Home
Procurement of Various Information Technology
Contents
1. ette ette e epo e eae eae ea ae epa 130 86 IC Form No 1 Bid Form Date Invitation to Bid No To The BAC Chairperson Insurance Commission 2 F IC Bldg 1071 United Nations Avenue Ermita Manila Gentlemen and or Ladies Having examined the Bidding Documents including Bid Bulletin Numbers insert numbers the receipt of which is hereby duly acknowledged we the undersigned offer to supply deliver perform description of Goods in conformity with the said Bidding Documents for the sum of total amount in words and figures or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid We undertake if our Bid is accepted to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements If our Bid is accepted we undertake to provide a performance security in the form amounts and within the times specified in the Bidding Documents We agree to abide by this Bid for the Bid Validity Period specified in BDSprovision for ITB Clause 18 2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period Until a formal Contract is prepared and executed this Bid together with your written acceptance thereof and your Notice of Award shall be binding upon us We understand that you are not bound to accept the lowest or an
2. TECHNICAL SPECIFICATION QTY Siatement or Compliance MULTI FUNCTION PRINTER 6 sets See Note Below Print Inkiet Technology J Resolution Up to 1200x600dpi for black and 4800x1200dpi for color Standard 64MB Memory Process Speed 360 MHz Duty Cycle Up to 3 000 Pages 1 USB 2 0 device port Connectivity Wireless 802 11b g n Print speed black ISO Up to 8 8 ppm Up to 21 ppm draft Print speed Polo ISO Up to 5 2 ppm Up to 17 ppm draft FAX Yes color 9 FAX MEMORY Up to 99 pages Fax resolution Up to 300 x 300 dpi Copies i maximum Up to 50 Copies Copy resolution black text 300 x 300 dpi Copy resolution color text and 600 x 600 dpi graphics Scanner type Flatbed ADF Scan file format PDF BMP JPG GIF TIF PNG Scan resolution optical Up to 1200 dpi Duplex printing Automatic standard 100 sheet input tray 35 sheet Automatic Paper handling Document Feeder ADF Paper input standard handling output standard 30 sheet output tray 119 TECHNICAL SPECIFICATION QTY Siatement of Compliance MULTI FUNCTION PRINTER 6 ae See Note Below continuation Network Ready No en A4 210 x 297 mm A5 148 x 210 soos Od mm A6 105 x 148 mm B5 176 x 250 pp mm C6 114 x 162 mm AC Power Cord Accessories USB Cable Extra Toner Cartridge 1 USB 2 0 device port 9 Connectivity Wireless 802 11b
3. 85 FOR GOODS OFFERED FROM WITHIN THE 86 DETAILED BID PRICE SCHEDULE 4 eere eere eee ee ette seen ee en seen e etas etas e tease 86 FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK eene eere en nee 88 FORM OF BID SECURITY BANK GUARANTEE 90 FORM OF BID SECURITY IRREVOCABLE LETTER OF CREDIT 92 Lisr OF ALL ONGOING GOVERNMENT amp PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET 95 STATEMENT OF ALL GOVERNMENT amp PRIVATE CONTRACTS COMPLETED WHICH ARE SIMILAR IN NATURE DURING THE LAST THREE 3 YEARS 96 CREDIT LINE CERTIFICATE e ee eese eee ore eoe ene en oerte 97 JOINT VENTURE AGREEMENT e ee eeen soe edil eno cogno eene eaae seen ee eae e eaae tene eaae 99 CONFORMITY WITH SECTION VI SCHEDULE OF REQUIREMENTS AND SECTION VII TECHNICAL SPECIFICATIONS sscsscssscssssescscsscsssscesssesssnees 101 SECTION VII TECHNICAL SPECIFICATIONS ssccssssscssscsscsecssccsssceessessseses 106 CONTRACT AGREEMENT FORM eee ee eere eene eene een seen setae tones eee sete seen ena 125 OMNIBUS SWORN STATEMENT eere ee eee eee seen sten ee tn setas etos etse sete eate etta eta 128 BID SECURING
4. deus TECHNICAL SPECIFICATION QTY U M LASER PRINTER Branded 12 sets Print Technology Resolution Up to 1200 x 1200 dpi Standard 512MB Memory Process Speed 1 2 GHz Duty Cycle Up to 175 000 pages Hi Speed USB 2 0 ports Host and Device Connectivity built in Gigabit Ethernet 10 100 1000T network port Hardware Integration Pocket HIP 8 Network Ready Yes eee Latest Microsoft Windows 32 64 bit Latest Mac OS equirements Media sizes Letter legal statement executive envelopes No 10 Monarch cards 3 x 5 in 4 x 6 in 5 x 8 in photo Supported 5 x 7 in 4 x 6 in AC Power Cord Accessories piecmgeble Extra Toner Cartridge Automatic Duplexer Three 3 years on parts and services on site and Warranty with immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized business Requirements partner or authorized service provider 79 deus TECHNICAL SPECIFICATION QTY U M MULTI FUNCTION PRINTER 6 sets Print niiet Technology Resolution Up to 1200x600dpi for black and 4800x1200dpi for color Standard 64MB Memory Process Speed 360 MHz Duty Cycle Up to 3 000 Pages 1 USB 2 0 device port Connectivity Wireless 802 11b g n Print speed black ISO Up to 8 8 ppm Up to 21 ppm draft Print speed color ISO Up to 5 2 ppm Up to 17 ppm draft FAX
5. 18 14 VAItermauve nay bork ESFE RU FEX ERI 19 15 Bid Prices re ro ERE 20 16 Bid 9 21 17 gt BidValidity xe SK WM E E 22 18 Bid secure wie 5 anaana 22 19 Formatand Signing of BIS eite rettet ettet 24 20 Sealing and Marking of 25 D SUBMISSION AND OPENING OF BIDS eese 26 21 Deadline for Submission of 45 26 MC 26 23 Modification and Withdrawal of 26 24 Opening and Preliminary Examination of Bids 26 E EVALUATION AND COMPARISON OF BIDS sscccccceseeseeeeeceseseeeeeeaneeeees 28 25 Process t be Confidential ete innt coe V eoo ine Ceo RR Dr nine On pd 28 26 Clamicalion a e uoi opi pi p eiae 28 27 Domestic aii i 1 0 oT 28 28 Detailed Evaluation and Comparison of Bids 29 295 Post Qualification a4 eadein o ind og reu 31 30 Iseservaltiort ER ERES 32 F AWARD OF CONTRACT yg 33 AGODIFSO LANG ont
6. INSPECTION AND TEBGI Suff erre erre e ur DELAYS IN THE SUPPLIER S PERFORMANCE LIQUIDATED DAMAGES eurer eeu e reu e neue rennen nnn nana nennen nenna SETTLEMENT OF DISPUTES ecce reeeeee enne nennen LIABILITY OF THE SUPPLIER MR TERMINATION FOR DEFAULT 1 eene nennen nnne nn nnn nnn nnn nnn nns TERMINATION FOR INSOLVENCY eee eee nennen nnn nnn nnns TERMINATION FOR CONVENIENCE e eee nennen nennen nn nhan nnns TERMINATION FOR UNLAWFUL ACTS eene nennen nnn nnns PROCEDURES FOR TERMINATION OF CONTRACTS ASSIGNMENT OF RIGHTS 4 ee esses seen eene nnne nnn nn nana nnn nnns 43 29 CONTRACT AMENDMENT 30 APPLICATION 44 1 Definitions 1 1 In this Contract the following terms shall be interpreted as indicated a b c d The Contract means the agreement entered into between the Procuring Entity and the Supplier as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein The Contract Price mean
7. installer and reference manuals must be included 76 ig TECHNICAL SPECIFICATION QTY U M NOTEBOOK COMPUTER Branded 6 sas continuation AGRBSSOHSS USB optical mouse with scroll wheel mouse pad and Bag included 5 Three 3 years on parts and services on site and Warranty with immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized business Requirements partner or authorized service provider ITEM NO TECHNICAL SPECIFICATION QTY U M HEAVY DUTY COLORED LASER NETWORK 1 oa PRINTER Branded Print 2207 Technology Black up to 1200 x 1200 dpi Color up to 1200 x 1200 dpi Standard 1GB Memory Process Speed 800 MHz Duty Cycle Up to 175 000 pages 2 Hi Speed USB Host Connectivit 1 Hi Speed USB 2 0 y 1 Gigabit Ethernet 10 100 1000T Network 2 Internal USB Host Duty Cycle 6 Monthly Letter Up to 4 000 to 25 000 pages Eh Compatible in Windows 7 8 Vista 64 bit y Latest Mac OS Requirements Maga sizes A3 A4 Letter legal statement executive envelopes supported Paper Feed Method Standard paper feeder AC Power Cord Accessories USR Canle Automatic Duplexer Extra Black and Colored Toners Three 3 years on parts and services on site and Warranty with immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized
8. Herewith attached are certified true copies of the income tax return and audited financial statement stamped RECEIVED by the BIR or BIR authorized collecting 90 agent for the immediately preceding year and NFCC Computation and or certificate of commitment from a licensed bank to extend a credit line Submitted by Name of Supplier Distributor Manufacturer Signature of Authorized Representative Date NOTE 1 If Partnership or Joint Venture each Partner or Member Firm of Joint Venture shall submit the above requirements 91 IC Form No 3 Form of Bid Security Bank Guarantee WHEREAS insert name of Bidder hereinafter called the Bidder has submitted his bid dated insert date for the insert name of contract hereinafter called the Bid KNOW ALL MEN by these presents that We insert name of Bank of insert name of Country having our registered office at insert address hereinafter called the Bank are bound unto Insurance Commission hereinafter called the Entity in the sum of insert amount for which payment well and truly to be made to the said Entity the Bank binds himself his successors and assigns by these presents SEALED with the Common Seal of the said Bank this day of 20 THE CONDITIONS of this obligation are 1 If the Bidder a withdraws his Bid during the period of bid validity specified in the Form of Bid or b does not accept the correction of arithmetical errors
9. 5 Notices 5 1 5 2 Any notice request or consent required or permitted to be given or made pursuant to this Contract shall be in writing Any such notice request or consent shall be deemed to have been given or made when received by the concerned party either in person or through an authorized representative of the Party to whom the communication is addressed or when sent by registered mail telex telegram or facsimile to such Party at the address specified in the SCC which shall be effective when delivered and duly received or on the notice s effective date whichever is later A Party may change its address for notice hereunder by giving the other Party notice of such change pursuant to the provisions listed in the SCC for GCC Clause 5 1 Scope of Contract 6 1 6 2 The GOODS and Related Services to be provided shall be as specified in Section VI Schedule of Requirements This Contract shall include all such items although not specifically mentioned that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein Any additional requirements for the completion of this Contract shall be provided in the SCC Subcontracting 7 1 7 2 Subcontracting of any portion of the Goods if allowed in the BDS does not relieve the Supplier of any liability or obligation under this Contract The Supplier will be responsible for the acts defaults and negligence
10. Office Colored Laser Printer 4 Branded Davao District 1 set Office Colored Laser Printer 1 Sai Branded IC Main 5 Notebook Computers 6 sets Delivery installation and 104 commissioning must be thirty 30 days from Heavy Duty Colored receipt of Notice to 6 Laser Network Printer 1 set Proceed NTP Branded IC Main Delivered Description Quantity Weeks Months Colored Laser Printer 1 T Branded IC Main 5 Notebook Computers 6 sets Delivery installation and commissioning must be thirty 30 days from Heavy Duty Colored receipt of Notice to 6 Laser Network Printer 1 set Proceed NTP Branded IC Main 7 Mobile Printer Branded 1 set 8 Laser Printer Branded 12 sets 9 Multi Function Printer 6 sets 49 Multi Media and Web 2 licenses Delivery installation and Development Software commissioning must be thirty 30 days from receipt of Notice to 11 Bar Code Reader 35 sets Proceed NTP 12 Bar Code Printer 3 sets 105 2 Delivery of Desktop Computers and Colored Laser Printer for Agent s Exam shall be delivered to the following LOCATION ADDRESS QUANTITY U M a Insurance Commission Main Office 74 sets 1071 United Nations Avenue Ermita Manila b Cebu District Office ALMASE REALTY 16 sets Hoom 21 Almase Building 80 Osmena Boulevard Cebu City c Davao District Office ATU DEVELOPMENT 16 S
11. InspiringColorthemesforanyproject Digitalphotoprocessingandediting available with WebsitedesignwithoutCoding Package withmobileappsinthecloud withImageeditingandcompositing ITEM NO TECHNICAL SPECIFICATION QTY U M Statement of Compliance See Note Below 121 MULTI MEDIA AND WEB DEVELOPMENT SOFTWARE continuation 2 licenses e with Metadataingest logging androughcut S e with VideoProductionandeditingmustBuild andmanagepersonalportfoliosite e with ProfileFlashGamesonwebanddevice S e with Filmfinishingandcolorgradingwith Collaborativescreenwriting reporting andschedulingtools Operating Multiple Platforms System Windows and MAC OS License Subscription Three 3 Years License Subscription Bidder Supplier Bidder Supplier should be an authorized R s business partner or authorized service equirements provider 122 NO TECHNICAL SPECIFICATION QTY U M Statement of Compliance BAR CODE READER 35 sets See Note Below Scan Rate 100 Scans per second Scanner Type Bi Directional Scan Element 50Hz Frequency Interface USB nan ay Scans 1 D 2 D and PDF417 barcodes printed on paper labels displayed on mobile devices or any medium computer screens UPC EAN UPC EAN with Supplementals UPC EAN 128 Code 39 Code 39 Full ASCII Code 39 11 Decode TriOptic Code 128 Code 128 Full Capability ASCII Codabar In
12. 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 Name of Bidder complies with existing labor laws and standards and Name of Bidder is aware of and has undertaken the following responsibilities as a Bidder a Carefully examine all of the Bidding Documents b Acknowledge all conditions local otherwise affecting the implementation of the Contract c Made an estimate of the facilities available and needed for the contract to be bid if any and o3 Inquire or secure Supplemental Bid Bulletin s issued for the Name of the Project 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 IN WITNESS WHEREOF have hereunto set my hand this of 20 __ Philippines Bidder s Representative Authorized Signatory 131 IC Form No 12 REPUBLIC OF THE PHILIPPINES CITY OF To SS Bid Securing Declaration Invitation to Bid Request for Expression of Interest No Insert reference number EMMANU
13. of any subcontractor its agents servants or workmen as fully as if these were the Supplier s own acts defaults or negligence or those of its agents servants or workmen Subcontractors disclosed and identified during the bidding may be changed during the implementation of this Contract subject to compliance with the required qualifications and the approval of the Procuring Entity Procuring Entity s Responsibilities 8 1 8 2 Whenever the performance of the obligations in this Contract requires that the Supplier obtain permits approvals import and other licenses from local public authorities the Procuring Entity shall if so needed by the Supplier make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner The Procuring Entity shall pay all costs involved in the performance of its responsibilities in accordance with GCC Clause 6 48 10 11 Prices 9 1 9 2 For the given scope of work in this Contract as awarded all bid prices are considered fixed prices and therefore not subject to price escalation during contract implementation except under extraordinary circumstances and upon prior approval of the GPPB in accordance with Section 61 of R A 9184 and its IRR or except as provided in this Clause Prices charged by the Supplier for Goods delivered and orservices performed under this Contract shall not vary from the prices quoted by the Supplier in
14. the first envelope shall contain the following eligibility and technical documents a Eligibility Documents Class A Documents i Registration certificate from the Securities and Exchange Commission SEC Department of Trade and Industry DTI for sole proprietorship or Cooperative Development Authority CDA for cooperatives or any proof of such registration as stated in the BDS ii Mayor s permit issued by the city or municipality where the principal place of business of the prospective bidder is located iii Statement of all its ongoing and completed government and private contracts within the period stated in the BDS including contracts awarded but not yet started if any The statement shall include for each contract the following 11 1 name of the contract 11 2 dateof the contract iii 3 kinds of Goods 11 4 amount of contract and value of outstanding contracts iii 5 date of delivery and 11 6 end user s acceptance or official receipt s issued for the contract if completed iv Audited financial statements stamped received by the Bureau of Internal Revenue BIR or its duly accredited and authorized institutions for the preceding calendar 18 b v vi year which should not be earlier than two 2 years from bid submission NFCC computation or CLC in accordance with ITB Clause 5 5 and Tax Clearance per Executive Order 398 series of 2005 as finally rev
15. AP device Displa At least 21 5 LED backlit Widescreen anti p ay glare Same chassis color and Brand Video m Minimum dedicated 1GB Keyboard Keyboard USB Molise Mouse USB optical mouse with scroll wheel mouse pad included Latest available MS Windows 64 bit O S Operating Professional Edition License System OS pre installed burned copy of recovery disk drive installer and reference manuals must be included 112 TECHNICAL SPECIFICATION QTY UM statement of Compliance COMPUTER AND APPURTENANCES 103 sets See Note Below Output Power 500 VA Capacity Nominal Input Voltage 230V Input Frequency 60Hz Typical Backup Time 12 4 minutes 150 at Half Load watts Typical Backup Time 4 4 minutes 300 at Full Load watts ae UPS Branded Surge Energy Rating 300joules Maintenance free 3 Battery Type sealed Lead Acid Battery Two 2 years on parts and labor With built in Automatic Voltage Others Regulator AVR and Surge Protector cable user s manual Three 3 years on parts and services on Warranty site and with immediate parts replacement with next business day response Bidder Suppli Bidder Supplier should be an authorized er business partner or authorized service Requirements provider 113 NO TECHNICAL SPECIFICATION QTY U M Comp
16. Branded 12 sets 9 Multi Function Printer 6 sets 10 Multi Media Web 2 licens Development Software es 11 Bar Code Reader 35 sets 12 Bar Code Printer 3 sets TOTAL BID PRICE Pesos Plus 12 RVAT TOTAL BID PRICE PHP Total Amount in Words Php Signature Date 89 Authorized Official Position IC Form No 2 Financial Documents For Eligibility Check A Summary of the Applicant Supplier s Distributor s Manufacturers assets and liabilities on the basis of the attached income tax return and audited financial statement stamped RECEIVED by the Bureau of Internal Revenue BIR or BIR authorized collecting agent for the immediately preceding year and a certified copy of Schedule of Fixed Assets particularly the list of construction equipment Year20 Total Assets Current Assets Total Liabilities Current Liabilities Net Worth 1 3 Net Working Capital 2 4 EX eso acm B The Net Financial Contracting Capacity NFCC based on the above data is computed as follows NFCC K current asset current liabilities minus value of all outstanding works under ongoing contracts including awarded contracts yet to be started NFCC PhP K 10 for a contract duration of one year or less 15 for more than one year up to two years and 20 for more than two years or Commitment from a licensed bank to extend to it a credit line if awarded the contract Name of Bank Amount
17. Chapter VII of the Charter of the United Nations subject to ITB Clause 27 1 Subcontracts 8 1 8 2 8 3 Unless otherwise specified in the BDS the Bidder may subcontract portions of the Goods to an extent as may be approved by the Procuring Entity and stated in the BDS However subcontracting of any portion shall not relieve the Bidder from any liability or obligation that may arise from the contract for this Project Subcontractors must comply with the eligibility criteria and the documentary requirements specified in the BDS In the event that any subcontractor is found by the Procuring Entity to be ineligible the subcontracting of such portion of the Goods shall be disallowed The Bidder may identify the subcontractor to whom a portion of the Goods will be subcontracted at any stage of the bidding process or during contract implementation If the Bidder opts to disclose the name of the subcontractor during bid submission the Bidder shall include the required documents as part of the technical component of its bid Contents of Bidding Documents Pre Bid Conference 9 1 a If so specified in the BDS a pre bid conference shall be held at the venue and on the date indicated therein to clarify and address the 16 10 11 9 2 9 3 Bidders questions on the technical and financial components of this Project b The pre bid conference shall be held at least twelve 12 calendar days before the deadline
18. EditionLicense System OS pre installed burned copy of recovery disk drive installer and reference manuals must be included UPS Branded Output Power Capacity SOLYA Nominal Input Voltage dd Input Frequency 60Hz Typical Backup Time at Half Load 12 4 minutes 150 watts 74 TECHNICAL SPECIFICATION QTY U M COMPUTER AND APPURTENANCES 103 s is continuation 4 4 minutes 300 watts Surge Energy 300joules Rating Battery Type Maintenance free sealed Lead Acid Battery Warranty Two 2 years on parts and labor With built in Automatic Voltage Others Regulator AVR and Surge Protector cable user s manual Three 3 years on parts and services on site and Warranty with immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized business Requirements partner or authorized service provider NOE TECHNICAL SPECIFICATION QTY U M COLORED LASER PRINTER Branded 3 sets Print a 4 Technology Resolution Up to 1200 x 1200 dpi Standard 1GB Memory Process Speed 1 2 GHz 4 Duty Cycle Up to 80 000 pages Hi Speed USB 2 0 port Connectivity built in Fast Ethernet 10 100 1000Base TX network port Network Ready Yes HUE Latest Microsoft Windows 32 64 bit Latest Mac OS Requirements Media sizes supported Letter leg
19. Effective Date of the Contract 45 Verified Report refers to the report submitted by the Implementing Unit to the Head of the Procuring Entity setting forth its findings as to the existence of grounds or causes for termination and explicitly stating its recommendation for the issuance of a Notice to Terminate 2 Corrupt Fraudulent Collusive and Coercive Practices 2 1 Unless otherwise provided the SCC the Procuring Entity as well as the bidders contractors or suppliers shall observe the highest standard of ethics during the procurement and execution of this Contract In pursuance of this policy the Procuring Entity a defines for the purposes of this provision the terms set forth below as follows i ii iii corrupt practice means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves others or induce others to do so by misusing the position in which they are placed and it includes the offering giving receiving or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution entering on behalf of the Government into any contract or transaction manifestly and grossly disadvantageous to the same whether or not the public officer profited or will profit thereby and similar acts as provided in Republic Act 3019 fraudulent practice means a misrep
20. Entity b _ TheSupplier has no pending claims for labor and materials filed against it and c Other terms specified in the SCC In case of a reduction of the contract value the Procuring Entity shall allow a proportional reduction in the original performance security provided that any such reduction is more than ten percent 1096 and that the aggregate of such reductions is not more than fifty percent 5096 of the original performance security Use of Contract Documents and Information 14 1 The Supplier shall not except for purposes of performing the obligations in this Contract without the Procuring Entity s prior written consent disclose this Contract or any provision thereof or any specification plan drawing pattern sample or information furnished by or on behalf of the Procuring Entity Any such disclosure shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance Any document other than this Contract itself enumerated in GCC Clause 14 1 shall remain the property of the Procuring Entity and shall be returned all copies to the Procuring Entity on completion of the Suppliers performance under this Contract if so required by the Procuring Entity Standards The Goodsprovided under this Contract shall conform to the standards mentioned in the 51 16 Section VII Technical Specifications and when no applicable standard is mentioned to the authorit
21. Yes color 9 FAX MEMORY Up to 99 pages Fax resolution Up to 300 x 300 dpi Copies Up to 50 Copies Copy resolution black text 300 x 300 dpi Copy resolution color text and 600 x 600 dpi graphics Scanner type Flatbed ADF Scan file format PDF BMP JPG GIF TIF PNG Scan resolution optical Up to 1200 dpi Duplex printing Automatic standard Paper handling input standard 100 sheet input tray 35 sheet Automatic Document Feeder ADF Paper handling output standard 30 sheet output tray 80 Network Ready No Media sizes A4 210 x 297 mm A5 148 x 210 mm A6 105 x 148 supported mm B5 176 x 250 mm C6 114 x 162 mm AC Power Cord Accessories USB Cable Extra Toner Cartridge 1 USB 2 0 device port Connectivity Wireless 802 11b g n Minimum Windows 8 Windows 7 Windows Vista Windows XP System SP3 or higher 32 bit only Requirements Mac OS Three 3 years on parts and services on site and Warranty with immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized business Requirements partner or authorized service provider ITEM NO TECHNICAL SPECIFICATION QTY U M 10 MULTI MEDIA AND WEB DEVELOPMENT SOFTWARE 2 licenses Application and Features PDF Reader Writer Viewer w eSign with CinematicvisualeffectsandmotionGraphics w
22. and description of items received signed by the authorized receiving personnel vii Certificate of Acceptance Inspection Report signed by the Procuring Entity s representative at the Project Site and viii Four copies of the Invoice Receipt for Property signed by the Procuring Entity s representative at the Project Site 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 62 precedence i Original and four copies of the Suppliers invoice showing Goods description quantity unit price and total amount ii Original and four copies of the negotiable clean shipped on board bill of lading marked freight pre paid and five copies of the non negotiable bill of lading iii Original Supplier s factory inspection report iv Original and four copies of the Manufacturers and or Supplier s warranty certificate v Original and four copies of the certificate of origin for imported Goods vi Delivery receipt detailing number a
23. built in Automatic Voltage Others Regulator AVR and Surge Protector cable user s manual Three 3 years on parts and services on site and with Warranty immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized business Requirements partner or authorized service provider 73 ig TECHNICAL SPECIFICATION QTY U M COMPUTER AND APPURTENANCES 103 sets Desktop Computer For Agent s Examination Branded Casing Small Form Factor P 4th Generation Intel Core i3 Processor with Intel Q75 rocessor Chipset Front Side Bus 2 90 3 60 GHz Cache 4 MB cache 2 cores Memory At least 4GB DDR3 Hard Disk Drive Minimum of 500GB Serial ATA 7200 rpm Optical Drive none Front 4 USB ports 2 0 and 1 microphone in 1 Interfaces EAAPNONE Back 6 USB port with at least 4 USB 3 0 1 Display port 1 audio out 1 power connector 1 RJ 45 3 Audio Integrated Audio Network Integrated Gigabit EthernetNetwork Controller Interface Wireless LAN card 802 11 b g n compatible with any Controller access point AP device At least 21 5 LED backlit Widescreen anti glare Display Same chassis color and Brand Video Memory Minimum dedicated 1GB Keyboard Keyboard USB M Mouse USB optical mouse with scroll wheel mouse ouse pad included Latest available MS Windows 64 bit O S Operating Professional
24. business Requirements partner or authorized service provider 77 ig TECHNICAL SPECIFICATION QTY U M MOBILE PRINTER Branded 1 set Print Technology Inkjet 4 Black up to 600 600 dpi Print Resolution Solor up to 4800 x 1200 dpi 32MB 64MB Max Processor Speed 220 MHz Up to 22 ppm black draft Up to 18 ppm color draft Print Speed Up to 5ppm black Up to 3 5ppm color Number of Print 2 1 Black cartridge 1 Color cartridge cyan Cartridges magenta yellow Connectivity 1 USB 2 0 1 Bluetooth 2 0 EDR Wireless Capability Yes Bluetooth 2 0 EDR Duty Cycle 7 Monthly Letter Up to 50g Compatible with the latest MS Windows 32 64 bit OS Compatible with the latest Mac OS Requirements Media sizes A4 Letter legal statement executive envelopes No 10 Monarch cards x 5 in 4 x 6 in 5 x 8 in s pported photo 5 x 7 in 4 x 6 in Weight Up to 2 3 Kg with battery Dimensions W X D X H 34 8 x 17 5 x 8 4 cm Battery AC Adapter Accessories POCO SON USB Cable Mobile printer bag Extra ink cartridges Black and Color Three 3 years on parts and services on site and Warranty with immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized business Requirements partner or authorized service provider 78
25. 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 GCC Clause 22 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 10 4 No further instructions 11 2 b No further instructions 11 2 c No further instructions 13 4 c No further instructions 16 1 No further instructions 17 3 Warranty period is three 3 years upon acceptance by the Procuring Entity of the delivered Goods No further instruction as to obligation covered by the warranty 17 4 Repair or replacement of defective parts shall be completed within 24 hours and another 24 hours for the replacement of defective units from the time of call 17 5 A penalty of Php1 000 00 for every unit for every day of delay in the repair or replacement of the defective unit s shall be deducted from the 10 retention 19 The applic
26. immediately prior to the submission of the Bid proposal 29 2 c No further instructions 32 4 g No further instructions 41 Section IV General Conditions of Contract N o N Ae CUL uen 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 TABLE OF CONTENTS DEFINITIONS iso dna cura Qux Ven E EE CORRUPT FRAUDULENT COLLUSIVE AND COERCIVE PHACTIGES nies Reka E LO dc Een este MISI I EE INSPECTION AND AUDIT BY THE FUNDING SOURCE GOVERNING LAW AND LANGUAGE ee eene enne nennen nnne nn nanus D syp e t e T n a SCOPE OF CONTRACT uiris ii dece ins Corona SUBCONTRACTING cascienciess cavities pu peacus cue basa anos se acu snsssai PROCURING ENTITY S RESPONSIBILITIES eee esee PRICES 1 22 cesa pa ens acis esee asco ecd vo sal ea io race ois ca uen eiae serene oen aoa ecco eoe a NND eee irons ADVANCE PAYMENT AND TERMS OF TAXES AND DUTIES V D PERFORMANCE SECURITY 11 ccce rene enne namen aa nnne USE OF CONTRACT DOCUMENTS AND STANDARDS fA T
27. 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 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 65 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
28. s estimate The procuring entity has established a monitoring and evaluation system for contract implementation to provide a feedback on actual total costs of goods and works Alternative Bids Alternative Bids shall be rejected For this purpose alternative bid is an offer made by a Bidder in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of bidding A bid with options is considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two 2 or more separate bid envelopes Bid Prices 20 15 3 The Bidder shall complete the appropriate Price Schedules included herein stating the unit prices total price per item the total amount and the expected countries of origin of the Goods to be supplied under this Project The Bidder shall fill in rates and prices for all items of the Goods described in the Bill of Quantities Bids not addressing or providing all of the required items in the Bidding Documents including where applicable Bill of Quantities shall be considered non responsive and thus automatically disqualified In this regard where a required item is provided but no price is indicated the same shall be considered as non responsive but specifying a O zero for the said item would mean that it is being offered for free to the Government The terms Ex Works EXW Cos
29. the Contract Price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the contract 127 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed in accordance with the laws of the Republic of the Philippines on the day and year first above written Signed sealed and delivered by EMMANUEL F DOOC the Commissioner of Insurance Commission for the Entity EMMANUEL F DOOC Signed sealed and delivered by the of for the Supplier Supplier Witnessed by Certification of funds availability 128 Republic of the Philippines 8 5 ACKNOWLEDGMENT BEFORE ME a Notary Public for and in Philippines this day of 2015 personally appeared N Government d dat ame issued ID amp No ssued on ssued a EMMANUEL F DOOC known to me and to me known to be the same person who executed the foregoing instrument consisting of three 3 pages including the page whereon this Acknowledgment is written all pages signed by both parties and their instrumental witnesses and they acknowledged before me that the same is their free and voluntary act and deed and that of the Corporation they represents WITNESS MY HAND AND NOTARIAL SEAL on the date and place first above written Notary Public Until 31 December 20 PTR No Issued at Issued on TIN No X X Book N
30. the DTI in case of sole proprietorships SEC in case of partnerships and corporations or CDA in case of cooperatives that the a sole proprietor is a citizen of the Philippines or the partnership corporation cooperative or association is duly organized under the laws of the Philippines with at least seventy five percent 7596 of its interest or outstanding capital stock belonging to citizens of the Philippines b habitually established in business and habitually engaged in the manufacture or sale of the merchandise covered by his bid and c the business has been in existence for at least five 5 consecutive years prior to the advertisement and or posting of the Invitation to Bid for this Project A Bidder may be granted preference as a Domestic Bidder subject to the certification from the DTI that the Bidder is offering unmanufactured articles materials or supplies of the growth or production of the Philippines or manufactured articles materials or supplies manufactured or to be manufactured in the Philippines substantially from articles materials or supplies of the growth production or manufacture as the case may be of the Philippines Detailed Evaluation and Comparison of Bids 28 1 The Procuring Entity will undertake the detailed evaluation and comparison of bids which have passed the opening and preliminary examination of bids pursuant to ITB Clause 24 in order to determine the Lowest Calculated Bid The Lowe
31. the Notice to Terminate if it is determined that certain items or works subject of the notice had been completed delivered or performed before the Suppliers receipt of the notice Within a non extendible period of ten 10 calendar days from receipt of the verified position paper the Head of the Procuring Entity shall decide whether or not to terminate this Contract It shall serve a written notice to the Supplier of its decision and unless otherwise provided this Contract is deemed terminated from receipt of the Supplier of the notice of decision The termination shall only be based on the ground s stated in the Notice to Terminate The Head of the Procuring Entity may create a Contract Termination Review Committee CTRC to assist him in the discharge of this function All decisions recommended by the CTRC shall be subject to the approval of the Head of the Procuring Entity and 58 28 29 30 h Supplier must serve a written notice to the Procuring Entity of its intention to terminate the contract at least thirty 30 calendar days before its intended termination The Contract is deemed terminated if it is not resumed in thirty 30 calendar days after the receipt of such notice by the Procuring Entity Assignment of Rights The Supplier shall not assign his rights or obligations under this Contract in whole or in part except with the Procuring Entity s prior written consent Contract Amendment Subject to ap
32. 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 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 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 b in the event of termination of production of the spare parts i advance notification to the Procuring Entity of the pending termination with sufficient time to permit the Procuring Entity to procure needed requirements The spare parts required are listed in Section VI Schedule of Requirement and the cost thereof are included in the Contract Price The Supplier shall carry sufficient inventories to assure ex stock supply of consumable spares for the Goods for a period of at least three 3 years Other spare parts and components shall be supplied as promptly as possible but in any case within seven 7 days of placing the order 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 withou
33. those that comply with the above mentioned requirements shall be ranked in the ascending order of their total calculated bid prices as evaluated and corrected for computational errors discounts and other modifications to identify the Lowest Calculated Bid Total calculated bid prices as evaluated and corrected for computational errors discounts and other modifications which exceed the ABC shall not be considered unless otherwise indicated in the BDS The Procuring Entity s evaluation of bids shall only be based on the bid price quoted in the Financial Bid Form Bids shall be evaluated on an equal footing to ensure fair competition For this purpose all bidders shall be required to include in their bids the cost of all taxes such as but not limited to value added tax VAT income tax local taxes and other fiscal levies and duties which shall be itemized in the bid form and reflected in the detailed estimates Such bids including said taxes shall be the basis for bid evaluation and comparison Post Qualification 31 30 The Procuring Entity shall determine to its satisfaction whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid LCB complies with and is responsive to all the requirements and conditions specified in ITB Clauses 5 12 and 13 Within a non extendible period of three 3 calendar days from receipt by the bidder of the notice from the BAC that it submitted the LCB the Bidder shal
34. x 8 4 cm Battery AC Adapter A ccessories USB Cable Mobile printer bag Extra ink cartridges Three 3 years on parts and services on Warranty site and with immediate parts replacement with next business day response Bidder Supplier should be an authorized Biddep Sp prer business partner or authorized service Requirements provider 117 NO TECHNICAL SPECIFICATION QTY UM Siniemelitot Compliance LASER PRINTER Branded 12 sets See Note Below Print Laser Technology Resolution Up to 1200 x 1200 dpi Standard 512MB Memory Process Speed 1 2 GHz Duty Cycle Up to 175 000 pages Hi Speed USB 2 0 ports Host and Device Connectivity built in Gigabit Ethernet 10 100 1000T network port Hardware Integration Pocket HIP 8 Network Ready Yes e Latest Microsoft Windows 32 64 bit Latest Mac OS Requirements Media sizes Letter legal statement executive envelopes No 10 Monarch cards 3 x supported 5 in 4 x 6 in 5x8 in photo 5 x 7 in 4 x 6 in AC Power Cord Accessories po cae Extra Toner Cartridge Automatic Duplexer Three 3 years on parts and services on Warranty site and with immediate parts replacement with next business day response f Bidder Supplier should be an authorized Bidder Sup plier business partner or authorized service Requirements provider 118
35. 1 32 c All bids fail to comply with all the bid requirements or fail post qualification or d Bidder with the Lowest Calculated Responsive Bid LCRB refuses without justifiable cause to accept the award of contract and no award is made Award of Contract ContractAward 31 1 31 2 Subject to ITB Clause 29 the Procuring Entity shall award the contract to the Bidder whose bid has been determined to be the LCRB Prior to the expiration of the period of bid validity the Procuring Entity shall notify the successful Bidder in writing that its bid has been accepted through a Notice of Award received personally or sent by registered mail or electronically receipt of which must be confirmed in writing within two 2 days by the Bidder with the LCRB and submitted personally or sent by registered mail or electronically to the Procuring Entity Notwithstanding the issuance of the Notice of Award award of contract shall be subject to the following conditions a Submission of the valid JVA if applicable within ten 10 calendar days from receipt by the Bidder of the notice from the BAC that the Bidder has the LCRB b Posting of the performance security in accordance with ITB Clause33 c Signing of the contract as provided in ITB Clause 32 and d Approval by higher authority if required At the time of contract award the Procuring Entity shall not increase or decrease the quantity of goods originally
36. 13 1 b No further instructions 13 2 The ABC is Ten Million SixHundred Thousand Pesos Php10 600 000 00 inclusiveof 12 VAT Any bid with a financial component exceeding this amount shall not be accepted 15 4 a iii No incidental services are required 15 4 b No incidental services are required 16 1 b The Bid prices for Goods supplied from outside of the Philippines shall be quoted in Philippine Peso 16 3 No further instructions 17 1 Bids shall be valid for 120 days from the bid opening or up to 31December 2015 18 1 The bid security shall be in the form of a Bid Securing Declarationand any of the following amount 1 The amount of Two Hundred Twelve Thousand Pesos Php212 000 00 nsert 2 of ABC f bid security is in cash cashier s manager s check bank draft guarantee or irrevocable letter of credit If bid security is in the form of cashier s manager s check the payee shall be Insurance Commission 2 The amount of Five Hundred Thirty Thousand Pesos Php530 000 00 nsert 5 of ABC if bid security is in Surety Bond or 3 Any combination of the foregoing proportionate to the share of 39 form with respect to total amount of security 18 2 The bid security shall be valid until 31December 2015 20 3 Each Bidder shall submit One 1 original and Three 3 copies of the TECHNICAL COMPONENT Eligibility Documents Technical Proposal and of the FINANCIAL COMPONENT Eac
37. 2 23 20 4 20 5 In the case of a dispute between the Procuring Entity and the Supplier the dispute shall be resolved in accordance with Republic Act 9285 9285 otherwise known as the Alternative Dispute Resolution Act of 2004 Notwithstanding any reference to arbitration herein the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree and the Procuring Entity shall pay the Supplier any monies due the Supplier Liability of the Supplier 21 1 21 2 The Supplier s liability under this Contract shall be as provided by the laws of the Republic of the Philippines subject to additional provisions if any set forth in the SCC Except in cases of criminal negligence or willful misconduct and in the case of infringement of patent rights if applicable the aggregate liability of the Supplier to the Procuring Entityshall not exceed the total Contract Price provided that this limitation shall not apply to the cost of repairing or replacing defective equipment Force Majeure 22 1 22 2 22 3 The Supplier shall not be liable for forfeiture of its performance security liquidated damages or termination for default if and to the extent that the Suppliers delay in performance or other failure to perform its obligations under the Contract is the result of a force majeure For purposes of this Contract the terms force majeure and fortuitous ev
38. 5 BEFORE ME a Notary Public for and in Philippines this day of 20 personally appeared NAME CTC NO ISSUED AT ON known to me and known to be the same person who executed the foregoing instrument consisting of pages including the page whereon the acknowledgment is written and acknowledged before me that the same is his free and voluntary act and deed and that of the Corporation he represents WITNESS MY HAND AND NOTARIAL SEAL at the place and on the date first above written Notary Public Until 31 December20 PTR No Issued at Issued on TIN No Doc No Page No Book No Series of 102 IC Form No 9 Conformity with Section VI Schedule of Requirements and Section Section VI Schedule of Requirements VII Technical Specifications Location Project Site Number of Units Statement of Compliance See Note Below 1071 United Nations Avenue Ermita Manila Description Desktop Computers For Office Productivity Quantity 36 sets High End Desktop Computers For Office Productivity sets Desktop Computers For Agent s Exam Main Office 73 sets Desktop Computers For Agent s Exam Cebu District Office 15 sets Desktop Computers For Agent s Exam Davao District Office 15 sets Colored Laser Printer Branded For Agent s Exam Cebu District Office set Colored Laser Printer Branded For Agent s Exam Dava
39. A complete set of Bidding Documents may be acquired by interested Bidders starting 14 August 2015from the address below and upon payment of a nonrefundable fee for the Bidding Documents pursuant to the latest Guidelines issued by the GPPB It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System PhilGEPS and the website of the Procuring Entity provided that Bidders shall pay the nonrefundable fee for the Bidding Documents not later than the submission of their bids ICwill hold a Pre Bid Conference on 21 August 2015 2 30 P M at the ICExecutive Lounge Insurance Commission 1071 United Nations Avenue Ermita Manila which shall beopen only to all interested parties who have purchased the Bidding Documents Bids must be delivered to the address below on or before 2September 2015 12 00 NoonAll Bids must be accompanied by a bid security in any of the acceptable formsand in the amount stated in ITB Clause 18 Late bids shall not be accepted Bid opening shall be on 2 September 2015 2 30 P M at the IC Executive Lounge Insurance Commission 1071 United Nations Avenue Ermita Manila Bids will be opened in the presence of the Bidders representatives who choose to attend at the address below ICreserves the right to accept or reject any bid to annul the bidding process and to reject all bids at any time prior to contract award without thereby incurring any liability to the affected bid
40. ANUEL F DOOC Commissioner Insurance Commission 2nd Floor IC Building 1071 United Nations Avenue Ermita Manila Irrevocable Letter of Credit No For Contract No WHEREAS hereinafter called Supplier has undertaken in pursuance to name of Project and contract number and whereas it has been stipulated by you in the said Contract that the Supplier shall furnish an irrevocable standby Letter of Credit for a sum specified therein as security for the faithful compliance of Supplier s obligations in accordance with the Contract WHEREAS we have agreed to guarantee this obligation by Supplier THEREFORE we hereby affirm that we are guarantors and responsible to you on behalf of Supplier up to the amount of and we undertake to pay you upon first written demand declaring the Supplier to be in default under the Contract and without cavil or argument any sum or sums within the limits of 1 amount of guarantee as aforesaid without you needing to prove or to show grounds or reasons for your demand for the sum specified therein This irrevocable guarantee is valid until the issuance by you of Notice of Final Acceptance This certification is being issued in favor of the said Supplier in connection with the requirements of bidding of __ name of the procuring entity for the above mentioned contract We are aware that any false statements issued by us makes us liable for perjury 94 Name and Signature of Au
41. EL F DOOC Insurance Commissioner Insurance Commission 2 Floor Insurance Commission Bldg 1071 United Nations Avenue Ermita Manila 1000 I We the undersigned declared 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 I We accept that a I we will be automatically disqualified from bidding for any contract with any procuring entity for a period of two 2 years upon receipt of your Blacklisting Order and b I we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration if have committed any of the following actions i Withdrawn my our Bid during the period of bid validity required in the Bidding Documents or ii Fail or refuse to accept the award and enter into contract or perform any and all acts necessary to the execution of the Contract in accordance with the Bidding Documents after having been notified of your acceptance of our Bid during the period of bid validity 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 1 Select one and delete the other 2 Select one and delete the other Adopt same instruction for similar terms throughout the documents 1 Issued by the GPPB throu
42. PHILIPPINE BIDDING DOCUMENTS Procurement of Various Information Technology IT Resources for the Insurance Commission Government of the Republic of the Philippines Insurance Commission Project Reference Number 15 07 030 _ August 2015 TABLE OF CONTENTS SECTION l INVITATION TO BID 3 SECTION II INSTRUCTIONS TO BIDDERS eene eee ee nennen nnns 6 SECTION BID DATA SHEET iiss uec ecco reru napa ee Eo rr nasa eed aa 2eeus 36 SECTION IV GENERAL CONDITIONS OF CONTRACT 41 SECTION V SPECIAL CONDITIONS OF 58 SECTION VI SCHEDULE OF REQUIREMENTS eere nennen nnn nnn 66 SECTION VII TECHNICAL SPECIFICATIONS eese rennen nnne 69 SECTION VIII BIDDING FORMS 83 Section Invitation to Bid Republic of the Philippines Department of Finance INSURANCE COMMISSION INVITATION TO BID PROCUREMENT OF VARIOUS INFORMATION TECHNOLOGY IT RESOURCES FOR THE INSURANCE COMMISSION The Insurance Commission through its Bids and Awards Committee BAC intends to apply the sum of Ten Million Six Hundred Thousand Pesos Php10 600 000 00 inclusive of 12 VAT being the Approved Budget for the Contract ABC to payments under the contract for the Procurement of Vari
43. R AND APPURTENANCES 2 sets Below High End Desktop Computer for Office Productivity Branded Casing Small Factor Processor 4th Generation Intel Core i7 Processor with Intel Q75 Chipset Frontside 290 lt 8 g0 Gz Bus Cache 8 MB cache 2 cores Memory At least 16GB DDR3 Hard Disk Minimum of 1TB Serial ATA 7200 rpm Drive Optical Drive at least DVD RW Super Multi DL Front 4 USB ports 2 0 and 1 microphone in 1 Headphone 2 Interfaces Back 6 USB port with at least 4 USB 3 0 1 Display port 1 audio out 1 power connector 1 RJ 45 Audio Integrated Audio Network Integrated Gigabit Ethernet Network Controller Interface Wireless LAN card 802 11 b g n compatible Controller with any access point AP device Displa At least two 2 21 5 LED backlit Widescreen play anti glare Same chassis color and Brand Vidgp Minimum dedicated 1GB Memory Keyboard Keyboard USB Mouse Mouse USB optical mouse with scroll wheel mouse pad included Latest available MS Windows 64 bit O S Professional Edition License xd 9 OS pre installed burned copy of recovery disk ystem drive installer and reference manuals must be included 110 TECHNICAL SPECIFICATION QTY D Statement of NO Compliance COMPUTER AND APPURTENANCES 2 bau See Note continuation Below Output Power 500 VA Capacity Nominal Input 230V Voltage Input Frequency 60Hz UPS Branded Typical Backup Time at H
44. Supplier a warranty shall be required from the Supplierfor a minimum period specified in the SCC The obligation for the warranty shall be covered by at the Suppliers option either retention money in an amount equivalent to at least ten percent 1096 of the final payment or a special bank guarantee equivalent to at least ten percent 1096 of the Contract Price or other such amount if so specified in the SCC The said amounts shall only be released after the lapse of the warranty periodspecified in the SCC provided however that the Supplies delivered are free from patent and latent defects and all the conditions imposed under this Contract have been fully met 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 within the period specified in the SCC and with all reasonable speed repair or replace the defective Goods or parts thereof without cost to the Procuring Entity If the Supplier having been notified fails to remedy the defect s within the period specified in GCC Clause 17 4 the Procuring Entity may proceed to take such remedial action as may be necessary at the Supplier s risk and expense and without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract and under the applicable law Delays in the Supplier s Performance 18 1 Delivery of the Goods and or performance o
45. Unit shall within a period of seven 7 calendar days verify the existence of such ground s 57 b d e f and cause the execution of a Verified Report with all relevant evidence attached Upon recommendation by the Implementing Unit the Head of the Procuring Entity shall terminate this Contract only by a written notice to the Supplier conveying the termination of this Contract The notice shall state i that this Contract is being terminated for any of the ground s afore mentioned and a statement of the acts that constitute the ground s constituting the same ii the extent of termination whether in whole or in part iii instruction to the Supplier to show cause as to why this Contract should not be terminated and iv special instructions of the Procuring Entity if any The Notice to Terminate shall be accompanied by a copy of the Verified Report Within a period of seven 7 calendar days from receipt of the Notice of Termination the Supplier shall submit to the Head of the Procuring Entity a verified position paper stating why this Contract should not be terminated If the Supplier fails to show cause after the lapse of the seven 7 day period either by inaction or by default the Head of the Procuring Entity shall issue an order terminating this Contract The Procuring Entity may at any time before receipt of the Suppliers verified position paper described in item d above withdraw
46. a certification from the Procuring Entity to the effect that it has previously submitted the above enumerated Class Documents the said certification may be submitted in lieu of the requirements enumerated in ITB Clause 12 1 a items i to v In the case of aneligible foreign Bidderas described in ITB Clause 5 the Class A Documents described in ITB Clause12 1 a may be substituted with the appropriate equivalent documents if any issued by the country of the foreign Bidder concerned Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clauses12 1 a i 12 1 a ii Submission of documents required under ITB Clauses12 1 a ii to 12 1 a v by any of the joint venture partners constitutes compliance A Bidder determined as failed has three 3 calendar days upon written notice or if present at the time of bid opening upon verbal notification within which to file a request or motion for reconsideration 28 25 26 27 with the Provided however that the motion for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the Bidder concerned Provided further that the BAC shall decide on the request for reconsideration within seven 7 calendar days from receipt thereof If a failed Bidder signifies his intent to file a motion for reconsideration the BAC shall keep the bid envelopes of the said failed Bidder uno
47. able rate is one tenth 1 10 of one 1 percent of the cost of the unperformed portion for every day of delay The maximum deduction shall be ten percent 1096 of the amount of contract Once the cumulative amount of liquidated damages reaches ten percent 1096 of the amount of the contract the procuring entity shall rescind the contract without 66 prejudice to other courses of action and remedies open to it 21 1 No additional provision 67 Section VI Schedule of Requirements The delivery schedule expressed as weeks months stipulates hereafter as delivery date which is the date of delivery to the project site 1 The delivery schedule shall be as indicated below Delivered Weeks Months Description Quantity U M Desktop Computers 1 For Office Productivity v9 598 Delivery installation and High End Desktop commissioning 2 Computers 2 sets must be thirty 30 For Office Productivity days from receipt Desktop Computers of Notice to For Agent s Exam IC 73 sets Proceed NTP main office Desktop Computers 3 For Agent s Exam 15 sets Cebu District Office Desktop Computers leet d For Agent s Exam 15 sets HUI an Davao District Office must be thirty five Colored Laser Printer 35 days from Cebu District 1 set receipt of Notice to ice Proceed NTP Colored Laser Printer 4 Branded Davao District 1 set Off
48. al statement executive envelopes No 10 Monarch cards x 5 in 4 x 6 in 5 x 8 in photo 5 x 7 in 4x6 in 75 ig TECHNICAL SPECIFICATION QTY um COLORED LASER PRINTER Branded NOR 3 sets continuation AC Power Cord Accessories USE Cable j Extra Toner Cartridge Automatic Duplexer Three 3 years on parts and services on site and Warranty with immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized business Requirements partner or authorized service provider ITEM NO TECHNICAL SPECIFICATION QTY U M NOTEBOOK COMPUTER Branded 6 sets 4th Generation Intel Core i5 Processor with Intel Q75 Processor Chipset Display 14 LED backlit System Memory 8GB DDR3 SDRAM Hard Disk Drive Minimum of 500GB Serial ATA 7200 rpm Optical Media DVD RW Pointing Device TouchPad 5 3 USB 3 0 1 USB 3 0 charging 1 DisplayPort 1 Interfaces VGA 1 combo stereo headphone mic jack 1 AC power 1 RJ 45 1 docking connector Network Interface Gigabit Network Connection 10 100 1000 NIC Controller Wireless 802 11 b g n compatible with any access point AP Support device Bluetooth Power Supply At least 12 1 to 13 3 LED Battery Lithium lon 6 cell pack Latest available MS Windows 64 bit O S Operating Professional EditionLicense System OS pre installed burned copy of recovery disk drive
49. alf Load 12 4 minutes 150 watts Typical Backup 4 4 minutes 300 Time at Full Load watts ae Energy 300joules ating Maintenance free Battery Type sealed Lead Acid Battery Two 2 years on parts Warranty and labor With built in Automatic Voltage Regulator Others AVR and Surge Protector cable user s manual Three 3 years on parts and services on site Warranty and with immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized f business partner or authorized service Requirements provider 111 TECHNICAL SPECIFICATION QTY um Statement of Compliance COMPUTER AND APPURTENANCES toa 5999 Note Below Desktop Computer For Agent s Examination Branded Casing Small Factor Brocessor 4th Generation Intel Core i3 Processor with Intel Q75 Chipset Front 9109 Cache 4 MB cache 2 cores Memory At least 4GB DDR3 Hard Disk Minimum of 500GB Serial ATA 7200 rpm Drive Optical Drive none Front 4 USB ports 2 0 and 1 microphone in 1 Headphone 3 Interfaces Back 6 USB port with at least 4 USB 3 0 1 Display port 1 audio out 1 power connector 1 RJ 45 Audio Integrated Audio Network Integrated Gigabit Ethernet Network Interface Controller Wireless LAN card 802 11 b g n Controller compatible with any access point
50. and board and lodging expenses The Procuring Entity may reject any Goods or any part thereof that fail to pass any test and or inspection or do not conform to the specifications The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Procuring Entity and shall repeat the test and or inspection at no cost to the Procuring Entity upon giving a notice pursuant to GCC Clause 5 52 17 18 The Supplier agrees that neither the execution of a test and or inspection of the Goods or any part thereof nor the attendance by the Procuring Entity or its representative shall release the Supplier from any warranties or other obligations under this Contract Warranty 17 1 17 5 The Supplier warrants that the Goods supplied under the Contract are new unused of the most recent or current models and that they incorporate all recent improvements in design and materials except when the technical specifications required by the Procuring Entity provides otherwise The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design materials or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination In order to assure that manufacturing defects shall be corrected by the
51. atement executive supported envelopes Paper reed Standard paper feeder Method AC Power Cord Accessories Automatic Duplexer Extra Black and Colored Toners Three 3 years on parts and services on Warranty site and with immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized R business partner authorized service equirements d provider ITEM NO TECHNICAL SPECIFICATION QTY U M Statement of Compliance MOBILE PRINTER Branded 1 set See Note Below Print 7 Technology J Black up to 600 x 600 dpi Print Resolution Solor up to 4800 x 1200 dpi Standard Memory 32MB 64MB Max 116 Processor Speed 220 MHz Up to 22 ppm black draft Up to 18 ppm color draft Frnt Spoed Up to 5ppm black Up to 3 5ppm color Number of Print 2 1 Black cartridge 1 Color cartridge Cartridges cyan magenta yellow Connectivity 1 USB 2 0 1 Bluetooth 2 0 EDR Wireless Capability Yes Bluetooth 2 0 EDR Duty Cycle Monthly Letter 0800 pages Compatible with the latest MS Windows System 32 64 bit OS Requirements Compatible with the latest Mac OS Media sizes A4 Letter legal statement executive envelopes No 10 Monarch cards 3 x 5 Supported in 4 x 6 in 5 x 8 in photo 5 x 7 in 4 x 6 in Weight Up to 2 3 Kg with battery Dimensions W X D X H 34 8 x 17 5
52. ative standards appropriate to the Goods country of origin Such standards shall be the latest issued by the institution concerned Inspection and Tests 16 1 16 2 16 3 16 4 The Procuring Entity or its representative shall have the right to inspect and or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Entity TheSCCand 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 If applicable the inspections and tests may be conducted on the premises of the Supplier or its subcontractor s at point of delivery and or at the goods final destination If conducted on the premises of the Supplier or its subcontractor s all reasonable facilities and assistance including access to drawings and production data shall be furnished to the inspectors at no charge to the Procuring Entity The Supplier shall provide the Procuring Entity with results of such inspections and tests The Procuring Entity or its designated representative shall be entitled to attend the tests and or inspections referred to in this Clause provided that the Procuring Entity shall bear all of its own costs and expenses incurred in connection with such attendance including but not limited to all traveling
53. ce as a Domestic Bidder or Domestic Entity a certification from the DTI SEC or CDA 19 14 15 issued in accordance with ITB Clause 27 unless otherwise provided in the BDS and c other document related to the financial component of the bid as stated in the BDS 13 2 a Unless otherwise stated in the BDS all bids that exceed the ABC shall not be accepted b Unless otherwise indicated in the BDS for foreign funded procurement a ceiling may be applied to bid prices provided the following conditions are met i Bidding Documents are obtainable free of charge on a freely accessible website If payment of Bidding Documents is required by the procuring entity payment could be made upon the submission of bids ii The procuring entity has procedures in place to ensure that the ABC is based on recent estimates made by the responsible unit of the procuring entity and that the estimates reflect the quality supervision and risk and inflationary factors as well as prevailing market prices associated with the types of works or goods to be procured iii The procuring entity has trained cost estimators on estimating prices and analyzing bid variances iv The procuring entity has established a system to monitor and report bid prices relative to ABC and engineer s procuring entity s estimate v The procuring entity has established a system to monitor and report bid prices relative to ABC and procuring entity
54. cted by the Procuring Entity as non responsive No bid securities shall be returned to bidders after the opening of bids and before contract signing except to those that failed or declared as post disqualified upon submission of a written waiver of their right to file a motion for reconsideration and or protest Without prejudice on its forfeiture bid securities shall be returned only after the bidder with the Lowest Calculated and Responsive Bid has signed the contract and furnished the performance security but in no case later than the expiration of the bid security validity period indicated in ITB Clause 18 2 Upon signing and execution of the contract pursuant to ITB Clause 32 and the posting of the performance security pursuant to ITB Clause 33 the successful Bidder s bid security will be discharged but in no case later than the bid security validity period as indicated in the ITB Clause 18 2 The bid security may be forfeited a ifa Bidder i withdraws its bid during the period of bid validity specified in ITB Clause 17 ii does not accept the correction of errors pursuant to ITB Clause 28 3 b iii fails to submit the requirements within the prescribed periodor a finding against their veracityas stated in ITB Clause29 2 iv submission of eligibility requirements containing false information or falsified documents v submission of bids that contain false information or falsified documents or the concealm
55. days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract The performance security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount equal to the percentage of the total contract price in accordance with the following schedule Amount of Performance Security Form of Performance Security Equal to Percentage of the Total Contract Price a Cash or cashier s manager s check issued by a Universal or Commercial Bank b Bank draft guarantee irrevocable letter of credit issued by a Universal or Commercial Bank Provided however that it shall be confirmed or authenticated by a Universal or Commercial Bank if issued by a foreign bank Five percent 596 c Surety bond callable upon Thirty percent 3096 35 34 35 demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security and or d Any combination of the Proportionate to share of form foregoing with respect to total amount of security Failure of the successful Bidder to comply with the above mentioned requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the Procuring Entity shall initiate and complete the post qualification of the second Lowest Calculat
56. deadline for submission and receipt of bids A Bidder that withdraws its bid shall not be permitted to submit another bid directly or indirectly for the same contract No bid may be modified after the deadline for submission of bids No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form Withdrawal of a bid during this interval shall result in the forfeiture of the Bidder s bid security pursuant to ITB Clause18 5 and the imposition of administrative civil and criminal sanctions as prescribed by RA 9184 and its IRR Opening and Preliminary Examination of Bids 24 1 The BAC shall open the first bid envelopes of Biddersin public as specified in the BDSto determine each Bidders compliance with the documents prescribed in ITB Clause 12 For this purpose the BAC shall check the submitted documents of each bidder against a checklist 27 of required documents to ascertain if they are all present using a non discretionary pass fail criterion If a bidder submits the required document it shall be rated passed for that particular requirement In this regard bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as failed Otherwise the BAC shall rate the said first bid envelope as passed Unless otherwise specified in the BDS immediately after determi
57. der or bidders For further information please refer to MR ANTONIO A SISON BAC Chairperson Insurance Commission 1071 United Nations Avenue Ermita Manila 523 8461 local 115 Email address bacsec insurance gov ph Website WWW insurance gov ph ANTONIO S SISON BAC Chairperson Section Instructions to Bidders TABLE OF CONTENTS Po GENERAL nance ats un Ke dea Meu 9 T x560De OL BIO sc ce ore re ene or he oet ehe ER PASE He E EE Be Cer Fab XD ERE REPE 9 PME OUNCE OR gulis ec 9 3 Corrupt Fraudulent Collusive and Coercive Practices 9 4 Conflict of Interest cic ce rea eb ete RES CHER EC eL RA 11 5 Elgible Bidderszus xdsoses pue oso pee Pn A 12 6 Bidders Responsibilities 13 7 Origin of Goods e 6neesncesceesccesccescoeoco c RO es 15 8 Subcontracts uomen 15 B CONTENTS OF BIDDING DOCUMENTS esee 16 9 Pre Bid 16 10 Clarification and Amendment of Bidding Documents 16 PREPARATION 1 eee tee eerte ceo 17 11 Language of Bid 17 12 Documents Comprising the Bid Eligibility and Technical Components 17 13 Documents Comprising the Bid Financial Component
58. dings or investigation or bb acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government foreign or international financing institution herein b reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract Further the Funding Source Borrower or Procuring Entity as appropriate will seek to impose the maximum civil administrative and or criminal penalties available under the applicable law on individuals and organizations deemed to be involved with any of the practices mentioned in GCC Clause 2 1 a Inspection and Audit by the Funding Source The Supplier shall permit the Funding Source to inspect the Supplier s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by the Funding Source if so required by the Funding Source Governing Law and Language 41 42 This Contract shall be interpreted in accordance with the laws of the Republic of the Philippines This Contract has been executed in the English language which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract All correspondence and other documents pertaining to this Contract exchanged by the parties shall be written in English 47
59. dress and on or before the date and time indicated in the BDS Late Bids Any bid submitted after the deadline for submission and receipt of bids prescribed by the Procuring Entity pursuant to ITB Clause 21 shall be declared Late and shall not be accepted by the Procuring Entity Modification and Withdrawal of Bids 23 1 23 2 The Bidder may modify its bid after it has been submitted provided that the modification is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids The Bidder shall not be allowed to retrieve its original bid but shall be allowed to submit another bid equally sealed properly identified linked to its original bid marked as TECHNICAL MODIFICATION or FINANCIAL MODIFICATION and stamped received by the BAC Bid modifications received after the applicable deadline shall not be considered and shall be returned to the Bidder unopened A Bidder may through a Letter of Withdrawal withdraw its bid after it has been submitted for valid and justifiable reason provided that the Letter of Withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids Bids requested to be withdrawn in accordance with ITB Clause 23 1 shall be returned unopened to the Bidders A Bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the
60. e exclusively used to finance the performance of the above mentioned contract subject to our terms conditions and requirements The credit line shall be available within fifteen 15 calendar days after receipt by the lt Contractor Distributor Manufacturer Supplier gt of the Notice of Award and such line of credit shall be maintained until the project is completed by the Supplier This Certification is being issued in favor of said lt Contractor Distributor Manufacturer Supplier gt in connection with the bidding requirement of Name of the Procuring Entity for the above mentioned Contract We are aware that any false statements issued by us make us liable for perjury Name and Signature of Authorized Financing Institution Officer Official Designation Concurred By Name amp Signature of lt Contractor Distributor Manufacturer gt Authorized Representative Official Designation Note The amount committed should be machine validated ACKNOWLEDGMENT REPUBLIC OF THE PHILIPPINES S S BEFORE ME a Notary Public for and in Philippines this day of 20 personally appeared NAME CTC NO ISSUED AT ON known to me and known to be the same person who executed the foregoing instrument consisting of pages including the page whereon the acknowledgment is written and acknowledged before me that the same is his free and voluntary act and deed and that of the Corporation he represents WITNESS MY HAND AND NOTARIAL SEAL at
61. ed 1GB Keyboard Keyboard USB M Mouse USB optical mouse with scroll wheel mouse ouse pad included Latest available MS Windows 64 bit O S Professional Operating Edition License System OS pre installed burned copy of recovery disk drive installer and reference manuals must be included 71 TECHNICAL SPECIFICATION QTY U M COMPUTER AND APPURTENANCES 36 Sos continuation Output Power Capacity 500 VA Nominal Input Voltage 230V Input Frequency 60Hz Typical Backup Time at Half Load 12 4 minutes 150 watts Typical Backup 4 4 minutes 300 watts Full Load UPS Branded Surge Energy Rating 300joules Battery Type Maintenance free sealed Lead Acid Battery Warranty Two 2 years on parts and labor With built in Automatic Voltage Regulator AVR ers and Surge Protector cable user s manual Three 3 years on parts and services on site and with Warranty immediate parts replacement with next business day response Bidder Supplier Bidder Supplier should be an authorized business Requirements partner or authorized service provider ITEM NO TECHNICAL SPECIFICATION QTY U M COMPUTER AND APPURTENANCES 2 sets High End Desktop Computer for Office Productivity Branded Casing Small Form Factor 4th Generation Intel Core i7 Processor with Intel Q75 Processor Chipset 2 Front Side Bus 2 90 3 60 GHz Cac
62. ed Bid The procedure shall be repeated until the LCRB is identified and selected for contract award However if no Bidder passed post qualification the BAC shall declare the bidding a failure and conduct a re bidding with re advertisement Notice to Proceed 34 1 34 2 Within three 3 calendar days from the date of approval of the contract by the appropriate government approving authority the Procuring Entity shall issue its Notice to Proceed to the Bidder The contract effectivity date shall be provided in the Notice to Proceed by the Procuring Entity which date shall not be later than seven 7 calendar days from the issuance of the Notice to Proceed Protest Mechanism Decision of the procuring entity at any stage of the procurement process may be questioned in accordance with Section55 of the revised Implementing Rules and Regulations of Republic Act 9184 36 Section llI Bid Data Sheet Bid Data Sheet ITB Clause 1 1 The Procuring Entity isthe Insurance Commission 1 10 The lot s and reference is are PROCUREMENT INFORMATION TECHNOLOGY IT RESOURCES FOR INSURANCE COMMISSION Project Reference No 15 07 030 2 The Funding Source is The Government of the Philippines GOP through IC s Special Fund 151 for the Fiscal Year 2015 in the amount of TenMillion Six Hundred Thousand Pesos Php10 600 000 00 inclusive of 1296 VAT The name of the Project is Procurement of Info
63. ent may be used interchangeably In this regard a fortuitous event or force majeure shall be interpreted to mean an event which the Contractor could not have foreseen or which though foreseen was inevitable It shall not include ordinary unfavorable weather conditions and any other cause the effects of which could have been avoided with the exercise of reasonable diligence by the Contractor Such events may include but not limited to acts of the Procuring Entity in its sovereign capacity wars or revolutions fires floods epidemics quarantine restrictions and freight embargoes If a force majeure situation arises the Supplier shall promptly notify the Procuring Entity in writing of such condition and the cause thereof Unless otherwise directed by the Procuring Entity in writing the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek all reasonable alternative means for performance not prevented by the force majeure Termination for Default 55 24 25 23 1 23 2 23 3 The Procuring Entity shall terminate this Contract for default when of the following conditions attends its implementation a Outside of force majeure the Supplier fails to deliver or perform any or all of the Goods within the period s specified in the contract or within any extension thereof granted by the Procuring Entity pursuant to a request made by the Supplier prio
64. ent of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding vi allowing the use of one s name or using the name of another for purposes of public bidding vii withdrawal of a bid or refusal to accept an award or enter into contract with the Government without justifiable 24 19 cause after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid viii refusal or failure to post the required performance security within the prescribed time ix refusal to clarify or validate in writing its bid during post qualification within a period of seven 7 calendar days from receipt of the request for clarification x any documented attempt by a bidder to unduly influence the outcome of the bidding in his favor xi failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful or xii all other acts that tend to defeat the purpose of the competitive bidding such as habitually withdrawing from bidding submitting late Bids or patently insufficient bid for at least three 3 times within a year except for valid reasons b ifthe successful Bidder i fails to sign the contract in accordance with ITB Clause 32 or ii fails to furnish performance security in accordance with ITB Clause 33 Format and Signing of Bids 19 1 19 3 Bidde
65. etin s as provided under ITB Clause 10 3 e Ensuring that it is not blacklisted or barred from bidding by the GOP or any of its agencies offices corporations or LGUs including foreign government foreign or international financing institution whose blacklisting rules have been recognized by the GPPB f Ensuring that each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original complete and all statements and information provided therein are true and correct g Authorizing the Head of the Procuring Entity or its duly authorized representative s to verify all the documents submitted h Ensuring that the signatory is the duly authorized representative of the Bidder and granted full power and authority to do execute and perform any and all acts necessary and or to represent the Bidder in the bidding with the duly notarized Secretary s Certificate attesting to such fact if the Bidder is a corporation partnership cooperative or joint venture i Complying with the disclosure provision under Section 47 of RA 9184 in relation to other provisions of RA 3019 and j Complying with existing labor laws and standards in the case of procurement of services Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned The Bidder is expected to examine all instructions forms terms and specifications in the Bidding Documents It
66. ets CORPORATION D 3 G F Building ATUPlaza Gov Duterte Street Davao City e Including colored laser printer Note Price quotation for Cebu and Davao are inclusive of Freight Charges 3 Payment shall be made within thirty 30 days from acceptance of the items by the Insurance Commission subject to submission of complete supporting documents 4 Bidders shall submit a tentative schedule for all the activities to be done 5 Brochures and operating manuals should be submitted during the bid opening 6 Winning Bidder s must submit warranty certificate Performance Test Certificate of all delivered equipment We l hereby commit to comply and deliver all of the above requirements within the period specified Name and Signature of Authorized Official Position Date 106 Note Bidders must state here either Comply or Not Comply against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered Statements of Comply or Not Comply must be supported by evidence in a Bidders Bid and cross referenced to that evidence Evidence shall be in the form of manufacturers un amended sales literature unconditional statements of specification and compliance issued by the manufacturer samples independent test data etc as appropriate A statement that is not supported by evidence or is subsequently found to be co
67. f Services shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Entity in Section VI Schedule of Requirements 53 19 20 18 2 If at any time during the performance of this Contract the Supplier or its Subcontractor s should encounter conditions impeding timely delivery of the Goods and or performance of Services the Supplier shall promptly notify the Procuring Entity in writing of the fact of the delay its likely duration and its cause s As soon as practicable after receipt of the Supplier s notice and upon causes provided for under GCC Clause 22 the Procuring Entity shall evaluate the situation and may extend the Suppliers time for performance in which case the extension shall be ratified by the parties by amendment of Contract 18 3 Except as provided under GCC Clause 22 a delay by the Supplier in the performance of its obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 19 unless an extension of time is agreed upon pursuant to GCC Clause 29 without the application of liquidated damages Liquidated Damages Subject to GCC Clauses 18 and 22 if the Supplier fails to satisfactorily deliver any or all of the Goods and or to perform the Services within the period s specified in this Contract inclusive of duly granted time extensions if any the Procuring Entity shall without prejudice to its other remedies under this Contract a
68. fied in the BDS In quoting the price the Bidder shall be free to use transportation through carriers registered in any eligible country Similarly the Bidder may obtain insurance services from any eligible source country ii The price of other incidental services if any listed in the BDS Prices quoted by the Bidder shall be fixed during the Bidder s performance of the contract and not subject to variation or price escalation on any account A bid submitted with an adjustable price quotation shall be treated as non responsive and shall be rejected pursuant to ITB Clause 24 All bid prices shall be considered as fixed prices and therefore not subject to price escalation during contract implementation except under extraordinary circumstances Extraordinary circumstances refer to events that may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines and upon the recommendation of the Procuring Entity Nevertheless in cases where the cost of the awarded contract is affected by any applicable new laws ordinances regulations or other acts of the GOP promulgated after the date of bid opening a contract price adjustment shall be made or appropriate relief shall be applied on a no loss no gain basis 16 Bid Currencies 16 1 16 3 Prices shall be quoted in the following currencies a For Goods that the Bidder will supply from within the Philippines the price
69. for the submission and receipt of bids If the Procuring Entity determines that by reason of the method nature or complexity of the contract to be bid or when international participation will be more advantageous to the GOP a longer period for the preparation of bids is necessary the pre bid conference shall be held at least thirty 30 calendar days before the deadline for the submission and receipt of bids as specified in the BDS Bidders are encouraged to attend the pre bid conference to ensure that they fully understand the Procuring Entitys requirements Non attendance of the Bidder will in no way prejudice its bid however the Bidder is expected to know the changes and or amendments to the Bidding Documents discussed during the pre bid conference Any statement made at the pre bid conference shall not modify the terms of the Bidding Documents unless such statement is specifically identified in writing as an amendment thereto and issued as a Supplemental Bid Bulletin Clarification and Amendment of Bidding Documents 10 1 10 3 Bidders who have purchased the Bidding Documents may request for clarification on any part of the Bidding Documents for an interpretation Such request must be in writing and submitted to the Procuring Entity at the address indicated in the BDS at least ten 10 calendar days before the deadline set for the submission and receipt of bids Supplemental Bid Bulletins may be issued upon the Procuring Ent
70. g n Minimum Windows 8 Windows 7 Windows Vista System Windows XP SP3 or higher 32 bit only Requirements Mac OS One 1 year on parts and services on Warrant site and with immediate parts y replacement with next business day response Bidder Supplier should be an authorized idder Supplier business partner or authorized service Requirements provider 120 ITEM NO TECHNICAL SPECIFICATION QTY U M 10 MULTI MEDIA AND WEB DEVELOPMENT SOFTWARE 2 licenses Statement of Compliance See Note Below Application and Features PDF Reader Writer Viewer w eSign with CinematicvisualeffectsandmotionGrap hics with AudioRecording mixing andrestoration with Showcase amp Discovercreativework must Centralizecreativeassets withDesktopAccesstoCreativeCloud mustCreatecontentandpublishapps with WebsiteandmobileappDesign w code amp design view mustCreateinteractiveandanimatedwe bcontent mustCodeHTML CSSandJavascript withPreviewandlnspectwebdesignson mobiledevices DesigntheResponsiveWeb withfreewebfonts withAddScript toolkit mustEasilyinstall amp manageextensions withImageeditingforwebsitesandapps haslDEforcodingflashapps amp mobiledevi cepackaging with Interactiveexperiencesgamedesign amp mobiledevicepackaging must CreateActionScriptgames VectorBasedDrawing VectorGraphicsandlllustration mustCollaboratewithcopywriters amp edit ors with Pagedesign layoutandpublishing with
71. gh GPPB Resolution No 03 2012 on 27 January 2012 132 b am we are declared ineligible or post disqualified upon receipt of your notice to such effect and i I we failed to timely file a request for reconsideration or ii I we filed a waiver to avail of said right c am we are declared as the bidder with the Lowest Calculated and Responsive Bid Highest Rated and Responsive Bid1 and I we have furnished the performance security and signed the Contract IN WITNESS WHEREOF I we have hereunto set my our hands this day of 20 at SUBSCRIBED AND SWORN TO before me this day of 20 at Philippines Affiant s is are personally known to me and was were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice A M No 02 8 13 SC Affiant s exhibited to me his her insert type of government identification card used with his her photograph and signature appearing thereon with no and his her Government Issued ID amp No issued on at Witness my hand and seal this day of 20 NAME OF NOTARY PUBLIC Serial No of Commission Notary Public for until Roll of Attorneys No PTR No date issued place issued IBP No date issued place issued Doc No Book No Series of 1 Select one and delete the other 133
72. h set of documents must be securely fastened in a folder 21 The address for submission of bids is BAC Chairperson c o BAC Secretariat 2nd Floor Insurance Commission1071 United Nations Avenue Manila The deadline for submission of bids is on 02 September 2015 at 12 00 NN 24 1 The place of bid opening is Executive Lounge Insurance Commission 1071 United Nations Avenue Manila The date and time of bid opening is on 02 September 2015 at 2 30 PM 24 2 No further instructions 27 1 No further instructions 28 3 Grouping and Evaluation of Lots The goods are grouped in a single lot and the lot shall not be divided into sub lots for the purpose of bidding evaluation and contract award 28 3 b Bid modification is not allowed 28 4 No further instructions 29 2 a The bidder shall submit the Latest Annual Income Tax and Business Tax Returns VAT or Percentage Tax duly filed thru electronic Filing System eFPS of the Bureau of the Internal Revenue BIR and duly validated confirmation evidencing the tax payments made or manual submission of ITR duly stamped by the BIR Latest Annual Income Tax Return ITR shall refer to the 2014 ITR which must be filed thru Electronic Filing and Payment System of the BIR and duly validated confirmation evidencing the tax payments made Latest Business Tax Return refers to Value Added Tax VAT and or Percentage Tax Returns whichever is applicable covering 40 Six 6 months
73. he 8 MB cache 2 cores Memory At least 16GB DDR3 Hard Disk Drive Minimum of 1TB Serial ATA 7200 rpm Optical Drive at least DVD RW SuperMulti DL 72 ITEM NO TECHNICAL SPECIFICATION QTY U M COMPUTER AND APPURTENANCES 2 TON sets continuation Front 4 USB ports 2 0 and 1 microphone in 1 Interfaces peadphone Back 6 USB port with at least 4 USB 3 0 1 Display port 1 audio out 1 power connector 1 RJ 45 Audio Integrated Audio Network Integrated Gigabit Ethernet Network Controller Interface Wireless LAN card 802 11 b g n compatible with any Controller access point AP device At least two 2 21 5 LED backlit Widescreen anti Display glare Same chassis color and Brand Video Memory Minimum dedicated 1GB Keyboard Keyboard USB Mouse Mouse USB optical mouse with scroll wheel mouse pad included Latest available MS Windows 64 bit O S Professional Operating Edition License System OS pre installed burned copy of recovery disk drive installer and reference manuals must be included UPS Branded Output Power Capacity 500 VA Nominal Input Voltage 230V Input Frequency 60Hz Typical Backup Time at Half 12 4 minutes 150 Load watts Typical Backup Time at Full 4 4 minutes 300 Load watts Surge Energy Rating 300joules Maintenance free Battery Type sealed Lead Acid Battery Two 2 years on parts and labor With
74. iations of a country included in the list issued by the GPPB the laws or regulations of which grant reciprocal rights or privileges to citizens corporations or associations of the Philippines c When the Goods sought to be procured are not available from local suppliers or d When there is a need to prevent situations that defeat competition or restrain trade Government corporate entities may be eligible to participate only if they can establish that they a are legally and financially autonomous b operate under commercial law and c are not dependent agencies of the GOP or the Procuring Entity Unless otherwise provided in the BDS the Bidder must have completed at least one contract similar to the Project the value of which adjusted to current prices using the National Statistics Office 13 5 5 consumer price index must be at least equivalent to a percentage of the ABC stated in the BDS For this purpose contracts similar to the Project shall be those described in the BDS and completed within the relevant period stated in the Invitation to Bid and ITB Clause 12 1 a iii The Biddermust submita computation of its Net Financial Contracting Capacity NFCC or a commitment from a Universal or Commercial Bank to extend a credit line in its favor if awarded the contract for this Project CLC The NFCC computed using the following formula must be at least equal to the ABC to be bid NFCC Current assets
75. ice means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves others or induce others to do so by misusing the position in which they are placed and includes the offering giving receiving or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution entering on behalf of the government into any contract or transaction manifestly and grossly disadvantageous to the same whether or not the public officer profited or will profit thereby and similar acts as provided in RA 3019 fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity and includes collusive practices among Bidders prior to or after bid submission designed to establish bid prices at artificial non competitive levels and to deprive the Procuring Entity of the benefits of free and open competition collusive practices means a scheme or arrangement between two or more Bidders with or without the knowledge of the Procuring Entity designed to establish bid prices at artificial non competitive levels coercive practices means harming or threatening to harm directly or indirectly persons or their property to 3 2 3 3 influence their participation in a procurement process or affect the e
76. ice Colored Laser Printer 1 sat Branded IC Main Delivery 5 Notebook Computers 6 sets installation and commissioning must be thirty 30 Heavy Duty Colored 6 Laser Network Printer 1 set Branded IC Main days from receipt of Notice to Proceed NTP T Mobile Printer Branded 1 set 68 Delivered Description Quantity U M Weeks Months 8 Laser Printer Branded 12 sets 9 Multi Function Printer 6 sets Delivery 10 Multi Media and Web 2 installation and Development Software commissioning must be thirty 30 days from receipt 11 Bar Code Reader 35 sets of Notice to Proceed NTP 12 Bar Code Printer 3 sets 2 Delivery of Desktop Computers and Colored Laser Printer for Agent s Exam shall be delivered to the following LOCATION ADDRESS QUANTITY U M a Insurance Commission Main Office 74 sets 1071 United Nations Avenue Ermita Manila b Cebu District Office ALMASE REALTY 16 sets Room 21 Almase Building 80 Osmena Boulevard Cebu City c Davao District Office ATU DEVELOPMENT CORPORATION 18 s D 3 G F Building I ATUPlaza Gov Duterte Street Davao City e including Colored Laser Printer Note Price quotation for Cebu and Davao are inclusive of Freight Charges 3 Payment shall be made within thirty 30 days from acceptance of the items by the Insurance Commission subject to submission of complete supporti
77. idual parameters of each Specification stating the corresponding performance parameter of the equipment offered Statements of Comply or Not Comply must be supported by evidence in a Bidders Bid and cross referenced to that evidence Evidence shall be in the form of manufacturer s un amended sales literature unconditional statements of specification and compliance issued by the manufacturer samples independent test data etc as appropriate A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection A statement either in the Bidders statement of compliance or the supporting evidence that is found to be false either during Bid evaluation post qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause 3 1 a ii and or GCC Clause 2 1 a ii 126 Signed in the Presence of Supplier INSURANCE COMMISSION IC Form No 10 Authorized Signatory EMMANUEL F DOOC Designation Commissioner THIS AGREEMENT made this day of 20 Contract Agreement Form between the Insurance Commissionwith principal office address at the Insurance Commission Building 1071 United Nations Avenue Ermita Manila Philippines hereinafter called the Entity of the one part and name of Supplier of city and count
78. iewed and approved by the BIR Class B Document vii If applicable the 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 Technical Documents i ii iii Bid security in accordance with ITB Clause 18 If the Bidder opts to submit the bid security in the form of 1 1 a bank draft guarantee or an irrevocable letter of credit issued by a foreign bank it shall be accompanied by a confirmation from a Universal or Commercial Bank or 2 a surety bond it shall be accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments Conformity with technical specifications as enumerated and specified in Sections VI and VII of the Bidding Documents and Sworn statement in accordance with Section 25 2 a iv of the IRR of RA 9184 and using the form prescribed in Section VIII Bidding Forms 13 Documents Comprising the Bid FinancialComponent 1331 Unless otherwise stated in the BDS the financial component of the bid shall contain the following b Financial Bid Form which includes bid prices and the bill of quantities and the applicable Price Schedules in accordance with ITB Clauses 15 1 and 15 4 If the Bidder claims preferen
79. igabit Network Connection 10 100 1000 Interface NIC 5 Controller Wireless 802 11 b g n compatible with any access Support point AP device Bluetooth Power Supply At least 12 1 to 13 3 LED Battery Lithium lon 6 cell pack Mouse USB optical mouse with scroll wheel Webcam mouse pad included Latest available MS Windows 64 bit O S Operatin Professional EditionLicensed pd 9 OS pre installed burned copy of recovery y disk drive installer and reference manuals must be included A USB optical mouse with scroll wheel mouse ccessories pad and Bag included Three 3 years on parts and services on site Warranty and with immediate parts replacement with next business day response Bidderupplir shou be amd e Requirements provider 115 des TECHNICAL SPECIFICATION QTY U M Statement of Compliance HEAVY DUTY COLORED LASER 1 Sot See Note Below NETWORK PRINTER Branded Print Laser Technology Black up to 1200 x 1200 Hesordnon Color up to 1200 x 1200 dpi Standard 1GB Memory Process Speed 800 MHz Duty Cycle Up to 175 000 pages 2 Hi Speed USB Host Connectivit 1 Hi Speed USB 2 0 y 1 Gigabit Ethernet 10 100 1000T Network 2 Internal USB Host Duty Cycle 6 Monthly Letter Up to 4 000 to 25 000 pages Compatible in Windows 7 8 Vista 64 bit re Latest Mac OS Requirements Media sizes A3 A4 Letter legal st
80. ir financial component in another sealed envelope marked ORIGINAL FINANCIAL COMPONENT sealing them all in an outer envelope marked ORIGINAL BID Each copy of the first and second envelopes shall be similarly sealed duly marking the inner envelopes as COPY NO TECHNICAL COMPONENT and COPY NO FINANCIAL COMPONENT and the outer envelope as COPY NO ___ respectively These envelopes containing the original and the copies shall then be enclosed in one single envelope The original and the number of copies of the Bid as indicated in the BDS shall be typed or written in indelible ink and shall be signed by the bidder or its duly authorized representative s 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 Entitys BAC in accordance with ITB Clause 1 1 d bear the specific identification of this bidding process indicated in the ITB Clause 1 10 and e bear a warning DO NOT OPEN BEFORE the date and time for the opening of bids in accordance with ITB Clause21 If bids are not sealed and marked as required the Procuring Entity will assume no responsibility for the misplacement or premature opening of the bid Submission and Opening of Bids Deadline for Submission of Bids 26 22 23 24 Bids must be received by the Procuring Entity s BAC at the ad
81. is Contract shall be as follows For Goods Supplied from Abroad state The delivery terms applicable to the Contract are DDP delivered at 5th Floor Bankmer Building 6756 Ayala Avenue Makati In accordance 61 with INCOTERMS For Goods Supplied from Within the Philippines state The delivery terms applicable to this Contract are delivered at 15 Floor Insurance Commission Building 1071 United Nations Avenue Ermita Manila Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination Delivery of 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 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 i Original and four copies of the Suppliers invoice showing Goods description quantity unit price and total amount ii Original and four copies delivery receipt note railway receipt or truck receipt iii Original Supplier s factory inspection report iv Original and four copies of the Manufacturers and or Supplier s warranty certificate v Original and four copies of the certificate of origin for imported Goods vi Delivery receipt detailing number
82. ith AudioRecording mixing andrestoration with Showcase amp Discovercreativework must Centralizecreativeassets withDesktopAccesstoCreativeCloud mustCreatecontentandpublishapps with WebsiteandmobileappDesign w code amp design view mustCreateinteractiveandanimatedwebcontent mustCodeHT ML CSSandJavascript withPreviewandlnspectwebdesignsonmobiledevice S DesigntheResponsiveWeb withfreewebfonts withAddScript toolkit mustEasilyinstall amp manageextensions withImageeditingforwebsitesandapps haslDEforcodingflashapps amp mobiledevicepackagi ng e with Interactiveexperiencesgamedesign amp mobiledevic epackaging e must CreateActionScriptgames 81 VectorBasedDrawing VectorGraphicsandlllustration e must Collaboratewithcopywriters amp editors e with Pagedesign layoutandpublishing with InspiringColorthemesforanyproject Digitalphotoprocessingandediting available with WebsitedesignwithoutCoding Package withmobileappsinthecloud withImageeditingandcompositing with Metadataingest logging androughcuts with VideoProductionandediting mustBuildandmanagepersonalportfoliosite with ProfileFlashGamesonwebanddevices with Filmfinishingandcolorgrading with Collaborativescreenwriting reportingandschedulin gtools Operating Multiple Platforms Windows and MAC OS System LicenseSubScrIP three 3 Years License Subscription NO TECHNICAL SPECIFICATION QTY UM BAR CODE READER 35
83. its bid with the exception of any change in price resulting from a Change Order issued in accordance with GCC Clause 29 Payment 10 1 10 3 Payments 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 Except with the prior approval of the President no payment shall be made for services not yet rendered or for supplies and materials not yet delivered under this Contract Ten percent 1096 of the amount of each payment shall be retained by the Procuring Entity to cover the Supplier s warranty obligations under this Contract as described in GCC Clause 17 The Suppliers request s for payment shall be made to the Procuring Entity in writing accompanied by an invoice describing as appropriate the Goods delivered and or Services performed and by documents submitted pursuant to the SCC provision for GCC Clause 6 2 and upon fulfillment of other obligations stipulated in this Contract Pursuant to GCC Clause 10 2 payments shall be made promptly by the Procuring Entity but in no case later than sixty 60 days after submission of an invoice or claim by the Supplier Unless otherwise provided in the SCC the currency in which payment is made to the Supplier under this Contract shall be in Philippine Pesos Advance Payment and Terms of Payment 11 1 11 2 Ad
84. ity s initiative for purposes of clarifying or modifying any provision of the Bidding Documents not later than seven 7 calendar days before the deadline for the submission and receipt of bids Any modification to the Bidding Documents shall be identified as an amendment Any Supplemental Bid Bulletin issued by the BAC shall also be posted on the Philippine Government Electronic Procurement System PhilGEPS and the website of the Procuring Entity concerned if available It shall be the responsibility of all Bidders who secure the Bidding Documents to inquire and secure Supplemental Bid Bulletins that may be issued by the BAC However Bidders who have submitted bids before the issuance of the Supplemental Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB Clause 23 Preparation of Bids Language of Bid 17 12 The bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Entity shall be written in English Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation in English certified by the appropriate embassy or consulatein the Philippines in which case the English translation shall govern for purposes of interpretation of the bid Documents Comprising the Bid Eligibility and Technical Components 12 1 Unless otherwise indicated in the BDS
85. l submit the following documentary requirements a Latest income and business tax returnsin the form specified in the BDS b Certificate ofPhilGEPS Registration and c Other appropriate licenses and permits required by law and stated in the BDS Failure of the Bidder declared as Lowest Calculated Bid to duly submit the requirements under this Clause or a finding against the veracity of such shall be ground for forfeiture of the bid security and disqualification of the Bidder for award The determination shall be based upon an examination of the documentary evidence of the Bidder s qualifications submitted pursuant to ITB Clauses 12 and 13 as well as other information as the Procuring Entity deems necessary and appropriate using a non discretionary pass fail criterion If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for post qualification it shall declare the said bid as the Lowest Calculated Responsive Bid and recommend to the Head of the Procuring Entity the award of contract to the said Bidder at its submitted price or its calculated bid price whichever is lower A negative determination shall result in rejection of the Bidder s Bid in which event the Procuring Entity shall proceed to the next Lowest Calculated Bid to make a similar determination of that Bidders capabilities to perform satisfactorily If the second Bidder however fails the post qualification the procedure fo
86. liance COLORED LASER PRINTER Branded 3 sets See Note Below Print aser Technology Resolution Up to 1200 x 1200 dpi Standard 1GB Memory Process Speed 1 2 GHz Duty Cycle Up to 80 000 pages Hi Speed USB 2 0 port Connectivity built in Fast Ethernet 10 100 1000Base TX network port Network Ready Yes 4 eem Latest Microsoft Windows 32 64 bit yoke Latest Mac OS Requirements Media sizes Letter legal statement executive envelopes No 10 Monarch cards 3 x supported 5 in 4 x6 in 5x8 in photo 5 x 7 in 4 x6 in AC Power Cord Accessories Extra Toner Cartridge Automatic Duplexer Three 3 years on parts and services Warranty on site with immediate parts replacement with next business day response Bidder Supplier should be an authorized p idder Supplier business partner or authorized service Requirements provider 114 TEM TECHNICAL SPECIFICATION QTY U M Statement of NO Compliance See Not NOTEBOOK COMPUTER Branded 6 sets ea Processar 4th Generation Intel Core i5 Processor with Intel Q75 Chipset Display 14 LED backlit System Memory 8GB DDR3 SDRAM Hard Disk Drive Minimum of 500GB Serial ATA 7200 rpm Optical Media DVD RW Pointing Device TouchPad 3 USB 3 0 1 USB 3 0 charging 1 interfaces DisplayPort 1 VGA 1 combo stereo headphone mic jack 1 AC power 1 RJ 45 1 docking connector network G
87. lier is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction In this event termination will be without compensation to the Supplier provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Procuring Entity and or the Supplier Termination for Convenience 25 1 The Procuring Entity may terminate this Contract in whole or in part at any time for its convenience The Head of the Procuring Entity may terminate a contract for the convenience of the Government if he has determined the existence of conditions that make Project Implementation economically financially or technically impractical 56 224 25 3 and or unnecessary such as but not limited to fortuitous event s or changes in law and national government policies The Goodsthat have been delivered and or performed or are ready for delivery or performance within thirty 30 calendar days after the Suppliers receipt of Notice to Terminate shall be accepted by the Procuring Entity at the contract terms and prices For Goodsnot yet performed and or ready for delivery the Procuring Entity may elect a to have any portion delivered and or performed and paid at the contract terms and prices and or b to cancel the remainder and pay to the Supplier an agreed amount for partially completed and or performed goods and for materials and parts previousl
88. minus current liabilities K minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts including awarded contracts yet to be started coinciding with the contract for this Project Where 10 for a contract duration of one year or less 15 for a contract duration of more than one year up to two years and 20 for a contract duration of more than two years The CLC must be at least equal to ten percent 1096 of the ABC for this Project If issued by a foreign bank it shall be confirmed or authenticated by a Universal or Commercial Bank In the case of local government units LGUs the Bidder may also submit CLC from other banks certified by theBangko Sentral ng Pilipinas BSP as authorized to issue such financial instrument 6 Bidder s Responsibilities 6 1 6 2 The Bidder or its duly authorized representative shall submit a sworn statement in the form prescribed in Section VIII Bidding Forms as required in ITB Clause 12 1 b iii The Bidder is responsible for the following a Having taken steps to carefully examine all of the Bidding Documents b Having acknowledged all conditions local or otherwise affecting the implementation of the contract c Having made an estimate of the facilities available and needed for the contract to be bid if any 14 6 3 6 4 6 5 6 6 d Having complied with its responsibility to inquire or secure Supplemental Bid Bull
89. nd award A Bidder granting the request shall not be required or permitted to modify its bid 18 Bid Security 18 1 The bid security in the amount stated in the BDS shall be equal to the percentage of the ABC in accordance with the following schedule Amount of Bid Security Form of Bid Security Equal to Percentage of the ABC a Cash or cashier s manager s check issued by a Universal or Commercial Bank b Bank draft guarantee irrevocable letter of credit issued by a Universal or Two percent 296 Commercial Bank Provided however that it shall be confirmed or authenticated by a Universal or Commercial Bank if issued by a foreign bank c Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security d Any combination of the Proportionate to share of form Five percent 5 foregoing with respect to total amount of security e Bid Securing Declaration No percentage Required For biddings conducted by LGUs the Bidder may also submit bid securities in the form of cashiers manager s check bank 23 18 3 draft guarantee or irrevocable letter of credit from other banks certified by the BSP as authorized to issue such financial statement The bid security should be valid for the period specified in the BDS Any bid not accompanied by an acceptable bid security shall be reje
90. nd description of items received signed by the Procuring Entity s representative at the Project Site vii Certificate of Acceptance Inspection Report signed by the Procuring Entity s representative at the Project Site and viii Four copies of the Invoice Receipt for Property signed by the Procuring Entity s representative at the Project Site For purposes of this Clause the Procuring Entity s Representative at the Project Site are Edwin Cornelius A Lauz and Juan Carlo Florencio 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 a performance or supervision of on site assembly and or start up of the supplied Goods b furnishing of tools required for assembly and or maintenance of the supplied Goods c furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods d performance or supervision or maintenance and or repair of the supplied Goods for a period of time agreed by the parties provided that this service shall not relieve the Supplier of any warranty obligations under this Contract and e training of the Procuring Entitys personnel at the Suppliers plant and or on site in assembly start up 63 operation maintenance and or repair of the supplied Goods The Contract price for the Goods shall include
91. nd under the applicable law deduct from the Contract Price as liquidated damages the applicable rate of one tenth 1 10 of one 1 percent of the cost of the unperformed portion for every day of delay until actual delivery or performance The maximum deduction shall be ten percent 10 of the amount of contract Once the maximum is reached the Procuring Entity shall rescind the Contract pursuant to GCC Clause 23 without prejudice to other courses of action and remedies open to it Settlement of Disputes 20 1 If any dispute or difference of any kind whatsoever shall arise between the Procuring Entity and the Supplier in connection with or arising out of this Contract the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation 20 2 If after thirty 30 days the parties have failed to resolve their dispute or difference by such mutual consultation then either the Procuring Entity or the Supplier may give notice to the other party of its intention to commence arbitration as hereinafter provided as to the matter in dispute and no arbitration in respect of this matter may be commenced unless such notice is given 20 3 Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be settled by arbitration Arbitration may be commenced prior to or after delivery of the Goods under this Contract 54 21 2
92. net Logmars 83 MSI MSI 3 Plessey Postnet RSS reduced space symbology Standard 2 of 5 UCC EAN 128 UPC and EAN 2 or 5 digit extensions UPC A UPC A and UPC E with 2 or 5 digit extensions UPC A and UPC E with EAN 2 or 5 digit extensions UPC E 2 dimensional Aztec Codablock Code 49 Data Matrix MacroPDF417 MaxiCode MicroPDF417 PDF417 QR Code Fonts and Graphics Maximum label and liner width 4 25 108 mm Minimum label and liner width 0 75 19 mm Maximum label and liner length 0 38 9 7 mm to 39 991 mm Media Maximum roll diameter 5 127 mm Characteristics Core diameter 0 5 12 7 mm 1 0 25 4 mm 1 5 38 1 Media thickness 0 003 0 08 mm to 0 0075 0 20 mm Media types black bar black mark continuous continuous receipt die cut fanfold gap notched perforated receipt roll fed tag tag stock Ribbon Outside diameter 1 34 34 mm Characteristics Standard length 244 74 m Ratio 1 1 Five 5 Extra Ribbon PE Width 7 6 194 mm Height 7 5 191 mm Depth 10 254 mm Weight 4 6 Ibs 2 1 kg Three 3 years on parts and services on site and Warranty with immediate replacement unit with the same specification or higher Bidder Supplier Bidder Supplier should be an authorized business Requirements partner or authorized service provider 84 Section VIII Bidding Forms TABLE OF CONTENTS BID FORM Mec A
93. ng documents 69 4 Bidders shall submit a tentative schedule for all the activities to be done 5 Brochures and operating manuals should be submitted during the bid opening 6 Winning Bidder s must submit warranty certificate and performance test certificate of all delivered equipment hereby certify to comply and deliver all the above requirements Name of Company Bidder Signature over Printed Name of Date Representative 70 Section VII Technical Specifications ITEM NO TECHNICAL SPECIFICATION QTY U M COMPUTER AND APPURTENANCES 36 sets Desktop Computer For Office Productivity Branded Casing Small Form Factor Processor 4th Generation Intel Core i5 Processor with Intel Q75 Chipset Front Side Bus 2 90 3 60 GHz Cache 4 MB cache 2 cores Memory At least 8GB DDR3 Hard Disk Drive Minimum of 1TB Serial ATA 7200 rpm Optical Drive at least DVD RW SuperMulti DL Front 4 USB ports 2 0 and 1 microphone in 1 Interfaces Back 6 USB port with at least 4 USB 3 0 1 Display port 1 audio out 1 power connector 1 RJ 45 Audio Integrated Audio Network Integrated Gigabit EthernetNetwork Controller Interface Wireless LAN card 802 11 b g n compatible with any Controller access point AP device At least 21 5 LED backlit Widescreen anti glare Display Same chassis color and Brand Video Memory Minimum dedicat
94. ning compliance with the requirements in the first envelope the BAC shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated passed The second envelope of each complying bidder shall be opened within the same day In case one or more of the requirements in the second envelope of a particular bid is missing incomplete or patently insufficient and or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 13 2 the BAC shall rate the bid concerned as failed Only bids that are determined to contain all the bid requirements for both components shall be rated passed and shall immediately be considered for evaluation and comparison Letters of withdrawal shall be read out and recorded during bid opening and the envelope containing the corresponding withdrawn bid shall be returned to the Bidder unopened If the withdrawing Bidder s representative is in attendance the original bid and all copies thereof shall be returned to the representative during the bid opening If the representative is not in attendance the bid shall be returned unopened by registered mail The Bidder may withdraw its bid prior to the deadline for the submission and receipt of bids provided that the corresponding Letter of Withdrawal contains a valid authorization requesting for such withdrawal subject to appropriate administrative sanctions If a Bidder has previously secured
95. nt 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 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 Name of Bidderjis authorizing the Head of the Procuring Entity or its duly authorized representative s to verify all the documents submitted 130 at 6 Select one delete the rest If a sole proprietorship am not 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 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
96. ntradicted by the evidence presented will render the Bid under evaluation liable for rejection A statement either in the Bidders statement of compliance or the supporting evidence that is found to be false either during Bid evaluation post qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause 3 1 a ii and or GCC Clause 2 1 a ii 107 Section VII Technical Specifications ITEM NO TECHNICAL SPECIFICATION QTY U M COMPUTER AND APPURTENANCES 36 sets Statement of Compliance See Note Below Desktop Computer For Office Productivity Branded Casing Small Factor 4th Generation Intel Core i5 Processor with Processor Intel Q75 Chipset Font olde 00 3 50 GHz Bus Cache 4 MB cache 2 cores Memory At least 8GB DDR3 Hard Disk lo Drive Minimum of 1TB Serial ATA 7200 rpm at least DVD RW Super Multi DL rive Front 4 USB ports 2 0 and 1 microphone in 1 Headphone Interfaces Back 6 USB port with at least 4 USB 3 0 1 Display port 1 audio out 1 power connector 1 RJ 45 Audio Integrated Audio Network Integrated Gigabit Ethernet Network Controller Interface Wireless LAN card 802 11 b g n compatible Controller with any access point AP device Displa At least 21 5 LED backlit Widescreen anti gla
97. o Series of 2015 129 IC Form No 11 Omnibus Sworn Statement REPUBLIC OF THE PHILIPPINES CITY MUNICIPALITY OF S S AFFIDAVIT Name of Affiant of legal age Civil Status Nationality and residing at Adaress 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 am the sole proprietor of Name of Bidder with office address at address of Bidder If a partnership corporation cooperative or joint venture am the duly authorized and designated representative of Name of Bidder with office address at address of Bidder Select one delete the other If a sole proprietorship As the owner and sole proprietor of Name of Bidder have full power and authority to do execute and perform any and all acts necessary to represent it in the bidding for Name of the Project of the Name of the Procuring Entity If a partnership corporation cooperative or joint venture am granted full power and authority to do execute and perform any and all acts necessary and or to represent the Name of Bidder in the bidding as shown in the attached state title of attached document showing proof of authorization e g duly notarized Secretary s Certificate issued by the corporation or the members of the joint venture Name of Bidder is not blacklisted or barred from bidding by the Governme
98. o District Office set Colored Laser Printer Branded IC Main set Notebook Computers sets Heavy Duty Colored Laser Printer Branded set Mobile Printer Branded set Laser Printer Branded 12 sets Location Project Number of Units Statement of Compliance 103 Site See Note Below Description Quantity 1071 9 Multi Function Printer 6 sets United Nations Multi Media and Web Avenue i Development Software en Ermita Manila 11 Bar Code Reader 35 sets 12 Bar Code Printer 3 sets Total Units Two Hundred Ten 210 Units 1 The delivery schedule expressed as weeks stipulates a delivery date to the project site E Delivered Description Quantity Weeks Months Desktop Computers 1 For Office Productivity 7 sem Delivery installation and High End Desktop commissioning must be 2 Computers 2 sets thirty 30 days from For Office Productivity receipt of Notice to Proceed NTP Desktop Computers For Agent s Exam IC 73 sets main office Desktop Computers 3 For Agent s Exam 15 sets Cebu District Office Desktop Computers For Agent s Exam 15 sets Delivery installation and Davao District Office commissioning must be thirty five 35 days from Colored Laser Printer receipt of Notice to Branded Cebu District 1 set Proceed NTP
99. o dapi dvo eee dta 33 32 Signing of the COMUACl uM ott et at ate 33 33 Performance Security coc ao oro cent nd erri hte Cd oo aea Ct odo a tates 34 34 Notice to POCO ee ET e 35 General Scope of Bid 1 1 procuring entity named in the BDS hereinafter referred to as the Procuring Entity wishes to receive bids for supply and delivery of the goods as described in 1 9 Section VII Technical Specifications hereinafter referred to as the Goods 1 10 The name identification and number of lots specific to this bidding are provided in the BDS The contracting strategy and basis of evaluation of lots is described in ITB Clause 28 Source of Funds The Procuring Entity has a budget or has applied for or received funds from the Funding Source named in the BDS and in the amount indicated in the BDS It intends to apply part of the funds received for the Project as defined in the BDS to cover eligible payments under the contract Corrupt Fraudulent Collusive and Coercive Practices 3 1 Unless otherwise specified in the BDS the Procuring Entity as well as the bidders andsuppliers shall observe the highest standard of ethics during the procurement and execution of the contract In pursuance of this policy the Procuring Entity a defines for purposes of this provision the terms set forth below as follows i iii iv corrupt pract
100. of his bid price in accordance with the Instructions to Bidder or 2 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 Contract Form 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 occurrence of one or both of the two 2 conditions specifying the occurred condition or conditions 92 The Guarantee will remain in force up to and including the date insert days days after the deadline for submission of Bids as such deadline is stated 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 2 Usually 28 days after the end of the validity period of the Bid Date should be inserted by the Entity before the Bidding Documents are issued 93 IC Form No 4 Form of Bid Security Irrevocable Letter of Credit Date EMM
101. olved in any capacity on the same project A Bidder submits more than one bid in this bidding process However this does not limit the participation of subcontractors in more than one bid or A Bidder who participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are the subject of the bid In accordance with Section 47 of thelRR of RA 9184 all Bidding Documents shall be accompanied by a sworn affidavit of the Bidder that it is not related to the Head of the Procuring Entity members of the Bids and Awards Committee BAC members of the Technical Working Group TWG members of the BAC Secretariat the head of the Project Management Office PMO or the end user unit and the project consultants by consanguinity or affinity up to the third civil degree On the part of the Bidder this Clause shall apply to the following persons b c d If the Bidder is an individual or a sole proprietorship to the Bidder himself If the Bidder is a partnership to all its officers and members If the Bidder is a corporation to all its officers directors and controlling stockholders and If the Bidder is a joint venture JV the provisions of items a b or c of this Clause shall correspondingly apply to each of the members of the said JV as may be appropriate Relationship of the nature described above or failure to comply with this Clause will resul
102. ords and accounts of a bidder or supplier in the bidding for and performance of a contract themselves or through independent auditors as reflected in the GCC Clause3 Conflict of Interest 4 1 All Bidders found to have conflicting interests shall be disqualified to participate in the procurement at hand without prejudice to the imposition of appropriate administrative civil and criminal sanctions A Bidder may be considered to have conflicting interests with another Bidder in any of the events described in paragraphs a through c below and a general conflict of interest in any of the circumstances set out in paragraphs d through f below 42 b d A Bidder has controlling shareholders in common with another Bidder A Bidder receives or has received any direct or indirect subsidy from any other Bidder A Bidder has the same legal representative as that of another Bidder for purposes of this bid A Bidder has a relationship directly or through third parties that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process This will include a firm or an organization who lends or temporarily seconds its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project if the personnel would be inv
103. ous Information Technology IT Resources for the Insurance Commission Bids received in excess of the ABC shall be automatically rejected at bid opening The Insurance Commission IC now invites bids for the Procurement of Various Information Technology IT Resources Delivery of the Goods is required as indicated in the Bid Data Sheet Bidders should have completed within three 3 years from the date of submission and receipt of bids a contract similar to the Project The description of an eligible bidder is contained in the Bidding Documents particularly in Section II Instructions to Bidders Bidding will be conducted through open competitive bidding procedures using a non discretionary pass fail criterion as specified in the Implementing Rules and Regulations IRR of Republic Act RA 9184 otherwiseknown as the Government Procurement Reform Act Bidding is restricted to Filipino citizens sole proprietorships partnerships or organizations with at least sixty percent 6096 interest or outstanding capital stock belonging to citizens of the Philippines and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens pursuant to RA 5183 and subject to Commonwealth Act 138 Interested bidders may obtain further information from the IC BAC Secretariat and inspect the Bidding Documents at the address given below from 9 00 A M to 5 00 P M Monday to Friday
104. pened and or duly sealed until such time that the motion for reconsideration or protest has been resolved TheProcuring Entity shall prepare the minutes of the proceedings of the bid opening that shall include as a minimum a names of Bidders their bid price bid security findings of preliminary examination and b attendance sheet The BAC members shall sign the abstract of bids as read Evaluation and Comparison of Bids Process to be Confidential 25 1 Members of the including its staff and personnel as well as its Secretariat and TWG are prohibited from making or accepting any kind of communication with any bidder regarding the evaluation of their bids until the issuance of the Notice of Award unless otherwise allowed in the case of ITB Clause 26 Any effort by a bidder to influence the Procuring Entity in the Procuring Entitys decision in respect of bid evaluation bid comparison or contract award will result in the rejection of the Bidder s bid Clarification of Bids To assist in the evaluation comparison and post qualification of the bids the Procuring Entity may ask in writing any Bidder for a clarification of its bid All responses to requests for clarification shall be in writing Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered Domestic Preference 27 1 Unless otherwise stated in the BDS the Proc
105. plicable laws no variation in or modification of the terms of this Contract shall be made except by written amendment signed by the parties Application These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of this Contract 59 Section V Special Conditions of Contract Special Conditions of Contract GCC Clause 1 1 g The Procuring Entity is INSURANCE COMMISSION IC 1 1 The Supplier is to be inserted at the time of contract award 1 1 The Funding Source is The Government of the Philippines GOP through IC s Special Fund 151 in the amount of TEN MILLION SIX HUNDRED THOUSAND PESOS Php10 600 000 00 The Project Site is Insurance Commission 1071 United Nations Avenue Ermita Manila 5 1 The Procuring Entity s address for Notices is HON EMMANUEL F DOOC Insurance Commissioner 1071 United Nations Avenue Ermita Manila 523 8461 local 115 The Supplier s address for Notices is Insert address including name of contact fax and telephone number 6 2 Delivery and Documents For purposes of the Contract EXW FOB FCA CIF CIP DDP and other trade terms used to describe the obligations of the parties shall have the meanings assigned to them by the current edition of INCOTERMS published by the International Chamber of Commerce Paris The Delivery terms of th
106. r post qualification shall be repeated for the Bidder with the next Lowest Calculated Bid and so on until the Lowest Calculated Responsive Bid is determined for contract award Within a period not exceeding seven 7 calendar days from the date of receipt of the recommendation of the BAC the Head of the Procuring Entity shall approve or disapprove the said recommendation In the case of GOCCs and GFls the period provided herein shall be fifteen 15 calendar days Reservation Clause 32 Notwithstanding the eligibility or post qualification of a Bidder the Procuring Entity concerned reserves the right to review its qualifications at any stage of the procurement process if it has reasonable grounds to believe that a misrepresentation has been made by the said Bidder or that there has been a change in the Bidder s capability to undertake the project from the time it submitted its eligibility requirements Should such review uncover any misrepresentation made in the eligibility and bidding requirements statements or documents or any changes in the situation of the Bidder which will affect its capability to undertake the project so that it fails the preset eligibility or bid evaluation criteria the Procuring Entity shall consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract Based on the following grounds the Procuring Entity reserves the right to reject any and all bid
107. r to the delay and such failure amounts to at least ten percent 1096 of the contact price b As a result of force majeure the Supplier is unable to deliver or perform any or all of the Goods amounting to at least ten percent 1096 of the contract price for a period of not less than sixty 60 calendar days after receipt of the notice from the Procuring Entity stating that the circumstance of force majeure is deemed to have ceased or c The Supplier fails to perform any other obligation under the Contract In the event the Procuring Entity terminates this Contract in whole or in part for any of the reasons provided under GCC Clauses 23 to 26 the Procuring Entity may procure upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered and the Supplier shall be liable to the Procuring Entity for any excess costs for such similar Goods or Services However the Supplier shall continue performance of this Contract to the extent not terminated In case the delay in the delivery of the Goodsand or performance of the Services exceeds a time duration equivalent to ten percent 1096 of the specified contract time plus any time extension duly granted to the Supplier the Procuring Entity may terminate this Contract forfeit the Supplier s performance security and award the same to a qualified Supplier Termination for Insolvency The Procuring Entity shall terminate this Contract if the Supp
108. rcent 2096 subject to the Procuring Entitys own verification of the reason s for the failure to issue documents vii and viii as described in the SCC provision on Delivery and Documents All progress payments shall first be charged against the advance payment until the latter has been fully exhausted Taxes and Duties The Supplier whether local or foreign shall be entirely responsible for all the necessary taxes stamp duties license fees and other such levies imposed for the completion of this Contract Performance Security 13 1 Within ten 10 calendar days from receipt of the Notice of Award from the Procuring Entity but in no case later than the signing of the contract by both parties the successful Bidder shall furnish the performance security in any the forms prescribed in the ITB Clause 33 2 The performance security posted in favor of the Procuring Entity shall be forfeited in the event it is established that the winning bidder is in default in any of its obligations under the contract The performance security shall remain valid until issuance by the Procuring Entity of the Certificate of Final Acceptance The performance security may be released by the Procuring Entity and returned to the Supplier after the issuance of the Certificate of Final Acceptance subject to the following conditions 50 14 15 a There are no pending claims against the Supplier or the surety company filed by the Procuring
109. re Same chassis color Brand ony Minimum dedicated 1GB Memory Keyboard Keyboard USB Mouse Mouse USB optical mouse with scroll wheel mouse pad included Latest available MS Windows 64 bit O S Professional Edition License Operating System OS pre installed burned copy of recovery disk drive installer and reference manuals must be included 108 ITEM Statement of NO TECHNICAL SPECIFICATION QTY U M Compliance See Note Below COMPUTER AND APPURTENANCES continuation Sere Output Power Capacity 500 VA Nominal Input Voltage 230V Input Frequency 60Hz UPS Branded Typical Backup Time at Half Load 12 4 minutes 150 watts Typical Backup Time at Full Load 4 4 minutes 300 watts Surge Energy Rating 300 joules Battery Type Maintenance free sealed Lead Acid Battery Warranty Two 2 years on parts and labor Others With built in Automatic Voltage Regulator AVR and Surge Protector cable user s manual Three 3 years on parts and services on site Warranty and with immediate parts replacement with next business day response Bidder Suppli Bidder Supplier should be an authorized er business partner or authorized service Requirements provider 109 ITEM Statement of NO TECHNICAL SPECIFICATION QTY U M Compliance See Note COMPUTE
110. resentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity and includes collusive practices among Bidders prior to or after bid submission designed to establish bid prices at artificial non competitive levels and to deprive the Procuring Entity of the benefits of free and open competition collusive practices means a scheme or arrangement between two or more Bidders with or without the knowledge of the Procuring Entity designed to establish bid prices at artificial non competitive levels coercive practices means harming or threatening to harm directly or indirectly persons or their property to influence their participation in a procurement process or affect the execution of a contract obstructive practice is 46 2 2 aa deliberately destroying falsifying altering concealing of evidence material to administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government foreign international financing institution into allegations of a corrupt fraudulent coercive or collusive practice and or threatening harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such procee
111. rmation Technology IT Resources for Insurance Commission 3 1 No further instructions 5 1 No further instructions 5 2 None of the circumstances mentioned in the IB clause exists in this Project Foreign bidders except those falling under ITB Clause 5 1 b may not participate in this Project 5 4 The Bidder must have completed within three 3 years from the date of submission and receipt of bids as providedITB Clause 12 1 a iii a single contract that is similar to this Project equivalent to at least fifty percent 5096 of the ABC 7 No further instructions 8 1 Subcontracting is not allowed 8 2 Not applicable 9 1 The Procuring Entity will hold a pre bid conference for this Project on 21 August 2015 2 30 P M at the IC Executive Lounge Insurance Commission 1071 United Nations Avenue Ermita Manila 10 1 The Procuring Entity s address is 1071 United Nations Avenue Ermita Manila MR ANTONIO A SISON 38 BAC Chairperson 523 8461 local 115 Email address bac insurance gov ph BAC Secretariat bacsec insurance gov ph 12 1 No further instructions 12 1 a i No other acceptable proof of registration is recognized 12 1 a iii The statement of all ongoing and completed government and private contracts shall include all such contracts within the last three 3 years prior to the deadline for the submission and receipt of bids 13 1 No additional requirements
112. rs shall submit their bids through their duly authorized representative using the appropriate forms provided in Section VIII Bidding Forms on or before the deadline specified in the ITB Clauses21 in two 2 separate sealed bid envelopes and which shall be submitted simultaneously The first shall contain the technical component of the bid including the eligibility requirements under ITB Clause 12 1 and the second shall contain the financial component of the bid Forms as mentioned in ITB Clause 19 1must be completed without any alterations to their format and no substitute form shall be accepted All blank spaces shall be filled in with the information requested The Bidder shall prepare and submit an original of the first and second envelopes as described in ITB Clauses 12 and13 In the event of any discrepancy between the original and the copies the original shall prevail 25 20 21 The bid except for unamended printed literature shall be signed andeach and every page thereof shall be initialed by the duly authorized representative s of the Bidder Any interlineations erasures or overwriting shall be valid only if they are signed or initialed by the duly authorized representative s of the Bidder Sealing and Marking of Bids 20 1 Bidders shall enclose their original eligibility and technical documents described in ITB Clause 12 in one sealed envelope marked ORIGINAL TECHNICAL COMPONENT and the original of the
113. ry of Supplier hereinafter called the Supplier of the other part WHEREAS the Entity invited Bids for certain goods and ancillary services viz Procurement of Information Technology IT Resources for the Insurance Commission and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of contract price in words and figures hereinafter called the Contract Price NOW THIS AGREEMENT WITNESSETH AS FOLLOWS 1 In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to The following documents shall be deemed to form and be read and construed as part of this Agreement viz the Bid Form and the Price Schedule submitted by the Bidder the Schedule of Requirements the Technical Specifications the General Conditions of Contract the Special Conditions of Contract the Entity s Notice of Award and g the Supplemental Bid Bulletins e p a In consideration of the payments to be made by the Entity to the Supplier as hereinafter mentioned the Supplier hereby covenants with the Entity to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract The Entity hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein
114. s declare a failure of bidding at any time prior to the contract award or not to award the contract without thereby incurring any liability and make no assurance that a contract shall be entered into as a result of the bidding a If there is prima facie evidence of collusion between appropriate public officers or employees of the Procuring Entity or between the BAC and any of the Bidders or if the collusion is between or among the bidders themselves or between a Bidder and a third party including any act which restricts suppresses or nullifies or tends to restrict suppress or nullify competition b If the Procuring Entity s BAC is found to have failed in following the prescribed bidding procedures or c For any justifiable and reasonable ground where the award of the contract will not redound to the benefit of the GOP as follows i If the physical and economic conditions have significantly changed so as to render the project no longer economically financially or technically feasible as determined by the head of the procuring entity ii If the project is no longer necessary as determined by the head of the procuring entity and iii lf the source of funds for the project has been withheld or reduced through no fault of the Procuring Entity In addition the Procuring Entity may likewise declare a failure of bidding when a No bids are received b All prospective Bidders are declared ineligible 33 3
115. s shall be quoted in Philippine Pesos b For Goods that the Bidder will supply from outside the Philippines the prices may be quoted in the currency ies stated in the BDS However for purposes of bid evaluation bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rateas publishedin the BSPreference rate bulletin on the day of the bid opening If so allowed in accordance with ITB Clause 16 1 the Procuring Entity for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the foregoing exchange rates Unless otherwise specified in the BDS payment of the contract price shall be made in Philippine Pesos 22 17 Bid Validity 17 1 Bids shall remain valid for the period specified in the BDSwhich shall not exceed one hundred twenty 120 calendar days from the date of the opening of bids In exceptional circumstances prior to the expiration of the Bid validity period the Procuring Entity may request Bidders to extend the period of validity of their bids The request and the responses shall be made in writing The bid security described in ITB Clause 18 should also be extended corresponding tothe extension of the bid validity period at the least A Bidder may refuse the request without forfeiting its bid security but his bid shall no longer be considered for further evaluation a
116. s the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations The Goods means all of the supplies equipment machinery spare parts other materials and or general support services which the Supplier is required to provide to the Procuring Entity under the Contract The Services means those services ancillary to the supply of the Goods such as transportation and insurance and any other incidental services such as installation commissioning provision of technical assistance training and other such obligations of the Supplier covered under the Contract GCC means the General Conditions of Contract contained in this Section SCC means the Special Conditions of Contract The Procuring Entity means the organization purchasing the Goods as named in the SCC The Procuring Entity s country is the Philippines The Supplier means the individual contractor manufacturer distributor or firm supplying manufacturing the Goods and Services under this Contract and named in the SCC The Funding Source means the organization named in the SCC The Project Site where applicable means the place or places named in the SCC Day means calendar day The Effective Date of the contract will be the date of receipt by the Supplier of the Notice to Proceed or the date provided in the Notice to Proceed Performance of all obligations shall be reckoned from the
117. sets Scan Rate 100 Scans per second Scanner Type Bi Directional Scan Element 50Hz Frequency 44 Interface USB Scan any Scans 1 D 2 D and PDF417 barcodes barcode on printed on paper labels or displayed on any medium mobile devices or computer screens Decode Capability UPC EAN UPC EAN with Supplementals UPC EAN 128 Code 39 Code 39 Full ASCII Code 39 TriOptic Code 128 Code 128 Full ASCII Codabar Interleaved 2 of 5 Discrete 2 of 5 Code 93 MSI Code 11 IATA GS1 82 DataBar formerly RSS variants Chinese 2 of 5 Weight 5 71 oz 162 g w o cable Handheld Yes Dimensions 6 48 in H x 3 86 in L x 2 64 in W 16 5 H x 9 8 cm L x 6 7 cm W Corded Yes Three 3 years on parts and services on site Warranty and with immediate replacement unit with the same specification or higher NGC TECHNICAL SPECIFICATION QTY U M BAR CODE PRINTER 3 sets Resolution 300 dpi 12 dots mm Memory 8 MB SDRAM 3 MB available to user 4 12 MB Flash 1 5 MB available to user Print width 4 09 104 mm Print length 39 991 mm Print speed 4 102 mm sec Barcodes Symbologies Linear Codabar Code 11 Code 128 Code 128 with subsets A B C Code 39 Code 93 EAN 13 EAN 14 EAN 8 EAN 8 and EAN 13 with 2 or 5 digit extensions German Post Code Industrial 2 of 5 Interleaved 2 of 5 Japanese Post
118. shall be the sole responsibility of the Bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to the contract to be bid including a the location and the nature of this Project b climatic conditions c transportation facilities and d other factors that may affect the cost duration and execution or implementation of this Project The Procuring Entity shall not assume any responsibility regarding erroneous interpretations or conclusions by the prospective or eligible bidder out of the data furnished by the procuring entity The Bidder shall bear all costs associated with the preparation and submission of his bid and the Procuring Entity will in no case be 15 9 6 7 6 8 responsible or liable for those costs regardless of the conduct or outcome of the bidding process Before submitting their bids the Bidderis deemed to have become familiar with all existing laws decrees ordinances acts and regulations of the Philippines which may affect this Project in any way The Bidder should note that the Procuring Entity will accept bids only from those that have paid the nonrefundable fee for the Bidding Documents at the office indicated in the Invitation to Bid Origin of Goods Unless otherwise indicated in the BDS there is no restriction on the origin of goods other than those prohibited by a decision of the United Nations Security Council taken under
119. specified in Section VI Schedule of Requirements Signing of the Contract 32 1 32 2 At the same time as the Procuring Entity notifies the successful Bidder that its bid has been accepted the Procuring Entity shall send the Contract Form to the Bidder which contract has been provided in the Bidding Documents incorporating therein all agreements between the parties Within ten 10 calendar days from receipt of the Notice of Award the successful Bidder shall post the required performance security and sign and date the contract and return it to the Procuring Entity 34 32 3 The Procuring Entity shall enter into contract with the successful Bidder within the same ten 10 calendar day period provided that all the documentary requirements are complied with The following documents shall form part of the contract a Contract Agreement b Bidding Documents c Winning bidders bid including the Technical and Financial Proposals and all other documents statements submitted d Performance Security e Credit line in accordance with ITB Clause 5 5 if applicable f Notice of Award of Contract and g Other contract documents that may be required by existing laws and or specified in the BDS 33 Performance Security 33 1 To guarantee the faithful performance by the winning Bidder of its obligations under the contract it shall post a performance security within a maximum period of ten 10 calendar
120. st Calculated Bid shall be determined in two steps 30 29 a The detailed evaluation of the financial component of the bids to establish the correct calculated prices of the bids and b The ranking of the total bid prices as so calculated from the lowest to the highest The bid with the lowest price shall be identified as the Lowest Calculated Bid The Procuring Entitys BAC shall immediately conduct a detailed evaluation of all bids rated passed using non discretionary pass fail criteria Unless otherwise specified in the BDS the BAC shall consider the following in the evaluation of bids a Completeness of the bid Unless the ITB specifically allows partial bids bids not addressing or providing all of the required items in the Schedule of Requirements including where applicable bill of quantities shall be considered non responsive and thus automatically disqualified In this regard where a required item is provided but no price is indicated the same shall be considered as non responsive but specifying a O zero for the said item would mean that it is being offered for free to the Procuring Entity and b Arithmetical corrections Consider computational errors and omissionsto enable proper comparison of all eligible bids It may also consider bid modifications if allowed in the BDS Any adjustment shall be calculated in monetary terms to determine the calculated prices Based on the detailed evaluation of bids
121. t Insurance and Freight CIF Cost and Insurance Paid to CIP Delivered Duty Paid DDP and other trade terms used to describe the obligations of the parties shall be governed by the rules prescribed in the current edition of the International Commercial Terms INCOTERMS published by the International Chamber of Commerce Paris 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 i The price of the Goods quoted EXW ex works ex factory ex warehouse ex showroom or off the shelf as applicable including all customs duties and sales and other taxes already paid or payable i 1 on the components and raw material used in the manufacture or assembly of Goods quoted ex works or ex factory or i 2 the previously imported Goods of foreign origin quoted ex warehouse ex showroom or off the shelf and any Procuring Entity country sales and other taxes which will be payable on the Goods if the contract is awarded ii The price for inland transportation insurance and other local costs incidental to delivery of the Goods to their final destination iii price of other incidental services if any listed in the BDS b For Goods offered from abroad 21 15 5 Unless otherwise stated in the BDS the price of the Goods shall be quoted DDP with the place of destination in the Philippinesas speci
122. t in the automatic disqualification of a Bidder 12 5 Eligible Bidders 5 1 5 2 5 3 5 4 Unless otherwise provided in the BDS the following persons shall be eligible to participate in this bidding a Duly licensed Filipino citizens sole proprietorships b Partnerships duly organized under the laws of the Philippines and of which at least sixty percent 6096 of the interest belongs to citizens of the Philippines c Corporations duly organized under the laws of the Philippines and of which at least sixty percent 6096 of the outstanding capital stock belongs to citizens of the Philippines d Cooperatives duly organized under the laws of the Philippines and of which at least sixty percent 6096 of the interest belongs to citizens of the Philippines and e X Unless otherwise provided in the BDS persons entities forming themselves into a JV ie a group of two 2 or more persons entities that intend to be jointly and severally responsible or liable for a particular contract Provided however that Filipino ownership or interest of the joint venture concerned shall be at least sixty percent 60 Foreign biddersmay be eligible to participate when any of the following circumstances exist as specified in the BDS a When a Treaty or International or Executive Agreement as provided in Section 4 of the RA 9184 and its IRR allow foreign bidders to participate b Citizens corporations or assoc
123. t 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 64 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 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 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
124. terleaved 2 of 5 Discrete 2 of 5 Code 93 MSI Code 11 IATA GS1 DataBar formerly RSS variants Chinese 2 of 5 Weight 5 71 oz 162 g w o cable Handheld Yes 6 48 in H x 3 86 in L x 2 64 in W Dimensions amp 16 5 cm H x 9 8 cm L x 6 7 cm W Corded Yes One 1 year on parts and services on site and with immediate parts Warranty replacement with next business day response 123 ITEM NO TECHNICAL SPECIFICATION QTY U M 12 BAR CODE PRINTER 3 sets Statement of Compliance See Note Below Resolution 300 dpi 12 dots mm Memory 8 MB SDRAM 3 MB available to user 4 MB Flash 1 5 MB available to user Print width 4 09 104 mm Print length 39 991 mm Print speed 4 102 mm sec Barcodes Symbologies Linear Codabar Code 11 Code 128 Code 128 with subsets A B C Code 39 Code 93 EAN 13 EAN 14 EAN 8 EAN 8 and EAN 13 with 2 or 5 digit extensions German Post Code Industrial 2 of 5 Interleaved 2 of 5 Japanese Postnet Logmars MSI MSI 3 Plessey Postnet RSS reduced space symbology Standard 2 of 5 UCC EAN 128 UPC and EAN 2 or 5 digit extensions UPC A UPC A and UPC E with 2 or 5 digit extensions UPC A and UPC E with EAN 2 or 5 digit extensions UPC E 124 ITEM NO TECHNICAL SPECIFICATION QTY U M BAR CODE PRINTER contin
125. the place and on the date first above written Notary Public Until 31 December20 PTR No Issued at Issued on TIN No Doc No Page No Book No Series of 100 IC Form No 8 Joint Venture Agreement 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 of legal age civil status owner proprietor of a resident of 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 to be conducted by the Insurance Commission NAME OF PROJECT CONTRACT AMOUNT That both parties agree to be jointly and severally liable for the entire assignment 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 until terminated by both parties Done this day of in the year of our Lord 101 ACKNOWLEDGEMENT REPUBLIC OF THE PHILIPPINES 5
126. thorized Financing Institution Officer Official Designation Concurred By Name amp Signature of Supplier s Authorized Representative Official Designation Note The amount committed should be machine validated 95 ACKNOWLEDGMENT REPUBLIC OF THE PHILIPPINES SS BEFORE ME a Notary Public for and in Philippines this day of 20 personally appeared NAME CTC NO ISSUED AT ON known to me and known to be the same person who executed the foregoing instrument consisting of pages including the page whereon the acknowledgment is written and acknowledged before me that the same is his free and voluntary act and deed and that of the Corporation he represents WITNESS MY HAND AND NOTARIAL SEAL at the place and on the date first above written Notary Public Until 31 December 20 PTR No Issued at Issued on TIN No Doc No Page No Book No Series of 96 IC Form No 5 List of all Ongoing Government amp Private Contracts including Contracts Awarded but not yet Started Business Name Business Address of Name of Contract a Owner s Name Bidder s Role a Date Awarded Accomplishment Value of b Date Started Outstanding b Address Nature of Work Project Cost c Telephone Nos Description 4 Planned Actual Undelivered Portion Note The following documents shall be submitted upon post qualifica
127. tion 1 Notice of Award and or Contract 2 Notice to Proceed issued by the owner 3 Certificate of Accomplishments signed by the owner or authorized representative Submitted by Printed Name amp Signature Designation Date 97 IC Form No 6 Statement of all Government amp Private Contracts Completed which are Similar in Nature during the last Three 3 years Business Name Business Address Amount at a Date a Owner s Name Bidder s Role Award Awarded Name of Contract b Address Nature of Work Amount at b Contract c Telephone Nos Description Completion Effectivity Duration c Date Note The following documents shall be submitted upon post qualification 1 Contract 2 Certificate of Completion 3 Certificate of Acceptance Submitted by Printed Name amp Signature Designation Date 98 IC Form No 7 Credit Line Certificate Date EMMANUEL F DOOC Commissioner Insurance Commission 2nd Floor IC Building 1071 United Nations Avenue Ermita Manila CONTRACT PROJECT COMPANY FIRM ADDRESS BANK FINANCING SATION ADDRESS AMOUNT This is to certify that the above Bank Financing Institution with business address indicated above commits to provide the lt Contractor Distributor Manufacturer Supplier gt if awarded the above mentioned Contract a credit line in the amount specified above which shall b
128. uation 3 Sers Statement of Compliance See Note Below 12 2 dimensional Aztec Codablock Code 49 Data Matrix MacroPDF417 MaxiCode MicroPDF417 PDF417 QR Code Fonts and Graphics Media Characteristics Maximum label and liner width 4 25 108 mm Minimum label and liner width 0 75 19 mm Maximum label and liner length 0 38 9 7 mm to 39 991 mm Maximum roll diameter 5 127 mm Core diameter 0 5 12 7 mm 1 0 25 4 mm 1 5 38 1 Media thickness 0 003 0 08 mm to 0 0075 0 20 mm Media types black bar black mark continuous continuous receipt die cut fanfold gap notched perforate d receipt roll fed tag tag stock Ribbon Characteristics Outside diameter 1 34 34 mm Standard length 244 74 m Ratio 1 1 Extra Ribbon Physical Characteristics Width 7 6 194 mm Height 7 5 191 mm Depth 10 254 mm Weight 4 6 Ibs 2 1 kg Warranty Three 3 year on parts and services on site and with immediate parts replacement with next business day response Bidder Supplier Requirements Bidder Supplier should be an authorized business partner or authorized service provider 125 We l hereby commit to comply and deliver all of the above requirements as specified Name and Signature of Authorized Official Position Date Note Bidders must state here either Comply or Not Comply against each of the indiv
129. uring Entity will grant a margin of preference for the purpose of comparison of bids in accordance with the following a preference shall be applied when i the lowest Foreign Bid is lower than the lowest bid offered by a Domestic Bidder or ii the lowest bid offered by a non Philippine national is lower than the lowest bid offered by a Domestic Entity 29 28 b For evaluation purposes the lowest Foreign Bid or the bid offered by a non Philippine national shall be increased by fifteen percent 1596 c In the event that i the lowest bid offered by a Domestic Entity does not exceed the lowest Foreign Bid as increased or ii the lowest bid offered by a non Philippine national as increased then the Procuring Entity shall award the contract to the Domestic Bidder Entity at the amount of the lowest Foreign Bid or the bid offered by a non Philippine national as the case may be d If the Domestic Entity Bidder refuses to accept the award of contract at the amount of the Foreign Bid or bid offered by a non Philippine national within two 2 calendar days from receipt of written advice from the BAC the Procuring Entity shall award to the bidder offering the Foreign Bid or the non Philippine national as the case may be subject to post qualification and submission of all the documentary requirements under these Bidding Documents A Bidder may be granted preference as a Domestic Entity subject to the certification from
130. vance payment shall be made only after prior approval of the President and shall not exceed fifteen percent 15 of the Contract amount unless otherwise directed by the President or in cases allowed under Annex D of RA 9184 For Goods supplied from abroad the terms of payment shall be as follows 49 12 13 11 3 a Contract Signature Ten percent 10 of the Contract Price shall be paid within sixty 60 days from signing of the Contract and upon submission of a claim and a bank guarantee for the equivalent amount valid until the Goods are delivered and in the form provided in Section VIII Bidding Forms b On Delivery Seventy percent 7096 of the Contract Price shall be paid to the Supplier within sixty 60 days after the date of receipt of the Goods and upon submission of the documents i through vi specified in the SCC provision on Delivery and Documents c On Acceptance The remaining twenty percent 2096 of the Contract Price shall be paid to the Supplier within sixty 60 days after the date of submission of the acceptance and inspection certificate for the respective delivery issued by the Procuring Entitys authorized representative In the event that no inspection or acceptance certificate is issued by the Procuring Entitys authorized representative within forty five 45 days of the date shown on the delivery receipt the Supplier shall have the right to claim payment of the remaining twenty pe
131. xecution of a contract v obstructive practice is aa deliberately destroying falsifying altering concealing of evidence material to an administrative proceedingsor investigation making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government foreign international financing institution into allegations of a corrupt fraudulent coercive or collusive practice and or threatening harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation or bb acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government foreign or international financing institution herein b will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract Further the Procuring Entity will seek to impose the maximum civil administrative and or criminal penalties available under applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3 1 a Furthermore the Funding Source and the Procuring Entity reserve the right to inspect and audit rec
132. y Bid you may receive We certify confirm that we comply with the eligibility requirements as per ITB Clause 5 of the Bidding Documents Dated this day of 20 signature in the capacity of Duly authorized to sign Bid for and on behalf of 87 IC Form No 1 A For Goods Offered From Within the Philippines Detailed Bid Price Schedule Date Invitation to BidNo Project Procurement of Information Technology IT Resources for the Insurance Commission Code Date of Bidding Time of Bidding Supplier s Name Address Tel No For Goods Offered From Within the Philippines Name of Bidder ITB Number Page of Description Unit Price Total Price Desktop Computers For Office Productivity High End Desktop 2 Computers 2 sets For Office Productivity Desktop Computers For Agent s Exam IC 73 sets main office Desktop Computers 36 sets For Agent s Exam Cebu 15 sets District Office Desktop Computers For Agent s Exam Davao 15 sets District Office Colored Laser Printer Branded Cebu District 1 set Office Colored Laser Printer Branded Davao District 1 set Office Colored Laser Printer 1 Branded IC Main 88 5 Notebook Computers 6 sets Heavy Duty Colored Laser 6 Network Printer Branded 1 set IC Main 7 Mobile Printer Branded 1 set 8 Laser Printer
133. y procured by the Supplier If the Supplier suffers loss in its initial performance of the terminated contract such as purchase of raw materials for goods specially manufactured for the Procuring Entity which cannot be sold in open market it shall be allowed to recover partially from this Contract on a quantum meruit basis Before recovery may be made the fact of loss must be established under oath by the Supplier to the satisfaction of the Procuring Entity before recovery may be made 26 Termination for Unlawful Acts 26 1 The Procuring Entity may terminate this Contract in case it is determined prima facie that the Supplier has engaged before or during the implementation of this Contract in unlawful deeds and behaviors relative to contract acquisition and implementation Unlawful acts include but are not limited to the following a Corrupt fraudulent and coercive practices as defined in ITB Clause 3 1 a b Drawing up or using forged documents c Using adulterated materials means or methods or engaging in production contrary to rules of science or the trade and d Any other act analogous to the foregoing 27 Procedures for Termination of Contracts ZH The following provisions shall govern the procedures for termination of this Contract a Upon receipt of a written report of acts or causes which may constitute ground s for termination as aforementioned or upon its own initiative the Implementing
Download Pdf Manuals
Related Search
Related Contents
EH1060i - Optoma Installation Guide Parasound HCA-2205A Stereo Amplifier User Manual Motorola FV500 Two-Way Radio User Manual Bedienungsanleitung - ROWI Schweißgeräte & Elektrowerkzeuge Manual de instalación, uso y mantenimiento Mooberry Book Manager User Manual SERVICE MANUAL MFZ-KA09NA MFZ-KA12NA MFZ ps 9000 1u - user manual Copyright © All rights reserved.
Failed to retrieve file