|
Reference Number
|
12442109
|
|
Procuring Entity
|
PROVINCE OF ILOILO
|
|
Title
|
PESO-25-1279-B VEHICLE TIRE
|
|
Area of Delivery
|
Iloilo
|
Printable Version
|
|
Solicitation Number:
|
PESO-25-1279-B VEHICLE TIRE
|
|
Trade Agreement:
|
Implementing Rules and Regulations
|
|
Procurement Mode:
|
Public Bidding
|
|
Classification:
|
Goods
|
|
Category:
|
Vehicle Parts and Accessories
|
|
Approved Budget for the Contract:
|
PHP 38,876.00
|
|
Delivery Period:
|
21 Day/s
|
|
Client Agency:
|
|
|
|
Contact Person:
|
NIEL CARO ROSALES
Attorney III/ BAC TWG Head
Bonifacio Drive, Iloilo City
Iloilo City
Iloilo
Philippines 5000
63-33-3287931
63-33-3360736
ipg_bacs@yahoo.com
|
|
Status
|
Active
|
|
Associated Components
|
Order
|
|
Bid Supplements
|
0
|
|
Document Request List
|
0
|
|
Date Published
|
09/10/2025
|
|
Last Updated / Time
|
09/10/2025 12:00 AM
|
|
Closing Date / Time
|
21/10/2025 9:00 AM
|
|
Description
|
PRICE SCHEDULE / BID TENDER
Name of Bidder: _____________________________________________ Bid No.: PESO-25-1279-B
Complete Bid Partial Bid
1 2 3 4 5 6 7 8 9 10 11 12
Item Description Quantity Unit Estimated Unit Cost Brand Name
(indicate Model Number if Equipment)
(indicate N/A if no brand) Unit price
per item Transportation and all other costs incidental to delivery, per item Sales and other taxes payable if Contract is awarded, per item Cost of
Incidental Services, if applicable, per item Total Unit Price
(col 7+8+9+10) Total Price delivered Final Destination
(col 11) x
(col 3)
1 Vehicle Tire 4 Job 9,719.00
ABC: Thirty-Eight Thousand Eight Hundred Seventy-Six Pesos (38,876.00)
_______________________________________________
Name of Establishment
______________________________________________
Signature over printed name of Proprietor or Authorized Representative
|
|
|
|
|
Other Information
|
BIDS AND AWARDS COMMITTEE
ILOILO PROVINCIAL GOVERNMENT
PROCUREMENT OF VEHICLE TIRE
BID NO. PESO-25-1279-B
PHILIPPINE BIDDING DOCUMENTS
Sixth Edition
July 2020
Table of Contents
Section I. Invitation to Bid……………………………………………………..3
Section II. Instructions to Bidders………………………………………..…...5
1. Scope of Bid ………………………………………………………………………. 5
2. Funding Information………………………………………………………………. 5
3. Bidding Requirements ……………………………………………………………. 5
4. Corrupt, Fraudulent, Collusive, and Coercive Practices 5
5. Eligible Bidders…………………………………………………………………… 5
6. Origin of Goods ………………………………………………………………….. 6
7. Subcontracts ……………………………………………………………………… 6
8. Pre-Bid Conference ………………………………………………………………. 7
9. Clarification and Amendment of Bidding Documents …………………………… 7
10. Documents comprising the Bid: Eligibility and Technical Components …………. 7
11. Documents comprising the Bid: Financial Component …………………………... 7
12. Bid Prices …………………………………………………………………………. 8
13. Bid and Payment Currencies ……………………………………………………… 8
14. Bid Security ………………………………………………………………………. 8
15. Sealing and Marking of Bids ……………………………………………………… 9
16. Deadline for Submission of Bids …………………………………………………. 9
17. Opening and Preliminary Examination of Bids ………………………………….. 9
18. Domestic Preference ……………………………………………………………… 9
19. Detailed Evaluation and Comparison of Bids ……………………………………. 9
20. Post-Qualification ………………………………………………………………… 10
21. Signing of the Contract …………………………………………………………… 10
Section III. Bid Data Sheet …………………………………………………..11
Section IV. General Conditions of Contract ……………………...………..12
1. Scope of Contract ………………………………………………………………… 12
2. Advance Payment and Terms of Payment ……………………………………….. 12
3. Performance Security ……………………………………………………………. 12
4. Inspection and Tests ……………………………………………………………… 12
5. Warranty …………………………………………………………………………. 13
6. Liability of the Supplier ………………………………………………………….. 13
Section V. Special Conditions of Contract ………………………………….14
Section VI. Schedule of Requirements ……………………………………....16
Section VII. Technical Specifications …………………………………………18
Section VIII. Checklist of Technical and Financial Documents …………..19
Section I. Invitation to Bid
PROCUREMENT OF VEHICLE TIRE
Bid No. PESO-25-1279-B
1. The Iloilo Provincial Government through the GENERAL FUND 2025 intends to apply the sum of Thirty-Eight Thousand Eight Hundred Seventy-Six Pesos
(38,876.00) being the ABC to payments under the contract for the Procurement of Vehicle Tire. Bids received in excess of the ABC shall be automatically
rejected at bid opening.
2. The Iloilo Provincial Government now invites bids for the above Procurement Project. Delivery of the Goods is required by 21 days upon receipt of the
Notice to Proceed (NTP). Bidders should have completed, within three (3) years from the date of submission and receipt of bids, a contract similar to the
Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II (Instructions to Bidders).
3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the 2016
revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding
capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights
or privileges to Filipino citizens, pursuant to RA No. 5183.
4. Prospective Bidders may obtain further information from the Bids and Awards Committee Secretariat of the Iloilo Provincial Government and inspect the
Bidding Documents at the address given below during 8:00 A.M. to 5:00 P.M.
5. A complete set of Bidding Documents may be acquired by interested Bidders on October 9 ,2025from the given address and website(s) below and upon payment
of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Five Hundred Pesos (Php
500.00).
The Procuring Entity shall allow the bidder to present its proof of payment for the fees in person.
6. The Iloilo Provincial Government will hold a Pre-Bid Conference on N/A at the N/a and/or through video conferencing or webcasting, upon request at least
three (3) days before the Pre-Bid Conference, via Zoom or other videoconferencing portals, which shall be open to prospective bidders.
7. Bids must be duly received by the BAC Secretariat through manual submission at the BAC Secretariat Office, 5th Floor, Iloilo Provincial Capitol,
Bonifacio Drive, Iloilo City on or before October 21,2025 at 9:00 A.M. Late bids shall not be accepted.
8. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 14.
9. Bid opening shall be on October 21,2025 at 9:01 A.M. at the BAC Secretariat Office, 5th Floor, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City
Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity.
10. a. The participating bidder/supplier or its authorized representative must indicate in any of the eligibility documents, an email address or a working
fax number. The absence of which shall be a ground for disqualification. Notice to the bidder/supplier through the use of either of these means (email/fax)
is considered sufficient notice. The date of filing of reconsideration and all communications with the BAC shall be its (BAC) date of receipt.
b. The bidder(s)/awardee(s) or its authorized representative must conform to the Notice of Award within three (3) calendar days from receipt of such notice
and the winning bidder shall post the required Performance Security and enter into contract with the Procuring Entity within ten (10) calendar days from
receipt by the winning bidder of the Notice of Award in accordance with Section 37.2.1 of the revised IRR of R.A. No. 9184.
c. The bidder/supplier must have no pending unaccepted Notice to Proceed three (3) days from the date of acceptance and signing of the Purchase Order.
Otherwise, it shall be a ground for disqualification and the bidder will be rated "failed" during the preliminary examination of bids and/or its bid shall
be declared as "non-responsive" during post-qualification.
d. The bidder/supplier must have no Notice of Award pending its conformity three (3) days from the date of its receipt of the Notice of Award. Otherwise,
it shall be aground for disqualification and the bidder will be rated "failed" during the preliminary examination of bids and/or its bid shall be declared
as "non-responsive" during post-qualification.
e. The bidder/supplier shall submit a list of ALL its ongoing and completed projects with the Iloilo Provincial Government indicating the delivery periods
and accomplishments of such projects.
f. The bidder/supplier at the time of the bidding must have no pending unposted Performance or Warranty Security, as the case may be, beyond the period
allowed in the Notice of Award. Otherwise, it shall be a ground for disqualification and the bidder will be rated "failed" during the preliminary
examination of bids and/or its bid shall be declared as "non-responsive" during post-qualification.
g. When an occurrence of a tie among bidders takes place, i.e., two or more of the bidders are determined and declared as the Lowest Calculated and
Responsive Bidder (LCRB), the winning bidder shall be determined by draw lots upon notice to the bidders concerned and/or their authorized representatives
in accordance with the relevant circulars issued by the Government Procurement Policy Board (GPPB).
11. The Iloilo Provincial Government reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time
prior to contract award in accordance with Sections 35.6 and 41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any liability to the
affected bidder or bidders.
12. For further information, please refer to:
ATTY. RAEMMAN M. LAGRADA
BAC Secretariat Head
5th Floor, Bids and Awards Committee
Iloilo Provincial Capitol
email address: ipg_bacs@yahoo.com
website: iloilo.gov.ph
Telephone Number: (033) 336-0736
13. You may visit the following websites for downloading of Bidding Documents: ipg.gov.ph and/or philgeps.com
September 29,2025
ATTY. DENNIS T. VENTILACION
Chairman, Bids and Awards Committee
Section II. Instructions to Bidders
1. Scope of Bid
The Procuring Entity, Iloilo Provincial Government wishes to receive Bids for the Procurement of Vehicle Tire with Bid No. PESO-25-1279-B.
The Procurement Project (referred to herein as “Project”) is composed of One (1) Item/s, the details of which are described in Section VII (Technical
Specifications).
2. Funding Information
2.1. The GOP through the source of funding as indicated below for 2025 in the amount of Thirty-Eight Thousand Eight Hundred Seventy-Six Pesos
(38,876.00).
2.2. The source of funding is:
LGUs, the Annual or Supplemental Budget, as approved by the Sanggunian.
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its 2016 revised IRR, including its Generic Procurement Manuals and
associated policies, rules and regulations as the primary source thereof, while the herein clauses shall serve as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only to the ongoing posting, advertisement, or IB by the BAC through the
issuance of a supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have verified and accepted the general requirements of this Project, including other
factors that may affect the cost, duration and execution or implementation of the contract, project, or work and examine all instructions, forms, terms,
and project requirements in the Bidding Documents.
4. Corrupt, Fraudulent, Collusive, and Coercive Practices
The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest standard of ethics during the procurement and execution of the
contract. They or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and obstructive practices defined under Annex “I” of
the 2016 revised IRR of RA No. 9184 or other integrity violations in competing for the Project.
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable will be evaluated.
5.2. a. Foreign ownership exceeding those allowed under the rules may participate pursuant to:
i. When a Treaty or International or Executive Agreement as provided in Section 4 of the RA No. 9184 and its 2016 revised IRR allow foreign bidders to
participate;
ii. Citizens, corporations, or associations of a country, included in the list issued by the GPPB, the laws or regulations of which grant reciprocal rights
or privileges to citizens, corporations, or associations of the Philippines;
iii. When the Goods sought to be procured are not available from local suppliers; or
iv. When there is a need to prevent situations that defeat competition or restrain trade.
5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder shall have an SLCC that is at least one (1) contract similar to the
Project the value of which, adjusted to current prices using the PSA’s CPI, must be at least equivalent to:
a. For the procurement of Non-expendable Supplies and Services: The Bidder must have completed a single contract that is similar to this Project,
equivalent to at least fifty percent (50%) of the ABC.
b. For the procurement of Expendable Supplies: The Bidder must have completed a single contract that is similar to this Project, equivalent to at least
twenty-five percent (25%) of the ABC.
c. For procurement where the Procuring Entity has determined, after the conduct of market research, that imposition of either (a) or (b) will likely result
to failure of bidding or monopoly that will defeat the purpose of public bidding: the Bidder should comply with the following requirements: [Select either
failure or monopoly of bidding based on market research conducted]
i. Completed at least two (2) similar contracts, the aggregate amount of which should be equivalent to at least fifty percent (50%) in the case of
non-expendable supplies and services or twenty-five percent (25%) in the case of expendable supplies] of the ABC for this Project; and
ii. The largest of these similar contracts must be equivalent to at least half of the percentage of the ABC as required above.
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the 2016 IRR of RA No. 9184.
6. Origin of Goods
There is no restriction on the origin of goods other than those prohibited by a decision of the UN Security Council taken under Chapter VII of the Charter
of the UN, subject to Domestic Preference requirements under ITB Clause 18.
7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by the Procuring Entity as stated herein, but in no case more than twenty
percent (20%) of the Project.
The Procuring Entity has prescribed that:
Subcontracting is not allowed.
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified date and time and either at its physical address as indicated in
paragraph 6 of the IB.
9. Clarification and Amendment of Bidding Documents
Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding Documents. Such requests must be in writing and
received by the Procuring Entity, either at its given address or through electronic mail indicated in the IB, at least ten (10) calendar days before the
deadline set for the submission and receipt of Bids.
10. Documents comprising the Bid: Eligibility and Technical Components
10.1. The first envelope shall contain the eligibility and technical documents of the Bid as specified in Section VIII (Checklist of Technical and
Financial Documents).
10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed within three (3) years prior to the deadline for the submission and
receipt of bids.
10.3. If the eligibility requirements or statements, the bids, and all other documents for submission to the BAC are in foreign language other than
English, it must be accompanied by a translation in English, which shall be authenticated by the appropriate Philippine foreign service establishment,
post, or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines. Similar to the required authentication above,
for Contracting Parties to the Apostille Convention, only the translated documents shall be authenticated through an apostille pursuant to GPPB Resolution
No. 13-2019 dated 23 May 2019. The English translation shall govern, for purposes of interpretation of the bid.
11. Documents comprising the Bid: Financial Component
11.1. The second bid envelope shall contain the financial documents for the Bid as specified in Section VIII (Checklist of Technical and Financial
Documents).
11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a certification issued by DTI shall be provided by the Bidder in accordance
with Section 43.1.3 of the 2016 revised IRR of RA No. 9184.
11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be accepted.
11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.
12. Bid Prices
12.1. Prices indicated on the Price Schedule shall be entered separately in the following manner:
a. For Goods offered from within the Procuring Entity’s country:
i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-warehouse, ex-showroom, or off-the-shelf, as applicable);
ii. The cost of all customs duties and sales and other taxes already paid or payable;
iii. The cost of transportation, insurance, and other costs incidental to delivery of the Goods to their final destination; and
iv. The price of other (incidental) services, if any, listed in e.
b. For Goods offered from abroad:
i. Unless otherwise stated in the BDS, the price of the Goods shall be quoted delivered duty paid (DDP) with the place of destination in the Philippines as
specified in the BDS. In quoting the price, the Bidder shall be free to use transportation through carriers registered in any eligible country. Similarly,
the Bidder may obtain insurance services from any eligible source country.
ii. The price of other (incidental) services, if any, as listed in Section VII (Technical Specifications).
13. Bid and Payment Currencies
13.1. For Goods that the Bidder will supply from outside the Philippines, the bid prices may be quoted in the local currency or tradeable currency accepted
by the BSP at the discretion of the Bidder. However, for purposes of bid evaluation, Bids denominated in foreign currencies, shall be converted to
Philippine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening.
13.2. Payment of the contract price shall be made in: Philippine Pesos.
14. Bid Security
14.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount indicated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the schedule in the BDS.
14.2. The Bid and bid security shall be valid until One Hundred Twenty (120) Days. Any Bid not accompanied by an acceptable bid security shall be rejected
by the Procuring Entity as non-responsive.
15. Sealing and Marking of Bids
Each Bidder shall submit one copy of the first and second components of its Bid.
The Procuring Entity may request additional hard copies and/or electronic copies of the Bid. However, failure of the Bidders to comply with the said
request shall not be a ground for disqualification.
16. Deadline for Submission of Bids
16.1. The Bidders shall submit on the specified date and time at its physical address as indicated in paragraph 7 of the IB.
17. Opening and Preliminary Examination of Bids
17.1. The BAC shall open the Bids in public at the time, on the date, and at the place specified in paragraph 9 of the IB. The Bidders’ representatives
who are present shall sign a register evidencing their attendance. In case videoconferencing, webcasting or other similar technologies will be used,
attendance of participants shall likewise be recorded by the BAC Secretariat.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.
17.2. The preliminary examination of bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184.
18. Domestic Preference
18.1. The Procuring Entity will grant a margin of preference for the purpose of comparison of Bids in accordance with Section 43.1.2 of the 2016 revised
IRR of RA No. 9184.
19. Detailed Evaluation and Comparison of Bids
19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids rated “passed,” using non-discretionary pass/fail criteria. The BAC
shall consider the conditions in the evaluation of Bids under Section 32.2 of the 2016 revised IRR of RA No. 9184.
19.2. If the Project allows partial bids, bidders may submit a proposal on any of the lots or items, and evaluation will be undertaken on a per lot or item
basis, as the case maybe. In this case, the Bid Security as required by ITB Clause 15 shall be submitted for each lot or item separately.
19.3. The descriptions of the lots or items shall be indicated in Section VII (Technical Specifications), although the ABCs of these lots or items are
indicated in the BDS for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the 2016 revised IRR of RA No. 9184. The NFCC must be sufficient
for the total of the ABCs for all the lots or items participated in by the prospective Bidder.
19.4. The Project shall be awarded as follows:
Complete Bid - One Project having several items that shall be awarded as one contract in case of complete bid.
Line Bidding/Partial Bidding - One Project having several items, which shall be awarded as separate contracts per item
19.5. Except for bidders submitting a committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation, all Bids must include
the NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of RA No. 9184, which must be sufficient for the total of the ABCs for all the
lots or items participated in by the prospective Bidder. For bidders submitting the committed Line of Credit, it must be at least equal to ten percent
(10%) of the ABCs for all the lots or items participated in by the prospective Bidder.
20. Post-Qualification
Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid,
the Bidder shall submit its latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.
21. Signing of the Contract
21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall form part of the Contract. Additional Contract documents are
indicated in the BDS.
Section III. Bid Data Sheet
ITB Clause
5.3 For this purpose, contracts similar to the Project shall be:
a. Refers to the contracts to be bid or the object of the contract;
b. Completed within three (3) years prior to the deadline for the submission and receipt of bids.
7.1 Subcontracting is not allowed.
12 The price of the Goods shall be quoted DDP OFFICE OF THE PROVINCIAL PUBLIC EMPLOYMENT SERVICE MANAGER, PROVINCE OF ILOILO or the applicable
International Commercial Terms (INCOTERMS) for this Project.
14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the following forms and amounts:
a. The amount of not less than two percent (2%) of ABC, if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable
letter of credit; or
b. The amount of not less than five percent (5%) of ABC, if bid security is in Surety Bond.
15 Bidders shall prepare an ORIGINAL of the first (ELIGIBILITY and TECHNICAL) and second (FINANCIAL) envelopes. In addition, bidders shall submit separate
COPIES of the first and second envelopes (Copy 1, Copy 2) and each set of documents must clearly indicate whether the same is ORIGINAL, COPY 1, or COPY 2.
In the event of any discrepancy between the original and the copies, the original shall prevail.
19.3 No further instructions.
20.2 For the procurement of Drugs and Medicines and Medical Equipment/Supplies, the bidder shall submit the following:
A. Certificate of product registration from Food and Drug Administration (FDA) for easy validation during the post-qualification;
B. Batch Release Certificate from FDA, for easy validation during the post-qualification;
C. For the procurement of regulated drugs, the applicable type of S-LICENSE:
S-1, S-3 (Retailer) S-4 (Wholesaler) S-5C (Manufacturer) S-5D (Bulk Depot/Storage) S-5E S-5I (Importer);
D. License to Operate (LTO) issued by FDA, if applicable;
E. After-Sales Services/Parts, if applicable;
F. Manpower requirements, if applicable.
21.2 No further instructions.
Section IV. General Conditions of Contract
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if
such items were expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised IRR, including the Generic Procurement Manual, and
associated issuances, constitute the primary source for the terms and conditions of the Contract, and thus, applicable in contract implementation. Herein
clauses shall serve as the secondary source for the terms and conditions of the Contract.
This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No. 9184 allowing the GPPB to amend the IRR, which shall be applied to
all procurement activities, the advertisement, posting, or invitation of which were issued after the effectivity of the said amendment.
Additional requirements for the completion of this Contract shall be provided in the Special Conditions of Contract (SCC).
2. Advance Payment and Terms of Payment
2.1. Advance payment of the contract amount is provided under Annex “D” of the revised 2016 IRR of RA No. 9184.
2.2. The Procuring Entity is allowed to determine the terms of payment on the partial or staggered delivery of the Goods procured, provided such partial
payment shall correspond to the value of the goods delivered and accepted in accordance with prevailing accounting and auditing rules and regulations. The
terms of payment are indicated in the SCC.
3. Performance Security
Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from the Procuring Entity but in no case later than prior to the signing of
the Contract by both parties, the successful Bidder shall furnish the performance security in any of the forms prescribed in Section 39 of the 2016 revised
IRR of RA No. 9184.
4. Inspection and Tests
The Procuring Entity or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Project
specifications at no extra cost to the Procuring Entity in accordance with the Generic Procurement Manual. In addition to tests in the SCC, Section IV
(Technical Specifications) shall specify what inspections and/or tests the Procuring Entity requires, and where they are to be conducted. The Procuring
Entity shall notify the Supplier in writing, in a timely manner, of the identity of any representatives retained for these purposes.
All reasonable facilities and assistance for the inspection and testing of Goods, including access to drawings and production data, shall be provided by
the Supplier to the authorized inspectors at no charge to the Procuring Entity.
5. Warranty
6.1. In order to assure that manufacturing defects shall be corrected by the Supplier, a warranty shall be required from the Supplier as provided under
Section 62.1 of the 2016 revised IRR of RA No. 9184.
6.2. The Procuring Entity shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the
Supplier shall, repair or replace the defective Goods or parts thereof without cost to the Procuring Entity, pursuant to the Generic Procurement
Manual.
6. Liability of the Supplier
The Supplier’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines.
If the Supplier is a joint venture, all partners to the joint venture shall be jointly and severally liable to the Procuring Entity.
Section V. Special Conditions of Contract
GCC Clause
1 Delivery and Documents –
For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP” and other trade terms used to describe the obligations of
the parties shall have the meanings assigned to them by the current edition of INCOTERMS published by the International Chamber of Commerce, Paris. The
Delivery terms of this Contract shall be as follows:
[For Goods supplied from within the Philippines, state:] “The delivery terms applicable to this Contract are delivered OFFICE OF THE PROVINCIAL PUBLIC
EMPLOYMENT SERVICE MANAGER, PROVINCE OF ILOILO. Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the
Goods at their final destination.”
Delivery of the Goods shall be made by the Supplier in accordance with the terms specified in Section VI (Schedule of Requirements).
For purposes of this Clause the Procuring Entity’s Representative at the Project Site is the authorized employee/official of the Iloilo Provincial
Government.
Incidental Services –
The Supplier is required to provide all of the following services, including additional services, if any, specified in Section VI. Schedule of
Requirements:
a. performance or supervision of on-site assembly and/or start-up of the supplied Goods;
b. furnishing of tools required for assembly and/or maintenance of the supplied Goods;
c. furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods;
The Contract price for the Goods shall include the prices charged by the Supplier for incidental services and shall not exceed the prevailing rates charged
to other parties by the Supplier for similar services.
Packaging –
The Supplier shall provide such packaging of the Goods as is required to prevent their damage or deterioration during transit to their final destination,
as indicated in this Contract. The packaging shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme
temperatures, salt and precipitation during transit, and open storage. Packaging case size and weights shall take into consideration, where appropriate,
the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit.
The packaging, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly
provided for in the Contract, including additional requirements, if any, specified below, and in any subsequent instructions ordered by the Procuring
Entity.
The outer packaging must be clearly marked on at least four (4) sides as follows:
Name of the Procuring Entity
Name of the Supplier
Contract Description
Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions
A packaging list identifying the contents and quantities of the package is to be placed on an accessible point of the outer packaging if practical. If not
practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging.
Transportation –
Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or DDP, transport of the Goods to the port of destination or such other named
place of destination in the Philippines, as shall be specified in this Contract, shall be arranged and paid for by the Supplier, and the cost thereof shall
be included in the Contract Price.
Where the Supplier is required under this Contract to transport the Goods to a specified place of destination within the Philippines, defined as the
Project Site, transport to such place of destination in the Philippines, including insurance and storage, as shall be specified in this Contract, shall be
arranged by the Supplier, and related costs shall be included in the contract price.
Where the Supplier is required under Contract to deliver the Goods CIF, CIP or DDP, Goods are to be transported on carriers of Philippine registry. In the
event that no carrier of Philippine registry is available, Goods may be shipped by a carrier which is not of Philippine registry provided that the Supplier
obtains and presents to the Procuring Entity certification to this effect from the nearest Philippine consulate to the port of dispatch. In the event that
carriers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period from when the Goods
were first ready for shipment and the actual date of shipment the period of delay will be considered force majeure.
The Procuring Entity accepts no liability for the damage of Goods during transit other than those prescribed by INCOTERMS for DDP deliveries. In the case
of Goods supplied from within the Philippines or supplied by domestic Suppliers r
|
|
|
|
|