73
1 NFA REGION IX BIDDING DOCUMENTS Date of Issue: _______________ Procurement of Private Milling Services for NFA Region IX for the Year 2021 Project Reference No. NFA-RBACIX-2021-GOODS-F-01 Project Reference No. NFA-RBACIX-2021-GOODS-F-01 PROCUREMENT OF PRIVATE MILLING SERVICES FOR NFA REGION IX FOR THE YEAR 2021 National Food Authority REGIONAL OFFICE IX San Roque, Zamboanga City Tel. No. (062) 991-1828

NFA REGION IX BIDDING DOCUMENTS

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NFA REGION IX BIDDING DOCUMENTS

1

NFA REGION IX BIDDING DOCUMENTS

Date of Issue: _______________

Procurement of Private Milling Services for NFA Region IX

for the Year 2021

Project Reference No. NFA-RBACIX-2021-GOODS-F-01

Project Reference No. NFA-RBACIX-2021-GOODS-F-01

PROCUREMENT OF PRIVATE MILLING SERVICES FOR NFA REGION IX FOR THE YEAR 2021

National Food Authority REGIONAL OFFICE IX

San Roque, Zamboanga City

Tel. No. (062) 991-1828

Page 2: NFA REGION IX BIDDING DOCUMENTS

2

Table of Contents

Glossary of Acronyms, Terms, and Abbreviations ………………………….3

Section I. Invitation to Bid……………………………………………………..6

Section II. Instructions to Bidders…………………………………………...12

1. Scope of Bid ………………………………………………………………………. 13

2. Funding Information………………………………………………………………. 13

3. Bidding Requirements ……………………………………………………………. 13

4. Corrupt, Fraudulent, Collusive, and Coercive Practices………………………….. 13

5. Eligible Bidders…………………………………………………………………… 13

6. Origin of Goods ………………………………………………………………….. 14

7. Subcontracts ……………………………………………………………………… 14

8. Pre-Bid Conference ………………………………………………………………. 14

9. Clarification and Amendment of Bidding Documents …………………………… 14

10. Documents comprising the Bid: Eligibility and Technical Components …………. 14

11. Documents comprising the Bid: Financial Component …………………………... 15

12. Bid Prices …………………………………………………………………………. 15

13. Bid and Payment Currencies ……………………………………………………… 16

14. Bid Security ………………………………………………………………………. 16

15. Sealing and Marking of Bids ………………………………………………………16

16. Deadline for Submission of Bids …………………………………………………. 17

17. Opening and Preliminary Examination of Bids ………………………………….. 17

18. Domestic Preference ……………………………………………………………… 17

19. Detailed Evaluation and Comparison of Bids ……………………………………. 17

20. Post-Qualification ………………………………………………………………… 18

21. Signing of the Contract …………………………………………………………… 18

Section III. Bid Data Sheet …………………………………………………..19

Section IV. General Conditions of Contract ……………………...………..25

1. Scope of Contract ………………………………………………………………… 26

2. Advance Payment and Terms of Payment ……………………………………….. 26

3. Performance Security ……………………………………………………………. 26

4. Inspection and Tests ……………………………………………………………… 26

5. Warranty …………………………………………………………………………. 27

6. Liability of the Supplier ………………………………………………………….. 27

Section V. Special Conditions of Contract ………………………………….28

Section VI. Schedule of Requirements ……………………………………....34

Section VII. Technical Specifications …………………………………………37

Section VIII. Checklist of Technical and Financial Documents …………..39

Page 3: NFA REGION IX BIDDING DOCUMENTS

3

Glossary of Acronyms, Terms, and

Abbreviations

ABC – Approved Budget for the Contract.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to

and in consonance with the requirements of the bidding documents. Also referred to as

Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who

submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,

Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,

furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,

Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016

revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects

or activities of the GOP requiring adequate external technical and professional expertise that

are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:

(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)

construction supervision; (v) management and related services; and (vi) other technical services

or special studies. (2016 revised IRR, Section 5[i])

CDA - Cooperative Development Authority.

Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier

or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;

Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for

Procurement of Consulting Services; as the case may be, as recorded in the Contract Form

signed by the parties, including all attachments and appendices thereto and all documents

incorporated by reference therein.

CIF – Cost Insurance and Freight.

CIP – Carriage and Insurance Paid.

CPI – Consumer Price Index.

DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”

Page 4: NFA REGION IX BIDDING DOCUMENTS

4

DTI – Department of Trade and Industry.

EXW – Ex works.

FCA – “Free Carrier” shipping point.

FOB – “Free on Board” shipping point.

Foreign-funded Procurement or Foreign-Assisted Project– Refers to procurement whose

funding source is from a foreign government, foreign or international financing institution as

specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section

5[b]).

Framework Agreement – Refers to a written agreement between a procuring entity and a

supplier or service provider that identifies the terms and conditions, under which specific

purchases, otherwise known as “Call-Offs,” are made for the duration of the agreement. It is in

the nature of an option contract between the procuring entity and the bidder(s) granting the

procuring entity the option to either place an order for any of the goods or services identified

in the Framework Agreement List or not buy at all, within a minimum period of one (1) year

to a maximum period of three (3) years. (GPPB Resolution No. 27-2019)

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except Consulting

Services and Infrastructure Projects, which may be needed in the transaction of public

businesses or in the pursuit of any government undertaking, project or activity, whether in the

nature of equipment, furniture, stationery, materials for construction, or personal property of

any kind, including non-personal or contractual services such as the repair and maintenance of

equipment and furniture, as well as trucking, hauling, janitorial, security, and related or

analogous services, as well as procurement of materials and supplies provided by the Procuring

Entity for such services. The term “related” or “analogous services” shall include, but is not

limited to, lease or purchase of office space, media advertisements, health maintenance

services, and other services essential to the operation of the Procuring Entity. (2016 revised

IRR, Section 5[r])

GOP – Government of the Philippines.

GPPB – Government Procurement Policy Board.

INCOTERMS – International Commercial Terms.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,

repair, restoration or maintenance of roads and bridges, railways, airports, seaports,

communication facilities, civil works components of information technology projects,

irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste

management systems, shore protection, energy/power and electrification facilities, national

Page 5: NFA REGION IX BIDDING DOCUMENTS

5

buildings, school buildings, hospital buildings, and other related construction projects of the

government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,

infrastructure project or consulting services. A Procurement Project shall be described,

detailed, and scheduled in the Project Procurement Management Plan prepared by the agency

which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular

No. 06-2019 dated 17 July 2019)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

Supplier – refers to a citizen, or any corporate body or commercial company duly organized

and registered under the laws where it is established, habitually established in business and

engaged in the manufacture or sale of the merchandise or performance of the general services

covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019). Supplier

as used in these Bidding Documents may likewise refer to a distributor, manufacturer,

contractor, or consultant.

UN – United Nations.

Page 6: NFA REGION IX BIDDING DOCUMENTS

6

Section I. Invitation to Bid

Page 7: NFA REGION IX BIDDING DOCUMENTS

7

INVITATION TO BID FOR Procurement of Private Milling

Services for NFA Region IX

for the Year 2021

1. The National Food Authority – Region IX, through the Corporate Operating Budget

for 2021 intends to apply the sum of Eleven Million Four Hundred Ninety Thousand

Pesos (Php11,490,000.00) being the ABC to payments under the contract for

Procurement of Private Milling Services through Payment-in-Kind (PIK) scheme for

NFA Region IX for the Calendar Year 2021 with Project Reference No. NFA-RBACIX-

2021-GOODS-F-01. Bids received in excess of the ABC for each lot shall be

automatically rejected at bid opening.

LOT

NO.

LOCATION / AREA

ESTIMATED

VOLUME

FOR MILLING

(In bags of 50 kg)

RICE OUTPUT AT

GUARANTEED

MILLING RECOVERY

(GMR) In bags of 50 kg

APPROVED BUDGET FOR

THE CONTRACT (ABC)

Inclusive of VAT

Zamboanga Sibugay

1 GID Taway, Ipil 12,500 7,875 1,196,875.00

2 GID Taway, Ipil 12,500 7,875 1,196,875.00

3 FLGC Siay / GID Guilawa, Malangas

12,500 7,875 1,196,875.00

4 FLGC Siay / GID Guilawa, Malangas / GID Taway, Ipil

12,500 7,875 1,196,875.00

Sub-total 50,000 31,500 4,787,500.00

Zamboanga del Sur

5 Tiguma C, Pagadian 10,000 6,300 957,500.00

6 Tiguma C, Pagadian 10,000 6,300 957,500.00

7 Culo C, Molave 10,000 6,300 957,500.00

8 Culo C, Molave 10,000 6,300 957,500.00

9 Culo C, Molave 10,000 6,300 957,500.00

10 Culo C, Molave 10,000 6,300 957,500.00

Sub-total 60,000 37,800 5,745,000.00

Zamboanga del Norte

11 GID I/ II, Dipolog 10,000 6,300 957,500.00

Sub-total 10,000 6,300 957,500.00

Grand Total 120,000 75,600 11,490,000.00

Republic of the Philippines NATIONAL FOOD AUTHORITY

REGIONAL OFFICE IX Western Mindanao, Zamboanga City

Tel. No. (062) 991-1828 Website Address: www.nfa.gov.ph / E-mail Address: [email protected]

Page 8: NFA REGION IX BIDDING DOCUMENTS

8

2. The National Food Authority – Region IX now invites Millers to bid for the “The

Private Milling Services” that shall cover the period July to September 30, 2021.

Bidders should have completed, within at last three (3) year 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), and must have the following minimum requirements:

i. a Single Largest Completed Contract (SLCC) similar in nature and complexity to

the Project and the value of which, adjusted, if necessary, by the Bidder to current

prices using the Philippine Statistics Authority (PSA) consumer price index, must

be at least 50% of the ABC; or

ii. at least two (2) similar contracts with aggregate contract amounts equivalent to at

least 50% percent of the ABC, the largest of which must be equivalent to at least

25% of the ABC.

iii. ownership / operation of rice mill compliant with the following minimum

required specification:

For multi-pass ricemill

Ricemill Parameters 1. Classification : Multi-pass Rice Mill

2. Capacity : 1.5-TPH based on paddy input (minimum)

Rice Mill Equipment 1. Dehuller : Should be rubber-roll type

75.0% Hulling Efficiency (minimum) 2. Polisher : A combination of Abrasive and/or Friction-type polishers

3. Destoner : Required

For single- pass ricemill

Ricemill Parameters 1. Classification : Single Pass

2. Capacity : 1.0-TPH based on paddy input (minimum)

Rice Mill Equipment 1.Dehuller : Should be rubber-roll type

75.0% Hulling Efficiency (minimum)

2. Milling Degree : Can accommodate RMR and WMR

iv. with at least three (3) years experience in operating a rice milling business with

above specifications; and

v. have passed the latest test milling procedure conducted by the concerned Branch

Office.

Page 9: NFA REGION IX BIDDING DOCUMENTS

9

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.

a. 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.

When two or more bidders bid on the same lot/item, the bidder with the highest offered

Guaranteed Milling Recovery (GMR) will be selected.

In case a tie occurred between and/or among bidders during the opening of bids, the

procuring entity will use “draw lots” to determine the winning bidder.

4. Prospective Bidders may obtain further information from National Food Authority –

Region IX and inspect the Bidding Documents at the address given below during

Working days from 8:00AM to 5:00PM.

5. A complete set of Bidding Documents may be acquired by interested Bidders on June

22, 2021 to July 11, 2021, working days only from 8:00am to 5:00pm and July 12, 2021

from 8:00am to 2:00pm from the given address and website(s) below and upon payment

of the applicable fee for the Bidding Documents. It may also be downloaded free of

charge from the website of the Philippine Government Electronic Procurement System

(PhilGEPS) and the NFA website, provided that Bidders shall pay the applicable fee

for the Bidding Documents not later than the submission of their bids. The NFA shall

allow the bidder to present its proof of payment for the fees in person or through

electronic means.

LOT NO.

LOCATION / AREA

APPROVED

BUDGET FOR THE CONTRACT

(ABC)

Inclusive of VAT

Bidding

Documents Fee

Zamboanga Sibugay

1 GID Taway, Ipil 1,196,875.00 5,000.00

2 GID Taway, Ipil 1,196,875.00 5,000.00

3 FLGC Siay / GID Guilawa, Malangas

1,196,875.00 5,000.00

4 FLGC Siay / GID Guilawa, Malangas / GID Taway, Ipil

1,196,875.00 5,000.00

Sub-total 4,787,500.00

Zamboanga del Sur

5 Tiguma C, Pagadian 957,500.00 1,000.00

6 Tiguma C, Pagadian 957,500.00 1,000.00

7 Culo C, Molave 957,500.00 1,000.00

8 Culo C, Molave 957,500.00 1,000.00

9 Culo C, Molave 957,500.00 1,000.00

Page 10: NFA REGION IX BIDDING DOCUMENTS

10

6. The National Food Authority – Region IX will hold a Pre-Bid Conference1 on June

29, 2021 at 02:00PM at NFA Regional Satellite Office, Tiguma, Pagadian City which

shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat through manual submission at the

address below on or before July 12, 2021 at 02:00PM. 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 July 12, 2021 at 02:01PM at NFA Regional Office IX, Atrium,

San Roque, Zamboanga City. Bids will be opened in the presence of the bidder or their

duly authorized representatives who choose to attend the activity.

10. The National Food Authority – Region IX 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.

11. For further information, please refer to:

MARGARETTE F. RIDAD

Chairperson, RBAC Secretariat

National Food Authority

Regional Office IX

Zamboanga City

Tel. No. (062) 991-1828

Email: [email protected]

1 May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a

Pre-Bid Conference.

10 Culo C, Molave 957,500.00 1,000.00

Sub-total 5,745,000.00

Zamboanga del Norte

11 GID I/ II, Dipolog 957,500.00 1,000.00

Sub-total 957,500.00

Grand Total 11,490,000.00

Page 11: NFA REGION IX BIDDING DOCUMENTS
Page 12: NFA REGION IX BIDDING DOCUMENTS

12

Section II. Instructions to Bidders

Page 13: NFA REGION IX BIDDING DOCUMENTS

13

1. Scope of Bid

The Procuring Entity, National Food Authority – Region IX wishes to receive Bids for

the Procurement of Private Milling Services through Payment-in-Kind (PIK) scheme

for NFA Region IX for the Calendar Year 2021, with identification number NFA-

RBACIX-2021-GOODS-F-01.

The Procurement Project (referred to herein as “Project”) is composed of Eleven (11)

lots, 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 2021 in the

amount of Eleven Million Four Hundred Ninety Thousand Pesos

(Php11,490,000.00).

2.2. The source of funding is: the Corporate Operating Budget..

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.

Page 14: NFA REGION IX BIDDING DOCUMENTS

14

5.2. Foreign ownership limited to those allowed under the rules may participate in

this Project.

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.

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).

Page 15: NFA REGION IX BIDDING DOCUMENTS

15

10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed

within the last 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 the BDS.

b. For Goods offered from abroad:

Page 16: NFA REGION IX BIDDING DOCUMENTS

16

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 the BDS.

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:

a. Philippine Pesos.

14. Bid Security

14.1. The Bidder shall submit a Bid Securing Declaration2 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 November 09, 2021. 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.

If the Procuring Entity allows the submission of bids through online submission or any

other electronic means, the Bidder shall submit an electronic copy of its Bid, which

must be digitally signed. An electronic copy that cannot be opened or is corrupted shall

be considered non-responsive and, thus, automatically disqualified.

2 In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and

furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of

Notice to Execute Framework Agreement.

Page 17: NFA REGION IX BIDDING DOCUMENTS

17

16. Deadline for Submission of Bids

16.1. The Bidders shall submit on the specified date and time and either at its physical

address or through online submission 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 Entity’s BAC shall immediately conduct a detailed evaluation of

all Bids rated “passed,” using non-discretionary pass/fail criteria. The BAC

shall consider the 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 14 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:

Option 2 – One Project having several items grouped into several lots, which

shall be awarded as separate contracts per lot.

Page 18: NFA REGION IX BIDDING DOCUMENTS

18

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

20.1. 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.

Page 19: NFA REGION IX BIDDING DOCUMENTS

19

Section III. Bid Data Sheet

Page 20: NFA REGION IX BIDDING DOCUMENTS

20

Bid Data Sheet ITB

Claus

e

5.1 In addition, the prospective bidder must meet the following requirements:

A) Must be owner / operator of rice mill compliant with the following minimum

required specification:

For multi-pass ricemill

Ricemill Parameters

1. Classification : Multi-pass Rice Mill

2. Capacity : 1.5-TPH based on paddy input (minimum)

3. Recovery : Minimum 63.0% for Well Milled Rice (WMR) and

Minimum 65.0% for Regular Milled Rice (RMR)

(Rice kernel from which the hull, the germ, the outer bran layers and

the greater part of the inner bran layers have been removed but part of

the lengthwise streaks of the bran layers shall be within the range of

01 –19% for WMR and 20-40% for RMR).

Rice Mill Equipment

1. Dehuller : Should be rubber-roll type

75.0% Hulling Efficiency (minimum)

2. Polisher : A combination of Abrasive and/orFriction-type polishers

3. Destoner : Required

For single- pass ricemill

Ricemill Parameters

1. Classification : Single Pass

2. Capacity : 1.0-TPH based on paddy input (minimum)

3. Recovery : Minimum 63.0% for Well Milled Rice (WMR) and

Minimum 65.0% for Regular Milled Rice (RMR)

(Rice kernel from which the hull, the germ, the outer bran layers and

the greater part of the inner bran layers have been removed but part

of the lengthwise streaks of the bran layers shall be within the range

of 01 –19% for WMR and 20-40% for RMR).

Rice Mill Equipment

1. Dehuller : Should be rubber-roll type

75.0% Hulling Efficiency (minimum)

2. Milling Degree : Can accommodate RMR and WMR

B) With at least three (3) years experience in operating a rice mill business.

C) With a single largest contract that is completed and accomplished within the

last three (3) years prior to the conduct of this bidding which is similar in

nature and complexity to the contract to be bid. The value of which must be

adjusted to the current prices using the Philippine Statistics Office (PSA)

consumer price indices and must be at least 50% of the ABC. The description

Page 21: NFA REGION IX BIDDING DOCUMENTS

21

of an eligible bidder is contained in the Bidding Documents, particularly in

Section II – Instructions to Bidders.

D) Must have passed the latest test milling procedure conducted by the concerned

Branch Office.

5.3 For this purpose, contracts similar to the Project shall be:

a. Processing / milling of palay into rice form. A contract shall be considered

“similar” to the contract to be bid if it involves goods or services of the

same nature and complexity as the subject matter of the project being

procured. Similarity of contract should be interpreted liberally in the sense

that it should not refer to an exact parallel but only to an analogous one of

similar category.

b. completed within last Three (3) years prior to the deadline for the

submission and receipt of bids.

7.1 Subcontracting not allowed

10.1 The first envelope shall also contain the following technical documents:

a. Articles of Incorporation, Partnership, or Corporation, whichever is

applicable, including amendments thereto;

b. Proof of ownership (Transfer Certificate of Milling Title or Tax

Declaration;

c. Registration Certificate from DTI , SEC, CDA, whichever is applicable;

d. Mayor’s/ Business Permit;

e. Valid and current Tax Clearance per EO 398, series of 2005;

f. Company Title;

g. Certification issued by the concerned NFA Branch Office stating therein

the prospective bidder’s rice mill passed all the parameters of the

technical specifications based on the results of the latest test milling

operations conducted. The certification shall also state the actual/

effective 12-hour input capacity of the prospective bidders ricemill

based on the results of the said test-milling;

h. Certificate of clearance signed by the concerned NFA Branch Manager

and Senior Accounting Specialist for previous year milling contract, if

applicable; and

i. Certification issued by the concerned NFA Branch Office that the

prospective bidder is not a defaulting miller-contractor.

12 The price of the Goods shall be quoted DDP in all NFA Offices, Warehouses

(including owned, those being leased and to be leased), compounds and other

Page 22: NFA REGION IX BIDDING DOCUMENTS

22

facilities 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 as shown below, if

bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or

irrevocable letter of credit; or

LOT

NO.

LOCATION / AREA

APPROVED

BUDGET FOR

THE CONTRACT

(ABC)

Inclusive of VAT

Bid Security (Not

less than the

amount shown

below)

Zamboanga Sibugay

1 GID Taway, Ipil 1,196,875.00 23,937.50

2 GID Taway, Ipil 1,196,875.00 23,937.50

3 FLGC Siay / GID Guilawa,

Malangas 1,196,875.00 23,937.50

4 FLGC Siay / GID Guilawa,

Malangas / GID Taway, Ipil 1,196,875.00 23,937.50

Zamboanga del Sur

5 Tiguma C, Pagadian 957,500.00 19,150.00

6 Tiguma C, Pagadian 957,500.00 19,150.00

7 Culo C, Molave 957,500.00 19,150.00

8 Culo C, Molave 957,500.00 19,150.00

9 Culo C, Molave 957,500.00 19,150.00

10 Culo C, Molave 957,500.00 19,150.00

Zamboanga del Norte

11 GID I/ II, Dipolog 957,500.00 19,150.00

Total 11,490,000.00

b. The amount of not less than five percent (5%) of ABC as shown below if

bid security is in Surety Bond.

LOT

NO.

LOCATION / AREA

APPROVED

BUDGET FOR

THE CONTRACT

(ABC)

Inclusive of VAT

Bid Security (Not

less than the

amount shown

below)

Zamboanga Sibugay

1 GID Taway, Ipil 1,196,875.00 59,843.75

2 GID Taway, Ipil 1,196,875.00 59,843.75

3 FLGC Siay / GID Guilawa,

Malangas 1,196,875.00 59,843.75

4 FLGC Siay / GID Guilawa,

Malangas / GID Taway, Ipil 1,196,875.00 59,843.75

Zamboanga del Sur

5 Tiguma C, Pagadian 957,500.00 47,875.00

6 Tiguma C, Pagadian 957,500.00 47,875.00

Page 23: NFA REGION IX BIDDING DOCUMENTS

23

7 Culo C, Molave 957,500.00 47,875.00

8 Culo C, Molave 957,500.00 47,875.00

9 Culo C, Molave 957,500.00 47,875.00

10 Culo C, Molave 957,500.00 47,875.00

Zamboanga del Norte

11 GID I/ II, Dipolog 957,500.00 47,875.00

Total 11,490,000.00

15 Each bidder shall submit four (4) Certified True Copies of the first and second

components of its bid.

19.3 Grouping and Evaluation of Lots

Lots are grouped as listed below. Bidders shall have the option to submit a

proposal on any or all lots. Evaluation and contract award will be on a per lot

basis.

The volume may increase or decrease depending on the operational needs of NFA

Region IX. In case of any increase in the original contracted volume, the provisions

LOT NO.

LOCATION / AREA

ESTIMATED VOLUME

FOR MILLING

(In bags of

50 kg)

RICE OUTPUT

AT GUARANTEED

MILLING RECOVERY

(GMR)

In bags of 50 kg

APPROVED

BUDGET FOR

THE CONTRACT

(ABC) Inclusive of

VAT

Zamboanga

Sibugay

1 GID Taway, Ipil 12,500 7,875 1,196,875.00

2 GID Taway, Ipil 12,500 7,875 1,196,875.00

3 FLGC Siay / GID Guilawa, Malangas

12,500 7,875 1,196,875.00

4

FLGC Siay / GID

Guilawa, Malangas / GID Taway, Ipil

12,500 7,875 1,196,875.00

Sub-total 50,000 31,500 4,787,500.00

Zamboanga del

Sur

5 Tiguma C, Pagadian 10,000 6,300 957,500.00

6 Tiguma C, Pagadian 10,000 6,300 957,500.00

7 Culo C, Molave 10,000 6,300 957,500.00

8 Culo C, Molave 10,000 6,300 957,500.00

9 Culo C, Molave 10,000 6,300 957,500.00

10 Culo C, Molave 10,000 6,300 957,500.00

Sub-total 60,000 37,800 5,745,000.00

Zamboanga del

Norte

11 GID I/ II, Dipolog 10,000 6,300 957,500.00

Sub-total 10,000 6,300 957,500.00

Grand Total 120,000 75,600 11,490,000.00

Page 24: NFA REGION IX BIDDING DOCUMENTS

24

for “Repeat Order” under Section 51, Rule XVI of the Revised Implementing Rules

and Regulations of RA 9184, if still applicable, shall be adopted.

20.1 [List here any licenses and permits relevant to the Project and the corresponding

law requiring it.]

21.1 List of additional contract documents relevant to the Project:

1. Valid JVA, if applicable

2. Sworn Statement on Compliance to the Protest Mechanism Provided in Article

XVII of RA No. 9184 or Notarized Sworn Statement/Waiver and Undertaking by

the Bidder to strictly comply with and abide by the provision of Section 58 in

relation to Sections 55, 56 and 57 of RA No. 9184

Page 25: NFA REGION IX BIDDING DOCUMENTS

25

Section IV. General Conditions of Contract

Page 26: NFA REGION IX BIDDING DOCUMENTS

26

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 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.{[Include if

Framework Agreement will be used:] In the case of Framework Agreement, the Bidder

may opt to furnish the performance security or a Performance Securing Declaration as

defined under the Guidelines on the Use of Framework Agreement.}

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 {[Include if Framework Agreement

will be used:] or Framework Agreement} specifications at no extra cost to the Procuring

Entity in accordance with the Generic Procurement Manual. In addition to tests in the

SCC, Section VII (Technical Specifications) shall specify what inspections and/or

tests the Procuring Entity requires, and where they are to be conducted. The Procuring

Entity shall notify the Supplier in writing, in a timely manner, of the identity of any

representatives retained for these purposes.

Page 27: NFA REGION IX BIDDING DOCUMENTS

27

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

5.1 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.

5.2 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.

Page 28: NFA REGION IX BIDDING DOCUMENTS

28

Section V. Special Conditions of Contract

Page 29: NFA REGION IX BIDDING DOCUMENTS

29

Special Conditions of Contract GCC

Clause

1 A. OBLIGATIONS OF NFA

The NFA shall:

1. Issue the Notice to Proceed for the palay milling services;

2. Provide Timeline and Schedule of Delivery to the prospective bidder;

3. Assign a Milling Supervisor to the contractor’s mill site with the

following functions:

3.1. Supervise milling operations and monitor compliance of output

specifications; and

3.2. Submit at the end of the day a daily milling report showing the

detailed daily issuances of palay and balances of milled rice

recoveries of a particular batch, as well as the running totals for

issues. The report shall also include issues, receipts and balances

of empty sacks.

4. Issue Warehouse Stock Issue (WSI) for palay withdrawn by the

CONTRACTOR from designated issuing warehouses and Warehouse

Stock Receipt (WSR) for milled rice recoveries from the

CONTRACTOR’s mill delivered to the NFA designated receiving

warehouses;

5. Provide empty sacks to CONTRACTOR to serve as containers for the

milled rice due to the NFA using Empty Sack Issue (ESI) to document

all issuance(s) of empty sacks to miller-contractor and Empty Sack

Receipt (ESR) to document all empty sacks returned to NFA from the

CONTRACTOR’s trust and mill site;

6. Accept all deliveries of milled rice that conform to NFA

specifications;

7. Pay the CONTRACTOR the delivery expenses that the latter will incur

in the delivery to NFA of the Contracted Milling Recovery Output

from the CONTRACTOR’s mill-site to the NFA designated

warehouse at the NFA approved trucking rates;

8. In case NFA receives written report from the CONTRACTOR

regarding suspension or stoppage of milling operations due to

mechanical breakdown, the NFA shall:

a. Issue suspension order if the suspension or stoppage of milling

operations will not delay / compromise the original schedule of

delivery; and

Page 30: NFA REGION IX BIDDING DOCUMENTS

30

b. Deny the request through a written notice if the suspension or

stoppage of milling operations will delay / compromise the

original schedule of delivery. Demand in writing that the Miller

shall look for another Rice Mill under the same at contractor’s

expense until the latter can comply with his / her obligations with

corresponding, if any, otherwise rescind the contract with

damages. In this event, a new bidding of milling services shall be

conducted.

9. Suspend the implementation of the contract in cases of emergency /

force majeure/fortuitous event, until the situation returns to normal.

B. OBLIGATIONS OF THE MILLER-CONTRACTOR

The Contractor shall:

1. Withdraw and transport the palay and empty sacks from NFA

warehouse to mill site free-of-charge. The contractor shall not charge

storage fee while the stocks/ empty sacks are in his custody; and milled

rice recoveries as well as unused empty sacks free of charge. The

contractor shall not charge storage fee while the stocks / empty sacks

are in his custody;

2. Acknowledge all palay and empty sacks issued by NFA in the WSI and

ESI. The Authority to Issue (AI), Warehouse Stock Issue (WSI), Sack

Issuance Authority (SIA), Empty Sack Issue (ESI), Warehouse Stock

Receipt (WSR), and Empty Sack Receipt (ESR) shall be the bases for

the examination of the CONTRACTOR’s accountability for palay,

empty sacks, and recoveries;

3. Prioritize the milling of the NFA stocks and Milling shall be exclusive

and continuous at a minimum volume per batch of one (1) to three (3)

days of milling capacity on a 12-hr operation input at least five (5) days

a week. In case CONTRACTOR fails to continuously and exclusively

mill the NFA stocks, CONTRACTOR acknowledges NFA’s right to

terminate the contract with or without notice;

4. Place the 50 kg of milled rice in the containers provided by NFA. The

NFA stocks, empty sacks and recoveries shall be segregated and be

made identifiable from other stocks or piles. Bin cards shall be placed

in every pile;

5. Ensure that palay sacks are not damaged during milling operations.

Hence, hooks shall not be used in handling the NFA’s palay and milled

rice stocks;

6. Deliver the milled stocks, palay MTS, and unused empty rice sacks, if

any, not later than the third (3rd) day from the date of the last WSI issued

Page 31: NFA REGION IX BIDDING DOCUMENTS

31

for a particular AI (batch) and shall be completed not later than the fifth

(5th) day from date of said last WSI;

7. Suspend the milling operation in case the milled rice does not conform

with the required milling quality / specification and notify NFA in

writing within 24 hours. Failure of the CONTRACTOR to notify NFA

in writing shall make the CONTRACTOR liable for the consequences;

8. Secure Fire Insurance from an insurer duly registered with the Insurance

Commission and acceptable to the NFA to cover fire, floods and

typhoons in an amount equivalent to One Hundred Percent (100%) of

the book value of issued stocks from a minimum of two (2)-day to a

maximum of six (6)-day palay input capacity of the CONTRACTOR’s

mill on a 12-hour per day operation. Such insurance shall be effective

on the day of the first issuance of stocks to the CONTRACTOR;

9. Responsible for the filing and payment of necessary taxes related to his

/ her palay milling transactions with the NFA, if applicable; and

10. In consonance with Republic Act No. 10611 or the Food Safety Act of

2013, ensure that trucks to be used in the delivery of rice recoveries are

suited for grains cargo transport, do not have holes / ruptures on the

flooring to avoid pilferage / spillage, free from objectionable odor,

toxic, and hazardous substances and foreign matters / dirt that may

cause damage and / or adulteration / contamination of rice stocks.

C. DEFAULT AND PENALTY

1. The Contractor shall be in default under the following conditions:

A. The NFA palay was substituted with newly harvested palay or

palay with inferior quality, and/or mixed/blended with sub-

standard rice or substituted with inferior quality rice, the

Contractor shall automatically be deemed in default;

B. Failure to meet NFA specifications; and

C. Failure to deliver the milled rice recovery within five (5) days,

reckoned from the date of issuance of the WSI of a particular

AI / batch under Par B sub-par 9 hereof. The CONTRACTOR

shall pay a penalty for delay computed at 1/10th of 1% of the

book value of the undelivered stocks / sacks per day of delay;

2. Upon the occurrence of any the foregoing events of default, the NFA

shall require the CONTRACTOR within fifteen (15) days from

Notice of Default to either:

Page 32: NFA REGION IX BIDDING DOCUMENTS

32

a. For Item 1.a., to pay a penalty computed at 1/10th of 1% of the

book value of the undelivered stocks / sacks per day of delay;

b. For Items 1b and 1c, restitute the undelivered stocks / sacks by

delivering rice or palay or MTS plus pay a penalty computed at

1/10th of 1% of the book value of the undelivered stocks / sacks

per day of delay starting from the day of default:

b.1 If restitution shall be in rice form, the rice should be in

accordance with the specification required of the stocks

issued him and in such quantity that should be equivalent

to the recoveries of the palay issued him plus the

corresponding penalty.

b.2 If restitution shall be in palay form such palay should be of

the same quality as that issued to him and in such quantity

that should be equivalent to the quantity issued him plus the

corresponding penalty.

D. SPECIAL PROVISIONS

1. The NFA does not warrant the full milling of the awarded volume during

the effectivity of the contract;

2. The CONTRACTOR shall be accountable for NFA’s palay, rice, by-

products and empty sacks from the time it acknowledges the receipts

until such time that all milled rice and empty sacks have been fully

delivered to and accepted by the NFA;

3. The CONTRACTOR shall be held liable in case of failure to comply

with terms and conditions in accordance with existing laws and decrees

of the fault is attributable to him / her;

4. In case the CONTRACTOR has any outstanding obligations with the

NFA, the latter shall have the right to retain 100% of the money value

of whatever receivables the CONTRACTOR may have from NFA and

apply the same by way of compensation for the obligations;

5. In case of litigation arising from this contract, the CONTRACTOR

agrees to pay liquidated damages in the amount of not less than Fifty

Thousand Pesos (Php50,000.00) plus cost of suit;

6. The basis for the examination of accountabilities of CONTRACTOR

shall be the palay, by-products and empty sacks issued vis-à-vis the rice

delivered and empty sacks returned; and

7. The minimum volume to be issued for milling at any one time shall be

based on the milling capacity of the rice mill equivalent to two (2)

batches of its 12-hrs milling capacity per day.

Page 33: NFA REGION IX BIDDING DOCUMENTS

33

2.2 E. PAYMENT

Payment for the milling services should be paid through Payment-In-Kind

(PIK). The CONTRACTOR agrees to accept as full payment, any and all by-

products as well as the rice recoveries in excess of the Contracted Milling

Recovery (GMR) of the actual volume milled. Hence, there shall be NO CASH

OUTLAY from NFA for payment of milling services except for payment for

the delivery of rice recoveries from mill to designated receiving warehouses.

4 The NFA Branch Office thru the Stock Accountable Officers and Quality

Assurance Officers at receiving warehouses of the milled rice recoveries shall

conduct the final classification and weighing of the Miller-Contractor’s

delivered milled rice recoveries to determine its conformity or compliance (or

lack of it) with the requirements and specifications enumerated in SECTION

VI. SCHEDULE OF REQUIREMENTS and SECTION VII. TECHNICAL

SPECIFICATIONS of these bidding documents.

Only milled rice recoveries that conform with the required specifications

/parameters shall be accepted. Substandard deliveries shall not be accepted.

Page 34: NFA REGION IX BIDDING DOCUMENTS

34

Section VI. Schedule of Requirements

Page 35: NFA REGION IX BIDDING DOCUMENTS

35

Schedule of Requirements

LOT NO.

LOCATION / AREA

ESTIMATED VOLUME OF PALAY FOR

MILLING (In Bags of 50

kg)

WITHDRAWAL POINTS

RICE OUTPUT AT

GUARANTEED MILLING

RECOVERY (GMR)

In Bags of 50 kg

DELIVERY POINTS

DELIVERY PERIOD

Zamboanga

Sibugay

1 GID Taway, Ipil 12,500 GID Taway, Ipil 7,875 GID Taway,

Ipil

Within Seven (7) days upon receipt of the Contractor of the Notice to Proceed and until completion of delivery of milling services for the contracted volume at the time and place required by NFA or until December 31, 2021, whichever comes first.

2 GID Taway, Ipil 12,500 GID Taway, Ipil 7,875 GID Taway,

Ipil

3 FLGC Siay /

GID Guilawa, Malangas

12,500 FLGC Siay /

GID Guilawa, Malangas

7,875

GID Taway, Ipil / GID Guilawa

Malangas

4

FLGC Siay / GID Guilawa,

Malangas / GID Taway, Ipil

12,500

FLGC Siay / GID Guilawa,

Malangas / GID Taway, Ipil

7,875 GID

Guilawa, Malangas

Sub-total 50,000 31,500

Page 36: NFA REGION IX BIDDING DOCUMENTS

36

Zamboanga

del Sur

Within Seven (7) days upon receipt of the Contractor of the Notice to Proceed and until completion of delivery of milling services for the contracted volume at the time and place required by NFA or until December 31, 2021, whichever comes first.

5 Tiguma C, Pagadian

10,000 Tiguma C, Pagadian

6,300 Tiguma C, Pagadian

6 Tiguma C, Pagadian

10,000 Tiguma C, Pagadian

6,300 Tiguma C, Pagadian

7 Culo C, Molave 10,000 Culo C, Molave 6,300 Culo C, Molave

8 Culo C, Molave 10,000 Culo C, Molave 6,300 Culo C, Molave

9 Culo C, Molave 10,000 Culo C, Molave 6,300 Culo C, Molave

10 Culo C, Molave 10,000 Culo C, Molave 6,300 Culo C, Molave

Sub-total 60,000 37,800

Zamboanga del Norte

Zamboanga del Norte

11 GID I/ II, Dipolog

10,000 GID I/ II, Dipolog

6,300 GID II Whse, Dipolog

Sub-total 10,000 6,300

Grand Total 120,000 75,600

Page 37: NFA REGION IX BIDDING DOCUMENTS

37

Section VII. Technical Specifications

Page 38: NFA REGION IX BIDDING DOCUMENTS

38

Technical Specifications

PROVINCE : _______________ LOT NO. : _______________

PARTICULARS REQUIREMENTS

A. Palay Input (Variety Code) Rice Output (Variety Code)

PD1 WD1

PD3 WD2

B. Milling Degree Well Milled Rice Well Milled Rice

C. Required Minimum Rice Recovery 63.00% 63.00%

D. Technical Specifications of Milled Rice

Brokens (maximum) total including brewers (1% max)

40.00% 40.00%

Head Rice (minimum) 60.00% 60.00%

Foreign Matter (maximum) 0.20%/0.25% 0.20%/0.25%

Paddy (maximum), number per 1,000 grams 25 25

Moisture Content (maximum) 14.00% 14.00%

Bran Streaks 1.00%-19.00% 1.00%-19.00%

E. The milled rice shall be free from objectionable odor and insect infestation

Legend:

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

maximum; Moisture Content of 14% and below

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

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

10% maximum; Moisture Content of 14% and below

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

Page 39: NFA REGION IX BIDDING DOCUMENTS

39

Section VIII. Checklist of Technical and

Financial Documents

Page 40: NFA REGION IX BIDDING DOCUMENTS

ANNEX S

Republic of the Philippines NATIONAL FOOD AUTHORITY

Regional Office IX Zamboanga City

PROCUREMENT OF PRIVATE MILLING SERVICES FOR NFA REGION ___ FOR THE YEAR _____

CHECKLIST OF BID DOCUMENTS 1. Section I : Invitation to Bid

2. Section II : Instruction to Bidders

3. Section III : Bid Data Sheet

4. Section IV : General Conditions of Contract

5. Section V : Special Conditions of Contract

6. Section VI : Schedule of Requirements

7. Section VII : Technical Specifications

8. Section VIII : Bidding Forms

INSTRUCTIONS: The following required documents shall be accomplished, satisfied and submitted in chronological order to the NFA RO IX RBAC on July 12, 2021 not later than 2:00PM at the NFA Atrium, NFA Regional Office IX located at San Roque, Zamboanga City. Prospective Bidders are required to submit in four (4) copies (1) originally signed true copy of the original and (3) photocopies each of the required documents. All pages of the Bid, including attachments thereto shall be initialed by the person signing the Bid.

A. FOR SUBMISSION DURING OPENING OF BIDS ON JULY 12, 2021 NOT LATER THAN 2:00PM.

FIRST ENVELOPE (TECHNICAL COMPONENT)

FORM Reference No.

Name of Document Required

Annex A Annex B

PhilGEPS Platinum Certificate of Registration or

the following Class “A” eligibility documents : 1. Registration Certificate from DTI, SEC, CDA, whichever is

applicable; 2. 2021 Mayor’s/Business Permit; 3. Valid and Current Tax Clearance per EO 398, Series of 2005; 4. Latest Audited Financial Statements

BIDDING FOR THE PROCUREMENT OF PRIVATE MILLING SERVICES

FOR NFA REGION IX FOR THE YEAR 2021

Page 41: NFA REGION IX BIDDING DOCUMENTS

FIRST ENVELOPE (TECHNICAL COMPONENT)

FORM Reference No.

Name of Document Required

In case the bidder opted to submit their Class “A” Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as a post qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184.

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

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

Annex E-1 NFCC Computation or

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

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

Duly notarized statements from all the potential joint venture partners

BID SECURITY

Annex G 1. Bid Securing Declaration

2. A bank draft/guarantee

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

Annex H Annex I

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

Section VI. Schedule of Requirements Section VII. Technical Specifications

Annex J Omnibus Sworn Statement

SECOND ENVELOPE (FINANCIAL COMPONENT)

Annex L Financial Bid Form

Annex M Schedule of Prices

Page 42: NFA REGION IX BIDDING DOCUMENTS

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

FORM

Reference No. Name of Document Required

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

Annex N-2 Duly Filed BIR Form No. 1702Q Income Tax Return for Corporation, Partnership and Other Non-individual Taxpayer for the 3rd and 4th Quarters of 2020 and duly paid thru the BIR Electronic Filing and Payment System (eFPS)

Annex O Duly Filed BIR Form No. 2550Q Value Added Tax (VAT) Return for the 3rd and 4th Quarters of 2020 and duly paid thru the BIR Electronic Filing and Payment System (eFPS)

Other Post Qualification Requirements:

FORM

Reference No.

Name of Document Required

Annex P Annex Q

Sworn Statement on Compliance to the Protest Mechanism Provided in Article XVII of RA 9184 or

Notarized Sworn Statement/Waiver and Undertaking by the Bidder which includes undertaking to strictly comply with and abide by the provisions of Section 58 in relation to Sections 55,56 and 57 of RA 9184

Annex R Contract Agreement Form

Annex U Fire Insurance Policy of the Warehouse Building

Page 43: NFA REGION IX BIDDING DOCUMENTS

SECTION VIII

Page 44: NFA REGION IX BIDDING DOCUMENTS

Bid Forms

ANNEX A

Page 45: NFA REGION IX BIDDING DOCUMENTS

ANNEX C Standard Form Number: SF-GOOD-13a ANNEX 2

Statement of all Ongoing Government & Private Contracts

including contracts awarded but not yet started whether similar or not similar in nature and complexity to the contract to be bid

Business Name : ___________________________________________________

Business Address : ___________________________________________________

Note: This statement shall be supported with:

1. Notice of Award and/or Contract 2. Notice to Proceed issued by the owner

3. Certificate of Accomplishments signed by the owner or authorized representative

Submitted by : ______________________________________________________ (Printed Name & Signature) Designation : ______________________________________________________ Date : ______________________________________________________

Name of

Contract

Date of

Contract

Contract

Duration

Owner’s

Name

and

Address

Kinds

of

Goods

Amount

of

Contract

Value of

Outstanding

Contract

Date of

Delivery

DATE OF CERTIFICATE OF ACCOMPLISHMENT

End User’s Certification

Official Receipt

Sales Invoice

GOVERNMENT

PRIVATE

Page 46: NFA REGION IX BIDDING DOCUMENTS

ANNEX D Standard Form Number: SF-GOOD-13b ANNEX 3

Statement of Bidder’s Single Largest Completed Government and Private Contracts (SLCC) which are similar to the contract to be bid; the value of

which adjusted to current prices using PSA consumer price index, must be at least 50% of the ABC completed within three (3) years from the date of submission and receipt of bids

Business Name : ___________________________________________________ Business Address : ___________________________________________________

Name of

Contract

Date of

Contract

Contract

Duration

Owner’s

Name and

Address

Kinds of

Goods

Amount

of

Contract

Date of

Delivery

DATE OF CERTIFICATE OF COMPLETION AND

ACCEPTANCE

EndUser’s Certification

Official Receipt

Sales Invoice

GOVERNMENT

PRIVATE

Note: This statement shall be supported with:

1. Contract 2. End User’s Certificate of Completion

3. End User’s Certificate of Acceptance

Submitted by : ______________________________________________________ (Printed Name & Signature) Designation : ______________________________________________________ Date : ______________________________________________________

Page 47: NFA REGION IX BIDDING DOCUMENTS

ANNEX E-1

COMPUTATIONS OF

NET FINANCIAL CONTRACTING CAPACITY (NFCC)

CURRENT ASSETS P xxx

LESS CURRENT LIABILITIES - xxx

Net Working Capital = xxx

Multiplied by 15 x 15 P xxx

LESS OUTSTANDING CONTRACTS

Ongoing Contracts Contract 1 (Specify) P xxx

Contract 2 (Specify) xxx Etc. xxx

Awarded contracts

yet to be started

Contract 1 (Specify) xxx Contract 2 (Specify) xxx

Etc. xxx - xxx

NFCC = P xxx

=========

CERTIFIED CORRECT:

____________________________

Printed Name and Signature Proprietor/President/General Manager/

Duly Authorized Representative

____________________________ Name of Bidder

NOTES: A. NFCC must at least be equal to the Approved Budget for the Contract (ABC). B. If the prospective bidder opts to submit a commercial Line of Credit, it

must be at least equal to ten percent (10%) of the ABC to be bid. If issued by a foreign universal or commercial bank, it shall be confirmed by a local universal or commercial bank.

The formula to determine NFCC is as follows:

NFCC = [(Current Assets minus Current Liabilities) (15)]

minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts

including awarded contracts yet to be started coinciding

with the contracts to be bid.

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

Page 48: NFA REGION IX BIDDING DOCUMENTS

ANNEX E-2 CREDIT LINE CERTIFICATE

Date: _________________

Regional Manager NATIONAL FOOD AUTHORITY Region ____ CONTRACT/PROJECT : ______________________________________ COMPANY/FIRM : ______________________________________ ADDRESS : ______________________________________ BANK/FINANCING INSTITUTION : ______________________________________ ADDRESS : ______________________________________ ______________________________________ AMOUNT : ______________________________________

This is to certify that the above Bank/Financing Institution with business address indicated above,

commits to provide the (Name of Prospective Bidder), if awarded the above-mentioned Contract, a credit line

the amount specified above which shall be exclusively used to finance the performance of the above-mentioned contract subject to our terms, conditions and requirements.

The credit line shall be effective or available on the date of the bid submission by

the_____________________________and shall be maintaineduntil the project is completed by the

(Name of Prospective Bidder) Contractor.

This Certification is being issued in favor of said _____________________________ ______ in (Name of Prospective Bidder

connection with the bidding requirement of National Food Authority Region 5 for the above-mentioned Contract. We are aware that any false statements issued by us make us liable for perjury.

Name and Signature of Authorized Financing Institution Officer : ____________________________________

Official Designation : ____________________________________

Concurred By:

Name & Signature of

Authorized Representative : ____________________________________

(Name of Prospective Bidder)

Official Designation : ____________________________________

ACKNOWLEDGMENT

SUBSCRIBED AND SWORNto before me this _______ day of ___________, 20_____, affiant exhibited to me his/her Government Issued ID No. ___________ issued on ____________________ at

____________________________, Philippines.

Notary Public Serial No. of Commission ______________

Notary Public for _______ until __________

Roll of Attorneys No. __________________ PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued] Doc. No.______

Page No.______

Book No.______ Series of______

Page 49: NFA REGION IX BIDDING DOCUMENTS

Standard Form Number: SF-GOOD-08

JOINT VENTURE AGREEMENT

KNOW ALL MEN BY THESE PRESENTS:

That this JOINT VENTURE AGREEMENT is entered into By and Between ___________, of legal

age, __(civil status)__, owner/proprietor of _________________________ and a resident of ________________________.

- and -

_______________________, of legal age, __(civil status)__, owner/proprietor of

____________________ a resident of ____________________________________.

THAT both parties agree to join together their manpower, equipment, and what is need to

facilitate the Joint Venture to participate in the Eligibility, Bidding and Undertaking of the here-under

stated project to be conducted by the __(Name of the Procuring Entity)__.

A. NAME OF PROJECT CONTRACT AMOUNT

That both parties agree to be jointly and severally liable for the entire assignment.

That both parties agree that ___________________ and/or __________________ shall be the

Official Representative of the Joint Venture, and is granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the Joint Venture in the bidding as fully and

effectively and the Joint Venture may do and if personally present with full power of substitution and revocation.

THAT this Joint Venture Agreement shall remain in effect only for the above stated Projects until

terminated by both parties.

Done this _____ day of ______, in the year of our Lord ___

ACKNOWLEDGMENT

SUBSCRIBED AND SWORNto before me this _______ day of ___________, 20_____, affiant exhibited

to me his/her Government Issued ID No. ___________ issued on ____________________ at

____________________________, Philippines.

Notary Public

Serial No. of Commission ______________ Notary Public for _______ until __________

Roll of Attorneys No. __________________

PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued] Doc. No.______ Page No.______

Book No.______

Series of______

ANNEX F

Page 50: NFA REGION IX BIDDING DOCUMENTS

ANNEX G

Bid Securing Declaration Form [shall be submitted with the Bid if bidder opts to provide this form of bid security]

_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)

CITY OF _______________________) S.S.

BID SECURING DECLARATION

Project Identification No.: [Insert number]

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

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid

Security, which may be in the form of a Bid Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any

procurement contract with any procuring entity for a period of two (2) years upon receipt of

your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6

of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from

receipt of the written demand by the procuring entity for the commission of acts resulting to

the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1,

except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action the

government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following

circumstances:

a. Upon expiration of the bid validity period, or any extension thereof pursuant to your

request;

b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such

effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a

waiver to avail of said right; and

c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we

have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]

[year] at [place of execution].

[Insert NAME OF BIDDER OR ITS AUTHORIZED

REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

Page 51: NFA REGION IX BIDDING DOCUMENTS

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ________ and his/her Community Tax Certificate No. _______ issued on ____ at ______. Witness my hand and seal this ___ day of [month] [year]. NAME OF NOTARY PUBLIC

Serial No. of Commission _______________ Notary Public for _______ until __________ Roll of Attorneys No. __________________ PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued]

Doc. No. _____ Page No. _____ Book No. _____ Series of ______

Page 52: NFA REGION IX BIDDING DOCUMENTS

ANNEX H

Schedule of Requirements

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

LOT NO.

LOCATION / AREA

ESTIMATED

VOLUME OF

PALAY FOR

MILLING (In Bags of

50 kg)

WITHDRAWAL POINTS

RICE OUTPUT AT

GUARANTEED MILLING

RECOVERY (GMR)

In Bags of 50 kg

DELIVERY POINTS

DELIVERY PERIOD

Zamboanga

Sibugay

1 GID Taway,

Ipil 12,500 GID Taway, Ipil 7,875

GID Taway, Ipil

Within Seven (7) days upon receipt of the Contractor of the Notice to Proceed and

until completion of delivery of

milling services for the

contracted volume at the time and place

required by NFA or until

December 31, 2021, whichever

comes first.

2 GID Taway,

Ipil 12,500 GID Taway, Ipil 7,875

GID Taway, Ipil

3

FLGC Siay / GID Guilawa,

Malangas

12,500

FLGC Siay / GID Guilawa, Malangas

7,875

GID Taway, Ipil / GID Guilawa

Malangas

4

FLGC Siay / GID Guilawa, Malangas / GID Taway,

Ipil

12,500

FLGC Siay / GID Guilawa,

Malangas / GID Taway, Ipil

7,875

GID Guilawa, Malangas

Sub-total 50,000 31,500

Zamboanga

del Sur

5 Tiguma C, Pagadian

10,000 Tiguma C, Pagadian

6,300 Tiguma C, Pagadian

6 Tiguma C, Pagadian

10,000 Tiguma C, Pagadian

6,300 Tiguma C, Pagadian

7 Culo C, Molave 10,000 Culo C, Molave 6,300 Culo C, Molave

8 Culo C, Molave 10,000 Culo C, Molave 6,300 Culo C, Molave

9 Culo C, Molave 10,000 Culo C, Molave 6,300 Culo C, Molave

Page 53: NFA REGION IX BIDDING DOCUMENTS

10 Culo C, Molave 10,000 Culo C, Molave 6,300 Culo C, Molave

Within Seven (7) days upon receipt of the Contractor of the Notice to Proceed and

until completion of delivery of

milling services for the

contracted volume at the time and place

required by NFA or until

December 31, 2021, whichever

comes first.

Sub-total 60,000 37,800

Zamboanga

del Norte

Zamboanga del Norte

11 GID I/ II, Dipolog

10,000 GID I/ II, Dipolog

6,300

GID II Whse, Dipolog

Sub-total 10,000 6,300

Grand Total 120,000 75,600

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

Certified Correct: _________________________________________ ___________________ Name of Owner/Authorized Representative Date

Page 54: NFA REGION IX BIDDING DOCUMENTS

ANNEX I

Technical Specifications

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

PARTICULARS REQUIREMENTS

A. Palay Input (Variety Code) Rice Output (Variety Code)

PD1 WD1

PD3 WD2

B. Milling Degree Well Milled Rice Well Milled Rice

C. Required Minimum Rice Recovery 63.00% 63.00%

D. Technical Specifications of Milled Rice

Brokens (maximum) total including brewers (1% max) 40.00% 40.00%

Head Rice (minimum) 60.00% 60.00%

Foreign Matter (maximum) 0.20%/0.25% 0.20%/0.25%

Paddy (maximum), number per 1,000 grams 25 25

Moisture Content (maximum) 14.00% 14.00%

Bran Streaks 1.00%-19.00% 1.00%-19.00%

E. The milled rice shall be free from objectionable odor and insect infestation

Legend:

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

Moisture Content of 14% and below

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

3. PD3 Palay dry with purity 95%-100% or 90%-94.9%; Chalky and Immature Kernel of 20%

maximum; Discolored and Damaged Kernels of 7.1%-13%, Red Kernel of 10% maximum; Moisture Content of 14% and below

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

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

Certified Correct: _________________________________________ ___________________ Name of Owner/Authorized Representative Date

ANNEX J

Page 55: NFA REGION IX BIDDING DOCUMENTS

Omnibus Sworn Statement (Revised) [shall be submitted with the Bid]

_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of

Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of

Bidder] with office address at [address of Bidder];

[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and

designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]

[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of

[Name of Bidder], I have full power and authority to do, execute and perform any and all acts

necessary to participate, submit the bid, and to sign and execute the ensuing contract for

[Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly

notarized Special Power of Attorney;

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and

authority to do, execute and perform any and all acts necessary to participate, submit the bid,

and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the

Procuring Entity], as shown in the attached [state title of attached document showing proof of

authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or

Special Power of Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the

Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign

government/foreign or international financing institution whose blacklisting rules have been

recognized by the Government Procurement Policy Board, by itself or by relation,

membership, association, affiliation, or controlling interest with another blacklisted

person or entity as defined and provided for in the Uniform Guidelines on Blacklisting;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic

copy of the original, complete, and all statements and information provided therein are true

and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized

representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the

Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical

Working Group, and the BAC Secretariat, the head of the Project Management Office or the

end-user unit, and the project consultants by consanguinity or affinity up to the third civil

degree;

Page 56: NFA REGION IX BIDDING DOCUMENTS

[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is

related to the Head of the Procuring Entity, members of the Bids and Awards Committee

(BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project

Management Office or the end-user unit, and the project consultants by consanguinity or

affinity up to the third civil degree;

[If a corporation or joint venture:] None of the officers, directors, and controlling

stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of

the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC

Secretariat, the head of the Project Management Office or the end-user unit, and the project

consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in

compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;

b. Acknowledging all conditions, local or otherwise, affecting the implementation of the

Contract;

c. Making an estimate of the facilities available and needed for the contract to be bid, if

any; and

d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or

any form of consideration, pecuniary or otherwise, to any person or official, personnel or

representative of the government in relation to any procurement project or activity.

10. In case advance payment was made or given, failure to perform or deliver any of the

obligations and undertakings in the contract shall be sufficient grounds to constitute

criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness

or abuse of confidence through misappropriating or converting any payment received

by a person or entity under an obligation involving the duty to deliver certain goods or

services, to the prejudice of the public and the government of the Philippines pursuant

to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at

____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED

REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

Page 57: NFA REGION IX BIDDING DOCUMENTS

ANNEX L

FINANCIAL BID FORM

Date: ________________ To : National Food Authority Regional Office IX Zamboanga City Gentlemen and/or Ladies: Having examined the Bidding Documents including Bid Bulletin Numbers ____, the receipt of which is hereby acknowledged, we the undersigned offer to supply/deliver/perform Private Milling Services in NFA Region IX for the Calendar Year 2021 in conformity with the said Bidding Documents for the sum of [ total Bid amount in words and figures (P )] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid. Summary of details shown below:

Lot No.___

Description of the Project

Procurement of Private Milling

Services for NFA Region IX

for the Year 2021

Estimated Total Volume in Bags

_________________________________

TOTAL AMOUNT OF BID FOR THE LOT Total Amount of Bid Before Tax Total Amount of Tax Total Amount of Bid Including Tax

________________________________

________________________________

_________________________________

TOTAL AMOUNT OF BID IN WORDS _________________________________

_________________________________

_________________________________

We undertake, if our Bid is accepted, to supply/deliver/perform Private Milling Services in accordance with the delivery schedule specified in the Schedule of Requirements. If our Bid is accepted, we undertake to provide a performance security in the form, amounts, and within the times specified in the Bidding Documents. We agree to abide by this Bid for the Bid Validity Period specified in the BDS provision for ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us. We understand that you are not bound to accept the Lowest Calculated Bid or any Bid you may receive.

Page 58: NFA REGION IX BIDDING DOCUMENTS

We certify/confirm that we comply with the eligibility requirements as per ITB Clause 5 of the Bidding Documents. (For sole proprietorships, insert:} We likewise certify/confirm that the undersigned, as the owner and sole proprietor or authorized representative of Name of Bidder has the full power and authority to participate, submit the bid, and to sign and execute the ensuing contract, on the latter’s behalf for the Procurement of Private Milling Services for the Calendar Year 2021 for Lot 1 of the National Food Authority Regional Office IX . Or [For partnerships, corporations, cooperatives, or joint ventures, insert:} We likewise certify/confirm that the undersigned, is granted full power and authority by the ______Name of Bidder , to participate, submit the bid, and to sign and execute the ensuing contract on the latter’s behalf for the Procurement of Private Milling Services for the Calendar Year 2021 for Lot ____ of the National Food Authority Regional Office IX . We acknowledge that failure to sign each and every page of this Bid Form, including the attached Schedule of Prices, shall be a ground for the rejection of our bid. Dated this _______ day of _______________. ________________________ ______________________ [Signature] [in the capacity of] Duly authorized to sign Bid for and on behalf of ____________________________________

Invitation to Bid No.:

Page 59: NFA REGION IX BIDDING DOCUMENTS

ANNEX M

SCHEDULE OF PRICES PROCUREMENT OF PRIVATE MILLING

FOR NFA REGION IXFOR THE YEAR 2021

PROVINCE LOT NO.

APPROVED BUDGET

FOR THE CONTRACT

(ABC)

VOLUME

BAG/ 20KG

NET

BID

BEFORE

TAX PER

UNIT

AMOUNT OF TAX TOTAL

BID

Inclusive

of Tax

PER

UNIT

TOTAL AMOUNT OF BID

VAT

(12%)

LOCAL

TAX

OTHER

TAX

TOTAL

TAX

Total

Before

Tax

Total

Tax

TOTAL

INCLUSIVE

OF TAX

(bag)

a

b

c

d

e

f= c+d+e

g= b+f

(P)

h= a x b

(P)

i= a x f

(P)

j= h+i

PROVINCE 1 1 143,000.00 1,100 116.07 13.93 - - 13.93 130 127,677 15,323 143,000

2

3

SUB-TOTAL

PROVINCE 2 1

2

3

SUB-TOTAL

GRAND TOTAL k= total h l= total i m= k+l

Submitted by:

Name of the Representative of the Bidder ________________________________

Position ________________________________

Name of the Bidder

Page 60: NFA REGION IX BIDDING DOCUMENTS

Annex 1a (To be filled up by the BIR)

DLN: Taxpayer PSOC: PSIC: Spouse PSOC: PSIC:

Fill in all applicable spaces. M ark all appropriate boxes with an “ X” .

1 For the Year 2 Quarter 3 Amended 4 No. of sheet/s(YYYY) 1st 2nd 3rd Return Yes No attached

Part I B a c k g r o u n d I n f o r m a t i o n

Taxpayer/Filer Spouse

5 TIN 6 RDO 7 TIN 8 RDO

Code Code

9 Taxpayer's Name(Last Name, First Name, M iddle Name)(Estates & Trusts) 10 Spouse's Name (Last Name, First Name, M iddle Name)(If applicable)

11 Registered Address 12 Registered Address

13 Date of Birth (MM/DD/YYYY) 14 Zip Code 15 Telephone Number 16 Date of Birth (MM/DD/YYYY) 17 Zip Code 18 Telephone Number

19 Line of Business/Occupation 20 Compensation 21 Line of Business/Occupation 22 CompensationATC Business ATC Business

Mixed Income Mixed Income

23 Method of Deduction 24 Method of Deduction

Itemized Deduction 40% Optional Standard Deduction Itemized Deduction 40% Optional Standard Deduction

25 Are you availing of tax relief under Special Law or International Tax Treaty? Yes No If yes, specify

Part II Computation of Tax

Declaration This Quarter Taxpayer/Filer Spouse

26 Sales/Revenues/Receipts/Fees 26A 26B

27 Add: Amount Received by a Partner from General Professional Partnership (except loans)

28 Total 28A 28B

29 Less: Cost of Sales/Services 29A 29B

30 Gross Income from Operation 30A 30B

31 Add: Other Income 31A 31B

32 Total Gross Income 32A 32B

33 Less: Deductions 33A 33B

34 Taxable Income This Quarter 34A 34B

35 Add: Taxable Income Previous Quarter/s 35A 35B

36 Taxable Income to Date 36A 36B

37 Tax Due 37A 37B

38 Less: Tax Credits/Payments

38A / B Prior Years' Excess Credits 38A 38B

38C / D Tax Payment/s for the Previous Quarter/s 38C 38D

38E/ F Creditable Tax Withheld for the Previous Quarter/s 38E 38F

38G/ H Creditable Tax Withheld Per BIR Form No. 2307 for this Quarter

38I/ J Tax Paid in Return Previously Filed, 38I 38Jif this is an Amended Return

38K/ L Other Payment/s Made (please attach proof of 38K 38Lpayment- BIR Form No. 0605)

38M / N Total Tax Credits/Payments (Sum of 38A,C,E, 38M 38NG,I & K/ 38B,D,F,H,J,& L)

39 Tax Payable/(Overpayment) (37A less 38M & 37B less 38N)39A 39B

40 Add: Penalties Surcharge 40A 40B

Interest 40C 40D

Compromise 40E 40F

Total Penalties (Sum of Items 40A,C,E/40B,D,F) 40G 40H

41 Total Amount Payable/ (Overpayment)(39A+40G/39B+40H)41A 41B

Aggregate Amount Payable/(Overpayment) ( Sum of Items 41A & 41B) 41C

I declare under penalties of perjury, that this return has been made in good faith, verif ied by me, and to the best of my know ledge and belief,is true and correct, pursuant to the provisions of the National Internal Revenue Code, as amended, and the regulations issued under authority thereof.

42

Part III D e t a i l s of P a y m e n t

Drawee Bank/ Date

Particulars Agency Number MM DD YYYY Amount

43 Cash/Bank 43A 43B 43C 43D

Debit Memo

44 Check 44A 44B 44C 44D

45 Tax Debit

Memo

46 Others 46A 46B 46C 46D

Machine Validation/Revenue Official Receipt Details (If not f iled w ith the bank)

\mar i am

BIR FORM 1701Q (ENCS)-PAGE 2

TAX TABLE

If TAXABLE INCOME is: TAX DUE is:

Not over P 10,000 5%

Over P 10,000 but not over P 30,000 P 500 + 10% of the excess over P 10,000

Over P 30,000 but not over P 70,000 P 2,500 + 15% of the excess over P 30,000

Over P 70,000 but not over P 140,000 P 8,500 + 20% of the excess over P 70,000

Over P 140,000 but not over P 250,000 P 22,500 + 25% of the excess over P 140,000

Over P 250,000 but not over P 500,000 P 50,000 + 30% of the excess over P 250,000

Over P 500,000 P 125,000 + 32% of the excess over P 500,000

BIR Form 1701Q - Quarterly Income Tax ReturnGUIDELINES AND INSTRUCTIONS

AAB and Date of Receipt

(RO's Signature/

27B

38G 38H

Bank Teller's Initial

Taxpayer/Authorized Representative/Accredited Tax AgentSignature Over Printed Name

Tax Agent Acc. No./Atty's Roll No. (if applicable)

45A 45B 45C

27A

TIN of Signatory

Date of Expiry

Title/Position of Signatory

Date of Issuance

Stamp of Receiving Office/

Republika ng PilipinasKagawaran ng Pananalapi

Kawanihan ng Rentas Internas

BIR Form No.

July 2008 (ENCS)

Quarterly IncomeTax Return 1701Q

For Self-Employed Individuals, Estates, and Trusts(Including those w/ both Business & Compensation Income)

I I 0 1 3

I I 0 1 1

I I 0 1 3

I I 0 1 2

I I 0 1 1

I I 0 1 2

ANNEX N-1

Page 61: NFA REGION IX BIDDING DOCUMENTS

DLN: PSIC:

Fill in all applicable spaces. Mark all appropriate boxes w ith an “X”.

1 For the Calendar Fiscal 3 Quarter 4 Amended Return? 5 No. of sheet/s attached2 Year Ended

( MM / YYYY ) 1st 2nd 3rd Yes No

Part I B a c k g r o u n d I n f o r m a t i o n

6 TIN 7 RDO Code 8 Line of Business

9 Taxpayer's Name 10 Telephone No.

11 Registered Address

12 Zip Code 13 Method of Deduction

14 Are you availing of tax relief under 15 ATCSpecial Law / International Tax Treaty? Yes No If yes, specify

Part II C o m p u t a t I o n o f T a x

Declaration This Quarter E X E M P T T A X A B L E Special Rate Regular Rate

16 Sales/Revenues/Receipts/Fees….16A 16B 16C

17 Less: Cost of Sales/Services…17A 17B 17C

18 Gross Income from Operation. ……18A 18B 18C

19 Add: Other Non-Operating and Taxable Income……….……………….. 19A 19B

20 Total Gross Income………………. 20A 20B 20C

21 Less: Deductions…………….. 21A 21B 21C

22 Taxable Income This Quarter………………………………………………….22A 22B

23 Add: Taxable Income from Previous Quarter(s) ……………………….. 23A 23B

24 Total Taxable Income to Date………………………………………………… 24A 24B

25 Tax Rate (except MCIT Rate)………………………………………………….25A 25B

26 Income Tax (Other Than MCIT)………….. ……. ………………………….. 26A 26B

27 Less: Share of Other Agencies (RA 7916/8748, etc)……………………27

28 Minimum Corporate Income Tax (MCIT) (see Schedule 1) …………………….…………….……….……………………..28

29 Tax Due

29A Tax on Transactions under Regular Rate (Normal Income Tax or M inimum Corporate Income Tax whichever is higher)……….. 29A

29B Less: Unexpired Excess of Prior Year's MCIT over Normal Income Tax Rate

(deductible only if the quarterly's tax due is the normal rate)……………..…………………………………………… 29B

29C Balance (Item 29A less Item 29B)…………………………………………………………………………………………. 29C

29D Add: Tax Due to the BIR on Transactions under Special Rate (26A less 27)………………….29D

30 Aggregate Income Tax Due (Sum of Items 29C and 29D)…………………………………………………. 30

31 Less: Tax Credits/Payments

31A Prior Year's Excess Credits - Taxes Withheld…………………………………………………… 31A

31B Tax Payment(s) for the Previous Quarter(s) of the same taxable year other than M CIT…. 31B

31C MCIT Payment(s) for the Previous Quarter(s) of the same taxable year……………………. 31C

31D Creditable Tax Withheld for the Previous Quarter(s)…………………………………………. 31D

31E Creditable Tax Withheld Per BIR Form No. 2307 for this Quarter………………………….. 31E

31F Tax Paid in Return Previously Filed, if this is an Amended Return………………………… 31F

31G Others, please specify ______________________________________ ……….…….. 31G

31H Total Tax Credits/Payments (Sum of Items 31A to 31G)……………………………………. 31H

32 Tax Payable/(Overpayment)(Item 30 less Item 31H)……………………………………..……………. 32

33 Add: Penalties Surcharge Interest Compromise

33A 33B 33C 33D

34 Total Amount Payable/(Overpayment)(Sum of Items 32 and 33D)………………………..…………… 34

We declare, under the penalties of perjury that this return has been made in good faith, verif ied by us, and to the best of our know ledge and belief,

is true and correct, pursuant to the provisions of the National Internal Revenue Code, as amended, and the regulations issued under authority thereof.

35A 35B

Part III D e t a i l s of P a y m e n t Stamp of Receiving

Drawee Bank/ Date Office/AAB and

Particulars Agency Number MM DD YYYY Amount Date of Receipt

36 Cash/Bank 36A 36B 36C 36D

Debit Memo

37 Check 37A 37B 37C 37D

38 Tax Debit 38A 38B 38C

Memo

39 Others 39A 39B 39C 39D

Machine Validation/Revenue Official Receipt Details (If not f iled w ith the bank)

\mar i am

Treasurer/Assistant Treasurer(Signature Over Printed Name)

Title/Position of Signatory

President/Vice President/Principal Officer/Accredited Tax Agent/(Signature Over Printed Name)

Title/Position of Signatory

Bank Teller's Initial)

Tax Agent Acc. No./Atty's Roll No. (if applicable) Date of Issuance Date of Expiry

Itemized Deduction 40% Optional Standard Deduction

TIN of Signatory

(RO's Signature/

TIN of Signatory

Republika ng PilipinasKagawaran ng Pananalapi

Kawanihan ng Rentas Internas

BIR Form No.Quarterly Income

Tax Return 1702QFor Corporations, Partnerships and Other Non-Individual Taxpayers July 2008 (ENCS)

L

L

ANNEX N-2

Page 62: NFA REGION IX BIDDING DOCUMENTS

ANNEX O

Annex 2(To be filled up by the BIR) DLN: PSIC:

Fill in all applicable spaces. M ark all appropriate boxes with an “ X” .

1 For the Calendar Fiscal 2 Quarter 1st 3rd 3 Return From 4 Amended Ye 5 Short Yes

Year Ended Period Return? Period

( M M / YYYY ) 2nd 4th (mm/dd/yy) To No Return? No

6 TIN 7 RDO 8 No. o f sheets 9 Line of

Code attached Business10 Taxpayer's Name (For Individual)Last Name, First Name, M iddle Name/(For Non-individual) Registered Name 11 Telephone Number

12 Registered Address 13 Zip Code

14 Are you availing of tax relief under Special Law If yes, specify

or International Tax Treaty? Yes No

P art II C o mputat io n o f T ax (A ttach addit io nal sheets, if necessary)

15 Vatable Sales/Receipt- Private (Sch.1) 15B

16 Sale to Government 16B

17 Zero Rated Sales/Receipts

18 Exempt Sales/Receipts

19 Total Sales/Receipts and Output Tax Due 19B

20 Less: Allow able Input Tax

20A Input Tax Carried Over from Previous Quarter 20A

20B Input Tax Deferred on Capital Goods Exceeding P1Million from Previous Quarter 20B

20C Transitional Input Tax 20C

20D Presumptive Input Tax 20D

20E Others 20E

20F Total (Sum of Item 20A, 20B,20C,20D &20E) 20F

21 Current Transactions Purchases

21A/B Purchase of Capital Goods not exceeding P1M illion (see sch.2)21A 21B

21C/D Purchase of Capital Goods exceeding P1M illion (see sch.3)21C 21D

21E/F Domestic Purchases of Goods Other than Capital Goods 21E 21F

21G/H Importation of Goods Other than Capital Goods 21G 21H

21I/J Domestic Purchase of Services 21I 21J

21K/L Services rendered by Non-residents 21K 21L

21M Purchases Not Qualif ied for Input Tax 21M

21N/O Others 21N 21O

21P Total Current Purchases (Sum of It em 21A,21C,21E,21G,21I,21K,21M&21N)21P

22 Total Available Input Tax (Sum of Item 20F, 21B,21D,21F,21H,21J,21L&21O) 22

23 Less: Deductions from Input Tax

23A Input Tax on Purchases of Capital Goods exceeding P1Million

deferred for the succeeding period (Sch.3) 23A

23B Input Tax on Sale to Govt. closed to expense (Sch.4) 23B

23C Input Tax allocable to Exempt Sales (Sch.5) 23C

23D VAT Refund/TCC claimed 23D

23E Others 23E

23F Total (Sum of Item 23A, 23B,23C,23D & 23E) 23F

24 Total Allow able Input Tax (Item 22 less Item 23F) 24

25 Net VAT Payable (Item 19B less Item 24) 25

26 Less: Tax Credits/Payments

26A Monthly VAT Payments - previous tw o months 26A

26B Creditable Value-Added Tax Withheld (Sch. 6) 26B

26C Advance Payments for Sugar and Flour Industries (Sch.7) 26C

26D VATw ithheld on Sales to Government (Sch.8) 26D

26E VAT paid in return previously f iled, if this is an amended return 26E

26F Advance Payments made (please attach proof of payments - BIR Form No. 0605) 26F

26G Others 26G

26H Total Tax Credits/Payments (Sum of Item 26A,26B,26C,26D,26E, 26F & 26G) 26H

27 Tax Still Payable/(Overpayment)(Item 25 less Item 26H) 27

28 Add: Penalties Surcharge Interest Compromise

28A 28B 28C 28D

29 Total Amount Payable/(Overpayment) (Sum of Item 27 & 28D) 29

I declare, under the penalties of perjury, that this return has been made in good faith, verif ied by me, and to the best of my know ledge, and belief, is true and correct, pursuant to the provisions of the National Internal Revenue Code, as amended, and the regulations issued under authority thereof.

30 31

Tax Agent Acc. No./Atty's Roll No.(if applicable)

Part III Details of Payment Drawee Bank/ Date

Particulars Agency Number MM DD YYYY Amount

32 Cash/Bank 32A 32B 32C 32D

Debit Memo33 Check 33A 33B 33C 33D

34 Tax Debit

Memo

35 Others 35A 35B 35C 35D

M achine Validation (if filed with an accredited agent bank)/Revenue Official Receipt Details (If not filed with an Authorized Agent Bank)

Bank Teller's Initial)

Stamp of Receiving Office/AABand Date of Receipt

(RO's Signature/

(Signature Over Printed Name)

Title/Position of Signatory

TIN of Signatory

Title/Position of Signatory

Date of Issuance

Output Tax Due for the QuarterSales/Receipts for the Quarter (Exclusive of VAT)

Treasurer/Assistant Treasurer

(Signature Over Printed Name)

15A

16A

President/Vice President/Principal Officer/Accredited Tax Agent/

Date of Expiry

TIN of Signatory

17

19A

18

Authorized Representative/Taxpayer

2550QFebruary 2007 (ENCS)

Quarterly Value-AddedTax Return

BIR Form No.

Republika ng PilipinasKagaw aran ng Pananalapi

Kawanihan ng Rentas Internas

34A 34C34B

(Cumulative For 3 Months)

Page 63: NFA REGION IX BIDDING DOCUMENTS

ANNEX P

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

Sworn Statement on Compliance to the Protest Mechanism Provided in Article XVII of RA 9184

The undersigned __Name of Authorized Representative__, in his/her capacity as the __________________________, and as authorized signatory of ___Name of Company___, a single/proprietorship/partnership/corporation, duly registered and existing under the laws of the Philippines after having been duly sworn in accordance with law, do hereby depose, state, warrant, waive and undertake the following, in relation to the Bidding for the Procurement of Warehousing Services for NFA Region ___ for the Year 2019. 1. That the ____(Name of Company)___ and any and all of its officers, directors or controlling stockholders/owners hereby undertake and commit to duly and strictly comply and abide with the following: “Any Court action including any petition for a preliminary or mandatory injunction or a temporary restraining order, or any other provisional remedy may be resorted to only after the protests contemplated in the Instructions to Bidders shall have been completed and all administrative remedies have been exhausted. Cases that are filed in violation of the process specified herein shall be dismissed of lack of jurisdiction. The regional trial court shall have jurisdiction over final decisions of the head of procuring entity. Court actions shall be governed by Rule 65 of the 1997 Rules of Civil Procedure.” 2. That failure on the part of the ___(Name of Company)____ and/or any and all of its officers, directors or controlling stockholders/owners to comply and abide with the above-stated provisions shall result to the automatic dismissal for lack of jurisdiction, lack of cause of action, prematurity and/or forum shopping of any court action that may be filed by the ___(Name of Company)____ and/or any and all of its officers, directors or controlling stockholders/owners or by anyone in behalf of the latter relative, pertinent, corollary to or in connection with the subject bidding process; 3. That the ___(Name of Company)____ and/or any and all of its officers, directors or controlling stockholders/owners hereby bind themselves that any such court action that may be filed relative or pertinent to the bidding process concerned can only be filed in the jurisdiction of the courts of Quezon City of the complete exclusion of any other venue as said other venues are hereby completely waived;

Page 64: NFA REGION IX BIDDING DOCUMENTS

4. That further, failure to comply and abide with the immediately foregoing shall result to the automatic dismissal of such court action that may be filed for lack of jurisdiction or lack of cause of action; The undersigned further attests to the truth and correctness of the foregoing statements, waivers and undertakings according to his/her personal knowledge. SIGNED this ________ day _________ of __________________ at ___________________________________.

_________________________________

Signature over Printed Name of Affiant SUBSCRIBED AND SWORN to before me this ________ day _________ of _______________ in the ___________________________, affiant exhibited to me his/her Government Identification Card ______________. NOTARY PUBLIC Doc. No. ________ Page No. ________ Book No. ________ Series of 20______

Page 65: NFA REGION IX BIDDING DOCUMENTS

ANNEX Q REPUBLIC OF THE PHILIPPINES ] CITY/MUNICIPALITY OF ___________ ] S.S.

S W O R N S T A T E M E N T I, [ Name of Bidder/Representative ], of legal age, with residence and address at __________________________ after having been duly sworn to in accordance with law, hereby depose and state:

1. That [if a sole proprietorship, I am the sole proprietor of [ Name of Bidder ] with office address at [address of Bidder]; If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];

2. That with regard to the bidding of Milling Services for Region ___for the

Year 2021 [ Name of Bidder ] is attesting that it undertakes to abide and strictly comply with the provisions of Republic Act 9184 more particularly Section 58. Resort to Regular Courts’ Certiorari in relation to Sections 55, 56 and 57 of the same Act;

3. That I am making this statement as part of the bidding requirement for

Private Milling Services for NFA Region ___for the Year 2021

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 2021

at _____________________________, Philippines. _____________________________________________________________ Name, Signature and Designation of Owner/Proprietor or Authorized Representative

Affiant [JURAT]

Page 66: NFA REGION IX BIDDING DOCUMENTS

ANNEX R

Contract Agreement Form for the Procurement of Goods (Revised) [Not required to be submitted with the Bid, but it shall be submitted within ten (10) days after receiving the Notice

of Award]

_________________________________________________________________________

CONTRACT AGREEMENT

THIS AGREEMENT made the _____ day of __________ 20_____ between [name of

PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part and

[name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the

other part;

WHEREAS, the Entity invited Bids for certain goods and ancillary services, particularly

[brief description of goods and services] and has accepted a Bid by the Supplier for the supply of

those goods and services in the sum of [contract price in words and figures in specified

currency] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents as required by the 2016 revised Implementing Rules and

Regulations of Republic Act No. 9184 shall be deemed to form and be read and

construed as integral part of this Agreement, viz.:

i. Philippine Bidding Documents (PBDs);

i. Schedule of Requirements;

ii. Technical Specifications;

iii. General and Special Conditions of Contract; and

iv. Supplemental or Bid Bulletins, if any

ii. Winning bidder’s bid, including the Eligibility requirements, Technical and

Financial Proposals, and all other documents or statements submitted;

Bid form, including all the documents/statements contained in the Bidder’s

bidding envelopes, as annexes, and all other documents submitted (e.g.,

Bidder’s response to request for clarifications on the bid), including

corrections to the bid, if any, resulting from the Procuring Entity’s bid

evaluation;

iii. Performance Security;

iv. Notice of Award of Contract; and the Bidder’s conforme thereto; and

v. Other contract documents that may be required by existing laws and/or the

Procuring Entity concerned in the PBDs. Winning bidder agrees that

additional contract documents or information prescribed by the GPPB

that are subsequently required for submission after the contract

execution, such as the Notice to Proceed, Variation Orders, and

Warranty Security, shall likewise form part of the Contract.

3. In consideration for the sum of [total contract price in words and figures] or such

other sums as may be ascertained, [Named of the bidder] agrees to [state the object

of the contract] in accordance with his/her/its Bid.

4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in

accordance with the terms of the Bidding.

Page 67: NFA REGION IX BIDDING DOCUMENTS

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with the laws of the Republic of the Philippines on the day and year first above

written.

[Insert Name and Signature]

[Insert Signatory’s Legal Capacity]

for:

[Insert Procuring Entity]

[Insert Name and Signature]

[Insert Signatory’s Legal Capacity]

for:

[Insert Name of Supplier]

Acknowledgment

[Format shall be based on the latest Rules on Notarial Practice]

Page 68: NFA REGION IX BIDDING DOCUMENTS

ILLUSTRATIONS ON

MARKING AND SEALING

Page 69: NFA REGION IX BIDDING DOCUMENTS

ORIGINAL COPIES

COPY NO. 1

COPY NO. 2

COPY NO. 3

FINANCIAL COMPONENT TECHNICAL COMPONENT MENT

ORIGINAL

ORIGINAL

ORIGINAL* 1) TECHNICAL COMPONENT 2) FINANCIAL COMPONENT

PROCEDURE ON BID DOCUMENTS SEALING

FIRST

ENVELOPE

SECOND

ENVELOPE

* FOR THE PHOTOCOPIES, INDICATE IF:

COPY NO. 1

COPY NO. 2

COPY NO. 3

1) TECHN I C AL

COMPONENT

2) F I NANC I A L

COMPONENT

ANNEX T

Page 70: NFA REGION IX BIDDING DOCUMENTS

TECHNICAL COMPONENT MARKINGS

REGIONAL BIDS AND AWARDS COMMITTEE (RBAC) NATIONAL FOOD AUTHORITY REGIONAL OFFICE IX

ZAMBOANGA CITY

PROCUREMENT OF WAREHOUSING SERVICES FOR NFA REGION IX FOR THE YEAR 2021

PROCUREMENT OF WAREHOUSING SERVICES FOR NFA REGION IX FOR THE YEAR 2021

________________ ________________

DO NOT OPEN BEFORE JULY 12, 2021 ON 2:01PM

SIGNATURE

ORIGINAL* - TECHNICAL COMPONENT (FIRST ENVELOPE)

* FOR THE PHOTOCOPIES, INDICATE IF:

COPY NO. 1

COPY NO. 2

COPY NO. 3

Page 71: NFA REGION IX BIDDING DOCUMENTS

FINANCIAL COMPONENT MARKINGS

REGIONAL BIDS AND AWARDS COMMITTEE (RBAC) NATIONAL FOOD AUTHORITY REGIONAL OFFICE IX

ZAMBOANGA CITY

PROCUREMENT OF WAREHOUSING SERVICES FOR NFA REGION IX FOR THE YEAR 2021

PROCUREMENT OF WAREHOUSING SERVICES FOR NFA REGION IX FOR THE YEAR 2021

________________ ________________

DO NOT OPEN BEFORE JULY 12, 2021 ON 2:01PM

SIGNATURE

ORIGINAL* - FINANCIAL COMPONENT (SECOND ENVELOPE)

* FOR THE PHOTOCOPIES, INDICATE IF:

COPY NO. 1

COPY NO. 2

COPY NO. 3

Page 72: NFA REGION IX BIDDING DOCUMENTS

MOTHER ENVELOPE

NOTE: Signature of bidder or authorized representative is required in the envelope.

ORIGINAL BID* REGIONAL BIDS AND AWARDS COMMITTEE (RBAC) NATIONAL FOOD AUTHORITY REGIONAL OFFICE IX

ZAMBOANGA CITY

PROCUREMENT OF WAREHOUSING SERVICES FOR NFA REGION IX FOR THE YEAR 2021

PROCUREMENT OF WAREHOUSING SERVICES FOR NFA REGION IX FOR THE YEAR 2021

_______________ _______________

DO NOT OPEN BEFORE JULY 12, 2021 ON 2:01PM

SIGNATURE

* FOR THE PHOTOCOPIES, INDICATE IF:

COPY NO. 1

COPY NO. 2

COPY NO. 3

Page 73: NFA REGION IX BIDDING DOCUMENTS

42