National Food Authority, Region VI

Standard Form Number: SF-GOOD-30 Revised on: May 24, 2004

NATIONAL FOOD AUTHORITY Regional Office VI Quintin Salas, Jaro, City Tel No. (033) 329-6246 / (033) 329-6307 website address: www.nfa.gov.ph / email address: [email protected]

May 22, 2021

SUPPLEMENTAL / BID BULLETIN NO. R06-2021-06

Procurement of Private Milling Services for NFA Region VI – Iloilo Branch Office for the period June to September 30, 2021

Project Reference No. NFA-2021-RBAC-REGVI-010

This Bid Bulletin No. R06-2021-06 is hereby issued to clarify, modify or amend items in the Bidding Documents for the Procurement of Private Milling Services for NFA Region VI – Iloilo Branch Office for the period June to September 30, 2021. This shall form an integral part of the Bid Documents.

SECTION / ITEM / PAGE AS PUBLISHED AS AMENDED Cover Page, Date of Issue: May 12, 2021 Date of Issue: May 13, 2021 Page 1

Cover Page, SAMPLE FORMS/ DOCUMENTS SAMPLE FORMS/ DOCUMENTS Page 3 For submission during Opening of Bids on _____not For submission during Opening of Bids on June 03, later than _____. 2021 not later than 9:30 am.

1. Certificate of PhilGEPS Registration A 1. Certificate of PhilGEPS Registration A (Platinum Membership)…………………….. (Platinum Membership)…………………….. 2. Please Attach the following: OR a. Articles of Incorporation, Partnership or 1.1. Registration Certificate from DTI, SEC, Cooperation, whichever is applicable, CDA, whichever is applicable, including amendments thereto, if any; 1.2. 2021 Mayor’s / Business Permit, b. Mayor’s / Business Permit as Handling 1.3. Valid and Current Tax Clearance per Contractor for the last three (3) years; EO 398 Series of 2005, and c. Certificate of Registration as a 1.4. 2019-2020 Audited Financial Contractor from Department of Labor Statements and Employment (DOLE) pursuant to DOLE Department Order (DO) 18-A s. 2. Please Attach the following: B 2011, as amended by DO 174, for the a. Proof of Ownership (Transfer of last three (3) years; Certificate of Title or Tax Declaration) d. Certificate of Registration and Official b. Company Profile to state the following: Receipt of Payment of Contribution for i. contact information/details of the laborers with Social Security System company, including its branch B (SSS) for the last three (3) years; office/s if any; e. Certificate of Clearance and Official ii. number of years in the milling Receipt of Payment of Contribution for business as evidence by Audited laborers with Pag-Ibig Fund for the last Financial Statements for the last two three (3) years; (2) years (2019-2020); f. Certificate of Registration and Official iii. contractor’s organizational chart Receipt of Payment of Contribution for indicating the names, addresses, and laborers with Philippine Health corresponding contact numbers of the Insurance Corp. for the last three (3) Regional / Provincial Coordinators per years; warehouse g. Contractor’s Profile; and h. Complete List of Existing Laborers/ c. Certification issued by the concerned Handlers indicating name and Branch Office stating therein the prospective respective address of each individual … bidder’s rice mill, passed all the parameters of the technical specifications based on the results of the latest test milling operations conducted. The Certification shall also state the actual/effective 12-hour input capacity of the prospective bidder’s ricemill based on the results of the said test milling.

Page 1 of 4

National Food Authority, Region VI

Standard Form Number: SF-GOOD-30 Revised on: May 24, 2004

NATIONAL FOOD AUTHORITY Regional Office VI Quintin Salas, Jaro, Tel No. (033) 329-6246 / (033) 329-6307 website address: www.nfa.gov.ph / email address: [email protected] SECTION / ITEM / PAGE AS PUBLISHED AS AMENDED d. Certificate of Clearance signed by the B concerned NFA Branch Manager and Accountant III for the previous year milling contract, if applicable;

e. Certification issued by the concerned NFA Branch Office that the prospective bidder is not a defaulting miller-contractor;

Cover Page, For submission during Post-Qualification stage For submission during Post-Qualification stage Page 4 within five (5) days upon receipt of the Notice of within five (5) days upon receipt of the Notice of Lowest Calculated Bid (LCB) Lowest Calculated Bid (LCB)

14. BIR Form No. 1701Q- Quarterly Income 14. BIR Form No. 1701Q- Quarterly Income Tax Return for Individual Taxpayer for the Tax Return for Individual Taxpayer for the 1st and 2nd Quarters of 2019.…………….. N-1 3rd and 4th Quarters of 2020. ……………… N-1

15. BIR Form No. 1702Q- Quarterly Income 15. BIR Form No. 1702Q- Quarterly Income Tax Return for Corporation, Partnership and Tax Return for Corporation, Partnership and Other Non - Individual Taxpayer for the Other Non-Individual Taxpayer for the 1st and 2nd Quarters of 2019. ……………. N-2 3rd and 4th Quarters of 2020. ….…………. N-2

16. BIR Form No. 2550Q- Quarterly Value 16. BIR Form No. 2550Q- Quarterly Value Added Tax (VAT) for Individual Taxpayer, for Added Tax (VAT) for Individual Taxpayer, for Corporation, Partnership and Other Non- O Corporation, Partnership and Other Non- Individual Taxpayer for the 1st and 2nd Individual Taxpayer for the 3rd and 4th Quarters of 2019 and VAT Return for the Quarters of 2020 and VAT Return for the month of July 2019……………………………. month of December 2020……………………. O

17. xxxx ……………………………………… P 17. xxxx……………………………………… P

18. xxxx ……………………………………… Q 18. xxxx……………………………………… Q

19. xxxx ……………………………………… R 19. xxxx……………………………………… R

20. xxxx ……………………………………… S 20. xxxx……………………………………… S

21. xxxx ……………………………………… T 21. xxxx……………………………………… T

22. Please Attach Fire Insurance Policy of the 22. Please Attach Fire Insurance Policy of the Warehouse Building………………………… U Warehouse Building………………………

Section I, ITB 2. xxxxx 2. xxxxx Page 3 A. xxxx A. xxxx

B. xxxx B. xxxx

C. xxxx C. xxxx

D. Must have passed the latest test milling procedure D. Must have passed the latest test milling procedure conducted by the concerned Provincial Office. conducted by the Iloilo Branch Office.

Section I, ITB 6. Pre-Bid Conference will be on: 6. Pre-Bid Conference will be on: Page 5 Date: xxxx Date: xxxx Time: xxxx Time: xxxx Place: 2nd Floor, NFA Regional Office VI, Place: 3rd Floor, NFA Regional Office VI, Quintin Salas, Jaro, Iloilo City Quintin Salas, Jaro, Iloilo City Section I, ITB 7. Deadline of Submission of Bids to the BAC Secretariat is: 7. Deadline of Submission of Bids to the BAC Secretariat is: Page 6 Date: xxxx Date: xxxx Time: xxxx Time: xxxx Place: 2nd Floor, NFA Regional Office VI, Place: 3rd Floor, NFA Regional Office VI, Quintin Salas, Jaro, Iloilo City Quintin Salas, Jaro, Iloilo City

Page 2 of 4

National Food Authority, Region VI

Standard Form Number: SF-GOOD-30 Revised on: May 24, 2004

NATIONAL FOOD AUTHORITY Regional Office VI Quintin Salas, Jaro, Iloilo City Tel No. (033) 329-6246 / (033) 329-6307 website address: www.nfa.gov.ph / email address: [email protected] SECTION / ITEM / PAGE AS PUBLISHED AS AMENDED Section I, ITB 8. Bid Opening shall be: 8. Bid Opening shall be: Page 6 Date: xxxx Date: xxxx Time: xxxx Time: xxxx Place: 2nd Floor, NFA Regional Office VI, Place: 3rd Floor, NFA Regional Office VI, Quintin Salas, Jaro, Iloilo City Quintin Salas, Jaro, Iloilo City

9. xxx 9. xxx

10. xxx 10. xxx

POSTING: POSTING: PhilGEPS : ______PhilGEPS : May 13, 2021 NFA Website : ______NFA Website : May 13, 2021 NFA Conspicuous Place: ______NFA Conspicuous Place: May 13, 2021

Section III, The Funding Source is : The Funding Source is : Bid Data Sheet, The Government of the (GOP) through The Government of the Philippines (GOP) through ITB Clause 2 the NFA Corporate Operating Budget of CY 2021 the NFA Corporate Operating Budget of CY 2021 Page 32 in the amount of Php 47,124,000.00. in the amount of Forty-Seven Million One Hundred Twenty-Four Thousand Pesos Only (Php 47,124,000.00).

Section III, The first envelope shall also contain the following The first envelope shall also contain the following Bid Data technical documents: technical documents: Sheet, a) Articles of Incorporation, Patnership or a) Certificate of PhilGEPS Registration ITB Clause Cooperation, whichever is applicable, including the (Platinum Membership) 12.1 amendments thereto; or Page 34 to 35 (i) Registration Certificate from DTI, SEC, CDA, b) xxxx whichever is applicable, (ii) 2021 Mayor’s / Business Permit c) Registration Certificate from DTI, SEC, CDA, (iii) Valid and Current Tax Clearance per EO whichever is applicable; 398 Series of 2005, and (iv) 2019-2020 Audited Financial Statements d) Mayor’s / Business Permit; b) xxxx e) Valid and Current Tax Clearance per EO 398 Series of 2005, c) Company Profile to state the following : i. xxxx f) Company Profile to state the following : ii. number of years in the milling business as i. xxxx evidenced by Audited Financial Statements for the ii. number of years in the warehousing business as last two (2) years (2019-2020); evidenced by Audited Financial Statements for the iii. xxxx last three (3) years; iii. xxxx d) Certification issued by the concerned NFA Branch Office stating therein the prospective bidder’s rice mill, g) Certification issued by the concerned NFA Provincial passed all the parameters of the technical specifications Office stating therein the prospective bidder’s rice mill, based on the results of the latest test milling operations passed all the parameters of the technical specifications conducted. The Certification shall also state the based on the results of the latest test milling operations actual/effective 12-hour input capacity of the conducted. The Certification shall also state the prospective bidder’s ricemill based on the results of the actual/effective 12-hour input capacity of the said test milling. prospective bidder’s ricemill based on the results of the said test milling. e) Certificate of Clearance signed by the concerned NFA Branch Manager and Accountant III for previous h) Certificate of Clearance signed by the concerned year milling contract, if applicable; NFA Provincial Manager and Senior Accounting Specialist for previous year milling contract, if f) Certification issued by the concerned NFA Branch applicable; Office that the prospective bidder is not a defaulting miller-contractor; i) Certification issued by the concerned NFA Provincial Office that the prospective bidder is not a defaulting miller-contractor;

Page 3 of 4

Note:

1. All folders/envelopes submitted should have the required labels/markings. 2. Signature of bidder or authorized representative is required in every sealed envelope.

National Food Authority, Region VI

Standard Form Number: SF-GOOD-30 Revised on: May 24, 2004

NATIONAL FOOD AUTHORITY Regional Office VI Quintin Salas, Jaro, Iloilo City Tel No. (033) 329-6246 / (033) 329-6307 website address: www.nfa.gov.ph / email address: [email protected] SECTION / ITEM / PAGE AS PUBLISHED AS AMENDED Section VI, Please see attached “EXHIBIT 1 – AS PUBLISHED” Please see attached “EXHBIT 1.1 – AS AMENDED ” Schedule of Requirements, Page 54 to 56 Section VIII, Please see attached “EXHIBIT 2 – AS PUBLISHED” Please see attached “EXHIBIT 2.1 – AS AMENDED” Annex H Page 66 to 67 Section VIII, Please see attached “EXHIBIT 3 – AS PUBLISHED” Please see attached “EXHIBIT 3.1 – AS AMENDED” Annex I Page 68 Section VIII, Please see attached “EXHIBIT 4 – AS PUBLISHED” Please see attached “EXHIBIT 4.1 – AS AMENDED” Annex L Page 71 to 72 Section VIII, Please see attached “EXHIBIT 5 – AS PUBLISHED” Please see attached “EXHIBIT 5.1 – AS AMENDED” Annex M Page 73 to 76 Section VIII, Please see attached “EXHIBIT 6 – AS PUBLISHED” Please see attached “EXHIBIT 6.1 – AS AMENDED” Annex S Page 84 to 86

Any portion of the Bidding Documents inconsistent herewith is hereby amended, modified and superseded accordingly.

Issued this 22th day of May 2021 at NFA Iloilo Regional Office, Iloilo City.

HERRIELLE V. JUMAGBAS Acting Assistant Regional Manager NFA Region VI – RBAC Chairperson

Page 4 of 4

EXHIBIT 1 – AS PUBLISHED

Schedule of Requirements

ESTIMATED VOLUME RICE OUTPUT AT WAREHOUSE/LOCATION OF PALAY FOR GUARANTEED MILLING LOT DELIVERY POINTS DELIVERY PERIOD WITHDRAWAL POINTS MILLING RECOVERY (GMR) (in Bags of 50 kg) in bags of 50kg KABSAKA TRIPLEX WHSE- JARO, ILOILO Within seven (7) days upon receipt of the 1 CITY 10,000 6,320 Contractor of the Notice to Proceed and 2 -DO- 10,000 6,320 until completion of delivery of milling 3 -DO- 10,000 6,320 services for the contracted volume at the 4 -DO- 10,000 6,320 time and place required by NFA or until 5 -DO- 10,000 6,320 KABSAKA TRIPLEX WAREHOUSE- September 30, 2021, whichever comes 6 -DO- 10,000 6,320 JARO, ILOILO CITY first. 7 -DO- 10,000 6,320 8 -DO- 10,000 6,320 9 -DO- 10,000 6,320 10 -DO- 10,000 6,320 SUB-TOTAL 100,000 63,200 11 JARO TRIPLEX- JARO, ILOILO CITY 10,000 6,320 12 -DO- 10,000 6,320 13 -DO- 10,000 6,320 14 -DO- 10,000 6,320 15 -DO- 10,000 6,320 16 -DO- 10,000 6,320 17 -DO- 10,000 6,320 18 -DO- 10,000 6,320 KABSAKA TRIPLEX WAREHOUSE- 19 -DO- 10,000 6,320 JARO, ILOILO CITY 20 -DO- 10,000 6,320 21 -DO- 10,000 6,320 22 -DO- 10,000 6,320 23 -DO- 10,000 6,320 24 -DO- 10,000 6,320 25 -DO- 10,000 6,320 SUB-TOTAL 150,000 94,800

54

EXHIBIT 1 – AS PUBLISHED

POTOTAN GRAINS CENTER- , KABSAKA TRIPLEX WAREHOUSE- 26 ILOILO 10,000 6,320 JARO, ILOILO CITY 27 -DO- 10,000 6,320 28 -DO- 10,000 6,320 29 -DO- 10,000 6,320 30 -DO- 10,000 6,320 31 -DO- 10,000 6,320 32 -DO- 10,000 6,320 33 -DO- 10,000 6,320 34 -DO- 10,000 6,320 35 -DO- 10,000 6,320 SUB-TOTAL 100,000 63,200 DUMANGAS GRAINS CENTER- 36 DUMANGAS, ILOILO 10,000 6,320 37 -DO- 10,000 6,320 38 -DO- 10,000 6,320 39 -DO- 10,000 6,320 40 -DO- 10,000 6,320 41 -DO- 10,000 6,320 42 -DO- 10,000 6,320 43 -DO- 10,000 6,320 44 -DO- 10,000 6,320 45 -DO- 10,000 6,320 46 -DO- 10,000 6,320 47 -DO- 10,000 6,320 48 -DO- 10,000 6,320 KABSAKA TRIPLEX WAREHOUSE- 49 -DO- 10,000 6,320 JARO, ILOILO CITY 50 -DO- 10,000 6,320 51 -DO- 10,000 6,320 52 -DO- 10,000 6,320 53 -DO- 10,000 6,320 54 -DO- 10,000 6,320 55 -DO- 10,000 6,320 56 -DO- 10,000 6,320 57 -DO- 10,000 6,320 58 -DO- 10,000 6,320 59 -DO- 10,000 6,320 60 -DO- 10,000 6,320 61 -DO- 10,000 6,320 62 -DO- 3,500 2,212 55

EXHIBIT 1 – AS PUBLISHED

SUB-TOTAL 263,500 166,532 SAN DIONISIO WAREHOUSE- SAN 63 DIONISIO, ILOILO 4,000 2,528 64 -DO- 4,000 2,528 KABSAKA TRIPLEX WAREHOUSE- 65 -DO- 4,000 2,528 JARO, ILOILO CITY 66 -DO- 4,000 2,528 67 -DO- 4,000 2,528 SUB-TOTAL 20,000 12,640 GID CULASI WAREHOUSE- CULASI, 68 4,000 2,528 69 -DO- 4,000 2,528 70 -DO- 4,000 2,528 KABSAKA TRIPLEX WAREHOUSE- 71 -DO- 4,000 2,528 JARO, ILOILO CITY 72 -DO- 4,000 2,528 73 -DO- 4,000 2,528 74 -DO- 4,000 2,528 SUB-TOTAL 28,000 17,696 3D FCRC WAREHOUSE- LEGANES, 75 ILOILO 3,200 2,022 76 -DO- 3,200 2,022 KABSAKA TRIPLEX WAREHOUSE- 77 -DO- 3,200 2,022 JARO, ILOILO CITY 78 -DO- 3,200 2,022 79 -DO- 3,200 2,022 SUB-TOTAL 16,000 10,112 SUCLARAN JICA WAREHOUSE- 80 500 316 81 -DO- 500 316 KABSAKA TRIPLEX WAREHOUSE- 82 -DO- 500 316 JARO, ILOILO CITY 83 -DO- 500 316 84 -DO- 500 316 SUB-TOTAL 2,500 1,580 GRAND TOTAL 680,000 429,760

56

EXHIBIT 1.1 – AS AMENDED

Schedule of Requirements

ESTIMATED VOLUME RICE OUTPUT AT WAREHOUSE/LOCATION OF PALAY FOR GUARANTEED MILLING LOT DELIVERY POINTS DELIVERY PERIOD WITHDRAWAL POINTS MILLING RECOVERY (GMR) (in Bags of 50 kg) in bags of 50kg KABSAKA TRIPLEX WHSE- JARO, ILOILO Within seven (7) days upon receipt of the 1 CITY 10,000 6,320 Contractor of the Notice to Proceed and 2 -DO- 10,000 6,320 until completion of delivery of milling 3 -DO- 10,000 6,320 services for the contracted volume at the 4 -DO- 10,000 6,320 time and place required by NFA or until 5 -DO- 10,000 6,320 KABSAKA TRIPLEX WAREHOUSE- September 30, 2021, whichever comes 6 -DO- 10,000 6,320 JARO, ILOILO CITY first. 7 -DO- 10,000 6,320 8 -DO- 10,000 6,320 9 -DO- 10,000 6,320 10 -DO- 10,000 6,320 SUB-TOTAL 100,000 63,200 11 JARO TRIPLEX- JARO, ILOILO CITY 10,000 6,320 12 -DO- 10,000 6,320 13 -DO- 10,000 6,320 14 -DO- 10,000 6,320 15 -DO- 10,000 6,320 16 -DO- 10,000 6,320 17 -DO- 10,000 6,320 18 -DO- 10,000 6,320 KABSAKA TRIPLEX WAREHOUSE- 19 -DO- 10,000 6,320 JARO, ILOILO CITY 20 -DO- 10,000 6,320 21 -DO- 10,000 6,320 22 -DO- 10,000 6,320 23 -DO- 10,000 6,320 24 -DO- 10,000 6,320 25 -DO- 10,000 6,320 SUB-TOTAL 150,000 94,800

54

EXHIBIT 1.1 – AS AMENDED

POTOTAN GRAINS CENTER- POTOTAN, KABSAKA TRIPLEX WAREHOUSE- 26 ILOILO 10,000 6,320 JARO, ILOILO CITY 27 -DO- 10,000 6,320 28 -DO- 10,000 6,320 29 -DO- 10,000 6,320 30 -DO- 10,000 6,320 31 -DO- 10,000 6,320 32 -DO- 10,000 6,320 33 -DO- 10,000 6,320 34 -DO- 10,000 6,320 35 -DO- 10,000 6,320 SUB-TOTAL 100,000 63,200 DUMANGAS GRAINS CENTER- 36 DUMANGAS, ILOILO 10,000 6,320 37 -DO- 10,000 6,320 38 -DO- 10,000 6,320 39 -DO- 10,000 6,320 40 -DO- 10,000 6,320 41 -DO- 10,000 6,320 42 -DO- 10,000 6,320 43 -DO- 10,000 6,320 44 -DO- 10,000 6,320 45 -DO- 10,000 6,320 46 -DO- 10,000 6,320 47 -DO- 10,000 6,320 DUMANGAS GRAINS CENTER- 48 -DO- 10,000 6,320 DUMANGAS ILOILO / 49 -DO- 10,000 6,320 KABSAKA TRIPLEX WAREHOUSE- 50 -DO- 10,000 6,320 JARO, ILOILO CITY 51 -DO- 10,000 6,320 52 -DO- 10,000 6,320 53 -DO- 10,000 6,320 54 -DO- 10,000 6,320 55 -DO- 10,000 6,320 56 -DO- 10,000 6,320 57 -DO- 10,000 6,320 58 -DO- 10,000 6,320 59 -DO- 10,000 6,320 60 -DO- 10,000 6,320 61 -DO- 10,000 6,320 62 -DO- 3,500 2,212 55

EXHIBIT 1.1 – AS AMENDED

SUB-TOTAL 263,500 166,532 SAN DIONISIO WAREHOUSE- SAN 63 DIONISIO, ILOILO 4,000 2,528 SAN DIONISIO WAREHOUSE- SAN DIONISIO, ILOILO / 64 -DO- 4,000 2,528 DUMANGAS GRAINS CENTER- 65 -DO- 4,000 2,528 DUMANGAS, ILOILO / 66 -DO- 4,000 2,528 KABSAKA TRIPLEX WAREHOUSE- 67 -DO- 4,000 2,528 JARO, ILOILO CITY SUB-TOTAL 20,000 12,640 GID CULASI WAREHOUSE- CULASI, 68 ANTIQUE 4,000 2,528 69 -DO- 4,000 2,528 70 -DO- 4,000 2,528 GID CULASI WAREHOUSE-CULASI, 71 -DO- 4,000 2,528 ANTIQUE/ GID CAMP FULLON, SAN 72 -DO- 4,000 2,528 JOSE ANTIQUE 73 -DO- 4,000 2,528 74 -DO- 4,000 2,528 SUB-TOTAL 28,000 17,696 3D FCRC WAREHOUSE- LEGANES, 75 ILOILO 3,200 2,022 76 -DO- 3,200 2,022 KABSAKA TRIPLEX WAREHOUSE- 77 -DO- 3,200 2,022 JARO, ILOILO CITY 78 -DO- 3,200 2,022 79 -DO- 3,200 2,022 SUB-TOTAL 16,000 10,112 SUCLARAN JICA WAREHOUSE- 80 GUIMARAS 500 316 81 -DO- 500 316 JORDAN WAREHOUSE- JORDAN, GUIMARAS / 82 -DO- 500 316 KABSAKA TRIPLEX WAREHOUSE- 83 -DO- 500 316 JARO, ILOILO CITY 84 -DO- 500 316 SUB-TOTAL 2,500 1,580 GRAND TOTAL 680,000 429,760

56

EXHIBIT 2 – AS PUBLISHED

ANNEX H

Schedule of Requirements

The contractor shall undertake the Private Milling Services in accordance with its own means and method at the specified schedule, including the following activities:

ESTIMATED RICE OUTPUT AT VOLUME OF GUARANTEED WAREHOUSE/LOCATION PALAY FOR MILLING LOT DELIVERY POINTS DELIVERY PERIOD WITHDRAWAL POINTS MILLING RECOVERY (in Bags of (GMR) 50 kg) in bags of 50kg KABSAKA TRIPLEX Within seven (7) days WHSE- JARO, ILOILO upon receipt of the 1 CITY 10,000 6,320 Contractor of the Notice 2 -DO- 10,000 6,320 to Proceed and until completion of delivery of 3 -DO- 10,000 6,320 milling services for the 4 -DO- 10,000 6,320 KABSAKA TRIPLEX contracted volume at the 5 -DO- 10,000 6,320 WAREHOUSE- JARO, time and place required 6 -DO- 10,000 6,320 ILOILO CITY by NFA or until 7 -DO- 10,000 6,320 September 30, 2021, whichever co 8 -DO- 10,000 6,320 es first. 9 -DO- 10,000 6,320 10 -DO- 10,000 6,320 SUB-TOTAL 100,000 63,200 JARO TRIPLEX- JARO, 11 ILOILO CITY 10,000 6,320 12 -DO- 10,000 6,320 13 -DO- 10,000 6,320 14 -DO- 10,000 6,320 15 -DO- 10,000 6,320 16 -DO- 10,000 6,320 17 -DO- 10,000 6,320 KABSAKA TRIPLEX 18 -DO- 10,000 6,320 WAREHOUSE- JARO, 19 -DO- 10,000 6,320 ILOILO CITY 20 -DO- 10,000 6,320 21 -DO- 10,000 6,320 22 -DO- 10,000 6,320 23 -DO- 10,000 6,320 24 -DO- 10,000 6,320 25 -DO- 10,000 6,320 SUB-TOTAL 150,000 94,800 POTOTAN GRAINS CENTER- POTOTAN, 26 ILOILO 10,000 6,320 27 -DO- 10,000 6,320 28 -DO- 10,000 6,320 29 -DO- 10,000 6,320 KABSAKA TRIPLEX 30 -DO- 10,000 6,320 WAREHOUSE- JARO, 31 -DO- 10,000 6,320 ILOILO CITY 32 -DO- 10,000 6,320 33 -DO- 10,000 6,320 34 -DO- 10,000 6,320 35 -DO- 10,000 6,320 SUB-TOTAL 100,000 63,200 DUMANGAS GC- 36 DUMANGAS, ILOILO 10,000 6,320 37 -DO- 10,000 6,320 KABSAKA TRIPLEX 38 -DO- 10,000 6,320 WAREHOUSE- JARO, 39 -DO- 10,000 6,320 ILOILO CITY 40 -DO- 10,000 6,320 41 -DO- 10,000 6,320 42 -DO- 10,000 6,320 EXHIBIT 2 – AS PUBLISHED

43 -DO- 10,000 6,320 44 -DO- 10,000 6,320 45 -DO- 10,000 6,320 46 -DO- 10,000 6,320 47 -DO- 10,000 6,320 48 -DO- 10,000 6,320 49 -DO- 10,000 6,320 50 -DO- 10,000 6,320 51 -DO- 10,000 6,320 52 -DO- 10,000 6,320 53 -DO- 10,000 6,320 54 -DO- 10,000 6,320 55 -DO- 10,000 6,320 56 -DO- 10,000 6,320 57 -DO- 10,000 6,320 58 -DO- 10,000 6,320 59 -DO- 10,000 6,320 60 -DO- 10,000 6,320 61 -DO- 10,000 6,320 62 -DO- 3,500 2,212 SUB-TOTAL 263,500 166,532 SAN DIONISIO WAREHOUSE- SAN 63 DIONISIO, ILOILO 4,000 2,528 64 -DO- 4,000 2,528 KABSAKA TRIPLEX 65 -DO- 4,000 2,528 WAREHOUSE- JARO, ILOILO CITY 66 -DO- 4,000 2,528 67 -DO- 4,000 2,528 SUB-TOTAL 20,000 12,640 GID CULASI WAREHOUSE- CULASI, 68 ANTIQUE 4,000 2,528 69 -DO- 4,000 2,528 70 -DO- 4,000 2,528 KABSAKA TRIPLEX 71 -DO- 4,000 2,528 WAREHOUSE- JARO, ILOILO CITY 72 -DO- 4,000 2,528 73 -DO- 4,000 2,528 74 -DO- 4,000 2,528 SUB-TOTAL 28,000 17,696 3D FCRC WAREHOUSE- 75 LEGANES, ILOILO 3,200 2,022 76 -DO- 3,200 2,022 KABSAKA TRIPLEX 77 -DO- 3,200 2,022 WAREHOUSE- JARO, 78 -DO- 3,200 2,022 ILOILO CITY 79 -DO- 3,200 2,022 SUB-TOTAL 16,000 10,112 SUCLARAN JICA WAREHOUSE- 80 GUIMARAS 500 316 81 -DO- 500 316 KABSAKA TRIPLEX 82 -DO- 500 316 WAREHOUSE- JARO, ILOILO CITY 83 -DO- 500 316 84 -DO- 500 316 SUB-TOTAL 2,500 1,580 GRAND TOTAL 680,000 429,760

Bidders must state either “COMPLY” or “NOT COMPLY” against each of the individual parameters stated above.

Certified Correct:

______Name of Owner/Authorized Representative Date EXHIBIT 2.1 – AS AMENDED

Annex H

CONFORMITY WITH SCHEDULE OF REQUIREMENTS

The contractor shall undertake the Private Milling Services in accordance with its own means and method at the specified schedule, including the following activities: ESTIMATE D RICE OUTPUT AT VOLUME GUARANTEED WAREHOUSE/LOCATION OF PALAY MILLING DELIVERY DELIVERY LOT STATEMENT OF LOT WITHDRAWAL POINTS FOR RECOVERY POINTS PERIOD NO. COMPLIANCE MILLING (GMR) (in Bags in bags of 50kg of 50 kg) KABSAKA TRIPLEX WHSE- Within 1 JARO, ILOILO CITY 10,000 6,320 seven (7) 1 2 -DO- 10,000 6,320 days upon 2 receipt of 3 -DO- 10,000 6,320 3 the 4 -DO- 10,000 6,320 KABSAKA 4 TRIPLEX Contractor 5 -DO- 10,000 6,320 5 WAREHOUSE- of the

6 -DO- 10,000 6,320 JARO, ILOILO Notice to 6 7 -DO- 10,000 6,320 CITY Proceed and 7 8 -DO- 10,000 6,320 until 8 completion 9 -DO- 10,000 6,320 9 of delivery

10 -DO- 10,000 6,320 of milling 10 SUB-TOTAL 100,000 63,200 services for JARO TRIPLEX- JARO, ILOILO the 11 CITY 10,000 6,320 contracted 11 12 -DO- 10,000 6,320 volume at 12 13 -DO- 10,000 6,320 the time and 13 place 14 -DO- 10,000 6,320 14 required by

15 -DO- 10,000 6,320 NFA or until 15 16 -DO- 10,000 6,320 KABSAKA September 16 17 -DO- 10,000 6,320 TRIPLEX 30, 2021, 17 18 -DO- 10,000 6,320 WAREHOUSE- whichever is 18 19 -DO- 10,000 6,320 JARO, ILOILO comes first. 19 20 -DO- 10,000 6,320 CITY 20 21 -DO- 10,000 6,320 21 22 -DO- 10,000 6,320 22 23 -DO- 10,000 6,320 23 24 -DO- 10,000 6,320 24 25 -DO- 10,000 6,320 25 SUB-TOTAL 150,000 94,800 POTOTAN GRAINS CENTER- 26 POTOTAN, ILOILO 10,000 6,320 26 27 -DO- 10,000 6,320 27 28 -DO- 10,000 6,320 28 29 -DO- 10,000 6,320 KABSAKA 29 TRIPLEX 30 -DO- 10,000 6,320 30 WAREHOUSE-

31 -DO- 10,000 6,320 JARO, ILOILO 31 32 -DO- 10,000 6,320 CITY 32 33 -DO- 10,000 6,320 33 34 -DO- 10,000 6,320 34 35 -DO- 10,000 6,320 35 SUB-TOTAL 100,000 63,200 DUMANGAS GRAINS CENTER- DUMANGAS 36 DUMANGAS, ILOILO 10,000 6,320 GRAINS 36 37 -DO- 10,000 6,320 CENTER- 37 38 -DO- 10,000 6,320 DUMANGAS, 38 39 -DO- 10,000 6,320 ILOILO / 39 KABSAKA 40 -DO- 10,000 6,320 40 TRIPLEX

41 -DO- 10,000 6,320 WAREHOUSE- 41 42 -DO- 10,000 6,320 JARO, 42 43 -DO- 10,000 6,320 ILOILO CITY 43 44 -DO- 10,000 6,320 44 45 -DO- 10,000 6,320 45 EXHIBIT 2.1 – AS AMENDED

ESTIMATE D RICE OUTPUT AT VOLUME GUARANTEED WAREHOUSE/LOCATION OF PALAY MILLING DELIVERY DELIVERY LOT STATEMENT OF LOT WITHDRAWAL POINTS FOR RECOVERY POINTS PERIOD NO. COMPLIANCE MILLING (GMR) (in Bags in bags of 50kg of 50 kg) 46 -DO- 10,000 6,320 46 47 -DO- 10,000 6,320 47 48 -DO- 10,000 6,320 48

49 -DO- 10,000 6,320 49 DUMANGAS 50 -DO- 10,000 6,320 GRAINS 50 51 -DO- 10,000 6,320 CENTER- 51 52 -DO- 10,000 6,320 DUMANGAS, 52 53 -DO- 10,000 6,320 ILOILO / 53 54 -DO- 10,000 6,320 KABSAKA 54 TRIPLEX 55 -DO- 10,000 6,320 55 WAREHOUSE-

56 -DO- 10,000 6,320 JARO, 56 57 -DO- 10,000 6,320 ILOILO CITY 57 58 -DO- 10,000 6,320 58 59 -DO- 10,000 6,320 59 60 -DO- 10,000 6,320 60 61 -DO- 10,000 6,320 61 62 -DO- 3,500 2,212 62 SUB-TOTAL 263,500 166,532

SAN DIONISIO WAREHOUSE- SAN DIONISIO 63 SAN DIONISIO, ILOILO 4,000 2,528 WAREHOUSE-SAN 63 DIONISIO, ILOILO / 64 -DO- 4,000 2,528 DUMANGAS GRAINS 64 65 -DO- 4,000 2,528 CENTER- 65 DUMANGAS, ILOILO 66 -DO- 4,000 2,528 / KABSAKA TRIPLEX 66 67 -DO- 4,000 2,528 WAREHOUSE- JARO, 67 ILOILO CITY SUB-TOTAL 20,000 12,640 GID CULASI WAREHOUSE- 68 CULASI, ANTIQUE 4,000 2,528 68 69 -DO- 4,000 2,528 GID CULASI 69 WAREHOUSE- 70 -DO- 4,000 2,528 CULASI, 70 71 -DO- 4,000 2,528 ANTIQUE / 71 72 -DO- 4,000 2,528 GID CAMP 72 FULLON, SAN 73 -DO- 4,000 2,528 JOSE, ANTIQUE 73 74 -DO- 4,000 2,528 74 SUB-TOTAL 28,000 17,696 3D FCRC WAREHOUSE- 75 LEGANES, ILOILO 3,200 2,022 KABSAKA 75 76 -DO- 3,200 2,022 TRIPLEX 76 77 -DO- 3,200 2,022 WAREHOUSE- 77 78 -DO- 3,200 2,022 JARO, ILOILO 78 79 -DO- 3,200 2,022 CITY 79 SUB-TOTAL 16,000 10,112 SUCLARAN JICA WAREHOUSE- JORDAN 80 GUIMARAS 500 316 WAREHOUSE, 80 81 -DO- 500 316 JORDAN 81 GUIMARAS / 82 -DO- 500 316 82 KABSAKA

83 -DO- 500 316 TRIPLEX 83 84 -DO- 500 316 WAREHOUSE- 84 JARO, ILOILO SUB-TOTAL 2,500 1,580 CITY GRAND TOTAL 680,000 429,760

Bidders must state either “COMPLY” or “NOT COMPLY” against each of the individual parameters stated above.

Certified Correct:

______Name of Owner/Authorized Representative Date EXHIBIT 3 – AS PUBLISHED

ANNEX I

Technical Specifications

The following specifications and requirements must be observed by the bidders:

PARTICULARS REQUIREMENTS A. Palay Input (Variety Code) PD1 Rice Output (Variety Code) WD1 B. Milling Degree Well Milled Rice C. Guaranteed Milling Recovery (Required Minimum 63.20% Rice Recovery) D. Technical Specifications of Milled Rice Brokens (maximum) total including brewers (1% 40.00% max) Head Rice (minimum) 60.00% Foreign Matter (maximum) 0.20%/0.25% Paddy (maximum), number per 1,000 grams 25 Moisture Content (maximum) 14.00% Bran Streaks 1.00%-19.00% E. The milled rice shall be free from objectionable odor and insect infestation

Legend:

Palay dry with purity 95%-100% or 90%-94.9%; Chalky and Immature Kernel of 12% 1. PD1 maximum; Discolored and Damaged Kernels of 0%-7%, Red Kernel of 5% maximum; Moisture Content of 14% and below

2. WD1 Milled rice output of PD1 with milling degree of well milled

Palay dry with purity 95%-100% or 90%-94.9%; Chalky and Immature Kernel of 20% 3. PD3 maximum; Discolored and Damaged Kernels of 7.1%-13%, Red Kernel of 10% maximum; Moisture Content of 14% and below

4. WD2 Milled rice output of PD3 with milling degree of well milled

Bidders must state either “COMPLY” or “NOT COMPLY” against each of the individual parameters stated above.

Certified Correct:

______Name of Owner/Authorized Representative Date

68

EXHIBIT 3.1 – AS AMENDED

Annex I

CONFORMITY WITH TECHNICAL SPECIFICATIONS

The following specifications and requirements must be observed by the bidders:

PARTICULARS REQUIREMENTS STATEMENT OF COMPLIANCE A. Palay Input (Variety Code) PD1 Rice Output (Variety Code) WD1 B. Milling Degree Well Milled Rice C. Guaranteed Milling Recovery (Required Minimum 63.20% Rice Recovery) D. Technical Specifications of Milled Rice Brokens (maximum) total including brewers (1% max) 40.00% Head Rice (minimum) 60.00% Foreign Matter (maximum) 0.20%/0.25% Paddy (maximum), number per 1,000 grams 25 Moisture Content (maximum) 14.00% Bran Streaks 1.00%-19.00% E. The milled rice shall be free from objectionable odor and insect infestation

Legend:

Palay dry with purity 95%-100% or 90%-94.9%; Chalky and Immature Kernel of 12% 1. PD1 maximum; Discolored and Damaged Kernels of 0%-7%, Red Kernel of 5% maximum; Moisture Content of 14% and below

2. WD1 Milled rice output of PD1 with milling degree of well milled

Palay dry with purity 95%-100% or 90%-94.9%; Chalky and Immature Kernel of 20% 3. PD3 maximum; Discolored and Damaged Kernels of 7.1%-13%, Red Kernel of 10% maximum; Moisture Content of 14% and below

4. WD2 Milled rice output of PD3 with milling degree of well milled

Bidders must state either “COMPLY” or “NOT COMPLY” against each of the individual parameters stated above.

Certified Correct:

______Name of Owner/Authorized Representative Date

68

EXHIBIT 4 – AS PUBLISHED

ANNEX L

FINANCIAL BID FORM

Date: ______

To : National Food Authority Regional Office VI Quintin Salas, Jaro, Iloilo City

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers ____, the receipt of which is hereby acknowledged, we the undersigned offer to supply/deliver/perform Private Milling Services in NFA Region VI-Iloilo Branch Office for the Period June to September 30, 2021 in conformity with the said Bidding Documents for the sum of [ total Bid amount in words and figures (P )] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid. Summary of details shown below:

Lot 1

Description of the Project

Estimated Total Volume in Bags ______

Estimated Total Number of Moves ______TOTAL AMOUNT OF BID FOR THE LOT Total Amount of Bid Before Tax ______Total Amount of Tax ______Total Amount of Bid Including Tax ______

TOTAL AMOUNT OF BID IN WORDS ______

We undertake, if our Bid is accepted, to supply/deliver/perform Private Milling Services 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.

EXHIBIT 4 – AS PUBLISHED

We agree to abide by this Bid for the Bid Validity Period specified in the BDS provision for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

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.

(For sole proprietorships, insert:} We likewise certify/confirm that the undersigned, 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 Procurement of Private Milling Services for the Period June to September 30, 2021 for Lot/s _____ of the National Food Authority Regional Office VI-Iloilo Branch Office .

Or [For partnerships, corporations, cooperatives, or joint ventures, insert:} We likewise certify/confirm that the undersigned, 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 the Procurement of Private Milling Services for the Period June to September 30, 2021 for Lot/s _____ of the National Food Authority Regional Office VI-Iloilo Branch Office .

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 ______.

______[Signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ______EXHIBIT 4.1 – AS AMENDED

ANNEX L

FINANCIAL BID FORM

Date: ______

To : National Food Authority Regional Office VI Quintin Salas, Jaro, Iloilo City

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Number No. R06-2021-06, the receipt of which is hereby acknowledged, we the undersigned offer to supply/deliver/perform Private Milling Services for NFA Region VI-Iloilo Branch Office for the Period June to September 30, 2021 in conformity with the said Bidding Documents for the sum of [ total Bid amount in words and figures (P )] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid. Summary of details shown below:

LOT NO./(S): ______

Procurement of Private Milling Services for NFA Description of the Project Region VI – Iloilo Branch Office for the period June to September 30, 2021 Total Volume in Bags ______TOTAL AMOUNT OF BID FOR THE LOT/(s) Total Amount of Bid Before Tax ______Total Amount of Tax ______Total Amount of Bid Including Tax ______

TOTAL AMOUNT OF BID IN WORDS ______

We undertake, if our Bid is accepted, to supply/deliver/perform Private Milling Services 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.

EXHIBIT 4.1 – AS AMENDED

We agree to abide by this Bid for the Bid Validity Period specified in the BDS provision for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

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.

(For sole proprietorships, insert:} We likewise certify/confirm that the undersigned, 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 Procurement of Private Milling Services for the Period June to September 30, 2021 for Lot/s ______of the National Food Authority Regional Office VI-Iloilo Branch Office .

Or [For partnerships, corporations, cooperatives, or joint ventures, insert:} We likewise certify/confirm that the undersigned, 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 the Procurement of Private Milling Services for the Period June to September 30, 2021 for Lot/s ______of the National Food Authority Regional Office VI-Iloilo Branch Office .

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 ______.

______[Signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ______EXHIBIT 5 – AS PUBLISHED ANNEX M

SCHEDULE OF PRICES PROCUREMENT OF PRIVATE MILLING SERVICES FOR NFA REGION VI-ILOILO BRANCH OFFICE FOR THE PERIOD JUNE TO SEPTEMBER 30, 2021

AMOUNT OF TAX TOTAL TOTAL AMOUNT OF BID BID BID VOLUME BEFORE Inclusive Total TOTAL APPROVED BUDGET BAG/ 20KG VAT LOCAL OTHER TOTAL Total TAX PER of Tax Before INCLUSIVE LOT NO. FOR THE CONTRACT NET (12%) TAX TAX TAX Tax UNIT PER Tax OF TAX (ABC) UNIT (bag) (P) (P) (P) a b c d e f= c+d+e g= b+f h= a x b i= a x f j= h+i 1 693,000.00 10,000 2 693,000.00 10,000 3 693,000.00 10,000 4 693,000.00 10,000 5 693,000.00 10,000 6 693,000.00 10,000 7 693,000.00 10,000 8 693,000.00 10,000 9 693,000.00 10,000 10 693,000.00 10,000 11 693,000.00 10,000 12 693,000.00 10,000 13 693,000.00 10,000 14 693,000.00 10,000 15 693,000.00 10,000 16 693,000.00 10,000 17 693,000.00 10,000 18 693,000.00 10,000 19 693,000.00 10,000 20 693,000.00 10,000 21 693,000.00 10,000 AMOUNT OF TAX TOTAL TOTAL AMOUNT OF BID BID BID VOLUME BEFORE Inclusive Total TOTAL APPROVED BUDGET BAG/ 20KG VAT LOCAL OTHER TOTAL Total TAX PER of Tax Before INCLUSIVE LOT NO. FOR THE CONTRACT NET (12%) TAX TAX TAX Tax UNIT PER Tax OF TAX (ABC) UNIT (bag) (P) (P) (P) a b c d e f= c+d+e g= b+f h= a x b i= a x f j= h+i 22 693,000.00 10,000 23 693,000.00 10,000 24 693,000.00 10,000 25 693,000.00 10,000 26 693,000.00 10,000 27 693,000.00 10,000 28 693,000.00 10,000 29 693,000.00 10,000 30 693,000.00 10,000 31 693,000.00 10,000 32 693,000.00 10,000 33 693,000.00 10,000 34 693,000.00 10,000 35 693,000.00 10,000 36 693,000.00 10,000 37 693,000.00 10,000 38 693,000.00 10,000 39 693,000.00 10,000 40 693,000.00 10,000 41 693,000.00 10,000 42 693,000.00 10,000 43 693,000.00 10,000 44 693,000.00 10,000 45 693,000.00 10,000 46 693,000.00 10,000 47 693,000.00 10,000 48 693,000.00 10,000 49 693,000.00 10,000 50 693,000.00 10,000

AMOUNT OF TAX TOTAL TOTAL AMOUNT OF BID BID BID VOLUME BEFORE Inclusive Total TOTAL APPROVED BUDGET BAG/ 20KG VAT LOCAL OTHER TOTAL Total TAX PER of Tax Before INCLUSIVE LOT NO. FOR THE CONTRACT NET (12%) TAX TAX TAX Tax UNIT PER Tax OF TAX (ABC) UNIT (bag) (P) (P) (P) a b c d e f= c+d+e g= b+f h= a x b i= a x f j= h+i 51 693,000.00 10,000 52 693,000.00 10,000 53 693,000.00 10,000 54 693,000.00 10,000 51 693,000.00 10,000 55 693,000.00 10,000 56 693,000.00 10,000 57 693,000.00 10,000 58 693,000.00 10,000 59 693,000.00 10,000 60 693,000.00 10,000 61 693,000.00 10,000 62 242,550.00 3,500 63 277,200.00 4,000 64 277,200.00 4,000 65 277,200.00 4,000 66 277,200.00 4,000 67 277,200.00 4,000 68 277,200.00 4,000 69 277,200.00 4,000 70 277,200.00 4,000 71 277,200.00 4,000 72 277,200.00 4,000 73 277,200.00 4,000 74 277,200.00 4,000 75 221,760.00 3,200 76 221,760.00 3,200 77 221,760.00 3,200 78 221,760.00 3,200 79 221,760.00 3,200

AMOUNT OF TAX TOTAL TOTAL AMOUNT OF BID BID BID VOLUME BEFORE Inclusive Total TOTAL APPROVED BUDGET BAG/ 20KG VAT LOCAL OTHER TOTAL Total TAX PER of Tax Before INCLUSIVE LOT NO. FOR THE CONTRACT NET (12%) TAX TAX TAX Tax UNIT PER Tax OF TAX (ABC) UNIT (bag) (P) (P) (P) a b c d e f= c+d+e g= b+f h= a x b i= a x f j= h+i 80 34,650.00 500 81 34,650.00 500 82 34,650.00 500 83 34,650.00 500 84 34,650.00 500 k= total h l= total i m= k+l

Submitted by:

Name of the Representative of the Bidder ______Position

______Name of the Bidder EXHBIT 5.1 – AS AMENDED

ANNEX M

SCHEDULE OF PRICES PROCUREMENT OF PRIVATE MILLING SERVICES FOR NFA REGION VI-ILOILO BRANCH OFFICE FOR THE PERIOD JUNE TO SEPTEMBER 30, 2021

TOTAL VOLUME BID AMOUNT OF TAX TOTAL AMOUNT OF BID BID GUARANTEED APPROVED BAG/ BEFORE Inclusive Total TOTAL MILLING BID / OFFERED LO BUDGET FOR 50KG TAX PER VAT LOCAL OTHER TOTAL Total WAREHOUSE of Tax Before INCLUSIVE RECOVERY % PERCENTAGE T THE NET UNIT (12%) TAX TAX TAX Tax /LOCATION Tax OF TAX (REQUIRED RICE MILLING NO. CONTRACT PER UNIT MINIMUM RICE RECOVERY (ABC) (bag) (P) (P) (P) a b c d e f= c+d+e g= b+f h= a x b i= a x f j= h+i RECOVERY)

Kabsaka Triplex Warehouse- Iloilo 1 693,000.00 10,000 63.20% City -DO- 2 693,000.00 10,000 63.20% -DO- 3 693,000.00 10,000 63.20% -DO- 4 693,000.00 10,000 63.20% -DO- 5 693,000.00 10,000 63.20% -DO- 6 693,000.00 10,000 63.20% -DO- 7 693,000.00 10,000 63.20% -DO- 8 693,000.00 10,000 63.20% -DO- 9 693,000.00 10,000 63.20% -DO- 10 693,000.00 10,000 63.20% Jaro Triplex, Jaro 63.20% Iloilo City 11 693,000.00 10,000 -DO- 12 693,000.00 10,000 63.20% -DO- 13 693,000.00 10,000 63.20% -DO- 14 693,000.00 10,000 63.20% -DO- 15 693,000.00 10,000 63.20% -DO- 16 693,000.00 10,000 63.20% -DO- 17 693,000.00 10,000 63.20% -DO- 18 693,000.00 10,000 63.20% -DO- 19 693,000.00 10,000 63.20% TOTAL VOLUME BID AMOUNT OF TAX TOTAL AMOUNT OF BID BID GUARANTEED APPROVED BAG/ BEFORE Inclusive Total TOTAL MILLING BID / OFFERED LO BUDGET FOR 50KG TAX PER VAT LOCAL OTHER TOTAL Total WAREHOUSE of Tax Before INCLUSIVE RECOVERY % PERCENTAGE T THE NET UNIT (12%) TAX TAX TAX Tax /LOCATION Tax OF TAX (REQUIRED RICE MILLING NO. CONTRACT PER UNIT MINIMUM RICE RECOVERY (ABC) (bag) (P) (P) (P) a b c d e f= c+d+e g= b+f h= a x b i= a x f j= h+i RECOVERY) Jaro Triplex, Jaro 63.20% Iloilo City 20 693,000.00 10,000 -DO- 21 693,000.00 10,000 63.20% -DO- 22 693,000.00 10,000 63.20% -DO- 23 693,000.00 10,000 63.20% -DO- 24 693,000.00 10,000 63.20% -DO- 25 693,000.00 10,000 63.20% Pototan Grains 63.20% Center, Pototan Iloilo 26 693,000.00 10,000 -DO- 27 693,000.00 10,000 63.20% -DO- 28 693,000.00 10,000 63.20% -DO- 29 693,000.00 10,000 63.20% -DO- 30 693,000.00 10,000 63.20% -DO- 31 693,000.00 10,000 63.20% -DO- 32 693,000.00 10,000 63.20% -DO- 33 693,000.00 10,000 63.20% -DO- 34 693,000.00 10,000 63.20% -DO- 35 693,000.00 10,000 63.20% Dumangas Grains 63.20% Center, Dumangas 36 693,000.00 10,000 Iloilo -DO- 37 693,000.00 10,000 63.20% -DO- 38 693,000.00 10,000 63.20% -DO- 39 693,000.00 10,000 63.20% -DO- 40 693,000.00 10,000 63.20% -DO- 41 693,000.00 10,000 63.20% -DO- 42 693,000.00 10,000 63.20% -DO- 43 693,000.00 10,000 63.20% -DO- 44 693,000.00 10,000 63.20% -DO- 45 693,000.00 10,000 63.20% -DO- 46 693,000.00 10,000 63.20% -DO- 47 693,000.00 10,000 63.20% -DO- 48 693,000.00 10,000 63.20% -DO- 49 693,000.00 10,000 63.20% -DO- 50 693,000.00 10,000 63.20%

TOTAL VOLUME BID AMOUNT OF TAX TOTAL AMOUNT OF BID BID GUARANTEED APPROVED BAG/ BEFORE Inclusive Total TOTAL MILLING BID / OFFERED LO BUDGET FOR 50KG TAX PER VAT LOCAL OTHER TOTAL Total WAREHOUSE of Tax Before INCLUSIVE RECOVERY % PERCENTAGE T THE NET UNIT (12%) TAX TAX TAX Tax /LOCATION Tax OF TAX (REQUIRED RICE MILLING NO. CONTRACT PER UNIT MINIMUM RICE RECOVERY (ABC) (bag) (P) (P) (P) a b c d e f= c+d+e g= b+f h= a x b i= a x f j= h+i RECOVERY) Dumangas Grains 63.20% Center, Dumangas Iloilo 51 693,000.00 10,000 -DO- 52 693,000.00 10,000 63.20% -DO- 53 693,000.00 10,000 63.20% -DO- 54 693,000.00 10,000 63.20% -DO- 51 693,000.00 10,000 63.20% -DO- 55 693,000.00 10,000 63.20% -DO- 56 693,000.00 10,000 63.20% -DO- 57 693,000.00 10,000 63.20% -DO- 58 693,000.00 10,000 63.20% -DO- 59 693,000.00 10,000 63.20% -DO- 60 693,000.00 10,000 63.20% -DO- 61 693,000.00 10,000 63.20% -DO- 62 242,550.00 3,500 63.20% San Dionisio 63.20% Warehouse, San Dionisio Iloilo 63 277,200.00 4,000 -DO- 64 277,200.00 4,000 63.20% -DO- 65 277,200.00 4,000 63.20% -DO- 66 277,200.00 4,000 63.20% -DO- 67 277,200.00 4,000 63.20% GID Culasi 63.20% Warehouse, Culasi Antique 68 277,200.00 4,000 -DO- 69 277,200.00 4,000 63.20% -DO- 70 277,200.00 4,000 63.20% -DO- 71 277,200.00 4,000 63.20% -DO- 72 277,200.00 4,000 63.20% -DO- 73 277,200.00 4,000 63.20% -DO- 74 277,200.00 4,000 63.20% 3D FCRC 63.20% Warehouse, Leganes Iloilo 75 221,760.00 3,200 -DO- 76 221,760.00 3,200 63.20% -DO- 77 221,760.00 3,200 63.20% -DO- 78 221,760.00 3,200 63.20% -DO- 79 221,760.00 3,200 63.20% TOTAL VOLUME BID AMOUNT OF TAX TOTAL AMOUNT OF BID BID GUARANTEED APPROVED BAG/ BEFORE Inclusive Total TOTAL MILLING BID / OFFERED LO BUDGET FOR 50KG TAX PER VAT LOCAL OTHER TOTAL Total WAREHOUSE of Tax Before INCLUSIVE RECOVERY % PERCENTAGE T THE NET UNIT (12%) TAX TAX TAX Tax /LOCATION Tax OF TAX (REQUIRED RICE MILLING NO. CONTRACT PER UNIT MINIMUM RICE RECOVERY (ABC) (bag) (P) (P) (P) a b c d e f= c+d+e g= b+f h= a x b i= a x f j= h+i RECOVERY) Suclaran JICA 63.20% Warehouse, Guimaras 80 34,650.00 500 -DO- 81 34,650.00 500 63.20% -DO- 82 34,650.00 500 63.20% -DO- 83 34,650.00 500 63.20% -DO- 84 34,650.00 500 63.20% k= total l= total m= k+l h i

Submitted by:

______Name of the Representative of the Bidder

______Position

______Name of the Bidder EXHIBIT 6 – AS PUBLISHED

ANNEX S

Republic of the Philippines NATIONAL FOOD AUTHORITY Regional Office ______

BIDDING FOR THE PROCUREMENT OF PRIVATE MILLING SERVICES FOR

NFA REGPROCUREMENTION VI-ILOILO OF PRIVATE BRANCH MILLING SERVICES OFFICE FOR THE PERIODFOR NFA JUNE REGION TO ___ FORSEPTEMBER THE YEAR _____ 30, 2021

CHECKLIST OF BID DOCUMENTS

1. Section I : Invitation to Bid 2. Section II : Instruction to Bidders 3. Section III : Bid Data Sheet 4. Section IV : General Conditions of Contract 5. Section V : Special Conditions of Contract 6. Section VI : Schedule of Requirements 7. Section VII : Technical Specifications 8. Section VIII : Bidding Forms

INSTRUCTIONS:

The following required documents shall be accomplished, satisfied and submitted in chronological order to the NFA RO VI RBAC on June 03, 2021 not later than 9:30 AM at the NFA Conference Room, 2nd Floor, NFA Office Building located at Quintin Salas, Jaro, Iloilo City.

Prospective Bidders are required to submit in four (4) copies (1) originally signed true copy of the original and (3) photocopies each of the required documents. All pages of the Bid, including attachments thereto shall be initialed by the person signing the Bid.

A. FOR SUBMISSION DURING OPENING OF BIDS ON JUNE 03, 2021 NOT LATER THAN 9:30 AM.

FIRST ENVELOPE (TECHNICAL COMPONENT)

FORM Name of Document Required Reference No. Annex A PhilGEPS Platinum Certificate of Registration or Annex B the following Class “A” eligibility documents : 1. Registration Certificate from DTI, SEC, CDA, whichever is applicable; 2. 2019 Mayor’s/Business Permit; 3. Valid and Current Tax Clearance per EO 398, Series of 2005; 4. 2017-2018 Audited Financial Statements

EXHIBIT 6 – AS PUBLISHED

FIRST ENVELOPE (TECHNICAL COMPONENT)

FORM Name of Document Required Reference No. In case the bidder opted to submit their Class “A” Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as a post qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184.

Annex C Statement of all Ongoing Government and Private Contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid

Annex D Statement of the Bidder’s Single Largest Completed Contract similar to the contract to be bid completed within five (5) years from the date of submission and receipt of bids

Annex E-1 NFCC Computation or

Annex E-2 Committed Line of Credit from a Universal or Commercial Bank ( in lieu of NFCC)

Annex F Joint Venture Agreement (JVA), in case the joint venture is already in existence or

Duly notarized statements from all the potential joint venture partners

BID SECURITY

Annex G 1. Bid Securing Declaration

2. A bank draft/guarantee

3. A surety bond, accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments

Conformity with Schedule of Requirements and Technical Specifications, as enumerated and specified in

Annex H Section VI. Schedule of Requirements Annex I Section VII. Technical Specifications

Annex J Omnibus Sworn Statement

SECOND ENVELOPE (FINANCIAL COMPONENT)

Annex L Financial Bid Form

Annex M Schedule of Prices

EXHIBIT 6 – AS PUBLISHED

B. FOR SUBMISSION DURING POST-QUALIFICATION STAGE WITHIN FIVE (5) DAYS UPON RECEIPT OF THE NOTICE OF LOWEST CALCULATED BID (LCB)

FORM Name of Document Required Reference No. Annex N-1 Duly Filed BIR Form No. 1701Q Income Tax Return for Individual Taxpayer for the 1ST. and 2ND. Quarters of 2019 and duly paid thru the BIR Electronic Filing and Payment System (eFPS) or

Annex N-2 Duly Filed BIR Form No. 1702Q Income Tax Return for Corporation, Partnership and Other Non-individual Taxpayer for the 1ST. and 2ND. Quarters of 2019 and duly paid thru the BIR Electronic Filing and Payment System (eFPS) Annex O Duly Filed BIR Form No. 2550Q Value Added Tax (VAT) Return for the 1ST. and 2ND. Quarters of 2019 and VAT Return for the month of JULY 2019 duly paid thru the BIR Electronic Filing and Payment System (eFPS)

Other Post Qualification Requirements:

FORM Name of Document Required Reference No. Annex P Sworn Statement on Compliance to the Protest Mechanism Provided in Article XVII of RA 9184 or Annex Q Notarized Sworn Statement/Waiver and Undertaking by the Bidder which includes undertaking to strictly comply with and abide by the provisions of Section 58 in relation to Sections 55,56 and 57 of RA 9184

Annex R Contract Agreement Form

Annex U Fire Insurance Policy of the Warehouse Building

EXHIBIT 6.1 – AS AMENDED

ANNEX S

Republic of the Philippines NATIONAL FOOD AUTHORITY Regional Office VI Quintin Salas, Jaro, Iloilo City

BIDDING FOR THE PROCUREMENT OF PRIVATE MILLING SERVICES FOR

NFA REGPROCUREMENTION VI-ILOILO OF PRIVATE BRANCH MILLING SERVICES OFFICE FOR THE PERIODFOR NFA JUNE REGION TO ___ FORSEPTEMBER THE YEAR _____ 30, 2021

CHECKLIST OF BID DOCUMENTS

1. Section I : Invitation to Bid 2. Section II : Instruction to Bidders 3. Section III : Bid Data Sheet 4. Section IV : General Conditions of Contract 5. Section V : Special Conditions of Contract 6. Section VI : Schedule of Requirements 7. Section VII : Technical Specifications 8. Section VIII : Bidding Forms

INSTRUCTIONS:

The following required documents shall be accomplished, satisfied and submitted in chronological order to the NFA RO VI RBAC on June 03, 2021 not later than 9:30 AM at the NFA Conference Room, 3rd Floor, NFA Office Building located at Quintin Salas, Jaro, Iloilo City.

Prospective Bidders are required to submit in four (4) copies (1) originally signed true copy of the original and (3) photocopies each of the required documents. All pages of the Bid, including attachments thereto shall be initialed by the person signing the Bid.

A. FOR SUBMISSION DURING OPENING OF BIDS ON JUNE 03, 2021 NOT LATER THAN 9:30 AM.

FIRST ENVELOPE (TECHNICAL COMPONENT)

FORM Name of Document Required Reference No. Annex A PhilGEPS Platinum Certificate of Registration or the following Class “A” eligibility documents : 1. Registration Certificate from DTI, SEC, CDA, whichever is applicable; 2. 2021 Mayor’s/Business Permit; 3. Valid and Current Tax Clearance per EO 398, Series of 2005; 4. 2019-2020 Audited Financial Statements

EXHIBIT 6.1 – AS AMENDED

FIRST ENVELOPE (TECHNICAL COMPONENT)

FORM Name of Document Required Reference No. In case the bidder opted to submit their Class “A” Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as a post qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184.

Annex B a. Proof of Ownership (Transfer of Certificate of Title or Tax Declaration)

b. Company Profile to state the following: i. contact information/details of the company, including its branch office/s if any; ii. number of years in the milling business as evidence by Audited Financial Statements for the last two(2) years (2019-2020); iii. contractor’s organizational chart indicating the names, addresses, and corresponding contact numbers of the Regional / Provincial Coordinators per warehouse

c. Certification issued by the concerned Branch Office stating therein the prospective bidder’s rice mill, passed all the parameters of the technical specifications based on the results of the latest test milling operations conducted. The Certification shall also state the actual/effective 12-hour input capacity of the prospective bidder’s ricemill based on the results of the said test milling.

d. Certificate of Clearance signed by the concerned NFA Branch Manager and Accountant III for the previous year milling contract, if applicable;

e. Certification issued by the concerned NFA Branch Office that the prospective bidder is not a defaulting miller-contractor;

Annex C Statement of all Ongoing Government and Private Contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid

Annex D Statement of the Bidder’s Single Largest Completed Contract similar to the contract to be bid completed within three (3) years from the date of submission and receipt of bids

Annex E-1 NFCC Computation or

Annex E-2 Committed Line of Credit from a Universal or Commercial Bank ( in lieu of NFCC)

Annex F Joint Venture Agreement (JVA), in case the joint venture is already in existence or

Duly notarized statements from all the potential joint venture partners

EXHIBIT 6.1 – AS AMENDED

FIRST ENVELOPE (TECHNICAL COMPONENT)

FORM Name of Document Required Reference No. BID SECURITY

Annex G 1. Bid Securing Declaration or 2. A bank draft/guarantee or 3. A surety bond, accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments

Conformity with Schedule of Requirements and Technical Specifications, as enumerated and specified in

Annex H Section VI. Schedule of Requirements (signed in every page) Annex I Section VII. Technical Specifications (signed)

Annex J Notarized Omnibus Sworn Statement

SECOND ENVELOPE (FINANCIAL COMPONENT)

Annex L Financial Bid Form (Signed in every page)

Annex M Schedule of Prices (Signed in every page)

B. FOR SUBMISSION DURING POST-QUALIFICATION STAGE WITHIN FIVE (5) DAYS UPON RECEIPT OF THE NOTICE OF LOWEST CALCULATED BID (LCB)

FORM Name of Document Required Reference No. Annex N-1 Duly Filed BIR Form No. 1701Q Income Tax Return for Individual Taxpayer for the 3RD and 4TH Quarters of 2020 and duly paid thru the BIR Electronic Filing and Payment System (eFPS) or

Annex N-2 Duly Filed BIR Form No. 1702Q Income Tax Return for Corporation, Partnership and Other Non-individual Taxpayer for the 3RD and 4TH Quarters of 2020 and duly paid thru the BIR Electronic Filing and Payment System (eFPS) Annex O Duly Filed BIR Form No. 2550Q Value Added Tax (VAT) Return for the 3RD and 4TH Quarters of 2020 and VAT Return for the month of December 2020 duly paid thru the BIR Electronic Filing and Payment System (eFPS)

EXHIBIT 6.1 – AS AMENDED

Other Post Qualification Requirements:

FORM Name of Document Required Reference No. Annex P Sworn Statement on Compliance to the Protest Mechanism Provided in Article XVII of RA 9184 or Annex Q Notarized Sworn Statement/Waiver and Undertaking by the Bidder which includes undertaking to strictly comply with and abide by the provisions of Section 58 in relation to Sections 55,56 and 57 of RA 9184

Annex R Contract Agreement Form

Annex U Fire Insurance Policy of the Warehouse Building