NOTICE OF MEETING FOR : PROSPECTIVE BIDDERS SUBJECT : CONDUCT OF NEGOTIATION FOR THE NEGOTIATED PROCUREMENT TWO FAILED BIDDINGS DATE : September 23, 2020 The Commission on Higher Education – Bids and Awards Committee (CHED-BAC) will conduct a Negotiation on the Rental of Nine (9) Shuttle Bus Service of CHED Employees for Three (3) Months (Negotiated Procurement- Two Failed Biddings) with an Approved Budget for the Contract (ABC) in the amount of Five Million Five Hundred Twenty Thousand Pesos (Php5,520,000.00) via videoconferencing on September 25, 2020 at 10:00 A.M. Per Inter Agency Task Force Section 4.12 of the Omnibus Guidelines on the Implementation of Community Quarantine in the Philippines, wherein essential maintenance of social distancing protocols are to be observed and government agencies shall operate under alternative work arrangements in accordance with the rules and regulations issued by the Civil Service Commission. Section 22.3 of the 2016 Revised Implementing Rules and Regulations of Republic Act No. 9184 states “Pre-bid conference may be conducted in person or face-to-face through videoconferencing, webcasting, or similar technology, or a combination thereof…..xxx…The Pre-bid Conference is open to prospective bidders…xxx”. In strict compliance to the above provisions, interested bidders are invited to join the pre- bid conference through the following Zoom credentials: Join Zoom Meeting: https://prime-ph.zoom.us/j/96149680470?pwd= cnlCN2QxSGk4NUVrWk9RYXZkSEQvUT09 Meeting ID: 961 4968 0470 Password: 752476 For any inquiries regarding the pre-bid conference, you may call Mr. Nelson E. Espina, Head BAC Secretariat or Ms. Beatriz D. Pascual, Administrative Officer V at telephone number 8441-11-71 or CP Nos. 0919-3409445 and 0920-2211521. For information and guidance. ATTY. CINDERELLA FILIPINA BENITEZ-JARO Chairperson, Bids and Awards Committee Executive Director IV Republic of the Philippines OFFICE OF THE PRESIDENT COMMISSION ON HIGHER EDUCATION
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
NOTICE OF MEETING
FOR : PROSPECTIVE BIDDERS
SUBJECT : CONDUCT OF NEGOTIATION FOR THE NEGOTIATED PROCUREMENT TWO FAILED BIDDINGS
DATE : September 23, 2020
The Commission on Higher Education – Bids and Awards Committee (CHED-BAC) will conduct a Negotiation on the Rental of Nine (9) Shuttle Bus Service of CHED Employees for
Three (3) Months (Negotiated Procurement- Two Failed Biddings) with an Approved Budget for the Contract (ABC) in the amount of Five Million Five Hundred Twenty Thousand Pesos (Php5,520,000.00) via videoconferencing on September 25, 2020 at 10:00 A.M. Per Inter Agency Task Force Section 4.12 of the Omnibus Guidelines on the Implementation of Community Quarantine in the Philippines, wherein essential maintenance of social distancing protocols are to be observed and government agencies shall operate under alternative work arrangements in accordance with the rules and regulations issued by the Civil Service Commission. Section 22.3 of the 2016 Revised Implementing Rules and Regulations of Republic Act No. 9184 states “Pre-bid conference may be conducted in person or face-to-face through videoconferencing, webcasting, or similar technology, or a combination thereof…..xxx…The Pre-bid Conference is open to prospective bidders…xxx”. In strict compliance to the above provisions, interested bidders are invited to join the pre-bid conference through the following Zoom credentials:
For any inquiries regarding the pre-bid conference, you may call Mr. Nelson E. Espina, Head BAC Secretariat or Ms. Beatriz D. Pascual, Administrative Officer V at telephone number 8441-11-71 or CP Nos. 0919-3409445 and 0920-2211521. For information and guidance.
ATTY. CINDERELLA FILIPINA BENITEZ-JARO Chairperson, Bids and Awards Committee
Executive Director IV
Republic of the Philippines OFFICE OF THE PRESIDENT
RENTAL OF NINE (9) SHUTTLE BUS SERVICE OF CHED EMPLOYEES FOR THREE (3) MONTHS
1. The Commission on Higher Education is conducting Negotiated Procurement, under Two Failed
Biddings, for the RENTAL OF NINE (9) SHUTTLE BUS SERVICE OF CHED EMPLOYEES FOR THREE (3) MONTHS from October 1 to December 31, 2020 with an Approved Budget for the Contract (ABC) in the amount of Five Million Five Hundred Twenty Thousand Pesos (Php5,520,000.00).
2. In view of this, the CHED through its Bids and Awards Committee (BAC), now invites prospective
bidders/suppliers for a negotiation to be conducted on September 25, 2020, 10:00 AM via Zoom. Attached is the Terms of Reference (Annex A), which will be discussed during the said Negotiation.
3. Thereafter, the CHED will invite interested bidders/suppliers to submit the Best Offers.
4. Best Offers must be submitted to the CHED BAC Secretariat at the Address given below on or before September 30, 2020, at 9:00 AM.
5. Bidders/Suppliers must submit the following documents enclosed in a SEALED Envelope.
a) Duly accomplished Terms of Reference (Annex A) b) Letter of Conformity to be printed in the bidders/suppliers’ letterhead (Annex B) c) Financial Proposal Form (Annex C) d) Bid Security (Annex D) e) Checklist of Additional Requirements (Annex E) f) Statement of All Ongoing Government and Private Contracts (Annex F1) g) Statement of Single (1) Largest Contract of Similar Nature (Annex F2) h) Certificate of Net Financial Contracting Capacity (Annex F3) i) Omnibus Sworn Statement (Annex F4) j) Company Profile (Annex G)
6. Opening of Bid Offer will be on September 30, 2020, 10:00 AM at the CHED Auditorium, 2/F, HEDC Bldg., C.P Garcia Ave., Diliman, Quezon City.
Republic of the Philippines OFFICE OF THE PRESIDENT
COMMISSION ON HIGHER EDUCATION
2
7. The aforementioned schedule may be changed to another date as may be agreed upon by the CHED Bids and Awards Committee and the prospective suppliers.
Thank you.
Bids and Awards Committee Secretariat, MR. NELSON E. ESPINA BAC Secretariat Head Bids and Awards Committee Secretariat Commission on Higher Education Ground Floor, CHED -Higher Development Center Building C.P. Garcia Avenue, University of the Philippines Diliman, Quezon City Telephone/Facsimile Number: +63 2 - 8441 11 71 Website Address: [email protected]
_________________________________________
ATTY CINDERELLA FILIPINA S. BENITEZ-JARO Chairperson, Bids and Awards Committee
ANNEX A [Insert letterhead of the prospective Bidder/Supplier here]
TERMS OF REFERENCE
I. Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date of delivery to the project site
Item No.
Description Qty Total Delivered, Weeks/Months
Delivery Place
1
Rental of Bus (9 units) for 3 months with minimum of 25 passenger seating capacity following IATF social distancing, health and safety protocol, air-conditioned, broken down below, each with the following specific routes and pickup/drop-off points:
9
9
Within Seven (7) calendar days upon receipt of Notice to Proceed (NTP)
HEDC Building, C.P. Garcia Ave., Diliman, Quezon City
1a. MASINAG-MARIKINA ROUTE -
• CMA (CITY MARKET OF
ANTIPOLO - COGEO);
• SUMULONG HIWAY CHECKPOINT (OLALIA);
• MASINAG;
• MARIKINA (MSC, STA. LUCIA, LIGAYA, KATIPIUNAN)
1 1
1b. C5 ROUTE (KATIPUNAN FLY OVER)-17.2KM
• SHELL C5 PEMBO
• BAGONG ILOG (FILOIL BY TOTAL)
• E.RODRIGUEZ COR. ORTIGAS EXTENSION (BDO)
• BAGUMBAYAN EASTWOOD (PETRON GAS STATION)
• BLUE RIDGE (SHELL)
• KATIPUNAN (PETRON)
1 1
4
• CP GARCIA (KRUS NA LIGAS)
1c.
EDSA ROUTE- 15.7KM
• MAGALLANES - MRT STATION
• GUADALUPE - MRT STATION
• PIONEER - SM LIGHT MALL
• SHAW BLVD (EDSA CENTRAL MALL)
• ORTIGAS (ROBINSONS GALLERIA)
• BONI SERRANO (METRO OIL)
• KAMIAS (VICTORY LINER TERMINAL)
• EAST AVENUE (EAST AVENUE MEDICAL CENTER)
1 1
1d. PITX-QUIRINO AVE (TAFT) ROUTE – 22.7KM
• PITX
• MOA
• BUENDIA (TAFT) BUS TERMINAL
• QUIRINO (COR TAFT
AVENUE) - PERSONAL COLLECTION
1 1
1e. LAWTON (PARK AND RIDE) ROUTE – 12.6 KM • LAWTON - PARK AND RIDE
• ESPANA COR. LACSON (FLORIDA BUS LINE)
• ESPANA COR. BLUMENTRITT (PETRON STATION)
• WELCOME ROTONDA (WELLNESS CITY FITNESS GYM)
• QUEZON AVE (EVER SUPERMARKET, INFRONT OF FISHERMALL)
• QUEZON AVENUE
1 1
5
(CENTRIS)
• QUEZON CITY HALL
• PHILCOA
1f. SM CITY STA. MESA ROUTE -18.1 KM
• ARANETA CUBAO
• ANONAS LRT STATION
• KATIPUNAN JEEPNEY STATION
• UP CAMPUS
1 1
1g. SANGANGDAAN - SM CENTER ROUTE – 13.7KM
• MONUMENTO (7-11 EDSA)
• CAMACHILE BALINTAWAK TERMINAL
• ROOSEVELT STATION
• CONGRESSIONAL COR MINDANAO AVE
• CONGRESSIONAL COR VISAYAS AVE
• QUEZON CITY HALL
1 1
1h. SM FAIRVIEW (BULACAN) ROUTE – 18.1 KM
• SM FAIRVIEW (VIA REGALADO HIGHWAY)
• DON MARIANO MARCOS AVENUE (FAIRVIEW CENTER MALL)
• LITEX
• BATASAN BUS STOP (SANDIGAN)
• DON ANTONIO (SHOPWISE)
• TANDANG SORA COR COMMONWEALTH AVE.
• CENTRAL AVENUE BUS STOP
1 1
1i. NOVALICHES ROUTE – 14.2 KM 1 1
6
• SM NOVALICHES
• MINDANAO AVE (HBC)
• MINDANAO AVE COR TANDANG SORA (ST. JAMES COLLEGE)
• MINDANAO AVE (PETRON STATION NEAR SM NORTH)
• AGHAM ROAD (PHILIPPINE CHILDRENS HOSPITAL)
• QC CIRLCE (LUNG CENTER)
II. TECHNICAL SPECIFICATIONS
INSTRUCTIONS 1. Indicate “COMPLY” per line number under the Statement of Compliance if supplier can meet the required specifications and project requirements. 2. Do NOT leave any blank. A “Yes” or “No” entry will not be accepted. 3. Do not alter the contents of this form in any way.
Item Specification Statement of Compliance
COVERAGE The proposed contract (October 1 to December 31, 2020) shall cover the rental of the nine (9) units shuttle bus with a minimum of 25 passenger seating capacity following IATF social distancing, health and safety protocol, air-conditioned for CHED employees to and from the CHED Central Office located at C. P. Garcia Ave., UP Diliman, Quezon City and designated pickup and drop off points.
1. SCOPE OF THE PROJECT
1.1 The rental of nine (9) shuttle bus with the following features:
a. In good running condition b. Centralized air-conditioning system with at least 25
seating capacity following the DOTr/IATF protocol c. Shuttle bus model must not be more than 5 years d. Have one (1) operating door and an emergency exit
door e. Bus interior and exterior should be in good condition
7
1.2 Routes
a. All nine (9) shuttle buses (buses nos. 1-9) to ply to and from CHED Central Office and the designated pickup and drop off points.
1.3 Should have LTFRB Special Permit to shuttle passengers.
1.4 Per LTFRB Memorandum Circular No. 2020-017, SOCIAL DISTANCING inside the vehicle will be strictly implemented. Operators shall put a marking on the seats where the passengers must occupy.
1.5 The following shall be for the account of the Service
Provider (SP): a. Expenses for gasoline, oil lubricant and other
consumables required to run and maintain the shuttle buses
b. The salaries, allowances and all other benefits due to the assigned drivers.
1.6 Each shuttle bus will be staffed by a licensed driver in proper uniform, wearing face mask at all times and clearly identified by a company identification card. The driver will be equipped with cell phone with load for any need of immediate communication;
1.7 Drivers must be equipped with thermal scanners;
1.8 Shuttle bus shall be disinfected before and every end of each trip (specially seats, armrests, handles);
1.9 All shuttle bus must be equipped with First Aid Kits, 3 big umbrellas and flashlights;
1.10 CHED reserves the right to demand an immediate
replacement of the vehicle should problems/issues arise;
1.11 Winning bidder must assign one (1) transport
coordinator;
1.12 Winning bidder must submit complete list of the Names of Drivers with their Valid Professional Licenses;
1.13 Recommended Bus Layout (see attached);
1.14 All shuttle buses must be covered by a Comprehensive
Insurance including passenger Liabilities insurance during the entire duration of the contract.
8
2. CONTRACT PERIOD 2.1 The contract period covered shall be from the contract
perfection to December 31, 2020.
3. SCHEDULE OF REQUIREMENTS
3.1 The trips of shuttle buses are enumerated in detail in
No. 1, Schedule of Requirements. 3.2 The shuttle bus shall observe the following schedule:
• Monday to Friday: shuttle should be at the CHED before 8:00 am and depart at 5:01 pm;
4. TERMS OF PAYMENT
4.1 Payment shall be made monthly subject to the
submission of the following:
a. Billing Statement; b. Summary of daily trips duly signed by the CHED Security Guard on duty and the SP coordinator; c. Attendance sheet per trip; d. Computation of payment shall be based on the
following computation:
Rate per Trip = Monthly Contract Price/ 22 days/ 9 buses/2 trips per day Monthly Rate = no. of days x Rate per Trip x 9 x 2
9
ANNEX B [Insert Letterhead of the Prospective Bidder/Supplier here]
LETTER OF CONFORMITY
Title of the Project: [Title] To: CHED Bids and Awards Committee Commission on Higher Education HEDC Bldg., C.P. Garcia Ave. Diliman, Quezon City This is to inform the CHED Bids and Award Committee (CHED-BAC) that our Company ___________________________________________________, located at ___________________________________________________ conforms to the Schedule of Requirements and Technical Specifications as enumerated in the Terms of Reference of the Bidding Documents and in Bid Bulletin(s) issued. ____________________________ Signature of Printed Name
10
ANNEX C [Insert letterhead of the prospective Bidder/Supplier here]
RENTAL OF NINE (9) SHUTTLE BUS SERVICE
OF CHED EMPLOYEES FOR THREE (3) MONTHS
FINANCIAL PROPOSAL FORM
After having carefully read and accepted the Terms and Conditions and Technical Specifications (Annex A), I/we submit our quotation/s for the item/s as follows:
APPROVED BUDGET FOR THE CONTRACT (ABC): ₱5,520,000.00 (All price offered shall be inclusive of VAT and Delivered Duties Paid)
Instruction: Do not leave any blanks. Indicate “0” if the item is being offered for free.
Description Quantity Financial Bid
Total Price
Rental of Bus (9 units) for 3 months from October 1-December 31, 2020 [excluding Saturdays, Sundays and Holidays] with minimum of 25 passenger seating capacity following IATF social distancing and health and safety protocol, air-conditioned
1 LOT Php
Total Bid Price PhP
Amount in Words:
Notes: 1. The financial bid is inclusive of all taxes, duties, transportation costs, delivery charges and
all costs relative to the project requirements.
2. The bidder shall assume all risks until the goods have been delivered at the site and accepted by CHED.
BIDDER’S UNDERTAKING I/We, the undersigned bidder, having examined the technical specifications, as applicable hereby OFFER to (supply/deliver/perform) the above described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the technical documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award. Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.
____________________________ __________________________ ________ Name of Company Signature Over Printed Name Date
of Authorized Representative
11
ANNEX D
BID SECURITY
The bidder/supplier shall submit a Bid Securing Declaration using the form prescribed in the Notice of Conduct of Negotiated procurement/Request for Submission of Best Offer or any of the following form of Bid Security: a. Php 110,400.00, equivalent to 2% of the ABC, if bis security is in cash, cashier’s/managers
check, bank draft/guarantee or irrevocable letter of credit; OR Bidders who opt to submit a bid security in the form cash and/or cashier’s/managers check shall deposit the said bid security to the CHED Cashier, in coordination with the CHED BAC Secretariat, prior to the submission of bids. The Official Receipt issued by the CHED Cashier shall be submitted as part of their Sealed Envelopes containing their Best Offers.
b. Php 276,000.00, equivalent to 5% of the ABC, if bid security is in Surety Bond, a valid
certification from the Insurance Commission must be attached/submitted; OR
12
Annex D
c. Bid-Securing Declaration (REPUBLIC OF THE PHILIPPINES) CITY OF _____________________) S.S. x---------------------------------------------x Invitation to Bid [Insert reference number]
To: [Insert name and address of the Procuring Entity]
I/We, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Bid Security,
which may be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any
procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b)
I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid
Securing Declaration, within fifteen (15) days from receipt of written demand by the procuring
entity for the commission of acts resulting to the enforcement of the bid securing declaration
under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1 (f), of the IRR of RA 9184; without
prejudice to other legal action the government may undertake.
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following cir-
cumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect,
and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail
of said right;
c. I am/we are declared as the bidder with the Lowest Calculated Responsive Bid, and I/we
have furnished the performance security and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at
[place of execution].
[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]
13
Affiant
SUBSCRIBED AND SWORN to before me this __ day of [month] [year] at [place of execution], Phil-ippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affi-ant/s exhibited to me his/her [insert type of government identification card used], with his/her photo-graph and signature appearing thereon, with no. ______. Witness my hand and seal this ___ day of [month] [year]. NAME OF NOTARY PUBLIC Serial No. of Commission ___________ Notary Public for ______ until _______ Roll of Attorneys No. _____ PTR No. __, [date issued], [place issued] IBP No. __, [date issued], [place issued] Doc. No. ___ Page No. ___ Book No. ___ Series of ____.
14
ANNEX E
CHECKLIST OF ADDITIONAL REQUIREMENTS
Legal Documents
1. Appropriate Registration Certificate from the: ➢ Securities and Exchange Commission
For Corporation
Certificate of Registration; or Certificate of Incorporation; or Certificate of Filing of Amended Articles of Incorporation.
For Partnership Certificate of Registration; or Certificate of Partnership; or Certificate of Filing of Amended Articles of Partnership
➢ Department of Trade and Industry (DTI), for Sole Proprietorship ➢ Cooperative Development Authority (CDA), for Cooperatives
2. Mayor’s/Business Permit for CY 2020 issued by the city or municipality where the principal
place of business of the prospective bidder is located.
3. Valid Tax Clearance per Executive Order 398 (s. 2005), as finally reviewed and approved by the BIR In case of Joint Venture, all parties to the Joint Venture shall submit item numbers 1, 2 & 3 above.
Technical Documents
4. Valid PhilGEPS Registration Certificate. In case of Joint Venture, all parties to the Joint Venture shall submit the said document.
5. Statement of All On-Going (Annex F1) Government and Private Contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid.
6. Statement of Single Largest Completed (Annex F2) Government and/or Private Contract or Contracts similar to the contract to be bid, within the past three (3) years prior to the deadline for the submission and receipt of bids. The Bidder must have completed, within the period specified in the Invitation to Bid and ITB Clause 12.1(a)(ii), a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC.
Financial Documents
7. Audited financial statements for CY 2019, stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.
15
In case of Joint Venture, the company/party who submitted the Statement of All On-Going Government and Private Contracts must be the same company/party who must submit the Audited Financial Statements and NFCC computation.
8. The prospective bidder’s computation of its Net Financial Contracting Capacity (NFCC) (Annex F3) at least equal to the approved budget for the contract to be bid OR a committed Line of Credit from a Universal or Commercial Bank at least equal to ten percent (10%) of the ABC to the bid.
CLASS “B” DOCUMENT
9. Valid joint venture agreement, if there’s any, or notarized statements from all the potential joint venture partners that they will enter into and abide by the provisions of the JVA.
10. Omnibus Sworn Statement (Annex F4) in accordance with Section 25.2 of the RIRR of
RA 9184 and using the form prescribed in the Bidding Documents. Submit a Notarized
Secretary’s Certificate, if required/applicable. In case of sole proprietorship, submit a
special power of attorney if the proprietor/owner has assigned/appointed a person to, on
his/her behalf, represent the company in the bidding of GSIS and sign all documents
pertaining to the project to be bid.
16
Annex F1
RENTAL OF NINE (9) SHUTTLE BUS SERVICE OF CHED EMPLOYEES FOR THREE (3) MONTHS
STATEMENT OF ALL ONGOING GOVERNMENT AND PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED, IF ANY, WHETHER SIMILAR OR NOT
SIMILAR IN NATURE AND COMPLEXITY TO THE CONTRACT TO BE BID WITHIN THE LAST THREE (3) YEARS
All On-Going Contracts (including contract/s awarded but not yet started, if any)
Name of
Client
Name of the
Contract
Date and
Status of the
Contract
Kinds of
Goods
Amount of
Contract
Value of Outstandi
ng Contracts
Date of Delivery
Purchase Order
Number/s or Date of Contract/s
ON-GOING
CONTRACTS AWARDED BUT NOT YET STARTED (IF ANY)
CERTIFIED CORRECT:
________________________________________ Name & Signature of Authorized Representative _______________________________________
Position _______________________________________
Date
Instructions:
1. Cut Off Date as of: (i) Up to the day before the deadline of submission of bids. 2. In the column under “Dates”, indicate the dates of Delivery/End-User’s Acceptance and
Official Receipt No. 3. Name of Contract column, indicates the Nature/Scope of the Contract for the CHED to
determine the relevance of the entry with the Procurement at hand. 4. Any of the following documents must be submitted corresponding to listed contracts
• Copy of End User’s Acceptance;
17
• Official Receipts; • Sales Invoice
Annex F2
RENTAL OF NINE (9) SHUTTLE BUS SERVICE OF CHED EMPLOYEES FOR THREE (3) MONTHS
STATEMENT OF SINGLE (1) LARGEST COMPLETED CONTRACT OF SIMILAR NATURE WITHIN THE LAST THREE (3) YEARS FROM DATE OF SUBMISSION
AND RECEIPT OF BIDS AMOUNTING TO AT LEAST FIFTY PERCENT (50%) OF THE APPROVED BUDGET FOR THE CONTRACT (ABC)
CERTIFIED CORRECT: ________________________________________ Name & Signature of Authorized Representative _______________________________________
Position _______________________________________
Date
Instructions:
1. Cut Off Date as of: (i) Up to the day before the deadline of submission of bids. 2. In the column under “Dates”, indicate the dates of Delivery/End-User’s Acceptance and
Official Receipt No. 3. Name of Contract column, indicates the Nature/Scope of the Contract for the CHED to
determine the relevance of the entry with the Procurement at hand. 4. Any of the following documents must be submitted corresponding to listed contracts
• Copy of End User’s Acceptance;
18
• Official Receipts; • Sales Invoice
Annex F3
RENTAL OF NINE (9) SHUTTLE BUS SERVICE OF CHED EMPLOYEES FOR THREE (3) MONTHS
CERTIFICATE OF NET FINANCIAL CONTRACTING CAPACITY (Please show figures at how you arrived at the NFCC)
This is to certify that our Net Financial Contracting Capacity (NFCC) is Philippine Pesos ____________ (P______________) which is at least equal to the Approved Budget for the Contract (ABC). The amount is computed as follows:
NFCC = [{Current Assets minus Current Liabilities) (15)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started coinciding with the contract to be bid.
NFCC = (CA-CL) (15) – C
Issued this _____ day of _________, 2020.
CERTIFIED CORRECT:
________________________________________ Name & Signature of Authorized Representative
_______________________________________
Position
_______________________________________ Date
Notes: 1. The values of the bidder’s current assets and current liabilities shall be based on the data
submitted to BIR through its Electronic Filing and Payment System. 2. Value of all outstanding or uncompleted contracts refers those listed in Annex I. 3. The detailed computation using the required formula must be shown as provided above.
19
4. The NFCC computation must at least be equal to the total ABC of the projec
Annex F4
RENTAL OF NINE (9) SHUTTLE BUS SERVICE OF CHED EMPLOYEES FOR THREE (3) MONTHS
OMNIBUS SWORN STATEMENT
REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _______ ) S.S. A F F I D A V I T I/We, ____________, of legal age, with residence at __________, after having duly sworn in accordance with law and in compliance with the bidding requirements as contained in the Instructions to Bidders/Bid Data Sheet for the bidding do hereby certify under oath as follows:
(a) AUTHORITY OF THE DESIGNATED REPRESENTATVE
(Please check appropriate box and full up blanks)
SOLE PROPRIETORSHIP
That I am the sole proprietor of <Company Name/Name of Supplier> with business address at _____________; Telephone No. ________________, with Fax No. __________ and e-mail address ______________ and as such, I have the full power and authority to do, execute, and perform any and all acts necessary to represent it in the negotiation.
That I am the <Company Name/Name of Supplier> with business address at_____________; Telephone No. ________________, with Fax No. __________ and e-mail address ______________ and as such, I have the full power and authority to do, execute, and perform any and all acts necessary to represent it in the negotiation.
Note: Please attach a Special Power of Attorney, if not the Sole Proprietor/Owner.
CORPORATION, PARTNERSHIP, COOPERATIVE
That I/We am/are the duly authorized representative/s of <Company Name>, located at _____________; Telephone No. ________________, with Fax No. __________ and e-mail address ______________; as shown in the attached Secretary’s Certificate issued by the corporation or the members of the joint venture,
20
and granted full power and authority to execute and perform any and all acts necessary and/or to represent our company in the abovementioned negotiations, including signing all negotiation documents and other related documents such as the contracts:
(b) NON-INCLUSION IN THE BLACKLIST NOR UNDER SUSPENSION STATUS
BY ANY AGENCY OR GOVERNMENT INSTRUMENTALITY
That the firm I/We represent is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, Foreign Government/Foreign or International Institution whose blacklisting rules been recognized by the Government Procuring Policy Board;
(c) AUTHENTICITY OF SUBMITTED DOCUMENTS
That each of the documents submitted by our company by our company in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct.
(d) AUTHORITY TO VALIDATE SUBMITTED DOCUMENTS
The undersigned duly authorized representative of the Applicant, for and in behalf of
the Applicant hereby submits this Letter of Authorization in relation with Application to apply for Eligibility and to Bid for the subject contract to be bid.
In the connection thereat, all public official, engineer, architect, surety company, bank institution or other person, company or corporation named in the eligibility documents and statements are hereby requested and authorized to furnish the Chairperson of CHED-BAC or his duly authorized representative/s any information necessary to verify the correctness and authenticity of any item stated in the said document and statements or regarding our competence and general reputation.
I/We hereby give consent and give authority to the Chairperson of CHED-BAC or his duly authorized representative, to verify the authenticity and correctness, of any or all of the documents and statements submitted herein; and that I/we hereby hold myself liable, criminally or civilly, for any misrepresentation or false statements made therein which shall
21
be ground for outright disqualification and/or ineligibility, and inclusion of my/our company among the contractors blacklisted from participating in future biddings of the Commission on Higher Education (CHED).
(e) DISCLOSURE OF RELATIONS
That for and in behalf of the Bidder, I/We hereby declare that:
if the bidder is an individual or a sole proprietorship, to the bidder himself;
if the bidder is a partnership or cooperative, to all its officers and members;
if the bidder is a corporation or joint venture, to all its officers, directors, and controlling stockholders;
Are not related by consanguinity or affinity up to the third civil degree with the Secretary, Officers or Employees having direct access to information that may substantially affect the result of the bidding such as, but not limited to, the members of the BAC, the members of the Technical Working Group (TWG), the BAC Secretariat, and CHED. It is fully understood that the existence of the aforesaid relation by consanguinity or affinity of the Bidder with the aforementioned Officers of the Agency shall automatically disqualify the Bid.
(f) COMPLIANCE WITH EXISTING LABOR LAWS AND STANDARDS
That our company diligently abides and complies with existing labor laws and standards
(g) BIDDER’S RESPONSIBLITIES
1. That I/we have taken steps to carefully examine all of the Bidding Documents; 2. That I/We acknowledge all conditions, local or otherwise, affecting the implementation
of the Contract; 3. That I/We made an estimate of the facilities available and needed for the contract to be
bid, if any; 4. That I/We will inquire or secure Supplemental/Bid Bulletin(s) issued for this Project. 5. That the submission of all bidding requirements shall be regarded as acceptance of all
conditions of bidding and all requirements of authorities responsible for certifying compliance of the contract;
6. That I have complied with our responsibility as provided for in the bidding documents and all Supplemental / Bid Bulletins;
7. That failure to observe any of the above responsibilities shall be at my own risk; and 8. That I agree to be bound by the terms and conditions stated in the Conditions of the
Contract for this project.
(h) DID NOT PAY ANY FORM OF CONSIDERATION
22
That our company did not give or pay directly or indirectly any commission, amount, fee or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.
(i) COMPANY OFFICIAL CONTACT REFERENCE
That our company hereby assigns the following contact number/s and e-mail address/es as the official telephone/fax number and contact reference of the company where the CHED Bids and Awards Committee notices be transmitted.
It is understood that notice/s transmitted in the above-stated telephone/fax numbers and/or e-mail address/es are deemed received as of its transmittal and the reckoning period for the reglementary periods stated in the bidding documents and the revised Implementing Rules and Regulations of Republic Act No. 9184 shall commence from receipt thereof.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at____________, Philippines.
SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of ________________ at __________________, Philippines. Affiant exhibited to me his/her competent Evidence of Identity (as defined by the 2004 Rules of Notarial Practice ________________ issued ______________ at ____________________, Philippines. Doc. No._______ Page No._______ Book No._______ Series of_______
Note:
"Sec.12. Competent Evidence of Identity - The phrase” competent evidence of identity" refers to the identification
of an individual based on:
At least one current identification documents issued by an official agency bearing the photograph and signature
of the individual, such as but limited to, passport, driver's license, Professional Regulations Commission ID,
National Bureau of Investigation clearance, police clearance, postal ID, voter's ID, Barangay Certification,
Government Service and Insurance System (GSIS) e-card, Social Security System (SSS) card, PhilHealth card,
certificate of registration/immigrant certificate of registration, government office ID, certification from the National
Council for the Welfare of Disabled Persons (NCWDP), Department of Social Welfare and Development (DSWD)
certification.
23
ANNEX G
RENTAL OF NINE (9) SHUTTLE BUS SERVICE OF CHED EMPLOYEES FOR THREE (3) MONTHS
COMPANY PROFILE
COMPANY NAME :
ADDRESS :
HEAD OFFICE :
BRANCH :
TELEPHONE NUMBER/S :
FAX NUMBER/S :
E-MAIL ADDRESS/ES :
NUMBER OF YEARS IN BUSINESS :
NUMBER OF EMPLOYEES :
LIST OF MAJOR STOCKHOLDERS :
LIST OF BOARD DIRECTORS :
LIST OF KEY PERSONNEL (NAME & DESIGNATION WITH SIGNATURE) AS AUTHORIZED CONTACT PERSONS FOR THIS PROJECT [at least THREE (3)]
:
_______________________________________________ Name & Signature of Company Authorized Representative
___________________________________ Position
___________________________________ Date
24
OTHER TERMS AND CONDITIONS:
1. The official Request for Quotation must be duly signed by the bidder or by the authorized representative. All entries must be typewritten or must be eligible, if handwritten.
2. The attached Specifications shall be an integral part of the terms and conditions of the contract.
3. Bidders shall provide correct and accurate information required in this form
including the Technical Data Sheet or Brochure.
4. Price quotation/s must be valid for a period of One Hundred Twenty (120) calendar days from the date of submission.
5. Price quotation/s, to be denominated in Philippine peso shall include all taxes,
duties and/or levies payable.
6. Quotations exceeding the Approved Budget for the Contract shall be rejected.
7. Award of contract shall be made to the quotation which complies with the minimum technical specifications and other terms and conditions stated herein.
8. Offer may be accepted immediately or after some negotiations by CHED Bids and Awards Committee.
9. Any alterations, erasures or overwriting shall be valid only if they are signed or initiated by you or any of your duly authorized representative/s.
10. The CHED shall have the right to inspect and/or to test the goods and services to confirm their conformity to the technical specifications.
11. Liquidated damages equivalent to one tenth (1/10) of one percent (1%) of the
value of the goods and services not delivered within the prescribed delivery period shall be imposed per day of delay.
The CHED BAC shall rescind the contract once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of the contract, without prejudice to other courses of action and remedies open to it.