Vous êtes sur la page 1sur 38

Section VIII.

Bidding Forms

SECTION VIII
BIDDING FORMS
Section VIII. Bidding Forms

TABLE OF CONTENTS
Financial Bid Form .................................................................................. 102
Price Schedule ........................................................................................ 103
Contract Agreement Form ...................................................................... 104
Statement of All Ongoing Government and Private Contracts Including
Contracts Awarded but Not Yet Started .................................................. 108
Statement Identifying Bidder’s Single Largest Completed Contract .......... 109
Net Financial Contracting Capacity (NFCC) Form ..................................... 110
Joint Venture Agreement Form ............................................................... 111
Bid Security (Bank Guarantee) Form ........................................................ 113
Bid Security (Irrevocable Letter of Credit) Form ...................................... 115
Bid Securing Declaration Form ................................................................ 117
Bidder’s Technical Specifications/Statement of Compliance Form ........... 119
Omnibus Sworn Statement ..................................................................... 120
Tax Clearance (sample) ........................................................................... 122
Annual Income Tax Return (ITR), BIR Form No. 1702 (sample) ................. 123
Payment Confirmation Form of ITR paid thru BIR eFPS (sample) .............. 124
Certificate of PhilGEPS Registration (sample) .......................................... 125
Performance Security (Bank Guarantee) Form ......................................... 126
Performance Security (Irrevocable Letter of Credit) Form ......................... 17
Checklist of the Technical and the Financial Component Documents for
Bidders ................................................................................................... 128
List of Universal and Commercial Banks .................................................. 129
Sealing and Marking of Bids Illustration .................................................. 135

2
Section VIII. Bidding Forms

Financial Bid Form


Date:
Project No.:
The OIC-Schools Division Superintendent
Department of Education
Schools Division of Lipa City
Jose P. Laurel Highway, Brgy. Marawoy,
Lipa City, Batangas

Attention: The Chairperson


Bids and Awards Committee
Gentlemen and/or Ladies:
Having examined the Bidding Documents for Food and Accommodation for Grade 6 Mass Training
for the Implementation of Basic Education Program including Bid Bulletin Numbers [insert numbers], the
receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver the
armchairs and teacher’s tables and chairs for Lot No. 1 in conformity with the said Bidding Documents for
the sum of [total Bid amount in words and figures] or such other sums as may be ascertained in accordance
with the Price Schedule(s) attached herewith and made part of this Bid.
We undertake, if our Bid is accepted, to deliver the Goods in accordance with the delivery schedule
specified in the Schedule of Requirements.
If our Bid is accepted, we undertake to provide a performance security in the form, amounts, and
within the times specified in the Bidding Documents.
We agree to abide by this Bid for the bid validity period and the bid security validity specified in BDS
provisions for ITB Clauses 17.1 and 18.2, respectively, and it shall remain binding upon us and may be
accepted at any time before the expiration of that bid validity period.
Until a formal Contract is prepared and executed, this Bid, together with your written acceptance
thereof in your Notice of Award, shall be binding upon us.
We understand that you are not bound to accept the lowest or any Bid you may receive.
We certify/confirm that we comply with the eligibility requirements as per ITB Clause 5 of the
Bidding Documents.
Dated this ________________ day of ________________ 20______.

[Signature over printed name of [in the capacity of/designation of authorized


authorized representative] representative]

Duly authorized to sign Bid for and on behalf of :


__________________________________________
[Registered Company/Business Name of the Bidder]
Address : ________________________________________
Telephone No. : ________________________________________
Telefax No. : ________________________________________
E-mail address : ________________________________________
Note: Refer to ITB Clause 15, Bid Prices before you accomplish this form

3
Section VIII. Bidding Forms

Contract Agreement Form

Republic of the Philippines


DEPARTMENT OF EDUCATION
_______________________

Schools Division of Lipa City


SUPPLIER’S WITNESS

Food and Accommodation for Grade 6 Mass Training of Teachers for the Implementation
of Basic Education Program

Contract No. : R4A-LC-2017-01

CONTRACT

THIS CONTRACT made and entered into this ________ day of ____________________, 20___ by and
between the Department of Education __________________, located at [insert complete address], Philippines,
represented herein by its OIC-Schools Division Superintendent, Mr./Ms./Dr./ __________________________,
___________________

hereinafter referred to as the “Purchaser” of the one part; and [insert registered business name of supplier],
represented herein by its [insert official designation of supplier’s representative], Mr./Ms. ____________, with
SUPPLIER

office address at [insert complete address], hereinafter referred to as the “Supplier” of the other part;

WHEREAS, the Purchaser invited bids for certain Goods and ancillary services for Food and
Accommodation for Grade 6 Mass Training of Teachers for the Implementation of Basic Education Program; and received
bids from [insert no. of bidders] bidders; the Purchaser opened, read, and evaluated the bids of the [insert no.
of bidders] bidders; after the evaluation, the Purchaser post-qualified and declared the bid of the Supplier as
the lowest calculated responsive bid;

WHEREAS, the Purchaser passed and approved a resolution to award in favor of the Supplier, in the
sum of PHILIPPINE PESOS _____________________________________ (PhP ____________________) only,
_______________________

hereinafter called the “Contract Price” with the following details:


PURCHASER’S WITNESS

LOT NO. OF PARTICIPANTS FOOD ACCOMMODATION


1 179
Sub-Total Sub-Total
TOTAL AMOUNT

NOW, THEREFORE, PREMISES CONSIDERED, the parties hereby agree as follows:

1. In this Contract, words and expressions shall have the same meanings as are respectively assigned to
them in the Conditions of Contract;

2. The following documents shall be part of this Contract:


_____________________

A. Bidding Documents
PURCHASER

B. Winning bidder’s bid(s): eligibility requirements, technical proposals,


financial proposals, and all other documents/statements submitted
C. Performance Security
D. Credit line in accordance with ITB Clause 5.5, if applicable
E. Notice of Award of contract, and
F. Schedule of Requirements

3. The complete delivery shall be made within ______ calendar days from date of receipt of the Notice
to Proceed by the Supplier or the date provided for such purpose indicated in the Notice to Proceed;
_________________
PPLIER’S WITNESS

4
Section VIII. Bidding Forms

4. In consideration of the Contract Price mentioned herein to be paid by the Purchaser to the Supplier,
the Supplier hereby covenants, to the Purchaser, to provide the Goods and ancillary services and to
remedy defects therein in conformity in all respects with the provisions of the Contract;

5. The Purchaser hereby covenants to pay the Supplier, in consideration of the provision of the Goods
and ancillary 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;

6. The method and conditions of payment to made to the Supplier through the Government
disbursement procedure under this Contract shall be as follows:

Progress Payments: A minimum of 25% of the Contract Price per lot shall be paid to the Supplier
upon a minimum of 25% delivery of the requirement per lot and duly accepted by the schools’
representatives. Payment shall be made promptly, but in no case later than sixty (60) calendar
days, stated in GCC 10.3, from the date of supplier’s submission of the documents (i) to (ix),
whichever are applicable, specified in SCC for GCC Clause 6.2;

Final Payment: The remaining balance of the Contract Price per lot shall be paid to the supplier
upon delivery of the remaining balance of the requirement per lot and duly accepted by the
schools’ authorized representatives. Payment shall be made promptly, but in no case later than
sixty (60) calendar days, stated in GCC 10.3, from the date of supplier’s submission of the
documents (i) to (ix), whichever are applicable, specified in SCC for GCC Clause 6.2; and other
documents required in government accounting and auditing rules and regulations based on COA
issuances or written government issuances, otherwise, such other documents shall be unlawful if
required not based on COA and government issuances;

OR

One Time Payment on Complete Delivery and Final Acceptance: One hundred percent (100%) of
the Contract Price per lot shall be paid to the Supplier upon delivery of 100% of the Goods per lot
duly accepted by the schools’ authorized representatives. Payment shall be made promptly, but
in no case later than sixty (60) calendar days, stated in GCC 10.3, from the date of supplier’s
submission of the documents (i) to (ix), whichever are applicable, specified in SCC for GCC Clause
6.2; and other documents required in government accounting and auditing rules and regulations
based on COA issuances or written government issuances, otherwise, such other documents shall
be unlawful if required not based on COA and government issuances;

7. Payments shall be subject to the “Warranty” provision in the form of either retention money in an
amount equivalent to at least ten percent (10%) 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;

8. 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
SUPPLIER’S WITNESS

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

5
Section VIII. Bidding Forms

is convenient to the Procuring Entity concerned. Once the cumulative amount of liquidated damages
reaches ten percent (10%) of the amount of this Contract, the Purchaser shall rescind this Contract,
without prejudice to other courses of action and remedies open to the Purchaser.

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in accordance with their
respective laws on the day and year first above written.

SIGNED, SEALED AND DELIVERED BY:

__________________________ ________________________________
PURCHASER SUPPLIER

SIGNED IN THE PRESENCE OF:

______________________________ __________________________________
PURCHASER’S WITNESS SUPPLIER’S WITNESS

6
Section VIII. Bidding Forms

REPUBLIC OF THE PHILIPPINES)


CITY OF ________________ ) S.S.

ACKNOWLEDGEMENT

BEFORE ME, a Notary Public for and in __________________, Philippines, this ________ day of
________________, 20__ personally appeared:

GOVERNMENT ISSUED IDENTITIFICATIONS


(Passport, Driver’s License, SSS, GSIS, Philhealth…IDs)
NAME Number Issued on Issued at

PURCHASER

SUPPLIER

Known to me and to me known to be the same persons who executed the foregoing instrument and
acknowledged to me that same is the free and voluntary act and deed of the entities which they respectively
represent.

The foregoing instrument is a CONTRACT consisting of _____ (_) pages (exclusive of attachments),
including this page on which this acknowledgment is written and signed by the parties hereto and their
instrument witness on the left hand margin of each and every page hereof.

WITNESS MY HAND AND SEAL on the date and place first above written.

NOTARY PUBLIC
Until December 31, 20__

Doc. No. ____________


Page No. ____________
Book No. ____________
Series of 20__________

7
Section VIII. Bidding Forms

Statement of All Ongoing Government and Private Contracts Including Contracts Awarded but Not Yet Started
Registered Business Name of Bidders : ___________________________________________________
Business Address : ___________________________________________________
% of
a. Date Awarded
Bidder’s Role Accomplishment Value of
b. Date Started
Name of Contract/ Outstanding
a. Owner’s Name c. Date of
Project Cost; and Kinds of Goods and Nature of Work works /
b. Address Completion
Date of Contract Services Description services/
c. Telephone No. % d. Date of Goods
Planned Actual Undelivered
Acceptance or
Portion
Official Receipt

Government

Private

Note: The bidder should be able to support this statement with the following:
Duly signed contracts, purchase orders, agreements, notices of award, job orders or notices to proceed; and the corresponding duly signed delivery receipts,
acceptance certificates or official receipts of the initial deliveries, if applicable

Submitted by: __________________________________________________________


[Signature over printed name of bidder’s authorized representative]

Designation: _____________________________________________________________
Date: ___________________________________________________________

In case of no ongoing contract, the bidders shall submit this duly signed form and indicate “No ongoing contracts” preferably in the first column from the left .

8
Section VIII. Bidding Forms

Statement Identifying Bidder’s Single Largest Completed Contract Similar to the Contract to be Bid
Business Name : ____________________________________________________

Business Address : ____________________________________________________

Bidder's Role a. Date Awarded


a. Amount at Award b. Contract Effectivity
a. Owner's Name
Name of Contract and Kinds of Goods and b. Amount at c. Date Completed
b. Address Nature of Work
Date of Contract Services c. Telephone Nos. Description % Completion d. Date of Goods
c. Duration Acceptance or
Official Receipt
Government

Private

Note: The bidder should be able to support this statement with the following:
Duly signed contracts, purchase order, agreement, notice of award, job order or notice to proceed; and the corresponding duly signed delivery receipts,
acceptance certificate(s) or official receipt(s).

Submitted by : ______________________________________________________
[Signature over printed name of bidder’s authorized representative]
Designation : ____________________________________________________

Date : ____________________________________________________

9
Section VIII. Bidding Forms

Net Financial Contracting Capacity (NFCC) Form

A. Summary of the Bidder-Supplier’s/Distributor’s/Manufacturer’s assets and liabilities on the basis of


the attached audited financial statement, stamped “RECEIVED” by the Bureau of Internal Revenue
(BIR) or its duly accredited and authorized institutions, for the preceding calendar/tax year which
should not be earlier than two (2) years from the date of bid submission.
Year 20__
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Current Liabilities
5. Net Worth (1-3)
6. Net Working Capital (2-4)

B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows:

NFCC = [(K) (current assets minus current liabilities)] minus the value of all outstanding or not yet
completed portions of the ongoing projects, including awarded contracts but not yet started.

NFCC = PhP _______________________________________


K = 10 for a contract duration of one year or less, 15 for more than one year up to two years
and 20 for more than two years
Herewith attached is a certified true copy of the audited financial statement: stamped “RECEIVED” by the
BIR or its duly accredited and authorized institutions, for the preceding calendar/tax year which should
not be earlier than two (2) years from the date of bid submission.
Submitted by:

____________________________________________________________________
Signature over Printed Name of Authorized Representative of Bidder
______________________________________________________________
Registered Business Name of Bidder

Date : _______________________________________________

10
Section VIII. Bidding Forms

Joint Venture Agreement Form

KNOW ALL MEN BY THESE PRESENTS:

This JOINT VENTURE AGREEMENT is entered into this ____ day of ___________ 20___ by and between
(use “among” if more than two parties) [state registered business name], a [corporation/partnership/sole
proprietorship] duly organized and existing in accordance with the laws of the Philippines, with principal office
address at ________________________, represented in this act by its [President/Chief Executive
Officer/Proprietor/other designation], [state name of official representative], hereinafter referred to as the FIRST
PARTY;
-and-
[state registered business name], a [corporation/partnership/sole proprietorship] duly organized and existing in
accordance with the laws of the Philippines, with principal office address at
__________________________________, represented in this act by its [President/chief Executive
Officer/Proprietor/other designation], [state name of official representative], hereinafter referred to as the SECOND
PARTY;
NOW, THEREFORE, the Parties hereby agree as follows:
The parties agree to join together their manpower, equipment, and other resources needed for the
purposed of joining the public bidding for project or contract stated hereunder, of the Department of Education
Schools Regional Office of Region III, and to undertake or perform their contractual obligations if awarded the
contract(s) in their capacity as a joint venture;

Name of Project/Contract Approved Budget for the Contract (ABC)

The Parties agree to be jointly and severally responsible and liable for the entire assignment.

The Parties agree that [state name of officer], [President/Chief Executive Officer/Proprietor/other
designation] of the [state registered business name], shall be the authorized Official Representative of the Joint
Venture, and is granted full power and authority to do, execute and perform any and all acts necessary and/or to
represent the Joint Venture in the bidding, and if contract(s) is/are awarded, in the execution and performance of
the contracts inclusive of the acts to accept and sign the notice(s) of award and the contract(s), and to collect and
receive payment(s) as fully and effectively the Joint Venture may do and if personally present.

[The following paragraph is mandatory to joint ventures consisting of domestic bidder(s) and foreign member(s)]:

The Parties agree to make the following contributions to the Joint Venture:

Value in percentage (%) in the Joint


Name of Party Contributions
Venture Resources

First Party

Second Party

The Parties agree that this Joint Venture Agreement shall remain in effect only for the above stated public
bidding and performance of the contract or project if awarded the contract(s) until terminated by the parties.

11
Section VIII. Bidding Forms

IN WITNESS WHEREOF, the parties hereto have executed this Joint Venture Agreement on the day and year
first above written.

FIRST PARTY: SECOND PARTY:

_________________________________________ __________________________________________
[State name and designation] [State name and designation]

SIGNED IN THE PRESENCE OF:

____________________________________ __________________________________________
[First Party’s Witness] [Second Party’s Witness]

REPUBLIC OF THE PHILIPPINES) S.S.


CITY OF ___________________)

ACKNOWLEDGMENT

BEFORE ME, a Notary Public in and for ______________, ______________, Philippines, this _____ day of
__________, 20__, personally appeared:

GOVERNMENT ISSUED IDENTIFICATIONS (Passport, Driver’s License,


SSS, GSIS, Philhealth… IDs)
Name Number Issued on Issued at

____________________________ __________ __________ _______________


(First Party)

____________________________ __________ __________ _______________


(Second Party)

Known to me and to me known to be the same persons who executed the foregoing instrument and acknowledged to
me that the same is the free and voluntary act and deed of the entities which they respectively represent.

The foregoing instrument is a JOINT VENTURE AGREEMENT consisting of _____ pages including this page on which
this acknowledgement is written and signed by the parties and their instrument witnesses on the left hand margin of each and
every page hereof.

WITNESS MY HAND AND SEAL on the date and place first above written.

________________________________
NOTARY PUBLIC
Until December 31, 20__

Doc. No.: _____


Page No.: _____
Book No.: _____
Series of 20__

12
Section VIII. Bidding Forms

Bid Security (Bank Guarantee) Form


WHEREAS, [insert name of Bidder] (hereinafter called the “Bidder”) has submitted its bid dated [insert date]
for the [insert name of project/contract] (hereinafter called the “Bid”).

KNOW ALL MEN by these presents that We [insert name of Bank] of [insert name of Country] having our
registered office at [insert address] (hereinafter called the “Bank” are bound unto DEPARTMENT OF EDUCATION
Schools Division of Lipa City (hereinafter called the “Entity”) in the sum of [insert amount in words and in figures] for
which payment well and truly to be made to the said Entity; the Bank binds itself, its successors and assigns by these
presents to this Guarantee.

SEALED with the Common Seal of the said Bank this _____ day of ____ 20__

THE CONDITIONS of this obligation are:

1. If the Bidder:

(a) withdraws its Bid during the period of bid validity specified in its Financial Bid Form; or
(b) does not accept the correction of arithmetical errors of its bid price in accordance with the
Instructions to Bidder;
(c) fails to submit the requirements, i.e., Tax Clearance per E.O. 398 s. of 2005, latest
Income and Business tax returns, and the Certificate of PhilGEPS Registration,
within the prescribed period, or a finding against the veracity said documents;
(d) submission of eligibility requirements containing false information or falsified
documents;
(e) 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;
(f) allowing the use of one’s name, or using the name of another for purposes of public
bidding;
(g) withdrawal of a bid, or refusal to accept an award, or enter into contract with the
Government without justifiable cause, after the Bidder had been adjudged as
having submitted the Lowest Calculated and Responsive Bid;
(h) refusal or failure to post the required performance security within the prescribed
time;
(i) 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;
(j) any documented attempt by a bidder to unduly influence the outcome of the
bidding in his favor;
(k) failure of the potential joint venture partners to enter into the joint venture after the
bid is declared successful; or
(l) 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.

2. If the Bidder having been notified of the acceptance of its bid by the Procuring Entity during the period
of bid validity:

(a) fails or refuses to execute the Contract in accordance with the Instructions to Bidders, if
required; or

(b) fails or refuses to furnish the Performance Security in accordance with the Instructions to
Bidders.

We undertake to pay to the Entity up to the above amount upon receipt of its first written demand, without the
Entity having to substantiate its demand, provided that in its demand the Entity will note that the amount claimed by

13
Section VIII. Bidding Forms

the Entity is due to the Entity owing to the occurrence of one or both of the two (2) conditions, specifying the occurred
condition or conditions.

This Guarantee will remain in force up to and including the date (insert no. of days) calendar days after the
deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by
the Entity, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should
reach the Bank not later than the above date.

DATE: ________________________ SIGNATURE OF THE BANK ________________________

SEAL: _________________________

WITNESS: _______________________

________________________________
(Signature, Name and Address)

Bid Security Form (Irrevocable Letter of Credit)

14
Section VIII. Bidding Forms

Place and Date of Issue: [Insert place and date]

Issued to: The Department of Education


Schools Division of Lipa City
Jose P. Laurel Highway, Brgy. Marawoy,
Lipa City, Batangas 4217

Dear Madam:

WHEREAS, [insert registered business name of Bidder] (hereinafter called the “Bidder”) intends to submit
its bid(s) for the public bidding of your [insert name of contract/project], submission and opening of bid(s) shall be
conducted on [insert date of bid submission and opening] as indicated in your bidding documents for the
contract/project;

WHEREAS, it has been stipulated by you in your bidding documents that the Bidder shall furnish you with an
Irrevocable Letter of Credit issued by a recognized bank for the sum specified therein as bid security;

In consideration of the above-mentioned “Bidder” and its/his/her bid(s), we, hereinafter called the “Bank,”
hereby establish our Irrevocable Letter of Credit No. _________, in favor of the herein mentioned Department of
Education, Schools Division of Lipa City, up to the aggregate amount of [Insert amount in words and in figures],
available and payable by us in whole amount to said Department of Education upon your presentation to this “Bank”
of:

1. Your first written demand, duly signed by your OIC-Schools Division Superintendent or your Bids
and Awards Committee Chairperson, without the necessity on your part to substantiate your
demand, provided that in your demand you will note that total amount of the bid security claimed
by the Department of Education, Schools Division of Lipa City is due to said Department of
Education owing to the occurrence of one or any of the following conditions:

I. If the Bidder:

(a) withdraws his Bid during the period of bid validity specified in its Financial Bid Form;
or

(b) does not accept the correction of arithmetical errors of its bid price in accordance with the
Instructions to Bidder; or

(c) fails to submit the requirements within the prescribed period, or a finding against their veracity
of its/his/ her tax clearance per Executive Order 398, Series of 2005, latest income and
business tax returns, Certificate of PhilGEPS Registration and other appropriate licenses and
permits required by law and required in the bidding documents of the Department of Education
herein mentioned; or

II. If the Bidder commits or committed any of the following acts:

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

(b) 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; or

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

15
Section VIII. Bidding Forms

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

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

(f) 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; or

(g) any documented attempt by a bidder to unduly influence the outcome of the bidding in
its/his/her favor; or

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

(i) 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.

III. If the Bidder having been notified of the acceptance of its bid by the Procuring Entity during the period
of bid validity:

(a) fails or refuses to execute the Contract in accordance with the Instructions to Bidders, if
required; or

(b) fails or refuses to furnish the Performance Security in accordance with the Instructions to
Bidders.

This Irrevocable Letter of Credit will remain in force up to and including the date (insert no. of days) calendar
days after the deadline for submission of Bids stated in the Bidding Documents or as said deadline may be extended
by the Department of Education herein mentioned, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this Irrevocable Letter of Credit should reach the Bank not later than the above date.

DATE : ________________________ SIGNATURE OF THE BANK _________________________

SEAL _________________________

WITNESS :

________________________________
(Signature, Name and Address)

16
Section VIII. Bidding Forms

Bid Securing Declaration

REPUBLIC OF THE PHILIPPINES )


CITY OF _______________________ ) S.S.
x---------------------------------------------------x

BID SECURING DECLARATION

Project No.: [Insert project number]


Name of the Project: [Insert name of project]

To: The Schools Division Superintendent


DepED, Schools Division of Lipa City
Jose P. Laurel Highway,
Brgy. Marawoy, Lipa City, Batangas 4217

Attention:

The Chairperson
Bids and Awards Committee (BAC)

I/We1, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract
with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order;
and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the
Use of Bid Securing Declaration2, if I/we have committed any of the following actions:
(i) Withdrawn my/our Bid during the period of bid validity required in the Bidding
Documents; or
(ii) Failed or refused to accept the award and enter into contract or perform any and all
acts necessary to the execution of the Contract, in accordance with the Bidding
Documents after having been notified of your acceptance of our Bid during the period
of bid validity.

3. I/We 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 as the bidder with the Lowest Calculated and Responsive Bid,
and I/we have furnished the performance security and signed the Contract.

1 Select one and delete the other. Adopt same instruction for similar terms throughout the document.
2 Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012.

-proceed to next page for continuation of the Bid Securing Declaration-

17
Section VIII. Bidding Forms

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 is/are personally known to me and was/were identified by me
through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M.
No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card
used], with his/her photograph and signature appearing thereon, with no. ______ and his/her
Community Tax Certificate 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 ____.

18
Section VIII. Bidding Forms

A Bidder shall prepare and submit its own Technical Specifications, in the format of Procuring Entity’s
Technical Specifications in Section VII, Technical Specifications to facilitate evaluation, and accomplish the
Bidder’s Statement of Compliance.

Bidder’s Technical Specifications/Statement of Compliance Form

*Statement of
Item Compliance:
Bidder’s Technical Specifications
No. State “Comply” or
“Not Comply”
[Include Designs, Drawings and/or Photographs of the Product, and
Brochures and/or Product Manuals containing Measurements, Materials
Used, and Other Specifications of the Product being offered, if applicable]

[Bidders must state in each row above either “Comply” or “Not Comply” for each of the individual
parameters of each required Specification stating the corresponding performance parameter of the
goods/items/equipment/services offered. Statement of “Comply” or “Not Comply” must be supported by
evidence in a Bidder’s Bid and cross-referenced to that evidence. Evidence shall be in the form of
manufacturer’s un-amended sales literature, unconditional statements of specification and compliance
issued by the manufacturer, samples, independent test data, etc., as appropriate. A statement that is not
supported by evidence or is subsequently found to be contradicted by the evidence presented will render
the Bid under evaluation liable for rejection. A statement either in the Bidder’s statement of compliance
or the supporting evidence that is found to be false either during bid evaluation, post-qualification or the
execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for
prosecution subject to the provisions of ITB Clause 3.1(a)(ii) and/or GCC Clause 2.1(a)(ii).]

I/We further state that my/our bid is compliant with all the requirements of Section VI, Schedule of
Requirements of the Bidding Documents.

Bidder’s authorized representative’s signature over printed name: _________________________

Registered Business Name of Bidder:_____________________________________________________

19
Section VIII. Bidding Forms

Omnibus Sworn Statement

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 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 of [Name of Bidder], I have full power
and authority to do, execute and perform any and all acts necessary to represent it in the bidding
for [Name of the Project] of the [Name of the Procuring Entity];

If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority
to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder]
in the bidding as shown in the attached [state title of attached document showing proof of
authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the
members of the joint venture)];

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;

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: I am not related to the Head of the Procuring Entity, members of the Bids
and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head
of the Project Management Office or the end-user unit, and the project consultants by
consanguinity or affinity up to the third civil degree;

If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related
to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the
Technical Working Group, and the BAC Secretariat, the head of the Project Management Office

20
Section VIII. Bidding Forms

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.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________,
Philippines.
______________________________________
Bidder’s Representative/Authorized Signatory

REPUBLIC OF THE PHILIPPINES )


MUNICIPALITY/CITY OF ______ ) S.S.

SUBSCRIBED AND SWORN to before me this ____ day of _______, 20___, in ____________,
Philippines. Affiant exhibiting to me his ___________________ issued on __________________, at
_________________, Philippines.

__________________________________
Notary Public
Until December 31, 20___

Doc. No. ______


Book No. ______
Page No. _____
Series of _____

21
Section VIII. Bidding Forms

Tax Clearance (sample)

22
Section VIII. Bidding Forms

Annual Income Tax Return (ITR), BIR Form No. 1702 (sample)

23
Section VIII. Bidding Forms

Payment Confirmation Form of ITR paid thru BIR eFPS (sample)

24
Section VIII. Bidding Forms

Certificate of PhilGEPS Registration (sample)

25
Section VIII. Bidding Forms

Performance Security (Bank Guarantee) Form


[LETTERHEAD OF ISSUING BANK]
To : The OIC-Schools Division Superintendent
Department of Education
Schools Division of Lipa City
Jose P. Laurel Highway,
Brgy. Marawoy, Lipa City, Batangas

WHEREAS, [insert name and address of Supplier] (hereinafter called the “Supplier”) has
undertaken, in pursuance of your Notice to Award dated ______, 20__, to execute the contract for the
[insert name of contract/project and brief description] (hereinafter called the “Contract”);

AND WHEREAS, it has been stipulated by you in the said Notice of Award 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 Philippine Pesos [insert amount of guarantee in words and figures], and
we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of [insert 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 thereunder 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 your issuance of the Notice of Final Acceptance.

SIGNATURE AND SEAL OF THE GUARANTOR ________________________________________


NAME OF BANK _______________________________________________________________
ADDRESS ____________________________________________________________________
_____________________________________________________________________
DATE _______________________________________________________________________

26
Section VIII. Bidding Forms

Performance Security Form (Irrevocable Letter of Credit)


Place and Date of Issue: [Insert place and date]

Issued to: The OIC-Schools Division Superintendent


Department of Education
Schools Division of Lipa City
Jose P. Laurel Highway,
Brgy. Marawoy, Lipa City, Batangas

Dear Madam:

WHEREAS, [insert registered business name of contractor] (hereinafter called the “Supplier”), with office
address at [insert office/business address of contractor], has undertaken, in pursuance of your Notice to Award
(NOA) dated [insert date] to execute [insert name of contract/project indicated in the invitation to bid; and brief
description of works, e.g. lot no., supply and delivery of certain quantity of items, and project site] (hereinafter
called the “Contract”);

WHEREAS, it has been stipulated by you in your bidding documents and said NOA that the Supplier shall
furnish you with an Irrevocable Letter of Credit issued by a recognized bank for the sum specified therein as security
of the Supplier to comply with its/his/her obligations stipulated in the bidding documents, said NOA and the Contract;

In consideration of the above-mentioned Supplier’s request and the Contract, we, hereinafter called the
“Bank,” hereby establish our Irrevocable Letter of Credit No. _________, in favor of the herein mentioned Department
of Education, up to the aggregate amount of [Insert amount in words and in figures], available and payable by us,
without cavil or argument from the Bank’s part, in whole amount to said Department of Education upon your
presentation to this Bank of:

1. Your first written demand, duly signed by your OIC-Schools Division Superintendent, declaring
the Supplier in default under the Contract, without the necessity on your part to substantiate
your demand or prove or show grounds or reasons for your demand for the total sum specified
herein.

We further agree that no change or addition to or other modification of the terms of the Contract or of the
goods/services/ to be delivered/performed thereunder 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 Irrevocable Letter of Credit, and
we hereby waive notice of any such change, addition, or modification.

This Irrevocable Letter of Credit will remain in force from [insert date] up to [insert date: compute date by
estimating the Start Date of contract duration period (issuance of NTP until issuance of final acceptance certificate);
and you may add some number of days as allowance]. Any demand in respect of this Irrevocable Letter of Credit
should reach the “Bank” not later than the above end-date.

DATE : ________________________ SIGNATURE OF THE BANK _________________________

SEAL _________________________

WITNESS :

________________________________

27
Section VIII. Bidding Forms

(Signature, Name and Address)

28
Section VIII. Bidding Forms

Checklist of the Technical and the Financial Component Documents for Bidders
I. Technical Component Envelope
Eligibility Requirements
Class “A” Documents
Legal Documents
1. Registration certificate from the Securities and Exchange Commission (SEC), Department of
Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA)
for cooperatives; or any proof of such registration as required in the BDS;
2. Mayor’s permit issued by the city or municipality where the principal place of business of the
prospective bidder is located;
Eligibility Technical Documents
3. Duly signed Statement of all ongoing government and private contracts within the last 5 years
from the deadline date for submission and receipt of bids, including contracts awarded but not
yet started (refer to Section III, BDS 12.1(a)(iii) in case of no ongoing contract);
4. Duly signed Statement Identifying Bidder’s Single Largest Completed Contract within the last 5
years from the deadline date for submission and receipt of bids;
a. Must indicate a single contract similar to the contract to be bid, in an amount equivalent
to at least fifty percent (50%) of the ABC to be bid by the bidder pursuant to Section III,
BDS Clause 5.4;
Eligibility Financial Documents
5. Audited financial statements, stamped “received” by the Bureau of Internal Revenue (BIR) or
its duly accredited and authorized institutions, for the preceding calendar year, which should
not be earlier than 2 years from the date of bid submission;
6. Duly signed Computation of Net Financial Contracting Capacity (NFCC) which shall be at least
equal to the ABC to be bid by the bidder and pursuant to ITB 5.5;
7. Tax Clearance per E.O. No. 398, series 2005, as finally reviewed and approved by the BIR;
Class “B” Documents
8. If applicable, valid and duly signed joint venture agreement (JVA) pursuant to ITB Clause
12.1(a)(vi) and ITB Clause 24.6, in case the joint venture is already in existence, or duly notarized
statements from all the potential joint venture partners stating that they will enter into and
abide by the provisions of the JVA in the instance that the bid is successful;
Technical Documents
9. Original Bid Security or original Bid Securing Declaration in accordance with ITB Clause 18 and
BDS 18.1;
10. Conformity with technical specifications, as enumerated and specified in Sections VI and VII of
the Bidding Documents, refer also to BDS Clause 12.1(b)(ii):
a. Duly accomplished and signed Bidder’s Technical Specifications with Statement of
Compliance Form, a template is provided in Section VIII, Bidding Forms
11. Original and duly signed Omnibus Sworn Statement (OSS) in accordance with Section VIII,
Bidding Forms, in case of corporation, partnerships, joint venture, or cooperative, submit also
a Notarized Secretary’s Certificate (refer to paragraph no. 2 of the OSS)
NUMBER OF COPIES OF ELIGIBILITY-TECHNICAL COMPONENT IN SEPARATE ENVELOPES
 One (1) original and
 One (1) additional copy

29
Section VIII. Bidding Forms

II. Financial Component Envelope

1. Original duly signed and accomplished Financial Bid Form


2. Original duly signed and accomplished Price Schedule(s)
3. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a certification from
the DTI, SEC, or CDA issued in accordance with ITB Clause 27

NUMBER OF COPIES OF FINANCIAL COMPONENT IN SEPARATE ENVELOPES


 One (1) original and
 One (1) additional copy

The Bidder is responsible to double check the full description of above requirements in the bidding
documents issued by the Procuring Entity.

The bidders are required to provide a Table of Contents and corresponding tab/label for each submitted
technical and financial components to help ensure completeness of submission by the bidders and facilitate
examination by the BAC.

III. To expedite the bid post-qualification, the bidder at its option may submit in advance, i.e., on the
deadline for submission and receipt of bids, the documents below required in Section II, ITB Clause
29.2, in a separate envelope as follows:

1. Latest income and business tax returns in the following form:

a. Printed copies of the Electronically filed latest Income Tax and Business Tax Returns with a
copy of their respective Payment Confirmation Forms for the immediate preceding
calendar/tax year from the authorized agent bank;

2. Valid Certificate of PhilGEPS Registration

However, non-submission of these documents in advance will not disqualify the bidder during the
opening and examination of bids.

The envelope shall be marked:

o ITB 29.2 Documents


o Name of Project: ____________________________________________________
o Bid Opening Date: __________________________________________________
o Name of Bidder: ____________________________________________________

30
Section VIII. Bidding Forms

List of Universal and Commercial Banks


From the Bangko Sentral ng Pilipinas website
http://www.bsp.gov.ph/banking/directory.asp?BankName=&InstitutionTypeID=1&submit=Find
As of April 20, 2012

No. Institution Type Contact Address and Contact No. Email


Position No. of Offices Fax Website

1. Al-Amanah Islamic Investment Bank Universal Banks (UBs) Mr. Enrique D. Bautista, Jr. PHIDCO A. Building Veterans Avenue, 893-4350; 818-9511 local info@al-amanahbank.com
of the Philippines Chairman & Chief Zamboanga City (Executive Office: 4th 3407 & 3408
Executive Officer Floor Development Bank of the Fax: 819-5249
Philippines Sen. Gil J. Puyat Avenue
corner Makati Avenue Makati City 1200)
No. of Offices: 9
2. Allied Banking Corporation Universal Banks (UBs) Mr. Anthony Q. Chua Allied Bank Center, 6754 Ayala Ave., cor. Trunkline: 816-3311 to 50 / chuaaq@alliedbank.com.ph
President Legaspi St., Makati City 0716 818-7961 to 69 (local Website:
No. of Offices: 290 3447/3448); Direct Line: http://www.alliedbank.com.ph
817-0487
Fax: 892-1205
3. ANZ Banking Group Ltd. Universal Banks (UBs) Ms. Panadda Manoleehakul 9/F Metrobank Card Corp. Center, 6778 Trunkline: 841-7777 panadda.manoleehakul@anz.co
Country Chief Executive Ayala Avenue, Makati City Fax: 818-8112 m
Officer No. of Offices: 1 Website: http://www.anz.com

4. Asia United Bank Corporation Commercial Banks Mr. Abraham T. Co JN Bldg. Joy Nastalg Center, 17 ADB Trunklines: 636-6888, 631- coat@asiaunited.com.ph
(KBs) President Avenue, Ortigas Center, Pasig City 3333 / 636-6107 Website:
No. of Offices: 73 Fax: 636-6101; 636-6109 http://www.asiaunited.com.ph

5. Bangkok Bank Public Co. Ltd. Commercial Banks Mr. Phisit Charoenphan 10 / F The Enterprise Center, Tower 2, Trunkline: 752-0333 bblml@bbl.com.ph
(KBs) Senior Vice President & 6766 Ayala Avenue, Makati City Fax: 752-0877; 752-0878 Website:
Branch Manager No. of Offices: 1 http://www.bangkokbank.com

6. Bank of America, N.A. Commercial Banks Mr. Henry T. Pelaez 27 / F Philamlife Tower, 8767 Paseo de Trunkline: 815-5000 / 815- Henry.Pelaez@baml.com
(KBs) Senior Vice President and Roxas, Makati City 1226 5600 Website:
Country Manager No. of Offices: 1 Fax: 815-5582 http://www.bankofamerica.co
m

31
Section VIII. Bidding Forms

No. Institution Type Contact Address and Contact No. Email


Position No. of Offices Fax Website

7. Bank of China Limited-Manila Branch Commercial Banks Mr. Du Qiang 36 / F Philamlife Tower, 8767 Paseo de Trunkline: 885-0111 bocmnl_co@bocgroup.com
(KBs) General Manager Roxas, Makati City Fax: 885-0532 Website:
No. of Offices: 1 http://www.bocgroup.com.ph

8. Bank of Commerce Commercial Banks Mr. Eduardo Sergio G. San Miguel Properties Centre (SMPC), Trunkline: 982-6000 / 214- bzgoquingco@bankcom.com.ph
(KBs) Edeza No. 7 Saint Francis Street, Mandaluyong 8800 / 477-5957 / 982-6001 Website:
President and Chief City 1550 Fax: 477-5958; 477-5493 http://www.bankcom.com.ph
Executive Officer No. of Offices: 122
9. Bank of the Philippine Islands Universal Banks (UBs) Mr. Aurelio R. Montinola III BPI Bldg., Ayala Avenue cor. Paseo de 89-100 armontinola@bpi.com.ph
President Roxas, Makati City 0720 Fax: 891-0183 Website:
No. of Offices: 672 http://www.bpi.com.ph

10. BDO Private Bank, Inc. Commercial Banks Ms. Josefina N. Tan BDO Private Bank 2/F BDO Equitable 848-6555; 848-6300 jnt@pb.bdo.com.ph
(KBs) President and Chief Tower 8751 Paseo De Roxas Makati City Fax: 848-6269 Website:
Executive Officer No. of Offices: 6 http://www.bancodeoro.com.p
h

11. BDO Unibank, Inc. Universal Banks (UBs) Mr. Nestor V. Tan BDO Corporate Center, 7899 Makati Trunkline: 840-7000 / 702- nvt@bdo.com.ph
President Avenue, Makati City 6242 Website:
No. of Offices: 756 Fax: 636-7508 http://www.bancodeoro.com.p
h

12. China Banking Corporation Universal Banks (UBs) Mr. Peter S. Dee 8745 Paseo de Roxas cor. Villar Street, Trunkline: 885-5555 / 885- psdee@chinabank.ph
Director / President / Chief Makati City 1226 5402 / 818-5038 Website:
Executive Officer No. of Offices: 268 Fax: 878-3492 http://www.chinabank.com.ph

13. Chinatrust (Phils.) Commercial Bank Commercial Banks Mr. Mark Chen 16th to 19th Floors, Fort Legend Towers, Trunkline: 988-9287 / 811- mark.chen@chinatrust.com.ph
Corporation (KBs) President 31st Street cor. 3rd Ave., Bonifacio Global 8503 / 848-5519 / 811-8501 Website:
City, Taguig City Fax: 576-7935 (OTP); 811- http://www.chinatrust.com
No. of Offices: 24 8572 (Marketing &
Communications Services)
14. Citibank, N.A. Commercial Banks Mr. Sanjiv Vohra 9F Citibank Tower, 8741 Paseo de Roxas 894-7700 sanjiv.vohra@citi.com
(KBs) Country Officer St., Makati City 1226 Fax: 894-7703 Website:
No. of Offices: 6 http://www.citibank.com.ph

32
Section VIII. Bidding Forms

No. Institution Type Contact Address and Contact No. Email


Position No. of Offices Fax Website

15. Deutsche Bank AG Commercial Banks Mr. Enrico S. Cruz 26 / F Ayala Tower One, Ayala Triangle, Trunkline: 894-6900 / 894- enrico.cruz@db.com
(KBs) Chief Country Officer and Makati City 1274 6888 Website:
Managing Director, Global No. of Offices: 1 Fax: 894-6901; 894-6890 http://www.deuba.com
Markets
16. Development Bank of the Philippines Universal Banks (UBs) Mr. Francisco F. Del Sen. Gil. J. Puyat Avenue corner Makati Trunkline: 818-9511 to 20 / fjfdelrosario@devbankphil.com.
Rosario, Jr. Avenue Makati City local 3801 / local 3802 / ph
President and Chief No. of Offices: 97 893-8958 Website:
Executive Officer Fax: 867-3242 http://www.devbankphil.com.p
h

17. East West Banking Corporation Commercial Banks Mr. Antonio C. Moncupa, 20/F PBCom Tower, Ayala Avenue, Trunkline: 575-3888 / 575- acmoncupa@eastwestbanker.c
(KBs) Jr. Salcedo Village, Makati City 1226 3870 om
President and Chief No. of Offices: 122 Fax: 816-0619 Website:
Executive Officer http://www.eastwestbanker.co
m

18. Export and Industry Bank, Inc. Commercial Banks Mr. Juan Victor S. Export Bank Plaza, Export Drive cor. 878-0849 jvstanjuatco@exportbank.com.p
(KBs) Tanjuatco Chino Roces Avenue, Makati City 1200 Fax: 878-0820 h
President No. of Offices: 50 Website:
http://www.exportbank.com.p
h

19. Internationale Nederlanden Groep Universal Banks (UBs) Ms. Consuelo D. Garcia 21 / F Tower One & Exchange Plaza, Trunkline: 479-8888 / 479- zondie.garcia@ing.com
Bank N.V. - Manila Branch Country Manager Ayala Triangle, Ayala Avenue, Makati City 8881 / 840-8888 / 840-8881 Website: http://www.ing.com
1225 Fax: 815-1116; 891-9767;
No. of Offices: 1 891-9835
20. JP Morgan Chase Bank, N.A. Commercial Banks Mr. Roberto L. Panlilio 31 / F Philamlife Tower, 8767 Paseo de Trunkline: 885-7700 / 878- roberto.l.panlilio@jpmorgan.com
(KBs) Senior Country Officer Roxas, Makati City 1229 1101 Website:
No. of Offices: 1 Fax: 885-7924 http://www.chase.com
21. Korea Exchange Bank Commercial Banks Mr. Jeong Sik Park 33 / F Citibank Tower, 8741 Paseo de Trunkline: 848-1988 / 848- pjs4628@hanmail.net
(KBs) General Manager Roxas St., Salcedo Village, Makati City 1775 / 814-2178 Website: http://www.keb.co.kr
No. of Offices: 1 Fax: 848-1376; 848-1776 or
78

33
Section VIII. Bidding Forms

No. Institution Type Contact Address and Contact No. Email


Position No. of Offices Fax Website

22. Land Bank of the Philippines Universal Banks (UBs) Ms. Gilda E. Pico LandBank Plaza Bldg., 1598 M. H. Del Trunkline: 522-0000 / 405- gpico@mail.landbank.com
President & Chief Executive Pilar cor. Dr. J. Quintos Sts., Malate, 7388 / 405-7649 / 551-2200 Website:
Officer Manila 1004 Fax: 528-8568; 528-8549; http://www.landbank.com
No. of Offices: 341 528-8580
23. Maybank Philippines, Inc. Commercial Banks Mr. Amos Ong Seet-Joon Legaspi Towers, 300 Roxas Blvd. cor. Trunkline: 523-7777 / 521- aong@maybank.com.ph
(KBs) President Vito Cruz St., Malate, Manila 1004 0096 Website:
No. of Offices: 52 Fax: 521-8514; 522-1723; http://www.maybank2u.com
521-0544
24. Mega International Commercial Bank Commercial Banks Mr. Roger Rong-Hwa Lin 3 / F Pacific Star Bldg., Sen. Gil Puyat 811-5807 to 14 loc. 10; icbcphmm@info.co.ph
Co., Ltd. (KBs) Vice President and General Ave., Makati City 818-5807 to 13
Manager No. of Offices: 1 Fax: 811-5774; 811-5815
25. Metropolitan Bank & Trust Company Universal Banks (UBs) Mr. Arthur V. Ty Metrobank Plaza, Sen. Gil J. Puyat Trunkline: 898-8000, 857- arthur.ty@metrobank.com.ph
President Avenue, Makati City 1200 0000 / 898-9062 Website:
No. of Offices: 595 Fax: 752-5063 http://www.metrobank.com.ph
26. Mizuho Corporate Bank, Ltd. - Manila Universal Banks (UBs) Mr. Ichiro Tada 26 / F Citibank Tower, Valero cor. Villar Trunkline: 860-3500 / 860- ichiro.tada@mizuho-cb.com
Branch General Manager Sts., Salcedo Village, Makati City 3558 / 860-3556 / 848-0001 Website: http://www.mizuho-
No. of Offices: 1 to 10 fg.co.jp
Fax: 815-3770; 817-8455
27. Philippine Bank of Communications Commercial Banks Mr. Henry Y. Uy 5/F PBCom Tower, 6795 Ayala Avenue, Trunkline: 830-7000 / 830- hyuy@pbcom.com.ph
(KBs) President and Chief Makati City 1200 7080 / 893-3580 Website:
Executive Officer No. of Offices: 64 Fax: 818-2633 http://www.pbcom.com.ph
28. Philippine National Bank Universal Banks (UBs) Mr. Carlos A. Pedrosa PNB Financial Center, Pres. Diosdado Trunklines: 891-6040 to 70, pnbpres@pnb.com.ph
President and Chief Macapagal Blvd., Pasay City 1305 526-3131 / 891-6258 / 573- Website: http://www.pnb.com.ph
Executive Officer No. of Offices: 348 4112
Fax: 891-6266
29. Philippine Trust Company Universal Banks (UBs) Mr. Antonio H. Ozaeta Philtrust Bank Bldg., 1000 United Nations Trunkline: 524-9061 to 76 / ptc_op@philtrustbank.com
President Ave., cor. San Marcelino St., Paco, local 173
Manila 1004 Fax: 521-7309; 526-5114
No. of Offices: 55
30. Philippine Veterans Bank Commercial Banks Mr. Ricardo A. Balbido Jr. PVB Bldg. 101 V. A. Rufino cor. Dela Trunklines: 902-1600, rabalbido@veteransbank.com.p
(KBs) President / Chief Executive Rosa Sts., Legaspi Village, Makati City 9021700 / 857-3838 / 817- h
Officer / Director 1229 1237 Website:
No. of Offices: 60 Fax: 813-0194 http://www.veteransbank.com.p
h

34
Section VIII. Bidding Forms

No. Institution Type Contact Address and Contact No. Email


Position No. of Offices Fax Website

31. Rizal Commercial Banking Corporation Universal Banks (UBs) Mr. Lorenzo V. Tan 46th Floor, Yuchengco Tower, RCBC Trunkline: 894-9000 / 894- lvtan@rcbc.com
President and Chief Plaza, 6819 Ayala Ave., Makati City 0727 9995 Website: http://www.rcbc.com
Executive Officer No. of Offices: 251 Fax: 891-0748
32. Robinsons Bank Corporation Commercial Banks Mr. Reynold Y. Gerongay 17/F Galleria Corporate Center, EDSA Trunkline: 702-9500 / 884- mykel.abad@robinsonsbank.co
(KBs) President and Chief cor. Ortigas Avenue, 1110 Quezon City 1057 / 345-2064 m.ph
Executive Officer No. of Offices: 64 Fax: 884-1057
33. Security Bank Corporation Universal Banks (UBs) Mr. Alberto S. Villarosa Security Bank Centre, 6776 Ayala Trunkline: 867-6788; Direct avillarosa@securitybank.com.ph
President and Chief Avenue, Makati City 0719 Line: 888-7065 Website:
Executive Officer No. of Offices: 136 Fax: 894-5295 http://www.securitybank.com.ph
34. Standard Chartered Bank Universal Banks (UBs) Mr. Mahendra Gursahani The Sky Plaza Bldg., 6788 Ayala Ave., Trunkline: 886-7888 / 878- Mahendra.Gursahani@sc.com
Chief Executive Officer Makati City 1226 2855 Website:
No. of Offices: 6 Fax: 886-7146; 886-6866; http://www.standardchartered.co
886-7156 m.ph
35. The Bank of Tokyo-Mitsubishi UFJ, Ltd. Commercial Banks Mr. Masakazu Mizutani 15 / F Makati Sky Plaza Building 6788 Trunkline: 886-7371 / local masakazu_mizutani@ph.mufg.j
(KBs) General Manager Ayala Avenue, Makati City 1226 110 / 886-7401 p
No. of Offices: 1 Fax: 886-7389 Website: http://www.btm.co.jp
36. The Hongkong & Shanghai Banking Universal Banks (UBs) Mr. Anthony William Cripps HSBC Centre, 3058 Fifth Avenue West, 581-7710 tonycripps@hsbc.com
Corporation President & Chief Executive Bonifacio Global City, Taguig City 1634 Fax: 581-8182 Website:
Officer No. of Offices: 7 http://www.hsbc.com.ph
37. Union Bank of the Philippines Universal Banks (UBs) Mr. Victor B. Valdepeñas Union Bank Plaza, Meralco Avenue cor. Trunkline: 667-6388 / 813- vbvaldepeñas@unionbankph.co
President and Chief Onyx & Sapphire Roads, Pasig City 1605 5715 / 892-0011 / 893-8613 m
Operating Officer No. of Offices: 189 / 813-5715 Website:
Fax: 893-8590 http://www.unionbank.ph.com
38. United Coconut Planters Bank Universal Banks (UBs) Mr. Jeronimo U. Kilayko UCPB Bldg., 7907 Makati Ave., Makati Trunkline: (632) 811-9000 / jukilayko@ucpb.com
President and Chief City 0728 local 1000 to 1002 Website: http://www.ucpb.com
Executive Officer No. of Offices: 183 Fax: (632) 811-9062

35
Section VIII. Bidding Forms

Bids Illustration

(Two-Envelope System)

TECHNICAL FINANCIAL
COMPONENT COMPONENT
Tabs and
Labels
COPY 1
COPY 1
Table of
Contents

ORIGINAL
ORIGINAL

36
Section VIII. Bidding Forms

ORIGINAL / COPY NO. ________

[BIDDER’S COMPANY NAME]


[COMPANY’S OFFICE ADDRESS]
PUBLIC BIDDING: [PROJECT TITLE]
BIDDING FOR __[LOT NO.]__:__[ITEM DESCRIPTION]__(if applicable)

THE CHAIRPERSON
BIDS AND AWARDS COMMITTEE
DEPARTMENT OF EDUCATION
SCHOOLS DIVISION OF LIPA CITY
[VENUE OF BID OPENING]

DO NOT OPEN BEFORE [TIME AND DATE OF BID OPENING]

37
Section VIII. Bidding Forms

38

Vous aimerez peut-être aussi