procurement and installation of cctv cameras in crime...

103
Republic of the Philippines National Police Commission NATIONAL HEADQUARTERS, PHILIPPINE NATIONAL POLICE COMMUNICATIONS AND ELECTRONICS SERVICE BIDS AND AWARDS COMMITTEE Camp Crame, Quezon City BIDDING DOCUMENTS Procurement and Installation of CCTV Cameras in Crime Prone Areas in NCRPO - Phase 1 (Caloocan PS 1, Masambong PS 2, Talipapa PS 3, Batasan PS 6, and Kamuning PS 10) (Public Bidding No: CES2015-03)

Upload: duongnhi

Post on 21-Apr-2018

216 views

Category:

Documents


3 download

TRANSCRIPT

Republic of the PhilippinesNational Police Commission

NATIONAL HEADQUARTERS, PHILIPPINE NATIONAL POLICECOMMUNIC ATIO NS AND ELECTRO NI CS SERVI CE

BIDS AND AW ARDS COMMITTEECamp Crame, Quezon City

BIDDING DOCUMENTS

Procurement and Installation ofCCTV Cameras in Crime Prone

Areas in NCRPO - Phase 1(Caloocan PS 1, Masambong PS2, Talipapa PS 3, Batasan PS 6,

and Kamuning PS 10)(Public Bidding No: CES2015-03)

[BIDDING DOCUMENTS] 2015

1 | Philippine National Police

TABLE OF CONTENTS

SECTION I. INVITATION TO BID ................................................................... 2SECTION II. INSTRUCTIONS TO BIDDERS ..................................................... 5SECTION III. BID DATA SHEET ................................................................. 35SECTION IV. GENERAL CONDITIONS OF CONTRACT ................................... 45SECTION V. SPECIAL CONDITIONS OF CONTRACT...................................... 63SECTION VI. SCHEDULE OF REQUIREMENTS ............................................. 62SECTION VII. TECHNICAL SPECIFICATIONS................................................ 64SECTION VIII. BIDDING FORMS ................................................................ 64

[BIDDING DOCUMENTS] 2015

2 | Philippine National Police

Section I. Invitation to Bid

[BIDDING DOCUMENTS] 2015

3 Section I. Invitation to Bid | Philippine National Police

[BIDDING DOCUMENTS] 2015

4 Section I. Invitation to Bid | Philippine National Police

[BIDDING DOCUMENTS] 2015

5 | Philippine National Police

Section II. Instructions to Bidders

[BIDDING DOCUMENTS] 2015

6 Section II. Instructions to Bidders | Philippine National Police

TABLE OF CONTENTS

A. GENERAL .............................................................................................81. Scope of Bid ................................................................................................. 82. Source of Funds........................................................................................... 83. Corrupt, Fraudulent, Collusive, and Coercive Practices ............................... 84. Conflict of Interest ........................................................................................ 95. Eligible Bidders........................................................................................... 116. Bidder’s Responsibilities ............................................................................ 127. Origin of Goods .......................................................................................... 148. Subcontracts .............................................................................................. 14

B. CONTENTS OF BIDDING DOCUMENTS ....................................................159. Pre-Bid Conference.................................................................................... 1510. Clarification and Amendment of Bidding Documents ................................. 15

C. PREPARATION OF BIDS ........................................................................1611. Language of Bid ......................................................................................... 1612. Documents Comprising the Bid: Eligibility and Technical Components...... 1613. Documents Comprising the Bid: Financial Component .............................. 1814. Alternative Bids .......................................................................................... 1815. Bid Prices ................................................................................................... 1816. Bid Currencies............................................................................................ 2017. Bid Validity ................................................................................................. 2018. Bid Security ................................................................................................ 2119. Format and Signing of Bids ........................................................................ 2220. Sealing and Marking of Bids....................................................................... 23

D. SUBMISSION AND OPENING OF BIDS......................................................2421. Deadline for Submission of Bids................................................................. 2422. Late Bids .................................................................................................... 2423. Modification and Withdrawal of Bids........................................................... 2424. Opening and Preliminary Examination of Bids ........................................... 25

E. EVALUATION AND COMPARISON OF BIDS ...............................................2625. Process to be Confidential ......................................................................... 2626. Clarification of Bids..................................................................................... 2727. Domestic Preference.................................................................................. 27

[BIDDING DOCUMENTS] 2015

7 Section II. Instructions to Bidders | Philippine National Police

28. Detailed Evaluation and Comparison of Bids ............................................. 2829. Post-Qualification ....................................................................................... 2930. Reservation Clause .................................................................................... 30

F. AWARD OF CONTRACT.........................................................................3231. Contract Award........................................................................................... 3232. Signing of the Contract............................................................................... 3233. Performance Security................................................................................. 3334. Notice to Proceed....................................................................................... 34

[BIDDING DOCUMENTS] 2015

8 Section II. Instructions to Bidders | Philippine National Police

A. General

1. Scope of Bid

The procuring entity named in the BDS (hereinafter referredto as the “Procuring Entity”) wishes to receive bids forsupply and delivery of the goods as described in Section VII.Technical Specifications (hereinafter referred to as the“Goods”).

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

2. Source of Funds

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

3. Corrupt, Fraudulent, Collusive, and Coercive Practices

3.1. The Procuring Entity as well as the bidders and suppliersshall observe the highest standard of ethics during theprocurement and execution of the contract. In pursuance ofthis policy, the Procuring Entity:

(a) defines, for purposes of this provision, the terms set forthbelow as follows:

(i) “corrupt practice” means behavior on the part ofofficials in the public or private sectors by which theyimproperly and unlawfully enrich themselves, others,or induce others to do so, by misusing the position inwhich they are placed, and includes the offering,giving, receiving, or soliciting of anything of value toinfluence the action of any such official in theprocurement process or in contract execution;entering, on behalf of the government, into anycontract or transaction manifestly and grosslydisadvantageous to the same, whether or not thepublic officer profited or will profit thereby, andsimilar acts as provided in RA 3019.

(ii) “fraudulent practice” means a misrepresentation offacts in order to influence a procurement process orthe execution of a contract to the detriment of theProcuring Entity, and includes collusive practices

[BIDDING DOCUMENTS] 2015

9 Section II. Instructions to Bidders | Philippine National Police

among Bidders (prior to or after bid submission)designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring Entityof the benefits of free and open competition.

(iii) “collusive practices” means a scheme orarrangement between two or more Bidders, with orwithout the knowledge of the Procuring Entity,designed to establish bid prices at artificial, non-competitive levels.

(iv) “coercive practices” means harming or threatening toharm, directly or indirectly, persons, or their propertyto influence their participation in a procurementprocess, or affect the execution of a contract;

(b) will reject a proposal for award if it determines that theBidder recommended for award has engaged in any of thepractices mentioned in this Clause for purposes ofcompeting for the contract.

3.2. Further, the Procuring Entity will seek to impose themaximum civil, administrative, and/or criminal penaltiesavailable under applicable laws on individuals andorganizations deemed to be involved in any of the practicesmentioned in ITB Clause 3.1(a).

3.3. Furthermore, the Funding Source and the Procuring Entityreserve the right to inspect and audit records and accountsof a bidder or supplier in the bidding for and performance ofa contract themselves or through independent auditors asreflected in the GCC Clause 3.

4. Conflict of Interest

4.1. All Bidders found to have conflicting interests shall bedisqualified to participate in the procurement at hand,without prejudice to the imposition of appropriateadministrative, civil, and criminal sanctions. A Bidder maybe considered to have conflicting interests with anotherBidder in any of the events described in paragraphs (a)through (c) below and a general conflict of interest in any ofthe circumstances set out in paragraphs (d) through (f)below:

(a) A Bidder has controlling shareholders in common withanother Bidder;

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

[BIDDING DOCUMENTS] 2015

10 Section II. Instructions to Bidders | Philippine National Police

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

(d) A Bidder has a relationship, directly or through thirdparties, that puts them in a position to have access toinformation about or influence on the bid of another Bidderor influence the decisions of the Procuring Entity regardingthis bidding process. This will include a firm or anorganization who lends, or temporarily seconds, itspersonnel to firms or organizations which are engaged inconsulting services for the preparation related toprocurement for or implementation of the project if thepersonnel would be involved in any capacity on the sameproject;

(e) A Bidder submits more than one bid in this biddingprocess. However, this does not limit the participation ofsubcontractors in more than one bid; or

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

4.2. In accordance with Section 47 of the IRR of RA 9184, allBidding Documents shall be accompanied by a swornaffidavit of the Bidder that it is not related to the Head of theProcuring Entity, members of the Bids and AwardsCommittee (BAC), members of the Technical Working Group(TWG), members of the BAC Secretariat, the head of theProject Management Office (PMO) or the end-user unit, andthe project consultants, by consanguinity or affinity up tothe third civil degree. On the part of the Bidder, this Clauseshall apply to the following persons:

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

(b) If the Bidder is a partnership, to all its officers andmembers;

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

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

Relationship of the nature described above or failure to complywith this Clause will result in the automatic disqualification of aBidder.

[BIDDING DOCUMENTS] 2015

11 Section II. Instructions to Bidders | Philippine National Police

5. Eligible Bidders

5.1. Unless otherwise indicated in the BDS, the followingpersons shall be eligible to participate in this bidding:

(a) Duly licensed Filipino citizens/sole proprietorships;

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

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

(d) Cooperatives duly organized under the laws of thePhilippines, and of which at least sixty percent (60%) of theinterest belongs to citizens of the Philippines; and

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

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

(a) When a Treaty or International or Executive Agreement asprovided in Section 4 of the RA 9184 and its IRR allowforeign bidders to participate;

(b) Citizens, corporations, or associations of a country,included in the list issued by the GPPB, the laws orregulations of which grant reciprocal rights or privileges tocitizens, corporations, or associations of the Philippines;

(c) When the Goods sought to be procured are not availablefrom local suppliers; or

(d) When there is a need to prevent situations that defeatcompetition or restrain trade.

5.3. Government corporate entities may be eligible to participateonly if they can establish that they (a) are legally andfinancially autonomous, (b) operate under commercial law,and (c) are not dependent agencies of the GOP or theProcuring Entity.

[BIDDING DOCUMENTS] 2015

12 Section II. Instructions to Bidders | Philippine National Police

5.4. Unless otherwise provided in the BDS, the Bidder must havecompleted at least one contract similar to the Project thevalue of which, adjusted to current prices using the NationalStatistics Office consumer price index, must be at leastequivalent to a percentage of the ABC stated in the BDS.

For this purpose, contracts similar to the Project shall bethose described in the BDS, and completed within therelevant period stated in the Invitation to Bid and ITB Clause12.1(a)(iii).

5.5. Unless otherwise provided in the BDS, the Bidder mustsubmit a computation of its Net Financial ContractingCapacity (NFCC) or a commitment from a Universal orCommercial Bank to extend a credit line in its favor ifawarded the contract for this Project (CLC).

The NFCC, computed using the following formula, must beat least equal to the ABC to be bid:

NFCC = [(Current assets minus current liabilities) (K)]minus the value of all outstanding or uncompleted portionsof the projects under ongoing contracts, including awardedcontracts yet to be started coinciding with the contract forthis Project.

Where:

K = 10 for a contract duration of one year or less, 15 for a contractduration of more than one year up to two years, and 20 for acontract duration of more than two years.

The CLC must be at least equal to ten percent (10%) of the ABC forthis Project. If issued by a foreign bank, it shall be confirmed orauthenticated by a Universal or Commercial Bank. In the case of localgovernment units (LGUs), the Bidder may also submit CLC from otherbanks certified by the Bangko Sentral ng Pilipinas (BSP) as authorizedto issue such financial instrument.

6. Bidder’s Responsibilities

6.1. The Bidder or its duly authorized representative shall submita sworn statement in the form prescribed in Section VIII.Bidding Forms as required in ITB Clause 12.1(b)(iii).

6.2. The Bidder is responsible for the following:

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

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

[BIDDING DOCUMENTS] 2015

13 Section II. Instructions to Bidders | Philippine National Police

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

(d) Having complied with its responsibility to inquire or secureSupplemental/Bid Bulletin(s) as provided under ITB Clause10.3.

(e) Ensuring that it is not “blacklisted” or barred from bidding by theGOP or any of its agencies, offices, corporations, or LGUs,including foreign government/foreign or international financinginstitution whose blacklisting rules have been recognized by theGPPB;

(f) Ensuring that each of the documents submitted in satisfaction ofthe bidding requirements is an authentic copy of the original,complete, and all statements and information provided thereinare true and correct;

(g) Authorizing the Head of the Procuring Entity or its dulyauthorized representative/s to verify all the documentssubmitted;

(h) Ensuring that the signatory is the duly authorized representativeof the Bidder, and granted full power and authority to do,execute and perform any and all acts necessary and/or torepresent the Bidder in the bidding, with the duly notarizedSecretary’s Certificate attesting to such fact, if the Bidder is acorporation, partnership, cooperative, or joint venture;

(i) Complying with the disclosure provision under Section 47 of RA9184 in relation to other provisions of RA 3019; and

(j) Complying with existing labor laws and standards, in the case ofprocurement of services.

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

6.3. The Bidder is expected to examine all instructions, forms,terms, and specifications in the Bidding Documents. Unlessotherwise indicated in the BDS, failure to furnish allinformation or documentation required in the BiddingDocuments shall result in the rejection of the bid and thedisqualification of the Bidder.

6.4. It shall be the sole responsibility of the Bidder to determineand to satisfy itself by such means as it considersnecessary or desirable as to all matters pertaining to thecontract to be bid, including: (a) the location and the natureof this Project; (b) climatic conditions; (c) transportation

[BIDDING DOCUMENTS] 2015

14 Section II. Instructions to Bidders | Philippine National Police

facilities; and (d) other factors that may affect the cost,duration, and execution or implementation of this Project.

6.5. The Procuring Entity shall not assume any responsibilityregarding erroneous interpretations or conclusions by theprospective or eligible bidder out of the data furnished bythe procuring entity.

6.6. The Bidder shall bear all costs associated with thepreparation and submission of his bid, and the ProcuringEntity will in no case be responsible or liable for thosecosts, regardless of the conduct or outcome of the biddingprocess.

6.7. Before submitting their bids, the Bidder is deemed to havebecome familiar with all existing laws, decrees, ordinances,acts and regulations of the Philippines which may affect thisProject in any way.

6.8. The Bidder should note that the Procuring Entity will acceptbids only from those that have paid the nonrefundable feefor the Bidding Documents at the office indicated in theInvitation to Bid.

7. Origin of Goods

Unless otherwise indicated in the BDS, there is no restriction on theorigin of goods other than those prohibited by a decision of the UnitedNations Security Council taken under Chapter VII of the Charter of theUnited Nations, subject to ITB Clause 27.1.

8. Subcontracts

8.1. Unless otherwise specified in the BDS, the Bidder maysubcontract portions of the Goods to an extent as may beapproved by the Procuring Entity and stated in the BDS.However, subcontracting of any portion shall not relieve theBidder from any liability or obligation that may arise fromthe contract for this Project.

8.2. Subcontractors must comply with the eligibility criteria andthe documentary requirements specified in the BDS. In theevent that any subcontractor is found by the ProcuringEntity to be ineligible, the subcontracting of such portion ofthe Goods shall be disallowed.

8.3. The Bidder may identify the subcontractor to whom aportion of the Goods will be subcontracted at any stage ofthe bidding process or during contract implementation. Ifthe Bidder opts to disclose the name of the subcontractor

[BIDDING DOCUMENTS] 2015

15 Section II. Instructions to Bidders | Philippine National Police

during bid submission, the Bidder shall include the requireddocuments as part of the technical component of its bid.

B. Contents of Bidding Documents

9. Pre-Bid Conference

9.1. If so specified in the BDS, a pre-bid conference shall be heldat the venue and on the date indicated therein, to clarify andaddress the Bidders’ questions on the technical andfinancial components of this Project.

9.2. Bidders are encouraged to attend the pre-bid conference toensure that they fully understand the Procuring Entity’srequirements. Non-attendance of the Bidder will in no wayprejudice its bid; however, the Bidder is expected to knowthe changes and/or amendments to the Bidding Documentsdiscussed during the pre-bid conference.

9.3. Any statement made at the pre-bid conference shall notmodify the terms of the Bidding Documents unless suchstatement is specifically identified in writing as anamendment thereto and issued as a Supplemental/BidBulletin.

10. Clarification and Amendment of Bidding Documents

10.1. Bidders who have purchased the Bidding Documents mayrequest for clarifications on any part of the BiddingDocuments for an interpretation. Such a request must be inwriting and submitted to the Procuring Entity at the addressindicated in the BDS at least ten (10) calendar days beforethe deadline set for the submission and receipt of bids.

10.2. Supplemental/Bid Bulletins may be issued upon theProcuring Entity’s initiative for purposes of clarifying ormodifying any provision of the Bidding Documents not laterthan seven (7) calendar days before the deadline for thesubmission and receipt of bids. Any modification to theBidding Documents shall be identified as an amendment.

10.3. Any Supplemental/Bid Bulletin issued by the BAC shall alsobe posted on the Philippine Government ElectronicProcurement System (PhilGEPS) and the website of theProcuring Entity concerned, if available. It shall be theresponsibility of all Bidders who secure the BiddingDocuments to inquire and secure Supplemental/BidBulletins that may be issued by the BAC. However, Bidderswho have submitted bids before the issuance of theSupplemental/Bid Bulletin must be informed and allowed to

[BIDDING DOCUMENTS] 2015

16 Section II. Instructions to Bidders | Philippine National Police

modify or withdraw their bids in accordance with ITB Clause23.

C. Preparation of Bids

11. Language of Bid

The bid, as well as all correspondence and documents relating to the bidexchanged by the Bidder and the Procuring Entity, shall be written inEnglish. Supporting documents and printed literature furnished by theBidder may be in another language provided they are accompanied byan accurate translation in English certified by the appropriate embassyor consulate in the Philippines, in which case the English translationshall govern for purposes of interpretation of the bid.

12. Documents Comprising the Bid: Eligibility and TechnicalComponents

12.1. Unless otherwise indicated in the BDS, the first envelopeshall contain the following eligibility and technicaldocuments:

(a) Eligibility Documents –

Class “A” Documents:

(i) Registration certificate from the Securities andExchange Commission (SEC), Department of Tradeand Industry (DTI) for sole proprietorship, orCooperative Development Authority (CDA) forcooperatives, or any proof of such registration asstated in the BDS;

(ii) Mayor’s permit issued by the city or municipalitywhere the principal place of business of theprospective bidder is located;

(iii) Statement of all its ongoing and completedgovernment and private contracts within the periodstated in the BDS, including contracts awarded butnot yet started, if any. The statement shall include,for each contract, the following:

(iii.1) name of the contract;

(iii.2) date of the contract;

[BIDDING DOCUMENTS] 2015

17 Section II. Instructions to Bidders | Philippine National Police

(iii.3) kinds of Goods;

(iii.4) amount of contract and value of outstandingcontracts;

(iii.5) date of delivery; and

(iii.6) end user’s acceptance and official receipt(s)issued for the contract, if completed.

(iv) Audited financial statements, stamped “received” bythe Bureau of Internal Revenue (BIR) or its dulyaccredited and authorized institutions, for thepreceding calendar year, which should not be earlierthan two (2) years from bid submission;

(v) NFCC computation or CLC in accordance with ITBClause 5.5; and

Class “B” Document:

(vi) If applicable, the JVA in case the joint venture isalready in existence, or duly notarized statementsfrom all the potential joint venture partners statingthat they will enter into and abide by the provisions ofthe JVA in the instance that the bid is successful.

(b) Technical Documents –

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

(i.1) a bank draft/guarantee or an irrevocable letterof credit issued by a foreign bank, it shall beaccompanied by a confirmation from aUniversal or Commercial Bank; or

(i.2) a surety bond, it shall be accompanied by acertification by the Insurance Commission thatthe surety or insurance company is authorizedto issue such instruments and a certificationissued by the insurance commission that thesurety bond is callable upon demand;

(ii) Conformity with technical specifications, asenumerated and specified in Sections VI and VII ofthe Bidding Documents; and

[BIDDING DOCUMENTS] 2015

18 Section II. Instructions to Bidders | Philippine National Police

(iii) Sworn statement in accordance with Section25.2(a)(iv) of the IRR of RA 9184 and using the formprescribed in Section VIII. Bidding Forms.

13. Documents Comprising the Bid: Financial Component

13.1. Unless otherwise stated in the BDS, the financial componentof the bid shall contain the following:

(a) Financial Bid Form, which includes bid prices and the bill ofquantities and the applicable Price Schedules, inaccordance with ITB Clauses 15.1 and 15.4;

(b) If the Bidder claims preference as a Domestic Bidder orDomestic Entity, a certification from the DTI, SEC, or CDAissued in accordance with ITB Clause 27; and

(c) Any other document required in the BDS.

13.2. Unless otherwise stated in the BDS, all bids that exceed theABC shall not be accepted.

14. Alternative Bids

Alternative Bids shall be rejected. For this purpose, alternative bid is anoffer made by a Bidder in addition or as a substitute to its original bidwhich may be included as part of its original bid or submitted separatelytherewith for purposes of bidding. A bid with options is considered analternative bid regardless of whether said bid proposal is contained in asingle envelope or submitted in two (2) or more separate bid envelopes.

15. Bid Prices

15.1. The Bidder shall complete the appropriate Price Schedulesincluded herein, stating the unit prices, total price per item,the total amount and the expected countries of origin of theGoods to be supplied under this Project.

15.2. The Bidder shall fill in rates and prices for all items of theGoods described in the Bill of Quantities. Bids notaddressing or providing all of the required items in theBidding Documents including, where applicable, Bill ofQuantities, shall be considered non-responsive and, thus,automatically disqualified. In this regard, where a requireditem is provided, but no price is indicated, the same shall beconsidered as non-responsive, but specifying a "0" (zero)for the said item would mean that it is being offered for freeto the Government.

[BIDDING DOCUMENTS] 2015

19 Section II. Instructions to Bidders | Philippine National Police

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

15.4. Prices indicated on the Price Schedule shall be enteredseparately in the following manner:

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

(i) The price of the Goods quoted EXW (ex works, exfactory, ex warehouse, ex showroom, or off-the-shelf,as applicable), including all customs duties and salesand other taxes already paid or payable:

(i.1) on the components and raw material used inthe manufacture or assembly of Goods quotedex works or ex factory; or

(i.2) on the previously imported Goods of foreignorigin quoted ex warehouse, ex showroom, oroff-the-shelf and any Procuring Entity countrysales and other taxes which will be payable onthe Goods if the contract is awarded.

(ii) The price for inland transportation, insurance, andother local costs incidental to delivery of the Goodsto their final destination.

(iii) The price of other (incidental) services, if any, listedin the BDS.

(b) For Goods offered from abroad:

(i) Unless otherwise stated in the BDS, the price of theGoods shall be quoted DDP with the place ofdestination in the Philippines as specified in the BDS.In quoting the price, the Bidder shall be free to usetransportation through carriers registered in anyeligible country. Similarly, the Bidder may obtaininsurance services from any eligible source country.

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

15.5. Prices quoted by the Bidder shall be fixed during theBidder’s performance of the contract and not subject to

[BIDDING DOCUMENTS] 2015

20 Section II. Instructions to Bidders | Philippine National Police

variation or price escalation on any account, unlessotherwise specified in the BDS. A bid submitted with anadjustable price quotation shall be treated as non-responsive and shall be rejected, pursuant to ITB Clause 24.

15.6. All bid prices shall be considered as fixed prices, andtherefore not subject to price escalation during contractimplementation, except under extraordinary circumstancesas indicated in the BDS and specified in the GCC and itscorresponding SCC provision.

16. Bid Currencies

16.1. Prices shall be quoted in the following currencies:

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

(b) For Goods that the Bidder will supply from outside thePhilippines, the prices may be quoted in the currency(ies)stated in the BDS. However, for purposes of bid evaluation,bids denominated in foreign currencies shall be convertedto Philippine currency based on the exchange rate aspublished in the BSP reference rate bulletin on the day ofthe bid opening.

16.2. If so allowed in accordance with ITB Clause 16.1, theProcuring Entity for purposes of bid evaluation andcomparing the bid prices will convert the amounts in variouscurrencies in which the bid price is expressed to PhilippinePesos at the foregoing exchange rates.

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

17. Bid Validity

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

17.2. In exceptional circumstances, prior to the expiration of theBid validity period, the Procuring Entity may request Biddersto extend the period of validity of their bids. The request andthe responses shall be made in writing. The bid securitydescribed in ITB Clause 18 should also be extendedcorresponding to the extension of the bid validity period atthe least. A Bidder may refuse the request without forfeitingits bid security, but his bid shall no longer be considered forfurther evaluation and award. A Bidder granting the requestshall not be required or permitted to modify its bid.

[BIDDING DOCUMENTS] 2015

21 Section II. Instructions to Bidders | Philippine National Police

18. Bid Security

18.1. The bid security in the amount stated in the BDS shall beequal to the percentage of the ABC in accordance with thefollowing schedule:

Form of Bid SecurityAmount of Bid Security(Equal to Percentage of

the ABC)(a) Cash or cashier’s/manager’s check issued by a

Universal or Commercial Bank.Two percent (2%)(b) Bank draft/guarantee or irrevocable letter of

credit issued by a Universal or CommercialBank: Provided, however, that it shall beconfirmed or authenticated by a Universal orCommercial Bank, if issued by a foreign bank.

(c) Surety bond callable upon demand issued by asurety or insurance company duly certified bythe Insurance Commission as authorized toissue such security and a certification issued bythe insurance commission that such surety bondis callable upon demand.

Five percent (5%)

(d) Any combination of the foregoing. Proportionate to share ofform with respect to total

amount of security

For biddings conducted by LGUs, the Bidder may also submit bidsecurities in the form of cashier’s/manager’s check, bankdraft/guarantee, or irrevocable letter of credit from other bankscertified by the BSP as authorized to issue such financialstatement.

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

18.3. No bid securities shall be returned to bidders after theopening of bids and before contract signing, except to thosethat failed or declared as post-disqualified, upon submissionof a written waiver of their right to file a motion forreconsideration and/or protest. Without prejudice on itsforfeiture, bid securities shall be returned only after thebidder with the Lowest Calculated and Responsive Bid hassigned the contract and furnished the performance security,but in no case later than the expiration of the bid securityvalidity period indicated in ITB Clause 18.2.

18.4. Upon signing and execution of the contract pursuant to ITBClause 32, and the posting of the performance security

[BIDDING DOCUMENTS] 2015

22 Section II. Instructions to Bidders | Philippine National Police

pursuant to ITB Clause 33, the successful Bidder’s bidsecurity will be discharged, but in no case later than the bidsecurity validity period as indicated in the ITB Clause 18.2.

18.5. The bid security may be forfeited:

(a) if a Bidder:

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

(ii) does not accept the correction of errors pursuant toITB Clause 28.3(b);

(iii) fails to submit the requirements within the prescribedperiod or a finding against their veracity as stated inITB Clause 29.2; or

(iv) any other reason stated in the BDS.

(b) if the successful Bidder:

(i) fails to sign the contract in accordance with ITBClause 32;

(ii) fails to furnish performance security in accordancewith ITB Clause 33; or

(iii) any other reason stated in the BDS.

19. Format and Signing of Bids

19.1. Bidders shall submit their bids through their duly authorizedrepresentative using the appropriate forms provided inSection VIII. Bidding Forms on or before the deadlinespecified in the ITB Clause 21 in two (2) separate sealed bidenvelopes, and which shall be submitted simultaneously.The first shall contain the technical component of the bid,including the eligibility requirements under ITB Clause 12.1,and the second shall contain the financial component of thebid.

19.2. Forms as mentioned in ITB Clause 19.1 must be completedwithout any alterations to their format, and no substituteform shall be accepted. All blank spaces shall be filled inwith the information requested.

19.3. The Bidder shall prepare and submit an original of the firstand second envelopes as described in ITB Clauses 0 and 13.In the event of any discrepancy between the original and thecopies, the original shall prevail.

[BIDDING DOCUMENTS] 2015

23 Section II. Instructions to Bidders | Philippine National Police

19.4. The bid, except for unamended printed literature, shall besigned, and each and every page thereof shall be initialed,by the duly authorized representative/s of the Bidder.

19.5. Any interlineations, erasures, or overwriting shall be validonly if they are signed or initialed by the duly authorizedrepresentative/s of the Bidder.

20. Sealing and Marking of Bids

20.1. Unless otherwise indicated in the BDS, Bidders shallenclose their original eligibility and technical documentsdescribed in ITB Clause 0 in one sealed envelope marked“ORIGINAL - TECHNICAL COMPONENT”, and the original oftheir financial component in another sealed envelopemarked “ORIGINAL - FINANCIAL COMPONENT”, sealingthem all in an outer envelope marked “ORIGINAL BID”.

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

20.3. The original and the number of copies of the Bid asindicated in the BDS shall be typed or written in indelible inkand shall be signed by the bidder or its duly authorizedrepresentative/s.

20.4. All envelopes shall:

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

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

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

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

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

20.5. If bids are not sealed and marked as required, the ProcuringEntity will assume no responsibility for the misplacement orpremature opening of the bid. Moreover, failure to comply

[BIDDING DOCUMENTS] 2015

24 Section II. Instructions to Bidders | Philippine National Police

with the required sealing and marking of bids shall be aground for disqualification.

D. Submission and Opening of Bids

21. Deadline for Submission of Bids

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

22. Late Bids

Any bid submitted after the deadline for submission and receipt of bidsprescribed by the Procuring Entity, pursuant to ITB Clause 21, shall bedeclared “Late” and shall not be accepted by the Procuring Entity.

23. Modification and Withdrawal of Bids

23.1. The Bidder may modify its bid after it has been submitted;provided that the modification is received by the ProcuringEntity prior to the deadline prescribed for submission andreceipt of bids. The Bidder shall not be allowed to retrieve itsoriginal bid, but shall be allowed to submit another bidequally sealed, properly identified, linked to its original bidmarked as “TECHNICAL MODIFICATION” or “FINANCIALMODIFICATION” and stamped “received” by the BAC. Bidmodifications received after the applicable deadline shall notbe considered and shall be returned to the Bidder unopened.

23.2. A Bidder may, through a Letter of Withdrawal, withdraw itsbid after it has been submitted, for valid and justifiablereason; provided that the Letter of Withdrawal is received bythe Procuring Entity prior to the deadline prescribed forsubmission and receipt of bids.

23.3. Bids requested to be withdrawn in accordance with ITBClause 23.1 shall be returned unopened to the Bidders. ABidder may also express its intention not to participate inthe bidding through a letter which should reach and bestamped by the BAC before the deadline for submission andreceipt of bids. A Bidder that withdraws its bid shall not bepermitted to submit another bid, directly or indirectly, for thesame contract.

23.4. No bid may be modified after the deadline for submission ofbids. No bid may be withdrawn in the interval between thedeadline for submission of bids and the expiration of theperiod of bid validity specified by the Bidder on the FinancialBid Form. Withdrawal of a bid during this interval shallresult in the forfeiture of the Bidder’s bid security, pursuant

[BIDDING DOCUMENTS] 2015

25 Section II. Instructions to Bidders | Philippine National Police

to ITB Clause 18.5, and the imposition of administrative, civiland criminal sanctions as prescribed by RA 9184 and itsIRR.

24. Opening and Preliminary Examination of Bids

24.1. The BAC shall open the first bid envelopes of Bidders inpublic as specified in the BDS to determine each Bidder’scompliance with the documents prescribed in ITB Clause 0.For this purpose, the BAC shall check the submitteddocuments of each bidder against a checklist of requireddocuments to ascertain if they are all present, using a non-discretionary “pass/fail” criterion. If a bidder submits therequired document, it shall be rated “passed” for thatparticular requirement. In this regard, bids that fail to includeany requirement or are incomplete or patently insufficientshall be considered as “failed”. Otherwise, the BAC shallrate the said first bid envelope as “passed”.

24.2. Immediately after determining compliance with therequirements in the first envelope, the BAC shall forthwithopen the second bid envelope of each remaining eligiblebidder whose first bid envelope was rated “passed”. Thesecond envelope of each complying bidder shall be openedwithin the same day. In case one or more of therequirements in the second envelope of a particular bid ismissing, incomplete or patently insufficient, and/or if thesubmitted total bid price exceeds the ABC unless otherwiseprovided in ITB Clause 13.2, the BAC shall rate the bidconcerned as “failed”. Only bids that are determined tocontain all the bid requirements for both components shallbe rated “passed” and shall immediately be considered forevaluation and comparison.

24.3. Letters of withdrawal shall be read out and recorded duringbid opening, and the envelope containing the correspondingwithdrawn bid shall be returned to the Bidder unopened. Ifthe withdrawing Bidder’s representative is in attendance, theoriginal bid and all copies thereof shall be returned to therepresentative during the bid opening. If the representativeis not in attendance, the bid shall be returned unopened byregistered mail. The Bidder may withdraw its bid prior to thedeadline for the submission and receipt of bids, providedthat the corresponding Letter of Withdrawal contains a validauthorization requesting for such withdrawal, subject toappropriate administrative sanctions.

24.4. If a Bidder has previously secured a certification from theProcuring Entity to the effect that it has previouslysubmitted the above-enumerated Class “A” Documents, thesaid certification may be submitted in lieu of the

[BIDDING DOCUMENTS] 2015

26 Section II. Instructions to Bidders | Philippine National Police

requirements enumerated in ITB Clause 12.1(a), items (i) to(v).

24.5. In the case of an eligible foreign Bidder as described in ITBClause 5, the Class “A” Documents described in ITB Clause12.1(a) may be substituted with the appropriate equivalentdocuments, if any, issued by the country of the foreignBidder concerned.

24.6. Each partner of a joint venture agreement shall likewisesubmit the requirements in ITB Clauses 12.1(a)(i) and12.1(a)(ii). Submission of documents required under ITBClauses 12.1(a)(iii) to 12.1(a)(v) by any of the joint venturepartners constitutes compliance.

24.7. A Bidder determined as “failed” has three (3) calendar daysupon written notice or, if present at the time of bid opening,upon verbal notification, within which to file a request ormotion for reconsideration with the BAC: Provided,however, that the motion for reconsideration shall not begranted if it is established that the finding of failure is due tothe fault of the Bidder concerned: Provided, further, that theBAC shall decide on the request for reconsideration withinseven (7) calendar days from receipt thereof. If a failedBidder signifies his intent to file a motion forreconsideration, the BAC shall keep the bid envelopes of thesaid failed Bidder unopened and/or duly sealed until suchtime that the motion for reconsideration or protest has beenresolved.

24.8. The Procuring Entity shall prepare the minutes of theproceedings of the bid opening that shall include, as aminimum: (a) names of Bidders, their bid price, bid security,findings of preliminary examination; and (b) attendancesheet. The BAC members shall sign the abstract of bids asread.

E. Evaluation and Comparison of Bids

25. Process to be Confidential

25.1. Members of the BAC, including its staff and personnel, aswell as its Secretariat and TWG, are prohibited from makingor accepting any kind of communication with any bidderregarding the evaluation of their bids until the issuance ofthe Notice of Award, unless otherwise allowed in the BDS orin the case of ITB Clause 26.

[BIDDING DOCUMENTS] 2015

27 Section II. Instructions to Bidders | Philippine National Police

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

26. Clarification of Bids

To assist in the evaluation, comparison, and post-qualification of thebids, the Procuring Entity may ask in writing any Bidder for aclarification of its bid. All responses to requests for clarification shall bein writing. Any clarification submitted by a Bidder in respect to its bidand that is not in response to a request by the Procuring Entity shall notbe considered.

27. Domestic Preference

27.1. Unless otherwise stated in the BDS, the Procuring Entity willgrant a margin of preference for the purpose of comparisonof bids in accordance with the following:

(a) The preference shall be applied when (i) the lowest ForeignBid is lower than the lowest bid offered by a DomesticBidder, or (ii) the lowest bid offered by a non-Philippinenational is lower than the lowest bid offered by a DomesticEntity.

(b) For evaluation purposes, the lowest Foreign Bid or the bidoffered by a non-Philippine national shall be increased byfifteen percent (15%).

(c) In the event that (i) the lowest bid offered by a DomesticEntity does not exceed the lowest Foreign Bid as increased,or (ii) the lowest bid offered by a non-Philippine national asincreased, then the Procuring Entity shall award thecontract to the Domestic Bidder/Entity at the amount of thelowest Foreign Bid or the bid offered by a non-Philippinenational, as the case may be.

(d) If the Domestic Entity/Bidder refuses to accept the award ofcontract at the amount of the Foreign Bid or bid offered by anon-Philippine national within two (2) calendar days fromreceipt of written advice from the BAC, the Procuring Entityshall award to the bidder offering the Foreign Bid or thenon-Philippine national, as the case may be, subject topost-qualification and submission of all the documentaryrequirements under these Bidding Documents.

27.2. A Bidder may be granted preference as a Domestic Entitysubject to the certification from the DTI (in case of soleproprietorships), SEC (in case of partnerships andcorporations), or CDA (in case of cooperatives) that the (a)

[BIDDING DOCUMENTS] 2015

28 Section II. Instructions to Bidders | Philippine National Police

sole proprietor is a citizen of the Philippines or thepartnership, corporation, cooperative, or association is dulyorganized under the laws of the Philippines with at leastseventy five percent (75%) of its interest or outstandingcapital stock belonging to citizens of the Philippines, (b)habitually established in business and habitually engaged inthe manufacture or sale of the merchandise covered by hisbid, and (c) the business has been in existence for at leastfive (5) consecutive years prior to the advertisement and/orposting of the Invitation to Bid for this Project.

27.3. A Bidder may be granted preference as a Domestic Biddersubject to the certification from the DTI that the Bidder isoffering unmanufactured articles, materials or supplies ofthe growth or production of the Philippines, or manufacturedarticles, materials, or supplies manufactured or to bemanufactured in the Philippines substantially from articles,materials, or supplies of the growth, production, ormanufacture, as the case may be, of the Philippines.

28. Detailed Evaluation and Comparison of Bids

28.1. The Procuring Entity will undertake the detailed evaluationand comparison of bids which have passed the opening andpreliminary examination of bids, pursuant to ITB Clause 24,in order to determine the Lowest Calculated Bid.

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

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

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

28.3. The Procuring Entity's BAC shall immediately conduct adetailed evaluation of all bids rated “passed,” using non-discretionary pass/fail criteria. Unless otherwise specified inthe BDS, the BAC shall consider the following in theevaluation of bids:

(a) Completeness of the bid. Unless the ITB specifically allowspartial bids, bids not addressing or providing all of therequired items in the Schedule of Requirements including,where applicable, bill of quantities, shall be considered non-responsive and, thus, automatically disqualified. In thisregard, where a required item is provided, but no price isindicated, the same shall be considered as non-responsive,

[BIDDING DOCUMENTS] 2015

29 Section II. Instructions to Bidders | Philippine National Police

but specifying a "0" (zero) for the said item would mean thatit is being offered for free to the Procuring Entity; and

(b) Arithmetical corrections. Consider computational errorsand omissions to enable proper comparison of all eligiblebids. It may also consider bid modifications, if allowed inthe BDS. Any adjustment shall be calculated in monetaryterms to determine the calculated prices.

28.4. Based on the detailed evaluation of bids, those that complywith the above-mentioned requirements shall be ranked inthe ascending order of their total calculated bid prices, asevaluated and corrected for computational errors, discountsand other modifications, to identify the Lowest CalculatedBid. Total calculated bid prices, as evaluated and correctedfor computational errors, discounts and other modifications,which exceed the ABC shall not be considered.

28.5. Unless otherwise indicated in the BDS, the ProcuringEntity’s evaluation of bids shall only be based on the bidprice quoted in the Financial Bid Form.

28.6. Bids shall be evaluated on an equal footing to ensure faircompetition. For this purpose, all bidders shall be requiredto include in their bids the cost of all taxes, such as, but notlimited to, value added tax (VAT), income tax, local taxes,and other fiscal levies and duties which shall be itemized inthe bid form and reflected in the detailed estimates. Suchbids, including said taxes, shall be the basis for bidevaluation and comparison.

29. Post-Qualification

29.1. The Procuring Entity shall determine to its satisfactionwhether the Bidder that is evaluated as having submitted theLowest Calculated Bid (LCB) complies with and isresponsive to all the requirements and conditions specifiedin ITB Clauses 5, 0, and 13.

29.2. Within a non-extendible period of three (3) calendar daysfrom receipt by the bidder of the notice from the BAC that itsubmitted the LCB, the Bidder shall submit the followingdocumentary requirements:

(a) Tax clearance per Executive Order 398, Series of 2005;

(b) Latest income and business tax returns in the formspecified in the BDS;

(c) Certificate of PhilGEPS Registration; and

[BIDDING DOCUMENTS] 2015

30 Section II. Instructions to Bidders | Philippine National Police

(d) Other appropriate licenses and permits required by law andstated in the BDS.

Failure of the Bidder declared as Lowest Calculated Bid to duly submitthe requirements under this Clause or a finding against the veracity ofsuch shall be ground for forfeiture of the bid security anddisqualification of the Bidder for award.

29.3. The determination shall be based upon an examination ofthe documentary evidence of the Bidder’s qualificationssubmitted pursuant to ITB Clauses 0 and 13, as well as otherinformation as the Procuring Entity deems necessary andappropriate, using a non-discretionary “pass/fail” criterion.

29.4. If the BAC determines that the Bidder with the LowestCalculated Bid passes all the criteria for post-qualification, itshall declare the said bid as the Lowest CalculatedResponsive Bid, and recommend to the Head of theProcuring Entity the award of contract to the said Bidder atits submitted price or its calculated bid price, whichever islower.

29.5. A negative determination shall result in rejection of theBidder’s Bid, in which event the Procuring Entity shallproceed to the next Lowest Calculated Bid to make a similardetermination of that Bidder’s capabilities to performsatisfactorily. If the second Bidder, however, fails the postqualification, the procedure for post qualification shall berepeated for the Bidder with the next Lowest Calculated Bid,and so on until the Lowest Calculated Responsive Bid isdetermined for contract award.

29.6. Within a period not exceeding seven (7) calendar days fromthe date of receipt of the recommendation of the BAC, theHead of the Procuring Entity shall approve or disapprove thesaid recommendation. In the case of GOCCs and GFIs, theperiod provided herein shall be fifteen (15) calendar days.

30. Reservation Clause

30.1. Notwithstanding the eligibility or post-qualification of abidder, the Procuring Entity concerned reserves the right toreview its qualifications at any stage of the procurementprocess if it has reasonable grounds to believe that amisrepresentation has been made by the said bidder, or thatthere has been a change in the Bidder’s capability toundertake the project from the time it submitted its eligibilityrequirements. Should such review uncover anymisrepresentation made in the eligibility and biddingrequirements, statements or documents, or any changes inthe situation of the Bidder which will affect its capability to

[BIDDING DOCUMENTS] 2015

31 Section II. Instructions to Bidders | Philippine National Police

undertake the project so that it fails the preset eligibility orbid evaluation criteria, the Procuring Entity shall considerthe said Bidder as ineligible and shall disqualify it fromsubmitting a bid or from obtaining an award or contract.

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

(a) If there is prima facie evidence of collusion betweenappropriate public officers or employees of the ProcuringEntity, or between the BAC and any of the bidders, or if thecollusion is between or among the bidders themselves, orbetween a bidder and a third party, including any act whichrestricts, suppresses or nullifies or tends to restrict,suppress or nullify competition;

(b) If the Procuring Entity’s BAC is found to have failed infollowing the prescribed bidding procedures; or

(c) For any justifiable and reasonable ground where the awardof the contract will not redound to the benefit of the GOP asfollows:

(i) If the physical and economic conditions havesignificantly changed so as to render the project nolonger economically, financially or technicallyfeasible as determined by the head of the procuringentity;

(ii) If the project is no longer necessary as determined bythe head of the procuring entity; and

(iii) If the source of funds for the project has beenwithheld or reduced through no fault of the ProcuringEntity.

30.3. In addition, the Procuring Entity may likewise declare afailure of bidding when:

(a) No bids are received;

(b) All prospective bidders are declared ineligible;

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

[BIDDING DOCUMENTS] 2015

32 Section II. Instructions to Bidders | Philippine National Police

(d) The bidder with the Lowest Calculated Responsive Bid(LCRB) refuses, without justifiable cause to accept theaward of contract, and no award is made.

F. Award of Contract

31. Contract Award

31.1. Subject to ITB Clause 29, the Procuring Entity shall awardthe contract to the Bidder whose bid has been determined tobe the LCRB.

31.2. Prior to the expiration of the period of bid validity, theProcuring Entity shall notify the successful Bidder in writingthat its bid has been accepted, through a Notice of Awardreceived personally or sent by registered mail orelectronically, receipt of which must be confirmed in writingwithin two (2) days by the Bidder with the LCRB andsubmitted personally or sent by registered mail orelectronically to the Procuring Entity.

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

(a) Submission of the valid JVA, if applicable, within ten (10)calendar days from receipt by the Bidder of the notice fromthe BAC that the Bidder has the LCRB;

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

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

(d) Approval by higher authority, if required.

31.4. At the time of contract award, the Procuring Entity shall notincrease or decrease the quantity of goods originallyspecified in Section VI. Schedule of Requirements.

32. Signing of the Contract

32.1. At the same time as the Procuring Entity notifies thesuccessful Bidder that its bid has been accepted, theProcuring Entity shall send the Contract Form to the Bidder,which contract has been provided in the BiddingDocuments, incorporating therein all agreements betweenthe parties.

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

[BIDDING DOCUMENTS] 2015

33 Section II. Instructions to Bidders | Philippine National Police

performance security and sign and date the contract andreturn it to the Procuring Entity.

32.3. The Procuring Entity shall enter into contract with thesuccessful Bidder within the same ten (10) calendar daysperiod provided that all the documentary requirements arecomplied with.

32.4. The following documents shall form part of the contract:

(a) Contract Agreement;

(b) Bidding Documents;

(c) Winning bidder’s bid, including the Technical and FinancialProposals, and all other documents/statements submitted;

(d) Performance Security;

(e) Credit line in accordance with ITB Clause 5.5, if applicable;

(f) Notice of Award of Contract; and

(g) Other contract documents that may be required by existinglaws and/or specified in the BDS.

33. Performance Security

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

33.2. The performance security shall be denominated in PhilippinePesos and posted in favor of the Procuring Entity in anamount equal to the percentage of the total contract price inaccordance with the following schedule:

Form of Performance Security

Amount of PerformanceSecurity

(Equal to Percentage of theTotal Contract Price)

(a) Cash or cashier’s/manager’s check issuedby a Universal or Commercial Bank. Five percent (5%)

[BIDDING DOCUMENTS] 2015

34 Section II. Instructions to Bidders | Philippine National Police

(b) Bank draft/guarantee or irrevocable letter ofcredit issued by a Universal or CommercialBank: Provided, however, that it shall beconfirmed or authenticated by a Universal orCommercial Bank, if issued by a foreignbank.

(c) Surety bond callable upon demand issuedby a surety or insurance company dulycertified by the Insurance Commission asauthorized to issue such security and acertification issued by the insurancecommission stating therein the surety bondis callable upon demand (Certification andAuthorization issued by the InsuranceCommission); and/or

Thirty percent (30%)

(d) Any combination of the foregoing. Proportionate to share of formwith respect to total amount of

security

33.3. Failure of the successful Bidder to comply with the above-mentioned requirement shall constitute sufficient ground forthe annulment of the award and forfeiture of the bid security,in which event the Procuring Entity shall initiate andcomplete the post qualification of the second LowestCalculated Bid. The procedure shall be repeated until theLCRB is identified and selected for contract award. Howeverif no Bidder passed post-qualification, the BAC shall declarethe bidding a failure and conduct a re-bidding with re-advertisement.

34. Notice to Proceed

34.1. Within three (3) calendar days from the date of approval ofthe contract by the appropriate government approvingauthority, the Procuring Entity shall issue its Notice toProceed to the Bidder.

34.2. The date of the Bidder’s receipt of the Notice to Proceed willbe regarded as the effective date of the contract, unlessotherwise specified in the BDS.

[BIDDING DOCUMENTS] 2015

35 Section III. Bid Data Sheet | Philippine National Police

Section III. Bid Data Sheet

[BIDDING DOCUMENTS] 2015

36 Section III. Bid Data Sheet | Philippine National Police

Bid Data SheetITB Clause

0 The Procuring Entity is Philippine National Police

0 The lot(s) and reference is/are:

Public Bidding Nr CES2015-03 Procurement and Installation ofCCTV Cameras in the Crime Prone Areas in NCRPO - Phase 1(Caloocan PS 1, Masambong PS 2, Talipapa PS 3, Batasan PS 6and Kamuning PS 10) with an ABC of Three Million Six HundredThirty One Thousand Seven Hundred Sixty Pesos(Php3,631,760.00).

2 The Funding Source is: The Government of the Philippines (GOP)through Funding Memo under PNP Trust Receipt 1st Qtr 2014 datedJanuary 08, 2015.

ITEM/DESCRIPTION APPROVED BUDGET FORTHE CONTRACT

Procurement and Installation ofCCTV Cameras in the Crime

Prone Areas in NCRPO - Phase1 (Caloocan PS 1, MasambongPS 2, Talipapa PS 3, BatasanPS 6 and Kamuning PS 10)

Php3,631,760.00

5.1 No further instructions.

5.2 Joint Venture Agreements (JVA)All documents submitted by the foreign or local bidders shallpass through the authentication and legalization process in thePhilippine Embassy or Consulate in the foreign country wherethe documents are executed. Likewise, documents submittedby a foreign partner in a Joint Venture Agreement (JVA) shallalso conform with the aforementioned requirement.

5.4 The Bidder must have completed within two (2) years from thedate of submission and receipt of bids a single contract that issimilar to this Project, equivalent to at least fifty percent (50%)of the ABC.

For this purpose, a Similar Contract (SC) shall refer to supply,delivery and installation of CCTV Cameras as the itemsenumerated in the technical specifications.

The bidder shall submit the following documents as proof ofits SC:

[BIDDING DOCUMENTS] 2015

37 Section III. Bid Data Sheet | Philippine National Police

1. Copy of the Contract of supply and delivery of relateditems (if applicable);2. BIR authorized Receipt, or, in case of a foreign bidder,appropriate equivalent document;3. Proof of acceptance or its equivalent, such as but notlimited to Certificate of Final Acceptance; and4. If the Value of the SC was adjusted to current prices usingthe National Statistics Office (NSO) consumer price indices, acertification duly issued by the NSO.

5.5 The bidder must submit a computation of its Net FinancialContracting Capacity (NFCC) which must be equal to or morethan the ABC. The NFCC computation shall be certified to betrue and correct by a certified public accountant and swornunder oath before a notary public.

6.3 No further instructions.

7 Additional Requirements:

The PNP has no restriction on the origin of the goods otherthan those prohibited by the UN Security Council, subject toITB Clause 27.1

Goods maybe offered in connection with this procurementprovided that bidders shall submit any of the followingrequirements which shall be Notarized:

1. Authority to Sell/Distribute the Goods from themanufacturers/assembler.

In case the Authority to sell or exclusive distributorshipagreement is written in language other than English language, atranslation thereof in English shall also be submitted. Theeligibility requirements or statements, the bids, and all otherdocuments to be submitted to the BAC must be in English. Atranslation of the documents in English certified by theappropriate embassy or consulate in the Philippines mustaccompany the eligibility requirements under class “A” and “B”Documents if they are in other foreign language.

Failure to comply with these requirements shall be a ground fordisqualification.

8.1 Subcontracting is not allowed.

8.2 Not applicable.

9.1 a. The Date and Venue of the Pre-Bid Conference is on:

February 17, 2015, 9:00 AM

[BIDDING DOCUMENTS] 2015

38 Section III. Bid Data Sheet | Philippine National Police

PNP CES Conference Room, Ground FloorCommunications and Electronics ServiceCamp Crame, QC

b. Only bidders who purchased the Bidding Documents areallowed to raise/ ask question in the Pre-Bid Conference and maysend not more than three (3) representatives at least oneEngineer/Technician for such purpose.

10.1 The Procuring Entity’s address is:

PNP-CES Building, Camp Crame, Quezon City

Name of Office: Philippine National Police- Communications andElectronics Service

Chairman BAC: RAMON OYZON PURUGGANANPolice Senior Superintendent

Telephone Nr : (02)723-0401 loc. 3470

12.1 No further instructions.12.1(a)(i) The following registration documents shall be required:

a. For Sole Proprietorship- Department of Trade and Industry (DTI)Business Name Registration;

b. For Corporations – Securities and Exchange Commission (SEC)Certificate of Registration or SEC Certificate of Filing ofAmended Articles of Incorporation;

c. For Partnership - (SEC) Certificate of Registration or SECCertificate of Filing of Amended Articles of Partnership; and

d. For Cooperatives – Cooperative Development Authority.

12.1(a)(ii) Current and Valid Mayor’s Permit. (2015)

12.1(a)(iii) Statement of all ongoing and completed government and privatecontracts shall include all such contracts within two (2) years priorto the deadline for the submission and receipt of bids.

12.1(a)(iv) Audited financial statements for year 2014, stamped “received”and signed at least on one page by the Bureau of InternalRevenue (BIR) or its duly accredited and authorized institutions, for the preceding calendar year, which should not be earlierthan two (2) years from bid submission;

Failure to comply shall be a ground for disqualification.

12.1(a)(vi) The JVA shall be presented, in case it is already in existence ora duly notarized statement from all the potential joint venturepartners, stating that they will enter into and abide by the

[BIDDING DOCUMENTS] 2015

39 Section III. Bid Data Sheet | Philippine National Police

provisions of the JVA and the approved supply contract.

12.1(b)(iii) In the column “Bidders Compliance” the bidder must state“comply against each of the individual parameter of equipmentoffered. Statement of “comply must be supported by evidencein a bidders bid and cross-referenced to that evidence.Evidence shall be in the form of manufacturer’s or distributor’sun amended sales literature, unconditional statements orspecification and compliance issued by the manufacturer ordistributor, samples, independent test data etc., as appropriate.

The indication of word “comply” in the portion opposite theitem which the primary requirement shall mean that all itemsunder the same are complied with.

Should there be discrepancy/ies found during post qualificationon the bidder’s representation of compliance and actual vis-à-vis under the compliance issued by the manufacturer ordistributor, the same shall be enough basis for disqualification.

13.1 No additional Requirements.

13.2 The ABC is specified in ITB Clause 2.1 of this BDS. Any bid with afinancial component exceeding this amount shall not be accepted.

15.4(a)(iii) Incidental services and other expenses such as but not limitedto Post-Qualification and Acceptance Test shall be borne by theproponent.

15.4(b) The price of the Goods shall be quoted Delivered Duty Paid (DDP)Philippine National Police- Communications and Electronics Service,Camp Crame, Quezon City.

15.5 Bid Prices shall be fixed and must be INCLUSIVE of all taxes, importduties and VAT. Adjustable price proposals shall be treated as non-responsive and shall be rejected.

15.6 Extraordinary circumstances refer to events that may be determinedby the National Economic and Development Authority in accordancewith the Civil Code of the Philippines, and upon the recommendationof the Procuring Entity.

16.1(b) The Bid prices for Goods supplied from outside of the Philippinesshall be quoted in Philippine Pesos and must be inclusive of alltaxes, import duties and VAT.

16.3 No further instructions.

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

[BIDDING DOCUMENTS] 2015

40 Section III. Bid Data Sheet | Philippine National Police

18.1 The Bid Security shall be in the following forms and amounts:

1) At least 2% of the ABC if cash, cashier’s or manager’scheck, bank draft or bank guarantee, or irrevocable letterof credit issued by a universal or commercial bank infavor of the PNP; or

2) Surety Bond Subject to the following requirements:

a) Must be at least 5% of the ABC with the phrase “callableon demand” indicated in the surety bond;

b) Issued by a bonding company duly accredited/authorized by the Insurance Commission (Certificate ofAuthority); and

c) A Certification from the Insurance Commissionunequivocally stating that the surety or insurancecompany is authorized to issue surety bond “callableupon demand”. (Reference: GPPB NPM NO. 13-2010 andNPM 024-2010)

3) Bid Securing Declaration.

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

18.5(a)(iv) Additional grounds for forfeiture of bid security:

1. Submission of eligibility requirements containing falseinformation or falsified documents.

2. Submission of bids that contain false information or falsifieddocuments, or the concealment of such information in thebids in order to influence the outcome of eligibility screeningor any other stage of the public bidding.

3. Allowing the use of one’s name, or using the name of anotherfor purposes of public bidding.

4. Withdrawal of a bid, or refusal to accept an award, or enterinto contract with the Government without justifiable cause,after the Bidder had been adjudged as having submitted theLowest Calculated and Responsive Bid.

5. Refusal or failure to post the required performance securitywithin the prescribed time.

6. Refusal to clarify or validate in writing its bid during post-qualification within a period of seven (7) calendar days from

[BIDDING DOCUMENTS] 2015

41 Section III. Bid Data Sheet | Philippine National Police

receipt of the request for clarification.

7. Any documented unsolicited attempt by a bidder to undulyinfluence the outcome of the bidding in his favor.

8. Failure of the potential joint venture partners to enter into thejoint venture after the bid is declared as successful.

9. All other acts that tend to defeat the purpose of thecompetitive bidding, such as habitually withdrawing frombidding, submitting late Bids or patently insufficient bid, for atleast three (3) times within a year, except for valid reasons.

18.5(b)(iii) No further instructions.

19 No further instructions20.1 No further instructions

20.3 Bidders shall submit the first and second envelope in three (3)copies each (Copy 1, Copy 2, Copy 3)

COPY 1- Bidders shall submit the following:

a. Original documents; orb. Photocopies of the original duly authenticated by the

issuing agency/entity.

Absence of authentication by the issuing agency/entity on anypage of the photocopies of the original documents submitted,or submission of photocopies of authenticated copies orCertified Photocopies of the documents shall be considered asnon compliance under this clause and shall be a ground fordisqualification.

COPY 2, and COPY 3- Bidders shall submit photocopies of theoriginal or photocopies of the authenticated documentsprovided it is originally signed by the bidder/authorizedrepresentative on each and every page. However, bidders arenot precluded from submitting original documents, orphotocopies of the original duly authenticated by the issuingagency/entity.

Absence of the signature of the bidder/authorizedrepresentative on any page of the photocopies of the original orauthenticated documents submitted shall be a ground fordisqualification.

Packaging of Folders/ Envelopes:All sets of documents/ folders submitted must be:

(1) arranged according to the sequence by which the

[BIDDING DOCUMENTS] 2015

42 Section III. Bid Data Sheet | Philippine National Police

same are listed in the Bidding Documents;

(2) Contain a Table of Contents listing down the differentdocuments submitted which shall serve as cover for every setof documents/folders; and

(3) Tabbed to easily identify/locate each type ofdocuments. One tabbing must be placed for every documentand each set of documents must have its own sequentialtabbing and must be sequentially paginated in accurate order inthe form i.e. page 3 of 100”. Page number of last page of thedocument (per envelope basis)

(4) Assignment of page numbers should be sequentialbased on the entire span of the whole documents inside theenvelope.

Non-compliance with any of the foregoing requirementsshall be a basis for disqualification.

21 Place, Date and Time of Bid Submission:

The address for the submission of bids is at the PNP CESConference Room, Ground floor, Camp Crame, Quezon City.

The deadline for submission of bids is March 2, 2015 at 9:00 AM.

23 Bid modification is not allowed

24 The place of bid opening is at the PNP CES Conference Room,Ground floor, Camp Crame, Quezon City.

The date and time of bid opening is March 2, 2015, 9:00 AM.24.1 No further instructions.

25.1 The Head of the CES BAC Secretariat or the Head of the CES BACTWG concerned, for purposes of clarification, verification and/orevaluation of the documents submitted by the bidder with the BACand other activities related thereto, may communicate with thebidder on the submitted documents only.

27.1 No further instructions.

28.3 Grouping and Evaluation of Lots –

The goods are grouped in a single lot and the lot shall not be dividedinto sub-lots for the purpose of bidding, evaluation, and contractaward.

[BIDDING DOCUMENTS] 2015

43 Section III. Bid Data Sheet | Philippine National Police

28.3(b) No further instructions.

28.5 No further instructions.

29During the Opening of Bids:

Upon Determination of the BAC, the bidder with the LowestCalculated Bid (LCB)/Single Calculated Bid (SCB) shall submit One(1) sample (if the proponent submitted pictures/brochure) of theCCTV Camera System CES TWG within three (3) calendar daysfrom the Opening of Bids for post-qualification test and evaluation.

The bidder shall also submit to the BAC Secretariat the Original orphotocopies duly authenticated by the issuing agency/entity thefollowing documentary requirements if not submitted during theopening of bids:a. Tax Clearance;b. Latest Income and business tax returns;c. Certificate of PhilGEPS registration; andd. BIR Certificate of Registration.

All partners in a joint venture shall likewise submit the abovedocumentary requirements, and in case of foreign bidders, theirequivalent. The foregoing documents shall comply with the requiredformalities as provide for under clause 5.2 and 7 (par 3).

The delivery and installation period shall be 60 calendar daysupon receipt of the Notice to Proceed.

Non-compliance with the above requirement shall meritdisqualification.

29.2(b) No further instructions.

29.2(d) Additional Requirements:

A) Bidders shall submit an UNDERTAKING or equivalentdocument as part of the eligibility and technical requirements,containing the following:

1. That the freight/ forwarding cost shall beborne by the bidder, and

2. All other incidental expenses during thepost-qualification and functional test shallbe borne by the winning bidder until thecontract is finally completed.

B) 1. List and Pictures of Authorized Service Centers

[BIDDING DOCUMENTS] 2015

44 Section III. Bid Data Sheet | Philippine National Police

located within Metro Manila.

2. Bidder or Joint Venture Partner must appoint a ProjectManager with Professional experience and certification fromany of the Project Management Certifying Body Attesting tohis/her competency (e.g. PMP, CAPM, Comp TIA Project+, MPM,CPM, etc)

32.4(g) No further instructions.

33.2 Performance Security: The amount and form of PerformanceSecurity shall be any of the following:

1) 5% of the contract price if cash, cashier’s/manager’s check,bank draft/guarantee or irrevocable letter of credit issued by auniversal or commercial bank; or

2) Surety Bond Subject to the following requirements:a) Must be at least 30% of the ABC with the phrase “callable

on demand” indicated in the surety bond;b) Issued by a bonding company duly accredited/ authorized

by the Insurance Commission (Certificate of Authority); andc) A Certification from the Insurance Commission

unequivocally stating that the surety or insurance companyis authorized to issue surety bond “callable upon demand”.(Reference: GPPB NPM NO. 13-2010 and NPM 024-2010)

34 Effective Date of Contract: The effective date of the Contract isupon the date of receipt by the winning bidder of the Notice toProceed and Copy of the Approved Supply Contract.

35 Warranty Security: Upon final acceptance of the Project by theInspection and Acceptance Committee (IAC), the supplier shall posta special bank guarantee equivalent to at least ten percent (10%) ofthe contract price as warranty security pursuant to Section 62.1 ofthe Revised IRR of RA No. 9184. The said amounts shall only bereleased after the lapse of the warranty period which is one (1)year (free of labor and materials, free from defects in materialsand workmanship, to include cost of freight, tax and otherexpenses for the repair of the equipment and the spare partsshall be available from the manufacturer/supplier for a period ofnot less than five (5) years from the date of purchase afteracceptance by the procuring entity of the delivered supplies.Provided, however, that the supplies delivered are free frompatent and latent defects and all the conditions imposed underthe contract have been fully met.

[BIDDING DOCUMENTS] 2015

45 | Philippine National Police

Section IV. General Conditions ofContract

[BIDDING DOCUMENTS] 2015

46 Section IV. General Conditions of Contract | Philippine National Police

TABLE OF CONTENTS

1. DEFINITIONS ................................................................................... 482. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE

PRACTICES..................................................................................... 493. INSPECTION AND AUDIT BY THE FUNDING SOURCE ............................. 504. GOVERNING LAW AND LANGUAGE .................................................... 505. NOTICES ........................................................................................ 506. SCOPE OF CONTRACT ..................................................................... 517. SUBCONTRACTING .......................................................................... 518. PROCURING ENTITY’S RESPONSIBILITIES........................................... 519. PRICES .......................................................................................... 5110. PAYMENT ....................................................................................... 5211. ADVANCE PAYMENT ........................................................................ 5212. TAXES AND DUTIES ......................................................................... 5213. PERFORMANCE SECURITY ............................................................... 5314. USE OF CONTRACT DOCUMENTS AND INFORMATION........................... 5315. STANDARDS ................................................................................... 5416. INSPECTION AND TESTS ................................................................... 5417. WARRANTY .................................................................................... 5518. DELAYS IN THE SUPPLIER’S PERFORMANCE ...................................... 5619. LIQUIDATED DAMAGES .................................................................... 5620. SETTLEMENT OF DISPUTES .............................................................. 5621. LIABILITY OF THE SUPPLIER ............................................................. 5722. FORCE MAJEURE ............................................................................ 5723. TERMINATION FOR DEFAULT ............................................................ 5824. TERMINATION FOR INSOLVENCY........................................................ 5925. TERMINATION FOR CONVENIENCE ..................................................... 5926. TERMINATION FOR UNLAWFUL ACTS................................................. 5927. PROCEDURES FOR TERMINATION OF CONTRACTS .............................. 6028. ASSIGNMENT OF RIGHTS.................................................................. 6129. CONTRACT AMENDMENT.................................................................. 61

[BIDDING DOCUMENTS] 2015

47 Section IV. General Conditions of Contract | Philippine National Police

30. APPLICATION.................................................................................. 61

[BIDDING DOCUMENTS] 2015

48 Section IV. General Conditions of Contract | Philippine National Police

1. Definitions

1.1. In this Contract, the following terms shall be interpreted asindicated:

(a) “The Contract” means the agreement entered into betweenthe Procuring Entity and the Supplier, as recorded in theContract Form signed by the parties, including allattachments and appendices thereto and all documentsincorporated by reference therein.

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

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

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

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

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

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

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

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

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

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

(l) “Day” means calendar day.

[BIDDING DOCUMENTS] 2015

49 Section IV. General Conditions of Contract | Philippine National Police

(m) The “Effective Date” of the contract will be the date ofreceipt by the Supplier of the Notice to Proceed or the dateprovided in the Notice to Proceed. Performance of allobligations shall be reckoned from the Effective Date of theContract.

(n) “Verified Report” refers to the report submitted by theImplementing Unit to the Head of the Procuring Entitysetting forth its findings as to the existence of grounds orcauses for termination and explicitly stating itsrecommendation for the issuance of a Notice to Terminate.

2. Corrupt, Fraudulent, Collusive, and Coercive Practices

2.1. The Procuring Entity as well as the bidders, contractors, orsuppliers shall observe the highest standard of ethicsduring the procurement and execution of this Contract. Inpursuance of this policy, the Procuring Entity:

(a) defines, for the purposes of this provision, the terms setforth below as follows:

(i) "corrupt practice" means behavior on the part ofofficials in the public or private sectors by which theyimproperly and unlawfully enrich themselves, others,or induce others to do so, by misusing the position inwhich they are placed, and it includes the offering,giving, receiving, or soliciting of anything of value toinfluence the action of any such official in theprocurement process or in contract execution;entering, on behalf of the Government, into anycontract or transaction manifestly and grosslydisadvantageous to the same, whether or not thepublic officer profited or will profit thereby, andsimilar acts as provided in Republic Act 3019.

(ii) "fraudulent practice" means a misrepresentation offacts in order to influence a procurement process orthe execution of a contract to the detriment of theProcuring Entity, and includes collusive practicesamong Bidders (prior to or after bid submission)designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring Entityof the benefits of free and open competition.

(iii) “collusive practices” means a scheme orarrangement between two or more Bidders, with orwithout the knowledge of the Procuring Entity,designed to establish bid prices at artificial, non-competitive levels.

[BIDDING DOCUMENTS] 2015

50 Section IV. General Conditions of Contract | Philippine National Police

(iv) “coercive practices” means harming or threatening toharm, directly or indirectly, persons, or their propertyto influence their participation in a procurementprocess, or affect the execution of a contract;

(b) will reject a proposal for award if it determines that theBidder recommended for award has engaged in any of thepractices mentioned in this Clause for purposes ofcompeting for the contract.

2.2. Further the Funding Source, Borrower or Procuring Entity,as appropriate, will seek to impose the maximum civil,administrative and/or criminal penalties available under theapplicable law on individuals and organizations deemed tobe involved with any of the practices mentioned in GCCClause 2.1(a).

3. Inspection and Audit by the Funding Source

The Supplier shall permit the Funding Source to inspect the Supplier’saccounts and records relating to the performance of the Supplier and to havethem audited by auditors appointed by the Funding Source, if so required bythe Funding Source.

4. Governing Law and Language

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

4.2. This Contract has been executed in the English language,which shall be the binding and controlling language for allmatters relating to the meaning or interpretation of thisContract. All correspondence and other documentspertaining to this Contract exchanged by the parties shall bewritten in English.

5. Notices

5.1. Any notice, request, or consent required or permitted to begiven or made pursuant to this Contract shall be in writing.Any such notice, request, or consent shall be deemed tohave been given or made when received by the concernedparty, either in person or through an authorizedrepresentative of the Party to whom the communication isaddressed, or when sent by registered mail, telex, telegram,or facsimile to such Party at the address specified in theSCC, which shall be effective when delivered and dulyreceived or on the notice’s effective date, whichever is later.

[BIDDING DOCUMENTS] 2015

51 Section IV. General Conditions of Contract | Philippine National Police

5.2. A Party may change its address for notice hereunder bygiving the other Party notice of such change pursuant to theprovisions listed in the SCC for GCC Clause 5.1.

6. Scope of Contract

6.1. The GOODS and Related Services to be provided shall be asspecified in Section VI. Schedule of Requirements

6.2. This Contract shall include all such items, although notspecifically mentioned, that can be reasonably inferred asbeing required for its completion as if such items wereexpressly mentioned herein. Any additional requirementsfor the completion of this Contract shall be provided in theSCC.

7. Subcontracting

7.1. Subcontracting of any portion of the Goods, if allowed in theBDS, does not relieve the Supplier of any liability orobligation under this Contract. The Supplier will beresponsible for the acts, defaults, and negligence of anysubcontractor, its agents, servants or workmen as fully as ifthese were the Supplier’s own acts, defaults, or negligence,or those of its agents, servants or workmen.

7.2. Subcontractors disclosed and identified during the biddingmay be changed during the implementation of this Contract,subject to compliance with the required qualifications andthe approval of the Procuring Entity.

8. Procuring Entity’s Responsibilities

8.1. Whenever the performance of the obligations in thisContract requires that the Supplier obtain permits,approvals, import, and other licenses from local publicauthorities, the Procuring Entity shall, if so needed by theSupplier, make its best effort to assist the Supplier incomplying with such requirements in a timely andexpeditious manner.

8.2. The Procuring Entity shall pay all costs involved in theperformance of its responsibilities in accordance with GCCClause 6.

9. Prices

Prices charged by the Supplier for Goods delivered and/or services performedunder this Contract shall not vary from the prices quoted by the Supplier in itsbid, with the exception of any change in price resulting from a Change Orderissued in accordance with GCC Clause 29, or if applicable, adjustments

[BIDDING DOCUMENTS] 2015

52 Section IV. General Conditions of Contract | Philippine National Police

authorized in accordance with the price adjustment provisions specified in theSCC.

10. Payment

10.1. Unless otherwise specified in the SCC, payments shall bemade only upon a certification by the Head of the ProcuringEntity to the effect that the Goods have been rendered ordelivered in accordance with the terms of this Contract andhave been duly inspected and accepted. Except with theprior approval of the President no payment shall be made forservices not yet rendered or for supplies and materials notyet delivered under this Contract. Ten percent (10%) of theamount of each payment shall be retained by the ProcuringEntity to cover the Supplier’s warranty obligations underthis Contract as described in GCC Clause 17.

10.2. The Supplier’s request(s) for payment shall be made to theProcuring Entity in writing, accompanied by an invoicedescribing, as appropriate, the Goods delivered and/orServices performed, and by documents submitted pursuantto the SCC provision for GCC Clause 6.2, and uponfulfillment of other obligations stipulated in this Contract.

10.3. Pursuant to GCC Clause 10.2, payments shall be madepromptly by the Procuring Entity, but in no case later thansixty (60) days after submission of an invoice or claim by theSupplier.

10.4. Unless otherwise specified in the SCC, the currency inwhich payment is made to the Supplier under this Contractshall be in Philippine Pesos.

11. Advance Payment

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

11.2. For Goods supplied from abroad, ten percent (10%) of theContract price shall be paid within sixty (60) calendar daysfrom signing of the contract and upon submission of a claimand a bank guarantee issued by a licensed bank for theequivalent amount valid until the Goods are delivered and inthe form provided in Section VIII. Bidding Forms.

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

12. Taxes and Duties

[BIDDING DOCUMENTS] 2015

53 Section IV. General Conditions of Contract | Philippine National Police

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

13. Performance Security

13.1. Unless otherwise specified in the SCC, within ten (10)calendar days from receipt of the Notice of Award from theProcuring Entity but in no case later than the signing of thecontract by both parties, the successful Bidder shall furnishthe performance security in any of the forms prescribed inthe ITB Clause 33.2.

13.2. The performance security posted in favor of the ProcuringEntity shall be forfeited in the event it is established that thewinning bidder is in default in any of its obligations underthe contract.

13.3. The performance security shall remain valid until issuanceby the Procuring Entity of the Certificate of FinalAcceptance.

13.4. Unless otherwise specified in the SCC, the performancesecurity may be released by the Procuring Entity andreturned to the Supplier after the issuance of the Certificateof Final Acceptance subject to the following conditions:

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

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

(c) Other terms specified in the SCC.

13.5. In case of a reduction of the contract value, the ProcuringEntity shall allow a proportional reduction in the originalperformance security, provided that any such reduction ismore than ten percent (10%) and that the aggregate of suchreductions is not more than fifty percent (50%) of theoriginal performance security.

14. Use of Contract Documents and Information

14.1. The Supplier shall not, except for purposes of performingthe obligations in this Contract, without the ProcuringEntity’s prior written consent, disclose this Contract, or anyprovision thereof, or any specification, plan, drawing,pattern, sample, or information furnished by or on behalf ofthe Procuring Entity. Any such disclosure shall be made in

[BIDDING DOCUMENTS] 2015

54 Section IV. General Conditions of Contract | Philippine National Police

confidence and shall extend only as far as may be necessaryfor purposes of such performance.

14.2. Any document, other than this Contract itself, enumerated inGCC Clause 14.1 shall remain the property of the ProcuringEntity and shall be returned (all copies) to the ProcuringEntity on completion of the Supplier’s performance underthis Contract if so required by the Procuring Entity.

15. Standards

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

16. Inspection and Tests

The Procuring Entity or its representative shall have theright to inspect and/or to test the Goods to confirm theirconformity to the Contract specifications at no extra cost tothe Procuring Entity. The SCC and Section VII. TechnicalSpecifications shall specify what inspections and/or teststhe Procuring Entity requires and where they are to beconducted. The Procuring Entity shall notify the Supplier inwriting, in a timely manner, of the identity of anyrepresentatives retained for these purposes.

16.1. If applicable, the inspections and tests may be conducted onthe premises of the Supplier or its subcontractor(s), at pointof delivery, and/or at the goods’ final destination. Ifconducted on the premises of the Supplier or itssubcontractor(s), all reasonable facilities and assistance,including access to drawings and production data, shall befurnished to the inspectors at no charge to the ProcuringEntity.

16.2. The Procuring Entity or its designated representative shallbe entitled to attend the tests and/or inspections referred toin this Clause provided that the Procuring Entity shall bearall of its own costs and expenses incurred in connectionwith such attendance including, but not limited to, alltraveling and board and lodging expenses.

16.3. The Procuring Entity may reject any Goods or any partthereof that fail to pass any test and/or inspection or do notconform to the specifications. The Supplier shall eitherrectify or replace such rejected Goods or parts thereof ormake alterations necessary to meet the specifications at nocost to the Procuring Entity, and shall repeat the test and/or

[BIDDING DOCUMENTS] 2015

55 Section IV. General Conditions of Contract | Philippine National Police

inspection, at no cost to the Procuring Entity, upon giving anotice pursuant to GCC Clause 5.

16.4. The Supplier agrees that neither the execution of a testand/or inspection of the Goods or any part thereof, nor theattendance by the Procuring Entity or its representative,shall release the Supplier from any warranties or otherobligations under this Contract.

17. Warranty

17.1. The Supplier warrants that the Goods supplied under theContract are new, unused, of the most recent or currentmodels, and that they incorporate all recent improvementsin design and materials, except when the technicalspecifications required by the Procuring Entity providesotherwise.

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

17.3. In order to assure that manufacturing defects shall becorrected by the Supplier, a warranty shall be required fromthe Supplier for a minimum period specified in the SCC. Theobligation for the warranty shall be covered by, at theSupplier’s option, either retention money in an amountequivalent to at least ten percent (10%) of every progresspayment, or a special bank guarantee equivalent to at leastten percent (10%) of the Contract Price or other suchamount if so specified in the SCC. The said amounts shallonly be released after the lapse of the warranty periodspecified in the SCC; provided, however, that the Suppliesdelivered are free from patent and latent defects and all theconditions imposed under this Contract have been fully met.

17.4. The Procuring Entity shall promptly notify the Supplier inwriting of any claims arising under this warranty. Uponreceipt of such notice, the Supplier shall, within the periodspecified in the SCC and with all reasonable speed, repair orreplace the defective Goods or parts thereof, without cost tothe Procuring Entity.

17.5. If the Supplier, having been notified, fails to remedy thedefect(s) within the period specified in GCC Clause 17.4, theProcuring Entity may proceed to take such remedial actionas may be necessary, at the Supplier’s risk and expense andwithout prejudice to any other rights which the Procuring

[BIDDING DOCUMENTS] 2015

56 Section IV. General Conditions of Contract | Philippine National Police

Entity may have against the Supplier under the Contract andunder the applicable law.

18. Delays in the Supplier’s Performance

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

18.2. If at any time during the performance of this Contract, theSupplier or its Subcontractor(s) should encounterconditions impeding timely delivery of the Goods and/orperformance of Services, the Supplier shall promptly notifythe Procuring Entity in writing of the fact of the delay, itslikely duration and its cause(s). As soon as practicable afterreceipt of the Supplier’s notice, and upon causes providedfor under GCC Clause 22, the Procuring Entity shall evaluatethe situation and may extend the Supplier’s time forperformance, in which case the extension shall be ratified bythe parties by amendment of Contract.

18.3. Except as provided under GCC Clause 22, a delay by theSupplier in the performance of its obligations shall renderthe Supplier liable to the imposition of liquidated damagespursuant to GCC Clause 19, unless an extension of time isagreed upon pursuant to GCC Clause 29 without theapplication of liquidated damages.

19. Liquidated Damages

Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorilydeliver any or all of the Goods and/or to perform the Services within theperiod(s) specified in this Contract inclusive of duly granted timeextensions if any, the Procuring Entity shall, without prejudice to itsother remedies under this Contract and under the applicable law, deductfrom the Contract Price, as liquidated damages, a sum equivalent to thepercentage specified in the SCC of the delivered price of the delayedGoods or unperformed Services for each week or part thereof of delayuntil actual delivery or performance, up to a maximum deduction of thepercentage specified in the SCC. Once the maximum is reached, theProcuring Entity shall rescind the Contract pursuant to GCC Clause 23,without prejudice to other courses of action and remedies open to it.

20. Settlement of Disputes

20.1. If any dispute or difference of any kind whatsoever shallarise between the Procuring Entity and the Supplier inconnection with or arising out of this Contract, the partiesshall make every effort to resolve amicably such dispute ordifference by mutual consultation.

[BIDDING DOCUMENTS] 2015

57 Section IV. General Conditions of Contract | Philippine National Police

20.2. If after thirty (30) days, the parties have failed to resolve theirdispute or difference by such mutual consultation, theneither the Procuring Entity or the Supplier may give notice tothe other party of its intention to commence arbitration, ashereinafter provided, as to the matter in dispute, and noarbitration in respect of this matter may be commencedunless such notice is given.

20.3. Any dispute or difference in respect of which a notice ofintention to commence arbitration has been given inaccordance with this Clause shall be settled by arbitration.Arbitration may be commenced prior to or after delivery ofthe Goods under this Contract.

20.4. Arbitration proceedings shall be conducted in accordancewith the rules of procedure specified in the SCC.

20.5. Notwithstanding any reference to arbitration herein, theparties shall continue to perform their respective obligationsunder the Contract unless they otherwise agree; and theProcuring Entity shall pay the Supplier any monies due theSupplier.

21. Liability of the Supplier

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

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

22. Force Majeure

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

22.2. For purposes of this Contract the terms “force majeure” and“fortuitous event” may be used interchangeably. In thisregard, a fortuitous event or force majeure shall beinterpreted to mean an event which the Contractor could nothave foreseen, or which though foreseen, was inevitable. It

[BIDDING DOCUMENTS] 2015

58 Section IV. General Conditions of Contract | Philippine National Police

shall not include ordinary unfavorable weather conditions;and any other cause the effects of which could have beenavoided with the exercise of reasonable diligence by theContractor.

22.3. If a force majeure situation arises, the Supplier shallpromptly notify the Procuring Entity in writing of suchcondition and the cause thereof. Unless otherwise directedby the Procuring Entity in writing, the Supplier shallcontinue to perform its obligations under the Contract as faras is reasonably practical, and shall seek all reasonablealternative means for performance not prevented by theforce majeure.

23. Termination for Default

23.1. The Procuring Entity shall terminate this Contract for defaultwhen any of the following conditions attends itsimplementation:

(a) Outside of force majeure, the Supplier fails to deliver orperform any or all of the Goods within the period(s)specified in the contract, or within any extension thereofgranted by the Procuring Entity pursuant to a request madeby the Supplier prior to the delay, and such failure amountsto at least ten percent (10%) of the contact price;

(b) As a result of force majeure, the Supplier is unable todeliver or perform any or all of the Goods, amounting to atleast ten percent (10%) of the contract price, for a period ofnot less than sixty (60) calendar days after receipt of thenotice from the Procuring Entity stating that thecircumstance of force majeure is deemed to have ceased;or

(c) The Supplier fails to perform any other obligation under theContract.

23.2. In the event the Procuring Entity terminates this Contract inwhole or in part, for any of the reasons provided under GCCClauses 23 to 26, the Procuring Entity may procure, uponsuch terms and in such manner as it deems appropriate,Goods or Services similar to those undelivered, and theSupplier shall be liable to the Procuring Entity for anyexcess costs for such similar Goods or Services. However,the Supplier shall continue performance of this Contract tothe extent not terminated.

23.3. In case the delay in the delivery of the Goods and/orperformance of the Services exceeds a time durationequivalent to ten percent (10%) of the specified contract time

[BIDDING DOCUMENTS] 2015

59 Section IV. General Conditions of Contract | Philippine National Police

plus any time extension duly granted to the Supplier, theProcuring Entity may terminate this Contract, forfeit theSupplier's performance security and award the same to aqualified Supplier.

24. Termination for Insolvency

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

25. Termination for Convenience

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

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

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

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

25.3. If the Supplier suffers loss in its initial performance of theterminated contract, such as purchase of raw materials forgoods specially manufactured for the Procuring Entity whichcannot be sold in open market, it shall be allowed to recoverpartially from this Contract, on a quantum meruit basis.Before recovery may be made, the fact of loss must beestablished under oath by the Supplier to the satisfaction ofthe Procuring Entity before recovery may be made.

26. Termination for Unlawful Acts

[BIDDING DOCUMENTS] 2015

60 Section IV. General Conditions of Contract | Philippine National Police

26.1. The Procuring Entity may terminate this Contract in case itis determined prima facie that the Supplier has engaged,before or during the implementation of this Contract, inunlawful deeds and behaviors relative to contractacquisition and implementation. Unlawful acts include, butare not limited to, the following:

(a) Corrupt, fraudulent, and coercive practices as defined inITB Clause 3.1(a);

(b) Drawing up or using forged documents;

(c) Using adulterated materials, means or methods, orengaging in production contrary to rules of science or thetrade; and

(d) Any other act analogous to the foregoing.

27. Procedures for Termination of Contracts

27.1. The following provisions shall govern the procedures fortermination of this Contract:

(a) Upon receipt of a written report of acts or causes whichmay constitute ground(s) for termination asaforementioned, or upon its own initiative, theImplementing Unit shall, within a period of seven (7)calendar days, verify the existence of such ground(s) andcause the execution of a Verified Report, with all relevantevidence attached;

(b) Upon recommendation by the Implementing Unit, the Headof the Procuring Entity shall terminate this Contract only bya written notice to the Supplier conveying the termination ofthis Contract. The notice shall state:

(i) that this Contract is being terminated for any of theground(s) afore-mentioned, and a statement of theacts that constitute the ground(s) constituting thesame;

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

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

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

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

[BIDDING DOCUMENTS] 2015

61 Section IV. General Conditions of Contract | Philippine National Police

(d) Within a period of seven (7) calendar days from receipt ofthe Notice of Termination, the Supplier shall submit to theHead of the Procuring Entity a verified position paperstating why this Contract should not be terminated. If theSupplier fails to show cause after the lapse of the seven (7)day period, either by inaction or by default, the Head of theProcuring Entity shall issue an order terminating thisContract;

(e) The Procuring Entity may, at any time before receipt of theSupplier’s verified position paper to withdraw the Notice toTerminate if it is determined that certain items or workssubject of the notice had been completed, delivered, orperformed before the Supplier’s receipt of the notice;

(f) Within a non-extendible period of ten (10) calendar daysfrom receipt of the verified position paper, the Head of theProcuring Entity shall decide whether or not to terminatethis Contract. It shall serve a written notice to the Supplierof its decision and, unless otherwise provided, thisContract is deemed terminated from receipt of the Supplierof the notice of decision. The termination shall only bebased on the ground(s) stated in the Notice to Terminate;

(g) The Head of the Procuring Entity may create a ContractTermination Review Committee (CTRC) to assist him in thedischarge of this function. All decisions recommended bythe CTRC shall be subject to the approval of the Head of theProcuring Entity; and

(h) The Supplier must serve a written notice to the ProcuringEntity of its intention to terminate the contract at least thirty(30) calendar days before its intended termination. TheContract is deemed terminated if it is not resumed in thirty(30) calendar days after the receipt of such notice by theProcuring Entity.

28. Assignment of Rights

The Supplier shall not assign his rights or obligations under this Contract, inwhole or in part, except with the Procuring Entity’s prior written consent.

29. Contract Amendment

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

30. Application

[BIDDING DOCUMENTS] 2015

62 Section IV. General Conditions of Contract | Philippine National Police

These General Conditions shall apply to the extent that they are notsuperseded by provisions of other parts of this Contract.

[BIDDING DOCUMENTS] 2015

63 | Philippine National Police

Section V. Special Conditions ofContract

[BIDDING DOCUMENTS] 2015

64 Section V. Special Conditions of Contract | Philippine National Police

Special Conditions of ContractGCC Clause1.1(g) The Procuring Entity is Philippine National Police

1.1(i) The Supplier is [to be inserted at the time of contract award].

1.1(j) The Funding Source is:The Government of the Philippines (GOP) through FundingMemo PNP Trust Receipt 1st Qtr 2014 dated January 08, 2015in the amount of Three Million Six Hundred Thirty OneThousand Seven Hundred Sixty Pesos (Php3,631,760.00).

1.1(k) The Project Site to be installed with the following equipmentand accessories (as prescribed by the Procuring Entity, refer toSection VI. Schedule of Requirements) are:

1. Caloocan PS 1, Bonifacio Monumento Circle, Almar-ZabarteSt, Kanlaun-Langit St.

2. Masambong PS 2, Congressional-Edsa, Agham-MindanaoAve, Edsa-West Ave.

3. Talipapa PS 3, Shorthorn-Rd 20, Quirino Hiway-MindanaoAve, Camachile- North Diversion.

4. Batasan PS 6, Ilang-Ilang, Alley 6, Commonwealth-EverGotesco, Sandigan Bayan.

5. Kamuning PS 10, Edsa-Sct Borromeo, East Ave-BIR Road,East Ave-V. Luna.

5.1 The Procuring Entity’s address for Notices is: Headquarters,Communications and Electronics Service, Philippine NationalPolice, Camp Crame, Quezon City

The Supplier’s address for Notices is: [Insert address including,name of contact, fax and telephone number]

6.2 Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,”“CIP,” “DDP” and other trade terms used to describe theobligations of the parties shall have the meanings assigned tothem by the current edition of INCOTERMS published by theInternational Chamber of Commerce, Paris. The Delivery termsof this Contract shall be as follows:

For foreign Suppliers, state “The delivery terms applicable tothe Contract are DDP delivered [insert place of destination]. In

[BIDDING DOCUMENTS] 2015

65 Section V. Special Conditions of Contract | Philippine National Police

accordance with INCOTERMS.”

For domestic Suppliers, state “The delivery terms applicable tothis Contract are delivered [insert place of destination]. Riskand title will pass from the Supplier to the Procuring Entity uponreceipt and final acceptance of the Goods at their finaldestination.”

Delivery of the Goods shall be made by the Supplier inaccordance with the terms specified in Section VI. Schedule ofRequirements. The details of shipping and/or other documentsto be furnished by the Supplier are as follows:

For Goods supplied from within the Philippines or by domesticSuppliers:

Upon delivery of the Goods to the Project Site, the Suppliershall notify the Procuring Entity and present the followingdocuments to the Procuring Entity:

(i) Original and four copies of the Supplier’s invoiceshowing Goods’ description, quantity, unit price, andtotal amount;

(ii) Original and four copies delivery receipt/note, railwayreceipt, or truck receipt;

(iii) Original Supplier’s factory inspection report;(iv) Original and four copies of the Manufacturer’s and/or

Supplier’s warranty certificate;(v) Original and four copies of the certificate of origin (for

imported Goods);(vi) Delivery receipt detailing number and description of

items received signed by the authorized receivingpersonnel;

(vii) Certificate of Acceptance/Inspection Report signed bythe Procuring Entity’s representative at the Project Site;and

(viii) Four copies of the Invoice Receipt for Property signed bythe Procuring Entity’s representative at the Project Site.

For Goods supplied from abroad (excluding domesticSuppliers):

Upon shipment, the Supplier shall notify the Procuring Entityand the insurance company by cable the full details of theshipment, including Contract Number, description of the Goods,quantity, vessel, bill of lading number and date, port of loading,date of shipment, port of discharge etc. Upon delivery to the

[BIDDING DOCUMENTS] 2015

66 Section V. Special Conditions of Contract | Philippine National Police

Project Site, the Supplier shall notify the Procuring Entity andpresent the following documents as applicable with thedocumentary requirements of any letter of credit issued takingprecedence:

(i) Original and four copies of the Supplier’s invoiceshowing Goods’ description, quantity, unit price, andtotal amount;

(ii) Original and four copies of the negotiable, clean shippedon board bill of lading marked “freight pre-paid” and fivecopies of the non-negotiable bill of lading ;

(iii) Original Supplier’s factory inspection report;(iv) Original and four copies of the Manufacturer’s and/or

Supplier’s warranty certificate;(v) Original and four copies of the certificate of origin (for

imported Goods);(vi) Delivery receipt detailing number and description of

items received signed by the Procuring Entity’srepresentative at the Project Site;

(vii) Certificate of Acceptance/Inspection Report signed bythe Procuring Entity’s representative at the Project Site;and

(viii) Four copies of the Invoice Receipt for Property signed bythe Procuring Entity’s representative at the Project Site.

For purposes of this Clause the Procuring Entity’sRepresentative at the Project Site is Chief, RCEO NCR.

Incidental Services –

The Supplier is required to provide all of the following services,including additional services, if any, specified in Section VISchedule of Requirements:

Select appropriate requirements and delete the rest.

(a) performance or supervision of on-site assembly and/orstart-up of the supplied Goods;

(b) furnishing of tools required for assembly and/ormaintenance of the supplied Goods;

(c) furnishing of a detailed operations and maintenancemanual for each appropriate unit of the supplied Goods;and

(d) performance or supervision or maintenance and/orrepair of the supplied Goods, for a period of time agreedby the parties, provided that this service shall not relieve

[BIDDING DOCUMENTS] 2015

67 Section V. Special Conditions of Contract | Philippine National Police

the Supplier of any warranty obligations under thisContract.

The Contract price for the Goods shall include the pricescharged by the Supplier for incidental services and shall notexceed the prevailing rates charged to other parties by theSupplier for similar services.

Packaging –

The Supplier shall provide such packaging of the Goods as isrequired to prevent their damage or deterioration during transitto their final destination, as indicated in this Contract. Thepackaging shall be sufficient to withstand, without limitation,rough handling during transit and exposure to extremetemperatures, salt and precipitation during transit, and openstorage. Packaging case size and weights shall take intoconsideration, where appropriate, the remoteness of theGOODS’ final destination and the absence of heavy handlingfacilities at all points in transit.

Insurance –

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

Transportation –

Where the Supplier is required under Contract to deliver theGoods CIF, CIP or DDP, transport of the Goods to the port ofdestination or such other named place of destination in thePhilippines, as shall be specified in this Contract, shall bearranged and paid for by the Supplier, and the cost thereofshall be included in the Contract Price.

Where the Supplier is required under this Contract to transportthe Goods to a specified place of destination within thePhilippines, defined as the Project Site, transport to such placeof destination in the Philippines, including insurance andstorage, as shall be specified in this Contract, shall be arrangedby the Supplier, and related costs shall be included in theContract Price.

Where the Supplier is required under Contract to deliver theGoods CIF, CIP or DDP, Goods are to be transported oncarriers of Philippine registry. In the event that no carrier ofPhilippine registry is available, Goods may be shipped by a

[BIDDING DOCUMENTS] 2015

68 Section V. Special Conditions of Contract | Philippine National Police

carrier which is not of Philippine registry provided that theSupplier obtains and presents to the Procuring Entitycertification to this effect from the nearest Philippine consulateto the port of dispatch. In the event that carriers of Philippineregistry are available but their schedule delays the Supplier inits performance of this Contract the period from when theGoods were first ready for shipment and the actual date ofshipment the period of delay will be considered force majeurein accordance with GCC Clause 22.

The Procuring Entity accepts no liability for the damage ofGoods during transit. In the case of Goods supplied from withinthe Philippines or supplied by domestic Suppliers risk and titlewill not be deemed to have passed to the Procuring Entity untiltheir receipt and final acceptance at the final destination.

Patent Rights –

The Supplier shall indemnify the Procuring Entity against allthird-party claims of infringement of patent, trademark, orindustrial design rights arising from use of the Goods or anypart thereof.

9 For the given scope of work in this Contract as awarded, all bidprices are considered fixed prices, and therefore not subject toprice escalation during contract implementation, except underextraordinary circumstances and upon prior approval of theGPPB in accordance with Section 61 of R.A. 9184 and its R-IRR.

10.1 No further instructions.10.4 No further instructions.13.1 No further instructions.13.4 No further instructions.13.4(c) No further instructions.

0 The inspections and tests that will be conducted by the BACTechnical Working Group shall be in accordance with thosecontained in the R&D policies of the PNP, particularly the testand evaluation parameters and procedures, which shall beutilized for the inspection and test of goods or equipmentsubmitted by the Supplier.

17.3 For goods pertaining to Expendable Supplies: Three (3)months after acceptance by the Procuring Entity of thedelivered Goods or after the Goods are consumed, whicheveris earlier.

For goods pertaining to Non-expendable Supplies: One (1)year after acceptance by the Procuring Entity of the delivered

[BIDDING DOCUMENTS] 2015

69 Section V. Special Conditions of Contract | Philippine National Police

Goods.17.4 and17.5

The period for correction of defects in the warranty period ismaximum of three (3) calendar days.

0 The applicable rate is one tenth (1/10) of one (1) percent of thecost of the unperformed portion for every day of delay.

The maximum deduction shall be ten percent (10%) of theamount of contract. Once the cumulative amount of liquidateddamages reaches ten percent (10%) of the amount of thecontract, the procuring entity shall rescind the contract, withoutprejudice to other courses of action and remedies open to it.

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

21.1 No additional provision. If the Consultant is a joint venture, allpartners to the joint venture shall be jointly and severally liableto the Procuring Entity.

[BIDDING DOCUMENTS] 2015

62 | Philippine National Police

Section VI. Schedule of Requirements

[BIDDING DOCUMENTS] 2015

63 Section VI. Schedule of Requirements | Philippine National Police

Schedule of RequirementsThe delivery schedule expressed as weeks/months stipulates hereafter a deliverydate which is the date of delivery to the project site. The delivery and installationschedule should be within sixty (60) calendar days from receipt of Notice toProceed.

ItemNo. EQUIPMENT QUANTITY

1 Network Video Recorder, 16ch 5 sets2 PTZ Camera, 2MP 15 sets3 Hard Disk Drive, 4TB (2 X 2TB) 10 sets4 Network Switch, 8 Port 28 sets5 LED Monitor, 32” 5 sets6 IP Radio (100Mbps) 17 sets7 IP Radio (50Mbps) 34 sets8 6U Data Rack 5 sets9 Uninterruptible Power Supply, 1KVA 5 sets

10 Utility Box (NEMA 3 MetalBox 12"x8"x14" (WxDxH)) 32 sets

11 Brackets and wiring 54 sets12 Station Tower (30 feet), Pole Guyed,

Gauge 40, 2.0” dia. 5 sets13 Repeater/Relay Tower, Gauge 40, 2.0” dia.

(10 feet) 22 sets14 Labor & Installation 1 lot15 One-day Seminar/Training on the Operation and

Maintenance of CCTV System- eighteen (18) PNPpersonnel 1 lot

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

____________________ ____________________ ____________Name of Company/Bidder Signature Over Printed Name of

Authorized RepresentativeDate

[BIDDING DOCUMENTS] 2015

64 | Philippine National Police

Section VII. Technical Specifications

[BIDDING DOCUMENTS] 2015

65 Section VII. Technical Specifications | Philippine National Police

ITB NR. : CES2015-03 - Procurement and Installation of CCTV Cameras in theCrime Prone Areas in NCRPO - Phase 1 (Caloocan PS 1, Masambong PS2, Talipapa PS 3, Batasan PS 6 and Kamuning PS 10)

QUANTITY : 1 LOT

APPROVED BUDGET : Php3,631,760.00

AGENCY SPECIFICATIONS STATEMENT OFCOMPLIANCE

Complied/Not CompliedCCTV System Brand/Model:

-Conforms to the attached NAPOLCOM Res. No. 2015-021

Network Video Recorder, 16ch

PTZ Camera, 2MPHard Disk Drive, 4TB (2 X 2TB)Network Switch, 8 PortLED Monitor, 32”IP Radio (100Mbps)IP Radio (50Mbps)6U Data RackUninterruptible Power Supply, 1KVAUtility Box (NEMA 3 MetalBox 12"x8"x14" (WxDxH))

Brackets and wiringStation Tower (30 feet), Pole Guyed,Gauge 40, 2.0” dia.Repeater/Relay Tower, Gauge 40, 2.0” dia.(10 feet)Labor & InstallationOne-day Seminar/Training on the Operation and Maintenance ofCCTV System- eighteen (18) PNP personnelTechnical Brochures of Items being offered

I hereby certify that the statement of compliance to the foregoing technical specifications aretrue and correct, otherwise, if found false either during bid evaluation or post-qualification,the same shall give rise to automatic disqualification of our bid.

____________________ ____________________ ____________

Name of Company/Bidder Signature Over Printed Name ofAuthorized Representative

Date

[BIDDING DOCUMENTS] 2015

66 Section VII. Technical Specifications | Philippine National Police

[BIDDING DOCUMENTS] 2015

67 Section VII. Technical Specifications | Philippine National Police

[BIDDING DOCUMENTS] 2015

68 Section VII. Technical Specifications | Philippine National Police

[BIDDING DOCUMENTS] 2015

69 Section VII. Technical Specifications | Philippine National Police

[BIDDING DOCUMENTS] 2015

70 Section VII. Technical Specifications | Philippine National Police

[BIDDING DOCUMENTS] 2015

71 Section VII. Technical Specifications | Philippine National Police

[BIDDING DOCUMENTS] 2015

72 Section VII. Technical Specifications | Philippine National Police

[BIDDING DOCUMENTS] 2015

73 Section VII. Technical Specifications | Philippine National Police

[BIDDING DOCUMENTS] 2015

74 Section VII. Technical Specifications | Philippine National Police

[BIDDING DOCUMENTS] 2015

75 | Philippine National Police

Section VIII. Bidding Forms

[BIDDING DOCUMENTS] 2015

76 Section VIII. Bidding Forms | Philippine National Police

TABLE OF CONTENTS

BID FORM...............................................................................................66CONTRACT AGREEMENT FORM.................................................................70OMNIBUS SWORN STATEMENT .................................................................71BANK GUARANTEE FORM FOR ADVANCE PAYMENT ....................................73

[BIDDING DOCUMENTS] 2015

77 Section VIII. Bidding Forms | Philippine National Police

Bid Form

Date:Invitation to Bid1 No:

To: [name and address of Procuring Entity]

Gentlemen and/or Ladies:

Having examined the Bidding Documents including Bid Bulletin Numbers [insertnumbers], the receipt of which is hereby duly acknowledged, we, the undersigned,offer to [supply/deliver/perform] [description of the Goods] in conformity with the saidBidding Documents for the sum of [total Bid amount in words and figures] or suchother sums as may be ascertained in accordance with the Schedule of Pricesattached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the goods in accordance withthe delivery schedule specified in the Schedule of Requirements.

If our Bid is accepted, we undertake to provide a performance security in theform, amounts, and within the times specified in the Bidding Documents.

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

Commissions or gratuities, if any, paid or to be paid by us to agents relating tothis Bid, and to contract execution if we are awarded the contract, are listed below:2

Name andaddress of agent

Amount andCurrency

Purpose ofCommission orgratuity

(if none, state “None”)

Until a formal Contract is prepared and executed, this Bid, together with yourwritten acceptance thereof and your Notice of Award, shall be binding upon us.

We understand that you are not bound to accept the lowest or any Bid you mayreceive.

1 If ADB, JBIC and WB funded projects, use IFB.2 Applicable only if the Funding Source is the ADB, JBIC or WB.

[BIDDING DOCUMENTS] 2015

78 Section VIII. Bidding Forms | Philippine National Police

We certify/confirm that we comply with the eligibility requirements as per ITBClause 5 of the Bidding Documents.

Dated this ________________ day of ________________ 20______.

[signature] [in the capacity of]

Duly authorized to sign Bid for and on behalf of ____________________________

[BIDDING DOCUMENTS] 2015

79 Section VIII. Bidding Forms | Philippine National Police

For Goods Offered From Abroad

Name of Bidder . Invitation to Bid3 Number __. Pageof .

1 2 3 4 5 6 7 8 9Item Description Country

of originQuantity Unit price CIF port of

entry (specify port) orCIP named place

(specify border pointor place ofdestination)

Total CIF orCIP price per

item(col. 4 x 5)

Unit PriceDelivered DutyUnpaid (DDU)

Unit priceDelivered Duty

Paid (DDP)

Total Pricedelivered

DDP(col 4 x 8)

3 If ADB, JBIC and WB funded projects, use IFB.

[BIDDING DOCUMENTS] 2015

80 Section VIII. Bidding Forms | Philippine National Police

For Goods Offered From Within the Philippines

Name of Bidder . Invitation to Bid4 Number . Pageof .

1 2 3 4 5 6 7 8 9 10Item Description Country

of originQuantity Unit price

EXW per itemCost of local

labor, rawmaterial, andcomponent2

Total priceEXW per

item(cols. 4 x 5)

Unit prices peritem final

destinationand unit price

of otherincidentalservices

Sales andother taxespayable per

item ifContract isawarded

Total Pricedelivered Final

Destination(col 8 + 9) x 4

4 If ADB, JBIC and WB funded projects, use IFB.

[BIDDING DOCUMENTS] 2015

81 Section VIII. Bidding Forms | Philippine National Police

Contract Agreement Form

THIS AGREEMENT made the _____ day of __________ 20_____ between[name of PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) ofthe one part and [name of Supplier] of [city and country of Supplier] (hereinaftercalled “the Supplier”) of the other part:

WHEREAS the Entity invited Bids for certain goods and ancillary services,viz., [brief description of goods and services] and has accepted a Bid by the Supplierfor the supply of those goods and services in the sum of [contract price in words andfigures] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings asare respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construedas part of this Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;(b) the Schedule of Requirements;(c) the Technical Specifications;(d) the General Conditions of Contract;(e) the Special Conditions of Contract; and(f) the Entity’s Notification of Award.

3. In consideration of the payments to be made by the Entity to the Supplier ashereinafter mentioned, the Supplier hereby covenants with the Entity to provide thegoods and services and to remedy defects therein in conformity in all respects withthe provisions of the Contract

4. The Entity hereby covenants to pay the Supplier in consideration of theprovision of the goods and services and the remedying of defects therein, theContract Price or such other sum as may become payable under the provisions ofthe contract at the time and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to beexecuted in accordance with the laws of the Republic of the Philippines on the dayand year first above written.

Signed, sealed, delivered by the (for the Entity)

Signed, sealed, delivered by the (for the Supplier).

[BIDDING DOCUMENTS] 2015

82 Section VIII. Bidding Forms | Philippine National Police

Omnibus Sworn Statement

REPUBLIC OF THE PHILIPPINES )CITY/MUNICIPALITY OF ______ ) S.S.

A F F I D AV I T

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 herebydepose and state that:

1. Select one, delete the other:

If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with officeaddress at [address of Bidder];

If a partnership, corporation, cooperative, or joint venture: I am the dulyauthorized and designated representative of [Name of Bidder] with officeaddress 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 actsnecessary to represent it in the bidding for [Name of the Project] of the [Nameof the Procuring Entity];

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

3. [Name of Bidder] is not “blacklisted” or barred from bidding by theGovernment of the Philippines or any of its agencies, offices, corporations, orLocal Government Units, foreign government/foreign or international financinginstitution whose blacklisting rules have been recognized by the GovernmentProcurement Policy Board;

4. Each of the documents submitted in satisfaction of the bidding requirements isan authentic copy of the original, complete, and all statements and informationprovided therein are true and correct;

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

[BIDDING DOCUMENTS] 2015

83 Section VIII. Bidding Forms | Philippine National Police

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 WorkingGroup, and the BAC Secretariat, the head of the Project Management Officeor the end-user unit, and the project consultants by consanguinity or affinityup to the third civil degree;

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

If a corporation or joint venture: None of the officers, directors, and controllingstockholders of [Name of Bidder] is related to the Head of the ProcuringEntity, members of the Bids and Awards Committee (BAC), the TechnicalWorking Group, and the BAC Secretariat, the head of the ProjectManagement Office or the end-user unit, and the project consultants byconsanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards, all laws,rules and regulations issued by the PNP and other competent authority withregard to the procurement, supply and delivery of firearms; and

8. [Name of Bidder] is aware of and has undertaken the following responsibilitiesas a Bidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otherwise, affecting theimplementation of the Contract;

c) Made an estimate of the facilities available and needed for the contract tobe bid, if any; and

d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of theProject].

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

_____________________________________Bidder’s Representative/Authorized Signatory

[JURAT]

[BIDDING DOCUMENTS] 2015

84 Section VIII. Bidding Forms | Philippine National Police

Bank Guarantee Form for Advance Payment

To: [name and address of PROCURING ENTITY][name of Contract]

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions ofContract, which amends Clause 10 of the General Conditions of Contract to providefor advance payment, [name and address of Supplier] (hereinafter called the“Supplier”) shall deposit with the PROCURING ENTITY a bank guarantee toguarantee its proper and faithful performance under the said Clause of the Contractin an amount of [amount of guarantee in figures and words].

We, the [bank or financial institution], as instructed by the Supplier, agreeunconditionally and irrevocably to guarantee as primary obligator and not as suretymerely, the payment to the PROCURING ENTITY on its first demand withoutwhatsoever right of objection on our part and without its first claim to the Supplier, inthe amount not exceeding [amount of guarantee in figures and words].

We further agree that no change or addition to or other modification of the terms ofthe Contract to be performed thereunder or of any of the Contract documents whichmay be made between the PROCURING ENTITY and the Supplier, shall in any wayrelease us from any liability under this guarantee, and we hereby waive notice of anysuch change, addition, or modification.

This guarantee shall remain valid and in full effect from the date of the advancepayment received by the Supplier under the Contract until [date].

Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

[BIDDING DOCUMENTS] 2015

85 Section VIII. Bidding Forms | Philippine National Police

REPUBLIC OF THE PHILIPPINES)CITY OF ______________________ ) S.S.x-----------------------------------------------------x

Bid-Securing Declaration

Invitation to Bid/Request for Expression of Interest No.140 : [Insert referencenumber]

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

I/We 141, the undersigned, declare that:

1. I/We, understand that, according to your conditions, bids must be supported by aBid 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 anycontract with any procuring entity for a period of two (2) years upon receipt of yourBlacklisting Order; and, (b) I/we will pay the applicable fine provided under Section6 of the Guidelines on the Use of Bid Securing Declaration142, if I/we havecommitted any of the following actions:

(i) Withdrawn my/our Bid during the period of bid validity required in the BiddingDocuments; or

(ii) Fail or refuse to accept the award and enter into contract or perform any and allacts necessary to the execution of the Contract, in accordance with the BiddingDocuments after having been notified of your acceptance of our Bid during theperiod of bid validity.

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

(a) Upon expiration of the bid validity period, or any extension thereof pursuant toyour request;

(b) I am/we are declared ineligible or post-disqualified upon receipt of your noticeto 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 ResponsiveBid/Highest Rated and Responsive Bid143, and I/we have furnished theperformance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of[month] [year] at [place of execution]._____________________________140Select one and delete the other. 141Select one and delete the other. Adopt same instruction for similar terms throughoutthe document.142Issued by the GPPB through GPPB Resolution 03-2012 on 27 January 2012.143Select one and delete the other.

[BIDDING DOCUMENTS] 2015

86 Section VIII. Bidding Forms | Philippine National Police

[Insert NAME OF BIDDER’SAUTHORIZED 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/wereidentified by me through competent evidence of identity as defined in the 2004 Rules onNotarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type ofgovernment identification card used], with his/her photograph and signature appearingthereon, with no. ________________ and his/her Community Tax CertificateNo.____________ issued on ____________ at _______________.

Witness my hand and seal this ______ day of [month] [year].

NAME OF NOTARY PUBLICSerial No. Of Commission________________Notary Public for _________until__________Roll of Attorneys No.____________________PTR No. _______, [date issued], [placeissued]IBP No. ________, [date issued], [placeissued]

Doc. No. __________Page No. __________Book No. __________Series of___________

[BIDDING DOCUMENTS] 2015

87 Section VIII. Bidding Forms | Philippine National Police

Checklist for the Supply and Installation of CCTV Cameras in theCrime Prone Areas in NCRPO - Phase 1(Caloocan PS 1,

Masambong PS2, Talipapa PS3, Batasan PS6 and Kamuning PS10).

Eligibility DocumentsClass A Documents

Registration certificate from the Securities and Exchange Commission (SEC),Department of Trade and Industry (DTI) for sole proprietorship, or CooperativeDevelopment Authority (CDA) for cooperatives, or any proof of such registrationas stated in the BDS.

Mayor’s permit issued by the city or municipality where the principal place ofbusiness of the prospective bidder is located.

Statement of all completed similar contracts within the period stated in the BDS. Thestatement shall include, for each contract, the following:

a. name of the contract;b. date of the contract;c. kinds of Goods;d. amount of contract;e. date of delivery; andf. end user’s acceptance or official receipt(s) issued for the contract.

Statement of all its ongoing government and private contracts within the periodstated in the BDS, including contracts awarded but not yet started, if any. Thestatement shall include, for each contract, the following:

a. name of the contract;b. date of the contract;c. kinds of Goods;d. amount of contract and value of outstanding contracts.

Audited financial statements, stamped “received” by the Bureau of InternalRevenue (BIR) or its duly accredited and authorized institutions, for the precedingcalendar year, which should not be earlier than two (2) years from bid submission.

NFCC computation.

Tax Clearance Certificate.

Class B Documents If applicable, the JVA in case the joint venture is already in existence, or dulynotarized statements from all the potential joint venture partners stating that theywill enter into and abide by the provisions of the JVA in the instance that the bid issuccessful.

Technical Documents Bid security in accordance with ITB Clause 18. The procuring entity has prescribedin the BDS the acceptable forms of bid security that bidders may opt to use, whichshall be limited to:

(ii.1) Bid Securing Declaration; or(ii.2) Cash or cashier’s/manager’s check issued by a Universal or

Commercial Bank in the amount of Php 72,635.20 (2% of ABC).

[BIDDING DOCUMENTS] 2015

88 Section VIII. Bidding Forms | Philippine National Police

Conformity with technical specifications, as enumerated and specified in Section VIand VII of the Bidding Documents;

o Sworn statement in accordance with Section 25.2 (a) (iv) if the IRR of RA 9184 andusing the form prescribed in Section VIII Bidding Forms;

Bid Bulletin (if any)

Additional Requirements:

a) Bidders shall submit an UNDERTAKING or equivalent document as part ofthe eligibility and technical requirements, containing the following:

1. That the freight/ forwarding cost shall be borne by the bidder, and

2. All other incidental expenses during the post-qualification and functionaltest shall be borne by the winning bidder until the contract is finallycompleted.

b) Bidders shall also submit:

1. List and Pictures of Authorized Service Centers located within MetroManila.

2. Bidder or Joint Venture Partner must appoint a Project Manager withProfessional experience and certification from any of the ProjectManagement Certifying Body Attesting to his/her competency (e.g. PMP,CAPM, Comp TIA Project+, MPM, CPM, etc)

Financial Component Financial Bid Form, which includes bid prices and the bill of quantities

Others Bidders shall enclose their original eligibility and technical documents described inITB Clause 12 in one sealed envelope marked “ORIGINAL – TECHNICALCOMPONENT”, and the original of their financial component in another sealedenvelope marked “ ORIGINAL – FINANCIAL COMPONENT”, sealing them allin an outer envelope marked “ ORIGINAL BID”

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

The original and the number of copies of the Bid as indicated in the BDS shall betyped or written in indelible ink and shall be signed by the bidder or its dulyauthorized representative/s.

All envelopes shall:1.1. Contain the name of the contract to be bid in capital letters

[BIDDING DOCUMENTS] 2015

89 Section VIII. Bidding Forms | Philippine National Police

1.2. Bear the name and address of the bidder in capital letters1.3. Be addressed to the Procuring Entity’s BAC in accordance with ITB

Clause 1.11.4. Bear the specific identification of this bidding process indicated in the

ITB clause 1.2; and1.5. Bear a warning “DO NOT OPEN BEFORE…” the date and time for the

opening of bids, in accordance with ITB Clause 21.1.6. Must be signed by the bidder or authorized representative.

The bid shall be signed, and each and every page thereof shall be initialed by theduly authorized representative/s of the Bidder. Submitted Eligibility, Technical andFinancial documents shall be properly marked with index tabs in accordance withITB 12.1 and must sequentially paginated in accurate order in the form e.g. “page3 of 100”.

Assignment of page numbers should be sequential based on the entire span of thewhole documents inside the envelope.

Note: Bids not complying with the above instructions shall be automatically disqualified

[BIDDING DOCUMENTS] 2015

90 Section VIII. Bidding Forms | Philippine National Police

[BIDDING DOCUMENTS] 2015

91 Section VIII. Bidding Forms | Philippine National Police

[BIDDING DOCUMENTS] 2015

92 Section VIII. Bidding Forms | Philippine National Police

TWO (2) YEARS

[BIDDING DOCUMENTS] 2015

93 Section VIII. Bidding Forms | Philippine National Police