PHILIPPINE BIDDING DOCUMENTS Government of the Republic of the

PRINTING, SUPPLY AND DELIVERY OF BASIC LITERACY LEARNING MATERIALS AND A&E MODULES

for the

Department of Education (DEPED)

PUBLIC BIDDING NO. 19-013-3

Fifth Edition August 2016

TABLE OF CONTENTS

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

SECTION II. INSTRUCTIONS TO BIDDERS ...... 6

SECTION III. BID DATA SHEET ...... 37

SECTION IV. GENERAL CONDITIONS OF CONTRACT ...... 46

SECTION V. SPECIAL CONDITIONS OF CONTRACT ...... 63

SECTION VI. SCHEDULE OF REQUIREMENTS ...... 70 SECTION VII. TECHNICAL SPECIFICATIONS ...... 105

SECTION VIII. BIDDING FORMS ...... 117

Section I. Invitation to Bid

3

INVITATION TO BID FOR THE

PRINTING, SUPPLY AND DELIVERY OF BASIC LITERACY LEARNING MATERIALS AND A&E MODULES FOR THE DEPARTMENT OF EDUCATION (DEPED)

PUBLIC BIDDING No: 19-013-3

FUNDING SOURCE: GOVERNMENT OF THE PHILIPPINES THROUGH GENERAL APPROPRIATIONS ACT FOR FY 2015

1. The PROCUREMENT SERVICE invites PhilGEPS registered suppliers to bid for the following items:

Approved Price of Lot Delivery Item Quantity Item/Description Budget for Bid No. Period the Contract Documents A&E Program 1 2,169,750 Pcs. 41,783,300.00 5,000.00 Elementary

A&E Program 2 5,695,165 5 Pcs. 106,996,400.00 11,000.00 Please refer Secondary to Section VI. Schedule Basic Literacy 1 1,925,896 Pcs. of Program Modules Requirements 3 Basic literacy 62,016,700.00 7,000.00 2 969,612 Pcs. Program Facilitators Guide

Bidders should have completed, within Ten (10) years from the date of submission and receipt of bids, a contract similar to the Project.

2. The summary of the bidding activities is as follows:

Advertisement/Posting of Invitation to Bid April 26, 2019 Issuance and Availability of Bid Documents April 26, 2019 Pre-Bid Conference May 03, 2019 @ 10:00 AM Last day of written clarification May 07, 2019 , Last Day of Issuance of Bid Bulletin May 10, 2019 Deadline for Submission and Opening of Bids May 17, 2019 @ 10:00 AM

3. Bidding will be conducted through open competitive bidding procedures using a non- discretionary “pass/fail” criterion as specified in the Implementing Rules and

4

Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”.

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

5. A complete set of Bidding Documents may be acquired by interested Bidders from the BAC Secretariat Office (see address below) and upon payment of a nonrefundable fee for the Bidding Documents, in the amount pursuant to the Schedule.

The Bidding Documents may also be downloaded free of charge from the website of the PhilGEPS provided that Bidders shall pay the non-refundable price not later than the submission of their bids.

Interested bidders may inspect the Bidding Documents and obtain further information from the BAC Secretariat at the address given below.

6. 3The PROCUREMENT SERVICE will hold a Pre-Bid Conference on May 02, 2019 10:00 AM which shall be open to all interested parties. Only those who have purchased the bidding documents may actively participate.

7. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.

8. Bid opening shall be conducted on May 17, 2019, 10:00 AM at the Bidding Room, Procurement Service, Cristobal St., Paco, . Bids will be opened in the presence of the Bidders’ representatives who choose to attend the opening. Late bids shall not be accepted.

9. Bidders shall drop their duly accomplished eligibility requirements, technical and financial proposals in two separate sealed envelopes in the designated bid box located at the Bidding Room.

10. The PROCUREMENT SERVICE reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.

11. For further information, please refer to:

The Procurement Division III Procurement Service RR Road, Cristobal St., Paco, Manila 689-7750 loc. 4017, 563-9357 [email protected]

ENGR. EDWARD R. SADDI Chairperson Bids and Awards Committee III

5

Section II. Instructions to Bidders

6

TABLE OF CONTENTS

A. GENERAL ...... 9 1. Scope of Bid ...... 9 2. Source of Funds ...... 9 3. Corrupt, Fraudulent, Collusive, and Coercive Practices ...... 9 4. Conflict of Interest...... 10 5. Eligible Bidders ...... 12 6. Bidder’s Responsibilities...... 13 7. Origin of Goods ...... 15 8. Subcontracts ...... 16 B. CONTENTS OF BIDDING DOCUMENTS ...... 16 9. Pre-Bid Conference ...... 16 10. Clarification and Amendment of Bidding Documents ...... 17 C. PREPARATION OF BIDS ...... 17 11. Language of Bid ...... 17 12. Documents Comprising the Bid: Eligibility and Technical Components ...... 17 13. Documents Comprising the Bid: Financial Component...... 19 14. Alternative Bids...... 20 15. Bid Prices ...... 20 16. Bid Currencies ...... 22 17. Bid Validity ...... 22 18. Bid Security ...... 23 19. Format and Signing of Bids...... 25 20. Sealing and Marking of Bids ...... 26 D. SUBMISSION AND OPENING OF BIDS...... 26 21. Deadline for Submission of Bids...... 26 22. Late Bids...... 27 23. Modification and Withdrawal of Bids ...... 27 24. Opening and Preliminary Examination of Bids ...... 27 E. EVALUATION AND COMPARISON OF BIDS...... 29 25. Process to be Confidential ...... 29 26. Clarification of Bids ...... 29 27. Domestic Preference...... 29

7

28. Detailed Evaluation and Comparison of Bids ...... 30 29. Post-Qualification...... 31 30. Reservation Clause ...... 32 F. AWARD OF CONTRACT ...... 34 31. Contract Award ...... 34 32. Signing of the Contract...... 34 33. Performance Security ...... 35 34. Notice to Proceed ...... 36 35. Protest Mechanism…………………………………………………………………37

8

General

1. Scope of Bid

1.1 The Procuring Entity named in the BDS invites bids for the supply and delivery of the Goods as described in Section VII. Technical Specifications.

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

2. Source of Funds

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

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

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

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the 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.

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

9

Procuring Entity, designed to establish bid prices at artificial, non-competitive levels.

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

(v) “obstructive practice” is

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

(bb) acts intended to materially impede the exercise of the inspection and audit rights of the 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.

3.2 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 (a).

3.3 Furthermore, the Funding Source and the Procuring Entity reserve the right to inspect and audit records and accounts of a bidder or supplier in the bidding for and performance of a contract themselves or through independent auditors as reflected in the GCC Clause3.

4. Conflict of Interest

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

10

interest in any of the circumstances set out in paragraphs (d) through ( g) below:

(a) A Bidder has controlling shareholders in common with another Bidder;

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

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

(d) A Bidder has a relationship, directly or through third parties, that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process;

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

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

(g) A Bidder who lends, or temporarily seconds, its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project, if the personnel would be involved in any capacity on the same project.

4.2 In accordance with Section 47 of the IRR 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 (HoPE), 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:

(h) If the Bidder is an individual or a sole proprietorship, to the Bidder himself;

(i) If the Bidder is a partnership, to all its officers and members;

(j) If the Bidder is a corporation, to all its officers, directors, and controlling stockholders;

(k) If the Bidder is a cooperative, to all its officers, directors, and controlling shareholders or members; and

11

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

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

5. Eligible Bidders

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

(a) Duly licensed Filipino citizens/sole proprietorships;

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

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

(d) Cooperatives duly organized under the laws of the Philippines; and

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

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

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

(g) Citizens, corporations, or associations of a country, the laws or regulations of which grant reciprocal rights or privileges to citizens, corporations, or associations of the Philippines;

(h) When the Goods sought to be procured are not available from local suppliers; or

(i) When there is a need to prevent situations that defeat competition or restrain trade.

5.3 Government owned or –controlled corporations (GOCCs) 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 attached agencies of the Procuring Entity.

12

5.4 Unless otherwise provided in the BDS, the Bidder must have completed a Single Largest Completed Contract (SLCC)similar to the Project and the value of which, adjusted, if necessary, by the Bidder to current prices using the Philippine Statistics Authority (PSA)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)(ii).

5.5 The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC), which must be at least equal to the ABC to be bid, calculated as follows:

NFCC = [(Current assets minus current liabilities) (15)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started, coinciding with the contract to be bid.

The values of the domestic bidder’s current assets and current liabilities shall be based on the latest Audited Financial Statements submitted to the BIR.

For purposes of computing the foreign bidders’ NFCC, the value of the current assets and current liabilities shall be based on their audited financial statements prepared in accordance with international financial reporting standards.

If the prospective bidder opts to submit a committed Line of Credit, it must be at least equal to ten percent (10%) of the ABC to be bid. If issued by a foreign universal or commercial bank, it shall be confirmed or authenticated by a local universal or commercial bank.

6. Bidder’s Responsibilities

6.1 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).

6.2 The Bidder is responsible for the following:

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

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

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

(d) Having complied with its responsibility to inquire or secure Supplemental/Bid Bulletin(s) as provided under ITB Clause 0.

13

(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 HoPE 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 and its IRR in relation to other provisions of RA 3019;

(j) Complying with existing labor laws and standards, in the case of procurement of services; Moreover, bidder undertakes to:

(i) Ensure the entitlement of workers to wages, hours of work, safety and health and other prevailing conditions of work as established by national laws, rules and regulations; or collective bargaining agreement; or arbitration award, if and when applicable.

In case there is a finding by the Procuring Entity or the DOLE of underpayment or non-payment of workers’ wage and wage- related benefits, bidder agrees that the performance security or portion of the contract amount shall be withheld in favor of the complaining workers pursuant to appropriate provisions of Republic Act No. 9184 without prejudice to the institution of appropriate actions under the Labor Code, as amended, and other social legislations.

(ii) Comply with occupational safety and health standards and to correct deficiencies, if any.

In case of imminent danger, injury or death of the worker, bidder undertakes to suspend contract implementation pending clearance to proceed from the DOLE Regional Office and to comply with Work Stoppage Order; and

14

(iii) Inform the workers of their conditions of work, labor clauses under the contract specifying wages, hours of work and other benefits under prevailing national laws, rules and regulations; or collective bargaining agreement; or arbitration award, if and when applicable, through posting in two (2) conspicuous places in the establishment’s premises; and

(k) Ensuring that it 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.

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

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

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

6.5 The 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. However, the Procuring Entity shall ensure that all information in the Bidding Documents, including bid/supplemental bid bulletin/s issued, are correct and consistent.

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

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

6.8 The Bidder should note that the Procuring Entity will accept bids only from those that have paid the applicable fee for the Bidding Documents at the office indicated in the Invitation to Bid.

7. Origin of Goods

Unless otherwise indicated in the BDS, there is no restriction on the origin of goods other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, subject to ITB Clause 0.

15

8. Subcontracts

8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of the Goods to an extent as may be approved by the 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.

8.2. Subcontractors must submit the documentary requirements under ITB Clause 12 and comply with the eligibility criteria specified in the BDS. In the event that any subcontractor is foundby the Procuring Entity to be ineligible, the subcontracting of such portion of the Goods shall be disallowed.

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

Contents of Bidding Documents

9. Pre-Bid Conference

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

(b) The pre-bid conference shall be held at least twelve (12) calendar days before the deadline for the submission and receipt of bids, but not earlier than seven (7) calendar days from the posting of the invitation to bid/bidding documents in the PhilGEPS website. 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.

9.2 Bidders are encouraged to attend the pre-bid conference to ensure that they fully understand the Procuring Entity’s requirements. Non-attendance of the Bidder will in no way prejudice its bid; however, the Bidder is expected to know the changes and/or amendments to the Bidding Documents as recorded in the minutes of the pre-bid conference and the Supplemental/Bid Bulletin. The minutes of the pre-bid conference shall be recorded and prepared not later than five (5) calendar days after the pre-bid conference. The minutes shall be made available to prospective bidders not later than five (5) days upon written request.

9.3 Decisions of the BAC amending any provision of the bidding documents shall be issued in writing through a Supplemental/Bid Bulletin at least seven (7) calendar days before the deadline for the submission and receipt of bids.

16

10. Clarification and Amendment of Bidding Documents

10.1 Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding Documents. 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.

10.2 The BAC shall respond to the said request by issuing a Supplemental/Bid Bulletin, to be made available to all those who have properly secured the Bidding Documents, at least seven (7) calendar days before the deadline for the submission and receipt of Bids.

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

10.4 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted in the PhilGEPS and the website of the Procuring Entity concerned, if available, and at any conspicuous place in the premises of the Procuring Entity concerned. It shall be the responsibility of all Bidders who have properly secured 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

11. Language of Bids

The eligibility requirements or statements, the bids, and all other documents to be submitted to the BAC must be in English. If the eligibility requirements or statements, the bids, and all other documents submitted to the BAC are in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder’s country; and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines. The English translation shall govern, for purposes of interpretation of the bid.

12. Documents Comprising the Bid: Eligibility and Technical Components

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

17

(a) Eligibility Documents –

Class “A” Documents:

(i) PhilGEPS Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR, except for foreign bidders participating in the procurement by a Philippine Foreign Service Office or Post, which shall submit their eligibility documents under Section 23.1 of the IRR, provided, that the winning bidder shall register with the PhilGEPS in accordance with section 37.1.4 of the IRR.

(ii) Statement of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid; and

Statement of the Bidder’s SLCC similar to the contract to be bid, in accordance with ITB Clause 5.4, within the relevant period as provided in the BDS.

The two statements required shall indicate for each contract the following:

(ii.1) name of the contract;

(ii.2) date of the contract;

(ii.3) contract duration;

(ii.4) owner’s name and address;

(ii.5) kinds of Goods;

(ii.6) For Statement of Ongoing Contracts - amount of contract and value of outstanding contracts;

(ii.7) For Statement of SLCC - amount of completed contracts, adjusted by the Bidder to current prices using PSA’s consumer price index, if necessary for the purpose of meeting the SLCC requirement;

(ii.8) date of delivery; and

(ii.9) end user’s acceptance or official receipt(s) or sales invoice issued for the contract, if completed, which shall be attached to the statements.

(iii) NFCC computation in accordance with ITB Clause 5.5 or a committed Line of Credit from a universal or commercial bank.

Class “B” Document:

18

(iv) If applicable, the Joint Venture Agreement (JVA) in case the joint venture is already in existence, or duly notarized statements from all the potential joint venture partners in accordance with Section 23.1(b) of the IRR.

(b) Technical Documents –

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

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

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

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

(iii) Sworn statement in accordance with Section 25.3 of the IRR of RA 9184 and using the form prescribed in Section VIII. Bidding Forms.

(iv) For foreign bidders claiming eligibility by reason of their country’s extension of reciprocal rights to , a certification from the relevant government office of their country stating that Filipinos are allowed to participate in their government procurement activities for the same item or product.

13. Documents Comprising the Bid: Financial Component

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

(a) Financial Bid Form, which includes bid prices and the applicable Price Schedules, in accordance with ITB Clauses 0 and 0;

(b) If the Bidder claims preference as a Domestic Bidder, a certification from the DTI issued in accordance with ITB Clause 27, unless otherwise provided in the BDS; and

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

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

19

(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 monitoring and evaluation system for contract implementation to provide a feedback on actual total costs of goods and works.

14. Alternative Bids

14.1 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.

14.2 Each Bidder shall submit only one Bid, either individually or as a partner in a JV. A Bidder who submits or participates in more than one bid (other than as a subcontractor if a subcontractor is permitted to participate in more than one bid) will cause all the proposals with the Bidder’s participation to be disqualified. This shall be without prejudice to any applicable criminal, civil and administrative penalties that may be imposed upon the persons and entities concerned.

15. Bid Prices

15.1 The Bidder shall complete the appropriate Schedule of Prices 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.

20

15.2 The Bidder shall fill in rates and prices for all items of the Goods described in the Schedule of Prices. Bids not addressing or providing all of the required items in the Bidding Documents including, where applicable, Schedule of Prices, 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 zero (0) or a dash (-) for the said item would mean that it is being offered for free to the Government, except those required by law or regulations to be accomplished.

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

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

(a) For Goods offered from within the 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);

(ii) The cost of all customs duties and sales and other taxes already paid or payable;

(iii) The cost of transportation, insurance, and other costs incidental to delivery of the Goods to their final destination; and

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

(b) For Goods offered from abroad:

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

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

(c) For Services, based on the form which may be prescribed by the Procuring Entity, in accordance with existing laws, rules and regulations

15.5 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract and not subject to variation or price escalation on any account. A

21

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

16. Bid Currencies

16.1 Prices shall be quoted in the following currencies:

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

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

16.2 If so allowed in accordance with ITB Clause 0, 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.

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

17. Bid Validity

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

17.2 In exceptional circumstances, prior to the expiration of the bid validity period, the 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 and award. A Bidder granting the request shall not be required or permitted to modify its bid.

22

18. Bid Security

18.1 The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount stated in the BDS, which shall be not less than the percentage of the ABC in accordance with the following schedule:

Amount of Bid Security Form of Bid Security (Not Less than the Percentage of the ABC) (a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.

For biddings conducted by LGUs, the Cashier’s/Manager’s Check may be issued by other banks certified by the BSP as authorized to issue such financial instrument.

(b) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Two percent (2%) Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

For biddings conducted by LGUs, Bank Draft/Guarantee, or Irrevocable Letter of Credit may be issued by other banks certified by the BSP as authorized to issue such financial instrument.

(c) Surety bond callable upon demand issued by a surety or insurance company duly certified Five percent (5%) by the Insurance Commission as authorized to issue such security.

The Bid Securing Declaration mentioned above is an undertaking which states, among others, that the Bidder shall enter into contract with the procuring entity and furnish the performance security required under ITB Clause 33.2, within ten (10) calendar days from receipt of the Notice of Award, and commits to pay the corresponding amount as fine, and be suspended for a period of time from being qualified to participate in any

23

government procurement activity in the event it violates any of the conditions stated therein as provided in the guidelines issued by the GPPB.

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

18.3 No bid securities shall be returned to Bidders after the opening of bids and before contract signing, except to those that failed or declared as post- disqualified, upon submission of a written waiver of their right to file a request for reconsideration and/or protest, or upon the lapse of the reglementary period to file a request for reconsideration or protest. Without prejudice on its forfeiture, bid securities shall be returned only after the Bidder with the Lowest Calculated Responsive Bid (LCRB) 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 0.

18.4 Upon signing and execution of the contract pursuant to ITB Clause 32, and the posting of the performance security pursuant to ITB Clause 33, the successful Bidder’s bid security will be discharged, but in no case later than the bid security validity period as indicated in the ITB Clause 0.

18.5 The bid security may be forfeited:

(d) if a Bidder:

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

(ii) does not accept the correction of errors pursuant to ITB Clause 28(d);

(iii) has a finding against the veracity of any of the documents submitted as stated in ITB Clause 29.2;

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

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

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

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

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

24

(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.

(e) if the 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.

19. Format and Signing of Bids

19.1 Bidders shall submit their bids through their duly authorized representative using the appropriate forms provided in SECTION VIII. Bidding Forms on or before the deadline specified in the ITB 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. This shall also be observed for each lot in the case of lot procurement.

19.2 Forms as mentioned in ITB Clause 0must be completed without any alterations to their format, and no substitute forms shall be accepted. All blank spaces shall be filled in with the information requested.

19.3 The Bidder shall prepare and submit an original of the first and second envelopes as described in ITB Clauses 12 and13. In addition, the Bidder shall submit copies of the first and second envelopes. In the event of any discrepancy between the original and the copies, the original shall prevail.

19.4 Each and every page of the Bid Form, including the Schedule of Prices, under Section VIII hereof, shall be signed by the duly authorized representative/s of the Bidder. Failure to do so shall be a ground for the rejection of the bid.

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

25

20. Sealing and Marking of Bids

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

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

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

20.4 All envelopes shall:

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

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

(c) be addressed to the Procuring Entity’s BAC in accordance with ITB Clause 0;

(d) bear the specific identification of this bidding process indicated in the ITB Clause 0; and

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

20.5 Bid envelopes that are not properly sealed and marked, as required in the bidding documents, shall not be rejected, but the Bidder or its duly authorized representative shall acknowledge such condition of the bid as submitted. The BAC or the Procuring Entity shall assume no responsibility for the misplacement of the contents of the improperly sealed or marked bid, or for its premature opening.

Submission and Opening of Bids

21. Deadline for Submission of Bids

Bids must be received by the Procuring Entity’s BAC at the address and on or before the date and time indicated in the BDS.

26

22. 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. The BAC shall record in the minutes of bid submission and opening, the Bidder’s name, its representative and the time the late bid was submitted.

23. Modification and Withdrawal of Bids

23.1 The Bidder may modify its bid after it has been submitted; provided that the modification is received by the 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 and properly identified in accordance with ITB Clause 20, linked to its original bid marked as “TECHNICAL MODIFICATION” or “FINANCIAL MODIFICATION” and stamped “received” by the BAC. Bid modifications received after the applicable deadline shall not be considered and shall be returned to the Bidder unopened.

23.2 A Bidder may, through a Letter of Withdrawal, withdraw its bid after it has been submitted, for valid and justifiable reason; provided that the Letter of Withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids. The Letter of Withdrawal must be executed by the duly authorized representative of the Bidder identified in the Omnibus Sworn Statement, a copy of which should be attached to the letter.

23.3 Bids requested to be withdrawn in accordance with ITB Clause 0 shall be returned unopened to the Bidders. A Bidder, who has acquired the bidding documents, may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of bids. A Bidder that withdraws its bid shall not be permitted to submit another bid, directly or indirectly, for the same contract.

23.4 No bid may be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form. Withdrawal of a bid during this interval shall result in the forfeiture of the Bidder’s bid security, pursuant to ITB Clause0, and the imposition of administrative, civil and criminal sanctions as prescribed by RA 9184 and its IRR.

24. Opening and Preliminary Examination of Bids

24.1 The BAC shall open the bids in public, immediately after the deadline for the submission and receipt of bids, as specified in the BDS. In case the Bids cannot be opened as scheduled due to justifiable reasons, the BAC shall take custody of the Bids submitted and reschedule the opening of Bids on the next working day or at the soonest possible time through the issuance of a Notice of

27

Postponement to be posted in the PhilGEPS website and the website of the Procuring Entity concerned.

24.2 Unless otherwise specified in the BDS, the BAC shall open the first bid envelopes and determine each Bidder’s compliance with the documents prescribed in ITB Clause 12, using a non-discretionary “pass/fail” criterion. If a Bidder submits the required document, it shall be rated “passed” for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as “failed”. Otherwise, the BAC shall rate the said first bid envelope as “passed”.

24.3 Unless otherwise specified in the BDS, immediately after determining compliance with the requirements in the first envelope, the BAC shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated “passed”. The second envelope of each complying bidder shall be opened within the same day. In case one or more of the requirements in the second envelope of a particular bid is missing, incomplete or patently insufficient, and/or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 0, the BAC shall rate the bid concerned as “failed”. Only bids that are determined to contain all the bid requirements for both components shall be rated “passed” and shall immediately be considered for evaluation and comparison.

24.4 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.

24.5 All members of the BAC who are present during bid opening shall initial every page of the original copies of all bids received and opened.

24.6 In the case of an eligible foreign bidder as described in ITB Clause 5, the following Class “A” Documents may be substituted with the appropriate equivalent documents, if any, issued by the country of the foreign Bidder concerned, which shall likewise be uploaded and maintained in the PhilGEPS in accordance with Section 8.5.2 of the IRR:

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

(b) Mayor’s/Business permit issued by the local government where the principal place of business of the bidder is located; and

(c) Audited Financial Statements showing, among others, the prospective bidder’s total and current assets and liabilities stamped “received” by the Bureau of Internal Revenue or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two years from the date of bid submission.

24.7 Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clause 12.1(a)(i). Submission of documents required

28

under ITB Clauses 12.1(a)(ii) to 12.1(a)(iii)by any of the joint venture partners constitutes compliance.

24.8 The Procuring 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 (per lot, if applicable, and/or including discount, if any), bid security, findings of preliminary examination, and whether there is a withdrawal or modification; and (b) attendance sheet. The BAC members shall sign the abstract of bids as read.

24.8 The bidders or their duly authorized representatives may attend the opening of bids. The BAC shall ensure the integrity, security, and confidentiality of all submitted bids. The Abstract of Bids as read and the minutes of the bid opening shall be made available to the public upon written request and payment of a specified fee to recover cost of materials.

24.9 To ensure transparency and accurate representation of the bid submission, the BAC Secretariat shall notify in writing all bidders whose bids it has received through its PhilGEPS-registered physical address or official e-mail address. The notice shall be issued within seven (7) calendar days from the date of the bid opening.

Evaluation and Comparison of Bids

25. Process to be Confidential

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

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

26. Clarification of Bids

To assist in the evaluation, comparison, and post-qualification of the bids, the 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.

27. Domestic Preference

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

29

(a) The preference shall be applied when the lowest Foreign Bid is lower than the lowest bid offered by a Domestic Bidder.

(b) For evaluation purposes, the lowest Foreign Bid shall be increased by fifteen percent (15%).

(c) In the event that the lowest bid offered by a Domestic Bidder does not exceed the lowest Foreign Bid as increased, then the Procuring Entity shall award the contract to the Domestic Bidder at the amount of the lowest Foreign Bid.

(d) If the Domestic Bidder refuses to accept the award of contract at the amount of the Foreign Bid 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, subject to post-qualification and submission of all the documentary requirements under these Bidding Documents.

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

28. Detailed Evaluation and Comparison of Bids

28.1 The 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.

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

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

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

28.3 The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of all bids rated “passed,” using non-discretionary pass/fail criteria. The BAC shall consider the following in the evaluation of bids:

(c) Completeness of the bid. Unless the BDS allows partial bids, bids not addressing or providing all of the required items in the Schedule of Requirements including, where applicable, Schedule of Prices, 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 zero (0)or

30

a dash (-) for the said item would mean that it is being offered for free to the Procuring Entity, except those required by law or regulations to be provided for; and

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

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

28.5 The Procuring Entity’s evaluation of bids shall be based on the bid price quoted in the Bid Form, which includes the Schedule of Prices.

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

28.7 If so indicated pursuant to ITB Clause 1.2, Bids are being invited for individual lots or for any combination thereof, provided that all Bids and combinations of Bids shall be received by the same deadline and opened and evaluated simultaneously so as to determine the Bid or combination of Bids offering the lowest calculated cost to the Procuring Entity. Bid prices quoted shall correspond to all items specified for each lot and to all quantities specified for each item of a lot. Bid Security as required by ITB Clause 18 shall be submitted for each contract (lot) separately. The basis for evaluation of lots is specified in BDS Clause 28.3.

29. Post-Qualification

29.1 The BAC shall determine to its satisfaction whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid complies with and is responsive to all the requirements and conditions specified in ITB Clauses 5, 12, and 13.

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

31

Failure to submit any of the post-qualification requirements on time, or a finding against the veracity thereof, shall disqualify the bidder for award. Provided in the event that a finding against the veracity of any of the documents submitted is made, it shall cause the forfeiture of the bid security in accordance with Section 69 of the IRR of RA 9184.

29.3 The determination shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12 and 13, as well as other information as the Procuring Entity deems necessary and appropriate, using a non-discretionary “pass/fail” criterion, which shall be completed within a period of twelve (12) calendar days.

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

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

29.6 Within a period not exceeding fifteen (15) calendar days from the determination by the BAC of the LCRB and the recommendation to award the contract, the HoPE or his duly authorized representative shall approve or disapprove the said recommendation.

29.7 In the event of disapproval, which shall be based on valid, reasonable, and justifiable grounds as provided for under Section 41 of the IRR of RA 9184, the HoPE shall notify the BAC and the Bidder in writing of such decision and the grounds for it. When applicable, the BAC shall conduct a post- qualification of the Bidder with the next Lowest Calculated Bid. A request for reconsideration may be filed by the bidder with the HoPE in accordance with Section 37.1.3 of the IRR of RA 9184.

30. Reservation Clause

30.1 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

32

ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract.

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

(a) If there is prima facie evidence of collusion between appropriate public officers or employees of the 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 HoPE;

(ii) If the project is no longer necessary as determined by the HoPE; and

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

30.3 In addition, the Procuring Entity may likewise declare a failure of bidding when:

(d) No bids are received;

(e) All prospective Bidders are declared ineligible;

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

(g) The bidder with the LCRB refuses, without justifiable cause to accept the award of contract, and no award is madein accordance with Section 40 of the IRR of RA 9184.

33

Award of Contract

31. Contract Award

31.1 Subject to ITB Clause 29, the HoPE or its duly authorized representative shall award the contract to the Bidder whose bid has been determined to be the LCRB.

31.2 Prior to the expiration of the period of bid validity, the Procuring Entity shall notify the successful Bidder in writing that its bid has been accepted, through a Notice of Award duly received by the Bidder or its representative 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.

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

(a) Submission of the following documents within ten (10) calendar days from receipt of the Notice of Award:

(i) Valid JVA, if applicable; or

(ii) In the case of procurement by a Philippine Foreign Service Office or Post, the PhilGEPS Registration Number of the winning foreign Bidder;

(b) Posting of the performance security in accordance with ITB Clause 33;

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

(d) Approval by higher authority, if required, as provided in Section 37.3 of the IRR of RA 9184.

31.4 At the time of contract award, the Procuring Entity shall not increase or decrease the quantity of goods originally specified in Section VI. Schedule of Requirements.

32. Signing of the Contract

32.1 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.

32.2 Within ten (10) calendar days from receipt of the Notice of Award, the successful Bidder shall post the required performance security, 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.

32.4 The following documents shall form part of the contract:

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning bidder’s bid, including the Technical and Financial Proposals, and all other documents/statements submitted(e.g., bidder’s response to request for clarifications on the bid), including corrections to the bid, if any, resulting from the Procuring Entity’s bid evaluation;

(d) Performance Security;

(e) Notice of Award of Contract; and

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

33. Performance Security

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

33.2 The Performance Security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount not less thanthe percentage of the total contract price in accordance with the following schedule:

Amount of Performance Security Form of Performance Security (Not less than the Percentage of the Total Contract Price) (a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.

For biddings conducted by the LGUs, the Cashier’s/Manager’s Five percent (5%) Check may be issued by other banks certified by the BSP as authorized to issue such financial instrument.

35

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

For biddings conducted by the LGUs, the Bank Draft/Guarantee or Irrevocable Letter of Credit may be issued by other banks certified by the BSP as authorized to issue such financial instrument.

(c) Surety bond callable upon demand issued by a surety or insurance company duly Thirty percent (30%) certified by the Insurance Commission as authorized to issue such security.

33.3 Failure of the successful Bidder to comply with the above-mentioned requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security, in which event the Procuring Entity shall have a fresh period to initiate and complete the post qualification of the second Lowest Calculated Bid. The procedure shall be repeated until the LCRB is identified and selected for recommendation of 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, if necessary.

34. Notice to Proceed

Within seven (7) calendar days from the date of approval of the contract by the appropriate government approving authority, the Procuring Entity shall issue the Notice to Proceed (NTP) together with a copy or copies of the approved contract tothe successful Bidder. All notices called for by the terms of the contract shall be effective only at the time of receipt thereof by the successful Bidder.

35. Protest Mechanism

Decisions of the procuring entity at any stage of the procurement process may be questioned in accordance with Section 55 of the IRR of RA 9184.

36

Section III. Bid Data Sheet

37

Bid Data Sheet ITB Clause

1.1 The Procuring Entity is Procurement Service.

1.3 The lot(s) and references are:

Lot Quantity Item/Description No. Item 2,169,750 1 A&E Program Elementary pcs.

5,695,165 2 A&E Program Secondary pcs

1,925,896 Basic Literacy Program Modules 1 pcs. 3 969,612 Basic literacy Program Facilitators Guide 2 pcs.

2 The Funding Source is:

The Government of the Philippines (GOP) through the General Appropriations Act (GAA) of 2015 of the Department of Education.

L o Ite t m Quantity Item/Description Amount N o. 2,169,750 1 A&E Program Elementary 41,783,300.00 pcs. 5,695,165 2 A&E Program Secondary 106,996,400.00 pcs 1,925,896 Basic Literacy Program 1 pcs. Modules 3 62,016,700.00 969,612 Basic literacy Program 2 pcs. Facilitators Guide

The name of the Project is:

Printing, Supply and Delivery of Basic Literacy and Learning Materials and A&E Modules for the Department of Education (DEPED). 3.1 No further instructions.

5.1 No further instructions.

5.2 Foreign bidders, except those falling under ITB Clause 5(g), may not

38

participate in this Project.

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

For this project, Similar Contract shall refer to any

 Contract for “Manufacturing and distributing of printed and bound materials, or as consolidators of educational materials.”

The BAC III shall consider the submissions of the bidder under ITB Clause 12.1a(ii.9) in relation to BDS Clause 12.1(a)(ii) in the determination of the bidder's completed largest single contract.

The bidder with the lowest calculated bid (LCB) shall submit, within five (5) calendar days from receipt of Notice from the BAC III, proof of statement of single largest contract, which shall be copy of any verifiable document(s) such as but not limited to the following (a) Contract/s or Purchase Order/s; (b) corresponding Sales Invoice/s; (c) Official Receipt/Cash Receipt/Collection Receipt; and (d) Certificate of Satisfactory Completion.

7 No further instructions.

8.1 Subcontracting shall be limited to freight and handling of goods.

8.2 If the bidder opts to disclose the name(s) of the subcontractors during the bid submission, the bidder shall include the documents of the subcontractor(s) stipulated in ITB Clause 12.1 (a)(i) and 12.1 (a)(ii).

9.1 The Procuring Entity will hold a pre-bid conference for this Project on May 02, 2019 10:00 AM. at PS Conference Room, PS Complex, RR Road, Cristobal St., Paco, Manila.

10.1 The Procuring Entity’s address is:

PROCUREMENT SERVICE PS COMPLEX, RR ROAD CRISTOBAL ST., PACO, MANILA 689-7750 loc. 4017

12.1(a)(i) The valid PhilGEPS Certificate of Registration (Platinum Membership) shall reflect the updated eligibility documents. Should the Annex A of said Certificate reflects not updated document, the bidder shall submit together with the Certificate, a certified true copies of the updated documents.

Notwithstanding the above requirements, the bidder may opt to submit the following eligibility documents in lieu of the submission of the PhilGEPS Certificate of Registration (Platinum Membership):

39

a. Business Registration; b. Mayor’s Permit for 2019; c. 2018 Audited Financial Statement; d. Valid and current Tax Clearance; e. PCAB License, if applicable.

In the latter case, the bidder shall submit a valid and updated PhilGEPS Registration Certificate including its Annex “A” as part of post- qualification documents.

12.1(a)(ii) The bidder’s SLCC similar to the contract to be bid should have been completed within 10 years prior to the deadline for the submission and receipt of bids.

The statement of all ongoing contracts and awarded but not yet started contracts which may or may not be similar to the project as of the day before the deadline of submission of bids.

Bidders shall submit separate statements for: (1) single largest similar completed contract/s; similar to the contract to be bid and (2) all on-going contracts and awarded but not yet started contracts.

Attached as Annexes "C" and "C-1" in Section VIII. Bidding Forms are the standard forms for this requirement including the instructions and guidelines in the accomplishment of said forms.

13.1 No additional requirements.

13(b) No further instructions.

13.1(c) No additional requirements.

13.2 The ABC are as follows:

Lot Approved Budget Quantity Item/Description No. Item for the Contract 2,169,750 A&E Program 1 41,783,300.00 pcs. Elementary 5,695,165 A&E Program 2 106,996,400.00 pcs Secondary 1,925,896 Basic Literacy 1 pcs. Program Modules 3 Basic literacy 62,016,700.00 969,612 2 Program pcs. Facilitators Guide

Any bid with a financial component exceeding this amount shall not be

40

accepted.

15.4(a)(iv) No incidental services are required.

15(b) The price of the Goods/Services shall be quoted DDP Project Sites. The supplier shall pay all other taxes (custom taxes); deliver and unload the Goods at Project Site at its own expense.

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

16.3 Not applicable.

17.1 Bids will be valid for one hundred twenty (120) calendar days from the date of the opening of bids.

18.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the following forms and amounts:

Lot Item Amount Surety Bond Bid Securing No. /Description Cash, Cashier’s / callable upon Declaration Manager’s demand issued by (Pursuant to Check, Bank a surety or GPPB Draft/ Guarantee insurance Resolution or Irrevocable company duly Letter of Credit certified by the No. 03-2012 (2%) Insurance Commission (5%)

A&E Program 1 835,666.00 2,089,165.00 Elementary

Please see A&E Program 2 2,139,928.00 5,349,820.00 Section VIII Secondary attached as Basic Literacy Annex “H” Program Modules 3 1,240,334.00 3,100,835.00 and Facilitators Guide

The bid security in the form of cashier’s/manager’s check shall be payable to PROCUREMENT SERVICE.

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

18.5 In case the Bidder opts to post a Surety Bond as provided under ITB Clause 18, all grounds enumerated under ITB Clause 18.5 must be included in the coverage of the policy. The said grounds may also be included through a rider clause of the original contract of the surety. Otherwise, the same shall be non-complying.

In case the Bidder opts to post Bank Guaranty under ITB Clause 18, all grounds enumerated under ITB Clause 18.5 must likewise be

41

included or must conform strictly to Annex “I”, Section VIII. Bidding Forms of the Bidding Documents. Otherwise, the same shall be non- complying.

20.3 Each Bidder shall submit one (1) original and One (1) copy of the first and second components of its bid.

The duplicate- i.e. copy 1, must include the same documents as that of the original set of documents. In case, however, a bidder opts to submit cash as bid security, copy 1 need not contain photocopies of the same.

21 The address for submission of bids is:

Procurement Service Bids and Awards Committee III 1st Floor, PS Complex, RR Road Cristobal St., Paco, Manila

The deadline for submission of bids is on May 17, 2019, 10:00 AM

24.1 The place of bid opening is:

PS Conference Room 2nd Floor, PS Complex, RR Road Cristobal St., Paco, Manila

The bid opening will be held immediately after the deadline of submission of bids.

During the opening of bids only the authorized representative shall be allowed to assist in the opening of bids. In case the authorized representative is not present, any representative of the authorized representative may be allowed to assist in the opening of bids provided that a separate written authorization from the authorized representative shall be presented for the purpose. Provided that the authorized representative is duly authorized to issue such further authority and the same is reflected in the Board Resolution and/or Secretary's Certificate.

24.2 No further instructions.

24.3 No further instructions.

27.1 No further instructions.

42

28.3 (a) Grouping and Evaluation of Lots –

Partial bids are allowed. All Goods are grouped in lots listed below. Bidders shall have the option of submitting a proposal on any or all lots and evaluation and contract award will be undertaken on a per lot basis. Lots shall not be devided further into sub-lots for the purpose of bidding, evaluation and contract award.

In all cases, the NFCC computation, if applicable, must be sufficient for all the lots or contracts to be awarded to the Bidder.

Lot Approved Budget Quantity Item/Description No. Item for the Contract 2,169,750 A&E Program 1 41,783,300.00 pcs. Elementary 5,695,165 A&E Program 2 106,996,400.00 pcs Secondary 1,925,896 Basic Literacy 1 pcs. Program Modules 3 Basic literacy 62,016,700.00 969,612 2 Program pcs. Facilitators Guide

28.4 No further instructions.

29.1 Post Qualification

1. Upon demand by the BAC or its representative(s), a bidder with the lowest calculated bid shall present:

a) Documents to verify or support its Statement of Ongoing Contracts which may consist of the following: appropriate and clear duly signed contracts, purchase orders, agreements, notices of award, job orders, or notices to proceed;

b) Original copy of the submitted eligibility, technical and financial documents during bid opening.

2. To determine whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid (LCB) complies with and is having responsive to all requirements and conditions, the Procuring Entity through the BAC, will check the availability and capacity of the following equipment or their equivalent. DOCUMENTARY EVIDENCE (TO BE SUBMITTED DURING OPENING)

Type of Equipment Pre-Press Desktop Computer Printer Proofer Machine Plate Setter / Image Setter & Processor or Computer to Plate

43

(CtP) Press Web Machines (min. of 2 units) with 22 ¾” page cut off and / or Sheetfed Machine (min. of 4 units) Post-Press Perfect Binding Machine UV Laminating Machine Three (3) Knife Cutter Single Knife Cutter Shrink Pack / Plastic Sealer Strapping Machine Folding Machine (if press equipment is Sheet fed machine)

29.2 No licenses and permits required:

For purposes of Post-qualification the following document(s) shall be submitted within five (5) calendar days from receipt of notice from the BAC:

1. Latest Income Tax Returns for the year 2018 (BIR Form 1701 or 1702); and

2. Latest Value Added Tax Returns (Forms 2550M and 25500) or Percentage Tax Returns (Form 2551M) for the last six (6) months before the deadline of Opening of Bids.

The income tax and business tax returns stated above should have been filed through the Electronic Filing and Payment System (EFPS).

3. Proof of completion of the single largest contract as identified in the Statement of Single Largest Contract, which shall be copy of any verifiable document(s) such as but not limited to the following: (a) Contract/s or Purchase Order/s; (b) corresponding Sales Invoice/s; (c) Official Receipt/Cash Receipt/Collection Receipt; and (d) Certificate of Satisfactory Completion.

4. Submission of pieces of evidence1 as defined in BDS Clause 12.1(b) (ii), if applicable;

5. Certificate or test results from the FPRDI dated within three (3) months prior to the date of the deadline for the submission and opening of bids for this project.

1In the column "Bidder's Compliance", the bidder must state "comply" against each of the individual parameters of each specification corresponding to performance parameter of equipment offered. Statement of "comply" must be supported by evidence in a bidders bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturers or distributor's un-amended sales literature, unconditional statements or specification and compliance issued by the manufacturer or distributor, samples, independent test data etc., as appropriate.

44

Paper shall meet the following technical specifications:

Cover Page: Foldcote #12, solid white; 230gsm with +5% tolerance;

Inside Page: Standard Newsprint; 70gsm with -5% tolerance; Brightness of 80% with -3% tolerance; Opacity of 90% with -5% tolerance.

6. Declaration of possible source (supplier) of paper that was submitted to the FPRDI for testing which will be used by the Bidder during contract implementation.

7. List of printing and binding equipment and their corresponding proofs of ownership (purchased, rented or leased) and capacity.

8. Updated PhilGEPS Certificate of Registration. (Platinum Membership), in the event that the PhilGEPS Certificate and the annexes submitted during Opening of Bids is not updated.

In case of a tie or equal bids have been post-qualified, the measure determined by the procuring entity to break the tie shall be non- discretionary and non-discriminatory such the same is based on sheer luck or chance. The procuring entity shall use “draw lots” or similar methods of chance.

N.B. Documents submitted during post-qualification as part of post- qualification documents must be certified by the authorized representative to be true copy/ies from the original.

32(f) Submit Schedule of Production, Packing, and Completion.

45

Section IV. General Conditions of Contract

46

TABLE OF CONTENTS

1. DEFINITIONS ...... 49

2. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE PRACTICES ...... 50 3. INSPECTION AND AUDIT BY THE FUNDING SOURCE ...... 51

4. GOVERNING LAW AND LANGUAGE ...... 51

5. NOTICES ...... 51

6. SCOPE OF CONTRACT ...... 52

7. SUBCONTRACTING ...... 52 8. PROCURING ENTITY’S RESPONSIBILITIES ...... 52

9. PRICES ...... 52

10. PAYMENT...... 53

11. ADVANCE PAYMENT AND TERMS OF PAYMENT ...... 53

12. TAXES AND DUTIES ...... 54

13. PERFORMANCE SECURITY ...... 54 14. USE OF CONTRACT DOCUMENTS AND INFORMATION ...... 55

15. STANDARDS ...... 55

16. INSPECTION AND TESTS ...... 55

17. WARRANTY ...... 56

18. DELAYS IN THE SUPPLIER’S PERFORMANCE...... 56 19. LIQUIDATED DAMAGES ...... 57

20. SETTLEMENT OF DISPUTES ...... 57

21. LIABILITY OF THE SUPPLIER ...... 58

22. FORCE MAJEURE ...... 58

23. TERMINATION FOR DEFAULT ...... 58 24. TERMINATION FOR INSOLVENCY ...... 59

25. TERMINATION FOR CONVENIENCE ...... 59

26. TERMINATION FOR UNLAWFUL ACTS...... 60

27. PROCEDURES FOR TERMINATION OF CONTRACTS ...... 60

28. ASSIGNMENT OF RIGHTS ...... 61

47

29. CONTRACT AMENDMENT ...... 61

30. APPLICATION...... 62

48

1. Definitions

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

(a) “The Contract” means the agreement entered into between the 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.

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

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

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

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

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

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

(h) “The Procuring Entity’s country” is the Philippines.

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

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

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

(l) “Day” means calendar day.

(m) The “Effective Date” of the contract will be the date of signing the contract, however the Supplier shall commence performance of its obligations only upon receipt of the Notice to Proceed and copy of the approved contract.

49

(n) “Verified Report” refers to the report submitted by the Implementing Unit to the HoPE setting forth its findings as to the existence of grounds or causes for termination and explicitly stating its recommendation for the issuance of a Notice to Terminate.

2. Corrupt, Fraudulent, Collusive, and Coercive Practices

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

(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the 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.

(iii) “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.

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

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an

50

administrative proceedings or investigation of the Procuring Entity or any foreign government/foreign or international financing institution into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or

(bb) acts intended to materially impede the exercise of the inspection and audit rights of the 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.

2.2 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 (a).

3. Inspection and Audit by the Funding Source

The Supplier shall permit the Funding Source to inspect the Supplier’s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by the Funding Source, if so required by the Funding Source.

4. Governing Law and Language

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

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

5. Notices

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

51

SCC, which shall be effective when delivered and duly received or on the notice’s effective date, whichever is later.

5.2 A Party may change its address for notice hereunder by giving the other Party notice of such change pursuant to the provisions listed in the SCC for GCC Clause 0.

6. Scope of Contract

6.1 The Goods and Related Services to be provided shall be as specified in

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

7. Subcontracting

7.1 Subcontracting of any portion of the Goods, if allowed in the BDS, does not relieve the Supplier of any liability or obligation under this Contract. The Supplier will be responsible for the acts, defaults, and negligence of any subcontractor, its agents, servants or workmen as fully as if these were the Supplier’s own acts, defaults, or negligence, or those of its agents, servants or workmen.

7.2 If subcontracting is allowed, the Supplier may identify its subcontractor during contract implementation. subcontractors disclosed and identified during the bidding may be changed during the implementation of this Contract.In either case, subcontractors must submit the documentary requirements under ITB Clause 12 and comply with the eligibility criteria 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.

8. Procuring Entity’s Responsibilities

8.1 Whenever the performance of the obligations in this Contract requires that the Supplier obtain permits, approvals, import, and other licenses from local public authorities, 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.

8.2 The Procuring Entity shall pay all costs involved in the performance of its responsibilities in accordance with GCC Clause 6.

9. Prices

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

52

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

10. Payment

10.1 Payments shall be made only upon a certification by the HoPE 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 (10%) 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.

10.2 The Supplier’s 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 0, and upon fulfillment of other obligations stipulated in this Contract.

10.3 Pursuant to GCC Clause 0, 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. Payments shall be in accordance with the schedule stated in the SCC.

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

10.5 Unless otherwise provided in the SCC, payments using Letter of Credit (LC), in accordance with the Guidelines issued by the GPPB, is allowed. For this purpose, the amount of provisional sum is indicated in the SCC. All charges for the opening of the LC and/or incidental expenses thereto shall be for the account of the Supplier.

11. Advance Payment and Terms of Payment

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

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

11.3 For Goods supplied from abroad, unless otherwise indicated in the SCC, the terms of payment shall be as follows: (a) On Contract Signature: Fifteen Percent (15%) of the Contract Price shall be paid within sixty (60) days from signing of the Contract and

53

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: Sixty-five percent (65%) of the Contract Price shall be paid to the Supplier within sixty (60) days after the date of receipt of the Goods and upon submission of the documents (i) through (vi) specified in the SCC provision on Delivery and Documents.

(c) On Acceptance: The remaining twenty percent (20%) of the Contract Price shall be paid to the Supplier within sixty (60) days after the date of submission of the acceptance and inspection certificate for the respective delivery issued by the Procuring Entity’s authorized representative. In the event that no inspection or acceptance certificate is issued by the Procuring Entity’s 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 percent (20%) subject to the Procuring Entity’s own verification of the reason(s) for the failure to issue documents (vii) and (viii) as described in the SCC provision on Delivery and Documents.

12. Taxes and Duties

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

13. Performance Security

13.1 Within ten (10) calendar days from receipt of the Notice of Award from the 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 0.

13.2 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.

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

13.4 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:

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

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

54

(c) Other terms specified in the SCC.

13.5 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 (10%) and that the aggregate of such reductions is not more than fifty percent (50%) of the original performance security.

14. Use of Contract Documents and Information

14.1 The Supplier shall not, except for purposes of performing the obligations in this Contract, without the 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.

14.2 Any document, other than this Contract itself, enumerated in GCC Clause 0 shall remain the property of the Procuring Entity and shall be returned (all copies) to the Procuring Entity on completion of the Supplier’s performance under this Contract if so required by the Procuring Entity.

15. Standards

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

16. Inspection and Tests

16.1 The 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. The SCC and Section VII. Technical Specifications shall specify what inspections and/or tests the Procuring Entity requires and where they are to be conducted. The Procuring Entity shall notify the Supplier in writing, in a timely manner, of the identity of any representatives retained for these purposes.

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

16.3 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

55

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

16.4 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.

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

17. Warranty

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

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

17.3 In order to assure that manufacturing defects shall be corrected by the Supplier, a warranty shall be required from the Supplier for a minimum period specified in the SCC. The obligation for the warranty shall be covered by, at the Supplier’s option, either retention money in an amount equivalent to at least one percent (1%) of every progress payment, or a special bank guarantee equivalent to at least one percent (1%) of the total 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 period specified in the SCC; provided, however, that the Supplies delivered are free from patent and latent defects and all the conditions imposed under this Contract have been fully met.

17.4 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.

17.5 If the Supplier, having been notified, fails to remedy the defect(s) within the period specified in GCC Clause 0, 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.

18. Delays in the Supplier’s Performance

56

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

18.2 If at any time during the performance of this Contract, the Supplier or its Subcontractor(s) should encounter conditions impeding timely delivery of the Goods and/or performance of Services, the Supplier shall promptly notify 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 Supplier’s time for performance, in which case the extension shall be ratified by the parties by amendment of Contract.

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

19. Liquidated Damages

Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorily deliver any or all of the Goods and/or to perform the Services within the period(s) specified in this Contract inclusive of duly granted time extensions if any, the Procuring Entity shall, without prejudice to its other remedies under this Contract and under the applicable law, deduct from the Contract Price, as liquidated damages, the applicable rate of one tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of delay until 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 may rescind or terminate the Contract pursuant to GCC Clause 23, without prejudice to other courses of action and remedies open to it.

20. 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.

57

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

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

21. Liability of the Supplier

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

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

22. Force Majeure

22.1 The Supplier shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that the Supplier’s delay in performance or other failure to perform its obligations under the Contract is the result of a force majeure.

22.2 For purposes of this Contract the terms “force majeure” and “fortuitous event” may be used interchangeably. In this regard, a fortuitous event or force majeure shall be interpreted to mean an event which the Supplier 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 Supplier. 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.

22.3 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.

23. Termination for Default

23.1 The Procuring Entity shall terminate this Contract for default when any of the following conditions attends its implementation:

58

(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 prior to the delay, and such failure amounts to at least ten percent (10%) of the contact price;

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

23.2 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.

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

24. Termination for Insolvency

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

25. Termination for Convenience

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

25.2 The Goods that have been delivered and/or performed or are ready for delivery or performance within thirty (30) calendar days after the Supplier’s receipt of Notice to Terminate shall be accepted by the Procuring Entity at the contract terms and prices. For Goods not yet performed and/or ready for delivery, the Procuring Entity may elect:

59

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

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

25.3 If the Supplier suffers loss in its initial performance of the terminated contract, such as purchase of raw materials for goods specially manufactured for the 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(a);

(b) Drawing up or using forged documents;

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

(d) Any other act analogous to the foregoing.

27. Procedures for Termination of Contracts

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

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

(b) Upon recommendation by the Implementing Unit, the HoPEshall 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;

60

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

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

(iv) special instructions of the Procuring Entity, if any.

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

(d) Within a period of seven (7) calendar days from receipt of the Notice of Termination, the Supplier shall submit to the HoPE 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 HoPE shall issue an order terminating this Contract;

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

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

(g) The HoPE 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 HoPE; and

(h) The 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.

28. 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.

29. Contract Amendment

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

61

30. Application

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

62

Section V. Special Conditions of Contract

63

Special Conditions of Contract

GCC Clause 1(g) The Procuring Entity is Procurement Service. The End User Entity is the Department of Education. 1(i) The Supplier is ______. 1(j) The Funding Source is The Government of the Philippines (GOP) through the General Appropriations Act of FY 2015 of the Department of Education. 1(k) The Project Sites are defined in Section VI. Schedule of Requirements. ( Please see attached Annex “2” for the list of personnels for Division Office )

Note: Supplier should coordinate with the contact person prior to delivery for the actual quantity to be delivered. 2.1 No further instructions. 0 The Procuring Entity’s address for Notices is: OFFICE OF THE EXECUTIVE DIRECTOR Procurement Service Ground Floor, PS Complex, RR Road Cristobal St., Paco, Manila The Supplier’s address for Notice is: ______0 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 this Contract shall be as follows:

For Goods Supplied from Abroad, The delivery terms applicable to the Contract are DDP delivered to the above project site. In accordance with INCOTERMS.

For Goods Supplied from Within the Philippines, The delivery terms applicable to this Contract are delivered to the above project site. Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination.”

Delivery of the 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:

64

For Goods supplied from within the Philippines:

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 Supplier’s 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 Manufacturer’s and/or Supplier’s warranty certificate; (v) Original and four copies of the certificate of origin (for imported Goods); (vi) Delivery receipt detailing number 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 precedence:

(i) Original and four copies of the Supplier’s 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 Manufacturer’s and/or Supplier’s warranty certificate; (v) Original and four copies of the certificate of origin (for imported Goods); (vi) Delivery receipt detailing number and 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

65

(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(s) are the ARP’s and the DepEd Division Supply Officer or authorized alternate.

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:

Select appropriate requirements and delete the rest.

(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 Entity’s personnel, at the Supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied Goods.

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

Packaging

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

The packaging, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified below, and in any subsequent instructions ordered by the Procuring Entity.

66

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 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 Philippine registry is available, Goods may be shipped by a carrier which is not of Philippine registry provided that the Supplier obtains and presents to the Procuring Entity certification to this effect from the nearest Philippine consulate to the port of dispatch. In the event that carriers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period from when the Goods were first ready for shipment and the actual date of shipment the period of delay will be considered

67

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.

This Contract shall include all such items, although not specifically me ntioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. 10.2 Progress Payments shall be paid to the Supplier on the following conditions:

One Time payment on Complete Delivery and Final Acceptance per Region

One hundred percent (100%) of the Total Contract Price shall be paid to the Supplier upon delivery and acceptance of 100% of the Goods at Project Site per Region and upon submission of the documents, whichever is applicable, specified in SCC for GCC Clause 6.2 and other documents required in government accounting and auditing rules and regulations.

Payments shall be subject to the “Warranty” provision in the form of either retention money in an amount equivalent to at least 1% of every progress payment, or a special bank guarantee in the amount equal to at least 10% of the Total Contract Price required in Section 62 of R.A. 9184 and its IRR.

The retention money or special bank guarantee shall be released only after the lapse of the Warranty in SCC Clause 17.3 and upon submission of all Certificates of Acceptance duly signed and dated by the Public Schools Division Superintendent (original/certified true copy signed by the Division Office personnel).

The Supplier shall be liable for damages for the delay in its performance of the Contract and shall pay the procuring entity liquidated damages, not by way of penalty, in an amount equal to one-tenth (1/10) of one percent (1%) of the cost of the delayed goods scheduled for delivery for every day of delay until such goods are finally delivered and accepted by the procuring entity concerned. The Procuring Entity shall deduct the liquidated damages from any money due or which may become due to the Supplier, or collect from any of the securities or warranties posted by the Supplier, whichever is convenient to the Procuring Entity concerned. Once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of the Contract, the Procuring Entity may rescind the Contract, without prejudice to other courses of action and remedies open to

68

the Procuring Entity. 10.4 Not applicable. 10.5 Payment using LC is not allowed.

11.3 Maintain the GCC Clause.

13(c) No further instructions. 0 The inspections shall be based on the approved submitted sample in accordance to the Technical Specifications which will be conducted at the warehouse of the supplier local and abroad.

1. The procuring Entity shall have the option to conduct pre-delivery inspection(s) at points of delivery or supplier’s premises. 2. Complete Goods/Services shall be inspected and/or tested by the Procuring Entity or its Authorized Representatives at the time and date of deliveries to project site(s). Goods/Services delivered with defect/s or non-compliant with the required specification shall be rejected by the procuring entity and replaced by the supplier. 3. The procuring entity shall have the option to inspect suppliers premises covered by the contract to monitor and assess suppliers capacity to discharge its contractual obligations to the procuring entity. 0 Three (3) Months after acceptance by the Procuring Entity of the delivered Goods or after the Goods are consumed, whichever is earlier. 0 The suppliers’ response time shall be within 48 hours upon receipt of the notice of defect/s. The period for correction of defects in the warranty period is fifteen (15) days upon request. 0 No additional provision.

or, if the Supplier is a joint venture,

All partners to the joint venture shall be jointly and severally liable to the Procuring Entity.

69

Annex to Special Conditions of Contract Goods shall be packed, labeled, and delivered to their final destination by the Supplier. Supplier shall bear costs of inland transportation, insurance, and other services required to convey the Goods to their final destinations. The quantities are listed in the Allocation List.

Pre-Production 1. Upon receipt of the Notice to Proceed of the Suppliers, the Procuring Entity, through DepEd-BLR, shall provide the Supplier with the Ready to Print materials (inside and cover page) for proofing. The Supplier shall submit to the Procuring Entity, through DepEd-BLR, a detailed printing/manufacturing, binding, revising, packing, and delivery schedules. The Procuring Entity shall notify the Supplier in writing of the names of members of Procuring Entity’s authorized DepEd Quality Control Inspector Teams (DepEd-QCIT). 2. The Supplier shall submit to the Procuring Entity the proofs of the inside and cover page upon receipt of the Ready-to-Print materials for approval and sign-off. (Refer to the schedule of requirements) 3. Approved and signed-off proofs shall be returned by the Procuring Entity upon receipt from the Supplier. (Refer to the schedule of requirements)

Production and Pre-Inspection Activities 1. In case the printing, binding, revising, packing and pre-shipment inspections will not be conducted at Supplier’s plant located abroad, the pre-inspection shall be conducted by the Joint PE and End Users’ QCIT at Supplier’s warehouse(s) located in the Philippines. The pre-inspections shall be conducted before the delivery of Goods to their final destinations. The Supplier shall inform the Procuring Entity of the arrival of the Goods at Supplier’s warehouse(s) located in the Philippines. 2. The Procuring Entity, through the Joint Inspection of Procuring Entity (PE) and End User QCIT, shall conduct random pre-inspections of the Goods during printing / manufacturing, binding, revising, and packing stages. A pre-inspection report that records observed printing/manufacturing, binding, revising, and packing defects that needs to be corrected, and tracks if corrections previously required were undertaken by the Supplier, shall be both signed by the Joint PE and End User QCIT and Supplier’s production/manufacturer supervisor/authorized representative. Likewise, the Joint PE and End User QCIT shall conduct substantial pre-shipment inspection at the Supplier’s and its sub-contractor’s premises. 3. At any stage of the actual production/manufacturing (printing, binding, revising, and packing) the Procuring Entity, through the Joint Inspection of Procuring Entity (PE) and End User QCIT shall have the option to subject the materials, covers and signatures produced and packed using body stocks, cover stocks, and corrugated boxes for testing at Forest Products Research and Development Institute (FPRDI). All materials, covers, and signatures, produced and packed using body stocks, cover stocks, and corrugated boxes which failed the FPRDI test based on Procuring Entity’s specifications shall be rejected. Likewise, other materials used which do not comply with required specifications shall also be rejected. 4. The Joint PE and End Users QCIT members are authorized to mark or write the word “rejected” or “X” and affix their signatures on all defective materials, pages, covers, signatures, or the whole Goods by the use of an indelible ink or pen, discovered defective during printing/manufacturing, binding, revising, packing, and pre-shipment inspections without any cost or liability to be charged to the account of Procuring Entity. Defective Goods that have been rejected shall be shredded, cut,

70

or confiscated by the Joint PE and End User QCIT to ensure that these are not delivered to the Recipients. 5. The Supplier shall prepare the Inspection and Acceptance Reports (IARs) based on the allocation list provided by the Procuring Entity which will be use during the delivery of the Goods to their final destinations. Template of the IAR shall be provided by the Procuring Entity.

Supplier’s Undertakings 1. In case of a foreign supplier, the Supplier shall inform the Procuring Entity in writing of the date of arrival of the Goods from abroad at the Supplier’s warehouse located in the Procuring Entity’s country. In case printing, binding, revising, packing, and pre-shipment inspections were not conducted by the Procuring Entity at the Supplier’s premises located abroad, the Supplier shall submit the Goods to the Procuring Entity for pre-inspection by the DepEd-QCIT at the former’s warehouses before delivery. 2. The Supplier shall allow the Procuring Entity, through the DepEd-QCIT, and copyright owner, to observe during printing/manufacturing, binding, and packing stages as safeguard against copyright infringement and overprint. Within a reasonable time after completion of printing services, the Supplier shall return the approved and signed-off proofs and Ready to Print files (PDF Files) to the Procuring Entity upon completion of the printing process.

3. Prior to delivery to the Recipients, the Supplier shall deliver to DepEd-BLR, twenty (20) complimentary copies / samples of each title of the Goods. 4. Supplier shall strictly conform to the agreed contract completion and deliver only Goods that comply with the Procuring Entity’s technical and contract specifications. 5. The Supplier shall coordinate the deliveries with the Division Office’s Supply Officer at least two (2) weeks before the scheduled delivery so that the latter can organize the required School Inspectorate Team (SIT) to inspect Goods at the time of delivery. 6. The Supplier shall make delivery/ies to the Project site on a regular working day, during office hours from 7:00 A.M. to 5:00 P.M. The supplier may make arrangements with the Authorized Receiving Personnel/Supply Officer of the concerned recipient schools to make delivery/ies to the project site beyond regular office hours during regular working days; on weekends (Saturdays and Sundays); or non-working holidays. The Supply Officer or its designated Authorized Representative reserves the right to refuse to receive/accept delivered Goods made before 7:00 A.M. or after 5:00 P.M., and on schedules outside the agreed schedules beyond regular office hours during regular working days; during weekends; or non-office hours during holidays. 7. The Supplier shall deliver Goods to the appropriate Recipients only as indicated in the allocation list. Goods intended for a Recipient but delivered to another district, high school, region, or division office shall be rejected and the Supplier shall be penalized. The penalty shall include the imposition of administrative and/or blacklisting of the Supplier as a result of non-compliance and poor contract performance. 8. During delivery, the Supplier shall endorse the Goods, DRs, and duly accomplished IARs to the Supply Officer or authorized representative for inspection and acceptance/approval. 9. The Supplier shall notify the Procuring Entity immediately from the initial occurrence of conditions impeding timely delivery of the Goods.

71

10. The Supplier shall replace all rejected Goods, and complete under delivery within fifteen (15) calendar days from receipt of a Notice of Rejection and under delivery from the Procuring Entity. Likewise, if stocks are available on site, the Supplier shall replace defective Goods or complete under delivery immediately. No payment shall be made for deficient delivery or defective Goods regardless of the IARs signed by the ARPs. 11. The Supplier shall authorize the Procuring Entity to procure, upon such terms and in such manner the Procuring Entity deems appropriate, Goods similar to those undelivered or defective and to deduct the costs of such procurement from Supplier’s billings under this contract. In case the Supplier has no outstanding billing/contract with the Procuring Entity, the Supplier shall be liable to the Procuring Entity for all the costs of such procured Goods. These remedies shall not prejudice Procuring Entity’s other remedial actions inclusive of blacklisting the Supplier from joining future biddings to be conducted by the Procuring Entity. 12. Defective Goods, replaced within the 15-day period, shall be retrieved by the Supplier from the concerned High Schools at no cost to the Procuring Entity.

13. After completion of delivery to Recipients, the Supplier shall submit to the Procuring Entity the documents specified under GCC Clause 6.2 of Section V. Special Conditions of the Contract for validation and as attachments to his/her claim for payment.

Procuring Entity’s Undertakings

1. The Procuring Entity (PE), through the joint PE and End Users’ QCIT, will do production/manufacturing and packing and pre-shipment (pre-delivery) inspections at the premises of the Suppliers and their sub-contractors. 2. The PE, through the End User, shall provide the Regional Offices (ROs) and Division Offices (DOs) copies of the delivery schedule and distribution list. The End User shall likewise advise the DOs to facilitate dissemination of the delivery schedule and distribution list to the Recipients, mobilize the monitoring and inspection of Goods delivered, and validates deliveries and acceptance thereof made by the ARPs. 3. The End User shall monitor, inspect, and validate at random delivery of the Goods, and promptly report discrepancies to the Supplier. 4. Upon receipt of a Notice of Rejection and under delivery from the DO/Recipient Schools, the PE, through the End User, shall require the Supplier to complete the under delivery and replace defective deliveries within fifteen (15) days. The End User shall furnish the DO with a copy of the letter to the Supplier. 5. The Procuring Entity, through the End User, shall facilitate and follow-up issuances of Certificates of Acceptance (CA) by the DO confirming delivered Goods and shall use the CA to appraise contract compliance, processing, and release of payment to Supplier. 6. The Procuring Entity will pay the supplier upon submission of the documents based on GCC Clause 6.2 of Section V. Special Conditions of the Contract and other documents required in accounting and auditing rules and regulations.

The PE shall accept the documents submitted by the Supplier and coordinate with the PE’s accounting for the processing of payment within sixty (60) days from receipt of complete documents. Rejected Goods shall not be paid unless replaced by the Supplier.

72

Section VI. Schedule of Requirements

73

Schedule of Requirements

The successful Bidder shall provide DepEd with the Press proof of Printing, Supply and Delivery of Basic Literacy Learning Materials and A&E Modules in accordance with DepEd specifications.

Note: The abovementioned Learning Resources should be provided on CD/DVD (inside and cover pages) in pdf file.

Target Recipient (Division Offices and Central Office): - Please see attached Distribution List: Annex “1”

Scope of the Project: Printing, Supply and Delivery of Basic Literacy Learning Materials and A&E Modules to DepEd Central Office Warehouse and Division Offices Nationwide

Reckoning Date:

120 days = Reckoned from the issuance of “Certificate of Mass Printing” for printing, binding, packing of materials & delivery to DepEd Central Office Warehouse and Division Offices Nationwide.

I hereby commit to comply and deliver all the above requirements in accordance with the above stated schedule.

______Name of Company Signature Over Printed Name of Date Authorized Representative

74

ANNEX “1”

SCHEDULE OF REQUIREMENTS ALLOCATION LIST OF ABOT ALAM MODULES As of January 10, 2017

Basic Region Division Complete Address A&E A&E Basic Literacy Program Program Literacy Program Elementary Secondary Program Facilitator's Modules Modules Modules Guide

GRAND TOTAL 86,790 196,385 28,322 14,259

I TOTAL 4,412 10,001 1,452 712

I Ilocos Norte Brgy. 7B Giron St., Laoag City 591 1,339 193 96

I Laoag City Brgy, 14, Nolasco St., Laoag City 69 156 23 10

I Batac City Batac City, Ilocos Norte 69 156 23 11

I Ilocos Sur Quirino Blvd., Zone V, Bantay, Ilocos Sur 659 1,495 216 107

I Candon City Candon City, Ilocos Sur 83 187 28 13

I Vigan City Vigan City, Ilocos Sur 96 218 32 15

I La Union Catbangen, San Fernando City, La Union 632 1,433 208 103 San Fernando City, I I San Fernando City, La Union 111 250 37 18 Pangasinan I, I Lingayen Capitol Grounds, Lingayen Pangasinan 865 1,962 284 141

I Alaminos City Alaminos City, Pangasinan 96 218 32 15

I San Carlos City, I Rizal St., San Carlos City, Pangasinan 69 157 23 10 Pangasinan II, I Binalonan Canarvacanan, Binalonan, Pangasinan 879 1,993 289 143

I Dagupan City Burgos St., Dagupan City 124 281 41 20

I Urdaneta City San Vicente Drive, Urdaneta City 69 156 23 10

II TOTAL 4,301 9,747 1,410 697

II Batanes Basco, Batanes 124 281 41 20

75

II Cagayan Lingu, Solana, Cagayan 1,291 2,927 423 211

II Tuguegarao City Tuguegarao City, Cagayan 124 281 41 19

II Isabela Ilagan, Isabela 1,182 2,677 386 193

II Ilagan City Ilagan City, Isabela 69 156 23 11

II Cauayan City Cauayan City, Isabela 138 313 45 21

II Santiago City Santiago City, Isabela 55 125 19 8

II Nueva Vizcaya Bayombong, Nueva Viscaya 659 1,494 216 107

II Quirino Cabarroguis, Quirino 659 1,493 216 107

III TOTAL 6,095 13,782 2,002 999

III Aurora Baler, Aurora 495 1,120 162 80

III Balanga City Balanga City 83 187 27 12

III Bataan Balanga, Bataan 371 840 122 60

III Bulacan Malolos, Bulacan 866 1,960 284 142

III Malolos City Malolos City, Bulacan 69 155 23 11

III Meycauayan City Meycauayan City, Bulacan 83 186 28 14 San Jose del III Monte City San Jose del Monte, Bulacan 111 249 37 19

III Nueva Ecija Cabanatuan City 962 2,178 316 158 Muñoz Science III City Muñoz, Nueva Ecija 55 124 19 9

III San Jose City San Jose City, Nueva Ecija 55 124 19 9

III Cabanatuan City Cabanatuan City 124 280 41 21

III Gapan City Gapan City 83 186 28 14

III Pampanga San Fernando City, Pampanga 907 2,054 297 149

III Angeles City Angeles City 138 311 45 23

III Mabalacat City Mabalacat City, Pampanga 55 124 18 9 San Fernando City, III III San Fernando City, Pampanga 69 156 23 11

III Tarlac Tarlac, Tarlac 742 1,680 244 122

III Tarlac City Tarlac City 179 405 58 29

III Zambales Iba, Zambales 510 1,152 166 84

76

III Olongapo City Olongapo City 138 311 45 23

CAR TOTAL 4,758 10,765 1,551 784

CAR Abra Bangued, Abra 893 2,022 292 147

CAR Apayao Luna, Apayao 385 871 125 63

CAR City Baguio City 261 591 84 43

CAR Benguet La Trinidad, Benguet 605 1,369 198 100

CAR Ifugao Lagawe, Ifugao 742 1,681 242 122

CAR Kalinga Tabuk, Kalinga 1,045 2,364 341 172

CAR Tabuk City Tabuk City 290 654 94 48

CAR Mt. Province Bontoc, Mt. Province 537 1,213 175 89

IV-A TOTAL 7,634 17,268 2,487 1,257

IV-A Batangas Bolboc, 990 2,240 323 163

IV-A Batangas City Batangas City 206 467 67 34

IV-A Lipa City Lipa City 124 280 40 20

IV-A Tanauan City Tanauan City 138 311 45 23

IV-A City Bacoor City 55 124 17 9

IV-A Province Trece Martirez City 838 1,898 274 138

IV-A Cavite City Cavite City 124 279 40 21 Dasmariñas City IV-A Dasmariñas City 111 249 36 19

IV-A Imus City Imus City, Cavite 42 93 13 7 Biñan City, Laguna IV-A Biñan City 221 498 71 36

IV-A Calamba City Calamba City 152 342 49 25

IV-A Laguna Sta. Cruz, Laguna 921 2,085 301 152

IV-A San Pablo City San Pablo City 151 342 49 25

IV-A Sta. Rosa City Sta. Rosa City 124 280 40 20

IV-A City Lucena City 138 311 45 23

IV-A Quezon Talipan, Pagbilao, Quezon 1,498 3,392 489 247

77

IV-A Tayabas City Tayabas City 69 155 22 11

IV-A Antipolo City Antipolo City 165 374 53 27

IV-A Rizal Cabrera Rd., Hilltop, Taytay, Rizal 1,567 3,548 513 257

IV-B TOTAL 3,204 7,249 1,045 527

IV-B Marinduque Boac, Marinduque 344 778 112 56

IV-B Occidental Mindoro Mamburao, Occ. Mindoro 412 933 134 68

IV-B Calapan City Calapan City 151 342 49 25

IV-B Oriental Mindoro Calapan, Or. Mindoro 715 1,618 234 118

IV-B Palawan Puerto Princesa City 990 2,240 324 163 Puerto Princesa IV-B City Puerto Princesa City 152 342 49 25

IV-B Romblon Romblon, Romblon 440 996 143 72

V TOTAL 4,798 10,856 1,565 787

V Albay Legazpi City 632 1,431 206 103 Legazpi City V Legaspi City 110 248 36 18

V Ligao City Ligao City 97 218 31 16

V Tabaco City Tabaco City 110 248 36 18

V Camarines Norte Daet, Camarines Norte 399 903 130 66 Freedom Sports Complex San Jose, Pili, V Cam. Sur 1,168 2,645 382 192

V Iriga City Iriga City 96 217 31 16

V Naga City Naga City 69 156 22 11

V Catanduanes Virac, Catanduanes 536 1,213 175 88

V Masbate Masbate, Masbate 824 1,867 270 135

V Masbate City Masbate City 83 186 27 14

V Sorsogon Sorsogon, Sorsogon 550 1,244 179 90

V Sorsogon City Sorsogon City 124 280 40 20

NCR TOTAL 3,895 8,804 1,262 641

78

NCR Manila City Hall, Manila 1,443 3,267 472 237

NCR Las Piñas City Las Piñas City 97 218 31 16

NCR City Makati ES, Gen. Luna St., Makati City 152 343 49 25 Muntinlupa ES, Poblacion Muntinlupa City NCR Muntinlupa City 55 124 18 9 Paranaque Central School, Kabihasnan NCR Parañaque City 645 1,462 210 107

NCR Pasay City P. Burgos ES, Pasay City 221 498 71 36 Capinga ES, Taguig City NCR Taguig 152 342 49 26 San Juan City NCR San Juan City 41 93 13 7 H-way Hills ES, Calbayog St. Mandaluyong NCR Mandaluyong City City 83 187 26 13

NCR Marikina City Shoe Ave., Sta. Elena, Marikina City 69 155 22 12

NCR Pasig City Pasig ES, Caruncho Ave., Pasig City 151 342 48 25 San Francisco Compound, Misamis St., Bago NCR Bantay, Quezon City 289 653 94 47

NCR Caloocan City 10th Ave., Kalookan HS, Caloocan City 221 498 71 36 N. Aquino ES, Maya-maya St. Dagat- NCR Malabon City dagatan, Malabon City 138 311 44 22 Bagumbayan, Navotas City NCR Navotas City 28 62 9 5

NCR Valenzuela City P. Valenzuela St., Marulas, Valenzuela City 110 249 35 18

VI TOTAL 5,572 12,601 1,812 919

VI Aklan Kalibo, Aklan 509 1,151 166 84

VI Antique San Jose, Antique 591 1,338 193 98

VI Capiz Banica, Roxas City 509 1,151 166 84

VI Roxas City Arnaldo Blvd., Roxas City 41 93 13 7

VI Guimaras Jordan, Guimaras 234 529 76 38

VI Iloilo Luna St., Brgy. La Paz, 1,457 3,298 475 239

VI Iloilo City Gen. Luna St., Iloilo City 262 591 85 43

VI Passi City Simeon Aguilar St., Passi City, Iloilo 96 218 31 16 Rostico San Justa St., Bacolod City, Negros VI Bacolod City Occ. 138 311 45 23

VI Bago City Araneta St., Bago City 124 280 40 21

VI Cadiz City Cadiz City, Neg. Occ 110 249 35 18

79

VI Escalante City Escalante City, Negros Occidental 97 217 31 17

VI Kabankalan City Kabankalan City 165 374 53 27

VI La Carlota City Garrea St., La Carlota City 83 187 27 14

VI Negros Occidental Cottage Road, Negros Occidental 618 1,400 202 102

VI Sagay City Sagay City 69 156 22 11 Azcona St., Highway, San Carlos City, VI San Carlos City, VI Negros Occ. 152 343 49 25

VI Silay City Silay City 317 715 103 52

VII TOTAL 5,844 13,222 1,903 962

VII Bohol Tagbilaran City, Bohol 1,443 3,267 471 237

VII Tagbilaran City Tagbilaran City, Bohol 83 187 27 14 Saint Joseph Village, Cogon, Bogo City, VII Bogo City 82 186 26 14

VII Carcar City P. Nellas St., Pob. III, Carcar City, Cebu 69 155 22 12

VII Cebu Province IPHO Bldg., Sudlon, Lahug, 1,498 3,392 489 246

VII Cebu City Cebu City 399 903 130 65

VII Naga, Cebu West Pob., Naga City, Cebu 96 217 31 16

VII Danao City F. Ralota St., Danao City 165 373 54 27

VII Lapu-Lapu City B.M. Dimataga St., Lapu-Lapu City 220 498 72 36

VII Mandaue City Plaridel St., Mandaue City 165 373 54 27

VII Talisay City Poblacion Talisay City, Cebu 97 218 31 16

VII Toledo City D. Macapagal Highway, Pob. Toledo City 137 311 44 23

VII Siquijor Larena, Siquijor 234 529 76 38

VII Bais City Bais City 110 249 36 18

VII Bayawan City Tinago, Bayawan City 97 218 31 16

VII Dumaguete City Cervantes St., Dumaguete City, Negros Or. 96 218 31 16

VII Guihulngan City Guihulngan City, Neg Oriental 96 217 31 16

VII Negros Oriental Dumaguete City, Negros Oriental 646 1,462 211 106

VII Tanjay City Rizal St., Tanjay City 111 249 36 19

VIII TOTAL 6,379 1,049

80

14,438 2,081

VIII Biliran Brgy. Larrazabal, Naval, Biliran 303 685 98 49

VIII Borongan City Borongan City, Eastern Samar 96 217 31 16

VIII Eastern Samar Borongan, Eastern Samar 796 1,805 260 131

VIII Baybay City 30 Deciembre St., Baybay City, Leyte 110 248 36 18

VIII Leyte Gov't. Center, Candahug, Palo, Leyte 1,608 3,641 525 264

VIII Ormoc City Ormoc City 166 374 54 28

VIII Tacloban City Tacloban City 179 405 58 30

VIII Northern Samar Catarman, Northern Samar 1,182 2,676 386 194

VIII Maasin City Maasin City 193 435 63 32

VIII Southern Leyte Mantahan, Maasin, Southern Leyte 481 1,089 157 79

VIII Calbayog City Calbayog City 276 622 90 46

VIII Catbalogan City Catbalogan City, Samar 179 405 58 29 Samar (Western VIII Samar) Catbalogan, Samar 810 1,836 265 133

IX TOTAL 3,258 7,375 1,063 536

IX Isabela City Ulbert Ulama St., Isabela City 151 342 49 25

IX Dapitan City Justice F. Saguin St., 7101 Dapitan City 165 373 54 27

IX Dipolog City Dipolog City, Zamboanga del Norte 138 311 45 23 Zamboanga del IX Norte Dipolog City, Zamboanga del Norte 906 2,054 296 149

IX Pagadian City Pagadian City, Zamboanga del Sur 138 312 44 22

IX Zamboanga City Baliwasan Chico, Zamboanga City 262 591 85 43 Zamboanga del IX Sur Pagadian City, Zamboanga del Sur 921 2,085 301 152 Zamboanga IX Sibugay Ipil, Zamboanga Sibugay 577 1,307 189 95

X TOTAL 7,521 17,022 2,453 1,237

X Bukidnon Malaybalay City, Bukidnon 1,182 2,677 387 194

X Malaybalay City Cor. Don Carlos and Guingona Sts. MC 454 1,027 148 74

X Valencia City G/F NIA Bldg, Poblacion, Valencia City 427 965 139 71

81

X Camiguin Mambajao, Camiguin Province 358 809 116 59

X Iligan City Iligan City, Lanao del Norte 440 995 144 72

X Lanao del Norte Pigcarangan, Tubod, Lanao del Norte 866 1,960 283 142

X Misamis Occidental Osilao St., Oroquieta City 632 1,432 207 104

X Oroquieta City Osilao St, Poblacion 1, Oroquieta City 234 529 76 39

X Ozamis City Ostia St., Tinago, Ozamis City, Mis Occ 413 934 134 68

X Tangub City Anecito Siete St., Mantic, Tangub City 193 436 62 31 X City Corrales corner Yacapin St., CDO City 605 1,369 197 99

X El Salvador El Salvador City, Misamis Oriental 56 124 18 10

X Gingoog City Brgy 22, Gingoog City 562 1,276 183 93

X Misamis Oriental Cagayan de Oro City, Misamis Oriental 1,099 2,489 359 181

XI TOTAL 3,247 7,340 1,058 535

XI Compostela Valley Nabunturan, Compostela Valley 426 964 139 70

XI Davao del Norte Mankilam, Tagum City, Davao del Norte 331 747 108 55 Island Garden City Island Garden City of Samal, Davao del XI of Samal Norte 96 217 31 16 City Hall Cpd, Brgy JP Laurel, Panabo City, XI Panabo City DDN 83 186 27 14

XI Tagum City E-Park, Apokon, Tagum City 55 124 18 9

XI Quirino Ave., Davao City 563 1,275 184 92

XI Davao del Sur Digos, Davao del Sur 427 965 139 70

XI Davao Ocidental Fishing Village, Malita, Davao Occidental 276 622 90 46

XI Digos City Digos City 96 217 31 16

XI Davao Oriental Mati City, Davao Oriental 440 996 143 72

XI Mati City Mati City 454 1,027 148 75

XII TOTAL 5,307 12,014 1,730 872

XII Cotabato City Cotabato City, Maguindanao 454 1,027 148 74

XII Kidapawan City J.P. Laurel St., Kidapawan City 165 374 53 27

XII North Cotabato Amas, Kidapawan City 1,471 3,330 480 242

82

XII Sarangani Alabel, Saranggani 673 1,525 220 111 General Santos XII City Lagao, Gen. Santos City 468 1,058 152 77

XII Koronadal City Koronadal City, South Cotabato 179 405 58 29

XII South Cotabato Alunan Ave., Koronadal City 756 1,712 247 124

XII Sultan Kudarat Tacurong City, Sultan Kudarat 962 2,178 314 159

XII Tacurong City TPES Compound, Poblacion, Tacurong City 179 405 58 29

CARAGA TOTAL 6,818 15,435 2,225 1,123

CARAGA Agusan del Norte Butuan City 1,071 2,427 350 176

CARAGA Butuan City Butuan City 962 2,179 314 159

CARAGA Cabadbaran City Cabadbaran City 55 124 18 9

CARAGA Agusan del Sur Prosperidad, Agusan del Sur 742 1,681 243 122

CARAGA Bayugan City Bayugan City 262 592 85 44 San Jose, Dinagat Islands CARAGA Dinagat Island 701 1,587 229 116

CARAGA Siargao Dapa, Siargao 797 1,805 260 131

CARAGA Surigao City 193 436 63 32

CARAGA Surigao del Norte Rizal St., Surigao City 522 1,182 170 86

CARAGA Bislig City Bislig City 193 436 62 31

CARAGA Surigao del Sur Tandag, Surigao del Sur 1,237 2,800 405 203

CARAGA Tandag City Tandag City 83 186 26 14

ARMM TOTAL 3,742 8,461 1,218 617

ARMM Basilan Isabela, Basilan 276 622 90 46

ARMM Lamitan City Lamitan City 180 405 58 30

ARMM Lanao del Sur - I Barangay Saber, Marawi City 728 1,649 237 120 Malabang, Lanao del Sur II ARMM Lanao del Sur - II 686 1,555 224 113

ARMM Marawi City Marawi City 248 560 80 40

ARMM Maguindanao - I Hagonoy, Maguindanao 482 1,088 157 80

ARMM Maguindanao - II Maguindanao 290 653 94 48

83

ARMM Sulu Jolo, Sulu 426 965 139 70

ARMM Tawi-Tawi Bongao, Tawi-Tawi 426 964 139 70

National Nutrition Center Compound, Chino Roces Ave.,(formerly Pasong Tamo CO Central Office Ext., Taguig City) 5 5 5 5

84

ANNEX “2”

Region/Division Supply Officer/Contact Person Telephone No. Mobile No. Email Address

Region I

Corazon B. Rivera (072) 242-7867 (0939) 924-5635 [email protected]

(0949) 881-1109

Alaminos City Arlene R. Beniola (075) 654-0212 09209650491 [email protected]

Batac City Jaquelyn P. Mendoza (077) 792-3554 (0921) 597-7816 [email protected]

Candon City Clare Glo B. Balingsat (077) 644-0411 (0917) 799-9190 [email protected]

(075) 653-4006

Dagupan City Clarita F. Tamayo (075) 523-4742 (0917) 538-1609 [email protected]

(077) 770-5963

Ilocos Norte Marlon D. Macalma (077) 670-7769 (0918) 304-8744 [email protected]

Ilocos Sur Elizabeth R. Tabin (077) 604-0394 (0917) 811-3317 [email protected]

La Union Ma. Leilani S. Cortez (072) 607-8127 (0919) 518-8455 [email protected]

(077) 771-1526

Laoag City Willie M. Cabello (077) 771-3678 09989510938 [email protected]

Pangasinan I Belinda V. Decena (075) 542-5748 09985973117 [email protected]

(075) 513-2968 (0917) 877-8548

Pangasinan II Eddie V. Cancino (075) 513-4281 (0932) 848-4121 [email protected]

85

San Carlos City Maria Cristina N. Mamorno (075) 529-5628 09338685371 [email protected]

(0999) 991-1008

San Fernando City Jun Howard J. Rioveros (072) 607-4715 (0915) 500-0610 [email protected]

Urdaneta City Mel Cristian R. Montero (075) 204-0131 (0917) 827-3742 [email protected]

Vigan City Edgar A. Agcarao (077) 722-2023 09177205480 [email protected]

Region II (078) 396-0716(078)

Valentina Sepanton 304-0724 (fax) (0917) 775-7790 [email protected]

Batanes Sharon V. Gonzales 9497843936 [email protected]

Cagayan Christopher U. Diego 9158136781 [email protected]

(078) 652-1614

Cauayan City Monalisa B. Aglupus (078) 652-4026 9956457882 [email protected]

Ilagan City Johnnyfer T. Pira (078) 624-0079 09265318163 [email protected]

Isabela Lizel V. Casilihan (078) 323-0281 9753492827 [email protected]

Nueva Vizcaya Gaye D. Castillo 9175664482 [email protected]

Quirino Ruvelyn A. Doria (078) 305-2240 (0916) 108-9239 [email protected]

86

(078) 305-2016 Santiago City Noel M. Olanday (078) 305-2137 9156674602 [email protected]

Tuguegarao City Flor Marie A. Turingan (078) 844-7767 9169671649 [email protected]

Region III

OIC Felisa R. Ebreo (045) 455-2313 (0998) 992-0021 [email protected] (045) 888-1182 (045) 322-5722

Angeles City Armin M. Tayag (045) 888-0582 (0916) 418-2846 [email protected]

Aurora Hanzel C. Bihasa 09288187567 [email protected]

Balanga City Renato T. Yuzon (047) 612-0399 [email protected]

(047) 237-2102

Bataan Laarni S. Bautista (047) 791-5093 (0919) 593-3842 [email protected]

(044) 790-6586

Bulacan Raquel I. Climaco (044) 796-1361 (0917) 542-2451 [email protected]

Cabanatuan City Daisy A. Abello (044) 463-1627 09064529979 [email protected]

Gapan City Lucia M. de Guzman (044) 486-7252 (0917) 373-9800 [email protected]

(045) 331-8143

Mabalacat City Ricky John V. Manarang (045) 458-2535 (0925) 358-3155 [email protected]

Malolos City Leni M. Lising (044) 305-1521 (0917) 890-5364 [email protected]

87

Meycauayan City Sarah T. Trinidad (044) 769-1130 (0905) 445-3370 [email protected]

Muñoz Science City Emalyn R. Maglanoc [email protected]

(044) 463-1707 Nueva Ecija Trinidad M. Custodio (044) 463-1586

(047) 603-0572

Olongapo City Ronaldo S. Manila (047) 603-0565 (0947) 797-3820 [email protected]

(045) 435-2004 (0928) 284-4397

Pampanga Sharon M. Catangal (045) 963-1064 (0915) 940-4813 [email protected]

(045) 455-4611(045) (0943) 296-

San Fernando City Eufrocina Lelanie A. Fernandez 300-0279 7002(0998) 994-1020 [email protected]

San Jose City Jomel D. Somera (044) 940-9740 (0925) 312-7878 [email protected]

(044) 815-2815

San Jose del Monte Dennis P. Garcia (044) 307-3611 (0917) 850-6060 [email protected]

Tarlac Rosella M. Soriano (045) 982-5305 [email protected]

Tarlac City Alvin P. Fabelico (045) 982-0584 (0939) 927-0373 [email protected]

(0998) 869-9785 or Zambales Grace M. Ruanto 84 [email protected]

Region IV-A 645-8406682-5773

Virginia Bagacay loc 125 (0939) 914-3680 [email protected]

88

(0927) 234-7674

Antipolo City Michael P. Glorial (02) 571-1822 (0932) 844-9284 [email protected]

Bacoor City Adolfo F. Atillano, Jr. (046) 434-5055 (0916) 261-8289 [email protected]

(043) 723-3234

Batangas Nicolas B. Geron (043) 722-1840 9289603134 [email protected]

Batangas City Jaime N. Gonzales (043) 722-0037 (0939) 247-8149 [email protected]

(0998) 352-1084

Biñan City Criselda O. Padre (0936) 543-2038 [email protected]

(049) 576-1898

Calamba City Rhodora R. Bitera (049) 549-2596 (0920) 938-4276 [email protected]

Cavite Edward Joevan R. Romen (0955)1595733 [email protected]

Cavite City Willie A. Oliver (046) 683-0996 [email protected]

(046) 432-3629 loc (0917) 534-2100

Dasmariñas City Ryan Ashley B. Rollan 211 (0917) 888-0889 [email protected]

Imus City Michelle M. Francisco (046) 471-1134 (0906) 411-6424 [email protected]

(0917) 773-0513 Laguna Estrella B. delos Santos (049) 808-1971 (0917) 840-9728 [email protected]

(0917) 893-9917

Lipa City Johanna C. Bergonio (043) 756-1910 (0943) 426-5866 [email protected]

89

(0929) 804-9590

Lucena City Erwin M. Montes (042) 717-1356 (0933) 324-7491 [email protected] (042) 731-1915 (042) 731-3016 (0906) 374-4936

Quezon Province George D. Aguila (042) 731-1914 (0920) 128-3966 [email protected]

(02) 650-2639(02)

Rizal Edwin F. Balbuena 695-3877 (0999) 830-7596 [email protected]

(049) 562-7509

San Pablo City Juris E. Samsaman (049) 562-7785 (0906) 453-3131 [email protected]

(049) 534-5283 Sta. Rosa City Simplicio P. Honduna (049) 303-2442 [email protected]

(043) 778-5861

Tanauan City Rosalie T. dela Cruz (043) 778-5652 (0985) 811-2771 [email protected]

(042) 797-0773 Tayabas City Natalio A. Panganiban Jr (042) 797-0054 9989580439 [email protected]

General Trias City

Region IV-B (0916) 666-

Salvador J. Fernandez Jr. (02) 637-3169 6621(0939) 574-7040 [email protected]

(0998) 558-6994

Calapan City Mary Jane B. Guavis (043) 288-1581 (0915) 864-3886 [email protected]

(042) 332-1009

Marinduque Ruby R. Tan (042) 332-1611 (0999) 483-5360 [email protected]

(0912) 795-9589 Occidental Mindoro Maria Luisa F. Vasquez (0926) 279-9152 [email protected]

90

Oriental Mindoro Medelyn R. del Mundo (043) 288-7091 (0917) 656-6011 [email protected]

(048) 433-6392 (0928) 533-4496

Palawan Dorothy C. Dellosa (048) 433-9063 (0915) 867-2228 [email protected]

Puerto Princesa City Luis R. Francisco (048) 434-9787 (0999) 582-0091 [email protected]

(0919) 859-4499

Romblon Elma V. Rogero (0956) 473-6400 [email protected]

Region V (052) 482-5542(052)

Marilyn N. Santos 482-0159 (0927) 569-5919 [email protected]

Albay Marichu V. Portades (052) 480-3528 (0906) 324-3329 [email protected]

Camarines Norte Maria Theresa Andaya (054) 440-1771 9973522243 [email protected]

(054) 477-5269

Camarines Sur Benjamin N. Layosa, Jr. (054) 477-3498 (0920) 509-2122 [email protected]

Catanduanes Cristina T. Barrameda (052) 811-2861 (0909) 715-5856 [email protected]

(054) 299-4829

Iriga City Francia N. Martinez (054) 299-2506 (0917) 856-9490 [email protected]

(052) 481-7457

Legazpi City Domingo A. de Asis, Jr. (052) 480-0481 (0917) 506-8241 [email protected]

(052) 480-2496

Ligao City Evangeline N. Bobis (052) 485-2364 (0919) 675-6099 [email protected]

91

Masbate Province Virginia C. Punay (056) 333-3302 (0920) 575-9707 [email protected]

Masbate City Felix V. Buri (056) 578-0775 (0918) 484-5726 [email protected]

Naga City Mileta L. Canton (054) 473-8211 (0908) 896-7550 [email protected]

Sorsogon Province Albert C. Perez (0917) 204-2880 [email protected]

Sorsogon City Enrique Antonio L. Olondriz (056) 421-5896 (0919) 652-8627 [email protected]

(0915) 426-8726

Tabaco City Ma. Teresa D. Boyon (052) 487-4250 (0999) 368-7840 [email protected]

Region VI

Joel S. Espada (033) 509-7655 (0999) 862-0314 [email protected]

Aklan Mildred B. Zante (036) 268-3543 (0920) 866-5137

(036) 540-9837 Antique Mercy Manjares loc. 10 (0917) 724-6021 [email protected]

(034) 704-2705

Bacolod City Elizabeth R. Malaga (034) 433-8842 [email protected]

(034) 461-1246

Bago City Ma. Cristina Bautista (034) 461-1249 (0921) 315-2965 [email protected] (034) 493-0678 (034) 493-0352

Cadiz City Joel D. Say (034) 466-0054 (0928) 496-1122 [email protected]

92

(036) 620-2373 press 8

Capiz Rhodela U. Martinez (036) 621-5560 (0921) 783-5532 [email protected]

Escalante City Lolita S. Maguate (034) 454-0746 (0916) 591-1167

(0917) 629-2082

Guimaras Mario G. Parreño (0919) 566-0760 [email protected]

(033) 320-0719

Iloilo Lailah A. Cambas loc. 103 (0918) 965-9516 [email protected]

Iloilo City Mary Ann H. Mendoza (033) 330-2087 (0917) 303-7780 [email protected]

Kabankalan City Alfredo N. Nombre, Jr. (034) 471-2003 (0929) 224-1537 [email protected]

(0908) 229-4830 La Carlota City Jevinena Lee B. Maguad (034) 735-1931 (0928) 466-5114 [email protected]

(034) 433-5809

Negros Occidental Sherryl D. Sampalucia (034) 434-7138 (0908) 719-2559 [email protected]

(034) 488-0215 Sagay City Romie J. Osal (034) 213-4719 (0920) 817-0677 [email protected]

San Carlos City Ronnie D. Vierneza (034) 729-4881 (0917) 705-7459 [email protected]

Silay City Ma. Juvie Lim (034) 441-7153 (0922) 849-5210 [email protected]

Passi City Ana Liza P. Bogarso (033) 311-5843 (0946) 226-3851 [email protected]

93

(036) 621-0360

Roxas City Paul Anthony M. Rodriguez loc. 122 (0908) 398-9000 [email protected] (0933) 481- Region VII 8830(0915) 116-

Ramon U. Bujawe (032) 414-7322 3059(0943) 678-2061 [email protected]

Bais City 7 Maribel S. Vendiola (035) 402-3172 (0917) 721-0905 [email protected]

Bayawan City Jedidah B. Bordios (035) 228-3089 (0905) 931-8508 [email protected]

(032) 434-8275 Bogo City Ingrid B. Clemente (032) 434-8273 (0927) 480-3841 [email protected]

Bohol Lilian M. Baloria (038) 411-2720 (0919) 477-4412 [email protected]

Carcar City Alma P. Urgel (032) 487-8495 9228170918 [email protected]

(032) 236-4629

Cebu Patricio J. Gonzaga (032) 255-6405 (0927) 852-6331 [email protected]

Cebu City Ma. Cristina L. Gacayan (032) 254-3386 (0932) 534-9553 [email protected] (0916) 221-3770 (0942) 000-8815

Danao City Jhecris L. Capuno (0916) 621-3770 [email protected]

Gerardina R. Rendoque (0922) 338-3682

Dumaguete City AO IV (035) 421-2469 (0915) 827-7594 [email protected] (035) 410-4069 Enrique II A. Geopano (035) 410-4066 Guihulngan City AO IV (035) 410-4474 (0926) 380-0025 [email protected]

94

Lapu-Lapu City Isabel B. Bunsato (032) 505-2527 (0917) 717-6193 [email protected]

Mandaue City Bryan R. Samson (032) 343-8291 (0915) 420-0525 [email protected]

(0935) 322-3039

Naga City Mario A. Baya (0906) 432-6434 [email protected]

(035) 422-3921 Negros Oriental Henry L. Balahan (035) 225-2838 9054964815 [email protected]

Siquijor Mary Jean C. Buhisan (035) 377-2038 (0905) 891-1993 [email protected]

Tanjay City Annapittit N. Japson (035) 415-8357 9173597873 [email protected]

(0917) 429-7032

Tagbilaran City Marife C. Rallos (038) 501-8582 (0948) 878-8418 [email protected] (032) 272-6449 (0923) 749-6197 (032) 491-3400 (0915) 205-6469

Talisay City Julius Cesar O. Gamallo (032)491-3797 (0925) 494-0193 [email protected]

Toledo City Miangelle A. Lacson (032) 322-6038 (0916) 440-8311 [email protected] (053) 323-7031(053) (0915) 996- Region VIII Ma. Laura F. 524-9120(053) 323- 0520(0917) 310-1926

PaglinawanElizabeth E. Caboboy 3156(053) 323-6075 (beth) [email protected]

Baybay City Edelito Ibo (053) 335-2093 9365213340 [email protected]

(0920) 537-0964 Biliran Roy Basil G. Trinidad (053) 500-4060 (0917) 574-0002 [email protected]

95

Borongan City Glenda A. Catudio (055) 560-9198 (0917) 427-8559 [email protected]

Calbayog City Severino O. Laure (055) 209-4270 (0915) 673-8408 [email protected]

Catbalogan City Arnaldo M. Albos (055) 251-3196 (0905) 384-1500 [email protected]

Eastern Samar Teresita B. Voloso (0917) 324-4850 [email protected]

(053) 323-8883

Leyte Victor Joel C. Ortega (053) 323-9412 (0999) 452-4424 [email protected]

(053) 570-8027 Maasin City Candido N. Gabriel (053) 570-9116 9056569548 [email protected]

(055) 251-8970

Northern Samar Josefina B. Bernal (055) 251-8352 (fax) (0921) 760-4901 [email protected]

Ormoc City Eduardo T. Bagarinao (053) 561-1714 (0923) 565-7347 [email protected]

Samar (Western) Jocelyn C Morante (055) 251-6810 9276449399 [email protected]

(053) 381-3835

Southern Leyte Aida June S. Olayvar (053) 570-9306 (0999) 162-3033 [email protected]

Tacloban City Jenneth S. Lagunzad (053) 321-2271 (0935) 857-4774 [email protected]

Region IX (062) 215-4147(062) (0927) 659-

Mashur L. Abubakar 215-3787 9782(0928) 213-5223 [email protected]

96

Dapitan City Nancy T. Tendero (0998) 993-4728 [email protected]

(065) 212-5818

Dipolog City Randyl A. Geraga loc. 18 (0909) 967-0987 [email protected]

Isabela City Adawiya D. Jalil (0927) 749-7184 [email protected]

(062) 215-1716 (0921) 397-2975

Pagadian City Evelyn Grace D. Orong (062) 215-3060 (0930) 880-1834 [email protected]

Zamboanga City Michael D. Depamaylo (062) 992-2821 (0917) 563-9772 [email protected]

Zamboanga del Norte Narlyn Z. Mendoza (065) 212-2604 (0919) 684-5385 [email protected]

Zamboanga del Sur OIC Erwin V. Cabanlit (062) 214-4388 (0907) 311-0028

(0926) 581-8840

Zamboanga Sibugay Rheeza I. Nassaie (062) 333-5483 (0917) 561-2561 [email protected]

Region X

Imelda G. Roma (08822) 728-990 (0917) 654-1175 [email protected]

(088) 221-93965

Bukidnon Ma. Cristeta V. Llaneza (088) 813-3634 (0906) 231-2189 [email protected]

Cagayan de Oro City Laverne L. Mercado (08822) 711-762 [email protected]

Camiguin Jiky N. Bacasnot (088) 387-0094 (0917) 716-3224 [email protected]

97

El Salvador City Alan T. Saculingan (088) 555-0475 (0917) 713-3108 [email protected]

Gingoog City Santos I. Delima (088) 861-1446 (0916) 750-8291 [email protected]

(063) 225-4316

Iligan City Azor B. Quijano (063) 221-6069 (0999) 390-9944 [email protected]

Lanao del Norte Cherry Beth A. Gupit (063) 341-5655 (0917) 721-4035 [email protected]

(088) 813-2894 Malaybalay City Darvy C. Daguimol (088) 314-0094 (0917) 702-3353 [email protected]

(088) 531-1872 (0919) 680-5916

Misamis Occidental Asteria I. Flores (088) 531-0076 (0930) 065-9734 [email protected]

Misamis Oriental Eleonor P. Cruz (08822) 724-615 (0917) 677-1342 [email protected]

(0916) 356-6866

Oroquieta City Louie B. Roferos (088) 531-0831 (0908) 905-8868 [email protected]

(0917) 757-7701

Ozamis City Dorothy B. Yting (088) 545-0988 (0999) 914-4414 [email protected]

(088) 545-0304

Tangub City Ronie E. Senarillos (088) 395-3372 (0921) 776-5993 [email protected]

Valencia City Rocelyn L. Sagubay (088) 222-2090 (0935) 469-2069 [email protected]

Region XI

Alex Cresencio O. Paredes (082) 227-0941 (0943) 062-3375 [email protected]

98

(0906) 656-9586 (0942) 083-1005

Compostela Valley Marion A. Espinosa (0977) 815-3006 [email protected]

Davao City Francisco P. Pancho (082) 221-1762 (0919) 273-0753 [email protected]

Davao del Norte Aldrin S. Gevila (084) 216-6742 (0926) 240-1858 [email protected] (082) 216-0246 (082) 553-2496 (0920) 706-5463 Davao del Sur Romeo M. Yting (082) 553-4288 (0906) 141-3062 [email protected]

Davao Oriental April Jan C. Soliven (087) 388-3372 (0907) 899-9388 [email protected]

(082) 553-8376 Digos City Marcelino E. Ranollo Jr. (082) 553-9170 (0998) 868-1542 [email protected]

Mati City Anthony B. Pagandahan (087) 388-4527 (0915) 504-6456 [email protected]

Panabo City Maya Flamida G. Juanich (084) 628-4066 9465649880 [email protected]

Samal City Florentina D. Enderez (084) 301-4121 [email protected]

09467533277 / Tagum City Aiza B. Gabisan (084) 216-2665 09757155044 [email protected] (0999) 390- Region XII (083) 228-1893(083) 9944(0926) 747- Jose Leody C. Armada 228-8825 6025(0923) 698-9438 [email protected]

(064) 278-7016

Cotabato Lydia N. Torilla (064) 278-7017 (0920) 422-5035 [email protected]

99

Cotabato City Esteban B. Flores (064) 421-2574 (0921) 514-5760 [email protected] (0932) 873-6646 (083) 552-8908 (0946) 999-5469

General Santos City Dennis B. Babas (083) 552-8909 (0922) 766-1536 [email protected]

(064) 278-4144

Kidapawan City Jose D. Aguilar, Jr. (064) 288-5471 (0939) 654-0556 [email protected]

(083) 228-9705 (0918) 653-7141

Koronadal City Mario B. Drilon (083) 228-7963 (0998) 869-0492 [email protected]

(083) 508-2039

Saranggani Joanne Gay C. Alquiza (083) 508-2028 (0918) 294-8055 [email protected]

(083) 228-5269

South Cotabato Ray O. Lloren (083) 228-3742 (0919) 476-2798 [email protected]

(064) 200-3672 (0917) 793-1948

Sultan Kudarat Louenel A. Elises (064) 200-4059 (0906) 640-1116 [email protected]

(064) 200-6316 (0935) 885-7175 Tacurong City Liza P. de Luna (064) 207-6093 (0946) 014-5863 [email protected]

Region XIII/CARAGA (085) 342-8207

Evelyn V. Salacata (085) 342-5969 (0919) 255-5054 [email protected]

Agusan del Norte Perla J. Morden (085) 342-2281 (0910) 571-7057 [email protected]

Agusan del Sur Dante O. Sarno (0946) 350-0813 [email protected]

Bayugan City Marvin P. Chagas (085) 303-0766 9128120643 [email protected]

100

(086) 853-6394

Bislig City Alvin M. Empredo (086) 853-2004 (0919) 339-9527 [email protected]

(085) 341-0022loc.

Butuan City Mayalene S. de la Rita 101 (0919) 992-0864 [email protected]

Cabadbaran City Terrie D. Demetillo (085) 343-0934 9506612823 [email protected]

Dinagat Island Welfer P. Erno Sr. (0928) 598-4360 [email protected]

(0921) 374-8443

Siargao Nicanor A. Oraliza, Jr. (0910) 160-1666 [email protected]

(086) 826-4366 (0908) 750-5569

Surigao City Michelle G. Jimenez (086) 826-8931 (0926) 689-2073 [email protected]

Surigao del Norte Elizabeth L. Camporedondo (086) 826-8068 (0939) 595-1061 [email protected]

Surigao del Sur Dante A. Grumo (086) 211-4375 (0998) 853-0994 [email protected]

Tandag City Jark Lowell O. Novo 9480716782 [email protected] (074) 422-1318 CAR (074) 309-3013(074)

OIC-Randolph Flyn Daculog 422-2198 (0946) 245-9532 [email protected]

Abra Merly B. Bargas (074) 752-8039 (0995) 467-1857 [email protected]

Apayao Jona G. Pacis 9088824454 [email protected]

101

(074) 442-7819

Baguio City Sofia G. Bermudes (074) 442-4393 [email protected]

Benguet Florabel C. Balanon (074) 422-2001 (0908) 882-7500 [email protected]

Ifugao Donald A. Guabna (0936) 173-7525 [email protected]

Kalinga Elvira B. Bawagan (0929) 963-6052

(0917) 253-2017

Mt. Province Lydia C. Padcayan (0910) 337-8448 [email protected]

Tabuk City Antonia Ruth L. Ledda 9123786654 [email protected]

NCR

Tereso D. Ubungin Jr (02) 929-4315 (0995) 413-4566 [email protected]

(02) 442-0029

Caloocan City Antonita B. Pador loc. 116 (0917) 883-0596 [email protected] (02) 822-3059

Las Piñas City Cynthia O. Gatan (02) 828-5145 (0917) 873-2256 [email protected]

Makati City Joel M. Constantino (02) 882-2058 (0917) 328-5782 [email protected]

(02) 352-7701 (0925) 555-6033

Malabon City Anniebel T. Bautista (02) 287-9844 (0929) 175-7100 [email protected] (02) 533-4931-35 (02) 532-2396 (0917) 561-5798

Mandaluyong City Arturo C. Morales 956-1274 (0915) 420-6295 [email protected]

102

(02) 527-5009

Manila Roland P. Soriano (02) 336-7257 (0925) 869-9996 [email protected]

Marikina City Anna Marie P. Exequiel (02) 682-0592 (0906) 348-6072 [email protected]

Muntinlupa City Lourdes V. Rodilla (02) 861-0195 (0915) 148-8292 [email protected]

(0947) 723-2004

Navotas City Aldrin A. Engracia (02) 355-5032 (0925) 520-4817 [email protected]

Parañaque City Vicente B. Pelayo (02) 501-1626 (0949) 150-0213 [email protected]

(02) 833-4085

Pasay City Ronel U. Arellano (02) 831-7933 (0908) 897-5604 [email protected]

Pasig City Raniel M. Panganiban (02) 508-4418 (0929) 7050779 [email protected] (0920) 912-4649 (02) 352-6797 (Cecilia)

Quezon City Loida D. Oliveros (LGU) SO IV (02) 352-6802 (0977) 801-5744 [email protected]

San Juan City Allan Eliezer M. Mal-in 9496679779

(02) 838-4251

Taguig-Pateros Joseph P. Ricafranca (02) 514-7970 (0917) 542-8784 [email protected]

Valenzuela City Rodel U. Antonio (02) 291-0873 (0925) 310-0875 [email protected]

ARMM

Rosemarie C. Cardos (064) 552-0486 (0915) 464-3894 [email protected]

103

(0936) 252-3291 (0998) 851-8939

Basilan Engr. Alling T. Albani (0975) 563-9815 [email protected]

Lamitan City Isabelo B. Tantiado (0926) 211-0520 [email protected]

Lanao del Sur I Sittie C. Macadaya (0908) 820-3739 [email protected]

Lanao del Sur II Abdulmanib P. Guro (0998) 860-3991 [email protected]

Maguindanao I Vida M. Hasanadin (0917) 333-4360 [email protected]

(064) 431-0550

Maguindanao II Mr. Tukan K. Mangulamas (064) 552-2516 (0905) 947-0256 [email protected]

Marawi City Nanayaon Salic 9109885919

Sulu Nasser Tulawie (0916) 256-8222 [email protected]

Tawi-Tawi Hadja Sitti Runis Amilhassan (0930) 693-2661

Designate Matrick Mark M. [email protected]

NIR Tangon (035) 422-6227 (0917) 585-2259 [email protected]

104

Section VII. Technical Specifications

105

TECHNICAL SPECIFICATIONS

LOT NO. 1 Printing, Supply and Delivery of Basic Literacy and : Learning Materials and A&E Modules

QUANTITY : 2,169,750 pcs.

No. of Paper Requirement Colors Bidders Pages Book No. Title of A & E Modules Qty Binding Statement of exc. Size Inside Cover Inside Pages Cover Compliance Cover Pages ELEMENTARY 1 Meron Akong Liham para Sa'yo 86,790 56 Angkop na Pahayag sa mga Pulong at 2 86,790 56 8.25" Pakikipanayam x 3 Pangaraw-araw ng Balita 86,790 40 10.75" Hello, Ano ang Maipaglilingkod Ko Uncoated 4 86,790 48 Offset Text Sayo Foldcote paper, 10.75" Cal. # Basis Weight 1 5 How Do We Breathe 86,790 48 x 12, - 70 gsm with 1 Color 8.25" Solid Saddle ±5%, Color print White; Stitch 6 Herbal Medicine 86,790 40 Opacity - (Cyan) both 230 gsm 90% with sides 8.25" with ±5%, 7 Mga Halamang Gamot 86,790 48 x ±5% 10.75" Brightness - 8 We Are Connected to the World 86,790 64 80% with ±3% 9 Songs, Dances and Games in Asia 86,790 72 10.75" 10 Who Am I? 86,790 48 x 8.25"

106

11 Ang Kahalagahan ng Isang Pamilya 86,790 40 10.75" x 12 Ito ang Ating Kultura 86,790 32 8.25"

13 Kailangan Kita 86,790 64 8.25" x 14 I Have a Letter for You 86,790 56 10.75" 15 Pagliligtas sa Ating Yamang Lupa 86,790 32 10.75" 16 Ang Mga Yaman ng Mundo 86,790 48 x 8.25" Uncoated 8.25" Offset Text 17 Time 86,790 40 x Foldcote paper, 1 10.75" Cal. # 12, Basis Weight - Color 10.75" Solid 1 Color Saddle 70 gsm with print 18 First Aid: A Necessity 86,790 48 x White; (Cyan) Stitch ±5%, both 8.25" 230 gsm Opacity - 90% sides with ±5% with ±5%, 19 Addition and Subtraction of Fraction 86,790 64 8.25" Brightness - 80% Ipagdiwang Natin ang Pagkakaiba ng Ating x with ±3% 20 86,790 48 Kultura 10.75" 21 Tuloy Ka sa Aking Tahanan 86,790 64 22 Sino Ako 86,790 56 10.75" We Can Achieve Anything If We Have Self- 23 86,790 48 x Discipline 8.25" 24 Symbols of Our Country 86,790 48 8.25" 25 The Major Religions of the World 86,790 48 x 10.75"

107

Compliance in accordance with the ready to print materials (CD) provided by the End-User.

I hereby certify that the statement of compliance to the foregoing technical specifications are true and correct, otherwise, if found to be false either during bid evaluation or post-qualification, the same shall give rise to automatic disqualification of our bid.

______Name of Company/ Bidder Signature Over Printed Name of Date Authorized Representative

108

LOT NO. 2 Printing, Supply and Delivery of Basic Literacy and Learning Materials and : A&E Modules : A&E Program Secondary Quantity : 5,695,165 Pcs.

No. of Paper Requirement Colors Bidders Book No. Title of A & E Modules Qty Pages Binding Statement of Size Inside exc. Cover Inside Pages Cover Compliance Cover Pages Secondary 1 Are You a Critical Reader? 196,385 32 2 Effective Writing 196,385 32 3 Pagbabalangkas 196,385 32 4 Summarizing 196,385 48 Uncoated Pagkatuto ng Mabuting Kahalagahan Mula 5 196,385 Offset Text sa Panitikan 40 Foldcote paper, 1 Ligtas Ba ang Lugar ng Iyong Cal. # 12, 6 196,385 8.25" Basis Weight - Color Pinagtatrabahuhan 40 Solid 1 Color Saddle x 70 gsm with print 7 Pestisidyo 196,385 40 White; (Green) Stitch 10.75" ±5%, both 230 gsm 8 Pagsasarbey sa Komunidad 196,385 64 Opacity - 90% sides Paggamit ng ng Pamamaraang Siyentipiko with ±5% with ±5%, 9 196,385 Brightness - 80% sa Agrikultura 64 with ±3% 10 Addictive and Dangerous Drugs Part 1 196,385 56 11 Hydroponics 196,385 56 12 Healthy Living 196,385 64 13 How to Resolve Conflicts 196,385 64

109

Mag-isip ng Pandaigdig, Kumilos nang 14 196,385 Pambansa 48 15 Paano Lutasin ang mga Alitan 196,385 56 16 Ang Volume 196,385 48 17 Lines and Angles 196,385 48 Ang Magandang Daigdig ng Ating mga 18 196,385 Uncoated Katutubong Kapatid 48 Offset Text 19 Ayusin Natin 196,385 40 Foldcote paper, 1 20 Mga Kilos Protesta 196,385 48 Cal. # 12, 8.25" Basis Weight - Color Pabago-bagong mga Papel ng Ating Solid 1 Color Saddle 21 196,385 x 70 gsm with print Ginagampanan White; (Green) Stitch 48 10.75" ±5%, both 230 gsm 22 Pagbubuod 196,385 56 Opacity - 90% sides with ±5% with ±5%, 23 Ang Mga Sawikain at Salawikain 196,385 56 Brightness - 80% 24 Paglalarawan ng Ideya at Damdamin 196,385 64 with ±3% 25 Mapanuring Mambabasa Ka Ba? 196,385 40 26 Panitikang Pilipino 196,385 56 27 Sukat, Linyar, Perimeter, at Circumference 196,385 40 28 Workers Wages and Benefits 196,385 72 Paano Maging Isang Matalinong 29 196,385 64 Tagapakinig

Compliance in accordance with the ready to print materials (CD) provided by the End-User.

I hereby certify that the statement of compliance to the foregoing technical specifications are true and correct, otherwise, if found to be false either during bid evaluation or post-qualification, the same shall give rise to automatic disqualification of our bid.

Name of Company Signature Over Printed Name of Authorized Date Representative

110

LOT NO. 3 : Supply, Delivery and Printing of Basic Literacy and Learning Materials and A&E Modules Item No. 1 & 2 : Basic Literacy Program Modules and Facilitator’s Guide Quantities : 1,925,896 & 969,612

No. of Bidders Qty Pages exc. Book Size Paper Requirement Colors Binding Statement of Title of Modules / No. Cover Compliance Facilitator's Guide Inside Inside Module FG Mod. FG Mod. FG Cover Cover Mod. FG Pages Pages I. Basic- Literate/Basic Reader Panimulang Hakbang 11.6 5.85" Foldcote Uncoated 2 1 color Saddle sa Pagbasa, Pagsulat Saddle 1 28,322 14,259 72 32 9" x x Cal. # Offset colors Stitch at Numerasi: Mga 8.27" 8.27" 12, Text (Black Stitch Patinig Solid paper, & Panimulang Hakbang White; Basis Magen sa Pagbasa, Pagsulat 230 gsm Weight - ta) 2 28,322 14,259 208 80 at Numerasi: Ang with 70 gsm Mga Katinig ±5% with ±5%, Panimulang Hakbang Opacity - Perfect sa Pagbasa, Pagsulat 90% with Binding 3 28,322 14,259 104 40 at Numerasi: Mga ±5%, Hiram na Titik Brightnes Pagyamanin, Likas s - 80% 4 28,322 14,259 120 64 Yaman Natin! with ±3% Ang Aming mga Saddle 28,322 14,259 96 48 5 Gawain Stitch

111

Laging Handa sa Saddle 28,322 14,259 96 36 6 Panahon ng Sakuna 11.6 5.85" Foldcote Uncoated 2 1 Color Stich Saddle Wastong Nutrisyon 9" x x Cal. # Offset colors Stich 7 sa Kalusugan 28,322 14,259 104 32 8.27" 8.27" 12, Text (Black Mahalaga Solid paper, & Kapaligiran Natin, White; Basis Magen 28,322 14,259 152 64 8 Alagaan Natin 230 gsm Weight - ta) Pagsasarili sa with 70 gsm 28,322 14,259 144 56 9 Pamamahay ±5% with ±5%, Sa Ating Mga Kamay, Opacity - Tungkulin ay 28,322 14,259 48 16 90% with 10 Nakasalalay ±5%, 11 Pinoy Kami 28,322 14,259 40 8 Brightnes Patapon Man, s - 80% 28,322 14,259 56 24 12 Pakikinabangan Din with ±3% Pagsibol Mo, Perfect 28,322 14,259 48 16 13 Kayamanan Ko Binding Oras ay Malalaga, Humayo at Kumilos 28,322 14,259 40 16 14 Ka 15 Oooops... Ingat Lang! 28,322 14,259 56 16 Katapatan, Sandigan 28,322 14,259 40 16 16 ng Katotohanan 17 Kailan... Nga Ba? 28,322 14,259 48 16 18 Iilan Na Lang Sila? 28,322 14,259 56 16 19 Heat Waves 28,322 14,259 48 16 Bantayan, Labanan... 28,322 14,259 64 20 20 Sakit ng Kapaligiran 21 Ang "K" ng Buhay 28,322 14,259 64 20

112

II. Semi Literate Katangiang Taglay, 22 28,322 14,259 16 8 Dulot ay Tagumpay Nang Matuto Ka at 28,322 14,259 40 16 1 color 23 Magising

24 Subok na Mabisa 28,322 14,259 16 16

4 Colors

(Module Ooooops... Ingat sa 25 28,322 14,259 16 16 ), 1 Lansangan Color (FG) 26 Kilalanin Sila 28,322 14,259 16 8 1 color Mga Karapatan: Alamin at 28,322 14,259 88 40 Foldcote 27 Pangalagaan 11.6 5.85" Cal. # Uncoated 2 Kalusugan ay 9" x x 12, Offset colors Saddle Saddle 28 28,322 14,259 32 20 Kayamanan! 8.27" 8.27" Solid Text (Black Stitch Stitch Karapatan ng Bata, White; paper, & 28,322 14,259 24 16 29 Dapat ay Alagaan 230 gsm Basis Magen Pandama Ko, with Weight - ta) 28,322 14,259 48 24 30 Iingatan Ko ±5% 70 gsm Ako'y Pilipino, with ±5%, 31 Pinagmamalaki Ko 28,322 14,259 32 16 Opacity - Ito! 90% with Ako at ang Aking ±5%, 28,322 14,259 32 16 Brightness 32 Watawat - 80% with

Sa Likod ng Isang ±3% 28,322 14,259 32 16 33 Awit Yamang Tubig: 34 Ingatan at 28,322 14,259 32 16 Pagyamanin

113

Ako'y Ako, Bakit 35 28,322 14,259 32 16 Kaya

36 Malayo Ka Man 28,322 14,259 24 16

Pilipino: Dangal ng 37 28,322 14,259 32 16 Lahing Kayumanggi Babae, Karapatan 38 28,322 14,259 24 8 Mo't Tungkulin Halamang-Gamot: Saddle Kaagapay sa Stitch 39 28,322 14,259 32 16 Malusog na

Pamumuhay Uncoated Ako, Kami, Tayo sa Foldcote Offset 40 Landas ng 28,322 14,259 64 20 Text Kapayapaan Cal. # 2 1 Color Saddle 12, paper, colors Stitch Babae: Huwag Kang 41 28,322 14,259 56 16 Basis Papayag! 11.6 5.85" Solid (Black 9" x x White; Weight - & Buhay-Karagatan: 42 28,322 14,259 72 20 8.27" 8.27" 230 gsm 70 gsm Magen Buhay Ko Rin with with ±5%, ta) Perfect Halinang Magbasa ±5% Opacity - Binding 43 Tungkol sa Ating 28,322 14,259 128 48 90% with Kalikasan ±5%, Halina... Magplano 44 28,322 14,259 56 16 Brightnes ng Pamilya s - 80% Saddle Karagdagang Kita 45 28,322 14,259 56 20 with ±3% Stitch Buhat sa Halaman

46 Lakbay Alaga 28,322 14,259 64 24 Sa mga Pagbabagong Pisikal, 47 28,322 14,259 48 16 Kalinisan Mo ay Alagaan

114

III. Post Literate Pilipino, Magkaisa 28,322 14,259 16 8 54 Tayo May Kakayahan Ka 28,322 14,259 16 8 55 Ba? Halika, Sama Ka 56 28,322 14,259 16 16 Kaibigan Hawak Ko ang Kinabukasan Mo 28,322 14,259 24 16 57 Uncoated Mga Karapatan at Offset Tungkulin ng "Senior 28,322 14,259 48 24 Text Citizen" Foldcote paper, 58 Cal. # Basis 2 Ang Tubig ay Buhay 12, colors 59 28,322 14,259 32 20 11.6 5.85" Weight - Solid (Black Saddle Saddle 9" x x 70 gsm 1 Color Bagong Sibol White; & Stitch Stitch 28,322 14,259 80 32 8.27" 8.27" with ±5%, 60 230 gsm Opacity - Magen Droga, Inabuso Nga with 90% with ta) Ba? 28,322 14,259 80 20 ±5% ±5%, 61 Brightness Itanong Mo sa mga - 80% with 62 Bata 28,322 14,259 72 20 ±3%

Kapaligiran: Pahalagahan... 28,322 14,259 40 16 Pagyamanin 63 Kaya Mo, Kaya Ko Rin 28,322 14,259 72 20 64

115

Landas ng Uncoated 65 Pagbabago, Tungo sa 28,322 14,259 56 16 Offset Teknolohiya Text Foldcote paper, Pagkain, Paano Ka Cal. # Basis 2 28,322 14,259 72 20 12, colors Tunawin? 11.6 5.85" Weight - 66 Solid (Black Saddle Saddle 9" x x 70 gsm 1 Color Ang Sakit... May White; with ±5%, & Stitch Stitch 28,322 14,259 64 24 8.27" 8.27" Lunas Pa Kaya? 230 gsm Opacity - Magen 67 with 90% with ta) ±5% ±5%, Sugpuin... "Human 68 28,322 14,259 56 24 Brightness Trafficking" - 80% with ±3%

Compliance in accordance with the ready to print materials (CD) provided by the End-User.

I hereby certify that the statement of compliance to the foregoing technical specifications are true and correct, otherwise, if found to be false either during bid evaluation or post-qualification, the same shall give rise to automatic disqualification of our bid.

Name of Company Signature Over Printed Name of Authorized Date Representative

116

TECHNICAL SPECIFICATIONS FOR PACKAGING MATERIALS AND PROPOSED PACKAGING DETAILS

 BOX The box materials shall have these specifications:

1. Corrugation : B or C (Single Wall) flute 2. Burst Strength : 175 psi -2% tolerance 3. Joint : Taped with 50.8 mm wide packaging tapes or better 4. Approximate Length : 43.5 cm 5. Approximate Width : 28.5 cm

For box with overlap joints, the overlap joint shall be fixed by high grade glue and its outside joint shall be reinforced by a 50.8 mm packaging tape or better. Tin/staple wires shall not be used to reinforce the joints.

 PACKAGING TAPE 50.8 mm or 2 inches wide packaging tape

 PLASTIC STRAP 12.7 mm wide plastic strap

 PROPOSE PACKAGING DETAILS

The Learning Resources (LRs) shall be packed based on the attached allocation / packaging list per recipient and placed in unused corrugated box and seals to withstand rough handling.

Each box shall contain the intended allocation, wrapped and sealed in plain plastic for adequate protection against moisture and water damage.

For loose sets, LRs shall be wrapped in plastic or brown kraft paper. Package must be secured by packaging tape or better.

Box shall be reinforced with at least 12.7 mm wide plastic strap with tin or other appropriate seal.

Each box shall be properly labeled to indicate the following:

Title, Quantity, Purchaser’s Name and Address, Supplier’s Name, Destination, DepEd logo (with flame), International Symbol, Linear Specifications, Volume, and Gross Weight.

The maximum weight per box should not be more than 20 kilos.

Please see sample illustration of proposed packaging:

I hereby certify that we will comply to the technical specifications for packaging materials and proposed packaging details, if found to be false either during bid evaluation or post-qualification or delivery and acceptance, the same shall give rise to automatic disqualification of our bid.

Name of Company Signature Over Printed Name of Authorized Date Representative

117

118

119

120

30.1.

PROPOSED PACKAGING DETAILS FOR BASIC LITERACY LEARNING MATERIALS AND A & E MODULES

Approximate Length = 43.5 cm Approximate Width = 28.5 cm Weight = not exceeding 20 kilos per box

121

Section VII. Bidding Forms

122

TABLE OF CONTENTS

BID FORM ...... 124

OMNIBUS SWORN STATEMENT ...... 128 STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT SIMILAR TO THE CONTRACT TO BE BID ...... 131 STATEMENT OF: (I) ONGOING CONTRACTS AND; (II) AWARDED BUT NOT YET STARTED CONTRACTS...... 132

CONTRACT AGREEMENT FORM...... 133

JOINT VENTURE AGREEMENT ...... 135

SUPPLIER’S LETTERHEAD ...... 140

FORM OF PERFORMANCE SECURITY (BANK GUARANTEE) ...... 141 BID SECURING DECLARATION FORM (ANNEX H)…………………………….. 142

FORM OF BID SECURITY (BANK GUARANTEE) (ANNEX I) ……………...……144

SUPPLIERS DECLARATION OF PAPER SOURCE (ANNEX J) …………………..146

123

“Annex A” Bid Form

Date: Invitation to Bid No: 19-013-3

To: The PS BAC III Chairperson Procurement Service PS Complex, RR Road Cristobal St., Paco, Manila

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [_____], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to Print, Supply and Deliver of Basic Literacy Learning Materials and A&E Modules for the Department of Education (DEPED)in conformity with the said Bidding Documents.

Lot Items Quantity Unit Cost Total Price No. Description 1 2,169,750 pcs. A&E Program Elementary 2 5,695,165 pcs. A&E Program Secondary

Basic Literacy Program 1 1,925,896 pcs. Modules and Facilitators Guide 3 Basic literacy Program 2 969,612 pcs. Facilitators Guide Total Price for Lot 3:

TOTAL PRICE IN WORDS:

Lot 1: ______

Lot 2: ______

Total Price for Lot 3: ______

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.

124

We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for ITB Clause17.1 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 Calculated Bid or any Bid you may receive.

We certify/confirm that we comply with the eligibility requirements as per ITB Clause 5 of the Bidding Documents.

We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as the owner and sole proprietor or authorized representative of Name of Bidder, has the full power and authority to participate, submit the bid, and to sign and execute the ensuing contract, on the latter’s behalf for the Printing, Supply and Delivery of Basic Literacy Learning Materials and A&E Modules for the Department of Education (DEPED).

Or;

[for partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power and authority by the Name of Bidder, to participate, submit the bid, and to sign and execute the ensuing contract on the latter’s behalf for Printing, Supply and Delivery of Basic Literacy Learning Materials and A&E Modules for the Department of Education (DEPED) . We acknowledge that failure to sign each and every page of this Bid Form, including the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Dated this ______day of ______20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ______

125

For Goods Offered From Abroad

Name of Bidder:______PB No. 19-013-32 Page ___ of ___

1 2 3 4 5 6 7 8 9 Item Description Country Quantity Unit price CIF port of Total CIF or Unit Price Unit price Total Price of origin entry (specify port) or CIP price per Delivered Duty Delivered Duty delivered DDP CIP named place item Unpaid (DDU) Paid (DDP) (col 4 x 8) (specify border point or (col. 4 x 5) place of destination)

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ______

2 If ADB, JICA and WB funded projects, use IFB.

126

For Goods Offered From Within the Philippines

Name of Bidder:______PB No. 19-013-32 Page ___ of ___

1 2 3 4 5 6 7 8 9 10 Item Description Country Quantity Unit price EXW Transportation Sales and Cost of Total Price, Total Price of origin per item and Insurance other taxes Incidental per unit delivered Final and all other payable if Services, if (col 5+6+7+8) Destination costs Contract is applicable, per (col 9) x (col 4) incidental to awarded, per item delivery, per item item

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ______

2 If ADB, JICA and WB funded projects, use IFB.

127

“Annex B” Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______) S.S.

AFFIDAVIT

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

1. Select one, delete the other:

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

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

2. Select one, delete the other:

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

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

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;

128

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

6. Select one, delete the rest:

If a sole proprietorship: The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;

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

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

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

8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or 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

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.

10. [Name of Bidder] hereby assigns the following contact number/s and e-mail address/es as the official telephone/fax number and contact reference of the company where the PS BAC and PS notices may be transmitted.

129

Telephone No/s.: ______Fax No/s.: ______E-mail Add/s.: ______Mobile No.: ______

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

______Bidder’s Representative/Authorized Signatory

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution], Philippines. Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ______issued on ____ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC Serial No. of Commission ______Notary Public for ______until ______Roll of Attorneys No. ______PTR No. ______[date issued], [place issued] IBP No. ______[date issued], [place issued]

Doc. No. _____ Page No. _____ Book No. _____ Series of _____

130

ANNEX “C”

STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT SIMILAR TO THE CONTRACT TO BE BID

This is to certify that (company) has the following completed contracts for the past Ten (10) years.

Date of Bidder is Date Date of Contracting Kind of Amount of Delivery/ A) of the Name of Contract Official Manufacturer Party Goods Sold Contract End-user’s B) Contract Receipt Supplier Acceptance C) Distributor

Name and Signature of Date Authorized Representative

*Instructions: a) Cut-off date as of: (i) Up to the day before the deadline of submission of bids. b) In the column under “Dates”, indicate the dates of Delivery/ End-user’s Acceptance and Official Receipt. c) “Name of Contract”. Indicate here the Nature/ Scope of the Contract for the Procuring Entity to determine the relevance of the entry with the Procurement at hand. Example: “Printing and Delivery of Grade 3 Araling Panlipunan”

131

ANNEX “C-1”

Statement of: (i) Ongoing Contracts and; (ii) Awarded But Not Yet Started Contracts

This is to certify that (company) has the following ongoing and awarded but not yet started contracts:

Bidder is Date Value of Contracting Amount of A) Manufacturer of the Name of Contract Kind of Goods Sold Outstanding Party Contract B) Supplier Contract Contracts C) Distributor

Name and Signature of Date Authorized Representative

*Instructions:

a) State all ongoing contracts including those awarded but not yet started (government and private contracts which may be similar or not similar to the project called for bidding) as of: i. The day before the deadline of submission of bids. b) If there is no ongoing contract including awarded but not yet started as of the aforementioned period, state none or equivalent term. c) The total amount of the ongoing and awarded but not yet started contracts should be consistent with those used in the Net Financial Contracting Capacity (NFCC) in case an NFCC is submitted as an eligibility document. d) “Name of Contract”. Indicate here the Nature/ Scope of the Contract for easier tracking of the entries/ representations. Example: “Supply and Delivery of Generator Set”

132

“Annex D”

Contract Agreement Form

THIS AGREEMENT made the _____ day of ______20_____ between [name of PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the other part:

WHEREAS the Entity invited Bids for certain goods and ancillary services, viz., [brief description of goods and services] and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the Supplier’s Bid, including the Technical and Financial Proposals, and all other documents/statements submitted (e.g. bidder’s response to clarifications on the bid), including corrections to the bid resulting from the Procuring Entity’s bid evaluation; (b) the Schedule of Requirements; (c) the Technical Specifications; (d) the General Conditions of Contract; (e) the Special Conditions of Contract; (f) the Performance Security; and (g) the Entity’s Notice of Award.

3. In consideration of the payments to be made by the Entity to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Entity to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract

4. The Entity hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the contract.

133

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, delivered by the (for the Entity)

Signed, sealed, delivered by the (for the Supplier).

134

ANNEX “E”

JOINT VENTURE AGREEMENT

KNOW ALL MEN BY THESE PRESENTS:

This JOINT VENTURE AGREEMENT (hereinafter referred to as the “Agreement”), entered into this ______day of ______20__ at ______City, Philippines by and among:

______. a domestic corporation duly organized, registered and existing under and by virtue of the laws of the Republic of the Philippines, with office address at ______, represented by its ______,

______, hereinafter referred to as “______”;

- and -

______. a domestic corporation duly organized, registered and existing under and by virtue of the laws of the Republic of the Philippines, with office address at ______, represented by its

______, ______, hereinafter referred to as

“______”;

- and -

______a foreign corporation organized and existing under and by virtue of the laws of ______, represented by its ______, ______, hereinafter referred to as

“______”;

(Henceforth collectively referred to as the “Parties”)

135

WITNESSETH: That

WHEREAS, the Procurement Service (PS) has recently published an Invitation to Apply for Eligibility and to Bid for the Supply and Delivery of ______for the ______;

WHEREAS, the parties have agreed to pool their resources together to form the “______Joint Venture”, hereinafter referred to as the Joint Venture, under the laws of the Philippines, for the purpose of participating in the abovementioned procurement of PS-DBM;

NOW, THEREFORE, for and in consideration of the foregoing premises and the covenants hereto set forth, the Parties have agreed as follows:

ARTICLE I ORGANIZATION OF THE JOINT VENTURE

SECTION 1. Formation – The Parties do hereby agree and bind themselves to establish, form and organize a Joint Venture pursuant to the laws of the Republic of the Philippines, in order for the JV to carry on the purposes and objectives for which it is created;

SECTION 2. Name – The name and style under which the JV shall be conducted is “______”;

SECTION 3. Principal Place of Business – The JV shall maintain its principal place of business at ______;

SECTION 4. Preparation and Documentation – The Parties shall secure and/or execute such certifications, documents, deeds and instruments as may be required by the laws of the Republic of the Philippines for the realization of the JV and in compliance with the Project. Further, they shall do all other acts and things requisite for the continuation of the JV pursuant to applicable laws;

SECTION 5. The Joint Venture shall be represented by the ______in all biddings, related procurement transactions and other official dealings that it shall enter into with the PS-DBM and third parties, such transactions to include, among others, the submission of eligibility documents, bids, registration documents obtaining bonds, performing the principal contract in the event that the contract is awarded in favor of the Joint Venture, receipt of payment for goods delivered, and similar and related activities.

SECTION 6. The period of the Joint Venture shall begin upon execution of this Agreement and shall continue until the complete performance of its contractual obligations to PS-DBM, as described in Article II hereof, or upon its termination for material breach of any term or condition of this Agreement, by service of a written statement in English on the other Party, not less than 90 days prior to the intended date termination.

136

ARTICLE II PURPOSE

SECTION 1. The primary purpose of the Joint Venture is to participate in the public bidding to be conducted by the DBM-PS Bids and Awards Committee for the supply and delivery of ______for the ______.

SECTION 2. If the above-described contract/s is/are awarded to the Joint Venture, the Joint Venture shall undertake the performance thereof to PS-DBM, and such other incidental activities necessary for the completion of its contractual obligations.

ARTICLE III SOLIDARY LIABILITY OF THE PARTIES

SECTION 1. In the performance of the contract/s that may be awarded to the Joint Venture by the PS-DBM, and all other related activities/obligations, as described in Article II hereof, the Parties bind themselves jointly and solidarily, in the concept of solidarily debtors, subject to the right of reimbursement, as provided in the relevant provisions of the Civil Code of the Philippines.

ARTICLE IV CONTRIBUTION AND OTHER ARRANGEMENTS

SECTION 1. Contribution – The Parties shall contribute the amount of ______(Php ) to support the financial requirements of the Joint Venture, in the following proportion:

A. - P .00 B. - P .00

TOTAL P .00

Additional contributions to the Joint Venture shall be made as may be required for contract implementation. In addition, ____ shall contribute any labor and contract management requirements.

SECTION 2. Profit Sharing – The share of the Parties to the JV from any profit derived or obtained from the implementation and execution of the Project shall be distributed pro rata to each, in accordance with the contribution and resources each has provided to the JV;

SECTION 3. Liquidation and Distributions – Any sum remaining after deducting from the total of all moneys or benefits received for the performance of the contract, all costs incurred by the JV after award of the contract for the Project pursuant to the accounting practices established for the JV, shall be distributed in accordance with the relative balances in the accounts of each Party pursuant to Sec.1 of this Article upon completion, final accounting,

137

termination and liquidation of the JV. In the event of liquidation and termination of JV, and after taking into account the shares of the Parties in all income, gain, deductions, expenses, and losses, should the account of a Party contain a negative balance, such Party shall contribute cash to the JV sufficient to restore the said balance to zero;

SECTION 4. Sharing of Burden of a Net Loss – In case a net loss is incurred, additional contributions shall be made by the Parties in accordance with their respective shares.

ARTICLE V MISCELLANEOUS PROVISIONS

SECTION 1. The provisions of the Instructions to Bidders, Supplemental Bid Bulletin, and other bidding documents issued by the PS-DBM in relation to the contract described in Article II hereof, shall be deemed incorporated in this Agreement and made an integral part thereof.

SECTION 2. This Agreement shall be binding upon and inure to the benefit of the Parties and their respective successors and assigns.

SECTION 3. The Parties herein are duly represented by their authorized officers.

SECTION 4. Governing Law - This Agreement shall be governed by and construed according to the laws of the Republic of the Philippines. Venue of any court action arising from this Agreement shall be exclusively laid before the proper court of the ______, Philippines.

IN WITNESS WHEREOF, the parties have set their hands and affixed their signatures on the date and place first above-stated.

______

______

Signed in the Presence of:

______

138

ACKNOWLEDGMENT

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______) S.S. PROVINCE OF (in the case of Municipality)

BEFORE ME, a Notary Public for and in the City/Municipality of ___(indicate also the Province in the case of Municipality___, this ______day of __(month & year)__ personally appeared the following:

Name ID Name, Number and Validity Date

Known to me and to me known to be the same persons who executed the foregoing instrument and they acknowledge to me that the same is their free and voluntary act and deed and that of the corporation(s) they represent.

This instrument refers to a Joint Venture Agreement consisting of ______pages, including the page on which this Acknowledgement is written, and signed by the parties and their instrumental witnesses.

WITNESS MY HAND AND NOTARIAL SEAL on the place and on the date first above written.

NAME OF NOTARY PUBLIC Serial No. of Commission ______Notary Public for ______until ______Roll of Attorneys No. _____ PTR No. __, [date issued], [place issued] IBP No. __, [date issued], [place issued]

Doc. No. ___ Page No. ___ Book No. ___ Series of ____.

Note: “Sec. 12. Competent Evidence of Identity – The phrase “competent evidence of identity” refers to the identification of an individual based on:

At least one current identification document issued by an official agency bearing the photograph and signature of the individual, such as but not limited to, passport, driver’s license, Professional Regulations Commission ID, National Bureau of Investigation clearance, police clearance, postal ID, voter’s ID, Barangay certification, Government Service and Insurance System (GSIS) e-card, Social Security System (SSS) card, Philhealth card, senior citizen card, Overseas Workers Welfare Administration (OWWA) ID, OFW ID, seaman’s book, alien certificate of registration/immigrant certificate of registration, government office ID, certification from the National Council for the Welfare of Disabled Persons (NCWDP), Department of Social Welfare and Development (DSWD) certification;

139

ANNEX “F”

SUPPLIER’S LETTERHEAD

______Date

______Chairperson PS Bids and Awards Committee IX Paco, Manila

Dear Maam:

This has reference to Public Bidding No. for (Name of Project) . _____(Name of Company) respectfully requests for the following:

( ) Withdraw of Bid Submissions ( ) Refund of Bid Security (Attached is a photocopy of the Procurement Service Official Receipt) ( ) Cancellation of Credit Line Certificate

It is understood that ______waives its right to file any motion for reconsideration and/pr protest in connection with the above-cited Public Bidding Project.

Thank you.

Very truly yours,

______Authorized Signatory for the Company

140

ANNEX “G”

Form of Performance Security (Bank Guarantee)

To : Procurement Service PS Complex, Cristobal St., Paco, Manila

WHEREAS, ______(Name and Address of Supplier)______(hereinafter called “the Supplier”) has undertaken, in pursuance of Purchase Order No. ______dated ______to execute (Name of Contract and Brief Description) (hereinafter called “the Contract”);

AND WHEREAS, it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligations in accordance with the Contract;

AND WHEREAS, we have agreed to give the Supplier such a Bank Guarantee;

NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you, on behalf of the Supplier, up to a total of [Amount of Guarantee] proportions of currencies in which the Contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Supplier before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract to be performed there under or of any of the Contract documents which may be made between you and the Supplier shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until the date of issue of the Defects of Liability Certificate.

SIGNATURE AND SEAL OF THE GUARANTOR NAME OF BANK ADDRESS DATE

141

“Annex H”

BID SECURING DECLARATION FORM

REPUBLIC OF THE PHILIPPINES) CITY OF ______) S.S. x------x

BID SECURING DECLARATION Invitation to Bid: [Insert Reference number]

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

I/We3, the undersigned, declare that:

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

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of the IRR of RA 9184; without prejudice to other legal action the government may undertake.

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

(a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request;

(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right;

(c) I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have furnished the performance security and signed the Contract.

3 Select one and delete the other. Adopt the same instruction for similar terms throughout the document.

142

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

[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE] [Insert Signatory’s Legal Capacity] Affiant

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution], Philippines. Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ______issued on ____ at ______.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC Serial No. of Commission ______Notary Public for ______until ______Roll of Attorneys No. ______PTR No. ______[date issued], [place issued] IBP No. ______[date issued], [place issued]

Doc. No. _____ Page No. _____ Book No. _____ Series of _____

143

ANNEX “I”

Form of Bid Security (Bank Guarantee)

To: Procurement Service PS Complex, Cristobal St., Paco, Manila

WHEREAS, __ (Name of Bidder) __ (hereinafter called “the Bidder”) has submitted his bid dated __ (Date) __ for the __ (Name of Contract) __ (hereinafter called “the Bid”).

KNOW ALL MEN by these presents that We __(Name of Bank)__ of __(Name of Country)__ having our registered office at ______(hereinafter called “the Bank”) are bound unto Procurement Service in the sum of ______for which payment well and truly to be made to the Procurement Service the Bank binds himself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this _____ day of ______20___.

THE CONDITIONS of this obligation are:

1) The bid security may be forfeited:

(a) if a Bidder:

(i) withdraws its bid 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) has a finding against the veracity of any of the documents submitted as stated in ITB Clause 29.2;

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

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

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

144

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

(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) if the 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. we undertake to pay to the Procurement Service up to the above amount upon receipt of his first written demand, without the Procurement Service having to substantiate his demand, provided that in his demand the Procurement Service will note that the amount claimed by him is due to him owning to the occurrence of one or any of the foregoing conditions, specifying the occurred condition or conditions.

The Guarantee will remain in force up to and including the date ______days after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as the Procurement Service may extend it, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date.

DATE ______

SIGNATURE OF THE BANK ______

SEAL ______WITNESS ______(Name and Signature) ______(Address)

145

ANNEX “J” Supplier’s Declaration of Paper Sources

Date:______

The Chairperson Bids and Awards Committee Department of Education Central Office DepEd Complex, Meralco Avenue Pasig City

Attention:

I, ( ______supplier, position, and company______) in connection with my bid tender for the Project ( ______Name of Project______)__ , hereby CERTIFY that the paper samples submitted during bid opening and/or to the Forest Products Research and Development Institute (FPRDI) of the Department of Science and Technology (DOST), which will be used for the requirements of the Project, conform to the specifications as required under Section VII. Technical Specifications, of the bidding documents.

I, further, declare that if awarded the Contract, I intend to procure paper from (Name of Paper Supplier or Manufacturer ) with business address at ( Business Address of Paper Supplier or___ Manufacturer______).

The aforementioned Paper Supplier/Manufacturer shall supply the adequatequantity required to complete the requirements of this Project. However, if supplyis not available we will secure from other sources, preferably from : (State hereother sources)

____(Name of Paper Supplier or Manufacturer)______(Business Address)______

Paper procured from the latter shall, likewise, conform to the required technicalspecifications, subject to another testing at FPRDI.

______Name of Bidder

______Signature Over Printed Name of Authorized Representative

Date : ______

146

147