Top Banner
BAC4FREEWIFI-2016-02-002 Bidding Documents for the Procurement of IP Transport Municipal Services Phase 2 (IPTM2) Free Wi-Fi Internet Access in Public Places Project Bid Reference No.: BAC4FREEWIFI-2016-02-002 Approved Budget for the Contract: ₱990,360,600.00 Department of Science and Technology INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE SPECIAL BIDS AND AWARDS COMMITTEE FOR FREE WI-FI INTERNET ACCESS IN PUBLIC PLACES PROJECT (BAC4FREEWIFI) February 2016
164

Philippine Bidding Documents - DICT

Mar 04, 2023

Download

Documents

Khang Minh
Welcome message from author
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
Page 1: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

Bidding Documents for the Procurement of IP Transport Municipal Services

Phase 2 (IPTM2) Free Wi-Fi Internet Access in Public Places Project

Bid Reference No.: BAC4FREEWIFI-2016-02-002

Approved Budget for the Contract: ₱990,360,600.00

Department of Science and Technology INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

SPECIAL BIDS AND AWARDS COMMITTEE FOR FREE WI-FI INTERNET ACCESS IN PUBLIC PLACES

PROJECT (BAC4FREEWIFI)

February 2016

Page 2: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

TABLE OF CONTENTS

SECTION I. INVITATION TO BID .........................................................................3

SECTION II. INSTRUCTIONS TO BIDDERS ..........................................................7

SECTION III. BID DATA SHEET .................. ERROR! BOOKMARK NOT DEFINED.

SECTION IV. GENERAL CONDITIONS OF CONTRACT ....................................... 50

SECTION V. SPECIAL CONDITIONS OF CONTRACT .......................................... 67

SECTION VI. SCHEDULE OF REQUIREMENTS ................................................... 70

SECTION VII. TECHNICAL SPECIFICATIONS ................................................... 72

SECTION VIII. SUMMARY OF BID SECURITY AND COST OF BIDDING

DOCUMENTS ......................................... ERROR! BOOKMARK NOT DEFINED.

SECTION IX. BIDDING FORMS .................... ERROR! BOOKMARK NOT DEFINED.

SECTION X. CHECKLIST OF DOCUMENTS .... ERROR! BOOKMARK NOT DEFINED.

Page 3: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

3

Section I. Invitation to Bid

Page 4: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

4

INVITATION TO BID

FOR THE PROCUREMENT OF IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2)

1. The Information and Communications Technology Office (ICT Office), through

the GAA 2015 Continuing Appropriations – Free Wi-Fi Internet Access in Public Places Project (“Project”) intends to apply the sum of Pesos: Nine Hundred Ninety Million Three Hundred Sixty Thousand Six Hundred (PhP990,360,600.00) being the Approved Budget for the Contract (ABC) to payments under the contract for the IP Transport Municipal Services Phase 2 (IPTM2). Bids received in excess of the ABC shall automatically rejected at bid opening.

Contract Name

Approved Budget for the

Contract (PhP)

Cost of bidding

documents (PhP)

Bid Submission

Bid Opening

IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2) (BAC4FREEWIFI-2016-02-

002)

990,360,600.00 75,000.00* 21 March

2016 12 Noon

21 March 2016 3 PM

* Bidding documents may be purchased per lot please refer to the bidding documents. Bidder may bid for one, some and all lots. Separate bid security for each lot being bid.

2. The ICT Office now invites bids for the Procurement of IP TRANSPORT

MUNICIPAL SERVICES PHASE 2 (IPTM2). This bid is composed of one thousand three hundred eighty five (1,385) municipalities, organized into three (3) Offer Groups that have varied scopes. A “Service” shall connect one or more of the Project‟s Municipal Point of Presence (mPoP) Component Managed Service (CMS) to either the IP Core (CORE) CMS or one or more Point of Presence (PoP) CMS, all of which are to be provisioned by the System Management & Access (SMA) Service of the Project.

A SERVICE shall only be implemented and made fully available within days specified below upon receipt of Notice to Proceed and Notice from ICT Office that there is a completion of its pre-requisites (backhaul, network, etc.).

a. Within one hundred twenty (120) calendar days, one third (⅓) of covered municipalities;

b. Within one hundred fifty (150) calendar days, two thirds (⅔) of covered municipalities; and,

c. Within one hundred eighty (180) calendar days, all covered municipalities.

Page 5: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

5

3. Bidders should have completed, within the last three (3) years from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instruction to Bidders.

4. Bidding will be conducted through open competitive bidding procedures using a

non-discretionary “pass/fail” criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”.

Bidding is restricted to Filipino citizens/sole proprietorship, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA 5183 and subject to Commonwealth Act 138.

5. A complete set of Bidding Documents may be purchased by interested Bidders

starting 29 February 2016 from 9:00 a.m. to 5:00 p.m., Mondays to Fridays, except holidays upon payment of a non-refundable fee for the bidding documents in the amount stated above at the ICT Office's Cashier Section. It may also download free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of ICT Office, provided that Bidders shall pay the non-refundable fee for the Bidding Document stated above not later than the submission of bids.

6. The ICT Office BAC4FreeWiFi has scheduled the following activities for the said Project:

Pre-bid Conference Deadline for Submission

and Receipt of Bids Bid Opening

09 March 2016, (Wed), 3:00 PM

21 March 2016, (Mon), 12:00 Noon

21 March 2016, (Mon), 3:00 PM

Venue: Seminar Room, ICT Office Building,

Carlos P. Garcia Avenue, Diliman, Quezon City

Venue: AVR Room, ICT Office Building, Carlos P. Garcia Avenue, Diliman,

Quezon City

Venue: AVR Room, ICT Office Building, Carlos

P. Garcia Avenue, Diliman, Quezon City

The ICT Office Bids and Awards Committee will hold a Pre-bid Conference on the above stated date, which shall be open to all interested bidders who purchased the bidding documents.

7. ICT Office reserves the right to accept or reject any Bid, to annul the bidding

process, and to reject all Bids at any time prior to contract award, and makes no assurance that contract shall be entered into as a result of this invitation, without thereby incurring any liability to the affected Bidder or Bidders.

Page 6: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

6

For further information, please contact: ROSA PILIPINAS M. MENDOZALower Ground Floor, ICTO Building, C. P. Garcia Avenue, Diliman, Quezon City Telefax No.: 9286071 Email: [email protected] Web: www.icto.dost.gov.ph

29 February 2016

(SGD.) MARIA TERESA MAGNO-GARCIA Chairperson, BAC4FREEWIFI

Page 7: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

7

Section II. Instructions to Bidders

Page 8: Philippine Bidding Documents - DICT

8

TABLE OF CONTENTS

GENERAL ............................................................................................... 9

1. Scope of Bid ........................................................................................... 9

2. Source of Funds ...................................................................................... 9

3. Corrupt, Fraudulent, Collusive, and Coercive Practices ............................... 9

4. Conflict of Interest ................................................................................ 11

5. Eligible Bidders ..................................................................................... 12

6. Bidder‟s Responsibilities ......................................................................... 14

7. Origin of Goods ..................................................................................... 15

8. Subcontracts ......................................................................................... 16

CONTENTS OF BIDDING DOCUMENTS .......................................................... 16

9. Pre-Bid Conference ............................................................................... 16

10. Clarification and Amendment of Bidding Documents ................................ 17

PREPARATION OF BIDS ............................................................................ 17

11. Language of Bid .................................................................................... 17

12. Documents Comprising the Bid: Eligibility and Technical Components ...... 18

13. Documents Comprising the Bid: Financial Component ............................. 19

14. Alternative Bids ..................................................................................... 20

15. Bid Prices ............................................................................................. 21

16. Bid Currencies ...................................................................................... 22

17. Bid Validity ........................................................................................... 23

18. Bid Security .......................................................................................... 23

19. Format and Signing of Bids .................................................................... 25

20. Sealing and Marking of Bids ................................................................... 26

SUBMISSION AND OPENING OF BIDS ........................................................... 27

21. Deadline for Submission of Bids ............................................................. 27

22. Late Bids .............................................................................................. 27

23. Modification and Withdrawal of Bids ....................................................... 27

24. Opening and Preliminary Examination of Bids ......................................... 28

EVALUATION AND COMPARISON OF BIDS ...................................................... 29

25. Process to be Confidential ..................................................................... 29

26. Clarification of Bids ............................................................................... 30

27. Domestic Preference ............................................................................. 30

28. Detailed Evaluation and Comparison of Bids ........................................... 31

29. Post-Qualification .................................................................................. 32

30. Reservation Clause ................................................................................ 33

AWARD OF CONTRACT ............................................................................ 35

31. Contract Award ..................................................................................... 35

32. Signing of the Contract .......................................................................... 35

33. Performance Security ............................................................................ 36

34. Notice to Proceed .................................................................................. 37

Page 9: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

9

General

1. Scope of Bid

1.1. TheInformation and Communications Technology Office named in the BDS (hereinafter referred to as the “-ICT Office”) wishes to receive bids for supply and delivery of the goods as described in Section VII. Technical Specifications(hereinafter referred to as the “Goods”).

1.2. The name, identification, and number of lots specific to this bidding are provided in the BDS. The contracting strategy and basis of evaluation of lots is described in ITB Clause 28.

2. Source of Funds

The ICT Office has a budget or has applied for or received funds from the Funding Source named in the BDS, and in the amount indicated in the BDS. It intends to apply part of the funds received for the Project, as defined in the BDS, to cover eligible payments under the contract.

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1. Unless otherwise specified in the BDS, the ICT Office as well as the bidders andsuppliers shall observe the highest standard of ethics during the procurement and execution of the contract. In pursuance of this policy, the ICT Office:

a. defines, for purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, others, or induce others to do so, by misusing the position in which they are placed, and includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the government, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in RA 3019.

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the ICT Office, and includes collusive practices among Bidders

Page 10: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

10

(prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the ICT Office of the benefits of free and open competition.

(iii) “collusive practices” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the ICT Office, designed to establish bid prices at artificial, non-competitive levels.

(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedingsor investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the ICT Office or any foreign government/foreign or international financing institution into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or

(bb) acts intended to materially impede the exercise of

the inspection and audit rights of the ICT Office or any foreign government/foreign or international financing institution herein.

b. will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract.

3.2. Further, the ICT Office will seek to impose the maximum civil, administrative, and/or criminal penalties available under applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3.1(a).

Page 11: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

11

3.3. Furthermore, the Funding Source and the ICT Office reserve the right to inspect and audit records and accounts of a bidder or supplier in the bidding for and performance of a contract themselves or through independent auditors as reflected in the GCC Clause1.3.

4. Conflict of Interest

4.1. All Bidders found to have conflicting interests shall be disqualified to participate in the procurement at hand, without prejudice to the imposition of appropriate administrative, civil, and criminal sanctions. A Bidder may be considered to have conflicting interests with another Bidder in any of the events described in paragraphs (a) through (c) below and a general conflict of interest in any of the circumstances set out in paragraphs (d) through (f) below:

a. A Bidder has controlling shareholders in common with another Bidder;

b. A Bidder receives or has received any direct or indirect subsidy from any other Bidder;

c. A Bidder has the same legal representative as that of another Bidder for purposes of this bid;

d. A Bidder has a relationship, directly or through third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the ICT Office regarding this bidding process. This will include a firm or an organization who lends, or temporarily seconds, its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project if the personnel would be involved in any capacity on the same project;

e. A Bidder submits more than one bid in this bidding process. However, this does not limit the participation of subcontractors in more than one bid; or

f. A Bidder who participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are the subject of the bid.

4.2. In accordance with Section 47 of theIRR of RA 9184, all Bidding Documents shall be accompanied by a sworn affidavit of the Bidder that it is not related to the Head of the ICT Office, members of the Bids and Awards Committee (BAC), members of the Technical Working Group (TWG), members of the BAC Secretariat, the head of the Project

Page 12: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

12

Management Office (PMO) or the end-user unit, and the project consultants, by consanguinity or affinity up to the third civil degree.On the part of the Bidder, this Clause shall apply to the following persons:

a. If the Bidder is an individual or a sole proprietorship, to the Bidder himself;

b. If the Bidder is a partnership, to all its officers and members;

c. If the Bidder is a corporation, to all its officers, directors, and controlling stockholders; and

d. If the Bidder is a joint venture (JV), the provisions of items (a), (b), or (c) of this Clause shall correspondingly apply to each of the members of the said JV, as may be appropriate.

Relationship of the nature described above or failure to comply with this Clause will result in the automatic disqualification of a Bidder.

5. Eligible Bidders

5.1. Unless otherwise provided in the BDS, the following persons shall be eligible to participate in this bidding:

a. Duly licensed Filipino citizens/sole proprietorships;

b. Partnerships duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines;

c. Corporations duly organized under the laws of the Philippines, and of which at least sixty percent (60%) of the outstanding capital stock belongs to citizens of the Philippines;

d. Cooperatives duly organized under the laws of the Philippines, and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines; and

e. Unless otherwise provided in the BDS, persons/entities forming themselves into a JV, i.e., a group of two (2) or more persons/entities that intend to be jointly and severally responsible or liable for a particular contract: Provided, however, that Filipino ownership or interest of the joint venture concerned shall be at least sixty percent(60%).

5.2. Foreign biddersmay be eligible to participate when any of the following circumstances exist, as specified in the BDS:

Page 13: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

13

a. When a Treaty or International or Executive Agreement as provided in Section 4 of the RA 9184 and its IRR allow foreign bidders to participate;

b. Citizens, corporations, or associations of a country, included in the list issued by the GPPB, the laws or regulations of which grant reciprocal rights or privileges to citizens, corporations, or associations of the Philippines;

c. When the Goods sought to be procured are not available from local suppliers; or

d. When there is a need to prevent situations that defeat competition or restrain trade.

5.3. Government corporate entities may be eligible to participate only if they can establish that they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are not dependent agencies of the GOP or the ICT Office.

5.4. Unless otherwise provided in the BDS, the Bidder must have completed at least one contract similar to the Project the value of which, adjusted to current prices using the National Statistics Office consumer price index, must be at least equivalent to a percentage of the ABC stated in the BDS.

For this purpose, contracts similar to the Project shall be those described in the BDS, and completed within the relevant period stated in the Invitation to Bid and ITBClause 12.1(a)(iii).

5.5. The Biddermust submita computation of its Net Financial Contracting Capacity (NFCC) or a commitment from a Universal or Commercial Bank to extend a credit line in its favor if awarded the contract for this Project (CLC).

The NFCC, computed using the following formula, must be at least equal to the ABC to be bid:

NFCC = [(Current assets minus current liabilities) (K)] 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 for this Project. Where: K = 10 for a contract duration of one year or less, 15 for a contract

Page 14: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

14

duration of more than one year up to two years, and 20 for a contract duration of more than two years.

The CLC must be at least equal to ten percent (10%) of the ABC for this Project. If issued by a foreign bank, it shall be confirmed or authenticated by a Universal or Commercial Bank. In the case of local government units (LGUs), the Bidder may also submit CLC from other banks certified by theBangkoSentral ng Pilipinas(BSP) as authorized to issue such financial instrument.

6. Bidder’s Responsibilities

6.1. The Bidder or its duly authorized representative shall submit a sworn statement in the form prescribed inas required in ITB Clause 12.1(b)(iii).

6.2. The Bidder is responsible for the following:

(a) Having taken steps to carefully examine all of the Bidding Documents;

(b) Having acknowledged all conditions, local or otherwise, affecting the implementation of the contract;

(c) Having made an estimate of the facilities available and needed for the contract to be bid, if any;

(d) Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin(s) as provided under ITB Clause 10.3.

(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP or any of its agencies, offices, corporations, or LGUs, including foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the GPPB;

(f) Ensuring that each of the documents submitted 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;

(g) Authorizing the Head of the ICT Office or its duly authorized representative/s to verify all the documents submitted;

(h) Ensuring that the signatory is the duly authorized representative of the Bidder, and granted full power and authority to do, execute and perform any and all acts necessary and/or to

Page 15: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

15

represent the Bidder in the bidding, with the duly notarized Secretary’s Certificate attesting to such fact, if the Bidder is a corporation, partnership, cooperative, or joint venture;

(i) Complying with the disclosure provision under Section 47 of RA 9184 in relation to other provisions of RA 3019; and

(j) Complying with existing labor laws and standards, in the case of procurement of services.

Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned.

6.3. The Bidder is expected to examine all instructions, forms, terms, and specifications in the Bidding Documents.

6.4. It shall be the sole responsibility of the Bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to the contract to be bid, including: (a) the location and the nature of this Project; (b) climatic conditions; (c) transportation facilities; and (d) other factors that may affect the cost, duration, and execution or implementation of this Project.

6.5. The ICT Office shall not assume any responsibility regarding erroneous interpretations or conclusions by the prospective or eligible bidder out of the data furnished by the ICT Office.

6.6. The Bidder shall bear all costs associated with the preparation and submission of his bid, and the ICT Office will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

6.7. Before submitting their bids, the Bidderis deemed to have become familiar with all existing laws, decrees, ordinances, acts and regulations of the Philippines which may affect this Project in any way.

6.8. The Bidder should note that the ICT Office will accept bids only from those that have paid the non-refundable fee for the Bidding Documents at the office indicated in the Invitation to Bid.

7. Origin of Goods

Unless otherwise indicated in the BDS, there is no restriction on the origin of goods other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, subject to ITB Clause 27.1.

Page 16: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

16

8. Subcontracts

8.1 Unless otherwise specified in the BDS, the Bidder may subcontract portions of the Goods to an extent as may be approved by the ICT Office and stated in the BDS. However, subcontracting of any portion shall not relieve the Bidder from any liability or obligation that may arise from the contract for this Project.

8.2 Subcontractors must comply with the eligibility criteria and the documentary requirements specified in the BDS. In the event that any subcontractor is found by the ICT Office to be ineligible, the subcontracting of such portion of the Goods shall be disallowed.

8.3 The Bidder may identify the subcontractor to whom a portion of the Goods will be subcontracted at any stage of the bidding process or during contract implementation. If the Bidder opts to disclose the name of the subcontractor during bid submission, the Bidder shall include the required documents as part of the technical component of its bid.

Contents of Bidding Documents

9. Pre-Bid Conference

9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the venue and on the date indicated therein, to clarify and address the Bidders‟ questions on the technical and financial components of this Project.

(b) The pre-bid conference shall be held at least twelve (12) calendar days before the deadline for the submission and receipt of bids. If the ICT Office determines that, by reason of the method, nature, or complexity of the contract to be bid, or when international participation will be more advantageous to the GOP, a longer period for the preparation of bids is necessary, the pre-bid conference shall be held at least thirty (30) calendar days before the deadline for the submission and receipt of bids, as specified in the BDS.

9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they fully understand the ICT Office‟s requirements. Non-attendance of the Bidder will in no way prejudice its bid; however, the Bidder is expected to know the changes and/or amendments to the Bidding Documents discussed during the pre-bid conference.

Page 17: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

17

9.3. Any statement made at the pre-bid conference shall not modify the terms of the Bidding Documents unless such statement is specifically identified in writing as an amendment thereto and issued as a Supplemental/Bid Bulletin.

10. Clarification and Amendment of Bidding Documents

10.1. Bidders who have purchased the Bidding Documents may request for clarification on any part of the Bidding Documents for an interpretation. Such request must be in writing and submitted to the ICT Office at the address indicated in the BDS at least ten (10) calendar days before the deadline set for the submission and receipt of bids.

10.2. Supplemental/Bid Bulletins may be issued upon the ICT Office’s initiative for purposes of clarifying or modifying any provision of the Bidding Documents not later than seven (7) calendar days before the deadline for the submission and receipt of bids. Any modification to the Bidding Documents shall be identified as an amendment.

10.3. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the Philippine Government Electronic Procurement System(PhilGEPS) and the website of the ICT Office concerned, if available. It shall be the responsibility of all Bidders who secure the Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC. However, Bidders who have submitted bids before the issuance of the Supplemental/Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITBClause 23.

Preparation of Bids

11. Language of Bid

The bid, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the ICT Office, shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation in English certified by the appropriate embassy or consulatein the Philippines, in which case the English translation shall govern for purposes of interpretation of the bid.

Page 18: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

18

12. Documents Comprising the Bid: Eligibility and Technical Components

12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the following eligibility and technical documents:

(a) Eligibility Documents –

Class “A” Documents:

(i) Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives, or any proof of such registration as stated in the BDS;

(ii) Mayor‟s permit issued by the city or municipality where the principal place of business of the prospective bidder is located;

(iii) Statement of all its ongoing and completed government and private contracts within the period stated in the BDS, including contracts awarded but not yet started, if any. The statement shall include, for each contract, the following:

(iii.1) name of the contract;

(iii.2) dateof the contract;

(iii.3) kinds of Goods;

(iii.4) amount of contract and value of outstanding contracts;

(iii.5) date of delivery; and

(iii.6) end user‟s acceptance or official receipt(s) issued for the contract, if completed.

(iv) Audited financial statements, stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions, for the preceding calendar year, which should not be earlier than two (2) years from bid submission;

(v) NFCC computation or CLC in1accordance with ITB

1 Please refer to GPPB Resolution No. 29-2012

Page 19: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

19

Clause 5.5;

(vi) Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR;and

Class “B” Document:

(vii) If applicable, the Joint Venture Agreement (JVA) in case the joint venture is already in existence, or duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful.

(b) Technical Documents –

(i) Bid security in accordance with ITB Clause 18. If the Bidder opts to submit the bid security in the form of:

(i.1) a bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or

(i.2) a surety bond, it shall be accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments;

(ii) Conformity with technical specifications, as enumerated and specified in Sections VI andVII of the Bidding Documents; and

(iii) Sworn statement in accordance with Section 25.2(a) (iv) of the IRR of RA 9184 and using the form prescribed in Section VIII. Bidding Forms.

13. Documents Comprising the Bid:FinancialComponent

13.1. Unless otherwise stated in the BDS, the financial component of the bid shall contain the following:

(a) Financial Bid Form, which includes bid prices and the bill of quantities and the applicable Price Schedules, in accordance with ITB Clauses 15.1and15.4;

(b) If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a certification from the DTI, SEC, or CDA issued

Page 20: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

20

in accordance with ITB Clause 27, unless otherwise provided in the BDS; and

(c) Any other document related to the financial component of the bid as stated in the BDS.

13.2. (a) Unless otherwise stated in the BDS, all bids that exceed the ABC shall not be accepted.

(b) Unless otherwise indicated in the BDS, for foreign-funded procurement, a ceiling may be applied to bid prices provided the following conditions are met:

(i) Bidding Documents are obtainable free of charge on a freely accessible website. If payment of Bidding Documents is required by the ICT Office, payment could be made upon the submission of bids.

(ii) The ICT Office has procedures in place to ensure that the ABC is based on recent estimates made by the responsible unit of the ICT Office and that the estimates reflect the quality, supervision and risk and inflationary factors, as well as prevailing market prices, associated with the types of works or goods to be procured.

(iii) The ICT Office has trained cost estimators on estimating prices and analyzing bid variances.

(iv) The ICT Office has established a system to monitor and report bid prices relative to ABC and engineer‟s/ ICT Office's estimate.

(v) The ICT Office has established a system to monitor and report bid prices relative to ABC and ICT Office‟s estimate. The ICT Office has established a monitoring and evaluation system for contract implementation to provide a feedback on actual total costs of goods and works.

14. Alternative Bids

Alternative Bids shall be rejected.For this purpose, alternative bid is an offer made by a Bidder in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of bidding. A bid with options is considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two (2) or more separate bid envelopes.

Page 21: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

21

15. Bid Prices

15.1. The Bidder shall complete the appropriate Price Schedules included herein, stating the unit prices, total price per item, the total amount and the expected countries of origin of the Goods to be supplied under this Project.

15.2. The Bidder shall fill in rates and prices for all items of the Goods described in the Bill of Quantities. Bids not addressing or providing all of the required items in the Bidding Documents including, where applicable, Bill of Quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for free to the Government.

15.3. The terms Ex Works (EXW), Cost, Insurance and Freight (CIF), Cost and Insurance Paid to (CIP), Delivered Duty Paid (DDP),and other trade terms used to describe the obligations of the parties, shall be governed by the rules prescribed in the current edition of the International Commercial Terms (INCOTERMS) published by the International Chamber of Commerce, Paris.

15.4. Prices indicated on the Price Schedule shall be entered separately in the following manner:

a. For Goods offered from within the ICT Office‟s country:

(i) The price of the Goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and sales and other taxes already paid or payable:

(i.1) on the components and raw material used in the manufacture or assembly of Goods quoted ex works or ex factory; or

(i.2) on the previously imported Goods of foreign origin quoted ex warehouse, ex showroom, or off-the-shelf and any ICT Office country sales and other taxes which will be payable on the Goods if the contract is awarded.

(ii) The price for inland transportation, insurance, and other local costs incidental to delivery of the Goods to their final destination.

Page 22: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

22

(iii) The price of other (incidental) services, if any, listed in the BDS.

b. For Goods offered from abroad:

(i) Unless otherwise stated in the BDS, the price of the Goods shall be quoted DDP with the place of destination in the Philippinesas specified in the BDS. In quoting the price, the Bidder shall be free to use transportation through carriers registered in any eligible country. Similarly, the Bidder may obtain insurance services from any eligible source country.

(ii) The price of other (incidental) services, if any, listed in the BDS.

15.5. Prices quoted by the Bidder shall be fixed during the Bidder‟s performance of the contract and not subject to variation or price escalation on any account. A bid submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected, pursuant to ITB Clause 24.

All bid prices shall be considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances.Extraordinary circumstances refer to events that may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines, and upon the recommendation of the ICT Office. Nevertheless, in cases where the cost of the awarded contract is affected by any applicable new laws, ordinances, regulations, or other acts of the GOP, promulgated after the date of bid opening, a contract price adjustment shall be made or appropriate relief shall be applied on a no loss-no gain basis.

16. Bid Currencies

16.1. Prices shall be quoted in the following currencies:

(a) For Goods that the Bidder will supply from within the Philippines, the prices shall be quoted in Philippine Pesos.

(b) For Goods that the Bidder will supply from outside the Philippines, the prices may be quoted in the currency(ies) stated in the BDS. However, for purposes of bid evaluation, bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rateas publishedin the BSPreference rate bulletin on the day of the bid opening.

Page 23: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

23

16.2. If so allowed in accordance with ITB Clause 16.1, the ICT Office for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the foregoing exchange rates.

16.3. Unless otherwise specified in the BDS, payment of the contract price shall be made in Philippine Pesos.

17. Bid Validity

17.1. Bids shall remain valid for the period specified in the BDS which shall not exceed one hundred twenty (120) calendar days from the date of the opening of bids.

17.2. In exceptional circumstances, prior to the expiration of the Bid validity period, the ICT Office may request Bidders to extend the period of validity of their bids. The request and the responses shall be made in writing. The bid security described in ITB Clause 18 should also be extended corresponding tothe extension of the bid validity period at the least. A Bidder may refuse the request without forfeiting its bid security, but his bid shall no longer be considered for further evaluation and award. A Bidder granting the request shall not be required or permitted to modify its bid.

18. Bid Security

18.1. The bid security in the amount stated in the BDS shall be equal to the percentage of the ABC in accordance with the following schedule:

Form of Bid Security Amount of Bid Security (Equal to Percentage of

the ABC)

a. Cash or cashier‟s/manager‟s check issued by a Universal or Commercial Bank.

Two percent (2%)

b. Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

c. Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security.

Five percent (5%)

d. Any combination of the foregoing. Proportionate to share of form with respect to total

amount of security

Page 24: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

24

For biddings conducted by LGUs, the Bidder may also submit bid securities in the form of cashier‟s/manager‟s check, bank draft/guarantee, or irrevocable letter of credit from other banks certified by the BSP as authorized to issue such financial statement.

18.2. The bid security should be valid for the period specified in the BDS. Any bid not accompanied by an acceptable bid security shall be rejected by the ICT Office as non-responsive.

18.3. No bid securities shall be returned to bidders after the opening of bids and before contract signing, except to those that failed or declared as post-disqualified, upon submission of a written waiver of their right to file a motion for reconsideration and/or protest. Without prejudice on its forfeiture, bid securities shall be returned only after the bidder with the Lowest Calculated and Responsive Bid has signed the contract and furnished the performance security, but in no case later than the expiration of the bid security validity period indicated in ITB Clause 18.2.

18.4. Upon signing and execution of the contract pursuant to ITB Clause 32, and the posting of the performance security pursuant to ITB Clause 33, the successful Bidder‟s bid security will be discharged, but in no case later than the bid security validity period as indicated in the ITB Clause 18.2.

18.5. The bid security may be forfeited:

a. if a Bidder:

(i) withdraws its bid during the period of bid validity specified in ITB Clause 17;

(ii) does not accept the correction of errors pursuant to ITB Clause 28.3(b);

(iii) fails to submit the requirements within the prescribed periodor a finding against their veracityas stated in ITB Clause 29.2;

(iv) submission of eligibility requirements containing false information or falsified documents;

(v) submission of bids that contain false information or falsified documents, or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding;

Page 25: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

25

(vi) allowing the use of one‟s name, or using the name of another for purposes of public bidding;

(vii) withdrawal of a bid, or refusal to accept an award, or enter into contract with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid;

(viii) refusal or failure to post the required performance security within the prescribed time;

(ix) refusal to clarify or validate in writing its bid during post-qualification within a period of seven (7) calendar days from receipt of the request for clarification;

(x) any documented attempt by a bidder to unduly influence the outcome of the bidding in his favor;

(xi) failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful; or

(xii) all other acts that tend to defeat the purpose of the competitivebidding, such as habitually withdrawing from bidding, submitting late Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reasons.

b. if the successful Bidder:

(i) fails to sign the contract in accordance with ITB Clause 32; or

(ii) failsto furnish performance security in accordance with ITB Clause 33.

19. Format and Signing of Bids

19.1. Bidders shall submit their bids through their duly authorized representative using the appropriate forms provided in Section VIII. Bidding Forms on or before the deadline specified in the ITB Clause 21 in two (2) separate sealed bid envelopes, and which shall be submitted simultaneously. The first shall contain the technical component of the bid, including the eligibility requirements under ITB Clause 12.1, and the second shall contain the financial component of the bid.

Page 26: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

26

19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any alterations to their format, and no substitute form shall be accepted. All blank spaces shall be filled in with the information requested.

19.3. The Bidder shall prepare and submit an original of the first and second envelopes as described in ITB Clauses 12 and 13. In the event of any discrepancy between the original and the copies, the original shall prevail.

19.4. The bid, except for unamended printed literature, shall be signed,andeach and every page thereof shall be initialed, by the duly authorized representative/s of the Bidder.

19.5. Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the Bidder.

20. Sealing and Marking of Bids

20.1. Bidders shall enclose their original eligibility and technical documents described in ITB Clause 12 in one sealed envelope marked “ORIGINAL - TECHNICAL COMPONENT”, and the original of their financial component in another sealed envelope marked “ORIGINAL - FINANCIAL COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”.

20.2. Each copy of the first and second envelopes shall be similarly sealed duly marking the inner envelopes as “COPY NO. ___ - TECHNICAL COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and the outer envelope as “COPY NO. ___”, respectively. These envelopes containing the original and the copies shall then be enclosed in one single envelope.

20.3. The original and the number of copies of the Bid as indicated in the BDS shall be typed or written in indelible ink and shall be signed by the bidder or its duly authorized representative/s.

20.4. All envelopes shall:

a. contain the name of the contract to be bid in capital letters;

b. bear the name and address of the Bidder in capital letters;

c. be addressed to the ICT Office‟s BAC in accordance with ITB Clause 1.1;

Page 27: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

27

d. bear the specific identification of this bidding process indicated in the ITB Clause 1.2; and

e. bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids, in accordance with ITB Clause21.

20.5. If bids are not sealed and marked as required, the ICT Office will assume no responsibility for the misplacement or premature opening of the bid.

Submission and Opening of Bids

21. Deadline for Submission of Bids

Bids must be received by the ICT Office‟s BAC at the address and on or before the date and time indicated in the BDS.

22. Late Bids

Any bid submitted after the deadline for submission and receipt of bids prescribed by the ICT Office, pursuant to ITB Clause 21, shall be declared “Late” and shall not be accepted by the ICT Office.

23. Modification and Withdrawal of Bids

23.1. The Bidder may modify its bid after it has been submitted; provided that the modification is received by the ICT Office prior to the deadline prescribed for submission and receipt of bids. The Bidder shall not be allowed to retrieve its original bid, but shall be allowed to submit another bid equally sealed, properly identified, linked to its original bid marked as “TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by the BAC. Bid modifications received after the applicable deadline shall not be considered and shall be returned to the Bidder unopened.

23.2. A Bidder may, through a Letter of Withdrawal, withdraw its bid after it has been submitted, for valid and justifiable reason; provided that the Letter of Withdrawal is received by the ICT Office prior to the deadline prescribed for submission and receipt of bids.

23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be returned unopened to the Bidders. A Bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of bids. A Bidder that withdraws its bid shall not be permitted to submit another bid, directly or indirectly, for the same contract.

Page 28: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

28

23.4. No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this interval shall result in the forfeiture of the Bidder‟s bid security, pursuant to ITB Clause 18.5, and the imposition of administrative, civil and criminal sanctions as prescribed by RA 9184 and its IRR.

24. Opening and Preliminary Examination of Bids

24.1. The BAC shall open the first bid envelopes of Biddersin public as specified in the BDS to determine each Bidder‟s compliance with the documents prescribed in ITB Clause 12. For this purpose, the BAC shall check the submitted documents of each bidder against a checklist of required documents to ascertain if they are all present, using a non-discretionary “pass/fail” criterion.If a bidder submits the required document, it shall be rated “passed” for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as “failed”. Otherwise, the BAC shall rate the said first bid envelope as “passed”.

24.2. Unless otherwise specified in the BDS, immediately after determining compliance with the requirements in the first envelope, the BAC shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated “passed”.The second envelope of each complying bidder shall be opened within the same day. In case one or more of the requirements in the second envelope of a particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 13.2, the BAC shall rate the bid concerned as “failed”. Only bids that are determined to contain all the bid requirements for both components shall be rated “passed” and shall immediately be considered for evaluation and comparison.

24.3. Letters of withdrawal shall be read out and recorded during bid opening, and the envelope containing the corresponding withdrawn bid shall be returned to the Bidder unopened. If the withdrawing Bidder‟s representative is in attendance, the original bid and all copies thereof shall be returned to the representative during the bid opening. If the representative is not in attendance, the bid shall be returned unopened by registered mail. The Bidder may withdraw its bid prior to the deadline for the submission and receipt of bids, provided that the corresponding Letter of Withdrawal contains a valid authorization requesting for such withdrawal, subject to appropriate administrative sanctions.

Page 29: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

29

24.4. If a Bidder has previously secured a certification from the ICT Office to the effect that it has previously submitted the above-enumerated Class “A” Documents, the said certification may be submitted in lieu of the requirements enumerated in ITB Clause 12.1(a), items (i) to (v).

24.5. In the case of an eligible foreign Bidderas described in ITB Clause 5, the Class “A” Documents described in ITB Clause 12.1(a)may be substituted with the appropriate equivalent documents, if any, issued by the country of the foreign Bidder concerned.

24.6. Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clauses 12.1(a)(i) and 12.1(a)(ii). Submission of documents required under ITB Clauses 12.1(a)(iii) to 12.1(a)(v) by any of the joint venture partners constitutes compliance.

24.7. A Bidder determined as “failed” has three (3) calendar days upon written notice or, if present at the time of bid opening, upon verbal notification, within which to file a request or motion for reconsideration with the BAC: Provided, however, that the motion for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the Bidder concerned: Provided, further, that the BAC shall decide on the request for reconsideration within seven (7) calendar days from receipt thereof. If a failed Bidder signifies his intent to file a motion for reconsideration,the BAC shall keep the bid envelopes of the said failed Bidder unopened and/or duly sealed until such time that the motion for reconsideration or protest has been resolved.

24.8. TheICT Office shall prepare the minutes of the proceedings of the bid opening that shall include, as a minimum: (a) names of Bidders, their bid price, bid security, findings of preliminary examination; and (b) attendance sheet. The BAC members shall sign the abstract of bids as read.

Evaluation and Comparison of Bids

25. Process to be Confidential

25.1. Members of the BAC, including its staff and personnel, as well as its Secretariat and TWG, are prohibited from making or accepting any kind of communication with any bidder regarding the evaluation of their bids until the issuance of the Notice of Award, unless otherwise allowed in the case of ITB Clause 26.

Page 30: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

30

25.2. Any effort by a bidder to influence the ICT Office in the ICT Office’s decision in respect of bid evaluation, bid comparison or contract award will result in the rejection of the Bidder‟s bid.

26. Clarification of Bids

To assist in the evaluation, comparison, and post-qualification of the bids, the ICT Office may ask in writing any Bidder for a clarification of its bid. All responses to requests for clarification shall be in writing. Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the ICT Office shall not be considered.

27. Domestic Preference

27.1. Unless otherwise stated in the BDS, the ICT Office will grant a margin of preference for the purpose of comparison of bids in accordance with the following:

(a) The preference shall be applied when (i) the lowest Foreign Bid is lower than the lowest bid offered by a Domestic Bidder, or (ii) the lowest bid offered by a non-Philippine national is lower than the lowest bid offered by a Domestic Entity.

(b) For evaluation purposes, the lowest Foreign Bid or the bid offered by a non-Philippine national shall be increased by fifteen percent (15%).

(c) In the event that (i) the lowest bid offered by a Domestic Entity does not exceed the lowest Foreign Bid as increased, or (ii) the lowest bid offered by a non-Philippine national as increased, then the ICT Office shall award the contract to the Domestic Bidder/Entity at the amount of the lowest Foreign Bid or the bid offered by a non-Philippine national, as the case may be.

(d) If the Domestic Entity/Bidder refuses to accept the award of contract at the amount of the Foreign Bid or bid offered by a non-Philippine national within two (2) calendar days from receipt of written advice from the BAC, the ICT Office shall award to the bidder offering the Foreign Bid or the non-Philippine national, as the case may be, subject to post-qualification and submission of all the documentary requirements under these Bidding Documents.

27.2. A Bidder may be granted preference as a Domestic Entity subject to the certification from the DTI (in case of sole proprietorships), SEC (in case of partnerships and corporations), or CDA (in case of cooperatives) that the (a) sole proprietor is a citizen of the Philippines or the partnership, corporation, cooperative, or association is duly

Page 31: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

31

organized under the laws of the Philippines with at least seventy five percent (75%) of its interest or outstanding capital stock belonging to citizens of the Philippines, (b) habitually established in business and habitually engaged in the manufacture or sale of the merchandise covered by his bid, and (c) the business has been in existence for at least five (5) consecutive years prior to the advertisement and/or posting of the Invitation to Bid for this Project.

27.3. A Bidder may be granted preference as a Domestic Bidder subject to the certification from the DTI that the Bidder is offering unmanufactured articles, materials or supplies of the growth or production of the Philippines, or manufactured articles, materials, or supplies manufactured or to be manufactured in the Philippines substantially from articles, materials, or supplies of the growth, production, or manufacture, as the case may be, of the Philippines.

28. Detailed Evaluation and Comparison of Bids

28.1. The ICT Office will undertake the detailed evaluation and comparison of bids which have passed the opening and preliminary examination of bids, pursuant to ITB Clause 24, in order to determine the Lowest Calculated Bid.

28.2. The Lowest Calculated Bid shall be determined in two steps:

(a) The detailed evaluation of the financial component of the bids, to establish the correct calculated prices of the bids; and

(b) The ranking of the total bid prices as so calculated from the lowest to the highest. The bid with the lowest price shall be identified as the Lowest Calculated Bid.

28.3. The ICT Office‟s BAC shall immediately conduct a detailed evaluation of all bids rated “passed,” using non-discretionary pass/fail criteria. Unless otherwise specified in the BDS, the BAC shall consider the following in the evaluation of bids:

(a) Completeness of the bid.Unless the ITB specifically allows partial bids, bids not addressing or providing all of the required items in the Schedule of Requirements including, where applicable, bill of quantities, shall be considered non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) for the said item would mean that it is being offered for free to the ICT Office; and

Page 32: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

32

(b) Arithmetical corrections. Consider computational errors and omissions „to enable proper comparison of all eligible bids. It may also consider bid modifications, if allowed in the BDS. Any adjustment shall be calculated in monetary terms to determine the calculated prices.

28.4. Based on the detailed evaluation of bids, those that comply with the above-mentioned requirements shall be ranked in the ascending order of their total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, to identify the Lowest Calculated Bid. Total calculated bid prices, as evaluated and corrected for computational errors, discounts and other modifications, which exceed the ABC, shall not be considered, unless otherwise indicated in the BDS.

28.5. The ICT Office‟s evaluation of bids shall only be based on the bid price quoted in the Financial Bid Form.

28.6. Bids shall be evaluated on an equal footing to ensure fair competition. For this purpose, all bidders shall be required to include in their bids the cost of all taxes, such as, but not limited to, value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which shall be itemized in the bid form and reflected in the detailed estimates. Such bids, including said taxes, shall be the basis for bid evaluation and comparison.

29. Post-Qualification

29.1. The ICT Office shall determine to its satisfaction whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid (LCB) complies with and is responsive to all the requirements and conditions specified in ITB Clauses 5, 12,and13.

29.2. Within a non-extendible period of three (3) calendar days from receipt by the bidder of the notice from the BAC that it submitted the LCB,the Bidder shall submit the following documentary requirements:

a. Latest income and business tax returnsin the form specified in the BDS;

b. Certificate ofPhilGEPSRegistration; and

c. Other appropriate licenses and permits required by law and stated in the BDS.

Page 33: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

33

Failure of the Bidder declared as Lowest Calculated Bid to duly submit the requirements under this Clause or a finding against the veracity of such shall be ground for forfeiture of the bid security and disqualification of the Bidder for award.

29.3. The determination shall be based upon an examination of the

documentary evidence of the Bidder‟s qualifications submitted pursuant to ITB Clauses 12 and 13, as well as other information as the ICT Office deems necessary and appropriate, using a non-discretionary “pass/fail” criterion.

29.4. If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for post-qualification, it shall declare the said bid as the Lowest Calculated Responsive Bid, and recommend to the Head of the ICT Office the award of contract to the said Bidder at its submitted price or its calculated bid price, whichever is lower.

29.5. A negative determination shall result in rejection of the Bidder‟s Bid, in which event the ICT Office shall proceed to the next Lowest Calculated Bid to make a similar determination of that Bidder‟s capabilities to perform satisfactorily. If the second Bidder, however, fails the post qualification, the procedure for post qualification shall be repeated for the Bidder with the next Lowest Calculated Bid, and so on until the Lowest Calculated Responsive Bid is determined for contract award.

29.6. Within a period not exceeding seven (7) calendar days from the date of receipt of the recommendation of the BAC, the Head of the ICT Office shall approve or disapprove the said recommendation. In the case of GOCCs and GFIs, the period provided herein shall be fifteen (15) calendar days.

30. Reservation Clause

30.1. Notwithstanding the eligibility or post-qualification of a Bidder, the ICT Office concerned reserves the right to review its qualifications at any stage of the procurement process if it has reasonable grounds to believe that a misrepresentation has been made by the said Bidder, or that there has been a change in the Bidder‟s capability to undertake the project from the time it submitted its eligibility requirements. Should such review uncover any misrepresentation made in the eligibility and bidding requirements, statements or documents, or any changes in the situation of the Bidder which will affect its capability to undertake the project so that it fails the preset eligibility or bid evaluation criteria, the ICT Office shall consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract.

Page 34: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

34

30.2. Based on the following grounds, the ICT Office reserves the right to reject any and all bids, declare a failure of bidding at any time prior to the contract award, or not to award the contract, without thereby incurring any liability, and make no assurance that a contract shall be entered into as a result of the bidding:

(a) If there is prima facie evidence of collusion between appropriate public officers or employees of the ICT Office, or between the BAC and any of the Bidders, or if the collusion is between or among the bidders themselves, or between a Bidder and a third party, including any act which restricts, suppresses or nullifies or tends to restrict, suppress or nullify competition;

(b) If the ICT Office‟s BAC is found to have failed in following the prescribed bidding procedures; or

(c) For any justifiable and reasonable ground where the award of the contract will not redound to the benefit of the GOP as follows:

(i) If the physical and economic conditions have significantly changed so as to render the project no longer economically, financially or technically feasible as determined by the head of the ICT Office;

(ii) If the project is no longer necessary as determined by the head of the ICT Office; and

(iii) If the source of funds for the project has been withheld or reduced through no fault of the ICT Office.

30.3. In addition, the ICT Office may likewise declare a failure of bidding when:

(a) No bids are received;

(b) All prospective Bidders are declared ineligible;

(c) All bids fail to comply with all the bid requirements or fail post-qualification; or

(d) The Bidder with the Lowest Calculated Responsive Bid (LCRB) refuses, without justifiable cause to accept the award of contract, and no award is made.

Page 35: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

35

Award of Contract

31. ContractAward

31.1. Subject to ITB Clause 29, the ICT Office shall award the contract to the Bidder whose bid has been determined to be the LCRB.

31.2. Prior to the expiration of the period of bid validity, the ICT Office shall notify the successful Bidder in writing that its bid has been accepted, through a Notice of Award received personally or sent by registered mail or electronically, receipt of which must be confirmed in writing within two (2) days by the Bidder with the LCRB and submitted personally or sent by registered mail or electronically to the ICT Office.

31.3. Notwithstanding the issuance of the Notice of Award, award of contract shall be subject to the following conditions:

(a) Submission of the valid JVA, if applicable, within ten (10) calendar days from receipt by the Bidder of the notice from the BAC that the Bidder has the LCRB;

(b) Posting of the performance security in accordance with ITBClause33;

(c) Signing of the contract as provided in ITBClause 32; and

(d) Approval by higher authority, if required.

31.4. At the time of contract award, the ICT Office shall not increase or decrease the quantity of goods originally specified inSection VI. Schedule of Requirements.

32. Signing of the Contract

32.1. At the same time as the ICT Office notifies the successful Bidder that its bid has been accepted, the ICT Office shall send the Contract Form to the Bidder, which contract has been provided in the Bidding Documents, incorporating therein all agreements between the parties.

32.2. Within ten (10) calendar days from receipt of the Notice of Award, the successful Bidder shall post the required performance security and sign and date the contract and return it to theICT Office.

32.3. The ICT Office shall enter into contract with the successful Bidder within the same ten (10) calendars day period provided that all the documentary requirements are complied with.

Page 36: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

36

32.4. The following documents shall form part of the contract:

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning bidder‟s bid, including the Technical and Financial Proposals, and all other documents/statements submitted;

(d) Performance Security;

(e) Credit line in accordance with ITB Clause 5.5, if applicable;

(f) Notice of Award of Contract; and

(g) Other contract documents that may be required by existing laws and/or specified in the BDS.

33. Performance Security

33.1. To guarantee the faithful performance by the winning Bidder of its obligations under the contract, it shall post a performance security within a maximum period of ten (10) calendar days from the receipt of the Notice of Award from the ICT Office and in no case later than the signing of the contract.

33.2. The performance security shall be denominated in Philippine Pesos and posted in favor of the ICT Office in an amount equal to the percentage of the total contract price in accordance with the following schedule:

Form of Performance Security Amount of Performance Security

(Equal to Percentage of the Total Contract Price)

a. Cash or cashier‟s/manager‟s check issued by a Universal or Commercial Bank.

Five percent (5%)

b. Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

c. Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security; and/or

Thirty percent (30%)

Page 37: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

37

d. Any combination of the foregoing. Proportionate to share of form with respect to total amount of

security

33.3. Failure of the successful Bidder to comply with the above-mentioned requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event the ICT Office shall initiate and complete the post qualification of the second Lowest Calculated Bid. The procedure shall be repeated until the LCRB is identified and selected for contract award. However if no Bidder passed post-qualification, the BAC shall declare the bidding a failure and conduct a re-bidding with re-advertisement.

34. Notice to Proceed

34.1. Within three (3) calendar days from the date of approval of the contract by the appropriate government approving authority, the ICT Office shall issue its Notice to Proceed to the Bidder.

34.2. The contract effectivity date shall be provided in the Notice to Proceed by theICT Office, which date shall not be later than seven (7) calendar days from the issuance of the Notice to Proceed

Page 38: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

38

Section III.

Bid Data Sheet (BDS)

Page 39: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

39

Bid Data Sheet ITB

Clause

1.1 The Procuring Entity is Information and Communications Technology Office (ICT Office).

1.2 The lot and reference is: BAC4FREEWIFI-2016-02-002

IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2)

2.0 The Funding Source is:

The Government of the Philippines (GOP) through General Appropriations Act of 2015, in the total amount of NINE HUNDRED NINETY MILLION THREE HUNDRED SIXTY THOUSAND SIX HUNDRED PESOS (PHP 990,360,600.00) The name of the Project is: IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2)

3.1 No further instructions.

5.1 No further instructions.

5.2 None of the circumstances mentioned in the ITB Clause exists in this Project. Foreign bidders, except those falling under ITB Clause b, may not participate in this Project.

5.4 The Bidder must have completed, within the period specified in the Invitation to Bid and ITB Clause 12.1(a)(iii), a single contract that is similar to this Project, equivalent to at least fifty percent (50%) o the ABC of the Lot being bid

For this purpose, similar contracts shall refer to “IP Transport Service Provision”.

The BAC shall consider the submissions of the Bidder under ITB Clause 12.1(a) (iii.6) in relation to BDS 12.1(a)(iii) in the determination of the Bidder‟s completed single largest contract.

7.0 No further instructions.

8.1 Subcontracting is not allowed.

Page 40: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

40

8.2 Not applicable.

9.1 The ICT Office will hold a pre-bid conference for this Project on 09 March 2016, 3PM at Seminar Room, ICT Office Building, Carlos P. Garcia Avenue, UP Diliman, Quezon City.

10.1 The Procuring Entity‟s address is:

Information and Communications Technology Office ICT Office Building, Carlos P. Garcia Avenue, UP Diliman, Quezon City

Rosa Pilipinas M. Mendoza Head, BAC4FREEWIFI Secretariat Information and Communications Technology Office Carlos P. Garcia Avenue, Diliman, Quezon City TeleFax No.: 9286071 Email Address: [email protected] Website: www.icto.dost.gov.ph

12.1

In accordance with Clause 19.4 of the Instructions to Bidders, the bid, except for the unamended printed literature, shall be signed, and each and every page thereof shall be initialed, by the duly authorized representative/s to the Bidder.

a. ELIGIBILITY DOCUMENTS –

Class “A” Documents:

(i) Registration Certificate from the Securities and Exchange Commission (SEC) for corporations, Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives;

(ii) Business/Mayor's permit for 2016 issued by the city or municipality where the principal place of business of the prospective bidder is located;

(iii) Valid and Current Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR;

(iv) Statement of all its Ongoing (including awarded contract/s not yet started, if any) within the last three (3) Years, (Annex I);

Page 41: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

41

(v) Statement of Completed Single Largest Contract from January 2011 up to the day before the deadline for the submission bids of similar in nature equivalent to at least fifty percent (50%) of the ABC of the Lot being Bid. Annex II;

(vi) Copy of 2014 Annual Income Tax Return submitted through BIR’s Electronic Filing and Payment System (EFPS) together with the following Audited Financial Statements for 2014 and 2013 (in comparative form or separate reports):

a. Independent Auditor‟s Report;

b. Balance Sheet (Statement of Financial Position);

c. Income Statement (Statement of Comprehensive Income);

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions

(vii) Duly signed Net Financial Contracting Capacity Computation (NFCC) per Annex III, in accordance with ITB Clause 5.5

NFCC = [(Current Assets minus Current Liabilities) (K)] 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.

Where:

K: 10 for a contract duration of one year or less, 15 for a contract duration of more than one year up to two years, and 20 for a contract duration of more than two years.

Notes:

a. 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.

b. Value of all outstanding or uncompleted contracts refers those listed in Annex-I.

c. The detailed computation using the required formula must be shown as provided

above.

d. The NFCC computation must at lease be equal to the total ABC of the project.

Page 42: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

42

Class “B” Documents: (For Joint Venture)

(i) For Joint Ventures, Bidder to submit either:

(ii) Copy of the JOINT VENTURE AGREEMENT (JVA) in case the joint venture is already in existence, or

(iii) Copy of Protocol / Undertaking of Agreement to Enter into Joint Venture signed by all the potential join venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful. (Annex IV)

The JVA or the Protocol/Undertaking of Agreement to Enter into Joint Venture (Annex III) must include/specify the company/partner and the name of the office designated as authorized representative of the Joint Venture.

For Joint Venture, the following documents must likewise be submitted:

For Joint Venture, each partner should submit:

a) Registration Certificate from the Securities and Exchange Commission (SEC) for corporations, Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives;

b) Business/Mayor's permit for 2016 issued by the city or municipality where the principal place of business of the prospective bidder is located;

c) Valid and Current Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

For item (iv) to (vii) of the required eligibility documents, submission by any of the Joint Venture partner constitutes compliance.

Page 43: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

43

b. TECHNICAL DOCUMENTS –

(i) Bid Security shall be issued in favor of the INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE (ICT Office) valid at least one hundred twenty (120) calendar days after date of bid opening in any of the following forms:

a. Bid Securing Declaration per Annex V; or

b. Cashier‟s / Manager‟s Check equivalent to at least 2% of ABC issued by a Local or Universal or Local Commercial Bank.

Description Quantity* ABC

Total Price*

Bid Security: Cash, Cashier’s /

Manager’s Check,

(2%) (P)**

IP Transport

Municipal

Services Phase 2 (IPTM 2)

Province = 80 lots

Island = 101 lots

Municipal = 845 lots

PHP 990,360,600.00 P 19,807,212.0*

*Please refer to Annex 2A, 2B and 2C1

**Separate bid security for each lot being bid

(ii) Conformity with technical specifications, as enumerated and specified in Sections VI (Schedule of Requirements) and Section VII Technical Specifications) of the Bidding Documents

13.1 Completed and signed Bid Form. Bidder must use, accomplish and submit Bid Form hereto attached Annex 1.

The ABC is inclusive of VAT. Any proposal with a financial component exceeding the ABC of the Lot being bid shall not be accepted.

Completed and signed Offer Group per Annex 2A, 2B, 2C1 and 2C2 as applicable.

(b) No further instructions.

Page 44: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

44

13.2 The Approved Budget for the Contract for all lots is Pesos: Nine Hundred Ninety Million Three Hundred Sixty Thousand Six Hundred (PHP990,360,600.00). Any bid with a financial component exceeding this amount shall not be accepted. The ABCs for the Lots are provided in Annex 2A, 2B, 2C1 and 2C2.

a(iii) No incidental services are required.

b No incidental services are required.

(b) The Bid prices for Goods supplied from outside of the Philippines shall be quoted in Philippine Pesos.

16.3 Not applicable.

17.1 No further instructions.

18.1 Bid Security shall be issued in favor of the INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE (ICT Office) valid at least one hundred twenty (120) calendar days after date of bid opening in any of the following forms:

a) BID SECURING DECLARATION per Annex IV; or

b) Cashier‟s / Manager‟s Check equivalent to at least 2% of ABC issued by a Local or Universal or Local Commercial Bank.

Description Quantity* ABC

Total Price*

Bid Security: Cash, Cashier’s /

Manager’s Check,

(2%) (P)**

IP Transport

Municipal

Services Phase 2 (IPTM 2)

Province = 80 lots

Island = 101 lots

Municipal = 845 lots

PHP 990,360,600.00 P 19,807,212.0*

*Please refer to Annex 2A, 2B and 2C1

**Separate bid security for each lot being bid

18.2 The bid security shall be valid for one hundred twenty (120) calendar days from the date of opening of bids.

18.5 No further instructions.

Page 45: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

45

20.3 Each Bidder shall submit one (1) original and two (2) copies of the first and second components of its bid.

First envelope must contain three (3) copies of Eligibility and Technical documents duly marked as “Original Copy”, “Duplicate Copy”, and “Triplicate Copy”.

Second envelope must contain three (3) copies of Financial documents duly marked as “Original Copy”, “Duplicate Copy”, and “Triplicate Copy”.

All envelopes shall:

a) Contain the name of the contract to be bid in capital letters;

b) Bear the name and address of the Bidder in capital letters;

c) Be addressed to the Procuring Entity‟s BAC in accordance with ITB Clause 1.1;

d) Bear the specific identification of this bidding process indicated in the ITB Clause 1.2; and

e) Bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids, in accordance with ITB Clause 21.

Page 46: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

46

TO : INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

FROM : ________________________________ (Name of Bidder in Capital Letters)

ADDRESS : ________________________________ (Address of Bidder in Capital Letters)

PROJECT : IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2)

BID REF NO : BAC4FREEWIFI-2016-02-002

(In Capital Letters, Indicate the Phrase): “DO NOT OPEN BEFORE: 21 MARCH 2016, 3PM”

21 The address for submission of bids is Information and Communications Technology Office, Carlos P. Garcia Avenue, UP Diliman, Quezon City The deadline for submission of bids is 21 March 2016, 12 Noon.

24.1 The place of bid opening is

AVR, ICT Office Building, Carlos P. Garcia Avenue, UP Diliman, Quezon City.

The date and time of bid opening 21 March 2016, 3PM.

24.2 No further instructions.

Page 47: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

47

27.1 No further instructions.

28.3 Grouping and Evaluation of Lots –

This bid is composed of one thousand three hundred eighty five (1,385) municipalities, organized into three (3) Offer Groups that have varied scopes. A “Service” shall connect one or more of the Project‟s Municipal Point of Presence (mPoP) Component Managed Service (CMS) to either the IP Core (CORE) CMS or one or more Point of Presence (PoP) CMS, all of which are to be provisioned by the System Management & Access (SMA) Service of the Project.

Each Bidder may submit proposal/s that satisfies the specifications and requirements, give herein, for one or more Lots, provided the Bid Price for any given Lots does not exceed the ABC. Lots shall evaluated and awarded as separate contract.

A Bidder may submit multiple Proposals provided any give Lot may only be included in one of the Bidder‟s Proposals. If a Lot is found in two (2) or more Proposals, then that Lot will be stricken out from all but in the Proposals with the largest Total Bid Price.

Proposals shall be submitted using the form provided (refer to Bid Form and Price Schedule (Annex “2A, 2B and 2C2”), indicating the Lot/s covered by each Proposal, with the Bid Price for each Lot specified, where a Blank, or Zero, or NIL, or equivalent indication shall be considered as excluded in the Bidders Proposal.

(b) Bid modification is allowed if the conditions fall within ITC Clause 23.

28.4 No further instructions.

a 29.2(b) 29.2(c) 29.2(d)

& 29.2(e)

Post Qualification: Within a non-extendible period of three (3) calendar days from receipt by the suppler of the Notice from the BAC that the supplier has the Single/Lowest Calculated Bid (S/LCB), the Suppler shall submit and/or present the following requirements for post qualification:

1. Present original copy and submit copy of the following:

a) Latest Income Tax Returns per Revenue Regulations 3-2005 Tax returns or tax returns filed through the Electronic Filing and Payments System (EFPS). The latest income and business tax returns are those within the last six months preceding the date of bid submission; (including VAT Returns and its corresponding proof of payment)

Page 48: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

48

b) Valid and current Certificate of PhilGEPS Registration; and

c) Business/Mayor‟s permit for 2016 issued by the city or municipality where the principal place of business of the prospective bidder is located

2. Present copy of the following:

a) PO‟s or Contracts for all Ongoing Contracts and Official Receipts (ORs) or Certificates of End User‟s Acceptance for the Completed Contracts as listed per submitted Annex I-A.

b) Brochure (Brochure original or internet download) / Technical Data Sheet or equivalent document

*Note: If in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder‟s country, and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder‟s affairs in the Philippines.

In Case of Joint Venture, both partners must present/submit above items 1.a, 1.b., and 1.c.

3. Present original copy of the following:

a) Registration Certificate from the Securities and Exchange Commission (SEC) for corporations, or from the Department of Trade and Industry (DTI) for sole proprietorship, or from the Cooperative Development Authority (CDA) for cooperatives;

b) Business/Mayor‟s Permit for year 2016, issued by the city or municipality where the principal place of business of the prospective bidder is located;

c) Valid and current Tax Clearance issued by the Collection and Enforcement Division of the Bureau of Internal Revenue Head Office per EO# 398 dated January 12, 2005;

d) Official Receipts (ORs) or Certificate of End User‟s Acceptance Statement relative to submitted Annex I-A (Statement of Completed Single Largest Contract of Similar Nature within the

Page 49: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

49

last five (5) years from the date of submission and receipt of bids;

e) Certificate of Performance Evaluation showing a rating of at least Very Satisfactory issued by bidder‟s Single Largest Completed Contract Client (as submitted for the bid opening).

In case of Joint Venture, both partners must present original copy of above items 3.a. & 3.b.

Failure of the bidder, declared as Single/Lowest Calculated Bid (S/LCB), to duly submit the above requirements or a finding against the veracity of such shall be grand for forfeiture of the bid security and disqualify the Bidder for award.

As part of Post Qualification, eligibility and technical documents submitted by the S/LCB will be validated and verified. Furthermore, S/LCB product technical specifications will be validated to ensure compliance with the required specifications.

(g) The Information and Communications Technology Office Special Bids and Awards Committee for Free Wi-Fi Internet Access In Public Places Project (BAC4FREEWIFI) reserves the right to require additional contract documents relevant to the Project.

Page 50: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

50

Section IV. General Conditions of Contract

Page 51: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

51

1. Definitions

1.1. In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the ICT Office and the Supplier, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.

(c) “The Goods” means all of the supplies, equipment, machinery, spare parts, other materials and/or general support services which the Supplier is required to provide to the ICT Office under the Contract.

(d) “The Services” means those services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training, and other such obligations of the Supplier covered under the Contract.

(e) “GCC” means the General Conditions of Contract contained in this Section.

(f) “SCC” means the Special Conditions of Contract.

(g) “The ICT Office” means the organization purchasing the Goods, as named in the SCC.

(h) “The ICT Office‟s country” is the Philippines.

(i) “The Supplier” means the individual contractor, manufacturer distributor, or firm supplying/manufacturing the Goods and Services under this Contract and named in the SCC.

(j) The “Funding Source” means the organization named in the SCC.

(k) “The Project Site,” where applicable, means the place or places named in the SCC.

(l) “Day” means calendar day.

Page 52: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

52

(m) The “Effective Date” of the contract will be the date of receipt by the Supplier of the Notice to Proceed or the date provided in the Notice to Proceed. Performance of all obligations shall be reckoned from the Effective Date of the Contract.

(n) “Verified Report” refers to the report submitted by the Implementing Unit to the Head of the ICT Office setting forth its findings as to the existence of grounds or causes for termination

and explicitly stating its recommendation for the issuance of a Notice to Terminate.

2. Corrupt, Fraudulent, Collusive, and Coercive Practices

2.1. Unless otherwise provided in the SCC, the ICT Office as well as the bidders, contractors, or suppliers shall observe the highest standard of ethics during the procurement and execution of this Contract. In pursuance of this policy, the ICT Office:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) "corrupt practice" means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, others, or induce others to do so, by misusing the position in which they are placed, and it includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the Government, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in Republic Act 3019.

(ii) "fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the ICT Office, and includes collusive practices among Bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the ICT Office of the benefits of free and open competition.

(iii) “collusive practices” means a scheme or arrangement between two or more Bidders, with or without the

Page 53: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

53

knowledge of the ICT Office, designed to establish bid prices at artificial, non-competitive levels.

(iv) “coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the ICT Office or any foreign government/foreign or international financing institution into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or

(bb) acts intended to materially impede the exercise of the inspection and audit rights of the ICT Office or any foreign government/foreign or international financing institution herein.

(b) will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract.

2.2. Further the Funding Source, Borrower or ICT Office, as appropriate, will seek to impose the maximum civil, administrative and/or criminal penalties available under the applicable law on individuals and organizations deemed to be involved with any of the practices mentioned in GCC Clause 2.1(a).

3. Inspection and Audit by the Funding Source

The Supplier shall permit the Funding Source to inspect the Supplier‟s accounts and records relating to the performance of the Supplier and to have

Page 54: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

54

them audited by auditors appointed by the Funding Source, if so required by the Funding Source.

4. Governing Law and Language

4.1. This Contract shall be interpreted in accordance with the laws of the Republic of the Philippines.

4.2. This Contract has been executed in the English language, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract. All correspondence and other documents pertaining to this Contract exchanged by the parties shall be written in English.

5. Notices

5.1. Any notice, request, or consent required or permitted to be given or made pursuant to this Contract shall be in writing. Any such notice, request, or consent shall be deemed to have been given or made when received by the concerned party, either in person or through an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such Party at the address specified in the SCC, which shall be effective when delivered and duly received or on the notice‟s effective date, whichever is later.

5.2. A Party may change its address for notice hereunder by giving the other Party notice of such change pursuant to the provisions listed in the SCC for GCC Clause 5.1.

6. Scope of Contract

6.1. The GOODS and Related Services to be provided shall be as specified in Section VI. Schedule of Requirements.

6.2. This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. Any additional requirements for the completion of this Contract shall be provided in the SCC.

7. Subcontracting

7.1. Subcontracting of any portion of the Goods, if allowed in the BDS, does not relieve the Supplier of any liability or obligation under this Contract. The Supplier will be responsible for the acts, defaults, and negligence

Page 55: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

55

of any subcontractor, its agents, servants or workmen as fully as if these were the Supplier‟s own acts, defaults, or negligence, or those of its agents, servants or workmen.

7.2. Subcontractors disclosed and identified during the bidding may be changed during the implementation of this Contract, subject to compliance with the required qualifications and the approval of the ICT Office.

8. Procuring Entity’s Responsibilities

8.1. Whenever the performance of the obligations in this Contract requires that the Supplier obtain permits, approvals, import, and other licenses from local public authorities, theICT Offices hall, if so needed by the Supplier, make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner.

8.2. TheICT Office shall pay all costs involved in the performance of its responsibilities in accordance with GCC Clause 6.

9. Prices

9.1. For the given scope of work in this Contract as awarded, all bid prices are considered fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances and upon prior approval of the GPPB in accordance with Section 61 of R.A. 9184 and its IRR or except as provided in this Clause.

9.2. Prices charged by the Supplier for Goods delivered and/orservices performed under this Contract shall not vary from the prices quoted by the Supplier in its bid, with the exception of any change in price resulting from a Change Order issued in accordance with GCC Clause 29.

10. Payment

10.1. Payments shall be made only upon a certification by the Head of the ICT Office o the effect that the Goods have been rendered or delivered in accordance with the terms of this Contract and have been duly inspected and accepted. Except with the prior approval of the President no payment shall be made for services not yet rendered or for supplies and materials not yet delivered under this Contract. Ten percent (10%) of the amount of each payment shall be retained by the

Page 56: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

56

ICT Office to cover the Supplier‟s warranty obligations under this Contract as described in GCC Clause 17.

10.2. The Supplier‟s request(s) for payment shall be made to the ICT Office in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and/or Services performed, and by documents submitted pursuant to the SCC provision for GCC Clause 6.1, and upon fulfilment of other obligations stipulated in this Contract.

10.3. Pursuant to GCC Clause 10.2, payments shall be made promptly by the ICT Office, but in no case later than Sixty (60) days after submission of an invoice or claim by the Supplier.

10.4. Unless otherwise provided in the SCC, the currency in which payment is made to the Supplier under this Contract shall be in Philippine Pesos.

11. Advance Payment and Terms of Payment

11.1. Advance payment shall be made only after prior approval of the President, and shall not exceed fifteen percent (15%) of the Contract amount, unless otherwise directed by the President or in cases allowed under Annex “D” of RA 9184.

11.2. For Goods supplied from abroad, the terms of payment shall be as follows:

(a) On Contract Signature: Ten percent (10%) of the Contract Price shall be paid within sixty (60) days from signing of the Contract and upon submission of a claim and a bank guarantee for the equivalent amount valid until the Goods are delivered and in the form provided in Section VIII. Bidding Forms.

(b) On Delivery: Seventy percent (70%) of the Contract Price shall be paid to the Supplier within sixty (60) days after the date of receipt of the Goods and upon submission of the documents (i) through (vi) specified in the SCC provision on Delivery and Documents.

(c) On Acceptance: The remaining twenty percent (20%) of the Contract Price shall be paid to the Supplier within sixty (60) days after the date of submission of the acceptance and inspection certificate for the respective delivery issued by the ICT Office‟s authorized representative. In the event that no inspection or acceptance certificate is issued by the ICT Office‟s authorized representative within forty five (45) days of the date shown on

Page 57: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

57

the delivery receipt the Supplier shall have the right to claim payment of the remaining twenty percent (20%) subject to the ICT Office‟s own verification of the reason(s) for the failure to issue documents (vii) and (viii) as described in the SCC provision on Delivery and Documents.

(d) All progress payments shall first be charged against the advance payment until the latter has been fully exhausted.

12. Taxes and Duties

The Supplier, whether local or foreign, shall be entirely responsible for all the necessary taxes, stamp duties, license fees, and other such levies imposed for the completion of this Contract.

13. Performance Security

13.1. Within ten (10) calendar days from receipt of the Notice of Award from the ICT Office but in no case later than the signing of the contract by both parties, the successful Bidder shall furnish the performance security in any the forms prescribed in the ITB Clause 33.2.

13.2. The performance security posted in favor of the ICT Office shall be forfeited in the event it is established that the winning bidder is in default in any of its obligations under the contract.

13.3. The performance security shall remain valid until issuance by the ICT Office of the Certificate of Final Acceptance.

13.4. The performance security may be released by the ICT Office and returned to the Supplier after the issuance of the Certificate of Final Acceptance subject to the following conditions:

(a) There are no pending claims against the Supplier or the surety company filed by the ICT Office;

(b) TheSupplier has no pending claims for labor and materials filed against it; and

(c) Other terms specified in the SCC.

13.5. In case of a reduction of the contract value, the ICT Office shall allow a proportional reduction in the original performance security, provided that any such reduction is more than ten percent (10%) and that the aggregate of such reductions is not more than fifty percent (50%) of the original performance security.

Page 58: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

58

14. Use of Contract Documents and Information

14.1. The Supplier shall not, except for purposes of performing the obligations in this Contract, without the ICT Office‟s prior written consent, disclose this Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the ICT Office. Any such disclosure shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.

14.2. Any document, other than this Contract itself, enumerated in GCC Clause 14.1 shall remain the property of the ICT Office and shall be returned (all copies) to the ICT Office on completion of the Supplier‟s performance under this Contract if so required by the ICT Office.

15. Standards

The Goodsprovided under this Contract shall conform to the standards mentioned in the Section VII. Technical Specifications; and, when no applicable standard is mentioned, to the authoritative standards appropriate to the Goods‟ country of origin. Such standards shall be the latest issued by the institution concerned.

16. Inspection and Tests

16.1. The ICT Office or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the ICT Office. TheSCC and Section VII. Technical Specifications shall specify what inspections and/or tests the ICT Office requires and where they are to be conducted. The ICT Office shall notify the Supplier in writing, in a timely manner, of the identity of any representatives retained for these purposes.

16.2. If applicable, the inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery, and/or at the goods‟ final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the ICT Office. The Supplier shall provide the ICT Office with results of such inspections and tests.

16.3. The ICT Office or its designated representative shall be entitled to attend the tests and/or inspections referred to in this Clause provided that the ICT Office shall bear all of its own costs and expenses

Page 59: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

59

incurred in connection with such attendance including, but not limited to, all traveling and board and lodging expenses.

16.4. The ICT Office may reject any Goods or any part thereof that fail to pass any test and/or inspection or do not conform to the specifications. The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the ICT Office, and shall repeat the test and/or inspection, at no cost to the ICT Office, upon giving a notice pursuant to GCC Clause 5.

16.5. The Supplier agrees that neither the execution of a test and/or inspection of the Goods or any part thereof, nor the attendance by the ICT Office or its representative, shall release the Supplier from any warranties or other obligations under this Contract.

17. Warranty

17.1. The Supplier warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models, and that they incorporate all recent improvements in design and materials, except when the technical specifications required by the ICT Office provides otherwise.

17.2. The Supplier further warrants that all Goods supplied under this Contract shall have no defect, arising from design, materials, or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

17.3. In order to assure that manufacturing defects shall be corrected by the Supplier, a warranty shall be required from the Supplierfor a minimum period specified in the SCC. The obligation for the warranty shall be covered by, at the Supplier‟s option, either retention money in an amount equivalent to at least ten percent (10%) of the final payment, or a special bank guarantee equivalent to at least ten percent (10%) of the Contract Price or other such amount if so specified in the SCC. The said amounts shall only be released after the lapse of the warranty periodspecified in the SCC; provided, however, that the Supplies delivered are free from patent and latent defects and all the conditions imposed under this Contract have been fully met.

17.4. The ICT Office shall promptly notify the Supplier in writing of any claims arising under this warranty.Upon receipt of such notice, the Supplier shall, within the period specified in the SCC and with all

Page 60: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

60

reasonable speed, repair or replace the defective Goods or parts thereof, without cost to the ICT Office.

17.5. If the Supplier, having been notified, fails to remedy the defect(s) within the period specified in GCC Clause 17.4, the ICT Office may proceed to take such remedial action as may be necessary, at the Supplier‟s risk and expense and without prejudice to any other rights which the ICT Office may have against the Supplier under the Contract and under the applicable law.

18. Delays in the Supplier’s Performance

18.1. Delivery of the Goods and/or performance of Services shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring ICT Office in Section VI. Schedule of Requirements.

18.2. If at any time during the performance of this Contract, the Supplier or its Subcontractor(s) should encounter conditions impeding timely delivery of the Goods and/or performance of Services, the Supplier shall promptly notify theICT Office in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier‟s notice, and upon causes provided for under GCC Clause 22, the ICT Office shall evaluate the situation and may extend the Supplier‟s time for performance, in which case the extension shall be ratified by the parties by amendment of Contract.

18.3. Except as provided under GCC Clause 22, a delay by the Supplier in the performance of its obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 19, unless an extension of time is agreed upon pursuant to GCC Clause 29 without the application of liquidated damages.

19. Liquidated Damages

Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorily deliver any or all of the Goods and/or to perform the Services within the period(s) specified in this Contract inclusive of duly granted time extensions if any, the ICT Office shall, without prejudice to its other remedies under this Contract and under the applicable law, deduct from the Contract Price, as liquidated damages, the applicable rate of one tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of delay until actual delivery or performance.The maximum deduction shall be ten percent (10%) of the amount of contract. Once the maximum is reached, theICT Office shall rescind the Contract pursuant to GCC Clause 23, without prejudice to other courses of action and remedies open to it.

Page 61: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

61

20. Settlement of Disputes

20.1. If any dispute or difference of any kind whatsoever shall arise between the ICT Office and the Supplier in connection with or arising out of this Contract, the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

20.2. If after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either theICT Office or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

20.3. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under this Contract.

20.4. In the case of a dispute between the ICT Office and the Supplier, the dispute shall be resolved in accordance with Republic Act 9285 (“R.A. 9285”), otherwise known as the “Alternative Dispute Resolution Act of 2004.”

20.5. Notwithstanding any reference to arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree; and the ICT Office shall pay the Supplier any monies due the Supplier.

21. Liability of the Supplier

21.1. The Supplier‟s liability under this Contract shall be as provided by the laws of the Republic of the Philippines, subject to additional provisions, if any, set forth in the SCC.

21.2. Except in cases of criminal negligence or willful misconduct, and in the case of infringement of patent rights, if applicable, the aggregate liability of the Supplier to theICT Office shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

22. Force Majeure

22.1. The Supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that the Supplier‟s delay in performance or other failure to

Page 62: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

62

perform its obligations under the Contract is the result of a force majeure.

22.2. For purposes of this Contract the terms “force majeure” and “fortuitous event” may be used interchangeably. In this regard, a fortuitous event or force majeure shall be interpreted to mean an event which the Contractor could not have foreseen, or which though foreseen, was inevitable. It shall not include ordinary unfavorable weather conditions; and any other cause the effects of which could have been avoided with the exercise of reasonable diligence by the Contractor. Such events may include, but not limited to, acts of the ICT Office in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

22.3. If a force majeure situation arises, the Supplier shall promptly notify the ICT Office in writing of such condition and the cause thereof. Unless otherwise directed by the ICT Office in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the force majeure.

23. Termination for Default

23.1. The ICT Officeshall terminate this Contract for default when any of the following conditions attends its implementation:

(a) Outside of force majeure, the Supplier fails to deliver or perform any or all of the Goods within the period(s) specified in the contract, or within any extension thereof granted by theICT Office pursuant to a request made by the Supplier prior to the delay, and such failure amounts to at least ten percent (10%) of the contact price;

(b) As a result of force majeure, the Supplier is unable to deliver or perform any or all of the Goods, amounting to at least ten percent (10%) of the contract price, for a period of not less than sixty (60) calendar days after receipt of the notice from the ICT Office stating that the circumstance of force majeure is deemed to have ceased; or

(c) The Supplier fails to perform any other obligation under the Contract.

23.2. In the event the ICT Office terminates this Contract in whole or in part, for any of the reasons provided under GCC Clauses 23 to 26, the

Page 63: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

63

ICT Office may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the ICT Office for any excess costs for such similar Goods or Services. However, the Supplier shall continue performance of this Contract to the extent not terminated.

23.3. In case the delay in the delivery of the Goodsand/or performance of the Services exceeds a time duration equivalent to ten percent (10%) of the specified contract time plus any time extension duly granted to the Supplier, the ICT Office may terminate this Contract, forfeit the Supplier's performance security and award the same to a qualified Supplier.

24. Termination for Insolvency

The ICT Office shall terminate this Contract if the Supplier is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the ICT Office and/or the Supplier.

25. Termination for Convenience

25.1. The ICT Office may terminate this Contract, in whole or in part, at any time for its convenience. The Head of the ICT Office may terminate a contract for the convenience of the Government if he has determined the existence of conditions that make Project Implementation economically, financially or technically impractical and/or unnecessary, such as, but not limited to, fortuitous event(s) or changes in law and national government policies.

25.2. The Goodsthat have been delivered and/or performed or are ready for delivery or performance within thirty (30) calendar days after the Supplier‟s receipt of Notice to Terminate shall be accepted by the ICT Office at the contract terms and prices. For Goodsnot yet performed and/or ready for delivery, the ICT Office may elect:

(a) to have any portion delivered and/or performed and paid at the contract terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed and/or performed goods and for materials and parts previously procured by the Supplier.

Page 64: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

64

25.3. If the Supplier suffers loss in its initial performance of the terminated contract, such as purchase of raw materials for goods specially manufactured for the ICT Office which cannot be sold in open market, it shall be allowed to recover partially from this Contract, on a quantum merit basis. Before recovery may be made, the fact of loss must be established under oath by the Supplier to the satisfaction of the ICT Office before recovery may be made.

26. Termination for Unlawful Acts

26.1. The ICT Officemay terminate this Contract in case it is determined prima facie that the Supplier has engaged, before or during the implementation of this Contract, in unlawful deeds and behaviors relative to contract acquisition and implementation. Unlawful acts include, but are not limited to, the following:

(a) Corrupt, fraudulent, and coercive practices as defined in ITB Clause 3.1(a);

(b) Drawing up or using forged documents;

(c) Using adulterated materials, means or methods, or engaging in production contrary to rules of science or the trade; and

(d) Any other act analogous to the foregoing.

27. Procedures for Termination of Contracts

27.1. The following provisions shall govern the procedures for termination of this Contract:

(a) Upon receipt of a written report of acts or causes which may constitute ground(s) for termination as aforementioned, or upon its own initiative, the Implementing Unit shall, within a period of seven (7) calendar days, verify the existence of such ground(s) and cause the execution of a Verified Report, with all relevant evidence attached;

(b) Upon recommendation by the Implementing Unit, the Head of the ICT Office shall terminate this Contract only by a written notice to the Supplier conveying the termination of this Contract. The notice shall state:

(i) that this Contract is being terminated for any of the ground(s) afore-mentioned, and a statement of the acts that constitute the ground(s) constituting the same;

Page 65: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

65

(ii) the extent of termination, whether in whole or in part;

(iii) an instruction to the Supplier to show cause as to why this Contract should not be terminated; and

(iv) special instructions of the ICT Office, if any.

(c) The Notice to Terminate shall be accompanied by a copy of the Verified Report;

(d) Within a period of seven (7) calendar days from receipt of the Notice of Termination, the Supplier shall submit to the Head of the ICT Office a verified position paper stating why this Contract should not be terminated. If the Supplier fails to show cause after the lapse of the seven (7) day period, either by inaction or by default, the Head of the ICT Office shall issue an order terminating this Contract;

(e) The ICT Office may, at any time before receipt of the Supplier‟s verified position paper described in item (d) above withdraw the Notice to Terminate if it is determined that certain items or works subject of the notice had been completed, delivered, or performed before the Supplier‟s receipt of the notice;

(f) Within a non-extendible period of ten (10) calendar days from receipt of the verified position paper, the Head of the ICT Office shall decide whether or not to terminate this Contract. It shall serve a written notice to the Supplier of its decision and, unless otherwise provided, this Contract is deemed terminated from receipt of the Supplier of the notice of decision. The termination shall only be based on the ground(s) stated in the Notice to Terminate;

(g) The Head of the ICT Office may create a Contract Termination Review Committee (CTRC) to assist him in the discharge of this function. All decisions recommended by the CTRC shall be subject to the approval of the Head of the ICT Office; and

(h) The Supplier must serve a written notice to the ICT Office of its intention to terminate the contract at least thirty (30) calendar days before its intended termination. The Contract is deemed terminated if it is not resumed in thirty (30) calendar days after the receipt of such notice by the ICT Office.

Page 66: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

66

28. Assignment of Rights

The Supplier shall not assign his rights or obligations under this Contract, in whole or in part, except with the ICT Office‟s prior written consent.

29. Contract Amendment

Subject to applicable laws, no variation in or modification of the terms of this Contract shall be made except by written amendment signed by the parties.

30. Application

These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of this Contract.

Page 67: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

67

Section V. Special Conditions of Contract

(SCC)

Page 68: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

68

Special Conditions of Contract

GCC Clause

1.1(g) The Procuring Entity is INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE (ICT Office).

1.1(i) The Supplier is [to be inserted at the time of contract award].

1.1(j) The Funding Source is:

The Government of the Philippines (GOP) through General Appropriations Act (GAA) 2015 Continuing Appropriations for the Free Wi-Fi Internet Access in Public Places Project Fund in the amount of PESOS: NINE HUNDRED NINETY MILLION THREE HUNDRED SIXTY THOUSAND SIX HUNDRED (PHP990,360,600.00)

1.1(k) The Project Sites are defined in Section VI. Schedule of Requirements.

5.1 The Procuring Entity‟s addressee, address and contact person for Notices is:

USEC. LOUIS NAPOLEON C. CASAMBRE Executive Director Information and Communications Technology Office ICTO Building, Carlos P. Garcia Avenue, Diliman, Quezon City Telephone No.: +63-02-426/4261528 Fax Number:+63-02-4261525 Contact Person SIEGFRIED L. BATUCAN Service Director System and Infrastructure Development (SID) Information and Communications Technology Office Carlos P. Garcia Avenue, UP Diliman, Quezon City Tel. No. +63-2-9200101 local 3800 Email address: [email protected] Website: www.icto.dost.gov.ph

6.1 Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP” and other trade terms used to describe the obligations of the parties shall have the meanings assigned to them by the current edition of INCOTERMS published by the International Chamber of Commerce, Paris. The Delivery

Page 69: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

69

terms of this Contract shall be as follows:

“The delivery terms applicable to this Contract are delivered as specified in Section VII. Technical Specifications. Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination.”

Delivery of the Services shall be made by the Supplier in accordance with the terms specified in Section VI. Schedule of Requirements. The details of shipping and/or other documents to be furnished by the Supplier are as follows:

Upon delivery of the Services to the Project Sites, the Supplier shall notify the Procuring Entity and present the following documents to the Procuring Entity:

(i) Original and four copies of the Supplier‟s invoice showing Services‟ description, quantity, unit price, and total amount; and

(ii) Certificate of Acceptance/Inspection Report signed by the Procuring Entity‟s representative at the Project Site;

10.4 Not applicable.

13.4(c) No further instructions.

16.1 The inspections and tests that will be conducted are stated in Section VI. Technical Specifications.

17.3 Not applicable.

17.4 Not applicable.

21.1 No additional provision, however, all partners to the joint venture shall be jointly and severally liable to the ICT Office.

Page 70: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

70

Section VI. Schedule of Requirements

Page 71: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

71

Schedule of Requirement

The delivery schedule expressed as days stipulates hereafter a delivery date which is the date of delivery to the project.

A SERVICE shall only be implemented and made fully available within days specified below upon receipt of Notice to Proceed and Notice from ICT Office that there is a completion of its pre-requisites (backhaul, network, etc.):

a. Within one hundred twenty (120) calendar days, one third (⅓) of covered municipalities;

b. Within one hundred fifty (150) calendar days, two thirds (⅔) of covered municipalities; and,

c. Within one hundred eighty (180) calendar days, all covered municipalities.

Delivery Locations: Please refer to Annex 2A, 2B and 2C1.

I hereby commit to comply and deliver all the above requirements in

accordance with above stated schedule.

Name of Company

Signature Over Printed Name Of Authorized Representative

Date

Page 72: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

72

Section VII. Technical Specifications

Page 73: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

73

Technical Specifications

INSTRUCTION TO THE SUPPLIER: Indicate “COMPLY” per line number under Bidder’s Statement of Compliance if Bidder can meet the technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” or “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2)

ITEM SPECIFICATION STATEMENT

OF COMPLIANCE

1. GENERAL REQUIREMENTS

1.1. The Free Wi-Fi Internet Access in Public Places

project, the “PROJECT”, of the DOST ICT Office aims

to provide as a free public service Wi-Fi Internet

access at select public places across the country.

From 2016, the PROJECT is expanded in scope and

now aims to cover municipalities in all Income

Classes.

1.2. This tender is for the supply of the “Municipal IP

Transport Phase 2 (IPTM2) Service”, (the SERVICE),

as 12-month subscriptions to IPVPN/MPLS

connectivity services for one thousand three hundred

eighty five (1,385) municipalities, organized into

three (3) Offer Groups that have varied scopes. A

“SERVICE” shall connect one or more of the

PROJECT‟s Municipal Point of Presence (mPoP)

Component Managed Service (CMS) to either the IP

Core (CORE) CMS or one or more Point of Presence

(PoP) CMS, all of which are to be provisioned by the

System Management & Access (SMA) Service of the

PROJECT. The total bandwidth requirement to be

provided by these SERVICES is 31,357 Mbps (CIR).

Page 74: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

74

2.

APPROVED BUDGET FOR THE CONTRACT(ABC).

The total of the ABC for all lots under this tender is

PESOS: NINE HUNDRED NINETY MILLION THREE

HUNDRED SIXTY THOUSAND SIX HUNDRED PESOS

(PHP990,360,600.00)

3. PROPOSAL SUBMISSION AND EVALUATION

3.1. BIDDERS may submit one (1) proposal for each of the three (3) Offer Group, which are as follows:

Offer Group Scope Criteria Evaluation Sequence

Province

Municipalities belonging to the same Province, all Income

Classes

First

Island Detail

Municipalities within the same island

belong to a single province, all Income

Classes

Second

Municipality Individual

municipalities, Income Classes 3-6 only

Third

Under each Offer Group, municipalities are organized into LOTS based on the Scope Criteria for the Offer Group where a LOT is considered synonymous to a SERVICE. The Offer Groups, with exception of the Municipality Offer Group, may have more than one (1) beneficiary municipality per LOT/SERVICE.

For any LOT/SERVICE with more than one (1) municipality, the proposal must include ALL or one hundred percent (100%) of Class 1-2 municipalities and at least one half (1/2) or fifty percent (50%) of the Class 3-6 municipalities, rounded off to the highest integer value, specified in a lot.

Page 75: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

75

The ABC of a LOT should be considered equal to the sum of the ABCs for the municipalities covered by a PROPOSAL, which the OFFERED PRICE should not exceed to the total ABC of the Lot being bid.

3.2. In addition to the OFFERED PRICE for each LOT/SERVICE, BIDDERS may also offer alternative values for Bandwidth, Availability, and Termination Points. Details on acceptable alternatives are given in succeeding sections.

3.3. Evaluation of proposals shall be by Offer Group

according to the Evaluation Sequence given above.

3.3.1. Municipalities covered by a proposal declared

as the Lowest Calculated Bid under an Offer

Group shall no longer be evaluated when

considering Offer Groups later in the Evaluation

Sequence.

3.4. The Lowest Calculated Bid for each LOT/SERVICE shall be determined by identifying the LOWEST Bid Value computed as follows:

Bid Value= Per-Unit-Cost / % Bidded Municipality

% Bidded Municipality = Total Bidded Municipalities

per lot / Total Municipalities per lot

Per-Unit-Cost = OFFERED-PRICE / Guaranteed

Capacity

Guaranteed-Capacity (refer to Annex 2A, 2B and

2C2) = Summation of (Offered-Link-

Bandwidth1 * Offered-Link-Availability1 +

Offered-Link-Bandwidth2 * Offered-Link-

Availability2 + Offered-Link-Bandwidth3 *

Offered-Link-Availability3 + …+ Offered-Link-

Bandwidthn * Offered-Link-Availabilityn)

Details on the variables used above are given in

succeeding sections.

Page 76: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

76

4. DURATION AND EFFECTIVITY OF CONTRACT(S)

4.1. All contracts shall be for TWELVE (12) months and

shall be subject to renewal and negotiation.

4.2. The effectivity of all contracts shall begin from their

signing until such a time that 12*365 /12 days of

service shall have been received.

5.

DELIVERY.

A SERVICE shall only be implemented and made

fully available within days specified below upon

receipt of NTP and Notice from ICT Office that there

is a completion of its pre-requisites (backhaul,

network, etc.).

5.1. Within ONE HUNDRED TWENTY (120) calendar days,

one third (⅓) of covered municipalities;

5.2. Within ONE HUNDRED FIFTY (150) calendar days,

two thirds (⅔) of covered municipalities; and,

5.3. Within ONE HUNDRED EIGHTY (180) days, all

covered municipalities.

6.

TERMINATION POINTS.

Each SERVICE shall virtually connect termination points of

type “mPoP” to the preferred termination point of type

“Core” or “PoP” (provided in Annex 1). Alternative

termination points other than the preferred shall be

considered during contract negotiation subject to the

approval of the ICT Office.

7.

BANDWIDTH.

Each SERVICE shall provide the bandwidth specified for the corresponding termination point of types “mPoP” as given in Annex 2A, 2B and 2C1.

Page 77: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

77

7.1. Alternative values for the bandwidth to a mPoP may

be offered. It however must not be lower than 70%

of the specified value;

7.2. The distribution of bandwidth among the termination

points of types “mPoP” in a LOT may be changed by

the ICT Office from time-to-time in increments of 512

kbps but with no allocation of less than 50% of

specified bandwidth for a termination point but no

more than 150% of the same at any given time, nor

higher than 100 Mbps.

7.3. BIDDERS may propose alternative values, or removal

of this requirement.

8. The Bandwidth value offered, as specified or modified, will be used as the value of the variable “Offered-Link-Bandwidth” in Section 3.5 above.

9.

AVAILABILITY AND BANDWIDTH PROTECTION.

Each SERVICE shall be made 97.9% available with 50%

bandwidth protection, OR 99.0% available without

bandwidth protection. Availability shall be measured over

a 24-hour period at termination points of the types “mPoP”.

9.1. A BIDDER may propose alternative values however

none may be lower than 85%.

9.2. The Availability value offered, as specified or

modified, will be used as the value of the variable

“Offered-Link-Availability” in Section 3.5 above.

9.3. BIDDER must reflect the alternate offered values in

the Bid Summary Sheet (provided in Annex 2). The

offered values, as presented in the Bid Summary

Sheet, will be the basis of the Lowest Bid Cost

computation as specified in item 3.5 of this TOR.

Page 78: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

78

10. INTERFACE:

10.1. Each SERVICE must provide a Fast Ethernet

interface, with an RJ-45 handover, at any termination

point, and shall support IEEE 802.1ad.

10.2. Each SERVICE may use either

Copper/Coax/Radio/Fiber Optic facilities, or other

equivalent means, to provide the required service.

11. SERVICE LEVEL REQUIREMENTS

11.1. SLR monitoring shall be performed using SNMP,

version 2c or higher.

12. OTHER TECHNICAL REQUIREMENTS

12.1. Each SERVICE must allow both IPv4 and native

IPv6 traffic.

12.2. Test result/s such as, but not limited to, iperf test

shall be used as proof that the link installed passed

the link test and is acceptable requirement for link

acceptance

13. SUPPORT SERVICES

13.1. Each SERVICE shall coordinate with the ICT Office,

and use the web-based helpdesk service to be

provided

13.2. Each SERVICE shall provide a fault escalation

procedure to DOST ICTO in case of link downtime,

and make available specific name(s), e-mail

address(es), landline(s) and mobile number(s).

Page 79: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

79

14. CHARGING AND REBATES

14.1. Charging shall be made on a monthly basis.

14.2. Computation of Allowable Downtime and Liquidated

Damages

14.3. Computation of Allowable Downtime shall be based

on a 24-hour 7 days a week (24x7) workweek per

termination point of type “mPoP”.

14.4. Computation of Liquidated Damages shall also be

based on a 24-hour 7 days a week (24x7)

workweek and shall be deducted from the

WINNING BIDDER's monthly subscription cost for

every violation incurred. Computation shall be as

follows:

DAILY LIQUIDATED DAMAGES COST (DLDC) =

ANNUAL SUBSCRIPTION COST / 365 DAYS

14.5. Network downtime or outages at fault by a

SERVICE will have a corresponding rebate.

14.5.1. A rebate equal to the 1-day penalty of

DLDC shall be credited to the DOST ICTO

for each day of failure to meet this

requirement occurs.

14.5.2. A sample computation should be provided.

14.5.3. The computation of rebates should be

transparent to the DOST ICTO

15. OTHER REQUIREMENTS

15.1. Without Interest in the System Management &

Access (SMA) Service. For this bid, a sworn

undertaking not to participate in the bidding for

SMA in case of a successful bid may be required to

Page 80: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

80

be submitted. A violation of the undertaking may be

used as a ground for disqualification for the SMA

Service. But in case of the bid for SMA Service, a

sworn affidavit that the bidder has no participation,

direct or indirect in the SLR Service may also be

required. Untruthful statement in the sworn

affidavit may also be used as a ground for

disqualification.

15.2. Franchise Requirements. Non-franchise holders

may participate in this tender but without prejudice

to other legal requirements, particularly with

respect to the provisioning of commercial services

outside the PROJECT

15.3. Installations Costs and Other One Time Charges

(OTC). No OTCs shall be allowed.

15.4. Taxes & Other Fees. All proposals shall be inclusive

of all taxes, installation charges and other one-time

costs, and other fees

16. OTHER MATTERS

16.1. Ocular inspection of termination points is

recommended. Please coordinate with Project

Management Team ([email protected])

for the site survey schedule and permits.

I hereby certify that the statement of compliance to the foregoing technical specifications are true and correct, otherwise, if found to be false either during bid evaluation or post-qualifications, the same shall give rise to automatic disqualification of our bid. __________________________ __________________________ ___________ Name of Company Signature Over Printed Name of Date Authorized Representative

Page 81: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

81

Section VIII Summary of Bid Security and Cost of

Bidding Documents

Page 82: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

82

Annex I (Page 1/3)

Summary of Bid Security and Cost of Bidding Documents for PROVINCE OFFER GROUP

LOT CODE LOT Description No. of

Links ABC

Minimum Bid Security Per Lot

Cost of Bidding Documents

LOT-P-001 Bohol 48 ₱27,427,200.00 ₱548,544.00 ₱2,078.00

LOT-P-002 Iloilo 41 ₱33,816,000.00 ₱676,320.00 ₱2,561.00

LOT-P-003 Lanao Del Sur 39 ₱18,009,600.00 ₱360,192.00 ₱1,364.00

LOT-P-004 Cebu 37 ₱29,746,200.00 ₱594,924.00 ₱2,253.00

LOT-P-005 Leyte 36 ₱24,408,600.00 ₱488,172.00 ₱1,849.00

LOT-P-006 Isabela 35 ₱22,793,400.00 ₱455,868.00 ₱1,727.00

LOT-P-007 Camarines Sur 33 ₱28,206,600.00 ₱564,132.00 ₱2,137.00

LOT-P-008 Quezon 33 ₱27,649,800.00 ₱552,996.00 ₱2,094.00

LOT-P-009 Pangasinan 31 ₱31,128,600.00 ₱622,572.00 ₱2,358.00

LOT-P-010 Cagayan 29 ₱19,999,800.00 ₱399,996.00 ₱1,515.00

LOT-P-011 Abra 28 ₱6,215,400.00 ₱124,308.00 ₱471.00

LOT-P-012 Zamboanga Del Sur 27 ₱18,780,000.00 ₱375,600.00 ₱1,423.00

LOT-P-013 Zamboanga Del Norte 26 ₱16,605,000.00 ₱332,100.00 ₱1,258.00

LOT-P-014 Northern Samar 25 ₱12,606,600.00 ₱252,132.00 ₱955.00

LOT-P-015 Palawan 24 ₱14,412,000.00 ₱288,240.00 ₱1,092.00

LOT-P-016 Western Samar 24 ₱10,477,200.00 ₱209,544.00 ₱794.00

LOT-P-017 Eastern Samar 23 ₱9,325,200.00 ₱186,504.00 ₱707.00

LOT-P-018 Bulacan 22 ₱33,721,200.00 ₱674,424.00 ₱2,554.00

LOT-P-019 Batangas 21 ₱22,462,800.00 ₱449,256.00 ₱1,702.00

LOT-P-020 Bukidnon 21 ₱17,348,400.00 ₱346,968.00 ₱1,314.00

LOT-P-021 Lanao Del Norte 21 ₱11,943,000.00 ₱238,860.00 ₱905.00

LOT-P-022 Maguindanao 21 ₱13,710,000.00 ₱274,200.00 ₱1,039.00

LOT-P-023 Surigao Del Norte 21 ₱8,337,600.00 ₱166,752.00 ₱632.00

LOT-P-024 Negros Oriental 20 ₱15,472,200.00 ₱309,444.00 ₱1,172.00

Page 83: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

83

Annex I (Page 2/3)

LOT-P-025 Ilocos Norte 19 ₱8,013,000.00 ₱160,260.00 ₱607.00

LOT-P-026 Masbate 19 ₱14,284,800.00 ₱285,696.00 ₱1,082.00

LOT-P-027 Misamis Oriental 19 ₱11,058,000.00 ₱221,160.00 ₱838.00

LOT-P-028 Negros Occidental 19 ₱18,050,400.00 ₱361,008.00 ₱1,367.00

LOT-P-029 Southern Leyte 19 ₱8,338,800.00 ₱166,776.00 ₱632.00

LOT-P-030 Sulu 19 ₱15,201,600.00 ₱304,032.00 ₱1,152.00

LOT-P-031 Antique 18 ₱11,107,200.00 ₱222,144.00 ₱842.00

LOT-P-032 Laguna 18 ₱14,686,200.00 ₱293,724.00 ₱1,113.00

LOT-P-033 North Cotabato 18 ₱19,208,400.00 ₱384,168.00 ₱1,455.00

LOT-P-034 Surigao Del Sur 18 ₱9,063,600.00 ₱181,272.00 ₱687.00

LOT-P-035 Aklan 17 ₱11,281,200.00 ₱225,624.00 ₱855.00

LOT-P-036 Capiz 17 ₱12,615,000.00 ₱252,300.00 ₱956.00

LOT-P-037 Romblon 17 ₱6,300,600.00 ₱126,012.00 ₱478.00

LOT-P-038 Zamboanga Sibugay 17 ₱12,793,800.00 ₱255,876.00 ₱969.00

LOT-P-039 Ilocos Sur 16 ₱5,161,200.00 ₱103,224.00 ₱391.00

LOT-P-040 Nueva Ecija 16 ₱16,518,600.00 ₱330,372.00 ₱1,251.00

LOT-P-041 Nueva Vizcaya 16 ₱8,581,200.00 ₱171,624.00 ₱650.00

LOT-P-042 Benguet 15 ₱8,225,400.00 ₱164,508.00 ₱623.00

LOT-P-043 Misamis Occidental 15 ₱7,776,600.00 ₱155,532.00 ₱589.00

LOT-P-044 Tarlac 15 ₱16,281,600.00 ₱325,632.00 ₱1,234.00

LOT-P-045 Agusan Del Sur 14 ₱9,896,400.00 ₱197,928.00 ₱750.00

LOT-P-046 La Union 14 ₱9,118,800.00 ₱182,376.00 ₱691.00

LOT-P-047 Oriental Mindoro 13 ₱11,060,400.00 ₱221,208.00 ₱838.00

LOT-P-048 Zambales 13 ₱9,305,400.00 ₱186,108.00 ₱705.00

LOT-P-049 Bataan 12 ₱11,196,600.00 ₱223,932.00 ₱848.00

LOT-P-050 Ifugao 12 ₱4,800,600.00 ₱96,012.00 ₱364.00

LOT-P-051 Occidental Mindoro 12 ₱9,358,200.00 ₱187,164.00 ₱709.00

LOT-P-052 Pampanga 12 ₱19,859,400.00 ₱397,188.00 ₱1,504.00

LOT-P-053 Sultan Kudarat 12 ₱11,922,000.00 ₱238,440.00 ₱903.00

LOT-P-054 Camarines Norte 11 ₱7,636,200.00 ₱152,724.00 ₱579.00

LOT-P-055 Catanduanes 11 ₱4,889,400.00 ₱97,788.00 ₱371.00

Page 84: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

84

Annex I (Page 3/3)

LOT-P-056 Cavite 11 ₱18,974,400.00 ₱379,488.00 ₱1,437.00

LOT-P-057 Davao Del Sur 11 ₱10,333,200.00 ₱206,664.00 ₱783.00

LOT-P-058 Davao Oriental 11 ₱7,770,000.00 ₱155,400.00 ₱589.00

LOT-P-059 Mountain Province 11 ₱3,832,200.00 ₱76,644.00 ₱291.00

LOT-P-060 Rizal 11 ₱28,433,400.00 ₱568,668.00 ₱2,154.00

LOT-P-061 Sorsogon 11 ₱8,573,400.00 ₱171,468.00 ₱650.00

LOT-P-062 Tawi-Tawi 11 ₱7,078,200.00 ₱141,564.00 ₱537.00

LOT-P-063 Agusan Del Norte 10 ₱5,115,000.00 ₱102,300.00 ₱388.00

LOT-P-064 Compostela Valley 10 ₱10,765,200.00 ₱215,304.00 ₱816.00

LOT-P-065 Albay 9 ₱10,422,000.00 ₱208,440.00 ₱790.00

LOT-P-066 Aurora 9 ₱4,505,400.00 ₱90,108.00 ₱342.00

LOT-P-067 Biliran 9 ₱4,224,600.00 ₱84,492.00 ₱320.00

LOT-P-068 Apayao 8 ₱2,625,000.00 ₱52,500.00 ₱199.00

LOT-P-069 Dinagat Islands 8 ₱3,571,200.00 ₱71,424.00 ₱271.00

LOT-P-070 Kalinga 8 ₱2,314,800.00 ₱46,296.00 ₱176.00

LOT-P-071 Sarangani 8 ₱8,478,000.00 ₱169,560.00 ₱643.00

LOT-P-072 Batanes 7 ₱664,800.00 ₱13,296.00 ₱51.00

LOT-P-073 Davao Del Norte 7 ₱6,724,800.00 ₱134,496.00 ₱510.00

LOT-P-074 Marinduque 7 ₱4,608,600.00 ₱92,172.00 ₱350.00

LOT-P-075 Quirino 7 ₱3,706,200.00 ₱74,124.00 ₱281.00

LOT-P-076 Siquijor 7 ₱2,583,000.00 ₱51,660.00 ₱196.00

LOT-P-077 South Cotabato 7 ₱8,023,800.00 ₱160,476.00 ₱608.00

LOT-P-078 Basilan 6 ₱2,751,000.00 ₱55,020.00 ₱209.00

LOT-P-079 Camiguin 6 ₱2,295,600.00 ₱45,912.00 ₱174.00

LOT-P-080 Guimaras 6 ₱3,793,800.00 ₱75,876.00 ₱288.00

Page 85: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

85

Annex II (Page 1/3)

Summary of Bid Security and Cost of Bidding Documents for ISLAND

LOT CODE LOT Description No. of

Links ABC

Minimum Bid Security Per Lot

Cost of Bidding Documents

LOT-I-001 Panay Island 91 ₱66,941,400.00 ₱1,338,828.00 ₱9,773.00

LOT-I-005 Negros Island 39 ₱33,522,600.00 ₱670,452.00 ₱4,894.00

LOT-I-003 Leyte Island 47 ₱29,323,200.00 ₱586,464.00 ₱4,281.00

LOT-I-004 Bohol Island 46 ₱26,215,800.00 ₱524,316.00 ₱3,828.00

LOT-I-006 Cebu Island 31 ₱25,837,800.00 ₱516,756.00 ₱3,773.00

LOT-I-002 Samar Island 53 ₱24,313,800.00 ₱486,276.00 ₱3,550.00

LOT-I-007 Mindoro Island 22 ₱19,435,200.00 ₱388,704.00 ₱2,838.00

LOT-I-008 Masbate Island 14 ₱11,060,400.00 ₱221,208.00 ₱1,615.00

LOT-I-020 Palawan Island 12 ₱9,346,200.00 ₱186,924.00 ₱1,365.00

LOT-I-032 Jolo Group 7 ₱5,907,600.00 ₱118,152.00 ₱863.00

LOT-I-013 Tawi Tawi Island 6 ₱5,113,200.00 ₱102,264.00 ₱747.00

LOT-I-010 Biliran Island 9 ₱4,792,800.00 ₱95,856.00 ₱700.00

LOT-I-009 Catanduanes Island 10 ₱4,630,200.00 ₱92,604.00 ₱676.00

LOT-I-012 Marinduque Island 7 ₱4,608,600.00 ₱92,172.00 ₱673.00

LOT-I-011 Tablas Island 9 ₱3,957,000.00 ₱79,140.00 ₱578.00

LOT-I-017 Sulu Island 3 ₱3,322,800.00 ₱66,456.00 ₱486.00

LOT-I-031 Dinagat Island 7 ₱3,312,000.00 ₱66,240.00 ₱484.00

LOT-I-014 Guimaras Island 5 ₱3,275,400.00 ₱65,508.00 ₱479.00

LOT-I-033 Siquijor Island 7 ₱2,583,000.00 ₱51,660.00 ₱378.00

LOT-I-030 Siargao Island 8 ₱2,558,400.00 ₱51,168.00 ₱374.00

LOT-I-021 Siasi Island 2 ₱2,464,800.00 ₱49,296.00 ₱360.00

LOT-I-037 Ticao Island 4 ₱2,319,600.00 ₱46,392.00 ₱339.00

LOT-I-015 Basilan Island 4 ₱2,176,200.00 ₱43,524.00 ₱318.00

LOT-I-035 Camiguin Island 5 ₱2,156,400.00 ₱43,128.00 ₱315.00

LOT-I-018 Bantayan Island 2 ₱2,098,800.00 ₱41,976.00 ₱307.00

LOT-I-036 Panaon Island 5 ₱1,744,800.00 ₱34,896.00 ₱255.00

LOT-I-016 Busuanga Island 3 ₱1,617,600.00 ₱32,352.00 ₱237.00

LOT-I-040 Tapul Island 3 ₱1,539,600.00 ₱30,792.00 ₱225.00

LOT-I-038 Polillo Island 3 ₱1,523,400.00 ₱30,468.00 ₱223.00

LOT-I-039 Sibuyan Island 3 ₱1,327,800.00 ₱26,556.00 ₱194.00

LOT-I-045 Hilabaan Island 2 ₱1,324,800.00 ₱26,496.00 ₱194.00

Page 86: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

86

Annex II (Page 2/3)

LOT-I-046 Kinapusan Island 2 ₱1,211,400.00 ₱24,228.00 ₱177.00

LOT-I-042 Buad Island 2 ₱1,209,600.00 ₱24,192.00 ₱177.00

LOT-I-041 Biri Island 2 ₱965,400.00 ₱19,308.00 ₱141.00

LOT-I-054 Burias Islands 1 ₱904,800.00 ₱18,096.00 ₱133.00

LOT-I-047 Quiniluban Island 2 ₱891,600.00 ₱17,832.00 ₱131.00

LOT-I-019 Jolo Island 2 ₱883,200.00 ₱17,664.00 ₱129.00

LOT-I-080 Pan De Azucar Island 1 ₱870,000.00 ₱17,400.00 ₱128.00

LOT-I-044 Dumaran Island 2 ₱838,200.00 ₱16,764.00 ₱123.00

LOT-I-055 Cabbaruyan Island 1 ₱800,400.00 ₱16,008.00 ₱117.00

LOT-I-023 Boracay Island 1 ₱765,600.00 ₱15,312.00 ₱112.00

LOT-I-070 Laoang Island 1 ₱730,800.00 ₱14,616.00 ₱107.00

LOT-I-022 Balabac Island 1 ₱703,800.00 ₱14,076.00 ₱103.00

LOT-I-081 Pangutaran Island 1 ₱702,000.00 ₱14,040.00 ₱103.00

LOT-I-067 Jilantangan Island 1 ₱663,000.00 ₱13,260.00 ₱97.00

LOT-I-065 Handayan Island 1 ₱626,400.00 ₱12,528.00 ₱92.00

LOT-I-088 San Pablo Island 1 ₱626,400.00 ₱12,528.00 ₱92.00

LOT-I-058 Caparangasan Island 1 ₱624,000.00 ₱12,480.00 ₱92.00

LOT-I-078 Masapelid Island 1 ₱624,000.00 ₱12,480.00 ₱92.00

LOT-I-086 Quinalasag Island 1 ₱624,000.00 ₱12,480.00 ₱92.00

LOT-I-052 Bongo Island 1 ₱585,000.00 ₱11,700.00 ₱86.00

LOT-I-057 Camotes Island 1 ₱585,000.00 ₱11,700.00 ₱86.00

LOT-I-064 Gaus Island 1 ₱585,000.00 ₱11,700.00 ₱86.00

LOT-I-073 Lubang Islands 1 ₱585,000.00 ₱11,700.00 ₱86.00

LOT-I-090 Sarangani Island 1 ₱585,000.00 ₱11,700.00 ₱86.00

LOT-I-034 Batan Island 6 ₱578,400.00 ₱11,568.00 ₱85.00

LOT-I-043 Cabaongon Island 2 ₱561,600.00 ₱11,232.00 ₱82.00

LOT-I-048 Agusan Del Norte 1 ₱561,600.00 ₱11,232.00 ₱82.00

LOT-I-066 Inampologan Island 1 ₱518,400.00 ₱10,368.00 ₱76.00

LOT-I-053 Bucas Grande Island 1 ₱507,000.00 ₱10,140.00 ₱75.00

LOT-I-024 Semirara Island 1 ₱501,600.00 ₱10,032.00 ₱74.00

LOT-I-025 Sitangkai Island 1 ₱501,600.00 ₱10,032.00 ₱74.00

LOT-I-095 Tinaga Island 1 ₱487,200.00 ₱9,744.00 ₱72.00

LOT-I-076 Maricaban Island 1 ₱475,200.00 ₱9,504.00 ₱70.00

LOT-I-083 Pilas Group 1 ₱452,400.00 ₱9,048.00 ₱67.00

LOT-I-074 Maanoc Island 1 ₱432,000.00 ₱8,640.00 ₱64.00

LOT-I-096 Tongkil Island 1 ₱429,000.00 ₱8,580.00 ₱63.00

LOT-I-079 Minanut Island 1 ₱417,600.00 ₱8,352.00 ₱61.00

Page 87: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

87

Annex II (Page 3/3)

LOT-I-060 Catalaban Island 1 ₱390,000.00 ₱7,800.00 ₱57.00

LOT-I-056 Camandag Island 1 ₱388,800.00 ₱7,776.00 ₱57.00

LOT-I-071 Linapacan Island 1 ₱388,800.00 ₱7,776.00 ₱57.00

LOT-I-082 Patnanongan Island 1 ₱388,800.00 ₱7,776.00 ₱57.00

LOT-I-050 Babuyan Island 1 ₱348,000.00 ₱6,960.00 ₱51.00

LOT-I-061 Cupul Island 1 ₱345,600.00 ₱6,912.00 ₱51.00

LOT-I-092 Siparay Island 1 ₱345,600.00 ₱6,912.00 ₱51.00

LOT-I-089 San Pedro Island 1 ₱312,000.00 ₱6,240.00 ₱46.00

LOT-I-059 Carabao Island 1 ₱302,400.00 ₱6,048.00 ₱45.00

LOT-I-069 Karikiki Island 1 ₱302,400.00 ₱6,048.00 ₱45.00

LOT-I-084 Ponson Island 1 ₱302,400.00 ₱6,048.00 ₱45.00

LOT-I-049 Ambil Island 1 ₱259,200.00 ₱5,184.00 ₱38.00

LOT-I-062 Dalupiri Island 1 ₱259,200.00 ₱5,184.00 ₱38.00

LOT-I-072 Little Hibuson Island 1 ₱259,200.00 ₱5,184.00 ₱38.00

LOT-I-085 Poro Island 1 ₱259,200.00 ₱5,184.00 ₱38.00

LOT-I-091 Simara Island 1 ₱259,200.00 ₱5,184.00 ₱38.00

LOT-I-087 San Andres Island 1 ₱237,000.00 ₱4,740.00 ₱35.00

LOT-I-093 Tagapul-An Island 1 ₱216,000.00 ₱4,320.00 ₱32.00

LOT-I-094 Teomabal Island 1 ₱189,600.00 ₱3,792.00 ₱28.00

LOT-I-063 Dos Hermanas Island 1 ₱172,800.00 ₱3,456.00 ₱26.00

LOT-I-077 Maripipi Island 1 ₱172,800.00 ₱3,456.00 ₱26.00

LOT-I-075 Maestre De Ocampo Island

1 ₱142,200.00 ₱2,844.00 ₱21.00

LOT-I-098 Medano Island 1 ₱139,200.00 ₱2,784.00 ₱21.00

LOT-I-099 Baco Island 1 ₱139,200.00 ₱2,784.00 ₱21.00

LOT-I-100 Cobrador Island 1 ₱139,200.00 ₱2,784.00 ₱21.00

LOT-I-101 Danaon Island 1 ₱139,200.00 ₱2,784.00 ₱21.00

LOT-I-097 Turtle Islands 1 ₱129,600.00 ₱2,592.00 ₱19.00

LOT-I-026 Malamaui Island 1 ₱122,400.00 ₱2,448.00 ₱18.00

LOT-I-028 Andis Island 1 ₱122,400.00 ₱2,448.00 ₱18.00

LOT-I-029 Bakhan Dakuta Island 1 ₱122,400.00 ₱2,448.00 ₱18.00

LOT-I-027 Pujada Island 1 ₱105,600.00 ₱2,112.00 ₱16.00

LOT-I-051 Batanes Island 1 ₱86,400.00 ₱1,728.00 ₱13.00

LOT-I-068 Kalayaan Islands 1 ₱43,200.00 ₱864.00 ₱7.00

Page 88: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

88

Annex III (Page 1/39)

Summary of Bid Security and Cost of Bidding Documents for

MUNICIPAL

LOT CODE LOT Description No. of

Links ABC

Minimum Bid Security Per Lot

Cost of Bidding Documents

LOT-M-001 DOST ICTO Field Office Luzon Cluster 2

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-002 DOST ICTO Field Office Mindanao Cluster 1

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-003 DOST ICTO Field Office Mindanao Cluster 1

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-004 DOST ICTO Field Office Luzon Cluster 1

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-005 DOST ICTO Field Office Luzon Cluster 1

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-006 DOST ICTO Field Office Mindanao Cluster 2

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-007 DOST ICTO Field Office Mindanao Cluster 2

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-008 DOST ICTO Field Office Mindanao Cluster 2

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-009 DOST ICTO Field Office Luzon Cluster 1

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-010 DOST ICTO Field Office Luzon Cluster 1

1 ₱172,800.00 ₱3,456.00 ₱20.00

LOT-M-011 DOST ICTO Field Office Luzon Cluster 1

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-012 DOST ICTO Field Office Luzon Cluster 1

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-013 DOST ICTO Field Office Luzon Cluster 2

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-014 DOST ICTO Field Office Luzon Cluster 2

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-015 DOST ICTO Field Office Luzon Cluster 2

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-016 DOST ICTO Field Office Luzon Cluster 2

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-017 DOST ICTO Field Office Luzon Cluster 3

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-018 DOST ICTO Field Office Luzon Cluster 3

1 ₱156,000.00 ₱3,120.00 ₱18.00

Page 89: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

89

Annex III (Page 2/39)

LOT-M-019 DOST ICTO Field Office Luzon Cluster 3

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-020 DOST ICTO Field Office Luzon Cluster 3

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-021 DOST ICTO Field Office Luzon Cluster 3

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-022 DOST ICTO Field Office Visayas Cluster 1

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-023 DOST ICTO Field Office Visayas Cluster 1

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-024 DOST ICTO Field Office Visayas Cluster 2

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-025 DOST ICTO Field Office Visayas Cluster 2

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-026 DOST ICTO Field Office Mindanao Cluster 1

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-027 DOST ICTO Field Office Mindanao Cluster 2

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-028 DOST ICTO Field Office Mindanao Cluster 2

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-029 DOST ICTO Field Office Mindanao Cluster 3

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-030 DOST ICTO Field Office Mindanao Cluster 3

1 ₱139,200.00 ₱2,784.00 ₱16.00

LOT-M-031 Municipal Plaza of Adams 1 ₱43,200.00 ₱864.00 ₱5.00

LOT-M-032 Municipal Plaza of Alilem 1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-033 Municipal Plaza of Agno 1 ₱591,600.00 ₱11,832.00 ₱68.00

LOT-M-034 Municipal Plaza of Bacarra 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-035 Municipal Plaza of Banayoyo 1 ₱195,000.00 ₱3,900.00 ₱23.00

LOT-M-036 Municipal Plaza of Aguilar 1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-037 Municipal Plaza of Bangui 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-038 Municipal Plaza of Bagulin 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-039 Municipal Plaza of Anda, Pangasinan

1 ₱800,400.00 ₱16,008.00 ₱91.00

LOT-M-040 Municipal Plaza of Burgos, Ilocos Norte

1 ₱259,200.00 ₱5,184.00 ₱30.00

Page 90: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

90

Annex III (Page 3/39)

LOT-M-041 Municipal Plaza of Carasi 1 ₱43,200.00 ₱864.00 ₱5.00

LOT-M-042 Municipal Plaza of Cervantes 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-043 Municipal Plaza of Burgos, La Union

1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-044 Municipal Plaza of Dumalneg 1 ₱43,200.00 ₱864.00 ₱5.00

LOT-M-045 Municipal Plaza of Gregorio Del Pilar

1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-046 Municipal Plaza of Banna 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-047 Municipal Plaza of Lidlidda 1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-048 Municipal Plaza of Pugo 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-049 Municipal Plaza of Marcos 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-050 Municipal Plaza of Nagbukel 1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-051 Municipal Plaza of Nueva Era 1 ₱174,000.00 ₱3,480.00 ₱20.00

LOT-M-052 Municipal Plaza of Pagudpud 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-053 Municipal Plaza of Quirino, Ilocos Sur

1 ₱234,000.00 ₱4,680.00 ₱27.00

LOT-M-054 Municipal Plaza of San Gabriel

1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-055 Municipal Plaza of Paoay 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-056 Municipal Plaza of Salcedo, Ilocos Sur

1 ₱273,000.00 ₱5,460.00 ₱31.00

LOT-M-057 Municipal Plaza of Burgos , Pangasinan

1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-058 Municipal Plaza of Pasuquin 1 ₱626,400.00 ₱12,528.00 ₱72.00

LOT-M-059 Municipal Plaza of San Emilio 1 ₱195,000.00 ₱3,900.00 ₱23.00

LOT-M-060 Municipal Plaza of Piddig 1 ₱452,400.00 ₱9,048.00 ₱52.00

LOT-M-061 Municipal Plaza of Santol 1 ₱312,000.00 ₱6,240.00 ₱36.00

LOT-M-062 Municipal Plaza of Dasol 1 ₱591,600.00 ₱11,832.00 ₱68.00

Page 91: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

91

Annex III (Page 4/39)

LOT-M-063 Municipal Plaza of Tubao 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-064 Municipal Plaza of Infanta 1 ₱522,000.00 ₱10,440.00 ₱60.00

LOT-M-065 Municipal Plaza of Sarrat 1 ₱691,200.00 ₱13,824.00 ₱79.00

LOT-M-066 Municipal Plaza of Labrador 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-067 Municipal Plaza of Solsona 1 ₱522,000.00 ₱10,440.00 ₱60.00

LOT-M-068 Municipal Plaza of Mabini, Pangasinan

1 ₱522,000.00 ₱10,440.00 ₱60.00

LOT-M-069 Municipal Plaza of Sigay 1 ₱86,400.00 ₱1,728.00 ₱10.00

LOT-M-070 Municipal Plaza of Sugpon 1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-071 Municipal Plaza of Suyo 1 ₱273,000.00 ₱5,460.00 ₱31.00

LOT-M-072 Municipal Plaza of Basco 1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-073 Municipal Plaza of Abulug 1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-074 Municipal Plaza of Ambaguio 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-075 Municipal Plaza of Aglipay 1 ₱591,600.00 ₱11,832.00 ₱68.00

LOT-M-076 Municipal Plaza of Itbayat 1 ₱86,400.00 ₱1,728.00 ₱10.00

LOT-M-077 Municipal Plaza of Alcala 1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-078 Municipal Plaza of Angadanan

1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-079 Municipal Plaza of Cabarroguis

1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-080 Municipal Plaza of Ivana 1 ₱47,400.00 ₱948.00 ₱6.00

LOT-M-081 Municipal Plaza of Allacapan 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-082 Municipal Plaza of Aurora 1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-083 Municipal Plaza of Mahatao 1 ₱47,400.00 ₱948.00 ₱6.00

LOT-M-084 Municipal Plaza of Benito Soliven

1 ₱663,000.00 ₱13,260.00 ₱76.00

Page 92: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

92

Annex III (Page 5/39)

LOT-M-085 Municipal Plaza of Sabtang 1 ₱47,400.00 ₱948.00 ₱6.00

LOT-M-086 Municipal Plaza of Burgos , Isabela

1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-087 Municipal Plaza of Saguday 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-088 Municipal Plaza of Uyugan 1 ₱47,400.00 ₱948.00 ₱6.00

LOT-M-089 Municipal Plaza of Diadi 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-090 Municipal Plaza of Ballesteros

1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-091 Municipal Plaza of Cabatuan 1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-092 Municipal Plaza of Dupax Del Norte

1 ₱556,800.00 ₱11,136.00 ₱64.00

LOT-M-093 Municipal Plaza of Buguey 1 ₱626,400.00 ₱12,528.00 ₱72.00

LOT-M-094 Municipal Plaza of Calayan 1 ₱348,000.00 ₱6,960.00 ₱40.00

LOT-M-095 Municipal Plaza of Cordon 1 ₱904,800.00 ₱18,096.00 ₱103.00

LOT-M-096 Municipal Plaza of Kasibu 1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-097 Municipal Plaza of Camalaniugan

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-098 Municipal Plaza of Kayapa 1 ₱487,200.00 ₱9,744.00 ₱56.00

LOT-M-099 Municipal Plaza of Claveria , Cagayan

1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-100 Municipal Plaza of Quezon, Nueva Vizcaya

1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-101 Municipal Plaza of Enrile 1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-102 Municipal Plaza of Santa Fe, Nueva Vizcaya

1 ₱313,200.00 ₱6,264.00 ₱36.00

LOT-M-103 Municipal Plaza of Gamu 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-104 Municipal Plaza of Villaverde 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-105 Municipal Plaza of Iguig 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-106 Municipal Plaza of Alfonso Castaneda

1 ₱216,000.00 ₱4,320.00 ₱25.00

Page 93: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

93

Annex III (Page 6/39)

LOT-M-107 Municipal Plaza of Luna, Isabela

1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-108 Municipal Plaza of Lasam 1 ₱800,400.00 ₱16,008.00 ₱91.00

LOT-M-109 Municipal Plaza of Maconacon

1 ₱104,400.00 ₱2,088.00 ₱12.00

LOT-M-110 Municipal Plaza of Pamplona 1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-111 Municipal Plaza of Delfin Albano

1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-112 Municipal Plaza of Mallig 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-113 Municipal Plaza of Piat 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-114 Municipal Plaza of Naguilian 1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-115 Municipal Plaza of Rizal Cagayan

1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-116 Municipal Plaza of Sanchez-Mira

1 ₱522,000.00 ₱10,440.00 ₱60.00

LOT-M-117 Municipal Plaza of Quezon , Isabela

1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-118 Municipal Plaza of Quirino, Isabela

1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-119 Municipal Plaza of Santa Praxedes

1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-120 Municipal Plaza of Santa Teresita

1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-121 Municipal Plaza of Reina Mercedes

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-122 Municipal Plaza of San Agustin, Isabela

1 ₱604,800.00 ₱12,096.00 ₱69.00

LOT-M-123 Municipal Plaza of San Guillermo

1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-124 Municipal Plaza of San Isidro, Isabela

1 ₱604,800.00 ₱12,096.00 ₱69.00

LOT-M-125 Municipal Plaza of San Manuel , Isabela

1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-126 Municipal Plaza of Santa Maria , Isabela

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-127 Municipal Plaza of Santo Tomas , Isabela

1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-128 Municipal Plaza of Abucay 1 ₱835,200.00 ₱16,704.00 ₱95.00

Page 94: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

94

Annex III (Page 7/39)

LOT-M-129 Municipal Plaza of Bagac 1 ₱556,800.00 ₱11,136.00 ₱64.00

LOT-M-130 Municipal Plaza of Cabangan 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-131 Municipal Plaza of Candelaria 1 ₱556,800.00 ₱11,136.00 ₱64.00

LOT-M-132 Municipal Plaza of Morong 1 ₱591,600.00 ₱11,832.00 ₱68.00

LOT-M-133 Municipal Plaza of Mayantoc 1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-134 Municipal Plaza of Palauig 1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-135 Municipal Plaza of San Felipe 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-136 Municipal Plaza of Pilar , Bataan

1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-137 Municipal Plaza of Samal 1 ₱819,000.00 ₱16,380.00 ₱93.00

LOT-M-138 Municipal Plaza of San Narciso

1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-139 Municipal Plaza of San Clemente

1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-140 Municipal Plaza of San Manuel, Tarlac

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-141 Municipal Plaza of San Jose , Tarlac

1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-142 Municipal Plaza of Agoncillo 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-143 Municipal Plaza of Baco 1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-144 Municipal Plaza of Agdangan 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-145 Municipal Plaza of Alcantara, Romblon

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-146 Municipal Plaza of Baler 1 ₱897,000.00 ₱17,940.00 ₱102.00

LOT-M-147 Municipal Plaza of Buenavista, Marinduque

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-148 Municipal Plaza of Calintaan 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-149 Municipal Plaza of Agutaya 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-150 Municipal Plaza of Banton 1 ₱172,800.00 ₱3,456.00 ₱20.00

Page 95: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

95

Annex III (Page 8/39)

LOT-M-151 Municipal Plaza of Gasan 1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-152 Municipal Plaza of Looc 1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-153 Municipal Plaza of Araceli 1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-154 Municipal Plaza of Cajidiocan 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-155 Municipal Plaza of Dilasag 1 ₱348,000.00 ₱6,960.00 ₱40.00

LOT-M-156 Municipal Plaza of Mogpog 1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-157 Municipal Plaza of Lubang 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-158 Municipal Plaza of Calatrava, Romblon

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-159 Municipal Plaza of Dinalungan

1 ₱273,000.00 ₱5,460.00 ₱31.00

LOT-M-160 Municipal Plaza of Magsaysay, Occidental Mindoro

1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-161 Municipal Plaza of Buenavista , Quezon

1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-162 Municipal Plaza of Concepcion, Romblon

1 ₱142,200.00 ₱2,844.00 ₱17.00

LOT-M-163 Municipal Plaza of Dingalan 1 ₱522,000.00 ₱10,440.00 ₱60.00

LOT-M-164 Municipal Plaza of Torrijos 1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-165 Municipal Plaza of Mamburao

1 ₱975,000.00 ₱19,500.00 ₱111.00

LOT-M-166 Municipal Plaza of Gloria 1 ₱939,600.00 ₱18,792.00 ₱107.00

LOT-M-167 Municipal Plaza of Burdeos 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-168 Municipal Plaza of Corcuera 1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-169 Municipal Plaza of Dipaculao 1 ₱626,400.00 ₱12,528.00 ₱72.00

LOT-M-170 Municipal Plaza of General Emilio Aguinaldo

1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-171 Municipal Plaza of Cavinti 1 ₱452,400.00 ₱9,048.00 ₱52.00

Page 96: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

96

Annex III (Page 9/39)

LOT-M-172 Municipal Plaza of Paluan 1 ₱348,000.00 ₱6,960.00 ₱40.00

LOT-M-173 Municipal Plaza of Busuanga 1 ₱487,200.00 ₱9,744.00 ₱56.00

LOT-M-174 Municipal Plaza of Looc 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-175 Municipal Plaza of Famy 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-176 Municipal Plaza of Rizal, Occidental Mindoro

1 ₱858,000.00 ₱17,160.00 ₱98.00

LOT-M-177 Municipal Plaza of Cagayancillo

1 ₱237,000.00 ₱4,740.00 ₱27.00

LOT-M-178 Municipal Plaza of Magdiwang

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-179 Municipal Plaza of Liliw 1 ₱819,000.00 ₱16,380.00 ₱93.00

LOT-M-180 Municipal Plaza of Pola 1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-181 Municipal Plaza of Cuyo 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-182 Municipal Plaza of Santa Cruz, Occidental Mindoro

1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-183 Municipal Plaza of Dumaran 1 ₱487,200.00 ₱9,744.00 ₱56.00

LOT-M-184 Municipal Plaza of San Agustin

1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-185 Municipal Plaza of Luisiana 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-186 Municipal Plaza of San Andres, Romblon

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-187 Municipal Plaza of San Teodoro

1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-188 Municipal Plaza of Linapacan 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-189 Municipal Plaza of San Fernando, Romblon

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-190 Municipal Plaza of Mabitac 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-191 Municipal Plaza of Socorro, Oriental Mindoro

1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-192 Municipal Plaza of Magsaysay, Palawan

1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-193 Municipal Plaza of San Jose, Romblon

1 ₱302,400.00 ₱6,048.00 ₱35.00

Page 97: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

97

Annex III (Page 10/39)

LOT-M-194 Municipal Plaza of Lobo 1 ₱800,400.00 ₱16,008.00 ₱91.00

LOT-M-195 Municipal Plaza of Magdalena

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-196 Municipal Plaza of Dolores , Quezon

1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-197 Municipal Plaza of Santa Fe, Romblon

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-198 Municipal Plaza of Majayjay 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-199 Municipal Plaza of General Luna

1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-200 Municipal Plaza of Ferrol 1 ₱237,000.00 ₱4,740.00 ₱27.00

LOT-M-201 Municipal Plaza of Santa Maria, Romblon

1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-202 Municipal Plaza of Paete 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-203 Municipal Plaza of Guinayangan

1 ₱800,400.00 ₱16,008.00 ₱91.00

LOT-M-204 Municipal Plaza of Pakil 1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-205 Municipal Plaza of Ternate 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-206 Municipal Plaza of Pangil 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-207 Municipal Plaza of Kalayaan 1 ₱43,200.00 ₱864.00 ₱5.00

LOT-M-208 Municipal Plaza of Culion 1 ₱417,600.00 ₱8,352.00 ₱48.00

LOT-M-209 Municipal Plaza of Rizal, Laguna

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-210 Municipal Plaza of San Nicolas

1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-211 Municipal Plaza of Macalelon 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-212 Municipal Plaza of Santa Maria , Laguna

1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-213 Municipal Plaza of Padre Burgos, Quezon

1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-214 Municipal Plaza of Panukulan 1 ₱312,000.00 ₱6,240.00 ₱36.00

LOT-M-215 Municipal Plaza of Patnanungan

1 ₱388,800.00 ₱7,776.00 ₱45.00

Page 98: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

98

Annex III (Page 11/39)

LOT-M-216 Municipal Plaza of Tingloy 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-217 Municipal Plaza of Tuy 1 ₱904,800.00 ₱18,096.00 ₱103.00

LOT-M-218 Municipal Plaza of Pitogo 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-219 Municipal Plaza of Polillo 1 ₱626,400.00 ₱12,528.00 ₱72.00

LOT-M-220 Municipal Plaza of Sampaloc 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-221 Municipal Plaza of San Andres, Quezon

1 ₱819,000.00 ₱16,380.00 ₱93.00

LOT-M-222 Municipal Plaza of San Narciso

1 ₱1,009,200.00 ₱20,184.00 ₱115.00

LOT-M-223 Municipal Plaza of Unisan 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-224 Municipal Plaza of Bagamanoc

1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-225 Municipal Plaza of Bacon (EXCLUDE)

1 ₱1,053,000.00 ₱21,060.00 ₱120.00

LOT-M-226 Municipal Plaza of Capalonga 1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-227 Municipal Plaza of Balatan 1 ₱777,600.00 ₱15,552.00 ₱89.00

LOT-M-228 Municipal Plaza of Baras 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-229 Municipal Plaza of Baleno 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-230 Municipal Plaza of Barcelona 1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-231 Municipal Plaza of Bato, Catanduanes

1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-232 Municipal Plaza of Balud 1 ₱897,000.00 ₱17,940.00 ₱102.00

LOT-M-233 Municipal Plaza of San Lorenzo Ruiz

1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-234 Municipal Plaza of Bombon 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-235 Municipal Plaza of Caramoran

1 ₱626,400.00 ₱12,528.00 ₱72.00

LOT-M-236 Municipal Plaza of Batuan, Masbate

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-237 Municipal Plaza of Bulusan 1 ₱546,000.00 ₱10,920.00 ₱62.00

Page 99: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

99

Annex III (Page 12/39)

LOT-M-238 Municipal Plaza of Jovellar 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-239 Municipal Plaza of Gigmoto 1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-240 Municipal Plaza of Casiguran 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-241 Municipal Plaza of Pandan 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-242 Municipal Plaza of Cabusao 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-243 Municipal Plaza of Panganiban

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-244 Municipal Plaza of Claveria , Masbate

1 ₱904,800.00 ₱18,096.00 ₱103.00

LOT-M-245 Municipal Plaza of Paracale 1 ₱487,200.00 ₱9,744.00 ₱56.00

LOT-M-246 Municipal Plaza of Dimasalang

1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-247 Municipal Plaza of San Vicente, Camarines Norte

1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-248 Municipal Plaza of Camaligan 1 ₱604,800.00 ₱12,096.00 ₱69.00

LOT-M-249 Municipal Plaza of San Miguel, Catanduanes

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-250 Municipal Plaza of Esperanza, Masbate

1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-251 Municipal Plaza of Santa Elena

1 ₱452,400.00 ₱9,048.00 ₱52.00

LOT-M-252 Municipal Plaza of Canaman 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-253 Municipal Plaza of Viga 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-254 Municipal Plaza of Mandaon 1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-255 Municipal Plaza of Juban 1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-256 Municipal Plaza of Talisay, Camarines Norte

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-257 Municipal Plaza of Del Gallego

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-258 Municipal Plaza of Matnog 1 ₱1,036,800.00 ₱20,736.00 ₱118.00

LOT-M-259 Municipal Plaza of Gainza 1 ₱302,400.00 ₱6,048.00 ₱35.00

Page 100: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

100

Annex III (Page 13/39)

LOT-M-260 Municipal Plaza of Mobo 1 ₱858,000.00 ₱17,160.00 ₱98.00

LOT-M-261 Municipal Plaza of Garchitorena

1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-262 Municipal Plaza of Monreal 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-263 Municipal Plaza of Palanas 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-264 Municipal Plaza of Santa Magdalena

1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-265 Municipal Plaza of Pio V. Corpuz

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-266 Municipal Plaza of San Fernando, Masbate

1 ₱604,800.00 ₱12,096.00 ₱69.00

LOT-M-267 Municipal Plaza of Lupi 1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-268 Municipal Plaza of San Jacinto

1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-269 Municipal Plaza of Magarao 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-270 Municipal Plaza of Milaor 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-271 Municipal Plaza of Pamplona, Camarines Sur

1 ₱858,000.00 ₱17,160.00 ₱98.00

LOT-M-272 Municipal Plaza of Pasacao 1 ₱1,009,200.00 ₱20,184.00 ₱115.00

LOT-M-273 Municipal Plaza of Presentacion

1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-274 Municipal Plaza of Sagñay 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-275 Municipal Plaza of San Fernando, Camarines Sur

1 ₱819,000.00 ₱16,380.00 ₱93.00

LOT-M-276 Municipal Plaza of San Jose, Camarines Sur

1 ₱936,000.00 ₱18,720.00 ₱107.00

LOT-M-277 Municipal Plaza of Siruma 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-278 Municipal Plaza of Tigaon 1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-279 Municipal Plaza of Altavas 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-280 Municipal Plaza of Anini-Y 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-281 Municipal Plaza of Cuartero 1 ₱624,000.00 ₱12,480.00 ₱71.00

Page 101: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

101

Annex III (Page 14/39)

LOT-M-282 Municipal Plaza of Balete 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-283 Municipal Plaza of Barbaza 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-284 Municipal Plaza of Dao 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-285 Municipal Plaza of Alimodian 1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-286 Municipal Plaza of Jordan 1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-287 Municipal Plaza of Banga 1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-288 Municipal Plaza of Belison 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-289 Municipal Plaza of Dumalag 1 ₱820,800.00 ₱16,416.00 ₱94.00

LOT-M-290 Municipal Plaza of Anilao 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-291 Municipal Plaza of Nueva Valencia

1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-292 Municipal Plaza of Batan 1 ₱820,800.00 ₱16,416.00 ₱94.00

LOT-M-293 Municipal Plaza of Bugasong 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-294 Municipal Plaza of Badiangan 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-295 Municipal Plaza of Buruanga 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-296 Municipal Plaza of Ivisan 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-297 Municipal Plaza of Balasan 1 ₱820,800.00 ₱16,416.00 ₱94.00

LOT-M-298 Municipal Plaza of Culasi 1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-299 Municipal Plaza of Banate 1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-300 Municipal Plaza of Candoni 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-301 Municipal Plaza of Tobias Fornier

1 ₱820,800.00 ₱16,416.00 ₱94.00

LOT-M-302 Municipal Plaza of Ma-Ayon 1 ₱800,400.00 ₱16,008.00 ₱91.00

LOT-M-303 Municipal Plaza of Lezo 1 ₱388,800.00 ₱7,776.00 ₱45.00

Page 102: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

102

Annex III (Page 15/39)

LOT-M-304 Municipal Plaza of Mambusao

1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-305 Municipal Plaza of Barotac Viejo

1 ₱904,800.00 ₱18,096.00 ₱103.00

LOT-M-306 Municipal Plaza of Libacao 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-307 Municipal Plaza of Laua-An 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-308 Municipal Plaza of Panay 1 ₱939,600.00 ₱18,792.00 ₱107.00

LOT-M-309 Municipal Plaza of Batad 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-310 Municipal Plaza of Madalag 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-311 Municipal Plaza of Libertad, Antique

1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-312 Municipal Plaza of Panitan 1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-313 Municipal Plaza of Bingawan 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-314 Municipal Plaza of Makato 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-315 Municipal Plaza of Pandan 1 ₱819,000.00 ₱16,380.00 ₱93.00

LOT-M-316 Municipal Plaza of Pilar , Capiz

1 ₱904,800.00 ₱18,096.00 ₱103.00

LOT-M-317 Municipal Plaza of Patnongon

1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-318 Municipal Plaza of Pontevedra

1 ₱939,600.00 ₱18,792.00 ₱107.00

LOT-M-319 Municipal Plaza of Malinao 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-320 Municipal Plaza of President Roxas

1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-321 Municipal Plaza of Nabas 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-322 Municipal Plaza of San Remigio

1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-323 Municipal Plaza of New Washington

1 ₱939,600.00 ₱18,792.00 ₱107.00

LOT-M-324 Municipal Plaza of Sebaste 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-325 Municipal Plaza of Sapi-An 1 ₱624,000.00 ₱12,480.00 ₱71.00

Page 103: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

103

Annex III (Page 16/39)

LOT-M-326 Municipal Plaza of Concepcion, Iloilo

1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-327 Municipal Plaza of Numancia 1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-328 Municipal Plaza of Sigma 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-329 Municipal Plaza of Dingle 1 ₱939,600.00 ₱18,792.00 ₱107.00

LOT-M-330 Municipal Plaza of Tangalan 1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-331 Municipal Plaza of Tibiao 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-332 Municipal Plaza of Dueñas 1 ₱819,000.00 ₱16,380.00 ₱93.00

LOT-M-333 Municipal Plaza of Valderrama

1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-334 Municipal Plaza of Moises Padilla

1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-335 Municipal Plaza of Guimbal 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-336 Municipal Plaza of Igbaras 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-337 Municipal Plaza of Pulupandan

1 ₱556,800.00 ₱11,136.00 ₱64.00

LOT-M-338 Municipal Plaza of San Enrique

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-339 Municipal Plaza of Leganes 1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-340 Municipal Plaza of Lemery 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-341 Municipal Plaza of Maasin 1 ₱858,000.00 ₱17,160.00 ₱98.00

LOT-M-342 Municipal Plaza of Toboso 1 ₱904,800.00 ₱18,096.00 ₱103.00

LOT-M-343 Municipal Plaza of Valladolid 1 ₱897,000.00 ₱17,940.00 ₱102.00

LOT-M-344 Municipal Plaza of Mina 1 ₱604,800.00 ₱12,096.00 ₱69.00

LOT-M-345 Municipal Plaza of New Lucena

1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-346 Municipal Plaza of Salvador Benedicto

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-347 Municipal Plaza of San Dionisio

1 ₱819,000.00 ₱16,380.00 ₱93.00

Page 104: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

104

Annex III (Page 17 /39)

LOT-M-348 Municipal Plaza of San Enrique

1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-349 Municipal Plaza of San Miguel , Iloilo

1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-350 Municipal Plaza of San Rafael, Iloilo

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-351 Municipal Plaza of Tubungan 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-352 Municipal Plaza of Zarraga 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-353 Municipal Plaza of Alburquerque

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-354 Municipal Plaza of Alcantara, Cebu

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-355 Municipal Plaza of Amlan 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-356 Municipal Plaza of Enrique Villanueva

1 ₱172,800.00 ₱3,456.00 ₱20.00

LOT-M-357 Municipal Plaza of Alicia , Bohol

1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-358 Municipal Plaza of Alcoy 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-359 Municipal Plaza of Larena 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-360 Municipal Plaza of Anda, Bohol

1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-361 Municipal Plaza of Alegria 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-362 Municipal Plaza of Bacong 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-363 Municipal Plaza of Lazi 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-364 Municipal Plaza of Antequera 1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-365 Municipal Plaza of Aloguinsan

1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-366 Municipal Plaza of Maria 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-367 Municipal Plaza of Baclayon 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-368 Municipal Plaza of Basay 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-369 Municipal Plaza of San Juan, Siquijor

1 ₱388,800.00 ₱7,776.00 ₱45.00

Page 105: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

105

Annex III (Page 18/39)

LOT-M-370 Municipal Plaza of Balilihan 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-371 Municipal Plaza of Siquijor 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-372 Municipal Plaza of Batuan, Bohol

1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-373 Municipal Plaza of Badian 1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-374 Municipal Plaza of Bindoy 1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-375 Municipal Plaza of Bilar 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-376 Municipal Plaza of Buenavista , Bohol

1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-377 Municipal Plaza of Dauin 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-378 Municipal Plaza of Calape 1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-379 Municipal Plaza of Candijay 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-380 Municipal Plaza of Boljoon 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-381 Municipal Plaza of Jimalalud 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-382 Municipal Plaza of Catigbian 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-383 Municipal Plaza of Borbon 1 ₱864,000.00 ₱17,280.00 ₱98.00

LOT-M-384 Municipal Plaza of La Libertad, Negros Oriental

1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-385 Municipal Plaza of Clarin, Bohol

1 ₱950,400.00 ₱19,008.00 ₱108.00

LOT-M-386 Municipal Plaza of Corella 1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-387 Municipal Plaza of Cortes, Bohol

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-388 Municipal Plaza of Catmon 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-389 Municipal Plaza of Pamplona, Negros Oriental

1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-390 Municipal Plaza of Dagohoy 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-391 Municipal Plaza of San Jose, Negros Oriental

1 ₱518,400.00 ₱10,368.00 ₱59.00

Page 106: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

106

Annex III (Page 19/39)

LOT-M-392 Municipal Plaza of Danao 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-393 Municipal Plaza of Dauis 1 ₱975,000.00 ₱19,500.00 ₱111.00

LOT-M-394 Municipal Plaza of Dimiao 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-395 Municipal Plaza of Duero 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-396 Municipal Plaza of Garcia Hernandez

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-397 Municipal Plaza of Tayasan 1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-398 Municipal Plaza of Guindulman

1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-399 Municipal Plaza of Inabanga 1 ₱1,053,000.00 ₱21,060.00 ₱120.00

LOT-M-400 Municipal Plaza of Vallehermoso

1 ₱800,400.00 ₱16,008.00 ₱91.00

LOT-M-401 Municipal Plaza of Jagna 1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-402 Municipal Plaza of Ginatilan 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-403 Municipal Plaza of Zamboanguita

1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-404 Municipal Plaza of Jetafe 1 ₱626,400.00 ₱12,528.00 ₱72.00

LOT-M-405 Municipal Plaza of Lila 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-406 Municipal Plaza of Loay 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-407 Municipal Plaza of Madridejos

1 ₱858,000.00 ₱17,160.00 ₱98.00

LOT-M-408 Municipal Plaza of Loboc 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-409 Municipal Plaza of Malabuyoc

1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-410 Municipal Plaza of Mabini , Bohol

1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-411 Municipal Plaza of Maribojoc 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-412 Municipal Plaza of Panglao 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-413 Municipal Plaza of Moalboal 1 ₱702,000.00 ₱14,040.00 ₱80.00

Page 107: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

107

Annex III (Page 20/39)

LOT-M-414 Municipal Plaza of Pilar , Bohol

1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-415 Municipal Plaza of Pres. Carlos P. Garcia

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-416 Municipal Plaza of Oslob 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-417 Municipal Plaza of Sagbayan 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-418 Municipal Plaza of Pilar, Cebu 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-419 Municipal Plaza of San Isidro, Bohol

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-420 Municipal Plaza of San Miguel , Bohol

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-421 Municipal Plaza of Poro 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-422 Municipal Plaza of Sevilla 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-423 Municipal Plaza of Ronda 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-424 Municipal Plaza of Sierra Bullones

1 ₱556,800.00 ₱11,136.00 ₱64.00

LOT-M-425 Municipal Plaza of Samboan 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-426 Municipal Plaza of Sikatuna 1 ₱172,800.00 ₱3,456.00 ₱20.00

LOT-M-427 Municipal Plaza of San Remigio

1 ₱1,113,600.00 ₱22,272.00 ₱127.00

LOT-M-428 Municipal Plaza of Trinidad 1 ₱626,400.00 ₱12,528.00 ₱72.00

LOT-M-429 Municipal Plaza of Santa Fe, Cebu

1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-430 Municipal Plaza of Santander 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-431 Municipal Plaza of Valencia, Bohol

1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-432 Municipal Plaza of Sogod, Cebu

1 ₱820,800.00 ₱16,416.00 ₱94.00

LOT-M-433 Municipal Plaza of Bien Unido

1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-434 Municipal Plaza of Tabogon 1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-435 Municipal Plaza of Tabuelan 1 ₱546,000.00 ₱10,920.00 ₱62.00

Page 108: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

108

Annex III (Page 21/39)

LOT-M-436 Municipal Plaza of Tudela, Cebu

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-437 Municipal Plaza of Arteche 1 ₱348,000.00 ₱6,960.00 ₱40.00

LOT-M-438 Municipal Plaza of Allen 1 ₱648,000.00 ₱12,960.00 ₱74.00

LOT-M-439 Municipal Plaza of Almagro 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-440 Municipal Plaza of Anahawan 1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-441 Municipal Plaza of Almeria 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-442 Municipal Plaza of Balangiga 1 ₱312,000.00 ₱6,240.00 ₱36.00

LOT-M-443 Municipal Plaza of Biri 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-444 Municipal Plaza of Bontoc, Southern Leyte

1 ₱777,600.00 ₱15,552.00 ₱89.00

LOT-M-445 Municipal Plaza of Biliran 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-446 Municipal Plaza of Balangkayan

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-447 Municipal Plaza of Bobon 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-448 Municipal Plaza of Hinunangan

1 ₱626,400.00 ₱12,528.00 ₱72.00

LOT-M-449 Municipal Plaza of Cabucgayan

1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-450 Municipal Plaza of Capul 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-451 Municipal Plaza of Calbiga 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-452 Municipal Plaza of Hinundayan

1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-453 Municipal Plaza of Caibiran 1 ₱604,800.00 ₱12,096.00 ₱69.00

LOT-M-454 Municipal Plaza of Can-Avid 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-455 Municipal Plaza of Babatngon

1 ₱691,200.00 ₱13,824.00 ₱79.00

LOT-M-456 Municipal Plaza of Libagon 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-457 Municipal Plaza of Culaba 1 ₱345,600.00 ₱6,912.00 ₱40.00

Page 109: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

109

Annex III (Page 22/39)

LOT-M-458 Municipal Plaza of Dolores 1 ₱936,000.00 ₱18,720.00 ₱107.00

LOT-M-459 Municipal Plaza of Barugo 1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-460 Municipal Plaza of Catubig 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-461 Municipal Plaza of Liloan 1 ₱648,000.00 ₱12,960.00 ₱74.00

LOT-M-462 Municipal Plaza of Kawayan 1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-463 Municipal Plaza of General Macarthur

1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-464 Municipal Plaza of Bato, Leyte

1 ₱897,000.00 ₱17,940.00 ₱102.00

LOT-M-465 Municipal Plaza of Gamay 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-466 Municipal Plaza of Maripipi 1 ₱172,800.00 ₱3,456.00 ₱20.00

LOT-M-467 Municipal Plaza of Giporlos 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-468 Municipal Plaza of Hinabangan

1 ₱312,000.00 ₱6,240.00 ₱36.00

LOT-M-469 Municipal Plaza of Macrohon 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-470 Municipal Plaza of Lapinig 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-471 Municipal Plaza of Jiabong 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-472 Municipal Plaza of Malitbog 1 ₱604,800.00 ₱12,096.00 ₱69.00

LOT-M-473 Municipal Plaza of Hernani 1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-474 Municipal Plaza of Las Navas 1 ₱993,600.00 ₱19,872.00 ₱113.00

LOT-M-475 Municipal Plaza of Marabut 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-476 Municipal Plaza of Padre Burgos, Southern Leyte

1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-477 Municipal Plaza of Jipapad 1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-478 Municipal Plaza of Lavezares 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-479 Municipal Plaza of Matuguinao

1 ₱172,800.00 ₱3,456.00 ₱20.00

Page 110: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

110

Annex III (Page 23/39)

LOT-M-480 Municipal Plaza of Pintuyan 1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-481 Municipal Plaza of Lawaan 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-482 Municipal Plaza of Mapanas 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-483 Municipal Plaza of Motiong 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-484 Municipal Plaza of Saint Bernard

1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-485 Municipal Plaza of Llorente 1 ₱417,600.00 ₱8,352.00 ₱48.00

LOT-M-486 Municipal Plaza of Calubian 1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-487 Municipal Plaza of Mondragon

1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-488 Municipal Plaza of Pinabacdao

1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-489 Municipal Plaza of San Francisco S Leyte

1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-490 Municipal Plaza of Maslog 1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-491 Municipal Plaza of Capoocan 1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-492 Municipal Plaza of Palapag 1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-493 Municipal Plaza of San Jose De Buan

1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-494 Municipal Plaza of San Juan, Southern Leyte

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-495 Municipal Plaza of Maydolong

1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-496 Municipal Plaza of Pambujan 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-497 Municipal Plaza of San Sebastian

1 ₱237,000.00 ₱4,740.00 ₱27.00

LOT-M-498 Municipal Plaza of San Ricardo

1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-499 Municipal Plaza of Mercedes, Eastern Samar

1 ₱189,600.00 ₱3,792.00 ₱22.00

LOT-M-500 Municipal Plaza of Rosario, Northern Samar

1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-501 Municipal Plaza of Santa Margarita

1 ₱624,000.00 ₱12,480.00 ₱71.00

Page 111: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

111

Annex III (Page 24/39)

LOT-M-502 Municipal Plaza of Silago 1 ₱312,000.00 ₱6,240.00 ₱36.00

LOT-M-503 Municipal Plaza of Oras 1 ₱858,000.00 ₱17,160.00 ₱98.00

LOT-M-504 Municipal Plaza of Dagami 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-505 Municipal Plaza of San Antonio, Northern Samar

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-506 Municipal Plaza of Santa Rita 1 ₱1,036,800.00 ₱20,736.00 ₱118.00

LOT-M-507 Municipal Plaza of Quinapondan

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-508 Municipal Plaza of San Isidro, Northern Samar

1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-509 Municipal Plaza of Santo Niño, Western Samar

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-510 Municipal Plaza of Tomas Oppus

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-511 Municipal Plaza of Salcedo, Eastern Samar

1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-512 Municipal Plaza of San Jose, Northern Samar

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-513 Municipal Plaza of Talalora 1 ₱237,000.00 ₱4,740.00 ₱27.00

LOT-M-514 Municipal Plaza of Limasawa 1 ₱189,600.00 ₱3,792.00 ₱22.00

LOT-M-515 Municipal Plaza of San Julian 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-516 Municipal Plaza of Hindang 1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-517 Municipal Plaza of San Roque 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-518 Municipal Plaza of Tarangnan 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-519 Municipal Plaza of San Policarpo

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-520 Municipal Plaza of Inopacan 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-521 Municipal Plaza of San Vicente, Northern Samar

1 ₱237,000.00 ₱4,740.00 ₱27.00

LOT-M-522 Municipal Plaza of Villareal 1 ₱734,400.00 ₱14,688.00 ₱84.00

LOT-M-523 Municipal Plaza of Sulat 1 ₱390,000.00 ₱7,800.00 ₱45.00

Page 112: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

112

Annex III (Page 25/39)

LOT-M-524 Municipal Plaza of Silvino Lobos

1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-525 Municipal Plaza of Taft 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-526 Municipal Plaza of Jaro 1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-527 Municipal Plaza of Victoria, Northern Samar

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-528 Municipal Plaza of Zumarraga

1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-529 Municipal Plaza of Javier 1 ₱648,000.00 ₱12,960.00 ₱74.00

LOT-M-530 Municipal Plaza of Lope De Vega

1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-531 Municipal Plaza of Tagapul-An

1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-532 Municipal Plaza of Julita 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-533 Municipal Plaza of San Jorge 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-534 Municipal Plaza of Pagsanghan

1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-535 Municipal Plaza of La Paz Leyte

1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-536 Municipal Plaza of Leyte 1 ₱936,000.00 ₱18,720.00 ₱107.00

LOT-M-537 Municipal Plaza of Macarthur 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-538 Municipal Plaza of Mahaplag 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-539 Municipal Plaza of Matag-Ob 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-540 Municipal Plaza of Matalom 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-541 Municipal Plaza of Mayorga 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-542 Municipal Plaza of Merida 1 ₱734,400.00 ₱14,688.00 ₱84.00

LOT-M-543 Municipal Plaza of Pastrana 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-544 Municipal Plaza of San Isidro, Leyte

1 ₱777,600.00 ₱15,552.00 ₱89.00

LOT-M-545 Municipal Plaza of San Miguel , Leyte

1 ₱429,000.00 ₱8,580.00 ₱49.00

Page 113: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

113

Annex III (Page 26/39)

LOT-M-546 Municipal Plaza of Santa Fe, Leyte

1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-547 Municipal Plaza of Tabango 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-548 Municipal Plaza of Tabontabon

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-549 Municipal Plaza of Tolosa 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-550 Municipal Plaza of Tunga 1 ₱189,600.00 ₱3,792.00 ₱22.00

LOT-M-551 Municipal Plaza of Villaba 1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-552 Municipal Plaza of Alicia 1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-553 Municipal Plaza of Lantawan 1 ₱452,400.00 ₱9,048.00 ₱52.00

LOT-M-554 Municipal Plaza of Bayog 1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-555 Municipal Plaza of Maluso 1 ₱819,000.00 ₱16,380.00 ₱93.00

LOT-M-556 Municipal Plaza of La Libertad, Zamboanga Del Norte

1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-557 Municipal Plaza of Buug 1 ₱800,400.00 ₱16,008.00 ₱91.00

LOT-M-558 Municipal Plaza of Labason 1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-559 Municipal Plaza of Dimataling

1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-560 Municipal Plaza of Tipo-Tipo 1 ₱382,800.00 ₱7,656.00 ₱44.00

LOT-M-561 Municipal Plaza of Liloy 1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-562 Municipal Plaza of Dinas 1 ₱858,000.00 ₱17,160.00 ₱98.00

LOT-M-563 Municipal Plaza of Manukan 1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-564 Municipal Plaza of Dumalinao

1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-565 Municipal Plaza of Mutia 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-566 Municipal Plaza of Piñan 1 ₱507,000.00 ₱10,140.00 ₱58.00

Page 114: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

114

Annex III (Page 27/39)

LOT-M-567 Municipal Plaza of Polanco 1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-568 Municipal Plaza of Pres. Manuel A. Roxas

1 ₱1,036,800.00 ₱20,736.00 ₱118.00

LOT-M-569 Municipal Plaza of Kumalarang

1 ₱777,600.00 ₱15,552.00 ₱89.00

LOT-M-570 Municipal Plaza of Rizal, Zamboanga Del Norte

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-571 Municipal Plaza of Labangan 1 ₱975,000.00 ₱19,500.00 ₱111.00

LOT-M-572 Municipal Plaza of Salug 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-573 Municipal Plaza of Lapuyan 1 ₱591,600.00 ₱11,832.00 ₱68.00

LOT-M-574 Municipal Plaza of Mabuhay 1 ₱907,200.00 ₱18,144.00 ₱103.00

LOT-M-575 Municipal Plaza of Mahayag 1 ₱1,092,000.00 ₱21,840.00 ₱124.00

LOT-M-576 Municipal Plaza of Malangas 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-577 Municipal Plaza of Sibutad 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-578 Municipal Plaza of Margosatubig

1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-579 Municipal Plaza of Midsalip 1 ₱864,000.00 ₱17,280.00 ₱98.00

LOT-M-580 Municipal Plaza of Sirawai 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-581 Municipal Plaza of Naga 1 ₱936,000.00 ₱18,720.00 ₱107.00

LOT-M-582 Municipal Plaza of Tampilisan 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-583 Municipal Plaza of Olutanga 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-584 Municipal Plaza of Jose Dalman

1 ₱734,400.00 ₱14,688.00 ₱84.00

LOT-M-585 Municipal Plaza of Ramon Magsaysay

1 ₱734,400.00 ₱14,688.00 ₱84.00

LOT-M-586 Municipal Plaza of Baliguian 1 ₱452,400.00 ₱9,048.00 ₱52.00

LOT-M-587 Municipal Plaza of San Miguel, Zamboanga Del Sur

1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-588 Municipal Plaza of Godod 1 ₱429,000.00 ₱8,580.00 ₱49.00

Page 115: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

115

Annex III (Page 28/39)

LOT-M-589 Municipal Plaza of San Pablo 1 ₱734,400.00 ₱14,688.00 ₱84.00

LOT-M-590 Municipal Plaza of Bacungan 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-591 Municipal Plaza of Kalawit 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-592 Municipal Plaza of Tabina 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-593 Municipal Plaza of Tambulig 1 ₱858,000.00 ₱17,160.00 ₱98.00

LOT-M-594 Municipal Plaza of Tukuran 1 ₱936,000.00 ₱18,720.00 ₱107.00

LOT-M-595 Municipal Plaza of Lakewood 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-596 Municipal Plaza of Talusan 1 ₱691,200.00 ₱13,824.00 ₱79.00

LOT-M-597 Municipal Plaza of Payao 1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-598 Municipal Plaza of Imelda 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-599 Municipal Plaza of Josefina 1 ₱331,800.00 ₱6,636.00 ₱38.00

LOT-M-600 Municipal Plaza of Pitogo 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-601 Municipal Plaza of Diplahan 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-602 Municipal Plaza of Sominot 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-603 Municipal Plaza of Vincenzo A. Sagun

1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-604 Municipal Plaza of Roseller Lim

1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-605 Municipal Plaza of Guipos 1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-606 Municipal Plaza of Tigbao 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-607 Municipal Plaza of Catarman, Camiguin

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-608 Municipal Plaza of Aloran 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-609 Municipal Plaza of Alegria 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-610 Municipal Plaza of Damulog 1 ₱624,000.00 ₱12,480.00 ₱71.00

Page 116: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

116

Annex III (Page 29/39)

LOT-M-611 Municipal Plaza of Guinsiliban

1 ₱189,600.00 ₱3,792.00 ₱22.00

LOT-M-612 Municipal Plaza of Baliangao 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-613 Municipal Plaza of Bacuag 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-614 Municipal Plaza of Dangcagan

1 ₱487,200.00 ₱9,744.00 ₱56.00

LOT-M-615 Municipal Plaza of Mahinog 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-616 Municipal Plaza of Bonifacio 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-617 Municipal Plaza of Balingoan 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-618 Municipal Plaza of Basilisa 1 ₱907,200.00 ₱18,144.00 ₱103.00

LOT-M-619 Municipal Plaza of Carmen, Agusan Del Norte

1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-620 Municipal Plaza of Mambajao 1 ₱800,400.00 ₱16,008.00 ₱91.00

LOT-M-621 Municipal Plaza of Calamba 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-622 Municipal Plaza of Binuangan 1 ₱189,600.00 ₱3,792.00 ₱22.00

LOT-M-623 Municipal Plaza of Burgos, Surigao Del Norte

1 ₱142,200.00 ₱2,844.00 ₱17.00

LOT-M-624 Municipal Plaza of Jabonga 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-625 Municipal Plaza of Sagay 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-626 Municipal Plaza of Clarin, Misamis Occidental

1 ₱858,000.00 ₱17,160.00 ₱98.00

LOT-M-627 Municipal Plaza of Cagdianao 1 ₱348,000.00 ₱6,960.00 ₱40.00

LOT-M-628 Municipal Plaza of Kitcharao 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-629 Municipal Plaza of Kadingilan 1 ₱696,000.00 ₱13,920.00 ₱79.00

LOT-M-630 Municipal Plaza of Concepcion, Misamis Occidental

1 ₱237,000.00 ₱4,740.00 ₱27.00

LOT-M-631 Municipal Plaza of Claver 1 ₱585,000.00 ₱11,700.00 ₱67.00

Page 117: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

117

Annex III (Page 30/39)

LOT-M-632 Municipal Plaza of Jimenez 1 ₱556,800.00 ₱11,136.00 ₱64.00

LOT-M-633 Municipal Plaza of Dapa 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-634 Municipal Plaza of Magallanes, Agusan Del Norte

1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-635 Municipal Plaza of Lopez Jaena

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-636 Municipal Plaza of Del Carmen

1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-637 Municipal Plaza of Nasipit 1 ₱904,800.00 ₱18,096.00 ₱103.00

LOT-M-638 Municipal Plaza of Dinagat 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-639 Municipal Plaza of Santiago 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-640 Municipal Plaza of Santa Josefa

1 ₱556,800.00 ₱11,136.00 ₱64.00

LOT-M-641 Municipal Plaza of Initao 1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-642 Municipal Plaza of General Luna

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-643 Municipal Plaza of Tubay 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-644 Municipal Plaza of Panaon 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-645 Municipal Plaza of Gigaquit 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-646 Municipal Plaza of Remedios T. Romualdez

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-647 Municipal Plaza of Plaridel 1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-648 Municipal Plaza of Kinoguitan 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-649 Municipal Plaza of Libjo 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-650 Municipal Plaza of Sapang Dalaga

1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-651 Municipal Plaza of Lagonglong

1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-652 Municipal Plaza of Loreto, Dinagat Islands

1 ₱259,200.00 ₱5,184.00 ₱30.00

Page 118: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

118

Annex III (Page 31/39)

LOT-M-653 Municipal Plaza of Sinacaban 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-654 Municipal Plaza of Mainit 1 ₱691,200.00 ₱13,824.00 ₱79.00

LOT-M-655 Municipal Plaza of Malimono 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-656 Municipal Plaza of Tudela, Misamis Occidental

1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-657 Municipal Plaza of Pilar, Surigao Del Norte

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-658 Municipal Plaza of Don Victoriano Chiongbian

1 ₱234,000.00 ₱4,680.00 ₱27.00

LOT-M-659 Municipal Plaza of Magsaysay, Misamis Oriental

1 ₱819,000.00 ₱16,380.00 ₱93.00

LOT-M-660 Municipal Plaza of Placer 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-661 Municipal Plaza of Manticao 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-662 Municipal Plaza of San Benito 1 ₱189,600.00 ₱3,792.00 ₱22.00

LOT-M-663 Municipal Plaza of Sumilao 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-664 Municipal Plaza of Medina 1 ₱780,000.00 ₱15,600.00 ₱89.00

LOT-M-665 Municipal Plaza of San Francisco, Surigao Del Norte

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-666 Municipal Plaza of Naawan 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-667 Municipal Plaza of San Isidro, Surigao Del Norte

1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-668 Municipal Plaza of Santa Monica

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-669 Municipal Plaza of Cabanglasan

1 ₱730,800.00 ₱14,616.00 ₱83.00

LOT-M-670 Municipal Plaza of Salay 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-671 Municipal Plaza of Sison 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-672 Municipal Plaza of Sugbongcogon

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-673 Municipal Plaza of Socorro, Surigao Del Norte

1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-674 Municipal Plaza of Talisayan 1 ₱585,000.00 ₱11,700.00 ₱67.00

Page 119: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

119

Annex III (Page 32/39)

LOT-M-675 Municipal Plaza of Tagana-An 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-676 Municipal Plaza of Tubajon 1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-677 Municipal Plaza of Tubod 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-678 Municipal Plaza of San Jose, Dinagat Islands

1 ₱864,000.00 ₱17,280.00 ₱98.00

LOT-M-679 Municipal Plaza of Barobo 1 ₱974,400.00 ₱19,488.00 ₱111.00

LOT-M-680 Municipal Plaza of Bayabas 1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-681 Municipal Plaza of Boston 1 ₱278,400.00 ₱5,568.00 ₱32.00

LOT-M-682 Municipal Plaza of Cagwait 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-683 Municipal Plaza of Cateel 1 ₱936,000.00 ₱18,720.00 ₱107.00

LOT-M-684 Municipal Plaza of Carmen, Surigao Del Sur

1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-685 Municipal Plaza of Carrascal 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-686 Municipal Plaza of Cortes, Surigao Del Sur

1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-687 Municipal Plaza of San Isidro, Davao Oriental

1 ₱819,000.00 ₱16,380.00 ₱93.00

LOT-M-688 Municipal Plaza of Lanuza 1 ₱312,000.00 ₱6,240.00 ₱36.00

LOT-M-689 Municipal Plaza of Tarragona 1 ₱556,800.00 ₱11,136.00 ₱64.00

LOT-M-690 Municipal Plaza of Lianga 1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-691 Municipal Plaza of Madrid 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-692 Municipal Plaza of Marihatag 1 ₱382,800.00 ₱7,656.00 ₱44.00

LOT-M-693 Municipal Plaza of Sarangani 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-694 Municipal Plaza of San Agustin, Surigao Del Sur

1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-695 Municipal Plaza of Don Marcelino

1 ₱904,800.00 ₱18,096.00 ₱103.00

LOT-M-696 Municipal Plaza of Talaingod 1 ₱624,000.00 ₱12,480.00 ₱71.00

Page 120: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

120

Annex III (Page 33/39)

LOT-M-697 Municipal Plaza of Bacolod 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-698 Municipal Plaza of Baroy 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-699 Municipal Plaza of Kauswagan

1 ₱648,000.00 ₱12,960.00 ₱74.00

LOT-M-700 Municipal Plaza of Kolambugan

1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-701 Municipal Plaza of Linamon 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-702 Municipal Plaza of President Quirino

1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-703 Municipal Plaza of Magsaysay

1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-704 Municipal Plaza of Maigo 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-705 Municipal Plaza of Sen. Ninoy Aquino

1 ₱939,600.00 ₱18,792.00 ₱107.00

LOT-M-706 Municipal Plaza of Matungao 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-707 Municipal Plaza of Munai 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-708 Municipal Plaza of Nunungan 1 ₱348,000.00 ₱6,960.00 ₱40.00

LOT-M-709 Municipal Plaza of Pantao Ragat

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-710 Municipal Plaza of Poona Piagapo

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-711 Municipal Plaza of Aleosan 1 ₱800,400.00 ₱16,008.00 ₱91.00

LOT-M-712 Municipal Plaza of Salvador 1 ₱734,400.00 ₱14,688.00 ₱84.00

LOT-M-713 Municipal Plaza of Sapad 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-714 Municipal Plaza of Tagoloan, Lanao Del Norte

1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-715 Municipal Plaza of Tangcal 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-716 Municipal Plaza of Pantar 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-717 Municipal Plaza of Atok 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-718 Municipal Plaza of Banaue 1 ₱546,000.00 ₱10,920.00 ₱62.00

Page 121: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

121

Annex III (Page 34/39)

LOT-M-719 Municipal Plaza of Balbalan 1 ₱278,400.00 ₱5,568.00 ₱32.00

LOT-M-720 Municipal Plaza of Barlig 1 ₱172,800.00 ₱3,456.00 ₱20.00

LOT-M-721 Municipal Plaza of Boliney 1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-722 Municipal Plaza of Hungduan 1 ₱234,000.00 ₱4,680.00 ₱27.00

LOT-M-723 Municipal Plaza of Bauko 1 ₱741,000.00 ₱14,820.00 ₱85.00

LOT-M-724 Municipal Plaza of Bucay 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-725 Municipal Plaza of Bakun 1 ₱313,200.00 ₱6,264.00 ₱36.00

LOT-M-726 Municipal Plaza of Kiangan 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-727 Municipal Plaza of Besao 1 ₱216,000.00 ₱4,320.00 ₱25.00

LOT-M-728 Municipal Plaza of Bucloc 1 ₱94,800.00 ₱1,896.00 ₱11.00

LOT-M-729 Municipal Plaza of Bokod 1 ₱312,000.00 ₱6,240.00 ₱36.00

LOT-M-730 Municipal Plaza of Lagawe 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-731 Municipal Plaza of Flora 1 ₱382,800.00 ₱7,656.00 ₱44.00

LOT-M-732 Municipal Plaza of Daguioman

1 ₱43,200.00 ₱864.00 ₱5.00

LOT-M-733 Municipal Plaza of Buguias 1 ₱870,000.00 ₱17,400.00 ₱99.00

LOT-M-734 Municipal Plaza of Lamut 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-735 Municipal Plaza of Natonin 1 ₱273,000.00 ₱5,460.00 ₱31.00

LOT-M-736 Municipal Plaza of Danglas 1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-737 Municipal Plaza of Mayoyao 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-738 Municipal Plaza of Lubuagan 1 ₱234,000.00 ₱4,680.00 ₱27.00

LOT-M-739 Municipal Plaza of Dolores , Abra

1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-740 Municipal Plaza of Kabayan 1 ₱351,000.00 ₱7,020.00 ₱40.00

Page 122: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

122

Annex III (Page 35/39)

LOT-M-741 Municipal Plaza of Alfonso Lista

1 ₱626,400.00 ₱12,528.00 ₱72.00

LOT-M-742 Municipal Plaza of Luna, Apayao

1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-743 Municipal Plaza of Sabangan 1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-744 Municipal Plaza of La Paz , Abra

1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-745 Municipal Plaza of Kapangan 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-746 Municipal Plaza of Pasil 1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-747 Municipal Plaza of Sadanga 1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-748 Municipal Plaza of Lacub 1 ₱86,400.00 ₱1,728.00 ₱10.00

LOT-M-749 Municipal Plaza of Kibungan 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-750 Municipal Plaza of Hingyon 1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-751 Municipal Plaza of Sagada 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-752 Municipal Plaza of Lagangilang

1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-753 Municipal Plaza of Tinoc 1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-754 Municipal Plaza of Pudtol 1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-755 Municipal Plaza of Tadian 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-756 Municipal Plaza of Lagayan 1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-757 Municipal Plaza of Asipulo 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-758 Municipal Plaza of Rizal, Kalinga

1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-759 Municipal Plaza of Langiden 1 ₱86,400.00 ₱1,728.00 ₱10.00

LOT-M-760 Municipal Plaza of Sablan 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-761 Municipal Plaza of Santa Marcela

1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-762 Municipal Plaza of Licuan-Baay

1 ₱129,600.00 ₱2,592.00 ₱15.00

Page 123: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

123

Annex III (Page 36/39)

LOT-M-763 Municipal Plaza of Luba 1 ₱172,800.00 ₱3,456.00 ₱20.00

LOT-M-764 Municipal Plaza of Tublay 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-765 Municipal Plaza of Tanudan 1 ₱234,000.00 ₱4,680.00 ₱27.00

LOT-M-766 Municipal Plaza of Malibcong 1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-767 Municipal Plaza of Tinglayan 1 ₱312,000.00 ₱6,240.00 ₱36.00

LOT-M-768 Municipal Plaza of Manabo 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-769 Municipal Plaza of Peñarrubia

1 ₱189,600.00 ₱3,792.00 ₱22.00

LOT-M-770 Municipal Plaza of Pidigan 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-771 Municipal Plaza of Pilar , Abra

1 ₱259,200.00 ₱5,184.00 ₱30.00

LOT-M-772 Municipal Plaza of Sallapadan

1 ₱172,800.00 ₱3,456.00 ₱20.00

LOT-M-773 Municipal Plaza of San Isidro 1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-774 Municipal Plaza of San Juan , Abra

1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-775 Municipal Plaza of San Quintin

1 ₱172,800.00 ₱3,456.00 ₱20.00

LOT-M-776 Municipal Plaza of Tayum 1 ₱388,800.00 ₱7,776.00 ₱45.00

LOT-M-777 Municipal Plaza of Tubo 1 ₱156,000.00 ₱3,120.00 ₱18.00

LOT-M-778 Municipal Plaza of Villaviciosa

1 ₱172,800.00 ₱3,456.00 ₱20.00

LOT-M-779 Municipal Plaza of Bacolod-Kalawi

1 ₱417,600.00 ₱8,352.00 ₱48.00

LOT-M-780 Municipal Plaza of Ampatuan 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-781 Municipal Plaza of Indanan 1 ₱1,426,800.00 ₱28,536.00 ₱162.00

LOT-M-782 Municipal Plaza of Panglima Sugala

1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-783 Municipal Plaza of Balabagan 1 ₱624,000.00 ₱12,480.00 ₱71.00

LOT-M-784 Municipal Plaza of Buldon 1 ₱819,000.00 ₱16,380.00 ₱93.00

Page 124: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

124

Annex III (Page 37/39)

LOT-M-785 Municipal Plaza of Balindong 1 ₱663,000.00 ₱13,260.00 ₱76.00

LOT-M-786 Municipal Plaza of Buluan 1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-787 Municipal Plaza of Kalingalan Caluang

1 ₱734,400.00 ₱14,688.00 ₱84.00

LOT-M-788 Municipal Plaza of Mapun 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-789 Municipal Plaza of Bayang 1 ₱604,800.00 ₱12,096.00 ₱69.00

LOT-M-790 Municipal Plaza of Luuk 1 ₱661,200.00 ₱13,224.00 ₱75.00

LOT-M-791 Municipal Plaza of Simunul 1 ₱858,000.00 ₱17,160.00 ₱98.00

LOT-M-792 Municipal Plaza of Binidayan 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-793 Municipal Plaza of Datu Paglas

1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-794 Municipal Plaza of Maimbung

1 ₱777,600.00 ₱15,552.00 ₱89.00

LOT-M-795 Municipal Plaza of Hadji Panglima Tahil

1 ₱189,600.00 ₱3,792.00 ₱22.00

LOT-M-796 Municipal Plaza of South Ubian

1 ₱626,400.00 ₱12,528.00 ₱72.00

LOT-M-797 Municipal Plaza of Butig 1 ₱521,400.00 ₱10,428.00 ₱60.00

LOT-M-798 Municipal Plaza of Old Panamao

1 ₱936,000.00 ₱18,720.00 ₱107.00

LOT-M-799 Municipal Plaza of Shariff Aguak

1 ₱765,600.00 ₱15,312.00 ₱87.00

LOT-M-800 Municipal Plaza of Pangutaran

1 ₱702,000.00 ₱14,040.00 ₱80.00

LOT-M-801 Municipal Plaza of Turtle Islands

1 ₱129,600.00 ₱2,592.00 ₱15.00

LOT-M-802 Municipal Plaza of Ganassi 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-803 Municipal Plaza of Matanog 1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-804 Municipal Plaza of Kapai 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-805 Municipal Plaza of Pata 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-806 Municipal Plaza of Sapa-Sapa 1 ₱626,400.00 ₱12,528.00 ₱72.00

Page 125: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

125

Annex III (Page 38/39)

LOT-M-807 Municipal Plaza of Patikul 1 ₱939,600.00 ₱18,792.00 ₱107.00

LOT-M-808 Municipal Plaza of Lumbatan 1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-809 Municipal Plaza of Madalum 1 ₱452,400.00 ₱9,048.00 ₱52.00

LOT-M-810 Municipal Plaza of Madamba 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-811 Municipal Plaza of Kabuntalan

1 ₱475,200.00 ₱9,504.00 ₱54.00

LOT-M-812 Municipal Plaza of Tapul 1 ₱432,000.00 ₱8,640.00 ₱49.00

LOT-M-813 Municipal Plaza of Malabang 1 ₱835,200.00 ₱16,704.00 ₱95.00

LOT-M-814 Municipal Plaza of Tongkil 1 ₱429,000.00 ₱8,580.00 ₱49.00

LOT-M-815 Municipal Plaza of Talayan 1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-816 Municipal Plaza of Panglima Estino

1 ₱777,600.00 ₱15,552.00 ₱89.00

LOT-M-817 Municipal Plaza of South Upi 1 ₱897,000.00 ₱17,940.00 ₱102.00

LOT-M-818 Municipal Plaza of Lugus 1 ₱561,600.00 ₱11,232.00 ₱64.00

LOT-M-819 Municipal Plaza of Masiu 1 ₱691,200.00 ₱13,824.00 ₱79.00

LOT-M-820 Municipal Plaza of Barira 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-821 Municipal Plaza of Pandami 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-822 Municipal Plaza of Mulondo 1 ₱313,200.00 ₱6,264.00 ₱36.00

LOT-M-823 Municipal Plaza of Gen. S. K. Pendatun

1 ₱585,000.00 ₱11,700.00 ₱67.00

LOT-M-824 Municipal Plaza of Pagayawan

1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-825 Municipal Plaza of Piagapo 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-826 Municipal Plaza of Poona Bayabao

1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-827 Municipal Plaza of Pualas 1 ₱302,400.00 ₱6,048.00 ₱35.00

LOT-M-828 Municipal Plaza of Ditsaan-Ramain

1 ₱452,400.00 ₱9,048.00 ₱52.00

Page 126: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

126

Annex III (Page 39/39)

LOT-M-829 Municipal Plaza of Saguiaran 1 ₱546,000.00 ₱10,920.00 ₱62.00

LOT-M-830 Municipal Plaza of Tamparan 1 ₱604,800.00 ₱12,096.00 ₱69.00

LOT-M-831 Municipal Plaza of Taraka 1 ₱507,000.00 ₱10,140.00 ₱58.00

LOT-M-832 Municipal Plaza of Tubaran 1 ₱312,000.00 ₱6,240.00 ₱36.00

LOT-M-833 Municipal Plaza of Tugaya 1 ₱604,800.00 ₱12,096.00 ₱69.00

LOT-M-834 Municipal Plaza of Marogong 1 ₱468,000.00 ₱9,360.00 ₱54.00

LOT-M-835 Municipal Plaza of Calanogas 1 ₱345,600.00 ₱6,912.00 ₱40.00

LOT-M-836 Municipal Plaza of Buadiposo-Buntong

1 ₱390,000.00 ₱7,800.00 ₱45.00

LOT-M-837 Municipal Plaza of Sultan Gumander

1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-838 Municipal Plaza of Lumbayanague

1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-839 Municipal Plaza of Bumbaran 1 ₱208,800.00 ₱4,176.00 ₱24.00

LOT-M-840 Municipal Plaza of Tagoloan Ii

1 ₱234,000.00 ₱4,680.00 ₱27.00

LOT-M-841 Municipal Plaza of Kapatagan 1 ₱351,000.00 ₱7,020.00 ₱40.00

LOT-M-842 Municipal Plaza of Sultan Dumalondong

1 ₱331,800.00 ₱6,636.00 ₱38.00

LOT-M-843 Municipal Plaza of San Lorenzo

1 ₱648,000.00 ₱12,960.00 ₱74.00

LOT-M-844 Municipal Plaza of Sibunag 1 ₱518,400.00 ₱10,368.00 ₱59.00

LOT-M-845 Municipal Plaza of Mamasapano

1 ₱604,800.00 ₱12,096.00 ₱69.00

Page 127: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

127

Section IX. Bidding Forms

Page 128: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

128

TABLE OF CONTENTS

ELIGIBILITY AND TECHNICAL DOCUMENTS

STATEMENT OF ALL ONGOING CONTRACTS AD COMPLETED CONTRACTS (ANNEX I)------------------------------------------------------------------------------129 STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT OF SIMILAR NATURE

WITHIN THE LAST FIVE (5) YEARS EQUIVALENT TO FIFTY PERCCENT (50%) OF THE ABC (ANNEX II) ------------------------------------------------------------131

CERTIFICATE OF NET FINANCIAL CONTRACTING CAPACITY (ANNEX III)----------133 PROTOCOL/UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT VENTURE

(ANNEX IV) ---------------------------------------------------------------------------134 BID SECURING DECLARATION (ANNEX V) -----------------------------------------------137 OMNIBUS SWORN STATEMENT (ANNEX VI) ---------------------------------------------140

FINANCIAL DOCUMENTS

BID FORM (ANNEX 1) -----------------------------------------------------------------------146 LIST OF TERMINATION POINTS (Annex 1A)---------------------------------------------148 PROVINCE OFFER GROUP (ANNEX 2A) ---------------------------------------------------150 ISLAND OFFER GROUP (ANNEX 2B) ------------------------------------------------------151 MUNICIPAL OFFER GROUP (ANNEX 2C1) ------------------------------------------------152 CONSOLIDATED BID FORM FOR MINICIPAL OFFER GROUP (ANNEX 2C2)----------152 BID SUMMARY SHEET (ANNEX A3)--------------------------------------------------------153

REFERENCE DOCUMENTS

CONTRACT AGREEMENT FORM-------------------------------------------------------------154 BANK GUARANTEE FORM FOR ADVANCE PAYMENT------------------------------------156 FORM OF BID SECURITY (BANK GUARANTEE)-------------------------------------------157 FORM OF PERFORMANCE SECURITY (BANK GUARANTEE)----------------------------159 SPECIAL BANK GUARANTEE OR IRREVOCABLE STANDBY LETTER OF CREDIT FOR RETENTION MONEY, AS APPLICABLE---------------------------------------160

Page 129: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

129

Annex I

(Bidder‟s Company Letterhead)

PROCUREMENT OF IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2)

Bid Ref No. BAC4FREEWIFI-2016-02-002

STATEMEND OF ALL ONGOING CONTRACTS AND COMPLETED CONTRACTS WITHIN THE LAST THREE (3) YEARS 1. 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 Outstanding

Contracts Date of Delivery

Purchase Order Number/s or Date of Contract/s

Page 130: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

130

2. Completed Contracts

Name of Client

Name of the Contract Date of the

Contract Kinds of Goods

Amount of Contract

Date of Completion Purchase Order Number/s

or Date of Contract/s

CERTIFIED CORRECT:

________________________________________

Name & Signature of Authorized Representative _______________________________________

Position _______________________________________

Date

Instructions: 1. State all on-going contracts including those awarded but not yet started (Government and Private Contracts which may be

similar or not similar to the project called for bidding as of the day before the deadline of submission of bids. 2. If there is NO on-going contract including awarded but not yet started as of the abovementioned period, state none or

equivalent term. 3. The total amount of the ongoing and awarded but not yet started contracts should be consistent with those used in the

Financial Contracting Capacity (NFCC) in case an NFCC is submitted as an eligibility document.

Page 131: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

131

Annex II

PROCUREMENT OF IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2)

Bid Ref No. BAC4FREEWIFI-2016-02-002

STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT OF SIMILAR NATURE WITHIN THE LAST FIVE (5) YEARS FROM DATE OF SUBMISSION AND RECEIPT OF BIDS AMOUNTING TO AT LEAST

FIFTY PERCENT (50%) OF THE APPROVED BUDGET FOR THE CONTRACT (ABC) OF THE LOT BEING BID

Date of the

Contract

Name of Client Name of Contract Kinds of

Goods Value of Contract

Date of

Completion

Official Receipt No. and Date OR

End User’s Acceptance Date

CERTIFIED CORRECT:

________________________________________ Name & Signature of Authorized Representative

_______________________________________ Position

_______________________________________

Date

Page 132: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

132

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 ICT Office to determine the relevance of the

entry with the Procurement at hand.

Page 133: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

133

Annex III (Bidder‟s Company Letterhead)

PROCUREMENT OF IP TRANSPORT MUNICIPAL SERVICES

PHASE 2 (IPTM2)

Bid Ref No. BAC4FREEWIFI-2016-02-002

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) (K)] 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) (K) – C Where:

K = 10 for a contract duration of one year or less, 15 for a contract duration of more than one year up to two years, and 20 for a contract duration of more than two years.

Issued this _____ day of _________, 2016.

CERTIFIED CORRECT:

________________________________________

Name & Signature of Authorized Representative _______________________________________

Position _______________________________________

Date

Notes: 1. The values of the bidder’s current assets and current liabilities 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. 4. The NFCC computation must at lease be equal to the total ABC of the project.

Page 134: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

134

Annex IV (page 1 of 3)

(Bidder‟s Company Letterhead)

PROCUREMENT OF IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2)

Bid Ref No. BAC4FREEWIFI-2016-02-002

PROTOCOL / UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT

VENTURE This PROTOCOL / UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT VENTURE, executed by:

__________ a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices located at __________, __________, representative herein by __________, __________, hereinafter referred to as “__________”;

-and-

__________ a sole proprietorship/partnership/corporation duly organized and

existing under and by virtue of the laws of the Philippines, with offices located at __________, __________, representative herein by __________, __________, hereinafter referred to as “__________”;

-and-

__________ a sole proprietorship/partnership/corporation duly organized and

existing under and by virtue of the laws of the Philippines, with offices located at __________, __________, representative herein by __________, __________, hereinafter referred to as “__________”; (hereinafter referred to collectively as “Parties”) For submission to the Special Bids and Awards Committee for the FreeWifi of the Information and Communications Technology Office, pursuant to Section 23.1 (b) of the Revised Implementing Rules and Regulations (IRR) of Republic Act (R.A.) 9184.

WITNESSETH That:

WHEREAS, the Parties desire to participate as a Joint Venture in the public bidding that will be conducted by the Information and Communications Technology Office, pursuant Republic Act (R.A.) 9184 and its Implementing Rules and Regulations, with the following particulars:

Page 135: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

135

Annex IV (page 2 of 3)

Bid Reference No. BAC4FREEWIFI-2016-02-002

Name/Title of Procurement Project

PROCUREMENT OF IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2)

Approved Budget for the Contract

PhP990,360,600.00

NOW THEREFORE, in consideration of the foregoing, the Parties undertake to enter into a JOINT VENTURE and sign a Joint Venture Agreement relative to the joint cooperation for this bid project, in the event that their bid successful, furnishing the copy thereof within ten (10) calendar days from receipt of Notice from the BAC that our bid has the lowest calculated bid or highest rated responsive bid (as the case may be). For the purposes of this bid project, and unless modified by the terms of the Joint Venture Agreement, the following party shall be the authorized representative of the JV:

CERTIFIED CORRECT: _________________________________________ ________________________________________ Authorized Representative of the JV Partner: (Per attached Secretary‟s Certificate)

Authorized Representative of the JV Partner: (Per attached Secretary‟s Certificate)

__________________________________________ ________________________________________ Name Name __________________________________________ _________________________________________ Date Date Furthermore, the parties agree to be bound jointly and severally under the said Joint Venture Agreement;

THAT Finally, failure on our part of enter into the Joint Venture and/or sign the Joint Venture Agreement for any reason after the Notice of Award has been issued by shall be a ground for non-issuance by ICT Office of the Notice to Proceed, forfeiture of our bid security and such other administrative and/or civil liabilities as may be imposed by ICT Office under the provisions of R.A. 9184 and its Revised IRR, without any liability on the part of ICT Office. This Undertaking shall form an integral part of our Eligibility documents for the above-cited project. IN WITNESS WHEREOF, the parties have singed this Protocol/Undertaking on the date fist above-written.

Page 136: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

136

Annex IV (page 3 of 3)

Bidder‟s Representative/Authorized Signatory (Signature over Printed Name)

[JURAT]

SUBSCRIBED AND SWORN TO BEFORE ME this ___________ day [month] [year] at [place of execution], Philippines. Affiant is/are personally known to me through competent Evidence of Identity (as defined by the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no._____.

Witness my hand and seal this _____day of [month] [year]

NAME OF NOTARY PUBLIC 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, senior citizen card, Overseas Workers Welfare Administration

(OWWA) ID, OFW ID, seaman's book, alien 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.

Page 137: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

137

Annex V (page 1/3)

BID-SECURING DECLARATION

REPUBLIC OFTHE PHILIPPINES) CITY OF __________________) S.S.

Procurement of IP Transport Municipal Services Phase 2 (IPTM2) To: Information and Communications Technology Office C.P, Garcia Avenue, U.P. Diliman, Quezon City I/We1, 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"2, if I/we have committed any of the following actions:

(i) Withdrawn my/our Bid during the period of bid validity required in the

Bidding Documents; or

(ii) Fail or refuse to accept the award and enter into contract or perform

any and all acts necessary to the execution of the Contract, in

accordance with the Bidding Documents after having been notified of

your acceptance of our Bid during the period of bid validity.

3. I/We I/We understand that this Bid-Securing Declaration shall cease to be

valid on the following circumstances:

(i) Upon expiration of the bid validity period, or any extension thereof

pursuant to your request;

(ii) 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;

Page 138: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

138

Annex V (page 2/3)

(iii) I am/we are declared as the bidder with the Lowest Calculated and

Responsive Bid/Highest Rated and Responsive Bid3. and I/we have

furnished the performance security and signed the Contract.

1 Select one and delete the other. Adopt same instruction for similar terms throughout the

document 2 Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012 3 Select one and delete the other

IN WITNESS WHEREOF, I have hereunto set my hand this _____ day of _________, 2016 at ________________, Philippines.

Bidder‟s Representative/Authorized Signatory (Signature over Printed Name)

[JURAT]

SUBSCRIBED AND SWORN TO BEFORE ME this ___________ day [month] [year] at [place of execution], Philippines. Affiant is/are personally known to me through competent Evidence of Identity (as defined by the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no._____.

Witness my hand and seal this _____day of [month] [year]

NAME OF NOTARY PUBLIC

Doc. No. __________

Page No. __________ Book No. __________

Series of __________

Page 139: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

139

Annex V (page 3/3)

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, senior citizen card, Overseas Workers Welfare Administration (OWWA) ID, OFW ID, seaman's book, alien 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.

Page 140: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

140

Annex VI (page 1/5)

PROCUREMENT OF IP TRANSPORT MUNICIPAL SERVICES PHASE 2

(IPTM2)

Bid Ref No. BAC4FREEWIFI-2016-02-002

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.

Name:___________________________ Title:_____________________________ Specimen Signature:________________

OR 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.

Name:___________________________ Title:_____________________________ Specimen Signature:________________

Note: Please attach a Special Power of Attorney, if not the Sole Proprietor/Owner.

Page 141: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

141

Annex VI (page 2/5)

CORPORATION, PARTNERSHIP, COOPERATIVE That I/We am/are the duly 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, 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:

1. Name:___________________________

Title:____________________________ Specimen Signature:________________

2. Name:__________________________ Title:____________________________ Specimen Signature:________________

Note: Please attach duly executed Secretary’s Certificate.

(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.

Page 142: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

142

Annex VI (page 3/5)

(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 Chairman of BAC4FREEWIFI or her 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 Chairman of BAC4FREEWIFI or her 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 be ground for outright disqualification and/or ineligibility, and inclusion of my/our company among the contractors blacklisted from participating in future biddings of Information and Communications Technology Office.

(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 Executive Director, 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 TWG of Free Wi-Fi Project, the ICT Office BAC Secretariat and ICT Office. 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.

Page 143: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

143

Annex VI (page 4/5)

(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 the Free Wi-

Fi Internet Access in Public Place 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

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.

Page 144: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

144

Annex VI (page 5/5)

(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 ICT Office Bids and Awards Committee notices be transmitted.

Telephone No./s: ____________________________________________ Fax No/s. : ____________________________________________ E-mail Add/s.: ____________________________________________ 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

_________, 2016 at ________________, Philippines.

Bidder‟s Representative/Authorized Signatory (Signature over Printed Name)

SUBSCRIBED AND SWORN TO BEFORE ME this ___________ day [month] [year] at [place of execution], Philippines. Affiant is/are personally known to me through competent Evidence of Identity (as defined by the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no._____.

Witness my hand and seal this _____day of [month] [year]

Page 145: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

145

NAME OF NOTARY PUBLIC

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, senior citizen card, Overseas Workers Welfare Administration (OWWA) ID, OFW ID, seaman's book, alien 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.

Page 146: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

146

Annex 1 (page 1/2)

BID FORM

Date:

Invitation to Bid2 No: BAC4FREEWIFI-2016-02-002

To: The Information and Communications Technology Office SPECIAL BIDS AND AWARDS COMMITTEE FOR FREE WI-FI INTERNET

ACCESS IN PUBLIC PLACES PROJECT (BAC4FREEWIFI) C.P. Garcia Avenue, U.P. Diliman, Quezon City Gentlemen and/or Ladies: Having examined the Bidding Documents including Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to IP Transport Municipal Services Phase 2 (IPTM2) in conformity with the said Bidding Documents for the sum of [total Bid amount in words and figures] in accordance with the Bid Summary Sheet (Annex 3) and Consolidated Bid

Detail Form 3(Annex 2A, 2B and 2C2) attached herewith and made part of this Bid. We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our Bid is accepted, we undertake to provide a performance security in the form, amounts, and within the times specified in the Bidding Documents. We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Commissions or gratuities, if any, paid or to be paid by us to agents relating to

this Bid, and to contract execution if we are awarded the contract, are listed below:4

2 If ADB, JICA and WB funded projects, use IFB.

3 This Form lists and defines the bid per individual lot.

4 Applicable only if the Funding Source is the ADB, JICA or WB.

Page 147: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

147

Annex 1 (page 2/2)

Name and address of agent

Amount and Currency

Purpose of Commission or gratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the lowest or any Bid you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause 5 of the Bidding Documents. Dated this ________________ day of _______________ 20______. [signature] [in the capacity of] Duly authorized to sign Bid for and on behalf of ____________________________

Page 148: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

148

Annex 1A (page 1/2)

IPTM Phase 2 LIST OF TERMINATION POINTS

Termination Point Code

Termination Point Name

Termination Point Details

L1-1A ICTO Core This is a IP Core node locate at Quezon City, Second District, NCR with best effort coordinates of (14.652616,121.058458), its mailing address is Information & Communications Technology Office , C.P. Garia Ave., U.P. Campus, Quezon City, Metro Manila

L1-1B ASTI Core This is a IP Core node locate at Quezon City, Second District, NCR with best effort coordinates of (14.647250,121.071987), its mailing address is Advance Science & Technology Institute, C.P. Garia Ave., U.P. Campus, Quezon City, Metro Manila

L2-P1 Legaspi PoP This is a PoP node locate at Legazpi City, Albay, Region V with best effort coordinates of (13.144727,123.753452), its mailing address is Post-Telecom Bldg., Lapu-Lapu Street, Legaspi City, Albay

L2-P2 Dagupan PoP This is a PoP node locate at Dagupan City, Pangasinan, Region I with best effort coordinates of (16.043990,120.334307), its mailing address is Poblacion Oeste, A. B. Fernandez West, West Ave. , Dagupan City, Pangasinan

L2-P3 Tuguegarao PoP This is a PoP node locate at Tuguegarao City, Cagayan, Region II with best effort coordinates of (17.628810,121.716864), its mailing address is Bagay Road, San Gabriel Village, Tuguegarao City, Cagayan

Page 149: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

149

Annex 1A (page 2/2)

L2-P4 Dau PoP This is a PoP node locate at Mabalacat City, Pampanga, Region III with best effort coordinates of (15.179768,120.591238), its mailing address is DAU Homesite, 2-A DAU Expressway, DAU, Mabalacat, Pampanga, Dau, Mabalakat, Pampanga

L2-P5 Batangas PoP This is a PoP node locate at Batangas City, Batangas, Region IV-A with best effort coordinates of (13.765433,121.063118), its mailing address is Capitol Site, Batangas City, Batangas

L2-P6 Puerto Princesa PoP This is a PoP node locate at Puerto Princesa City, Palawan, Region IV-B with best effort coordinates of (9.737894,118.734449), its mailing address is Burgos Street, Puerto Princesa City, Palawan

L2-P7 Butuan PoP This is a PoP node locate at Butuan City, Agusan Del Norte, Region XIII with best effort coordinates of (8.949642,125.527693), its mailing address is Post-Telecom Bldg., San Francisco Street, G. Flores Street, Brgy. San Ignacio, Butuan City, Agusan del Norte

L2-P8 Davao PoP This is a PoP node locate at Davao City, Davao Del Sur, Region XI with best effort coordinates of (7.076716,125.604418), its mailing address is F. Torres Street, Poblacion District, Davao City, Davao del Sur

Page 150: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

150

Annex 2A

PLEASE REFER TO THE ATTACHED ANNEX 2A

PROVINCE OFFER GROUP

(346 pages)

Page 151: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

151

Annex 2B

PLEASE REFER TO THE ATTACHED ANNEX 2B

ISLAND OFFER GROUP

(271 pages)

Page 152: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

152

Annex 2C1 and 2C2

PLEASE REFER TO THE ATTACHED ANNEX 2C1 and 2C2

MUNICIPAL OFFER GROUP AND

CONSOLIDATED BID FORM FOR MUNICIPAL OFFER GROUP

(48 pages)

Page 153: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

153

Annex 3

IP TRANSPORT MUNICIPAL SERVICES PHASE 2 (IPTM2)

BID SUMMARY SHEET GRAND TOTAL BID OFFER:

Instruction in filling up this form: 1. Refer to your completed Annex 2-(A,B or C2) for the details of this form.

2. For section (4) of this form, count the total Beneficary/Municipality or Links that you included in your bid per lot.

3. Include your accomplished forms in Envelope "B" - Financial Components.

LOT-CODE TOTAL ABC (₱)

TOTAL Bid Offer (₱)

(1)

TOTAL Guaranteed

Capacity in Mbps

(2)

Per-Unit-Cost

(3)=(1)÷(2)

Total Bidded Beneficiary/

Municipalities per Lot

(4)

Total Links Per Lot

(5)

BID VALUE (₱)

(6) = (3)x(4)÷(5)

Submitted By: Free Wi-Fi Internet Access in Public Place Project

DOST ICT Office

Page 154: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

154

CONTRACT AGREEMENT FORM

THIS AGREEMENT made the _____ day of __________ 20_____ between

Information and Communications Technology Office of the Philippines (hereinafter called “the Entity”) of the one part and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the other part:

WHEREAS the Entity invited Bids for certain goods and ancillary services, viz., [brief description of goods and services] and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to. 2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the Bid Summary Sheet and Consolidated Bid Detail Form including Statement of Conformity with the Delivery Schedule;

(b) the Technical Specifications; (c) the General Conditions of Contract; (d) the Special Conditions of Contract; and (e) the Entity‟s Notification of Award.

3. In consideration of the payments to be made by the Entity to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Entity to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract 4. The Entity hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the laws of the Republic of the Philippines on the day and year first above written.

Page 155: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

155

Signed, sealed, delivered by the (for the Entity)

Signed, sealed, delivered by the (for the Supplier).

Page 156: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

156

BANK GUARANTEE FORM FOR ADVANCE PAYMENT

To: [name and address of PROCURING ENTITY]

[name of Contract] Gentlemen and/or Ladies: In accordance with the payment provision included in the Special Conditions of Contract, which amends Clause 10 of the General Conditions of Contract to provide for advance payment, [name and address of Supplier] (hereinafter called the “Supplier”) shall deposit with the PROCURING ENTITY a bank guarantee to guarantee its proper and faithful performance under the said Clause of the Contract in an amount of [amount of guarantee in figures and words]. We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the payment to the PROCURING ENTITY on its first demand without whatsoever right of objection on our part and without its first claim to the Supplier, in the amount not exceeding [amount of guarantee in figures and words]. We further agree that no change or addition to or other modification of the terms of the Contract to be performed thereunder or of any of the Contract documents which may be made between the PROCURING ENTITY and the Supplier, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition, or modification. This guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the Contract until [date]. Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 157: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

157

FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, (Name of Bidder) (hereinafter called “the bidder) has submitted his bid dated (Date) for the (Name of Contract) (hereinafter called “the bid”). KNOW ALL MEN by these presents that We (Name of Bank) of (Name of Country) having our registered office at _____________________(hereinafter called “the Bank”) are bound unto ICT Office in the sum of _________________ for which payment well and truly to be made to the ICT Office the Bank binds himself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this _____day of _________20___. THE CONDITIONS of this obligation are:

1) The bid security may be forfeited: (a) If a bidder:

(i) Withdraws its bid security during the period of bid validity

specified in ITB Clause 17; (ii) Does not accept the correction of errors pursuant to ITB Clause

28.3 (b); (iii) Fails to submit the requirements within the prescribed period or

a finding against their veracity as stated in ITB Clause 29.2; (iv) Submission of eligibility requirements containing false

information or falsified documents; (v) Submission of bids that contain false information or falsified

documents, or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding;

(vi) Allowing the use of one‟s name, or using the name of another for purposes of public bidding;

(vii) Withdrawal of a bid, or refusal to accept an award, or enter into contract with the Government without justifiable cause, after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid;

(viii) Refusal or failure to post the required performance security within the prescribed time;

(ix) Refusal to clarify or validate in writing its bid during the post-qualification within a period of seven (7) calendar days from receipt of the request for clarification;

Page 158: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

158

(x) Any documented attempt by a bidder to unduly influence the outcome of the bidding in his favor;

(xi) Failure of the potential joint venture partners to enter into the

joint venture after the bid is declared successful; (xii) All other acts that tend to defeat the purpose of the competitive

bidding, such as habitually withdrawing from bidding, submitting late Bids or patently insufficient bid, for at least three (3) times within a year, except for valid reasons.

(b) If the successful Bidder:

(i) fails to sign the contract in accordance to ITB Clause 32; (ii) fails to furnish performance security in accordance with ITB

Clause 33 We undertake to pay to the ICT Office up to the above amount upon receipt of his first written demand, without the ICT Office having to substantiate his demand, provided that in his demand the ICT Office will note that the amount claimed by him is due owning to the occurrence of one or any of the foregoing conditions, specifying the occurred condition or conditions. The Guarantee will remain in force up to and including the date ________days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as the ICT Office may extend it, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the bank not later than the above date. DATE ________________________ SIGNATURE OF THE BANK ___________________________ SEAL ________________________ WITNESS ___________________________ Name and Signature

______________________________ (Address)

Page 159: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

159

FORM OF PERFORMANCE SECURITY (BANK GUARANTEE)

___________________________________________________________

To : Information and Communications Technology Office (ICT Office) C.P. Garcia Avenue, U.P. Diliman Quezon City WHEREAS, (Name and Address of Bidder) (hereinafter called “the Service Provider") has undertaken in pursuance of Purchase Order No. ___________dated _______ to execute (Name of Contract and Brief Description) (hereinafter called “the Contract”); AND WHEREAS, it has been stipulated by you in the said Contract that the Service Provider shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the obligation in accordance with the Contract; WHERAS, we have agreed to give the Service Provider such a Bank Guarantee; NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Service Provider, up to a total of [Amount of Guarantee] proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt the Service Provider before presenting us with the demand. We further agree that no change or addition to or modification of the terms of the Contract to be performed thereunder or of any of the Contract documents which may be made between you and the Service Provider shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until the date of the Defects of Liability Certificate. SIGNATURE AND SEAL OF THE GUARANTOR ____________________________________ NAME OF BANK ____________________________________ ADDRESS ____________________________________ ____________________________________ DATE ____________________________________

Page 160: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

160

SPECIAL BANK GUARANTEE OR IRREVOCABLE STANDBY LETTER OF CREDIT

(FOR RETENTION MONEY, AS APPLICABLE) To : __________ __________ Date : __________ __________ WHEREAS, _________________________________ with principal offices located at__________________ (hereinafter called “the Contractor/Supplier”) has undertaken, in pursuance of ___________________ dated ____________ to execute supply of _______________ at ____________. AND WHEREAS, it has been stipulated by you in the said Contract that the Contractor/Supplier shall furnish you with a Special Bank Guarantee / Irrevocable Standby Letter of Credit (as applicable) by an authorized bank for the sum specified therein as security for compliance with their obligations in accordance to with the contract, including a warranty that the GOODS supplied are free from patent and latent defects and performance of corrective work for any manufacturing defects will be undertaken as required and that all the conditions imposed under the contract shall been fully met; NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Contractor, up to a total of PhP_______________ proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon you first written demand and without cavil or argument, any sum or sums within the limits of PhP____________ as aforesaid without you needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby further affirm that this bank guarantee/standby letter of credit (as applicable) is irrevocable and intended to answer for the performance of corrective work for any manufacturing defects, to warrant that the goods supplied are free from met by the Contractor/Supplier.

We hereby waive the necessity of your demanding that said debt from the Contractor/Supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the Contract to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until ______________________________ or a minimum of one (1) year, whichever comes later.

SIGNATURE AND SEAL OF GUARANTOR NAME OF BANK ADDRESS

Page 161: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

161

Section X Checklist of Requirements

Page 162: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

162

ICT OFFICE BAC4FREEWIFI CHECKLIST OF REQUIREMENTS FOR BIDDERS

Name of Company : _______________________________ Project : PROCUREMENT OF IP TRANSPORT MUNICIPAL

SERVICES PHASE 2 (IPTM2) Bid Ref No. : BAC4FREEWIFI-2016-02-002 APPROVED BUDGET FOR THE CONTRACT : PHP 990,360,600.00

Ref. No.

Particulars

ENVELOPE A: ELIGIBILITY AND TECHNICAL DOCUMENTS

ELIGIBILITY DOCUMENTS

CLASS “A” DOCUMENTS 12.1 (a.1.) ELIGIBILITY DOCUMENTS

i. Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or

Cooperative Development Authority (CDA) for cooperatives

ii. Business/Mayor's permit for 2016 issued by the city or municipality where the principal place of business of the prospective bidder is located

iii. Valid and Current Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

iv. Statement of all its Ongoing (including awarded contract/s not yet started,

if any) within the last three (3) Years, (Annex I)

v. Statement of Completed Single Largest Contract from January 2010 up to

the day before the deadline for the submission bids of similar in nature

equivalent to at least fifty percent (50%) of the ABC. Annex II

vi. Copy of 2014 Annual Income Tax Return submitted through BIR’s

Electronic Filing and Payment System (EFPS) together with the

following Audited Financial Statements for 2014 and 2013 (in comparative form or separate reports):

a) Copy of Independent Auditor‟s Report; b) Balance Sheet (Statement of Financial Position);

c) Income Statement (Statement of Comprehensive Income); Each of the above statements must have stamped “received” by the

Bureau of Internal Revenue (BIR) or its duly accredited and authorized

institutions

vii. Duly signed Net Financial Contracting Capacity Computation (NFCC) per

Annex III, in accordance with ITB Clause 5.5

NFCC = [(Current Assets minus Current Liabilities) (K)] 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.

Where:

K: 10 for a contract duration of one year or less, 15 for a contract duration of more than one year up to two years, and

Page 163: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

163

20 for a contract duration of more than two years. 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.

CLASS “B” DOCUMENTS (FOR JOINT VENTURE)

i. For Joint Ventures, Bidder to submit either:

1. Copy of the JOINT VENTURE AGREEMENT (JVA) in case the joint venture is already in existence, or

2. Copy of Protocol / Undertaking of Agreement to Enter into Joint Venture signed by all the potential join venture partners stating that

they will enter into and abide by the provisions of the JVA in the

instance that the bid is successful. (Annex IV) The JVA or the Protocol/Undertaking of Agreement to Enter into

Joint Venture (Annex III) must include/specify the company/partner and the name of the office designated as

authorized representative of the Joint Venture.

For Joint Venture, the following documents must likewise be submitted:

For Joint Venture, each partner should submit: 1. Registration Certificate from the Securities and Exchange Commission

(SEC) for corporations, Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for

cooperatives;

2. Business/Mayor's permit for 2015 issued by the city or municipality where the principal place of business of the prospective bidder is located;

3. Valid and Current Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

For item (iv) to (vii) of the required eligibility documents, submission by any of the Joint Venture partner constitutes compliance.

TECHNICAL DOCUMENTS

12.1

(b)(i)

Bid security shall be issued in favor of the INFORMATION AND

COMMUNICATIONS TECHNOLOGY OFFICE (ICT Office) valid at least one

hundred twenty (120) days after date of bid opening in any of the following forms:

a) BID SECURING DECLARATION per Annex V; or

b) Cashier‟s / Manager‟s Check equivalent to at least 2% of ABC issued by

a Local or Universal or Local Commercial Bank.

Description Quantity* ABC

Total Price*

Bid Security:

Cash, Cashier’s /

Manager’s Check, (2%)

(P)**

IP Transport Municipal

Services Phase

2 (IPTM 2)

Province =

80 lots

Island =

101 lots

PHP 990,360,600.00 P 19,807,212.0*

Page 164: Philippine Bidding Documents - DICT

BAC4FREEWIFI-2016-02-002

164

Municipal = 845

lots

*Please refer to Annex 2A, 2B and 2C1

**Separate bid security for each lot being bid

12.1

(b)(x)

Proof of Authority of the Bidder‟s authorized representative/s:

a) FOR SOLE PROPRIETORSHIP (IF OWNER OPTS TO APPOINT A REPRESENTATIVE):

Duly notarized Special Power of Attorney

b) FOR CORPORATIONS, COOPERATIVE OR THE MEMBERS OF THE JOINT VENTURE:

Duly notarized Secretary‟s Certificate evidencing the authority of the designated representative/s.

IN THE CASE OF UNINCORPORATED JOINT VENTURE: Each member shall

submit a separate Special Power of Attorney and/or Secretary‟s Certificate evidencing the authority of the designated representative/s.

12.1

(b)(xi)

Omnibus Sworn Statements using the form prescribed. (Annex VI)

a) Authority of the designated representative

b) Non-inclusion of blacklist or under suspension status

c) Authenticity of Submitted Documents

d) Authority to validate Submitted Documents

e) Disclosure of Relations

f) Compliance with existing labor laws and standards

g) Bidder‟s Responsibilities

h) Did not pay any form of consideration

i) Company Official Contact Reference

ENVELOPE B: FINANCIAL DOCUMENTS

13.1

(a)

Completed and signed Bid Form. Bidder must use, accomplish and submit Bid Form

hereto attached Annex 1.

The ABC is inclusive of VAT. Any proposal with a financial component exceeding the ABC of the Lot being bid shall not be accepted.

Completed and signed Offer Group per Annex 2A, 2B, 2C1 and 2C2 as applicable.

13.1 (b)

If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a Certification from the DTI, SEC or CDA to be enclosed pursuant to the Revised IRR

of R.A. 9184.

NOTE: In case of inconsistency between the Checklist of Requirements for

Bidders and the provisions in the Instruction to Bidders/Bid Data Sheet, the Instruction to Bidders/Bid Data Sheet shall prevail