supplied Components / parts / 5 | accessores during and after the warranty period Name, address and contact number shall be provided ‘Submit the authority to bid or letter of confirmation as part of the eligibility requirements (To be included in Envelope 1) coming from 1. The Original Equipment Manufacturer (OEM) or its Philippine Subsidiary or 2. Authorized Product Distributor In this case, the bidder shall also submit the Distributorship Agreement (DA) between the manufacturer and the said authorized distributor The DA must also indicate that the disinbutor is vested with authority to distribute the product in the Philippines 3 Ifthe bidder is an Authorized Distributor in the Philippines. submission of its DA with OEM in lieu of the required authority to bid yall suttice The submited Authority to Bid and Distributorship Agreements should indicate the validity petiod and must stil be valid during the opening of bids 30 BID DOCUMENTS SECTION ViI~ TECHNICAL SPECIFICATION NAME OF PROJECT REHAB OF PI GATE AND SPILLWAY CONTROL AND MONITORING SYSTEM AG? PRNOJREF NOMA A2N22-015 | Item Supplier's Data and Statement of Compliance "C Requirements Evidence to support conformity with the Fechnival Specifications Submit manufacturer's unamended sales literature, unconditional statements of specification and compliance issued by the manulacturer. samples. independent test data, ete as appropriate for the following items and as part of the eligibility requirements (To be included in Envelope ~ 1). a. PLO Human Machine Interface (HMI) Sensor/Eneoder d- Local Control Panel Manpower requirements a One (1) Registered Electrical Engineer b One (1) Master Electrician © PLC Programmer ‘Submit Copy of Valid license / Certificate as part of eligibility requirements (To be included in Envelope 1) for a Registered Electrical Engineer b. Master Electrician Submit Copy of Work Experience (To be included in Envelope 1) a. Valid licensed of Registered Electrical Engineer - With at least three(3) years of experience as an Electrical Engineer related to the project b. Valid license of Master Electrician — With at least three (3) years of experience as electrician related to the project Site inspection to be conducted by a competent technical personnel related ‘Submit the Site inspection Certificate signed by the ( Authorized NPC representative \ at BID DOCUMENTS SECTION VI= TECHNICAL SPECIFICATION NAME OF PROJECT REHAB OF P| GATE AND SPILLWAY CONTROL AND MONITORING SYSTEM AG? PRNOIREF NO MA.s2M22.015 Supplier's Data and Item Description NPC Requirements State nate Gosatianes to the project as part of Post-qualification requirements Oiher adminsirative and 7 a 9 Jor documentary requirements Name of Bidder Signature(s) of Bidder = BID DOCUMENTS NAME OF PROJECT REHAB OF PI GATE AND SPILLWAY CONTROL AND MONITORING SYSTEM. AG2 SECTION Vil TECHNICAL SPECIFICATION PRNOJREF NO MAADMI2.015 Conformity with the Technical Specifications -3 1, Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements of “Comply” or “Not Comply” must be supported hy evidence in a Bidders Bid und cross-referenced to that evidence (Cader Supplier's Data and Statement of Compliance and after each specification sutement, provide guide for the evaluation, such as page number andor part number, model number where declared specificationts) is found as evidence), Evidence shall be in the form of manufacturer's tin-amended sales Hierature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A statement that ts not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection A statement etiher in the Bidder's statement of compliance or the supporting evidence that ty found to be falve either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as frautulent and render the Bidder or supplier liable for prosceution subject to the applicable laws and issuances. . NPC Required — Supplier's Data and ee pena Specifications Statement of Compliance + [PLE ‘Quantity Dunits am Trand Name By Supplier Model Name | By Supplier Model Name Pari Number | By Supplier Ordering Information Central processing unit (CPL) Specifications Raed Vol ZV DC Work Memory | T23Kbyte Program Data [ Upto 4MB ( BID DOCUMENTS NAME OF PROJECT: REHAB OF PI GATE AND SPILLWAY CONTROL ANO MONITORING SYSTEM AG2 SECTIONVEA TECHNICAL SPECIFICATION PRNOUREF NO MAAQNIE.015 NPC Required Supplier's Data and Kem aerciption Specifications Statement of Compliance | Firmware version | VAS Features [3 device versions with different power supply and control voltages Integrated power supply either as wide-range AC ot DC power supply (85... 264 VAC or 24V DC) Tnicgrated 24 V encoderioad current supply For direct connection of sensors and encoders, With a 400-mA output current, it can ulso be used as load power supply 14 integrated digital inputs 4 VDC (eurrent sinking sourcing input (IEC type | current sinking TW integrated digival oupats. ther 24 V DC or relay. tegrated analog inputs 0 wv iggrated analog ouipalsO 20 mA. [4 pulse wutpats (PTO) with a frequency af up to 100 ky Pulse-widih modulated outputs (PWM) with a frequency of up to 100 KIIZ 2 integrated Ethemet interlices (ICPAP native, | ui’ BID DOCUMENTS SECTION VIX TECHNICAL SPECIFICATION NANIE OF PROJECT REHAS OF PI GATE ANO SPILLWAY CONTROL AND MONITORING SYSTEM AG? PRNOUREF NO_MAAIMD2.015, Item Description NPC Required Specifications Supplier's Data and Statement of Compliance TSO-o1- TCP), 6 fast counters (¥ with max 100 llé: 3 with may, 30 KH). with parameterizable enable and reset inputs, ean be used simultaneos and down counters with 2 Sepanite inputs er for connecting incremental encoders yas up Expansion by additional communication inierfaces e.g. RSARS or RS232. FXpansion by analog or ixital signals directly on the CPU via signal board (with retention oF CPU mounting dimensions) ital Module Specifications Rated Vottage 2aV DC Number of digital imputs 16 Input characteristic cue In accordance with the TEC GINS L. typed Free usable digital input Yes Filtering and processing ume 80 ps: ALSO ps filter time Digital Output Module Specifications: Rated Voltage 2 VDC Reverse Polarity Protection Yes: through intemal proteetion with 7.A per group 4 + as | Bip DOCUMENTS SECTION VI~ TECHNICAL SPECIFICATION NAME OF PROJECT REHAB OF P| GATE AND SPILLWAY CONTROL ‘AND MONITORING SYSTEM, AG? PRNO/REF NO MA.A2M22-015 Item Description NPC Required Specifications Supplier’s Data and Statement of Compliance Short Circuit Protection Yes; Clocked electronically Execution and activation | 70 us time (ICO). mi Analog Input Module | a = — Specifications Rined Voltage | 24VDC Linearity error (relative | 0.02% input range). C= erat © error (relative ty input ranger. (-/-) 1.005% Kk: With TCtypel 0.022% K Analow Output Module Specifications Rated Vollase 2VDC Number of analog ourpurs Cyele time (all channels), min 125 jis; independent of number of oetivatedchannel to output range), (+/+); Resolution with [16 bit - overranue (bit including sign). max Linesrityerror (relative [0.13% Temperature error (relative 16 ouput range),(*/-) Memory Card Specifications Type of Memory Flash-FPROM Size 2 Mbyte Data retention (afer final programming action), min. Tyears the delete write processes < 50 0004) year if the delete wifte processes Ba 36 f Cy BID DOCUMENTS, SECTION VIL TECHNICAL SPECIFICATION NANE OF PROJECT REHAB OF PI GATE AND SPILLWAY CONTROL AND MONITORING SYSTEM AG2 PRNOIREF NO MAAIM2.015 Item Description NPC Required Specifications Supplier's Data and ‘Statement of Compliance 450 000) Scalance Specifications: Transfer Rate TOMbits, 100 Mbits Supply volte | 24V Consumed current 1 | 0,103 4 maximum Number of | 124 automatically learnable MAC ukdresses PROFINET contormity class | A 2 HMI Quantity Tanit Brand Name By Supplier Model Name By Supplier Model Name? Part Nunther / Ondering Information By Supplier Touch Screen | Yes Screen Size | 15.4 inchas Display | TFT ‘Communication interface PROTINET interface. MPV PROFIBUS DP. interface Rated Voltage 24 VOC 3 | Sensor/Eneoder Quantity 6 units Brand Name By Supplier B10 DOCUMENTS . NAME OF PROJECT REHAB OF Pi GATE AND SPILLWAY CONTROL AND MONITORING SYSTEM AG? SECTION I~ TECHNICAL SPECIFICATION PRNOUREF NO UAADNEONS NPC Required Supplier's Data and ea mssecmtlon Specifications Statement of Compliance Model Name By Supplier | Model Name 7 Part Number | By Supplier Ordering Information Resolution [13 bit Operating Voltage | 8. 30VDC Number oFoutput | Tanalog ouipat Analog current output [20m Ambient Temperature | Tp to 835°C Ingress Proweetion | IPOS or better 4 Local Controt el ‘Quantity | Funte Brand Name By Supplicr | Model Name By Supplier Model Name’ Part Number 7 | By Supplicr Ondering Information Specilications: Feanires | With complete parts contactors, relays, push, buttons. switches, terminal- blocks. circuit breakers and displays. Controls the sate up down. local monitor, the waste position of Conigetors | 324.3 pole, coil shall be depend on the suppliers design. Circuit breaker for the main | Molded case. 20\T f te $s . Gr BID DOCUMENTS SECTION Vite TECHNICAL SPECIFICATION [NAME OF PROJECT: REHAB OF P| GATE AND SPILLWAY CONTROL ‘AND MONITORING SYSTEM AGZ PR NOJREF, NO: MAAZME2-015 Heo | ___Deseintion ‘Suecifeatims | staonent of Compone motor 8. | Power Supply for Controls Quantity | Suits Brand Name | By Supplier ‘Model Name | By Supplier ~~" Model Name / art Nomber / ‘By Supplier ~ ys lering Information Features/Specificetions: Should meet the requifinent of the project sang ‘ Name of Bidder; Signature(s) of Bidcler: DOCUMENTS INANE OF PROJECT: REHAB OF Pl GATE AND SPILLWAY CONTROL ANID MONITORING SYSTEM, AG SEGTION Vill~ CHECKLIST OF TECH. AND FINAN DOCS AND BIDDING FORMS — PRNOJREF, NO: MAAZIA22.015 Section VIL. Checklist of Technical and Financial Documents Checklist of Technical and Financial Documents I, TECHNICAL COMPONENT ENVELOPE /Suénit tit three (3) copies- one (2) marked Original with the mnderstending that the Pass/Fail evaluation Wil'be based only on the copy marked “Original” Class “A” Documents Legal Documents a {| @ Valid and Updated PhIIGEPS Registration Certifigate . (Platinum Membership) (all pages) fs accordance with Section 8.5.2 of the IRR; rechinical Documents Las ‘ +] (b}) Statement of the prospective bidder ‘of ‘all its ongoing government end private contracts, including coniracts awarded but not yot storied, if any, whether similar or not similar.itt ‘hatiire* pd: complexity to the contract to be bid using NPC. form NPCS) rOODS+t 002 Form G; and fn SS NS 4] ©) Statement of the bidade » Single’ Largest Completed Contract (SLCC) similar to the conta dG, extep: under conditions provided for in Sections 23.4, the 2016 revised IRR of RA No, 9184, rSvided in the Bidding Documents using Ons. ‘0C3 Form F supported by the following Purchase Order or Contrect Proof of Payment and/or Certificate of Acceptance Dy Original copy-of Bid Security. If in the form of g Surety Bond, submit also “a certification issued by the Insurance Commission; xiginal copy of Noterized Bid Securing Declaration ,, Conformity with the Technical Specifications 1, 2 and 3 (tefer to Section AI for documentary eligibility roquitements}, which may include productionfdclivery schedule, manpower requirements, and/or after- sales/parts, if applicable; and 40 eID DocUMENTS NAVE OF PROJEGT: REHAE OF Pt GATE AND SPILLWAY CONTROL ANDMONITORING SYSTEM. AG? SECTION Vil GHECKL|ST OF TEGH. AND FINAN LOCSAND BIDDING FORMS —_ PRNOJREF.NOLMALK2Mz2-015 +) @ Original duly signed Omnibus Sworn Statement (OSS); and if applicable, Original Netarized Secretery’s Certificate in case of a comoration, partnership, or enoperative: or Original Special Power of Attomey of ell members of the joint venture giving Lull power and authority to its officer to sign the OSS and do acts to represent the Biddex; and Docwnei s ‘The prospective bidder's computation of Net Financial ‘Contracting Capacity (NFCC); oc of its NFCC compton, Closs “B” Documents V] @} Tfapplicable, # duly signed joint venture agicemeat OVA) venture is already in existence; % or duly notarized statements from all the’ ‘potential | joint yentre partners stating that they will enter into and abide: ‘by: provisions of the JVA in the instance that the bid is sucsessfil Bey ‘No. 918% (as anplitcable _Other documentar ments ¥] @ [Per rent Tides Taining by Feason of Melr couniry’s extension of reciprocal rights fo'Filipties} Certification from the relevant government office of their coliilry'staltig ‘that Flipinos are allowed 10 paclate in government procures Certification from “pr a a ENT ENVELOPE (Submit iu three @) copies- one (1) ijutierstanding thal the Pass/Fail evaluation will be based “Original”] riginal:of accomplished and daly signed (each and every page) Financial i Feria; and (6) Original of accomplished and duly signed (each and every page) Price “ Schedule(s), a Z (asumubig.y aot pars) op oR toymn ic ssura ofa fy pauls soneysyeineaoy fo 2) “Bua a fig pansy p00. 0): ayer agente aver ontysecr fq porting. aie Jolpimpimny fos “F Anim patedineag pore auras SHE TOKE TeeD a, 7 SDT zZ Z| z jay womieg wonepduoggo neu + “son euoqdaay, J paeppen | peoey | peu poudigone ® | % | vondmsa | suosyoomMEN ssacpoy3 3800 ofan FSPOA, Papmenya}ec, “p ‘URN SI0INO"p AWENUIDJO OMEN span | 30 ane A suamnst Te MODDY JO 5% . BO STOP HT 7 SHUppY SEAT 7 duteyy ssouisRE, poIans 394 JouING popzemL syurMOD SurpNpUy speNNOD oeared ¥ WAUNLIADD SULOBU( [[E JO IST non dizosog “ON TONSA 20" SCOOE ASIAN 5 wo, ShO-2zeW-WW “ON AFON Md 70V ‘WSLSAS ONROLINON CNY SURO OMCAA akY 8900 NWN CNY OAL 30 1ST BIOBHO “lA NOILORS TOULNOD AVATIES (NW AIVD [4 JOGYHEY :1SarORId oO BAN sixannacaga & Bye 39 oy woneo.K9 snf raf png pana. np fo (ysO8) need yl rsem 9m gyn pI 94 Dr SOEANOD DIR AP ADELE DUD “IME GUD OYE 40 SpyROSoRAREE TDI sfatxsu00 (os) rao psig pmOpNAE 2 Buysn saya aacara or poyanfoa yoacu0s poi dca abuse yasen 5 23pptg aratsedo.e ap fo onjen Pp 30y mot Ho geowaere PAT, mie spond Goanmudys zoey pong) Fgpmeens Y seumrdooy fostering 6 wonpdeg fo arvetinen "e parca 4 ye pond 9 yous vines RE 21 a eer 7 ZL = extm09 aa opting ‘2 ’ “so uoydapy = about peeeeeg | somstdegsonmony-n | wondisod sop yoamnrear Sorppe a ene TEA jowUnOAreE - FUORI 8 savnyu0g yo stHRN eu SpE 7 7 SSOIDPY SSUITT ¥ 3: SUTeNY ssoutsng, Banque UL sBLLLUTS 9.te YTYA papaya syeNNO;D ayEAlsd % JOWUTIAD [1B JO WEUEOTG sucpduasect “ON SONSUTIDE £0 STOOD SON qarod SLOZANZWYW ZON-JEYON Yd — S¥RdOd SNIOGIS CNY S900 NYN ONY HOaL -I0 181Pi9ZH9 =i HOWOIS Zev 'NEISAS ONNOUNOW ANY Ow 1NCO AVANTIGS ONY BVO Ia oO HMtIgHL0arOMd JOR, siNsunogd cra Bi cocuMeNTs NAME OF PROJECT: REHAB OF Pl GATE AND SPILLWAY CONTROL "AND MONITORING SYSTEM, AG2 SESTION Vil CHECKLIST OF TECH, AND FINAN DOGS AND BIDDING FORMS PR NOJRER. HO: MAAZMZ2.015 Forn B STATEMENT OF NFCC COMPUTATION Date: THE BAC CHAIRMAN Mindanco Generation, EQ National Power Corporation ‘Maria Cristina, Tigan City CONTACT/PROIECE; COMPANYAMRML ADDRESS ‘The undersigned, duly authorized préstntetive of the Applicant, for and in behalf of the Bidder hereby submits this Statement of Net Financial Contracting Cepacity (NFCC) in relation with the Application for. ‘uy 16 bid for the (Name of the Contract/Project\. CURRENT ASSETS. — P LSS: CURRENT LTABILITIES P 15, P Legs: Valog irda ing Contracts & Bose steer {ARs yet to be started P Name of Authorized Signatory: Signsture : : = iD DOCUMENTS [RANE OF PROJECT: REHAB OF PI GATE AND SPILLVIAY CONTROL, ‘AND MONITORING SYSTEM, AG2 SECTION Vil CHECKLIST OF TECHLAND FINAN DCCS AND EIDOING FORMS PR HOJREF, NO: MAAZRN2ZOTS (SAMPLE) JOINT VENTURE AGREEMENT KNOWN ALL MEN BY THESE PRESENTS: ‘That this JOINT VENTURE AGREEMENT is eniered info by end between (NAME OF LEAD COMPANY), represented by (NAME OF REPRESENTATIVE), of legal age, martied, owner and a resident of (COMPLETZ ADDRESS), appoiated, as the lawful attomney-in-faet and lead company to sign the contract if awarded the project. “>. ~ and - . Lose (AME OF THE OTHER COMPANY), resiestnted;-by * REPRESENTATIVE), of legal age, married, owner and..a° residént..o0 (COMPLETE ADDRESS) represents as memberiptincipal of the Joint Ventuire..«% 82:7, ° That both parties agreed to join together, their Manpoiver, equipment and resources needed (0 fecilitate the Joint Venture to participSie'in,the bidding and undertaking of the here-under stated project tc be conducted b& lie; NATIONAL: POWER CORPORATION, (Plantfocation of the project) ee BAe So ea NAME OF PROJECT authorized to transact business in the Philippines (hereinafter called "the Surety”) are held aad firmly bound unto National Power Corporation (hareinafter called “the Emplayer) as Obligee, in the sum of famotiar in words fqwes ar prescribed in the bidding documents), callable on derwand, for fue payment of which sum, ‘well and (uly 19 be mace, we, tie said Principal and Surety bind ourselves, our successors and assigns, jointly and severally, firmly by these presents. eh SEALED with our seals and dated this day of 20 WHEREAS, the Principal has submitted « written Bid to the Employer: dated hve 20 ‘forthe (hereinditer called "the BA). NOW, THEREFORE, the conditions of this obligation are: ‘ 1) if the Bidder withdraws his Documents} or id daring the perio 2 bid yatiltysppaiicd in the ae ae, cs fs bia priee 3) if the Bidder does not accept ihe conection: oféarit errors of his bid price in accordance with the Instructions fo Biddgyy sie re. ye 3x if the Bidder, having, determined | as LOS fail clearanee, Iatest income and busitiess: uumdenid PhIGEPs registration esriificate within the pressribed period; or o 4) ifthe Bidder having beef the Entity daring the period “S a) Rails offs to gat i ri oi ie 2) falls deetuses Hic the required valid JVA, ifapplicable; or (6 Contract; or me Bs fe GEISIG be TERE Mo famish the Pesformance Secucity in avadance with the ‘sede tltions to bidcers; thenalhis obligation shall zcmain in full force and effet, otherwise it shall bs null and void. ee ADED'GOWEVER, thatthe Surely shall not be: “HE a) lable for a greater sum than the specified peraliy of this bond, nor ¥) liable for a greater sum thot the difference between the amount of the said Principal's Bid and the artount of the Bid that is accepted by the Employer. ‘This Surety executing this instrument hereby agrees thatito obligation sholl be valid for 120 Calendar days after the deadline for submission of Bids as such deadiine 's stated in the instructions to Bidders or as it may be extended by the Employer, notice of which extension (5) to the Surely is hereby waived, B aa . jae mo Bio pocuMENTS [NAME OF PROJEGT: REHAG OF PI GATE AND SPILLVAY CONTROL, "AND MORCTORING SYSTEM, AG2 SECTION VIN- SHECKLICT OF TECH. ANDFINAN DOCS AND EIDGING FORMS PR NOJREF, NO: AIAAMZ OS PRINCIPAL, SURETY, SIGNATURE (8). SIGNATURE (S). NAME(S) AND TITLE (8) NANE(S) SEAL SPALL ry BID DOCUMENTS: INANE: OF PROJECT: REHAB OF Fl GATE AND SPILLV/AY CONTROL ‘AND MONITORING SYSTEM, AG2 SECTION Vil. CHECKLIST OF TECH. AND FINAN DOGS AND BIDDING FORMS PRNOUREF. NO; MAWAAMZ2-015 Bid Securing Declaration Form {shail be sbandied with the Bid if bidder opis io provide this forts of bid security} REPUBLIC OF THE PHILIPPINSS) CITY OF 88. BID SECURING DECLARATION Project Identification No.: lnsert number] ‘Tot {insert name and address of the Procuring Etiyy} Je, the undersigned, declare that; 1, UWe undosstand thet, ascording to your conditionsy” cor intist, be-supperted by a Bid Security, which may be in the form of Bid Secuciig Dedlaiaton. Soe 2. UWe secept that: (@) Ye will be automatically’ digquatiied from bidding for any procurement contract with any procuring enti ‘for a Periad of hve (2) yeats upon receipt of your Blacklisting Orders and, (b) TAve will pay. tho applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fMzen (15) days from receipt of the written, demand. by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaraiion under Sections 23.1(0), 342, 40.1 and 69.1, except 69.1{A,of the IRR of RA No. 9184: without prejudice to other legal action the government may undostake 3. INWe understand that this Bid Séouring Declaration shall cease to be valid on the following circumstances: a Upon expiratich of the’ ble valicity period, or any extension (hereof pursuant ta your request °°. 4 b. Lamive'are:déclated ineligible or post-cisqualified upon receipt of your notice +0 _-Sich effect, sind (1) Le failed to timely file a recuest for reconsideration. or (il) lave filed Swwaiver to avail of seid right: and »JamiAve at deolared the bidder with the Lowest Calculated Responsive Big, and liye & = have fihished the performance security and signed the Contract. IN WITNESS WHEREOF, I/iVe have hereunto set my/our hands this___day of fivonth} Lvear} at [place of execution}. [insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE} Hnsert signatary’s fegai capacity} Affiant durat] {Rormat shall be based on the latest Rules on Noiarial Practice}. 30 bio pogUMENTS NAME OF PROJEGT: REHAB OF PI GATE AND SPILLWAY GONTROL ‘AND WONIFORING SYSTEM, AG2 SECTION Vil CHECKLIST OF TECEt, AND FINAN DOGS AND BIDDING FORMS PR NOJREF. NO: NAKAMIZ013 Onnmibus Sworn Statement (Revised) shall be subeittert with the Bid? REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF 88. ABEIDAVIT I, [Name of Affiant}, of Iogal age, i Status], [Nationality], and residing at [Address of ~Afflant], after having been duly sworn in accordance with law, do hereby depose and ste that: 1. {Select one, delete the other:} : Hf sole proprietorship:] 1 ain the sole proprietor or authorized | cwpfesctetive of (Name of Bidder] with offen address at [adress of Bier) Lif a partnership, corporation, cooperative, a joth scrituie:} Tam the duly authorized and designated representative of [Name of Bidder] with-offiog eddrose at [address of Bidder]; 2, [Select one, detete the offier:] {fa sole proprictorship:] As the owl, lad tole proprietor, or authorized reprosontative ‘of [Name of Bidder], 1 have full Bower aiid authority to do, execute and perform any and all acts necessary to particfpate,*Subinit thé bid, and to sign and execute the ensuing contrast for [Name of the’ Project] of the [Nanie of the Procuring Entity}, as shown In the auleched duly notarized Special Power of Attorneys [fa portership, warpath Sotperative, o Joint venitire:] | am granted full power and authority to do,’ execnte and’perform any and all acts necessary to participate, submit the bid, and to sign and'cxccite the eusuing contract for {Name of the Projest] of the [Name of the Procuring “Entity], 4 shown in the attached [state title of attached document showiig.. proof! of “authorization (0g, duly notarized Secretary's Certificate, Bosit/Pa Inership Resolution, or Special Power of Attomey, whichever is applicable;)}; [Name of Bidder] ‘is not “blacklis:ed” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Leal Government Units, foreign govemmont/Zareign or international financing institution whose blacklisting rules havé been recognized by the Government Procurement Policy Board, bv itself or_by relation, membership, association, affilintion, or controlting interest with another on Qacldisting: 4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, end all statements and information provided ‘therein are trie and conect, 3. EName of Bidder] is aythorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted 31 bio pocuMeNts NAME OF PROJECT: REHAB QF FI GATE AND SPILLWAY CONTROL, ‘AND MONITORING SYSTEM, AGZ SECTION Vil CHECKLIST OF TEGGE AND FINAN DGGS AND BIDDING FORMS PR HOHE, NO: MAAZRRZOTS Eelect one, defete the vest] Hf a sole propristorship:] The owner or sole proprietor is not related to the Hond of tho Procuring Entity, members of the Bids and Awards Commitee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-uscr unit, and the project consultants by consanguinity or affinity up to the third civil dearees Ufa partnership or cooperative:] None of the officers and members of [Name of Bidder 4 related to the Head of the Procuring Bntity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Sééreteriat, the head of the Project Management Office or the endaser unit, and the. eject consultants by consanguinity or affinity up to the third civil degree; Lf @ corporation or joint vertwe:] None of the officers, directors, aid controlling stockholders of (Name of Bidder? is related to the Head of ihe Procaring Entity, members of the Bids and Asvards Committee (BAC), the Technical Working Group, and the BAC Seereteriat, the head of the Project Management ‘Office or the ond-aser unit, and the project eorsullants by consanguinity or affinity. xp to'the thitd civil degree: 7. [Narae of Bide) complies with existing nbo: lays and sandals; andl 8. [Name of Bictler) is aware of afd, has tindsriakien tie responsibilities as a Bidder in compliance with the lining ace Doetimenits, which includes: Ni Ox a, Carefully examining all of the Bidding’ ‘Documents; b. Acknowledging all cong focal Sr otherwise, affecting the implementation of the Contras ASO Making an timate oth facts available and necded for the contrect to be bid, if anysond (Cg ¢ Toquiving-¢ scouring SupplementayBid Bulletin(s issued for the (Name af the Prajee ‘St 9. [Rana of Bide did not give ot pay airectly or incretly, any commission, amcust, fe, _* Chatty form of consideration, pecuniary or otherwise, to any person or official, persannel S. o0 representative of the government in relation to eny procurement projector activity. 10, In’ ease suivince pavment was made or given, failure to nerform or deliver any of tive obligations and undertakings in tho contraet shall be sufficient syounds to constitute sriminal VWability for Swindling (stata) or the commission of fravd_ with Unfaifhfrlness or abuse of confidence through misnppropriating or converting any payment received by a person or entity under an abligation involving the duty to certain, sices, fa the preindige af the public and the goverament pines pursuant to Article 315 of Act No, 3815 s, 1930, a5 amended, or the Revised Penal Cot. 32 bio pocuMENTS NAME OF PROJEGT: REHAR OF PI GATE AND SPILLWAY CONTRO "ANE MONTIORING SYSTEM, AG2 ‘SEGTON Vl- CHECKLIST OF TECH. ANOFINAN DOCS AND BIDOING FORMS — FR NOUREF. NO: MAAZMZO18 IN WITNESS WHEREOF, T have hercunto sct my hand this day of __, 20__ at Philippines. [nsert AME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE} Hnsert signatory’s legal capacity Aifiant Luratl [Format shall be based on the latest Iules on Notarial Practice}. 3 Bin poCUMENTS NAME OF PROJECT: REAR OF Fl GATE AND SPILLAY CONTROL ‘AND MONTIORING SYSTEM, AGZ SECTION VII CHECKUST OF TECH. AND FINAN CGS AND BIDOING FORMS — PR TIO/REF. NO: MAWAZN2013 APPENDIX 4 Bid Form for the Procurement of Goods. {shall bo submitted with the Bie] BID FORM Date: Project Identification No. To: fname end ackiress of Procusing Entiy Having examined the Philppine Bidding Documents (PBDs) ‘including he Supplemental or Bid Bulletin Numbers insert numbers), the receipt of which is hereby duly zcknowledged, we, the undersigned, offer to supoiv/delivedpeiform? Mescrintion of the Goods} in conformity with the saiti PBDs for the sum of fai Bid amount in words and Fgures} or the total caleulsted bid price, as ovaluated and corrected for compuialional errors, and other bid modifications in eecordance with the Price Schiedules attached herewith and made part cf th's Bid. The total bid price includes the cost-of all taxes, such as, but not limited to: {enecily the applicable taxes, e.g. (i) valuo'addlod tax, (VAT), (i) inoome tax, (i focal faxes, and (iv) oiler fiscal levies end duties); which até ltemnizéd herein or in the Price ‘Schedules, four Bid ie eccepted, we undertaker NN 2, todeliver tre goods iaécdrdance With the delivery schadula specified in the ‘Schedle of Requlzements of he Philipgine Bidding Documents (PBDs); mR? b. toprovide a perfouneri¢e Secu in i ‘om, mmoun's, ane within the times resorbed in the PSDB. rae ©. toablée by the Bid Valldly Period specified in the PBDs and it shall eemaln binding ‘pon Us atany time befors the expiration of thet peried. laser this paregraph if Foreign-Assisted Project with the Development Partner: Commissions or gratuities, if any, paid or to be paid by us to agents relating to this i, and to. contract execution if we are awarded the contract, are Ilsted belay: Name and address Amount and Purpose of ofagentCurreneyCommission or gratuity (hone, state None) 7 Until 4 formal Contract is preparaci and exoouted, this Bid, together with yeur written ‘acceptance thereoi and your Noiice of Award, stall be binding upan us. We understand that you are not bound to accept the Lowest Caleulated Bid or any Bid you may raceive. We cattifylcontirm that we comply with the eligibility requirements pursuant io the PED. eDDOCUMENTS [NANE OF PROJECT: REHAG OF P| GATE AND SPILLINAY CONTROL, ‘AND MONITORING SYSTEM, AG2 SEGTON Vil- CHECKLIST OF TECH, AND FINAN DOSE ANG BIDDING FORMS PR AUREF. NO: WAA2MZ2-18 ‘The undavsighed Is authorized to submit the bid on behalf of fname of the bidder? as evidenced by Ihe attached [state the written authorily) We acknowledge thal failure to sign each and every page of this Bid Form, including te attached Schedule of Prices, shall be a ground for the rejection af our bid. Nama: Legal capacity: Signature: Duty authorized fo sign the Bid for and behalf of Date: BID DOCUMENTS ! REHAB OF PI GATE AND SPILLWAY CONTROL IND NONITORING SYSTEM, AGZ SECTION VIF. CHEGKLST OF TEGH, AND FINAN DOCS AND BIDDING FORMS PR NGJREF. NOx ADRR22015 Performance Securing Declaration (Revised) if uscd’ as an altemative performance security but it is not required to be submitted with the Bid, as it shall be submitted within ten (10) days atter receiving the Notice of Award? REPUBLIC OF THE PHILIPPINES) CITY OF }s.8. PERFORMANCE SECURING DECLARATION Invitation te Bid: [Insert Reference Number indicated in the Bidding Dositiens] To: [Insert name and address of the Procuring Entity] We, the undersigned, deciare that, 4. [We uncerstand that, according ta your cori performance by the oo dear Ta unin te of its obligations under the Contract, I/we shall submit a Performance Securing Declaration within a. maximum period of fen (10) calendar days frar-the' receipt of the Notice of Avard prior te the signing of the convert. . 2. IAVe accept that lave will be”: ‘aulomatically_ disqualified from bidding for any procurement contract with eny. procuring ‘entity. jOt a period of one (1) yeer for the first, offence, or two (2) years far thie Second offense, upon receipt of your Blacilisting Order if lMV/e have Violated my/our obligations under the Contract, 3. INVe understand that this Performance Securing Declaration shall cease to ba vali¢ upon: * a. issuance by the Procirring Eniity of the Certificate of Final Acceptance, subject to the following coneition: i, ---Prosuring Entity has no claims filed against the contract awardee; Ji, _ [has no clainis for labor and materials filed against the contractor; and Olhar terms oF the contract; or “replage’nent by the winning bidder of the submitted PSD with @ performance ..Securiy In, any of the prescribed forms under Section 39.2 of the 2016 revised “IRR of RA No. 0184 as zequired by the end-user. IN WITNESS WHEREOF, We heve hereunto set myour hands tis ___ day of {monty [year] at [place of execution]. finsett NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE] Fasert signatory’s legal capacity} Affiant [duratt FFormat shail be based on the latest Rules on Notarial Practice} 56 AIDDOCUMENTS NAME: OF PROJECT; REHAB OF PI GATE AND'SFILLWAY CONTROL, "AND MONITORING SYSTEM, AGZ SECTION Vil CHECKLIST OF TEGH, AND FINAN DOGS AND BIDDING FORMS PR NOJRER, NO: MAAZMIZO15 Price Schedule for Goods Offered from Abroad {shall be submitted with the Bid if biciter is offering goods from Abroad} For Goods Offered trom abroad Name of Bidder Project iD No,__ Page _ of ___ 1] 2 3s] 4 5 8 7 ten | Deseipion | cou | Cuarity | um ptece | Tot | urkPme ofan pedafonry | cirarcie | _Delvared | cops roe | pc por | Cul Unga Grenci ace | tem | GUL ae (epecty borer polo lace ot ‘desineion, ST BEIDOCINIENTS. NAME OF PROJECT: REHAB CF Pl GATE AND SPILLWAY CONTROL [AND NONITORING SYSTEM, AG2 SECTION Vilk CHECKLIST OF TECH, AND FINAN DOCS AND BIDDING FORMS FR NGARER. WO: MAAIMZBO1E Price Schedule for Goods Offered from Within the Philippines {Slait be submited vith the Bld if bidder is offering goods from within tee Philippines For Goods Offered from Within the Philippines Name of Bidder Project ID No. Poge of __ 1 2 3 4] 3 6 7 & 10 ‘fare nis | Teialoter | abi | retell est evo | snmimant | Joni? | seni a Sites | Sate | Gout | ssi, Repay Hatin fom | Sta | Sem peter ee ea (elo ‘old Hem | Wescipior | Coury | Qeanity | unt | Tempotaion | Sabsand oviales ee ‘Daly authorized to sign the Bid for and behalf of 38 BID DOCUMENTS: [NANE OF FROJEGT: REHAG OF Pl GATE AND SPILLWWAY COHTROL, "AND MOUITORING SYSTEM, AC2 SEGTON Vile CHECKLIST OF YEGH, AND FINAN UGS AND EIDDING FORMS PRNOJREE. NO: MA AaUaa.016 Contract Agreement Form for the Procurement of Goods (Revised) {Sot reqatced to be submntied with te Bid, bet it shall be submitted within ien (£0) days ofter recelviag she Notice of Ayatll CONTRACT AGREEMENT ‘THIS AGREEMENT made the day of 20__ between Thame of PROCURING ENTITY] of the Philippines (horeinatter called “the Entity”) of the one part and [name of Supplier] cf feity and country of Supplier] (hercinatter called “tle Supplier") ofthe other parts WHEREAS, the Entity invited Bids for oerain goos and muillary.seriiogs,nartiouary Ibsie description of goods and serviced] ond fas cocopted a Bid by the Suppligfor dhiedeupply of these goods end services in the sum of {eoniract price in words and giles i elec gurrency] (hereinafter called “ihe Contract Price”), Pe ae ‘NOW THIS AGREEMENT WITNESSETH AS. FOLLOWS ou 1. In this Agreement words and expressions Zl’ hint Sloe meanlogs as are respectively assigned to them in the Conditen# of Contraét refered to. 2 Regulations of Republic Act Ne construed as integral part of thi i Philippine Bidding OGaundhls EDs i. Schedule of Regiitemensi™ IL Techpigéargpe fi, General iv, Soppleniesial sr Bid Bulletins, ifary Witting biddgr's bid, including the Eligibility requirements, ‘Technical and Rinancial Propose and ell other dooumenis or siatoments submitted; 2 Bid’Ybimpeiiéiuaing: al the cocumentystatements contained in the Bidders (pldding envelbpes, as anneres, and all other documents submitted (e., Bidders sponse to request for elerifictions on the bid), inclading corrections fo the bid, any, resulting from the Procarng By’ be evaluation; Bertormance Security, Notice of Awad of Contract; and the Bidder’s conforme thereto: acl Other contrect documents that may be required by existing fews andior the Procming Entity cencemed in the PBDs. Winaing bidder agrees that additional contract documents or information prescribed by the GPPR that are subsequontly required for submission after the contract ececutian, such as the Notice ta Proceed, Variation Orders, and Warranty Security, shall iixewse form nart of the Contract 2. In consideration ®r the sum of ftoralearuet price tr words and figures? or such other suims as may be ascertained, (Hamed of the bicker agrzes to [state the object of the cenirect] in accordance with hisherfits Bid. 9 Bin DOCUMENTS NANE OF PROJECT: REHAB OF Fl GATE ANID SPILLINAY CONTROL. "AND MOMITORING SYSTEM, AGZ SEGTION Vil- CHECKLIST OF TECH. ANDFINAN DOGS AND EILDING FORMS PR AOIREF. NOx WAAIMI2013 4. ‘The (ane of the procuring entity) agrees to pay the above-mentioned sum i accordance with the terms of the Bidding, IN WITNESS whereof the parties hereio have caused this Agreement to be exeeuted in ‘accordance with the laws of the Republic of the Philippines en the day end year fitstabove written, Hinsert Name ane Signature} Aiisert Nome one Signature] [Insert Signatory's Legal Copacity] [Tasers Sigmotory’s Legal Capacity} por: for Elvsert Procuving Bntity? Ensen Maxie RE: Ene ob Ackaowledgmen' {Format shall be based on the latest Rules on Notagial Pr a ‘SECTION Vil~ CHECKLIST OF TECH, ANO FINAN DOCS AND SIDONG FORMS PR NOVREF. NO: KAAIM22.015, ponent ce es

You might also like