MENU

SUPPLEMENTAL/BID BULLETIN NO. 03-2021

This Supplemental/Bid Bulletin No. 03-2021 is issued to include the following clarifications as an integral part of the Bidding Documents issued for the Supply and Delivery of White Duck/ Service Blouse White for Flag Ranks and their Flag Lieutenants.

Section VIII Checklist of Technical and Financial Documents

              Section VIII under Checklist of Technical and Financial Documents is hereby amended to read as follows:    

Checklist of Technical and Financial Documents

 

Each Bidder shall submit one (1) original and six (6) copies of the first and second components of its bid through their duly authorized representatives.

All envelopes shall:

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

bear the name and address of the Bidder in capital letters;

be addressed to the BAC with the following details: 

BIDS AND AWARDS COMMITTEE (BAC)

PHILIPPINE COAST GUARD – NATIONAL HEADQUARTERS

bear the specific identification of this bidding process;  and

bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of bids.

Note: Non-submission of the additional copies shall not be a ground for the bidder’s disqualification.

TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents

Valid and updated Philippine Government Electronic Procurement Syste (PhilGEPS) Certificate of Registration and Platinum Membership in accordance with Section 8.5.2 of the 2016 Revised IRR of RA 9184, if registered under the Platinum category; Provided that all of the eligibility documents submitted to PhilGEPS are maintained and updated;

OR

In case any of the eligibility documents submitted to PhilGEPS is not updated, combination of a PhilGEPS Certificate of Registration and Platinum Membership, with any of the valid/updated Class “A” Eligibility Documents shall be submitted:

1.         Securities and Exchange Commission (SEC) Registration Certificate for corporations, partnerships and/or joint ventures, Department of Trade and Industry (DTI) Registration Certificate for sole proprietorship, or Cooperative Development Authority (CDA) Registration Certificate for cooperatives; AND/OR

2.         Valid Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas.

         In cases of recently expired Mayor’s/Business Permits, it shall be accepted together with the official receipt as proof that the bidder has applied for the renewal within the period prescribed by the concerned local government unit, provided that the renewed permit shall be submitted as a post-qualification requirement in accordance with Section 34.2 of the 2016 Revised IRR of R.A. 9184; AND/OR

3.         Valid Tax Clearance Certificate per Executive Order (E.O.) No. 398, series of 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR); AND/OR

4.         Audited Financial Statements (AFS), stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year. In case the AFS for the preceding calendar year is not yet available, said AFS should not be earlier than two (2) years from the deadline for the Submission and Receipt of Bids.

OR;

In lieu of the PhilGEPS Certificate of Registration and Platinum Membership. bidders shall submit all of the proceeding valid and/or updated Class “A” Eligibility Documents; Provided that the bidder having the LCB/SCB submit/s a valid and updated PhilGEPS Platinum Certificate of Registration and Membership within five (5) calendar days from receipt of the BAC notice of the LCB/SCB during the post-qualification process

1.         SEC Registration Certificate for corporations, partnerships and/or joint ventures, DTI Registration Certificate for sole proprietorship, or CDA Registration Certificate for cooperatives; AND/OR

2.         Valid Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas.

         In cases of recently expired Mayor’s/Business Permits, it shall be accepted together with the official receipt as proof that the bidder has applied for the renewal within the period prescribed by the concerned local government unit, provided that the renewed permit shall be submitted as a post-qualification requirement in accordance with Section 34.2 of the 2016 Revised IRR of R.A. 9184; AND/OR

3.         Valid Tax Clearance Certificate per Executive Order (E.O.) No. 398, series of 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR); AND/OR

4.         AFS stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year. In case the AFS for the preceding calendar year is not yet available, said AFS should not be earlier than two (2) years from the deadline for the Submission and Receipt of Bids.

Technical Documents

Statement of the prospective bidder of all its 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.

The Statement of all On-going Government and Private Contracts shall indicate for each contract, the following:

§       name of the contract;

§       date of the contract;

§       contract period;

§       owner’s name and address;

§       kinds of goods;

·                  amount of contract and value of outstanding contracts;

§       date of delivery (please state estimated date of delivery)

Bidders are also required to attach the following:

§       Notice to Proceed

§       Purchase Order

Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, adjusted to current prices using the Philippine Statistics Authority (PSA) consumer price indices, if necessary.

The statement identifying the Single Largest Completed Contract (SLCC) shall indicate the following:

(a)          name of the contract;

(b)          date of the contract;

(c)          contract period;

(d)          owner’s name and address;

(e)          kinds of goods;

(f)           amount of completed contracts, adjusted by the bidder to current prices using PSA’s consumer price index, if necessary for purposes of meeting the SLCC requirement;

(h)          date of delivery (actual date of delivery for the single largest completed contract); and

(i)           end user’s acceptance or official receipt(s) or sales invoice issued for the contract, Notice to Proceed and Purchase Order which shall be attached to the statement of SLCC.

The bidder’s identified SLCC shall be similar to the contract to be bid and should have been completed within three (3) years prior to the deadline for the submission and receipt of bids and equivalent to at least twenty-five percent (25%) of the ABC or amounting to at least Two Hundred Sixty-Eight Thousand Five Hundred Pesos (PhP268,500.00).

For purposes of post-qualification, bidders are required to attach the entire set of the Contract, Purchase Order or Memorandum of Agreement to the Statement Identifying the SLCC.

Bidders are also required to Include in the aforesaid Statement of All On-going Government and Private Contracts and Statement Identifying the SLCC the following information:

Contact Person; and

Contact Details (telephone/fax/cellphone number and/or email address)

Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insurance Commission, based on the following schedule:

Cash, cashier’s/ manager’s check issued by a Universal or Commercial Bank;

 

 

Bank draft/ guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank; Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank

 

[at least Two Percent (2%) of the ABC]

Surety Bond, callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission authorized to issue said security specific for the project

 

[at least Five Percent (5%) of the ABC]

PhP21,480.00

PhP53,700.00


                                      
OR;

Original copy of Notarized Bid Securing Declaration; and

Duly signed Section VI (Schedule of Requirements)

Conformity with the Technical Specifications and duly signed by the bidder’s authorized representative. To prove the bidder’s statement of compliance, bidders shall provide one (1) sample of the proposed items for the purpose of evaluation and determination of conformity with the technical specification, as well as, a Certificate of Dealership/Distributorship; and

Original duly signed Omnibus Sworn Statement (OSS);

and if applicable, Original Special Power of Attorney for sole proprietorships, Notarized Secretary’s Certificate/Board Partnership Resolution in case of a corporation, partnership, or cooperative; or Original Special Power of Attorney of all members of the joint venture giving full power and authority to its officer to sign the OSS and do acts to represent the Bidder.

Reminder: If the prospective bidder’s representative who will attend the Submission, Receipt, Opening and Preliminary Examination of Bids is different from the authorized representative to do, execute and perform any and all acts necessary and/or to represent the prospective bidder in the bidding, then the prospective bidder can include the name/s of said representative in the above-mentioned proofs of authorization (e.g., original copy of the duly notarized Secretary’s Certificate for corporations, Board/Partnership Resolution for partnerships, corporations, and/or joint ventures or an original copy of the Special Power of Attorney for sole proprietorships, whichever is applicable)

24    FINANCIAL COMPONENT ENVELOPE

(a)            Original of duly signed and accomplished Financial Bid Form;

                                                       and

   (b)         Original of duly signed and accomplished Price Schedule(s).

All financial bids shall be rounded up to two (2) decimal places.

Additional Requirements to be Complied by the Winning Supplier:

Within ten (10) calendar days from receipt of the Notice of Award (NOA), the winning supplier shall submit a Performance Securing Declaration or any form of Performance Security in accordance with the following schedule pursuant to Section 39 of the 2016 Revised IRR of R.A. 9184 which shall be denominated in Philippine Pesos, posted in favor of the Philippine Coast Guard and shall remain valid until issuance by the Philippine Coast Guard of the Certificate of Final Acceptance, to wit:

a)   Cash, cashier’s/ manager’s check issued by a Universal or Commercial Bank;

 

b)   Bank draft/ guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank; Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank

 

[at least Two Percent (5%) of the Contract Price]

a)   Surety Bond, callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission authorized to issue said security specific for the project

 

[at least Thirty Percent (30%) of the Contract Price]


The end-user or implementing units shall be responsible in monitoring the validity of the performance security. In case, the winning supplier submits a Performance Securing Declaration, the end-user or implementing unit can request the winning supplier to replace the submitted Performance Securing Declaration with any of the above-mentioned allowable forms during contract implementation.

Financial Documents

(f)        The Supplier’s audited financial statements, showing, among others, the Supplier’s total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two (2) years from the date of bid submission; and

(g)        The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC) which must be at least to the ABC amounting to One Million Seventy-Four Thousand Pesos (PhP 1,074,000.00)

Bidders must submit a computation of its NFCC, which must be at least equal to the ABC, calculated 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 contract to be bid.

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

For purposes of computing the foreign bidders’ NFCC, the value of the current assets and current liabilities shall be based on their audited financial statements prepared in accordance with international financial reporting standards.

OR;

A committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation.

If the prospective bidder opts to submit a committed Line of Credit, it must be at least equal to ten percent (10%) of the ABC to be bid or in the amount of One Hundred Seven Thousand Four Hundred Pesos (PhP 107,400.00) if issued by a foreign universal or commercial bank, it shall be confirmed or authenticated by a local universal or commercial bank.

Class “B” Documents 

(h)        If applicable, a duly signed joint venture agreement (JVA) in case the joint venture is already in existence;

OR;

duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful.

Failure to enter into a joint venture in the event of a contract award shall be ground for the forfeiture of the bid security.

Each partner of the joint venture shall submit their respective valid and updated PhilGEPS Certificates of Registration in accordance with Section 8.5.2 of the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (R.A.) No. 9184.

In case any of the eligibility documents submitted to PhilGEPS by any of the partners of the joint venture is not updated, a combination of a valid PhilGEPS Certificate of Registration and Platinum Membership, with any of the valid/updated Class “A” Eligibility Documents shall be submitted:

1.         SEC Registration Certificate for corporations, partnerships and/or joint ventures; DTI Registration Certificate for sole proprietorship; or CDA Registration Certificate for cooperatives;

2.         Valid Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas;

3.       Valid Tax Clearance Certificate; and

4.            AFS, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year.

In the event that one of the partners of the joint venture does not have a valid and updated PhilGEPS Certificate of Registration and Platinum Membership, then it shall submit the following eligibility documents:

1.      SEC Registration Certificate for corporations, partnerships and/or joint ventures; DTI Registration Certificate for sole proprietorship; or CDA Registration Certificate for cooperatives;

2.         Valid Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas;

3.         Valid Tax Clearance Certificate; and

4.         AFS, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year.

The submission of technical and financial eligibility documents by any of the joint venture partners constitutes compliance: Provided, That the partner responsible to submit the NFCC shall likewise submit the Statement of all of its ongoing contracts and Audited Financial Statements.

 

 

For guidance and information of all concerned

 

 

RADM ROLANDO LIZOR N PUNZALAN JR PCG

BAC Chairman

 

 

Received by the Bidder:

 

_____________________

Date:_________________

Supplemental / Bid Bulletin 03-2021 Supply and Delivery of White Duck/Service Blouse White for Flag Ranks and their Flag Lieutenants