BD. MR-PNBAC1-2023-28-Supply and Delivery of PMSCOBS of PF Vessels Lot-2 SAF Auxiliary Engine

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 53

MR-PNBAC1-2023-28

Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

1. 965
PN BIDS AND AWARDS COMMITTEE
Philippine Navy Project

Supply and Delivery of PMS/COBS of PF


Vessels: Lot-2 SAF Auxiliary Engine
MR-PNBAC1-2023-28

PHILIPPINE BIDDING DOCUMENTS


(As Harmonized with Development Partners)

HEADQUARTERS PHILIPPINE NAVY


NAVAL STATION JOSE V ANDRADA
2335 PRES. MANUEL ROXAS BLVD., MANILA

1
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

HEADQUARTERS PHILIPPINE NAVY


OFFICE OF THE PHILIPPINE NAVY BIDS AND AWARDS COMMITTEE-1
Naval Station Jose Francisco, Fort Bonifacio, Taguig City

Section I. Invitation to Bid


INVITATION TO BID FOR THE PROJECT
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2
SAF Auxiliary Engine
1. The Philippine Navy through the GAA 2023 PN Appropriation Fund intends to apply the sum of
TEN MILLION TWO HUNDRED NINETEEN THOUSAND EIGHT HUNDRED SIXTY-FOUR PESOS
and 94/100 (PhP 10,219,864.94) only being the ABC to payments under the contract for the Supply and
Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine. Bids received in excess of the ABC
shall be automatically rejected at bid opening.

Date/Time
Price of
Submission
Bidding
Nomenclature/ Approved Budget Pre-Bid & Opening
Documents Delivery Period
Activity for the Contract Conference of Bid
(Non-
(PBC) Envelopes
Refundable)
(SOBE)
Ninety (90)
MR-PNBAC1-2023-28 Calendar Days
June 27, July 11,
Supply and Delivery of
2023 09:00 2023 09:00 upon receipt of
PMS/COBS of PF P10,219,864.94 P25,000.00
A.M A.M Notice to
Vessels: Lot-2 SAF
(Tuesday) (Tuesday) Proceed
Auxiliary Engine
(NTP)

2. The Philippine Navy, through the Philippine Navy Bids and Awards Committee (PNBAC) now
invites bids for the above Procurement Project. Completion of the Works is required by Ninety (90)
Calendar Days upon receipt of Notice to Proceed (NTP). Bidders should have completed 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).

3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary
“pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of
Republic Act (RA) No. 9184. Bidding is open to all interested bidders, whether local or foreign, subject to
the conditions for eligibility provided in the 2016 revised IRR of RA No. 9184.

4. Interested Bidders may obtain further information from Philippine Navy Bids and Awards Committee
(PNBAC-1) and inspect the Bidding Documents at the address given below during, Monday to Friday
from 8:00 AM to 5:00 PM

5. A complete set of Bidding Documents may be acquired by interested Bidders on June 21, 2023 to
July 11, 2023 from 8:00 AM to 5:00 PM, Monday to Friday from the given address and website below
upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued
by the GPPB, in the amount of Twenty-Five Thousand Pesos (PhP25,000.00). The Procuring Entity
shall allow the bidder to present its proof of payment for the fees in person or through electronic means.

2
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

6. The Philippine Navy Bids and Awards Committee (PNBAC-1) will hold a Pre-Bid Conference via
blended/VTC on June 27, 2023 (Tuesday) at Philippine Navy Bids and Awards Committee, Naval
Station Jose Francisco, Fort Bonifacio, Taguig City or through Video Tele Conferencing (VTC) via
Zoom Application. (Zoom Meeting ID: 965 038 3082; Password: SDr9Dz), which shall be open to
prospective bidders.

7. Bids must be duly received by the BAC Secretariat through manual submission at the office
address indicated below, on or before July 11, 2023 09:00 A.M (Tuesday). Late bids shall not be
accepted.

8. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount
stated in ITB Clause 14.

9. Bid opening shall be conducted via blended/VTC on July 11, 2023 09:00 A.M (Tuesday) at
Philippine Navy Bids and Awards Committee, Naval Station Jose Francisco, Fort Bonifacio, Taguig
City. Bidders may physically attend the opening and evaluation of bidding documents or through Video
Tele Conferencing (VTC) via Zoom Application. (Zoom Meeting ID: 965 038 3082; Password:
SDr9Dz) who choose to attend the activity. Bids received in excess of the ABC for each lot shall be
automatically rejected at bid opening.

10. The Philippine Navy reserves the right to reject any and all bids, declare a failure of bidding, or not
award the contract at any time prior to contract award in accordance with Sections 35.6 and 41 of the
2016 revised IRR of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.

11. For further information, please refer to:

LCDR ROMELL M CARRASCO PN


Office of the PN Bids and Awards Committee
Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Cell Phone Nr: 0917-587-4882
Email Add: pnbac2016@gmail.com

12. You may visit the following websites:

For downloading of Bidding Documents: www.Philgeps.gov.ph

June 16, 2023


Date of Issue

ROMMEL U LABRADOR
Commodore PN
Chairman, PNBAC-1

3
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Section II. Instruction to Bidders


1. Scope of Bid

1.1 The Procuring Entity, Armed Forces of the Philippines (Philippine Navy), wishes to
receive Bids for the Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF
Auxiliary Engine with identification number (MR-PNBAC1-2023-28).

1.2 The Procurement Project “Supply and Delivery of PMS/COBS of PF Vessels: Lot-2
SAF Auxiliary Engine is composed One (1) lot, the details of which are described in
Section VII (Technical Specifications).

2. Funding Information

2.1 The Government of the Philippines (GOP) through the source of funding as indicated
below for Philippine Navy Appropriations CY2023 in the amount of Ten Million Two
Hundred Nineteen Thousand Eight Hundred Sixty-Four Pesos and 94/100 (PhP
10,219,864.94) only.

2.2 The source of funding is National Government Agency (NGA), National Expenditure
Program.

3. Bidding Requirements

3.1 The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 revised IRR, including its Generic Procurement Manuals and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.

3.2 Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or IB by the BAC through the issuance of a
supplemental or bid bulletin.

3.3 The Bidder, by the act of submitting its Bid, shall be deemed to have verified and
accepted the general requirements of this Project, including other factors that may
affect the cost, duration and execution or implementation of the contract, project, or
work and examine all instructions, forms, terms, and project requirements in the Bidding
Documents.

4. Corrupt, Fraudulent, Collusive and Coercive Practices

The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184
or other integrity violations in competing for the Project.

5. Eligible Bidders

5.1 Only Bids of Bidders found to be legally, technically, and financially capable will
be evaluated.

4
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

5.2. Foreign ownership limited to those allowed under the rules may participate in
this Project.

5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder
shall have an SLCC that is at least one (1) contract similar to the Project the
value of which, adjusted to current prices using the PSA’s CPI, must be at least
equivalent to:

a. For the procurement of Expendable Supplies: The Bidder must have


completed a single contract that is similar to this Project, equivalent to at
least twenty-five percent (25%) of the ABC.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the
2016 IRR of RA No. 9184.

6. Origin of Goods

There is no restriction on the origin of goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN, subject
to Domestic Preference requirements under ITB Clause 18.

7. Subcontracts

Subcontracting is not allowed.

8. Pre-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on the specified date
and time and either at its physical address [See Invitation to Bid (ITB) or SBB if any]
at the Office of the PN Bids and Awards Committee, Naval Station Jose Francisco,
Fort Bonifacio, Taguig City and/or through videoconferencing/webcasting} as
indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents

9.1. Prospective bidders may request for clarification on and/or interpretation of any
part of the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.
9.2. The opportunity to raise and submit written queries or clarification is limited only to
those who have purchased the Bidding Documents.

10. Documents comprising the Bid: Eligibility and Technical Components

10.1 The first envelope shall contain the eligibility and technical documents of the Bid
as specified in Section VIII (Checklist of Technical and Financial Documents).

5
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

10.2 The Bidder’s SLCC as indicated in ITB Clause5.3 should have been completed
within the last five (5) years prior to the deadline for the submission and receipt of
bids.

10.3 If the eligibility requirements or statements, the bids, and all other documents for
submission to the BAC are in foreign language other than English, it must be
accompanied by a translation in English, which 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. Similar to the
required authentication above, for Contracting Parties to the Apostille Convention, only
the translated documents shall be authenticated through an apostille pursuant to GPPB
Resolution No. 13-2019 dated 23 May 2019. The English translation shall govern, for
purposes of interpretation of the bid.

11. Documents comprising the Bid: Eligibility and Technical Components

11.1 The second bid envelope shall contain the financial documents for the Bid as
specified in Section VIII (Checklist of Technical and Financial Documents).

11.2 If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a


certification issued by DTI shall be provided by the Bidder in accordance with Section
43.1.3 of the 2016 revised IRR of RA No. 9184.

11.3 Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

12. Bid Prices

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

(a) For Goods offered from within the Procuring Entity’s country:

1. The price of the Goods quoted EXW (ex-works, ex-factory, ex-


warehouse, ex-showroom, or off-the-shelf, as applicable);

2. The cost of all customs duties and sales and other taxes already
paid or payable;

3. The cost of transportation, insurance, and other costs incidental to


delivery of the Goods to their final destination; and

4. The price of other (incidental) services, if any, listed in e.

(b) For Goods offered from abroad:


1. Unless otherwise stated in the BDS, the price of the Goods shall be
quoted delivered duty paid (DDP) with the place of destination in the
Philippines as 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.

6
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

2. The price of other (incidental) services, if any, as listed in Section


VII (Technical Specifications).

13. Bid and Payment Currencies

13.1 For Goods that the Bidder will supply from outside the Philippines, the bid prices
may be quoted in the local currency or trade-able currency accepted by the BSP at the
discretion of the Bidder. However, for purposes of bid evaluation, Bids denominated in
foreign currencies, shall be converted to Philippine currency based on the exchange
rate as published in the BSP reference rate bulletin on the day of the bid opening.

13.2 Payment of the contract price shall be made in: Philippine Pesos.

14. Bid Security

14.1 The Bidder shall submit a Bid Securing Declaration1 or any form of Bid Security
in the amount indicated in the BDS, which shall be not less than the percentage of the
ABC in accordance with the schedule in the BDS.

14.2 The Bid and bid security shall be valid until [indicate date (120 CD from SOBE].
Any Bid not accompanied by an acceptable bid security shall be rejected by the
Procuring Entity as non-responsive.

15. Sealing and Marking of Bids

Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of
the Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission or any
other electronic means, the Bidder shall submit an electronic copy of its Bid, which
must be digitally signed. An electronic copy that cannot be opened or is corrupted
shall be considered non-responsive and, thus, automatically disqualified.

16. Deadline for Submission of Bids

The Bidders shall submit on the specified date and time and either at its physical
address or through online submission as indicated in paragraph 7 of the IB.

17. Opening and Preliminary Examination of Bids

1 In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and furnishing of
the performance security or the performance securing declaration within ten (10) calendar days from receipt of Notice to Execute
Framework Agreement.

7
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

17.1 The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present shall
sign a register evidencing their attendance. In case videoconferencing, webcasting or
other similar technologies will be used, attendance of participants shall likewise be
recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No. 9184
shall prevail.

17.2 The preliminary examination of bids shall be governed by Section 30 of the 2016
Revised IRR of RA No. 9184.

18. Domestic Preference

The Procuring Entity will grant a margin of preference for the purpose of
comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR of RA
No. 9184.

19. Detailed Evaluation and Comparison of Bids

19.1 The Procuring BAC shall immediately conduct a detailed evaluation of all Bids
rated “passed,” using non-discretionary pass/fail criteria. The BAC shall consider the
conditions in the evaluation of Bids under Section 32.2 of the 2016 Revised IRR of RA
No. 9184.

19.2 If the Project allows partial bids, bidders may submit a proposal on any of the lots
or items, and evaluation will be undertaken on a per lot or item basis, as the case
maybe. In this case, the Bid Security as required by ITB Clause 15 shall be submitted
for each lot or item separately.

19.3 The descriptions of the lots or items shall be indicated in Section VII (Technical
Specifications), although the ABCs of these lots or items are indicated in the BDS for
purposes of the NFCC computation pursuant to Section 23.4.2.6 of the 2016 revised
IRR of RA No. 9184. The NFCC must be sufficient for the total of the ABCs for all the
lots or items participated in by the prospective Bidder.

19.4 The Project shall be awarded as follows: One Project having several items
that shall be awarded as one contract (Option 1).

19.5 Except for bidders submitting a committed Line of Credit from a Universal or
Commercial Bank in lieu of its NFCC computation, all Bids must include the NFCC
computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of RA No. 9184,
which must be sufficient for the total of the ABCs for all the lots or items participated in
by the prospective Bidder. For bidders submitting the committed Line of Credit, it must
be at least equal to ten percent (10%) of the ABCs for all the lots or items participated
in by the prospective Bidder.

20. Post-Qualification

8
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Within a non-extendible period of five (5) calendar days from receipt by the Bidder of
the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall
submit its latest income and business tax returns filed and paid through the BIR
Electronic Filing and Payment System (eFPS) and other appropriate licenses and
permits required by law and stated in the BDS.

21. Signing of the Contract


The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184
shall form part of the Contract. Additional Contract documents are indicated in the
BDS.

9
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Section III. Bid Data Sheet

ITB
Clause
2 The Funding Source is:

The Government of the Philippines (GOP) through PHILIPPINE NAVY


Appropriations CY2023 in the amount of Ten Million Two Hundred Nineteen
Thousand Eight Hundred Sixty Four Pesos and 94/100 (PhP 10,219,864.94).

The name of the project is:


Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine
5.3 The bidder must have completed a similar Government and/or Private Contracts
with equivalent amount of at least 25% of the ABC.

For this purpose, contracts similar to the Projects shall be:


a) “Supply and delivery of materials/parts and/or unit of marine diesel
engines”, or “Supply and delivery of Naval Equipment”
b) Completed within FIVE (5) YEARS prior to the deadline for the submission
and receipt of bids.
7.1
Subcontracting is not allowed.
See Section VIII. Checklist of Technical and Financial Documents
10
The ABC is Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF
11 Auxiliary Engine only as follows:

TITLE ITEM NR ABC (PHP)


Supply and Delivery of PMS/COBS of
1 to 48 P10,219,864.94
PF Vessels: Lot-2 SAF Auxiliary Engine
TOTAL P10,219,864.94

Any bid with a financial component exceeding the total ABC shall not be accepted.

During the evaluation of the financial envelope, in cases that there are the same
items under the different line items in the Technical Specifications and such same
items were not quoted with the same price, it is understood that the lowest price
quoted for such items will be used in the computation of the bid price.

Same item shall mean items with the same name, same serial/part number and or
proof of equivalence.

12 The price of the goods shall be quoted Delivered Duty Paid (DDP) to be delivered
to the project site.
14.1 The bid security shall be limited to any of the following forms and amount:

10
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

1. PhP 204,397.29, Two percent (2%) of the ABC if bid security is in


cashier’s/manager’s:

2. PhP 510,993.24, Five percent (5%) of ABC if bid security is in Surety Bond:
or;
3. Duly notarized Bid-Securing Declaration.

The Bid Security shall be payable to the Armed Forces of The Philippines
(AFP)/Philippine Navy (PN).
15 Each Bidder shall submit one (1) original and four (4) copies of the first and second
components of its bid with proper tabs.

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
Clause1.2; and

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

TO: PHILIPPINE NAVY BIDS AND AWARDS COMMITTEE

FROM: _________________________________________
(Name of Bidder in Capital Letters)

ADDRESS: __________________________________________
(Address of Bidder in Capital Letters)

PROJECTS:

Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine


BID REF NO:
(In Capital Letters, Indicate the Phrase):
“DO NOT OPEN BEFORE:______ (Time and date of SOBE)
16 The deadline for submission of bids is [See Invitation to Bid (ITB) or SBB if any]
19.4 Grouping and Evaluation of Lot –
The goods shall be bid as one project for the purpose of evaluation, and contract
award.

11
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

20 The authenticated or certified true copies of the following documentary requirements


must be submitted during PQ (Original Copy must be presented):

i. General Information Sheet of the Company;


ii. Latest Income and Business Tax Returns filed through Electronic
Filing and Payment System (EFPS);
iii. Current and valid PHILGEPS (Platinum) Certificate of the
proponent/s with updated supporting documents:
a. SEC/DTI/CDA Registration Certificate;
b. Business/Mayor’s Permit;
c. Tax Clearance; and
d. Updated Audited Financial Statement;
iv. Warranty Certificate;
v. Project Specific Eligibility/Additional Requirement:

a. Notarized Certification from the proponent that it will ensure to


deliver genuine and original equipment/machineries/ spare
parts.;
b. Customer Satisfaction Assessment with the rating expressing
at least Very Satisfactory performance issued by the company
for all the contracts the bidder has submitted to comprise the
largest similar contract;
c. Certificate of Sample Items Verification to be issued by the
authorized end-user representative:

LCDR RONALD P MERZA PN


AC of S for Naval Systems Engineering, SAF11
Contact Nr. 0927-964-1006

vi. Certificate of no delay of not more than 10% of ALL its ongoing
contracts with the Philippine Navy, thru PNBAC, to be issued by
302nd Contracting Office.
vii. The SLCC statement should be supported with the following
documents:

A) Notice of Award (NOA);


B) Notice to Proceed (NTP);
C) PN Technical Inspection and Acceptance Committee (TIAC) Report; and
Certificate of Final Acceptance Report or equivalent in the Private
Sector

viii. Other supporting permits, appropriate Board Resolution, documents


etc., that will support the veracity of technical/eligibility documents
presented during the Submission and Opening of Bid Envelopes
(SOBE).

Note: The latest income and business tax returns are those within the last six (6)
months preceding the date of bid submission.

12
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Failure to submit the above requirements on time or a finding against the veracity of
such shall be grounds for disqualification of the bidder and the subsequent forfeiture
of the bid security.
21 In order to guarantee faithful performance of its obligation under the contract, the
winning bidder must submit either a performance security in any of the prescribed
forms under Section 39.2 of the 2016 revised IRR of RA No. 9184

Section IV. General Conditions of Contract


1. Scope of Contract

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. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances,
constitute the primary source for the terms and conditions of the Contract, and thus,
applicable in contract implementation. Herein clauses shall serve as the secondary
source for the terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the
effectivity of the said amendment.

Additional requirements for the completion of this Contract shall be provided in the
Special Conditions of Contract (SCC).

2. Advance Payment and Terms of Payment

2.1 Advance payment of the contract amount is provided under Annex “D” of the revised
2016 IRR of RA No. 9184.

2.2 The Procuring Entity is allowed to determine the terms of payment on the partial or
staggered delivery of the Goods procured, provided such partial payment shall
correspond to the value of the goods delivered and accepted in accordance with
prevailing accounting and auditing rules and regulations. The terms of payment are
indicated in the SCC.

3. Performance Security

Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from
the Procuring Entity but in no case later than prior to the signing of the Contract by
both parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184.

4. Inspection and Tests

4.1 The Procuring Entity or its representative shall have the right to inspect and/or
to test the Goods to confirm their conformity to the Project specifications at no

13
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

extra cost to the Procuring Entity in accordance with the Generic Procurement
Manual. In addition to tests in the SCC, Section IV (Technical Specifications)
shall specify what inspections and/or tests the Procuring Entity requires, and
where they are to be conducted. The Procuring Entity shall notify the Supplier
in writing, in a timely manner, of the identity of any representatives retained for
these purposes.

4.2 All reasonable facilities and assistance for the inspection and testing of Goods,
including access to drawings and production data, shall be provided by the
Supplier to the authorized inspectors at no charge to the Procuring Entity.

5. Warranty

5.1 In order to assure that manufacturing defects shall be corrected by the Supplier, a
warranty shall be required from the Supplier as provided under Section 62.1 of the
2016 revised IRR of RA No. 9184.
5.2 The Procuring Entity shall promptly notify the Supplier in writing of any claims arising
under this warranty. Upon receipt of such notice, the Supplier shall, repair or
replace the defective Goods or parts thereof without cost to the Procuring Entity,
pursuant to the Generic Procurement Manual.

6. Liability of the Supplier

6.1 The Supplier’s liability under this Contract shall be as provided by the laws of the
Republic of the Philippines.
6.2 If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

Section V. Special Conditions of Contract

GCC
Clause
1 The Project Site/Delivery Site is at the FSPAO, PHILFLT, Naval Base
Heracleo Alano, Sangley Point, Cavite City.

Delivery and Documents –


For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP”,
“DDU”, DAP 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 terms of this Contract shall be as follows:

For Goods Supplied from Abroad, state “The delivery terms applicable to
the Contract are Delivered Duty Paid (DDP) delivered to the project site
stated in 1 of this section. In accordance with “INCOTERMS.”

For Goods Supplied from Within the Philippines, state “The delivery terms
applicable to the Contract are delivered to the project site as stated in 1
of this section. Risk and title will pass from the Supplier to the Procuring

14
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Entity upon receipt and final acceptance of the Goods at their final
destination.”

Delivery of the Goods 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:

For Goods supplied from within the Philippines or by domestic


Suppliers:
Upon delivery of the Goods to the Project Site, the Supplier shall notify
the Procuring Entity and present the following documents to the
Procuring Entity:

1. For Delivery of parts and materials for machineries and equipment,


the proponent must submit to the Authorized Representative of the
HOPE and to the PN Technical Inspection and Acceptance
Committee (TIAC) upon delivery and/or prior to the installation
thereof the Certificate of Origin, Certificate of Warranty, and any of
the following documents:
a. OEM Certificate
b. Certificate of Conformity
c. Authentic Sales Invoice/Official Receipt/ Bill of
Lading/Import Documents authenticated by Bureau of
Customs.
2. In cases of replacement parts or new part numbers, it shall be
accompanied with corresponding Service Bulletin from the OEM or
other proof.

For Goods supplied from abroad:


Upon shipment, the Supplier shall notify the Procuring Entity and the
insurance company by cable the full details of the shipment, including
Contract Number, description of the Goods, quantity, vessel, bill of lading
number and date, port of loading, date of shipment, port of discharge etc.
Upon delivery to the Project Site, the Supplier shall notify the Procuring
Entity and present the following documents as applicable with the
documentary requirements of any letter of credit issued taking
precedence:

1. For Delivery of parts and materials for machineries and equipment,


the proponent must submit to the Authorized Representative of the
HOPE and to the PN Technical Inspection and Acceptance
Committee (TIAC) upon delivery and/or prior to the installation
thereof the Certificate of Origin, Certificate of Warranty, and any of
the following documents
a. OEM Certificate
b. Certificate of Conformity
c. Authentic Sales Invoice/Official Receipt/ Bill of
Lading/Import Documents authenticated by Bureau of
Customs.

15
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

2. In cases of replacement parts or new part numbers, it shall be


accompanied with corresponding Service Bulletin from the OEM or
other proof.

For purposes of this Clause the Procuring Entity’s Representative at the


Project Site is at FSPAO, PHILFLT, Naval Base Heracleo Alano,
Sangley Point, Cavite City

Incidental Services
The Supplier is required to provide all of the following services, including
additional services, if any, specified in Section VI – Schedule of
Requirements:

1. Performance or supervision of on-site assembly and/or start-up of


the supplied Goods.
2. Furnishing of tools required for assembly and/or maintenance of
the supplied Goods.
3. Furnishing of a detailed operations and maintenance manual for
each appropriate unit of the supplied Goods.
4. Performance or supervision or maintenance and/or repair of the
supplied Goods, for a period agreed by the parties, provided that
this service shall not relieve the Supplier of any warranty obligations
under this contract.

The Contract price for the Goods shall include the prices charged by the
Supplier for incidental services and shall not exceed the prevailing rates
charged to other parties by the Supplier for similar services.

Packaging –
The Supplier shall provide such packaging of the Goods as is required to
prevent their damage or deterioration during transit to their final
destination, as indicated in this Contract. The packaging shall be
sufficient to withstand, without limitation, rough handling during transit
and exposure to extreme temperatures, salt and precipitation during
transit, and open storage. Packaging case size and weights shall take
into consideration, where appropriate, the remoteness of the GOODS’
final destination and the absence of heavy handling facilities at all points
in transit.

The packaging, marking, and documentation within and outside the


packages shall comply strictly with such special requirements as shall be
expressly provided for in the Contract, including additional requirements,
if any, specified below, and in any subsequent instructions ordered by the
Procuring Entity.
The outer packaging must be clearly marked on at least four (4) sides as
follows:

Name of the Procuring Entity


Name of the Supplier
Contract Description

16
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions
Any relevant HAZCHEM classifications
A packaging list identifying the contents and quantities of the
package is to be placed on an accessible point of the outer
packaging if practical. If not practical the packaging list is to be
placed inside the outer packaging but outside the secondary
packaging.

Spare Parts
The Supplier is required to provide all of the following materials,
notifications, and information pertaining to spare parts manufactured or
distributed by the Supplier:
1. such spare parts as the PROCURING ENTITY may elect to
purchase from the Supplier, provided that this election shall not
relieve the Supplier of any warranty obligations under this Contract;
and
2. in the event of termination of production of the spare parts:
a. advance notification to the PROCURING ENTITY of the
pending termination, in sufficient time to permit the
PROCURING ENTITY to procure needed requirements;
b. following such termination, furnishing at no cost to the
PROCURING ENTITY, the drawings and specifications of
the spare parts, if requested.
3. For Delivery of parts and materials for machineries and equipment,
the proponent must submit to the Authorized Representative of the
HOPE and to the PN Technical Inspection and Acceptance
Committee (TIAC) upon delivery and/or prior to the installation
thereof the Certificate of Origin, Certificate of Warranty, and any of
the following documents
a. OEM Certificate
b. Certificate of Conformity
c. Authentic Sales Invoice/Official Receipt/ Bill of
Lading/Import Documents authenticated by Bureau of
Customs.
4. In cases of replacement parts or new part numbers, it shall be
accompanied with corresponding Service Bulletin from the OEM or
other proof.

Insurance
The Goods supplied under this Contract shall be fully insured by the
Supplier in a freely convertible currency against loss or damage
incidental to manufacture or acquisition, transportation, storage, and
delivery. The Goods remain at the risk and title of the Supplier until their
final acceptance by the Procuring Entity.

Transportation –
Where the Supplier is required under Contract to deliver the Goods CIF,
CIP or DDP, transport of the Goods to the port of destination or such other

17
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

named place of destination in the Philippines, as shall be specified in this


Contract, shall be arranged and paid for by the Supplier, and the cost
thereof shall be included in the Contract Price.

Where the Supplier is required under this Contract to transport the Goods
to a specified place of destination within the Philippines, defined as the
Project Site, transport to such place of destination in the Philippines,
including insurance and storage, as shall be specified in this Contract,
shall be arranged by the Supplier, and related costs shall be included in
the Contract Price.

Where the Supplier is required under Contract to deliver the Goods CIF,
CIP or DDP, Goods are to be transported on carriers of Philippine
registry. In the event that no carrier of Philippine registry is available,
Goods may be shipped by a carrier which is not of Philippine registry
provided that the Supplier obtains and presents to the Procuring Entity
certification to this effect from the nearest Philippine consulate to the port
of dispatch. In the event that carriers of Philippine registry are available
but their schedule delays the Supplier in its performance of this Contract
the period from when the Goods were first ready for shipment and the
actual date of shipment the period of delay will be considered force
majeure in accordance with the applicable procurement laws.

The Procuring Entity accepts no liability for the damage of Goods during
transit other than those prescribed by INCOTERMS for DDP Deliveries.
In the case of Goods supplied from within the Philippines or supplied by
domestic Suppliers risk and title will not be deemed to have passed to the
Procuring Entity until their receipt and final acceptance at the final
destination.

Patent Rights –
The Supplier shall indemnify the Procuring Entity against all third party
claims of infringement of patent, trademark, or industrial design rights
arising from use of the Goods or any part thereof.

Notarial Fee –
Notarial expenses of contract agreement shall be shouldered by the
bidder.

Other Terms and Conditions –

1. The contractor shall deliver the items in good condition. To be in


good condition, such items must be new and unused from the actual
date of delivery. For those non-metallic items (i.e. gasket, o-ring,
etc.) must be manufactured within two (2) years.
2. All delivered items must have an original copy of Certificate of
Conformance to include but not limited to the following data:
a) Part Number

18
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

b) Technical Specifications
c) Date Manufactured
3. In case of delivered items with alternate part number, replacement
parts or new part numbers, the Supplier must provide a
corresponding Service Bulletin or appropriate certification from the
manufacturer (OEM) that the item delivered with the
alternate/replacement/new part number is the equivalent.
4. Wherein the delivered item number does not conform to the sample
item inspected by the supplier, the procuring entity shall have the
right not to accept the item delivered. The supplier must deliver the
item in conformity with the sample item shown during sample items
verification.
5. The contractor shall request for a final PN TIAC inspection upon
delivery of the parts listed in the technical specifications to the
concerned Contracting Office.
6. All items must pass the required test/s based on the brand-new
standard specifications.
7. Upon satisfactory delivery/ test of the items, a Certificate of
Acceptance shall be issued by the PN TIAC FOR SHIP REPAIR
AND SPARES.
8. Only those items that are satisfactorily delivered and accepted by
the PNTIAC shall be included for payment.

2.1 Advance Payment is NOT allowed.

No payment shall be made without complete delivery of the goods as per


contract. Payment must comply with the Payment Scheme as stated in
Section V paragraph 2.2.

19
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

2.2 One-Time Payment.

Payment shall be made only upon a certification by the Head of the


Procuring Entity to 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 by the PNTIAC.

Release of Retention Money.

The obligation for the warranty shall be covered by, at the Supplier’s
option, either retention money in an amount equivalent to five percent
(5%) of the Total Contract Price, or a special bank guarantee equivalent
to Five percent (5%) of the Total Contract Price or other such amount if
so specified in the SCC. The said amounts shall only be release after the
lapse of the warranty period specified 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.

Notes:

a) Payment must always be made in accordance to existing laws and


accounting and auditing principles and procedures.
b) Payment shall be made only upon submission of the required
Auditorial Documents.
c) Payment must also comply with existing accounting and auditing
policies, procedures and rules.

3 In order to guarantee faithful performance of its obligation under the


contract, the winning bidder must submit either a performance security in
any of the prescribed forms under Section 39.2 of the 2016 revised IRR
of RA No. 9184
4 PN TIAC FOR SHIP REPAIRS requirements for inspection upon
completion of delivery as applicable shall be:

1) The Contractor/Supplier must submit to the Authorized


Representative of the HOPE and to the PN Technical Inspection and
Acceptance Committee (TIAC) upon delivery and/or prior to the
installation thereof the Certificate of Origin, Certificate of Warranty, and
any of the following documents:
▪ OEM Certificate
▪ Certificate of Conformity
▪ Authentic Sales Invoice/Official Receipt/ Bill of Lading/Import
Documents authenticated by Bureau of Customs.
2) In cases of replacement parts or new part numbers, it shall be
accompanied with corresponding Service Bulletin from the OEM or other
proof.
3) Conformance to Technical Specifications
4) Satisfactory tested and inspected the delivered items

20
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

5) Completeness of delivery

That the goods to be supplied must be new, unused, free from defects
and strictly in accordance with the technical specifications. The
manufactured date of goods must not exceed more than two (2) years
from date of delivery.

5 One (1) year warranty period starts immediately after issuance of the
PN,TIAC ACCEPTANCE REPORT .

a) The Obligation for the warranty (1 year warranty) shall be covered


by, at the Supplier’s option, either retention money in an amount
equivalent to five percent (5%) of the Total Contract Price, or a
special bank guarantee equivalent to Five percent (5%) of the
Total Contract Price or other such amount if so specified in the
SCC. The retention money for warranty (1 year warranty) shall
always be five percent (5%) of the Total Contract Price.

b) IN CASE OF DELIVERY OF PARTS/MATERIALS: If there are


defects noted on the delivered Goods, the Procuring Entity shall
notify the Supplier, through concerned Contracting office, of said
defects in writing and must be acted upon by the Supplier within
ten (10) calendar days and the replacement of the defective parts
must be delivered within thirty (30) calendar days upon notice to
the supplier.

c) IN CASE OF PERFORMANCE OF SERVICE/WORK, the


warranty repair/work must be acted upon within 10 CD from notice
to the supplier. The repair/work must be performed where the
vessel is located/deployed. All incidental expenses/cost to remedy
this defect shall be borne by the supplier.

d) Failure of the supplier/contractor to deliver the parts or perform the


service within 30 calendar days from the receipt of notice to
remedy the defect under the warranty, the PE shall have the right
to remedy the defect in order to immediately restore the
operational readiness of the vessel and subsequently withhold the
supplier’s retention money. This exercise of right shall not void the
warranty.

e) The retention money shall only be release after the lapse of the
warranty period specified in the SCC; Provided, however, that the
goods/parts delivered and the service performed are free from
patent and latent defects and all the conditions imposed under this
Contract have been fully met. Provided further, that the end-user
shall issue a Certificate of Final Acceptance certifying that the
supplier/contractor has satisfactorily delivered/cured/remedied the
defects and there are no charges imposed upon the retention
money.

21
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

f) The supplier/contractor’s performance under this warranty is


subject to the issuance of warranty certificate.

6.1 If the Supplier fails to satisfactorily deliver any or all of the Goods after
the lapsed of the delivery period, inclusive of duly granted time of
extensions if any, the Procuring Entity 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 the actual delivery or performance. Once the
amount of liquidated damages reaches ten percent (10%), the Procuring
Entity may rescind or terminate the contract without prejudice to other
courses of action and remedies open to it.

FORM E.1 - USE THIS FORM, DO NOT RETYPE OR ALTER

Section VI. Schedule of Requirements


The contractor must be able to complete and deliver the project within the period stated
hereunder:

Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine


L/I Qty/ Delivery Comply/
Description Not Comply
Nr Unit (Calendar Days)
Supply and Delivery of Ninety (90)
PMS/COBS of PF Calendar Days
1-48 Vessels: Lot-2 SAF 1 Lot upon receipt of
Auxiliary Engine Notice to Proceed
(NTP)

22
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

_____________________
Name of Company (in print)
_______________________________________
Signature of Company Authorized Representative
_______________________________________________
Name & Designation (in print)
__________________________
Date

23
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Section VII. Technical Specifications


STATEMENT OF COMPLIANCE
TO TECHNICAL SPECIFICATIONS
The bidder must state in the last column opposite each parameter and required specifications
either “Comply” or “Not Comply”.

CLARIFICATION AND SETTLEMENT OF CONFLICTING INTERPRETATION OF THE


TECHNICAL SPECIFICATIONS

All clarifications regarding the technical specifications stipulated in this section will be clarified
by the members of the Technical Working Group (TWG) of Ships/Craft Repairs and Spares.

24
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FORM E.1 - USE THIS FORM, DO NOT RETYPE OR ALTER

A.Technical Specifications
Supply and deliver the following materials/parts for PMS/COBS of PF Vessels: for
Auxiliary Engine (SAF):

LINE PARTICULAR SPECIFICATIO QTY UNIT STATEMENT OF


ITEMS NS/PART NR COMPLIANCE
(COMPLY/NOT
COMPLY)

1 ADAPTER GP 5385051 1 UT

DIAGNOSTIC
SCANNER AND
DISPLAY (WITH
2 NSPN 1 UT
SOFTWARE
NEXJ5007 & MANUAL
JEBD3003)
CARBON BRUSHES,
3 3/8" (T) 1" (W) X 1 1/2" NSPN 24 PCS
(L)
VELLUMOID GASKET
4 NSPN 48 FT
1/16" (T)
VELLUMOID GASKET
5 NSPN 48 FT
1/8" (T)
COMPRESSOR,
MOTOR SEMI-
6 HERMETIC TYPE, NSPN 2 UT
3.0HP 440/60/3 R-
404A/R-507C H300CC
ACU COMPRESSOR
7 MOTOR, 3 PHASE, NSPN 2 UT
440VAC
SOLENOID VALVE
8 EVR32 (FOR NSPN 4 EA
CHILLER)
SENSOR HCG 2011
9 M04 P1 NSPN 4 EA
TRANSMITTER
9MM GALVANIZED
10 NSPN 400 MTR
IRON CABLE

LOVE JOY RUBBER


11 COUPLING JE 692709/35569 22 PCS
SLEEVE(P) S-FLEX

CHAIN STUD LINK 1"


12 DIA, STEEL, DIE NSPN 120 FT
LOCK LINK

25
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

13 RAW WATER PUMP 51.06500-7046 2 AY


SHALLOWASS
WELL JET
14 NSPN 2 EA
PUMP-J15S (1.5HP)
SALT WATER PUMP,
2HP, STAINLESS
15 NSPN 4 UT
STEEL CASING,
SINGLE PHASE
PRESSURE SWITCH
16 NSPN 4 EA
(SAMJOO EMJ TYPE
TK802, 220V/0.08MPA)
HEATING ELEMENT
17 (SAMJOO EMH TYPE NSPN 4 EA
TK802)
RELIEF VALVE
18 (SAMJOO EMG TYPE 6105.20.010 4 EA
TK802)
ELECTRIC HEATER
ASSEMBLY (RATING:
25KW/ 440VAC /3P
19 /DELTA, ELEMENTS: NSPN 2 AY
12, LENGTH: 610MM)
FOR WATER
CALORIFIER
CONDENSER, SHELL
AND TUBE, 30TR
CAPACITY, R22,
20 NSPN 1 AY
STEEL TUBE SHELL,
90/10 CuNi ALLOY OR
LOW FIN AL Br TUBES
ComAP-
CONTROLLER
21 (MRS10) FOR NSPN 8 EA
INDUSTRIAL
GENERATOR (BAIFA)
TELEFLEX MORSE
MT2 MT3 ENGINE
CONTROL DOUBLE
22 MARINE BOAT 306704 2 EA
CONTROL OF
DOUBLE HANDLE
ENGINE
TELEFLEX MARINE
CONTROL CABLE
3/16" THREAD X 36 FT
23 LONG WITH NSPN 2 EA
COMPLETE END
FITTING
CONNECTIONS
CIRCUIT BREAKER
24 NSPN 4 EA
NF-250SW

26
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

STEPDOWN
TRANSFORMER
25 NSPN 4 EA
SINGLE PHASE,
60HZ, 100VA

DIRECTIONAL/SOLEN
26 OID VALVES MODEL: NSPN 6 EA
DG4S41010CH 50H
AUTOMATIC
VOLTAGE
27 REGULATOR (AVR) NSPN 8 EA
FOR BAIFA
INDUSTRIAL
WIRE ROPE, STEEL
28 GENERATOR
UNGALVANIZED NSPN 200 MTR
6X19, 1/2" DIA
29 FUEL COOLER 23511219 2 PCS
30 CORE AS 7C3039 1 AY
BATTERY CHARGER
31 NSPN 6 EA
(MASTERVOLT MASS
24/15) FOR8D
BATTERY LCU
31
32 NSPN 10 EA
PLATES
33 BATTERY 3SMF NSPN 10 EA
BATTERY 4D 29
34 NSPN 12 EA
PLATES
BATTERY N60
35 NSPN 6 EA
REVERSE

FREON R-22 (13.6


36 NSPN 7 CYL
KLS)
FREON R-407C (11.3
37 NSPN 7 CYL
KLS)
FREON R-404 (10.9
38 NSPN 8 CYL
KLS)
PACKING GLAND 3/4"
39 NSPN 12 RLS
DIA
PACKING GLAND 1"
40 NSPN 10 RLS
DIA
41 CLAMP AMMETER NSPN 4 EA
42 TORQUE WRENCH NSPN 4 EA
PORTABLE ELECTRIC
43 NSPN 4 EA
DRILL
PORTABLE PUMP
44 NSPN 4 EA
2HP
45 RATCHET NSPN 4 EA
46 HACKSAW NSPN 4 EA
47 SLEDGE HAMMER NSPN 4 EA

27
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

48 CONTROL MODULE P18210-19-001 2 EA

Notes:
That the goods to be supplied must be new, unused, free from defects and strictly in
accordance with the technical specifications. The manufactured date of goods must not exceed
more than two (2) years from date of delivery.

B. Additional Technical Requirement

(Performance)

COMPLY/
Parameter
NOT COMPLY

No delay in the partial delivery of goods amounting to ten


percent (10%)of the contract price in its ongoing government
and private contracts.

No failure to deliver or perform any or all of the goods or


services within the period(s) specified in the contract or within
any extension thereof granted by the Procuring Entity pursuant
to a request made by the supplier before the delay and such
failure amounts to at least ten percent (10%)of the contract
price.
No unsatisfactory performance on its obligations as per
contract terms and conditions at the time of inspection.

______________________________________
Name of Proponent/Supplier/ Contractor (in print)
_______________________________________
Signature of Authorized Representative
_______________________________________
Name & Designation (in print)
_________________________
Date

28
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Section VIII. Checklist of Technical and Financial Documents

I.Technical Component Envelope

TAB
A Class “A” Documents: (Legal Documents)

Valid PhilGEPS Registration Certificate (Platinum Membership) (all


pages) in accordance with Section 8.5.2 of the IRR;
B Technical Document:

Statement of the bidder of all its ongoing government and private


contracts, including contracts awarded but not yet started, if any,
whether similar or not similar in nature and complexity to the contract
to be bid;
C Technical Document: Single Largest Completed Contract (SLCC)

Statement of the bidder’s Single Largest Completed Contract (SLCC)


similar to the contract to be bid, except under conditions provided for
in Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No.
9184, within the relevant period as provided in the Bidding
Documents.
D Technical Document

Original copy of Bid Security. If in the form of a Surety Bond, submit


also a certification issued by Insurance Commission; or

Original copy of Notarized Bid Securing Declaration


E Technical Document

Conformity with the following:


1) Schedule of requirements; and
2) Technical Specifications.

F Technical Document

Original Duly signed Revised Omnibus Sworn Statement with


appropriate proof of authority
G NFCC computation (in accordance with ITB Clause 5.5 and Sec
23.4.1.4 of the 2016 IRR of RA 9184); Or

Committed Line of Credit from a universal or commercial bank (in


accordance with Sec 23.4.1.5 of the 2016 IRR of RA 9184).
H If applicable, a duly signed 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.

29
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Notes:
• In line with GPPB Resolution No. 09-2020 (Subject: Approving Measures for the
Efficient Conduct of Procurement Activities during a State of Calamity, or
Implementation of Community Quarantine or Similar Restrictions), all documentary
requirements to be submitted during SOBE that are required to be notarized may be
submitted without its corresponding notarization during SOBE subject to compliance
to its notarization after award of contract but before payment.

II. Financial Component Envelope

TAB
A Original of duly signed and accomplished Financial Bid Form; and
B Original of duly signed and accomplished Breakdown of Bid Price.

Section IX. Bidding Forms

FORM DOCUMENT/SAMPLE FORM


A PhilGEPS Certificate of Registration (Platinum Membership)
Statement or List of All-Ongoing Government and Private Projects
B
including Contracts Awarded but Not Yet Started
C Statement of Single Contract that is Similar to the Contract to be Bid
D.1 Bid Securing Declaration
D.2 Bank Guarantee
D.3 Irrevocable Standy Letter of Credit
E.1 Schedule of Requirements of the Project (Use the Form Provided)
E.2 Technical Specifications of the Project (Use the Form Provided)
F.1 Revised Omnibus Sworn Statement
F.2 Secretary’s Certificate
G.1 Net Financial Contracting Capacity Statement
G.2 Computation of Net Financial Contracting Capacity
H Joint Venture Agreement (JVA)
I Financial Bid Form
J Breakdown of Bid Price (Use the Form Provided)

30
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Form “A”

REMINDER: Must be updated with complete pages and all entries in the Class “A”
eligibility documents must be valid and updated at the time of SOBE.

31
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Form “B”

STATEMENT OR LIST OF ALL ON-GOING GOVERNMENT AND PRIVATE PROJECTS


INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED

Name of Project: __________________________________________________

Date
Nature
Name of Name/ Contractor’s Percent Awarded/Contract
of TCP
Contract Address Role/Description Accomplished Effectivity Date
Work Completed
Government Sector
1.
2.

Private Sector
1.
2.

_____________________
Name of Company (in print)
_______________________________________
Signature of Company Authorized Representative
_______________________________________________
Name & Designation (in print)
__________________________
Date

32
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Form “C”

STATEMENT OF SINGLE CONTRACT THAT IS SIMILAR TO THE CONTRACT TO BE


BID
(Sample Format)

Name of Project: ____________________________________________________


Date
Nature
Name of Contractor’s Awarded/Contract
Name/Address of TCP
Contract Role/Description Effectivity Date
Work
Completed
Government Sector
1.
Private Sector
1.

_____________________
Name of Company (in print)
_______________________________________
Signature of Company Authorized Representative
_______________________________________________
Name & Designation (in print)
__________________________
Date

33
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FORM “D.1”
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]

REPUBLIC OF THE PHILIPPINES)


CITY OF _______________________) S.S.

BID SECURING DECLARATION


Project Identification No.: [Insert number]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which
may be in the form of a Bid Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any procurement contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b)
I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing
Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the
commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b),
34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action
the government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following
circumstances:

a. Upon expiration of the bid validity period, or any extension thereof pursuant to your request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect,
and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of
said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have
furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at
[place of execution].

[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE]


[Insert signatory’s legal capacity]
Affiant

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
GPPB Resolution No. 16-2020, dated 16 September 2020

34
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FORM “D.2”

Form of Bid Security:


BANK GUARANTEE
Bank Guarantee
No. _____________

Name of Bidder . IAEB Number . Page of .

WHEREAS,
___________________________________________________________________
(Name of Bidder]
(hereinafter called the “Bidder”) has submitted his bid dated
_____________________________, for the
__________________________________________, (hereinafter called the “Bid”).
(Name of Project]

KNOW ALL MEN by these presents that We


_______________________________________________
[Name of Bank]
of ___________________________________, having our registered office at
_____________________
(Name of Country]
___________________________________________, (hereinafter called the “Bank,”) are
bound unto
(Address of Bank]
Department of National Defense (hereinafter called “the ENTITY”), in the sum of
____________________________________________________________, for which
payment well and truly to be made to the said ENTITY the Bank binds himself, his successor
and assigns by these presents.
SEALED with the Common Seal of the said Bank this ________ day of ______ 2009.
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws his Bid during the period of bid validity specified in the Form
of Bid; or
2. If the Bidder does not accept the correction of arithmetical errors of his bid price in
accordance with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his bid by the Employer
during the period of bid validity:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Security in accordance with the
Instructions to Bidders.
We undertake to pay to the ENTITY up to the above amount upon receipt of his first
written demand, without the ENTITY having to substantiate his demand, provided that in his
demand the ENTITY will note that the amount claimed by him is due to him owing to the

35
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

occurrence of one or both of the two (2) conditions, specifying the occurred condition or
conditions.

The GUARANTEE will remain in force up to and including the date ONE HUNDRED
TWENTY (120) CALENDARDAYS after the deadline for submission of Bids as such deadline
is in the Instructions to Bidders or as it may be extended by the ENTITY, 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 ___________________


WITNESS ________________________ SEAL ______________________
________________________________
(Signature, Name and Address)

36
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FORM “D.3”

Form of Bid Security:


IRREVOCABLE STANDBY LETTER OF CREDIT
Irrevocable
Standby Letter of Credit
No. ____________________
Name of Bidder . IAEB Number . Page of .

WHEREAS,
___________________________________________________________________
(Name and Address of Bidder]
(hereinafter called the “Bidder”) has submitted his bid dated
____________________________, for
the_________________________________________________,(hereinafter called the
“Bid”).
(Name of Project]
KNOW ALL MEN by these presents that We,
____________________________________ of
[Name of Bank]
______________________________, having our registered office at
___________________________
(Name of Country]
___________________________________________, (hereinafter called the “Bank,”) are
bound unto
(Address of Bank]
Department of National Defense (hereinafter called “the ENTITY”), in the sum of
____________________________________________________________, for which
payment well and truly to be made to the said ENTITY the Bank binds himself, his successor
and assigns by these presents.

SEALED with the Common Seal of the said Bank this ________ day of ______ 2019.
THE CONDITIONS of this obligation are:
1. If the Bidder withdraws his Bid during the period of bid validity specified in the
Form of Bid; or
2. If the Bidder does not accept the correction of arithmetical errors of his bid price
in accordance with the Instructions to Bidder; or
3. If the Bidder having been notified of the acceptance of his bid by the Employer
during the period of bid validity:
a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or
b) fails or refuses to furnish the Performance Security in accordance with the
Instructions to Bidders.
We undertake to pay to the ENTITY up to the above amount upon receipt of his first
written demand, without the ENTITY having to substantiate his demand, provided that in his

37
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

demand the ENTITY will note that the amount claimed by him is due to him owing to the
occurrence of one or both of the two (2) conditions, specifying the occurred condition or
conditions.

The IRREVOCABLE STANDBY LETTER OF CREDIT will remain in force up to and


including the date ONE HUNDRED TWENTY (120) CALENDARDAYS after the deadline for
submission of Bids as such deadline is in the Instructions to Bidders or as it may be extended
by the ENTITY, 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 ___________________


WITNESS ________________________ SEAL ______________________
(Signature, Name and Address)

38
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FORM “F.1”

Omnibus Sworn Statement (Revised)


[shall be submitted with the Bid]
______________________________________________________________________

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after
having been duly sworn in accordance with law, do hereby depose and state that:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder]
with office address at [address of Bidder];

[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]

[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name
of Bidder], I have full power and authority to do, execute and perform any and all acts necessary
to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project]
of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of
Attorney;

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and authority
to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign
and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity],
as shown in the attached [state title of attached document showing proof of authorization (e.g.,
duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney,
whichever is applicable;)];

3. [Name of Bidder] 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 financing institution whose blacklisting rules have been
recognized by the Government Procurement Policy Board, by itself or by relation, membership,
association, affiliation, or controlling interest with another blacklisted person or entity as defined
and provided for in the Uniform Guidelines on Blacklisting;

4. 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;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring
Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the

39
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project
consultants by consanguinity or affinity up to the third civil degree;

[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is related
to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the
Technical Working Group, and the BAC Secretariat, the head of the Project Management Office
or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil
degree;

[If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of
[Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project
Management Office or the end-user unit, and the project consultants by consanguinity or affinity
up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance
with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of the Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if any; and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] 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.

10. In case advance payment was made or given, failure to perform or deliver any of the obligations
and undertakings in the contract shall be sufficient grounds to constitute criminal liability for
Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of confidence through
misappropriating or converting any payment received by a person or entity under an obligation
involving the duty to deliver certain goods or services, to the prejudice of the public and the
government of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the
Revised Penal Code.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________,
Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]

40
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FORM “F.2”

Republic of the Philippines)


City of __________)

SECRETARY’S CERTIFICATE

I, ___________________________________________________________, of
legal age, Filipino, and
___________________________________________________________and
Corporate Secretary of the
____________________________________________________________________,
with principal address at__________________________________________do hereby
certify that:

1. At the meeting of the Board of Directors of the Corporation duly convened and
held on _____________________, at which quorum was present and acted
throughout, the following resolution was approved:

“___________ Board Resolution No. __________”

“Resolved, as is it hereby resolved, to approve and confirm the authority


of _____( “name of Corporation”)___ to participate in the public bidding or any
alternative modes of procurement allowed by law, for the ____(State the
project)____ , to be undertaken by the Department of National Defense.

Resolved further, to authorize ___________(name/s of the


representative/s)__, to represent the __________(name of the
corporation)______in the public bidding or any other modes of procurement
as may be allowed by law, and to sign or execute any contract and deliver any
and all documents and papers necessary or proper in relation thereto.”

2. The above-quoted Board resolution is still valid and binding, and has not been
revoked, amended or replaced.

3. This Certification is being issued to attest to the truth of the foregoing


statements and for whatever purpose is may serve.

IN WITNESS WHEREOF, I hereby affix my signature this _____ day of


___________ at ____________, Philippines.

____________________________
Corporate Secretary

SUBSCRIBED AND SWORN before me this _____ day of ____________, affiant


exhibited to me his competent proof of identity, ___________________________ issued
by Office of the Government Corporate Counsel.

Doc.No._________
Page No. _______

41
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Book No.________
Series of 2014.

42
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FORM “G.1”

NET FINANCIAL CONTRACTING CAPACITY (NFCC)


STATEMENT

The Chairman, PNBAC


Office of the PN Bids and Awards Committee
Naval Station Jose Francisco,
Fort Bonifacio, Taguig City

THIS IS TO CERTIFY that the attached computation of the Net Financial


Contracting Capacity (NFCC) of
[Name of Bidder]

amounting to
(Amount in Words)

(US$/PhP ) as part of our submitted Class “A”


Eligibility Documents

(Financial) in the
procurement of
(Name of Project)
is true and correct.

That this document is submitted in lieu of a commitment from a licensed bank to extend
to this Company a credit line if awarded the contract, or a cash deposit certificate as required
by Sec 23.11.1(3) of IRR-A of RA 9184.
Yours faithfully,
__________________________________
(Name and Signature of Representative)
__________________________________
(Designation)
__________________________________
(Name of Firm)

SUBSCRIBED AND SWORN to before me this _____ day of _____________, 20___,


affiant exhibited to me his/her (Competent Evidence of Identity) No. ______________ issued
on _________________ at _____________________, Philippines.
Notary Public
Until 31 December 20____
PTR No._______________
Issued at:_______________
Issued on:_______________
TIN No. ________________

43
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Doc. No. _______


Page No. _______
Book No. _______
Series of _______.

44
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FORM “G.2”

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
_______________________________________________________
(₱ ______________) which is at least equal to the total ceiling price we are bidding. The
amount is computed as follows:

CA = Current Assets ₱
Less: -
CL = Current Liabilities
Sub-Total 1 ₱
X 15
Sub-Total 2 ₱
Less: -
Value of all outstanding or uncompleted portions ₱
of the projects under on-going contracts,
C =
including awarded contracts yet to be started
coinciding with the contract for this Project
NFCC ₱

Issued this ________ day of ___________, 2020.

____________________________________________
Name & Signature of Authorized Representative
_____________________
Position
________________
Date
Notes:
1. The phrase “the values of the bidder’s current assets and current liabilities” shall be based on the data submitted to the BIR, which
refers to the values of the current assets and current liabilities reflected in the Audited Financial Statements.
2. The value of all outstanding or uncompleted contracts refers to those listed in Section III 12.1.
3. The detailed computation must be shown using the required formula provided above.
4. The NFCC computation must at least be equal to the sum ABC of the item bid for.

45
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FOR M “H ”

J OIN T VEN TUR E A GR EEMEN T

KNOW ALL MEN BY THESE PRESENTS:

That this JOINT VENTURE AGREEMENT is entered into By and


Between
of legal
age,
(Civil Status)
owner/proprietor
of
and a resident of

-and-

of legal
age,
(Civil Status)
owner/proprietor
of
and a resident of

THAT both parties agree to be jointly and severally liable for the entire agreement.

THAT both parties agree to join together their manpower, equipment, and what is
needed to facilitate the Joint Venture to participate in the Eligibility, Bidding and Undertaking
of the here-under stated project/s to be conducted by the Department of National Defense:
________________________________________________.
(Name of Project)

That both parties agree that ________________________ and/or


_________________, shall be the Official Representative of the Joint Venture, and is granted
full power and authority to do, execute and perform any and all acts necessary and/or to
represent the Joint Venture in the bidding as fully and effectively and the Joint Venture may
do and if personally present with full power of substitution and revocation.

That this Joint Venture Agreement shall remain in effect only for the above stated
Project/s until terminated by both parties.

46
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

Done this ________ day of ____________, in ___________.

Name and Signature of JV Partner Name and Signature of JV Partner

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]

47
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FORM “I”

Bid Form

Date : _________________
Project Identification No. : _________________

To: [name and address of Procuring Entity]

Having examined the Philippine Bidding Documents (PBDs) including the


Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the
Goods] in conformity with the said PBDs for the sum of [total Bid amount in words and figures]
or the total calculated bid price, as evaluated and corrected for computational errors, and
other bid modifications in accordance with the Price Schedules attached herewith and made
part of this Bid. The total bid price includes the cost of all taxes, such as, but not limited to:
[specify the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes,
and (iv) other fiscal levies and duties], which are itemized herein or in the Price Schedules,

If our Bid is accepted, we undertake:

a. To deliver the goods in accordance with the delivery schedule specified in the
Schedule of Requirements of the Philippine Bidding Documents (PBDs);
b. To provide a performance security in the form, amounts, and within the times
prescribed in the PBDs;
c. To abide by the Bid Validity Period specified in the PBDs and it shall remain binding
upon us at any time before the expiration of that period.

[Insert this paragraph if Foreign-Assisted Project with the Development Partner:


Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,
and to contract execution if we are awarded the contract, are listed below:

Name and address Amount and Purpose of


of agent Currency 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 Calculated Bid or any
Bid you may receive.

We certify/confirm that we comply with the eligibility requirements pursuant to the


PBDs.

48
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

The undersigned is authorized to submit the bid on behalf of [name of the bidder] as
evidenced by the attached [state the written authority].

We acknowledge that failure to sign each and every page of this Bid Form, including
the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Name: _____________________________________________________________
Legal capacity: ______________________________________________________
Signature: __________________________________________________________
Duly authorized to sign the Bid for and behalf of: ____________________________
Date: ___________________

49
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

FORM “J”

FORM E.1 - USE THIS FORM, DO NOT RETYPE OR ALTER

BREAKDOWN OF BID PRICE

Supply and deliver the following materials/parts for PMS/COBS of PF Vessels: for
Auxiliary Engine (SAF):

Total Amount
Nr Particulars Qty Unit Unit Price (Php)
(Php)

1 ADAPTER GP 1 UT

DIAGNOSTIC
SCANNER AND
2 DISPLAY (WITH 1 UT
SOFTWARE NEXJ5007
& MANUAL JEBD3003)

CARBON BRUSHES, 3/8"


3 24 PCS
(T) 1" (W) X 1 1/2" (L)
VELLUMOID GASKET
4 48 FT
1/16" (T)
VELLUMOID GASKET
5 48 FT
1/8" (T)
COMPRESSOR, MOTOR
SEMI-HERMETIC TYPE,
6 2 UT
3.0HP 440/60/3 R-
404A/R-507C H300CC
ACU COMPRESSOR
7 MOTOR, 3 PHASE, 2 UT
440VAC
SOLENOID VALVE
8 4 EA
EVR32 (FOR CHILLER)
SENSOR HCG 2011 M04
9 4 EA
P1 TRANSMITTER
9MM GALVANIZED IRON
10 400 MTR
CABLE

LOVE JOY RUBBER


11 COUPLING JE 22 PCS
SLEEVE(P) S-FLEX

CHAIN STUD LINK1" DIA,


12 120 FT
STEEL, DIE LOCK LINK

50
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

13 RAW WATER PUMP 2 AY


ASSY
SHALLOW WELL JET
14 2 EA
PUMP-J15S (1.5HP)

SALT WATER PUMP,


15 2HP, STAINLESS STEEL 4 UT
CASING, SINGLE PHASE

PRESSURE SWITCH
16 4 EA
(SAMJOO EMJ TYPE
TK802, 220V/0.08MPA)
HEATING ELEMENT
17 (SAMJOO EMH TYPE 4 EA
TK802)

RELIEF VALVE (SAMJOO


18 4 EA
EMG TYPE TK802)

ELECTRIC HEATER
ASSEMBLY (RATING:
25KW/ 440VAC /3P
19 2 AY
/DELTA, ELEMENTS: 12,
LENGTH: 610MM) FOR
WATER CALORIFIER

CONDENSER, SHELL
AND TUBE, 30TR
CAPACITY, R22, STEEL
20 1 AY
TUBE SHELL, 90/10 CuNi
ALLOY OR LOW FIN AL
Br TUBES

ComAP-CONTROLLER
(MRS10) FOR
21 8 EA
INDUSTRIAL
GENERATOR (BAIFA)

TELEFLEX MORSE MT2


MT3 ENGINE CONTROL
22 DOUBLE MARINE BOAT 2 EA
CONTROL OF DOUBLE
HANDLE ENGINE

TELEFLEX MARINE
CONTROL CABLE 3/16"
23 THREAD X 36 FT LONG 2 EA
WITH COMPLETE END
FITTING CONNECTIONS

CIRCUIT BREAKER NF-


24 4 EA
250SW

51
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

STEPDOWN
25 TRANSFORMER SINGLE 4 EA
PHASE, 60HZ, 100VA

DIRECTIONAL/SOLENOI
26 D VALVES MODEL: 6 EA
DG4S41010CH 50H
AUTOMATIC VOLTAGE
REGULATOR (AVR) FOR
27 8 EA
BAIFA INDUSTRIAL
GENERATOR
WIRE ROPE, STEEL
28 UNGALVANIZED 6X19, 200 MTR
1/2" DIA
29 FUEL COOLER 2 PCS
30 CORE AS 1 AY
BATTERY CHARGER
31 6 EA
(MASTERVOLT MASS
24/15) FOR LCU
32 BATTERY 8D 31 PLATES 10 EA

33 BATTERY 3SMF 10 EA

34 BATTERY 4D 29 PLATES 12 EA

35 BATTERY N60 REVERSE 6 EA

36 FREON R-22 (13.6 KLS) 7 CYL

FREON R-407C (11.3


37 7 CYL
KLS)

38 FREON R-404 (10.9 KLS) 8 CYL

PACKING GLAND 3/4"


39 12 RLS
DIA

40 PACKING GLAND 1" DIA 10 RLS

41 CLAMP AMMETER 4 EA
42 TORQUE WRENCH 4 EA
PORTABLE ELECTRIC
43 4 EA
DRILL

44 PORTABLE PUMP 2HP 4 EA

45 RATCHET 4 EA
46 HACKSAW 4 EA
47 SLEDGE HAMMER 4 EA

52
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341
MR-PNBAC1-2023-28
Supply and Delivery of PMS/COBS of PF Vessels: Lot-2 SAF Auxiliary Engine

48 CONTROL MODULE 2 EA

TOTAL

Total Amount in words: ___ ____________________________________________

NOMENCLATURE ABC (PhP) TOTAL PRICE (PHP)


Supply and Delivery of PMS/COBS of PF
10,219,864.94
Vessels: Lot-2 SAF Auxiliary Engine

Notes:

a. Prices submitted inclusive of inspection and test, Freight/Transportation, Insurances, Taxes


to be paid by the Bidder and other incidental costs.
b. Bid price offer must not exceed the ABC.

______________________________________
Name of Proponent/Supplier/ Contractor (in print)
_______________________________________
Signature of Authorized Representative
_______________________________________
Name & Designation (in print)
_________________________
Date

53
Office of the PN BAC, Naval Station Jose Francisco, Fort Bonifacio, Taguig City
Mobile Nr. 0917-587-4882 Operator Nr. 815-3420, 8434416 & 8158093 loc 6341

You might also like