Sunteți pe pagina 1din 140

HONORARIUM OF BAC, BAC SECRETARY, TWG & CSO FOR VARIOUS PROJECTS OF 2018

RECEIVED JANUARY 21, 2019

1. Lourdes B. Boreta BAC Chairman 4,000.00

2. Oscar M. Nota Vice Chairman2,000.00

3. Benedicto I. Bagagnan Member 2,000.00

4. Flor L. Oprecio Member2,000.00

5. Justin O. Luna Member2,000.00

6. Fernando N. Parcia Member2,000.00

7.Fe MundaBAC Secretary2,000.00

8. Melchor M. Carmona, Jr. BAC TWG 2,000.00

9. Engr. Maureen Kharil BAC TWG2,000.00


.
20,,000.00
.
SCHEDULE OF GUESTS ARRIVAL

1. THE DAWN 3. DIANNE MEDINA

AUGUST 20, 2018 -ARRIVAL AUGUST 23, 2018-ARRIVAL


AUGUST 21, 2018-BACK T0 AIRPOIRT AUGUST 24, 2018- BACK TO AIRPORT

SERVICE VEHICLES- SERVICE VEHICLES

2 VAN (JONG) 1 VAN (JONG)


2 FB (LGU) 1 FB (LGU)
1 VAN (LOTUS) 1 VAN (LOTUS)

DRIVER: DRIVER:

JOEL MILLANO JOEL MILLANO


RAYMOND SALOMON

LGU LGU

JOSEPH L. ARCANGEL JOSEPH L. ARCANGEL


MELCHOR M. CARMONA, JR. MELCHOR M. CARMONA, JR
ZANRO GOMEZ LEONIL NEO
LEONIL NEO MA LARA M. MILLANO
MA LARA M. MILLANO ARON PAUL OLA
ARON PAUL OLA ALDRIN ARELLANO
ALDRIN ARELLANO CHRISTIAN ARCANGEL
CHRISTIAN ARCANGEL

PNP PERSONNEL PNP PERSONNEL


AMILE BINLAYO AMIEL BINLAYO
RUSTAN EVIDO RUSTAN EVIDOR
CHRISTOPHGER DEN PAPA CHRISTIOPHER DEN PAPA

2. EHTEL BOOBA & VHIZE NEGRA 4. TONY LABRUSCA

AUGUST 22, 2018- ARRIVAL AUGUST 25, 2018- ARRIVAL


AUGUST 23, 2018-BACK TO AIRPORT AUGUST 26, 2018-BACK TO AIRPORT

SERVICE VEHICLES- SERVICE VEHICLES

1 VAN (JONG) 1 VAN (JONG)


1 FB (LGU) 2 FB (LGU)
1 VAN (LOTUS) 1 VAN (LOTUS)

DRIVER: DRIVER:

JOEL MILLANO JOSE MILLANO


RAYMOND SALOMON
LGU LGU

JOSEPH L. ARCANGEL JOSEPH L. ARCANGEL


MELCHOR M. CARMONA, JR. MELCHOR M. CAMRONA, JR.
ZANRO GOMEZ ZANDRO GOMEZ
DR. IVY OROLFO DRA IVY OROLFO
LEONIL NEO LEONIL NEO
MA LARA M. MILLANO MA LARA MILLANO
ARON PAUL OLA ARON PAUL OLA
ALDRIN ARELLANO ALDRIN ARELLANO
CHRISTIAN ARCANGEL CHRISTIAN ARCANGEL

PNP PERSONNEL PNP PERSONNEL


AMIEL BINALAYO AMIEL BINLAYO
RUSTAN EVIDOR RUSTAN EVIDOR
CHRISTOPHER DEN PAPA CHRISTOPHER DEN PAPA
September 25, 2017

Engr. Bernabe M. Archeta


B7 L6 Phase 1 St. Dominique
Subdivision, Maranaw St.
Deparo, Caloocan City

Dear Engr. Archeta:

In view of the delay of the construction of the Material Recovery Facility (MRF) Building on
which the GRANULATING MACHINE and the BRICK MAKING MACHINE will be mounted,
you are hereby advised to defer the delivery of those machines until further notice.

Thank you and warm regards.

JOREM L. ARCANGEL
March 26, 2018
Engr. Bernabe M. Archeta
B7 L6 Phase 1 St. Dominique
Subdivision, Maranaw St.
Deparo, Caloocan City

Dear Engr. Archeta:

Please be advised that the construction of the Material Recovery Facility (MRF) Building
had been completed.

In view whereof, you are advised to proceed with the delivery of the GRANULATING
MACHINE and the BRICKMAKING MACHINE, at earliest possible time.

Thank you and warm regards.

JOREM L. ARCANGEL
Standard Form Number: SF-GOOD-04
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE

Minutes of pre-procurement conference of the Bid and Award committee held on October 15, 2018 at the 3rd floor Mayor’s Conference
Hall, Jovellar, Albay

Present : Lourdes B. Boreta - BAC Chairperson/MCR/Presiding Officer


Oscar M. Nota - BAC Vice Chairman/Mun Treasurer
Benedicto I. Bagagñan - BAC Member/Mun. Ass/MPDO Des.
Flor L. Oprecio - BAC Member/MSWDO
Fernando N. Parcia - BAC Member/MAO Des.
Justin O. Luna - BAC Member
Fe C. Munda - BAC Secretary/Mun. Admin.
Melchor M. Carmona, Jr. - BAC-TWG
Engr. Maureen Kharil - BAC-TWG

PROCEEDINGS:

The pre-procurement conference for thepurchase of medicineswas held at the 3 rd FloorMayor’s Conference Hall, was called to order at
exactly 9:10 in the morning of October 15, 2018 and was presided by theBACChairpersonLourdes B. Boreta.

The members of the BAC reviewed the budget for CY 2018 and determined that the Approved Budget for the Contract for the above-
mentioned purchases are already available.

As previously agreed by all members under Section 53.1 of revised IRR of RA 9184 negotiated procurement was implemented for the two
(2) failure of bidding and no bidding documents elaborated;;

There being no other remaining topics for discussion, the pre-procurement conference adjourned at 11:10in the morning.

Prepared by: Noted by:

FE C. MUNDALOURDES B. BORETA
BAC SecretaryBAC Chairman

Standard Form Number: SF-GOOD-04


Revised on: May 24, 2004
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE


Minutes of pre-procurement conference of the Bid and Award committee held on June 17, 2019 at the 3 rd floor
Mayor’s Conference Hall, Jovellar, Albay

Present : Lourdes B. Boreta - BAC Chairperson/MCR/Presiding Officer


Oscar M. Nota - BAC Vice Chairman/Mun Treasurer
Benedicto I. Bagagñan - BAC Member/Mun. Ass/MPDO Des.
Antonio Morano, Jr. - BAC Member/MSWDO Des.
Fernando N. Parcia - BAC Member/MAO Des.
Justin O. Luna - BAC Member
Pura L. Laguilles - BAC Secretary
Melchor M. Carmona, Jr. - BAC-TWG
Engr. Maureen Kharil - BAC-TWG

The pre-procurement conference for the rental of sound system with band equipment, LED wall and
portable stage, catering services with table and chairs for the duration of Quipia Festival was called to order
at 9:30 in the morning on June 17, 2019 and was presided by the BAC Chairman Lourdes B. Boreta.
1. Business Matters:

The members reviewed the PPMP and APP as determined by the BAC. The budget of the above-
mentioned services are already available for culture and arts CY 2019.

As agreed by all the members, eligibility check/screening as well as preliminary examination of bids
shall non-discretionary pass/fail criteria. Evaluation of Bids, Post-Qualification and Award of
Contract shall be governed by the provisions of RA 9184 and its Implementing Rules and
Regulations (IRR)

It was also reiterated that no BAC member, TWG or Secretariat should communicate with any of the
suppliers/contractors during the post-qualification period until such Notice of Award is issued to the
winning bidder with the Lowest Calculated and Responsive Bids.

There having no other remaining topics for discussion, the pre-procurement conference was adjourned at
11:45 in the morning

Prepared by: Noted by:

PURA L. LAGUILLES LOURDES B. BORETA


BAC Secretary BAC Chairman
Standard Form Number: SF-GOOD-05
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

INVITATION TO APPLY FOR ELIGIBILITY AND TO BID

The Local Government Unit of Jovellar, Albay, through its Bids and Awards Committee (BAC), invites suppliers/manufactures/distributors/contractors/
eatery to apply for the eligibility for the catering services of 46 pax for the consultation meeting with baranmgay officials on may 27, 2009:

Total Approved Budget---------------11,500.00

Prospective bidders should have experience in undertaking a similar project within the last two (2) years with an amount at least 50% of the proposed
project for bidding . The eligibility check/screening as well as the preliminary examination of bids shall use non-discretionary “pass/fail” criteria, Post-
Qualification of the lowest calculated bid shall be conducted.

All particulars relative to eligibility statement and screening, bid security, performance security, pre-bidding conference/s evaluation of bids, post-
qualification and award of contract shall be governed by the provision of RA 9184 and its implementing rules and regulations (IRR).

The complete schedule of activities is listed as follows:

1. Issuance of bid documents


2. Pre-Procurement Conference
3. Pre-Bid Conference
4. Opening of Bids
5. Bid Evaluation
6. Post Qualification
7. Notice of Award
8. Award of Contract

Bid documents will be available only to prospective bidders upon payment of non-refundable amount of One Thousand Pesos (1,000.00) to the Municipal
Treasurer.

The Local Government Unit of Jovellar, Albay assumes no responsibility whatsoever to compensate or indemnity bidders for any expenses incurred in the
preparation of the bid.

Prepared byL:

MIGUEL A. ARCANGEL
BAC Secretariat

Approved by:
SALVADOR O. MILLANO
BAC Chairman
Date of Posting:
Standard Form Number: SF-GOOD-06
Revised on: May 24, 2004

Checklist of Eligibility,Technical and Financial Requirements for Bidders

LEGAL DOCUMENTS

( ) Department of Trade and Industry (DTI) business name registration or SEC Registration
Certificate , whichever may appropriate under existing laws of the Philippines, supported
With the necessary information using prescribed forms.

( ) Valid and Current Mayor’s Permit/municipal license.

( ) BIR registration certification, which contains the Taxpayer’s Identification Number

( ) Omnibus Sworn Statement

( ) Other appropriate license as may be required by the procuring entity concerned

TECHNICAL DOCUMENTS

( ) Statement of ongoing and similar completed government and private contracts within the
Period specified in the IAEB, including contracts awarded but not yet started.

FINANCIAL DOCUMENTS

( ) Audited financial statements, stamped “received by the BIR or its duly accredited and authorized
institutions, for the immediately preceding calendar year, showing among others the total
Assets and liabilities

( ) Computation of net financial contracting capacity or NFCC


Standard Form Number: SF-GOOD-07
Revised on: May 24, 2004

Checklist of Eligibility, Technical and Financial Requirements for the BAC

Project NamePurchase of Various MedicinesDate: February 28, 2019

BIDDER: Xianex Marketing

Checklist of Eligibility Requirements


ELIGIBILITY ENVELOPE Class “A” Documents

1. Certificate in lieu of Class “A” Documents


Note: This document certifies that the Class “A” Documents are
complete, current and updated. Presence of this document shall
forego the checking of the Class “A” Documents.

OR all requirements listed under legal, technical and financial


documents

Class “A” Legal Documents

1. DTI business name registration or SEC registration certificate.

2. Valid and current Mayor’s permit/municipal license.

3. BIR Registration Certificate, which contains the tax-


payer’s Identification Number.
3. Omnibus Sworn Statements

4. Platinum Philgeps Registration

Class “A” Technical Documents

1. Statement of ongoing and similar completed government & private contracts w/in the
period specified in the IAEB including
contracts awarded but not yet started.

Class “A” Financial Document


1. Audited financial statements, stamped, received by the
BIR or its duly accredited and authorized institutions,
for the immediately preceding calendar year, showing
among others the total assets and liabilities.
2. Duly signed computation of NFCC OR a commitment
from a licensed bank to extend to him a credit line
if
Awarded the contract OR a cash deposit certificate.

and Class “ B” Documents

1. Valid Joint Venture Agreement, if applicable

Remarks: ( ) Eligible ( ) Ineligibl

Standard Form Number: SF-GOOD-31


Revised on: May 24, 2004

Checklist of Technical Envelope Requirements for the BAC


POJECT:Purchase of Various Office Supplies DATE: November 19, 2018

BIDDER: Legazpi General Merchandise

Checklist of Bid Requirements


TECHNICAL ENVELOPE: APPROVED BUDGET FOR THE CONTRACT (ABC)
REQUIRED BID SECURITY
Form
a. Cash, Certified Check, Cashier’s 1% of ABC
Check, Manager’s Check, Bank Draft
Or Irrevocable Letter of Credit or BSD
b. Bank Guarantee, or 1.5% of ABC
c. Surety Bond 2.5% of ABC
Validity Period 120 Calendar days from opening
Form of Bid Security Bid Securing Declaration
Company ______________________
Number ______________________
Official Receipt No. ______________________
Validity Period ______________________
Callable on Demand ______________________
Bid Security Amount ______________________

1. Bid Security (BSD) ( ) Sufficient ( ) Insufficient

2.Omnibus Sworn Statements

3. Production/Delivery Schedule

4. Manpower Requirements

5. Technical Specifications

6. After sales services/parts, if applicable

7. Other documents/materials as stated in the Instruction to Bidders

Remarks: ( ) Complying ( ) Non-Complying

Standard Form Number: SF-GOOD-39


Revised on: May 24, 2004
Checklist for Financial Envelope Requirement for the BAC

PROJECT: Purchase of various office Supplies DATE: November 19, 2018

BIDDER: Legazpi General Merchandise

Checklist of Bid Requirement


Shall contain the following information/ documents and shall
Be opened only if the bidder has complied with the require-
ments in the Technical Envelope.

1. Duly Signed Bid Prices in the Bill of Quantities

2. Recurring and maintenance costs, if applicable

Remarks: ( ) Complying ( ) Non-Complying

Standard Form Number: SF-GOOD-11


Revised on: May 24, 2004
Certification of None-Inclusion in the Blacklist

Date:_______________

________________________
________________________
________________________

Attention: ______________________
______________________
______________________

Dear Sir:

In compliance with the requirements of Local Government Unit BAC and pursuant to the Implementing Rules and
Regulations of Republic ACT 9184, the undersigned hereby declares that the firm/Company intending to bid for this
project, _______________________________________________ is not included in the blacklist of contractors for
government of any of its agencies, office, corporation, or LGUs.

For your reference, attached is a copy of the recent certification from CIAP that the applicant is not included in the list of
“blacklisted” contructors of the Philippines.

Very truly yours,

_________________________
_________________________
_________________________

Name of the Project:_________________________


Location of the Project: ______________________
Standard Form Number: SF-GOOD-12
Revised on: May 24, 2004

AFFIDAVIT OF DISCLOSURE OF RELATIONSHIP

I, _______________________________________, of legal age, ______________________, residing at


_____________________________________ after being sworn in accordance with law, do hereby depose and say:

1. That I am the authorized representative of ___________________________ with office address at


___________________________________;
2. That the firm/partnership/joint venture/corporation, or any of its officers, directors, controlling stockholders and
members, I represent for the bidding of ____________________________________, is not related by consanguinity or
affinity up to the third civil degree to the head of agency, to the BAC, TWG or Secretariat members, or to any
Procuring Entity official, who directly or indirectly took part in the bidding process;
3. That I am making this statement in compliance with Section 47 of the Implementing Rules and Regulations of
republic Act No. 9184, and in accordance with the requirements of the Local Government Unit of Jovellar-BAC.

IN WITNESS WHEREOF, I have hereunto set my had this __________ day of


___________________________________, 2008 in the City of ______________________, Philippines.

___________________________
Affiant

SUBSCRIBED AND SWORN to before me this _______________________day of


_____________________________________________________, Philippines.

___________________________
Notary Public

Doc. No. _________


Page No. _________
Book No. _________
Series of 2008

Standard Form Number: SF-GOOD-14


Revised on: May 24, 2004

FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK


A. Summary of the Applicant Supplier’s/Distributor/Manufacturer’s assets and liabilities on the basis of the attached
income tax return and audited financial statement , stamped “RECEIVED” by the Bureau of Internal Revenue or
BIR authorized collecting agent, for the immediately preceeding year and a certified copy of Schedule of Fixed Assets
particularly the list of construction equipment.

Year
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Current Liabilities
5. Net Worth (1-3)
6. Net Working Capital (2-4)
B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows:
NFCC= K (Current asset-Current liabilities) minus value of all outstanding works under ongoing contracts including
awarded contracts yet to be started.

NFCC= P___________________________________________

K= 10 for a contract duration of one year or less, 15 for more than one year up to two years and 20 for more than two
years
Or
Commitment from a licensed bank to extend to it a credit line if awarded the contract or a cash deposit certificate in
the amount of at least 10% of the proposed project to bid.

Name of Bank ____________________________________Amount ________________

Herewith attached are certified true copies of the income tax return and audited financial statement: stamped
“”RECEIVED” by the BIR authorized collecting agent for the immediately preceeding year and the cash deposit
certificate or certificate of commitment from a licensed bank to extend a credit line.

Submitted by

_____________________________________
Name pf Supplies/Distributor/Manufaturer

_____________________________________
Signature of Authorized Representative

Date: _______________________________
Republic of the Philippines
Province of Albay
Municipality of Jovellar

NOTICE OF POST QUALIFICATION

July 18, 2019

Mark Owen C. Balisnomo


Owner/Manager
Mr. Hubbhie Pro Sounds & Lights
Pag Asa Rawis Legazpi City

Dear MrBalisnomo:

Upon careful examination, validation and verification of the eligibility,


technical and financial requirements that you have submitted for the rental
of sound system with band equipments, led wall and portable stage for the
duration of Quipia Festival.We will inform you that you have successfully
passed post qualification.

Upon the approval of this finding by the head of the procuring entity, we
will furnish you the Notice of Award.

Very truly yours,

LOURDES B. BORETA
BAC Chairman
__________________
Date:_____________
Standard Form Number: SF-GOOD-15
Revised on: July 28, 2004

CREDIT LINE CERTIFICATE

Date: ___________________
_______________________
_______________________
_______________________

CONTRACT/PROJECT :_______________________________

COPANY/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
___________________________________________________
If awarded the above-mentioned contract, a credit line in 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 available within fifteen (15) calendar days after receipt by the
_________________________________________________ of the Notice of Award and such line of credit shall be
maintained until the project is completed by the contractor.

This certification is being issued in favor of said __________________________________ in connection with the bidding
requirement of LGU-Jovellar for the above-mentioned contract. We are aware that any false statement 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 :_______________________________
Official Designation :_______________________________

ACKNOWLEDGEMENT

SUBSCRIBED AND SWORN to before me this ______________day of _________________


20_______, affiant exhibited to me his/her Community Tax Certificate No. ______________
Issued on ______________________at _______________________, Philippines.

Notary Public
Until 31 December 20____
PTR No. ______________
Issued at: _____________
Issued on:_____________
TIN No. ______________
Doc. No. _________
Page No. _________
Book No. ________
Series of _________
CERTIFICATE OF CASH DEPOSIT

This is to certify that _________________________________, has on deposit with this bank the sum of
_______________________________________________ under ________________

The said account will put on hold for the ____________________________ until the duration of the construction of the
_______________________________________.

This certification is being issued upon the request our client for whatever purpose it may serve.

Done this_________day of ____________________________ in ____________________

Very truly yours,

________________________________
________________________________
Name of the Project: ________________________
Location of the Project: _____________________

Standard Form Number: SF-GOOD-18


Revised on: May 24, 2004

LETTER OF AUTHORITY TO VALIDATE SUBMITTED DOCUMENTS

_________________________
_________________________
_________________________

ATTENTION: _______________________
______________________
______________________

Dear Sir:

Reference is made to our Application for Eligibility and to Bid for the hereunder project/contract

Name of Project :______________________________________________________


Location :______________________________________________________
Brief Description :______________________________________________________

In accordance with Republic Act 9184 and its Implementing Rules and Regulations (IRR), we/I hereby authorize the
Local Government Unit (BAC) or its duly authorized representative/s to verify the statements, documents and
information submitted herewith to substantiate our eligibility.

The following persons, including telephone/fax numbers may be contacted to provide further informatiobn with regard to
this application.

NAME TEL. NUMBER FAX NUMBER


a. Technical Matters __________________________________________________________
b. Financial Matters __________________________________________________________
c. Personnel Matters __________________________________________________________

Very truly yours,

_____________________________________
Name of Supplier/Distributor/Manufacturer

BY:

__________________________________________
Name and Signature of Authorized Representative

Position/Designation:_________________________
Date:_______________________________________
Standard Form Number: SF-GOOD-19
Revised on: May 24, 2004

CERTIFICATE OF AUTHENTICITY

CERTIFICATION

I, ___________________________________________, of legal age, _____________________, Filipino and residing at


_________________________________, under oath, hereby depose and say:

1. That I am the __________________________________ of the ______________________,


With office at __________________________________;

2. That each of the documents submitted is an authentic and original copy or a true and
Faithful reproduction of the original, complete and that all statements and information
Provided therein are true and correct;

3. That I am making this statement as part of the eligibility requirement of ___________________________ for
_________________________________.

IN FAITH WHEREOF, I hereby affix my signature this _____________ day of _______________________________,


20_____ at _________________________, Philippines.

___________________________
AFFIANT

SUBSCRIBED AND SWORN TO before me this ________ day of ______________2008. affiant exhibiting to me his/her
Community Tax Certificate No. ________________________
Issued on _______________________at __________________________, Philippines

____________________________
(Notary Public)

Until ______________________
PTR No. ______________________
Date ______________________
Place ______________________
TIN ______________________

Doc. No. __________


Page No. __________
Book No. _________
Series of 2008
Republic of the Philippines
Province of Albay
Municipality of Jovellar

CONTRACT FORM

THIS AGREEMENTmade the 24th day of October between Local Government Unit of Jovellar, Albay, Philippines,
(hereinafter called “the Entity”) of the one part and NIMPHARMA DRUGS of Naga, City, Philippines (hereinafter called
“ the Supplier”) of the other part:

WHETREAS, the entity invited Bids of certain goods and ancillary services, viz., for the purchase of MULTIVITAMINS
SYRUP and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of TWO HUNDRED
FORTY NINE THOUSAND NINE HUNDRED NINETY PESOS (249,990.00)

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings are respectively
Assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of
This agreement, viz:
a. the bid form and the price schedule submitted by the bidder,
b. the schedule of requirements;
c. the technical specifications;
d. the general conditions of the contract;
e. the special conditions of the contract and
f. the entity’s notification of award.
3. In consideration of the payment to be made by the entity to the suppliers as hereinafter
Mentioned, the supplier hereby covenants with the Entity to provide the goods and services and to remedy defects
therein in conformity in all respects with the provisions
Of the contract.
4. The Entity hereby covenants to pay the supplier in consideration of the provision of the
Goods and services and the remedying of defects therein, the Contract Price or such other sum as may become
payable under the provisions of the contract at the time and in the manner prescribed by the contract.

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

WITNESSES: BY:

_______________________________ as to JOSE N. ARCANGEL, JR.


Municipal Mayor

_______________________________ as to NIMFA V. DELROSARIO


Supplier
ACKNOWLEDGEMENT
REPUBLIC OF THE PHILIPPINES)
PROVINCE OF ALBAY ) S.S.
_______________________________)
………………………………………..X

Before me personally appeared Hon. MAYOR JOSE N. ARCANGEL, JR., with Community Tax Certificate No. 22229201 Issued
on January 1, 2007 at Jovellar, Albay and MRS NIMFA V. DEL ROSARIO with Community Tax Certificate No. 13547998 Issued
on January 9, 2007 at Naga City, known to me and to me known to be the same persons who executed the foregoing instrument and
acknowledged to me that is their voluntary act and deed.

This instrument consisting of 2 pages including this page on which this acknowledgement is written refers to a contract, signed by
the parties on each and every page thereof.

WITNESS MY HAND AND NOTARIAL, SEAL this __________________ day of _______________, 2007 at
___________________________, Philippines

________________________________
Notary Public

Doc. No. _________


Page No. _________
Book No. _________
Series of 2007
Standard Form Number: SF-GOOD-22
Revised on: July 28, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF ELIGIBILITY

Date March 9, 2016

Jocelyn Y. Lelis
Prorietor/Manager
Epoch Pharma
Sorsogon City

Dear Ms Lelis

This is to inform you that you have been declared eligible to bid for Contract #16-03-001,Contract name: Purchase of medicines,
dental supply and weighing scale.

Very truly yours

LOURDES B. BORETA
BAC Chairman

Received by the Bidder:

Date:
Standard form Number: SF-GOOD-23
Revised on: July 28, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF INELIGIBILITY

Date September 29, 2015

Jocelyn Y Lelis
Epoch Pharma
Prieto Diaz Sorsogon City

Dear Sir/madame:

This is to inform you that you have been automatically disqualified to bid for contract reference #3399073
contract name Purchase of various medicines& dental supplies for one (1) missing document

1.Certificate of PHILGEPS registration

Thank you and we are looking for another bidding our project.

Very truly yours,

LOURDES B. BORETA
BAC Chairman

Receive by the bidder

Date:
Standard form Number: SF-GOOD-26
Revised on: may 24, 2004

Checklist of Technical & Financial Envelope Requirements for Bidders

The Technical component shall contain the following:

Bid Security

Omnibus Sworn Statements

Production/Delivery Schedule

Manpower Requirements

After sales service/parts, if applicable

Technical Specifications

Other documents/materials as stated in the instruction to Bidders

The financial Component shall contain the following:

Duly signed bid prices in the Bill of Quantities for the procurement of goods, or scope of work for procurement of services

Recurring and maintenance costs, if applicable


Name of the Project: __________________________
Location of the Project: _______________________

Standard Form Number: SF-GOOD-38


Revised on May 24, 2004

CERTIFICATION ON BIDDER’S RESPONSIBILITIES

REPUBLIC OF THE PHILIPPINES)


PROVINCE OF ALBAY ) S.S.
_______________________________)

SWORN STATEMENT
I, _____________________________________________, of legal age, _______________, residing at
_______________________________________, Philippines, under oath hereby depose and say:

1. That I am the ___________________________________ of _____________________________


And am duly authorized to make this statement in behalf of ____________________________________;
2. With regard to the bidding of the _______________________________________ of LOCAL GOVERNMENT UNIT OF
JOVELLAR, ALBAY, ________________________________________________. is attesting that is responsible for:

. having taken steps to carefully examine all of the Bidding Documents;


. having acknowledged all conditions, local or otherwise, affecting the implementation of the
Contract;
. having made an estimate of the facilities available and needed for the contract to be bid; if
Any; and
. having complied with its responsibility as provided for under Section 22.5.1;

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

IN FAITH WHEREOF, I hereby affix my signature this __________ day of _________________ 2009 at
_____________________________, Philippines

___________________________
Affiant

SUBSCRIBED AND SWORN TO before me this _____________ day of ___________________, 2009, affiant exhibiting to me
his/her Community Tax Certificate No. ____________________ issued on _____________________________ at
__________________________, Philippines.

___________________________
(Notary Public)

Until _____________________
PTR No. _________________
Date _____________________
Place _____________________
TIN ______________________

Doc. No. ________


Page No. ________
Book No. _______
Series No. ____

SCHEDULE OF REQUIREMENTS

The delivery schedule expressed as weeks/months stipulates hereafter delivery date which is the date to this project site.

Delivered
ITEM QTY UNIT DESCRIPTION Weeks/Months

MENU FROM AUGUST 19, 2019 TO


AUGUST 29, 2019

AUGUST 19, 2019-


MOTORCADE
MENU: 200 PAX
1 200 PAX 7:00AM -SNACK-TUNA SANDWICH
AGRI DAY
MENU: 30 PAX-8:00AM-SNACK,
LUNCH, 3:00PM- SNACK WHOLE DAY
ACTIVITY
2 30 PAX AM SNACK-CHICKEN SANDWICH,
MINERAL, SOFTDRINKS
3 30 PAX LUNCH-RICE, PROK EGADO, FRIED
CHICKEN, BANANA, MINERAL
WATER
4 30 PAX
PM SNACK- BIHON, BANANA CAKE,
MINERAL
FREE CONCERT:
MENU 20 PAX
5 20 PAX 7:00PM-DINNER-RICE, PORK ADOBO,
LAING, FRIED CHICKEN, MINERAL
MAYONAISE & COMPANY
MENU: 50 PAX
6 520 PAX DINNER- RICE, NATIVE CHICKEN
KINUNOT, ADOBO (NATIVE
CHICKEN, LONGGANISA DE
GUINOBATAN, LAING, PORK STEK,
BANANA, SOFTDRINKS, MINERAL
WATER
7 50 PAX MIDNIGHT SNACK- TUNA SANWICH,
BOTTLED WATER
8 50 PCS 50 PCS CHAIRS
9 10 PCS 10 PCS TABLE
AUGUST 21, 2019
SENIOR CITIZEN’S DAY
MENU: 150 PAX-8:AM SNACK, 11:00AM
LUNCH,
10 150 PAX AM SNACK- CHICKEN SANDWICH,
MINERAL WATER
11 150 PAX LUNCH- RICE, PORK MENUDO,
MINERAL WATER
VICES SA QUIPIA
MINU: 5 PAX DINNER, 20 PAX
MEDNIGHT SNACK
DINNER-RICE, BICOL EXPRESS,
12 5 PAX
PORK STEAK, LAING, FRID
CHICKEN, BANANA, MINERAL
WATER
13 20 PAX MEDNIGHT SNACK-CHCIKEN
SANDWICH, SOFTDRINKS, MINERAL
WATER
14 200 PCS 200 PCS CHAIRS
15 30 PCS
30 PCS TABLES
AUGUST 22, 2019
LECHON COOKING AND ESTING
CONTEST
MENU: 50 PAX-8:00 AM SNACK,
16 50 PAX LUNCH, PM SNACK
AM SNACK- TTUNA SANDWICH,
MINERAL WATER
17 50 PAX LUNCH- RICE, FRIED CHICKEN,
SAUTEED VEGETABLES, MINERAL
WATER, BANANA & PINEAPPLE
SLICE
18 50 PAX
PM SNACK- CHICKEN SANDWICH,
MINERAL WATER
AUGUST 23, 2019
DANCE SHOWDOWN
MENU: 96 PAX PM SNACK, 13 PAX
19 13 PAX HEAVY SNACK, 15 PAX DINNER
PM SNACK- CHICKEN SANDWICH,
MINERAL WATER
20 96 PAX PM HEAVY SNACK- SOTANGHON,
CHICKEN SANDWICH, MINERAL
21 15 PAX
WATER
DINNER- RICE, FRIED CHICKEN,
LUMPIANG SHANGHAI, BICOL
EXPRESS, MINERAL WATER
22 50 PCS 50 PCS CHAIRS
23 8 PCS 8 PCS TABLES
AUGUST 24, 2019
CHILDREN’S DAY
24 230 PCS 8:00AM 230 PCS CHAIRS
25 8 PCS 8 PCS TABLES
BICOOL KOMEDYANTE
26 10 PAX MENU: 120 0AX- 7:00AM DINNER
DINNER-RICE, NATIVE CHICKEN
KINUNOT, IBUS, CHOCOLATE
(TABLEA)
AUGUST 25, 2019
MUTYA NG JOVELLAR
MENU: 50 PAX SNACK, 20 PAX
DINNER
27 50 PAX SNACK- TUNA SANDWICH,
SOFTDRINKS, MINERAL WATER
28 20 PAX
DINNER- RICE, LONGGANISA DE
GUINOBATAN, PINANGAT, PORK
STEAK, FRIED CHICKEN, ADOBO
(NATIVE), BICOL EXPRESS, FRUITS,
SOFTDRINKS, MINERAL
29 100 PCS 100 PCS CHAIRS
30 20 PCS 20 PCS TABLES
AUGUST 26, 2019
BEER PLAZA
MENU: 30 PAX SNACK & DINNER
31 30 PAX
SNACK- CHICKEN SANDWICH,
32 30 PAX MINERAL WATER
DINNER- RICE, FRIED CHICKEN,
PORK STEAK, LAING, BANANA,
MINERAL WATER
33 600 PCS 600 PCS CHAIRS
34 100 PCS 100 PCS TABLES
AUGUST 27, 2019
STREET PRESENTATION
35 30 PAX MENU: 30 PAX
SNACK- SOTANGHON, CHICKEN
SANDWICH, SOFTDRINKS, BOTTLED
WATER
QUIPIA GOT TALENT
MENU: 12 PAX AM SNACK, 4:00PM
SNACK, DINNER
36 12 PAX AM SNACK- CHICKEN SANDWICH, C2
SOLO
37 13 PAX
4:00PM SNACK- SOTANGHON,
CHICKEN SANDWICH, SOFTDRINKS,
38 20 PAX MINERAL WATER
DINNER- RICE, CHICKEN KINUNOT,
LAING, BANANA, MINERAL WATER
39 80 PCS 80 PCS CHAIRS
40 18 PCS 18 PCS TABLES
AUGUST 28, 2019
SOCIO CIVIC AND MLITARY PARADE
MENU: 335 PAX -LUNCH, 320 PAX-
SNACK
41 335 PAX
LUNCH- RICE, FRIED CHICKEN,
SAUTEED VEGGIES, MINERAL
42 320 PAX WATER
SNACK-TUNA SANDWICH, MINERAL
WATER
TECHNO DISCO
MENU: 13 PAX DINNER
43 13 PAX DINNER- RICE, LAING, FRIED
CHICKEN, MINERAL WATER
AUGUST 29, 2019
BFP MARCHING BAND
MENU: 35 PAX AMD SNACK AND
44 35 PAX LUNCH
AM SNACK- SONTAGHON, TUNA
SANDWICH, MINERAL WATER
45 35 PAX LUNCH- RICE, PORK EGADO, FRIED
CHICKEN, BICOL EXPRESS, BANANA
& PINEAPPLE SLICE, MINERAL
WATER
____________________________________
Printed Name & Signature of Bidder
TECHNICAL SPECIFICATIONS
ITEM
NO. Specification Statement of Compliance
Bidders must state here either “Comply” or “Not
MENU FROM AUGUST 19, 2019 TO Comply” against each of the individual parameters of
AUGUST 29, 2019 each Specifications stating corresponding performance
parameter of the GOODS offered. Statements of
AUGUST 19, 2019- “Comply” or Not Comply” must be supported by
evidence in a Bidders Bid and cross-referenced to that
MOTORCADE
evidence. Evidence shall be in the form of manufacturer’s
MENU: 200 PAX un-amended sales literature, unconditional statements of
7:00AM -SNACK-TUNA SANDWICH specification and compliance issued by the manufacturer,
AGRI DAY samples, independent test date etc., as appropriate. A
MENU: 30 PAX-8:00AM-SNACK, statement that is not supported by evidence or is
LUNCH, 3:00PM- SNACK WHOLE subsequently found to be contradicted by the evidence
DAY ACTIVITY presented will render the Bid under evaluation liable for
AM SNACK-CHICKEN SANDWICH, rejection. A statement either in the Bidders statement of
MINERAL, SOFTDRINKS compliance or the supporting evidence that is found to be
LUNCH-RICE, PROK EGADO, FRIED false either during the Bid evaluation, post-qualification
CHICKEN, BANANA, MINERAL or the execution of the Contract may be regarded as
fraudulent and render the Bidder or supplier liable for
WATER
prosecution subject to the provisions of ITB 3.1 (a)(ii)
PM SNACK- BIHON, BANANA CAKE, and/or GCC 2.1 a.1.
MINERAL
FREE CONCERT:
MENU 20 PAX
7:00PM-DINNER-RICE, PORK
ADOBO, LAING, FRIED CHICKEN,
MINERAL
MAYONAISE & COMPANY
MENU: 50 PAX
DINNER- RICE, NATIVE CHICKEN
KINUNOT, ADOBO (NATIVE
CHICKEN, LONGGANISA DE
GUINOBATAN, LAING, PORK STEK,
BANANA, SOFTDRINKS, MINERAL
WATER
MIDNIGHT SNACK- TUNA
SANWICH, BOTTLED WATER
50 PCS CHAIRS
10 PCS TABLE
AUGUST 21, 2019
SENIOR CITIZEN’S DAY
MENU: 150 PAX-8:AM SNACK,
11:00AM LUNCH,
AM SNACK- CHICKEN SANDWICH,
MINERAL WATER
LUNCH- RICE, PORK MENUDO,
MINERAL WATER
VICES SA QUIPIA
MINU: 5 PAX DINNER, 20 PAX
MEDNIGHT SNACK
DINNER-RICE, BICOL EXPRESS,
PORK STEAK, LAING, FRID
CHICKEN, BANANA, MINERAL
WATER
MEDNIGHT SNACK-CHCIKEN
SANDWICH, SOFTDRINKS,
MINERAL WATER
200 PCS CHAIRS
30 PCS TABLES
AUGUST 22, 2019
LECHON COOKING AND ESTING
CONTEST
MENU: 50 PAX-8:00 AM SNACK,
LUNCH, PM SNACK
AM SNACK- TTUNA SANDWICH,
MINERAL WATER
LUNCH- RICE, FRIED CHICKEN,
SAUTEED VEGETABLES, MINERAL
WATER, BANANA & PINEAPPLE
SLICE
PM SNACK- CHICKEN SANDWICH,
MINERAL WATER
AUGUST 23, 2019
DANCE SHOWDOWN
MENU: 96 PAX PM SNACK, 13 PAX
HEAVY SNACK, 15 PAX DINNER
PM SNACK- CHICKEN SANDWICH,
MINERAL WATER
PM HEAVY SNACK- SOTANGHON,
CHICKEN SANDWICH, MINERAL
WATER
DINNER- RICE, FRIED CHICKEN,
LUMPIANG SHANGHAI, BICOL
EXPRESS, MINERAL WATER
50 PCS CHAIRS
8 PCS TABLES
AUGUST 24, 2019
CHILDREN’S DAY
8:00AM 230 PCS CHAIRS
8 PCS TABLES
BICOOL KOMEDYANTE
MENU: 120 0AX- 7:00AM DINNER
DINNER-RICE, NATIVE CHICKEN
KINUNOT, IBUS, CHOCOLATE
(TABLEA)
AUGUST 25, 2019
MUTYA NG JOVELLAR
MENU: 50 PAX SNACK, 20 PAX
DINNER
SNACK- TUNA SANDWICH,
SOFTDRINKS, MINERAL WATER
DINNER- RICE, LONGGANISA DE
GUINOBATAN, PINANGAT, PORK
STEAK, FRIED CHICKEN, ADOBO
(NATIVE), BICOL EXPRESS, FRUITS,
SOFTDRINKS, MINERAL
100 PCS CHAIRS
20 PCS TABLES
AUGUST 26, 2019
BEER PLAZA
MENU: 30 PAX SNACK & DINNER
SNACK- CHICKEN SANDWICH,
MINERAL WATER
DINNER- RICE, FRIED CHICKEN,
PORK STEAK, LAING, BANANA,
MINERAL WATER
600 PCS CHAIRS
100 PCS TABLES
AUGUST 27, 2019
STREET PRESENTATION
MENU: 30 PAX
SNACK- SOTANGHON, CHICKEN
SANDWICH, SOFTDRINKS,
BOTTLED WATER
QUIPIA GOT TALENT
MENU: 12 PAX AM SNACK, 4:00PM
SNACK, DINNER
AM SNACK- CHICKEN SANDWICH,
C2 SOLO
4:00PM SNACK- SOTANGHON,
CHICKEN SANDWICH,
SOFTDRINKS, MINERAL WATER
DINNER- RICE, CHICKEN KINUNOT,
LAING, BANANA, MINERAL WATER
80 PCS CHAIRS
18 PCS TABLES
AUGUST 28, 2019
SOCIO CIVIC AND MLITARY
PARADE
MENU: 335 PAX -LUNCH, 320 PAX-
SNACK
LUNCH- RICE, FRIED CHICKEN,
SAUTEED VEGGIES, MINERAL
WATER
SNACK-TUNA SANDWICH,
MINERAL WATER
TECHNO DISCO
MENU: 13 PAX DINNER
DINNER- RICE, LAING, FRIED
CHICKEN, MINERAL WATER
AUGUST 29, 2019
BFP MARCHING BAND
MENU: 35 PAX AMD SNACK AND
LUNCH
AM SNACK- SONTAGHON, TUNA
SANDWICH, MINERAL WATER
LUNCH- RICE, PORK EGADO, FRIED
CHICKEN, BICOL EXPRESS,
BANANA & PINEAPPLE SLICE,
MINERAL WATER
__________________________________
Printed Name & Signature of Bidder
CERTIFICATION AS TO COMPLIANCE OF EXISTING LABOR LAWS AND
STANDARDS

________________________________

____________________________

Date of Opening of Bids:___________________________

I, ___________________________________________, of legal age with residence and address at


_______________________________________________, after having been duly sworn to in accordance with law, hereby depose
and say:

1. That and the ________________________________________________;

2. That our firm/COMPANY shall abide with the existing labor laws and standards, rules and
Regulations of the Department of Labor and Employment (DOLE) in connection with
The implementation of the project.

3. That if our firm/Company violates any rule and regulation as prescribed for by DOLE, I/we
Will accept sanctions may be imposed on our firm.

IN FAITH WHEREOF, I hereunto affixed my signature this _____________ day of _______________2009 at


_______________________, Philippines.

______________________________
Affiant

REPUBLIC OF THE PHILIPPINES


PROVINCE OF ALBAY ) S.S
_______________________________)

SUBSCRIBED AND SWORN TO before me this __________ day of __________________________ 2009 at


________________________________, Philippines, Affiant exhibiting to me her Community Tax Certificate No.
____________________________ issued on __________________________ 2009 at ________________________________,
Philippines.

_____________________________
(Notary Public)

Until ____________________
PTR No. _________________
Date _____________________
Place ____________________
TIN______________________
Doc. No. __________
Page No. __________
Book No. _________
Series No. _________
BILL OF QUANTITIES

ITEM UNIT QTY UNIT AMOUNT


NO. Specification PRICE
UNIT

____________________________________
BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QTY UNIT AMOUNT


NO. PRICE

133 PLASTIC COVER 2.6 ROLL 1 659.00 659.00


134 RECORD BOOK 300 PAGES DOZEN 1 660.00 660.00
135 YELLOW PAPER PADS 24 35.00 840.00
135 PUNCHER PC 2 150.00 300.00
137 STAPLE REMOVER PC 2 12.50 25.00
138 CALCULATOR HL 122 PC 1 540.00 540.00
139 RUBBING ALCOHOL PCS 10 75.00 750.00
140 TRUSH BIN W/ COVER BLACK PCS 1 195.00 195.00
141 TRUSH BIN W/COVER YELLOW PCS 1 195.00 195.00
142 TRUSH BIN W/ COVER GREEN--- PCS 1 195.00 195.00
143 BOND PAPER SHORT S-16 REAM 12 125.00 1,500.00
144 BOND PAPER LONH S-16 REAM 10 135.00 1,350.00
145 ADV. BOOK PAPER SHORT S-20 REAM 3 160.00 480.00
146 ADV. BOOK PAPER LONG S-20 REAM 1 190.00 190.00
147 SIGN PEN PILOT G-2 PCS 6 65.00 390.00
148 WHITE FOLDER LONG DOZEN 4 48.00 192.00
149 WHITE FOLDER SHORT DOZEN 1 40.00 40.00
150 PANDA BALLPEN BLACK &BLUE PCS 16 4.50 72.00
151 MAX STAPLE WIRE # 35 BOX 1 55.00 55.0
152 CARBON PAPER PLASTOFOIL BOX 1 650.00 650.00
153 RIBBON CARTRIDGE #8750 PCS 8 90.00 720.00
154 CALCULATOR BATTERY AA DOZEN 2 222.00 444.00
155 PAPER FASTENER BOX 1 30.00 30.00
156 MONGOL PENCIL # 1 BOX 1 68.00 68.00
157 ISOPROPHYL ALCOHOL BOTTLE 2 75.00 150.00
158 PLASTIC FOLDER WITH SLIDE DOZEN 2 78.00 156.00
159 MONOBLOCK CHAIR L.GREEN---- PCS 10 350.00 3,500.00
160 COUPON BOND LONG S-20 REAMS 4 165.00 660.00
161 COUPON BOND LONG S-16 REAMS 4 135.00 540.00
162 COUPON BOND SHORT S-20 REAMS 3 145.00 435.00
163 COUPON BOND SHORT S-16 REAMS 2 125.00 250.00
164 COMP.RIBBON EPSON LX 300 PCS 3 90.00 270.00
165 FOLDER LONG DOZEN 2 48.00 96.00
166 PLASTIC ENVELOPE DOZEN 1 114.00 114.00
167 BALLPEN PILOT DOZEN 1 270.00 270.00
168 MONGOL PENCIL # 2 DOZEN 1 68.00 68.00
169 SIGN PEN MY GEL DOZEN 1 240.00 240.00
170 CALCULATOR HL122 PC 1 540.00 540.00
171 WALL CLOCK PC 1 350.00 350.00
172 DATA FILE PCS 3 75.00 225.00
173 CARBON PAPER CLUB BLACK BOX 1 650.00 650.00
174 STAPLE WIRE BOX 1 30.00 30.00
175 WHITE OUT PCS 2 35.00 70.00
176 COMPUTER CHAIR PC 1 1,950.00 1,950.00
177 TRUSH CAN BIG PC 1 195.00 195.00
178 TISSUE PAPER ROLLS 6 15.00 90.00
179 ALCOHOL JOHNSONS PCS 2 78.00 156.00
180 FLOOR WAX RED DYE WAX BIG PC 1 280.00 280.00
181 PLASTIC CHAIR PC 1 350.00 350.00
182 STAND FAN/ STANDARD PC 1 1,650.00 1,650.00
183 AIR FRESHENER SHALDAN-------- PCS 6 85.00 510.00
184 BOND PAPER SHORT S-16 REAMS 2 125.00 250.00
185 BOND PAPER LONG S-16 REAMS 3 135.00 405.00
186 ADVNCE BOOK PAPER SHORT 20 REAMS 2 160.00 320.00
187 ADVANCE BOOK PAPER LONG 20 REAMS 3 190.00 570.00
188 SIGN PEN PILOT G-2 PCS 4 65.00 260.00
189 SIGN PEN REFILL PILOT 0.5 G-2 PCS 6 45.00 270.00
190 WHITE FOLDER LONG DOZEN 3 48.00 144.00
191 WHITE FOLDER SHORT DOZEN 2 42.00 84.00
192 TISSUE PAPER ROLLS 6 15.00 90.00
193 PANDA BALLPEN BLK. & BLUE PCS 12 4.50 54.00
194 STAPLER # 35 MAX BOX 1 280.00 280.00
195 MAX STAPLE WIRE # 35 PCS 2 55.00 110.00
196 PENTEL PEN RED, BLACK, BLUE PCS 12 38.50 462.00
197 WHITE BOARD MARKER BLUE BOX 6 45.00 270.00
& BLACK ___________

27,894.00

________________________________
Printed Name & Signature of Bidder

BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QTY UNIT AMOUNT


NO. PRICE

1 PYRAZINAMIDE SYRUP BTS 100 78.00 7,800.00


250MG/5ML
2 RIPAMPICIN SYRUP 200MG/5ML BTS 200 121.00 24,200.00
3 ISONIAZID SYRUP 200MG/5ML BTS 200 89.00 17,800.00
4 PARACETAMOL TABLET 500MG BXS 105 970.00 101,850.00
5 PARACETAMOL DROPS BTS 72 75.00 5,400.00
6 PARACETAMOL SYRUP 125MG BTS 72 90.00 6,480.00
7 PARACETAMOL SYRUP 250MG BTS 72 94.00 6,768.00
8 MEFENAMIC ACID TAB 500MG BXS 105 910.00 95,550.00
9 AMOXICILLIN CAP 500MG BXS 10 1,750.00 17,500.00
10 AMOXICILLIN CAP 250MG BXS 10 1,380.00 13,800.00
11 AMOXICILLIN SYRUP 125MG BTS 72 151.00 10,872.00
12 AMOXICILLIN SYRUP 250MG BTS 72 185.00 13,320.00
13 CEPHALEXIN CAP. 500MG BXS 10 1,480.00 14,800.00
14 CEPHALEXIN DROPS BTS 72 102.00 7,344.00
15 CEPHALEXIN SYRUP 125MG BTS 72 134.00 9,648.00
16 CEPHALEXIN SYRUP 250MG BTS 72 175.00 12,600.00
17 SALBUTAMOL TAB BXS 10 950.00 9,500.00
18 SALBUTAMOL SYRUP BTS 72 78.00 5,616.00
19 MULTIVITAMIN SYRUP BTS 72 81.00 5,832.0
20 MULTIVITAMIN CAPSULE BXS 20 950.00 19,000.00
21 VITAMIN B COMPLEX BXS 10 875.00 8,750.00
22 COTRIMOXAZOLE TAB 400MG BXS 10 1,300.00 13,000.00
23 COTRIMOXAZOLE TAB 800MG BXS 10 1,800.00 18,000.00
24 NIFEDEPINE TAB 5MG BXS 10 1,650.00 16,500.00
25 DENTAL ANESTHESIA BXS 5 2,750.00 13,750.00
26 DENTAL NEEDLE G-SHORT BXS 5 2,100.00 10,500.00
27 STERILE GAUZE PAD BXS 5 900.00 4,500.00
28 COTTON 200GRAMS RLS 6 420.00 2,520.00
29 70% ALCOHOL BTS 12 175.00 2,100.00
30 FACE MASK BXS 2 850.00 1,700.00
31 SETRILE GLOVE-SMALL BXS 3 950.00 2,850.00

499,850.00

________________________________
Printed Name & Signature of Bidder
BILL OF QUANTITIES

ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT


NO.
262 PLASTIC RULER 12’ PC. 1 5.50 5.50
263 LUTOS BALLPEN BLACK DOZEN 1 54.00 54.00
264 PILOT SIGNPEN HICH TECHPOINT
BLACK PCS 6 55.00 330.00
265 FOLDER LONG PCS 30 4.00 120.00
266 ADRITE TYPEWRITER RIBBON DOZEN 2 240.00 480.00
267 CARBON PAPER LONG BLACK
GLOBIANA BOXES 2 280.00 560.00
268 CORRECTION FLUID MAGIC TOUCH BOTTLES 2 35.00 70.00
269 EVERY BATTERY AA DOZEN 2 222.00 444.00
270 CALCULATOR HL122 PC. 1 540.00 540.00
271 MONGOL PENCIL #2 PCS 6 68.00 34.00
272 LETTER ENVELOPE WHITE BOX. 1 280.00 280.00
273 STAPLE WIRE # 35 BOXES 2 30.00 60.00
274 YELLOW PAD PADS 3 35.00 105.00
275 COMPUTER RIBBON EPSON # 8750 PCS 3 90.00 270.00
276 DTR FORMS PCS 400 14.50 43.50
278 INK MA REFILL KIT ( H21AS75A )---- PCS 5 350.00 1,750.00
279 COUPON BOND PAPER LONG S-20 REAMS 4 165.00 660.00
280 COUPON BOND PAPER SHORT S-20 REAMS 4 145.00 580.00
281 CANON BC-03 INK CARTRIDGE PCS 2 1,400.00 2,800.00
282 CANON BC-05 INK CARTRIDGE PC 1 1,625.00 1,625.00
283 MONGOL PENCIL BOX 2 68.00 136.00
284 RUBBING ALCOHOL BOTTLE 2 75.00 150.00
285 CALCULATOR BATTERY BOX 1 888.00 888.00
286 BALLPEN BLUE AND BLACK DOZEN 3 54.00 162.00
287 SIGNPEN BLUE AND BLACK DOZEN 1 240.00 240.00
288 INKMAN REFILL FOR CANON BC-03 PCS 1 350.00 350.00
289 INKMAN REFILL FOR CANON BC-05 PCS 2 450.00 900.00
290 CD-RW PCS 30 45.00 1,350.00
291 FOLDER SHORT PCS 20 3.50 70.00
292 FOLDER LONG PCS 20 4.00 80.00
__________
15,137.00

________________________________
Printed Name & Signature of Bidder
BID FORM

Date: October 24, 2019


AEB No. 6538961

To: THE LOCAL GOVERNMENT UNIT


Jovellar, Albay

Gentlemen and/or ladies:

Having examine the Bidding Documents including Bid Bulletin Number 6538961 the receipt
of which is hereby duly acknowledged, we the undersigned offer to the services and deliver of
Hotel & Food Accomodation for CDA-ELA Formulationin conformity with the said bidding
documents for the sum of TWO HUNDRED TWENTY NINE THOUSAND NINE
HUNDRED PESOS (PhP229,900.00) or such other sums as may be ascertained in accordance
with the Schedule of Prices attached herewith and made part of this Bid.

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

If our Bid is accepted, we undertake a performance security in the form amount, and within
the times specified in the Bidding Documents.

We agree to abide by this bid for the Bid Validity Period specified in Clause 20.1 of the Bid
Data Sheet and it shall remain binding upon us and may be accepted at any time before the
expiration of the 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 or any Bid you may receive.

We certify/confirm that we comply with the eligibility requirements as per Instruction to


Bidders Clause 5 of the bidding Documents.

Dated this 24th day of October 2019

_______________________________ ____________________________
(Signature) (in the capacity of)
Standard Form Number: SF-GOOD-27
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

PRE-BID CONFERENCE NOTICE

Date: ________________________

________________________________
________________________________
________________________________

Dear Sir/Madame:

Notice is hereby given to all eligible bidders that the pre-bid conference for
________________________________________________ has been set on _______________________________________________ at
the ______________________________________________________.

For the information and guidance of all concerned.

Very truly yours,

SALVADOR O. MILLANO
BAC C hairman

Received

_______________________
Standard Form Number: SF-GOODS-28
Revised on: May 24, 2004
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)


Minutes of the pre-bid conference held on July 2, 2019, 9:00 in the morning at the 3 rd floorMayor’s
Conference Hall.

Present: Lourdes B. Boreta - BAC Chairman/Presiding Officer


Oscar M. Nota - Vice Chairman
Antonio Morano, Jr. - Member
Benedicto I Bagagnan - Member
Justin O. Luna - Member
Fernando N. Parcia - Member
Pura l. Laguilles - BAC Secretary
Melchor M. Carmona, Jr. - BAC-TWG
Engr. Mauren Kharil - BAC TWG
Mark Owen C. Balisnomo - Owner of MrHubbhie Pro Sounds & lights
Victor Romualdo - CSO

ROCEEDINGS:
The pre-bid conference for therental of sound system with band equipment, led wall and portable stage and
catering services with table and chairs for the duration of Quipia Festival was called to order at exactly 9:10
in the morning and was presided by theBACChairpersonLourdes B. Boreta.
Business Matters:
a) The BAC Committee presented on the technical and financial components of the bid including the
explanation of the different documents to be submitted by each bidder as follows:
Technical Components:
1. Bid Security (Bid Securing Declaration duly notarized)
2. Production/Delivery Schedule
3. After sales service/parts, if applicable
4. Technical Specifications
5. Commitment from the supplier’s/distributor’s/manufacturer’s bank to extend to him a credit
line if awarded the contract to be bid, or cash deposit equivalent to 10% of the ABC.
6. Omnibus Sworn Statement
7. Platinum Registration of PHILGEPS
8. Other documents/materials as stated in the Instruction to Bidders.
Financial Components:
1. Duly signed bid price in the bill of quantities
2. Recurring maintenance costs, if applicable

b) The BAC Committee discussed on the requirements in the instruction to bidders the requirements,
specification and other conditions of the contract, the evaluation of bid and post qualification
evaluation of the bidding documents.
c) Only one supplier for the rental of sound system will attend the pre-bid and submit letter of Intent
but unfortunately non one will attend the pre-bid for catering services.
There being no other remaining topics for discussion, the Pre-Bid Conference adjourned at 11:00 in the
morning

Prepared by: Noted by:

PURA L. LAGUILLES LOURDES B. BORETA


BAC Secretary BACChairman
Standard Form Number: SF-GOODS-28
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay

Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

Minutes of the pre-bid conference held on July 24, 2018, 9:00 o’clock in the morning at the 3rd floor Mayor’s Conference Hall.

Present: Lourdes B. Boreta - BAC Chairman/Presiding Officer


Oscar M. Nota - Vice Chairman
Flor L. Oprecio - Member
Benedicto I Bagagnan - Member
Justin O. Luna - Member
Fernando N. Parcia - Member
Fe C. Munda - BAC Secretary
Melchor M. Carmona, Jr. - BAC-TWG
Engr. Mauren Kharil - BAC TWG
Victor Romualdo - CSO
Fautisno M. Velasco - Owner of Batik Lights & Audio
Solutions
ROCEEDINGS:

The pre-bid conference for the RENTAL OF SOUND SYSTEM WITH BAND EQUIPMENTS AND PORTABLE STAGE was
called to order at exactly 9:30 in the morning and was presided by the BAC Chairperson Lourdes B. Boreta.

1.Business Matters:

In the proceedings, it was noted that there was no bidders or suppliers responded for the invitation to apply for eligibility
and to bid that was posted in the PHILGEPS of the said IT equipments Thus the pre bid conference for the aforementioned
PROJECT was declared FIRST failure of pre-bid conference.

2.There being no other remaining topics for discussion, the Pre-Bid Conference adjourned at 11:00 o’clock in the morning

Prepared by: Noted by:

FE C. MUNDA LOURDES B. BORETA


BAC Secretary BAC Chairman
Standard Form Number: SF-GOOD-31
Revised on: May 24, 2004

Checklist of Technical Envelope Requirements for the BAC


POJECT:Installation of CCTV 8 channelDATE: November 19, 2018

BIDDER: Matrix Solutions & General Merchandise

Checklist of Bid Requirements


TECHNICAL ENVELOPE: APPROVED BUDGET FOR THE CONTRACT (ABC)
REQUIRED BID SECURITY
Form
a. Cash, Certified Check, Cashier’s 1% of ABC
Check, Manager’s Check, Bank Draft
Or Irrevocable Letter ofCredit or BSD
b. Bank Guarantee, or 1.5% of ABC
c. Surety Bond 2.5% of ABC
Validity Period 120 Calendar days from opening
Form of Bid SecurityBid Securing Declaration
Company ______________________
Number ______________________
Official Receipt No. ______________________
Validity Period ______________________
Callable on Demand ______________________
Bid Security Amount ______________________

1. Bid Security (BSD) ( ) Sufficient ( ) Insufficient

2.Omnibus Sworn Statements

3. Production/Delivery Schedule

4. Manpower Requirements

5. Technical Specifications

6. After sales services/parts, if applicable

7. Other documents/materials as stated in the Instruction to Bidders

Remarks: ( ) Complying ( ) Non-Complying

Standard Form Number: SF-GOOD-39


Revised on: May 24, 2004
Checklist for Financial Envelope Requirement for the BAC

PROJECT: Installation of CCTV 8 channel DATE: November 19, 2018

BIDDER: Matrix Solutions & General Merchandise

Checklist of Bid Requirement


Shall contain the following information/ documents and shall
Be opened only if the bidder has complied with the require-
‘ments in the Technical Envelope.

1. Duly Signed Bid Prices in the Bill of Quantities

2. Recurring and maintenance costs, if applicable

Remarks: ( ) Complying ( ) Non-Complying

Standard Form Number: SF-GOOD-45


Revised on: May 24, 2004
POST QUALIFICATION EVALUTION SUMMARY REPORT
PROJECT IDENTIFICATION
Narrative description of project to be bid.
Table 1. Identification

1.1 Purchaser (or Employer)


(a) Name Local Government Unit
(b) Address Jovellar, Albay
1.2 Name of the Project Catering services with table and chairs for the duration of
Quipia Festivzl
1.3 Location of the Project
1.4 Approved Budget of Contract Local Gov’t. Unit of Jovellar, Albay
1.5 Method of Procurement PhP300,000.00
Public Bidding

2.0 INITIAL STEPS IN THE BIDDING PROCESS


Narrative description of bidding.
Table 2. Initial Steps in the Bidding Process

2.1 Pre-Procurement Conference


(a) Date of Conference June 17, 2019
2.2 Invitation to Apply for Eligibility and to
Bid
(a) Date of first publication
(b) Name of Newspaper
(c) Date of final publication
(d) Name of newspaper/Posting G-EPS June 26, 2019-repostAugust 2, 2019
2.3 Eligibility Check
(a) Date of eligibility check August 13, 2019
(b) Number of eligibility envelopes
received One (1) mother envelope
(c) Date of notices sent to bidders
(d) Motion for reconsideration, if any
2.4 Issuance of Bidding Documents
(a) Period of availability of Bid Docs August 8, 2019,to August 11, 2019, 8:00AM to 5:00PM from
(b) Number of Bid Docs issued Monday to Friday
2.5 Amendments to Bidding docs, if any
(a) List all issue dates
2.6 Pre-bid Conference, if any
(a) Date of Conference July 2, 2019 repost August 8, 2019, 9:00AM
(b) Date of Minutes sent to bidder’s

3.0 SUBMISSION AND OPENING OF BIDS AND PRELIMINARY EXAMINATION


Narrative description of bid submission and bid opening.
Table 3. Bid Submission and Opening

3.1 Bid Submission Deadline


(a) Original date, time August 13, 2019from 8:0AM to 9:30AM
(b) Extensions, if any
3.2 Bid Opening date, time August 13, 2019, 10:00AM
3.3 Minutes of Bid Opening, date sent to
Bidders
3.4 Numbers of bids submitted
3.5 Bid validity period (days or weeks) 120 calendar days
(a) Original specified
(b) Extensions/Revisions, if any

Table 4. Bid Prices (as ReadOut)


Bidas Read
Bidder Identification/Name Amount (Php)

Coolshine Canteen & Catering Services 299,995.00

4.0 BID EVALUATION

Narrative description of detailed examination of bids

Table 5. Correction of Bids

Bid as Calculated
Bidder Identification/Name Amount (Php)

Coolshine Canteen & Catering Services 299,995.00

5.0 POST QUALIFICATION

Table 6. Post Qualification Report

Post-Qualified/Post
Bidder Identification/Name Disqualified Grounds/Remarks

Coolshine Canteen & Catering Post Qualified SCRB//Complying/Responsive


Services

Prepared by: Submitted by:

MELCHOR M. CARMONA, JR. PURA L. LAGUILLES


TWG BAC Secretary

Standard Form Number: SF-GOOD-43


Revised on: May 24, 2004
BID EVALUATION REPORT

1.0 PROJECT IDENTIFICATION

Narrative description of project to be bid.

Table 1. Identification

Purchaser (or Employer)


(a) Name Local Government unit
(b) Address Jovellar, Albay
1.2 Name of the Project Catering services with table and chairs for the
duration of Quipia Festival
1.3 Location of the Project LGU-Jovellar, Albay
1.4 Approved Budget of Contract PhP299,995.00
1.5 Method of Procurement Bidding

2.0 INITIAL STEPS IN THE BIDDING PROCESS


Narrative description of bidding

Table 2. Initial Steps in the Bidding Process

2.1 Pre-Procurement Conference


(a) Date of Conference June 17, 2019
2.2 Invitation to Apply for Eligibility and to Bid
(a) Date of first publication
(b) Name of newspaper
(c) Date of final publication
(d) Name of newspaper/Posting to G-EPS June 26, 2019
2.3 Eligibility Check
(a) Date of eligibility check Repost August 13, 2019
(b) Number of eligibility envelopes received One (1) mother envelope
(c) Date of notices sent to bidders
(d) Motion for reconsideration, if any
2.4 Issuance of Bidding Documents
(a) Period of availability of Bid Docs August 8, 2019 to August 11, 2019
(b) Number of Bid Docs issued 8:00AM to 5:00PM from Monday to Friday
2.5 Amendments to Bidding docs, if any
(a) List all issue dates
2.6 Pre-bid Conference, if any
(a) Date of Conference Repost August 8, 2019, 2018, 9:00AM
(b) Date of M minutes sent to bidders

3.0 SUBMISSION AND OPENING OF BIDS AND PRELIMINARY EXAMINATION

Narrative description of bid submission and bid opening

Table 3. BID Submission and Opening

3.1 Bid Submission Deadline


(a) Original date, time August 13, 2019-8:00 to 9:30AM
(b) Extensions, if any
3.2 Bid Opening date, time August, 2019- 10:00AM
3.3 Minutes of Bid Opening, date sent to bidder
3.4 Numbers of bids submitted
3.5 Bid validity period (days or weeks) 120 calendar days
(a) Originally specified
(b) Extensions/Revisions, if any

Table 4. Bid (as Read Out)


Bid as Read
Bidder Identification/Name Amount (Php)

Coolshine Canteen & Catering Services PhP299,995.00

4.0 BID EVALUATION

Narrative description of detailed examination of bids.

Table 5. Correction of Bids

Bid as Calculated
Bidder Identification/Name Amount (Php)

Coolshine Canteen & Catering Services PhP299,995.00

Prepared by: Submitted by:

MELCHOR M. CARMONA, JR. PURA L. LAGUILLES


TWG BAC Secretary

Standard For Number: SF-GOODS-74


Revised on: May 9, 2004

RENTAL OF SOUND SYSTEM WITH BAND EQUIPMENTS, LED WALL AND PORTABLE STAGE
POST-QUALIFICATION EVALUATION REPORT

1. Name of Supplier: Coolshine Canteen & Catering Services


2. Rank in the List of Bids: 1 SCRB
3. Bid Price:PhP299,995.00
4. Period of Post-Qualification:August 15, 2019
5. Results of Post-Qualification: Complying/Responsive
Requirements Parties Consulted Findings
Eligibility Envelope
DTI Business Name Registration Department of Trade and RESPONSIVE
Or SEC Registration Industry/SEC
Business Permit LGU Licensing Division RESPONSIVE
BIR Registration Certificate/Tax Identification Bureau of internal
Number Revenue RESPONSIVE
Omnibus Sworn Statement Notary Public RESPONSIVE

On-going and awarded contracts Gov’t. Agencies/Private RESPONSIVE


Entity
Completed similar contracts
Gov’t. Agencies/Private RESPONSIVE
Entity
Copies of end-user’s acceptance letters for Gov’t. Agencies/LGU RESPONSIVE
completed contracts
Specification of whether or not the DTI/SEC
prospective bidder is a manufacturer, supplier RESPONSIVE
or distributor
Audited financial statements BIR RESPONSIVE
NFCC or credit line or cash deposit certificate Depository bank RESPONSIVE
Articles of Partnership or Incorporation RESPONSIVE
Valid joint venture agreement if any N/A
Technical Envelope
Bid Security Insurance Agency RESPONSIVE
Omnibus Sworn Statement Notary Public RESPONSIVE
Production /Delivery Schedule Supplier RESPONSIVE
Manpower Requirements Suppler RESPONSIVE
After-sale service/parts, if applicable Supplier
Technical specifications Supplier RESPONSIVE
Other documents/materials as stated in the BAC/TWG RESPONSIVE
ITB
Financial Envelope
Bid Prices in Bill of Quantities Supplier RESPONSIVE
Recurring and Maintenance Costs
6. Findings
( ) Responsive ( ) Non-Responsive
Prepared by: Submitted by:

MELCHOR M. CARMONA, JR.PURA L. LAGUILLES


TWG BAC Secretary
Date: _______________ Date: _____________________

Noted by:
JOSEPH L. ARCANGEL
Municipal Mayor

Date: _______________-
Standard For Number: SF-CONS-74
Revised on: May 9, 2004
Preparation and Formulation of Municipal Tourism Master Plan & AVP
POST-QUALIFICATION EVALUATION REPORT

1. Name of Bidder Albay Blue Lane, Inc.


2. Rank in the List of Bids: 1
3. Bid Price: PhP 350,000.00
4. Period of Post-Qualification: December 18, 2017
5. Results of Post-Qualification: Complying/ Responsive
Requirements Parties Consulted Findings
Eligibility Envelope

DTI Business Name Registration DTI/SEC RESPONSIVE


Or SEC Registration
Business Permit LGU Licensing Dept. RESPONSIVE
BIR Registration Certificate/Tax Identification
Number BIR RESPONSIVE
Omnibus Sworn Statement Gov’t. Agencies/Private RESPONSIVE
Entity
On-going and awarded contracts Gov’t. Agencies/Private RESPONSIVE
Entity
Completed similar contracts Gov’t. Agencies/Private RESPONSIVE
Entity
Copies of end-user’s acceptance letters for Gov’t. Agencies/Private RESPONSIVE
completed contracts Entity
Specification of whether or not the
prospective bidder is a manufacturer, supplier DTI RESPONSIVE
or distributor
Audited financial statements BIR RESPONSIVE
NFCC or credit line or cash deposit certificate Depository Bank RESPONSIVE
Articles of Partnership or Incorporation DTI RESPONSIVE
Valid joint venture agreement if any N/A
Technical Envelope
Bid Security Insurance RESPONSIVE
Company/Notary Public
Omnibus Sworn Statement Gov’t. Agrencies/Private RESPONSIVE
Entity
Production /Delivery Schedule Supplier RESPONSIVE
Manpower Requirements Supplier RESPONSIVE
After-sale service/parts, if applicable
Technical specifications Supplier RESPONSIVE
Other documents/materials as stated in the BAC/TWG RESPONSIVE
ITB
Financial Envelope
Bid Prices in Bill of Quantities Supplier RESPONSIVE
Recurring and Maintenance Costs
6. Findings
( ) Responsive ( ) Non-Responsive
Prepared by: Submitted by:

MELCHOR M. CARMONA, JR. FE C. MUNDA


TWG BAC Secretary
Date: _______________ Date: _____________________
Noted by:
JOREM L. ARCANGEL
Municipal Mayor

Date: _______________
Standard Form Number: SF-GOOD-41
Revised on: May 24, 2004
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)


Minutes of the Direct Contracting conducted by the Bids and Awards Committee to be held on October 26, 2015, 10:00 o’clock in the
morning at the 3rd floor of mayor’s conference hall.

Present :Lourdes B. Boreta - BAC Chairman/Presiding Officver


Oscar M. Nota - Vice Chairman
Benedicto I. Bagagñan - BAC Member/Assessor
Flor L. Oprecio BAC Member/MSWDO
Dr. Johny T. Tan - BAC Member/MHO
Fernando N. Parcia - BAC Member/MAO Des.
Justin O. Luna - BAC Secretary/Mun. Admin.
Alex R. Reonal - BAC-TWG/ME
Melchor M. Carmona, Jr. - BAC-TWG
Nimfa F. Orlina - NGO

PROCEEDINGS:
1. Business Matters:

Following the reported failure of bidding for the supply of second hand motorvehicles, after no supplier expressed firm interest to
supply the same for the amount stated in the invitation to bid with only one individual expressing interest but that he does not
possess any of the documentary requirements as prescribed by relevant issuances and guidelines the BAC met to discuss the
alternative.

The TWG presented that not one bidder submitted their intent to supply the second hand vehicle as stated in the posted ITB
which was initially posted in 2014 and again in 2015. Members of the BAC then deliberated on the advantages and
disadvantages if the LGU instead purchase a brand new motorvehicles in lieu of the secondhand vehicle. After some deliberation
with the municipal Engineer TWG Member inputting that in the long term brand new vehicles will last longer and with lesser
maintenance than a second hand unit. The BAC decided then that the initially appropriated PhP 500,000.00 be instead utilized in
addition to the One Million to be appropriated in FY 2015 for the specific purpose of procuring motorvehicles which will utilized
for emergency transport of patients or goods in disaster response.

It was decided that two units of brand new FB type motorvehicles be purchased from a dealer which has exclusive distributorship
for the type of vehicle considering that the supplier has the technical capacity to supply the same at a cost advantageous to the
LGU and that the supplier should be locally based if not it should be at least with business located within the region for ease of
maintenance as per warranty usually attached to such purchases.

Considering that the DILG has issued a clearance for the procurement of two Motorvehicles was another factor for deciding to
procure two brand new FB type vehicles.

2. There being no other business with the TWG tasked to find a suitable dealer for the procurement item, the meeting adjourned at
11:30 in the morning.

Prepared by: Noted by:

JUSTIN O. LUNA LOURDES B. BORETA


BAC Secretary BAC Chairperson
Standard Form Number: SF-GOOD-41
Revised on: May 24, 2004
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)


Minutes of thebid opening for the 2nd time for the procurement for catering services with table and chairs for the duration of Quipia Festival to be held on
August 13, 2019, 10:00 o’clock in the morning at the 3rd floormayor’s conference hall.

Present: Lourdes B. Boreta - BAC Chairman/MCR/Presiding Officer,


Oscar M. Nota - BAC Vice Chairman/Mun. Treasurer
Antonio Morano, Jr. - BAC Member/MSWD
Benedicto I. Bagagñan - BAC Member/MSWDO
Justin O. Luna - BAC Member/Mun. Adm.
Fernando N. Parcia - BAC Member/MAO Des.
Pura L. Laguilles - BAC Secretary.
Melchor M. Carmona, Jr. - BAC-TWG
Engr. Maureen Kharil - BAC-TWG
Susan M. Orozco - Coolshine canteen & catering services
. Victor Romulado - CSO

PROCEEDINGS:
1. Business Matters:
The BAC Chairman Lourdes B. Boreta as presiding officer called the bidding proper to order at 10:00. In attendance were members of the BAC,
CSO and lone caterer in the name of Mrs Susan Orozco of Cabangan Camalig, Albay;
Thereis lone (1) bidder forthecayering services for the duration of Quipia Festival with ITB reference No. 6356190;
2. Opening Examination of Eligibility/Technical Documents and Determination of Responsiveness.
Finding that there was a quorum the BAC Chairperson then announced the opening of the submitted Documents by Coolshine Canteen &
catering Services of Cabangan, Camalig, Albay;
The first documents be opened was the eligibility requirements/check,followed by the technical requirements and the last was opened the
financial requirements;
After the BAC members scrutinized all the eligibility requirements and the technical requirements submitted by Coolshine Canteen & Catering
Services, the BAC chairman decided to opened the financial proposals resulted as follows:
Required Bid Security
Name/Type of Amount of Amount of Bid as
Bidder’s Name Bid Security Bid Security Read

Coolshine Canteen & Bid’Securing Declaration None PhP 299,995.00


Catering Services

1. Approved Budget for the Contract– PhP300,000.00

There being no other matters to be read and clarification to be made, the meeting adjourned at 11.30 in the morning.

Prepared by: Noted by:

PURA L. LAGUILLES LOURDES B. BORETA


BAC Secretary BAC Chairperson
Standard Form Number: SF-GOOD-41
Revised on: May 24, 2004
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

Minutes of the 2nd failure of bidding to be held on August 17, 2018, 10:00 o’clock in the morning at the 3rd floor mayor’s conference
hall.

Present: Lourdes B. Boreta - BAC Chairman/MCR/Presiding Officer,


Oscar M. Nota - BAC Vice Chairman/Mun. Treasurer
Flor L. Oprecio - BAC Member/MSWDO
Benedicto I. Bagagñan - BAC Member/MA
Justin O. Luna - BAC Member/Private Secretary
Fernando N. Parcia - BAC Member/MAO Des.
Fe Munda - BAC Secretary.
Maureen Kharil - BAC-TWG
Melchor M. Carmona, Jr. - BAC-TWG
Victor Romualdo - NGO

PROCEEDINGS:
1. Business Matters:
The BAC Chairman Lourdes B. Boreta as presiding officer declared failure of bidding for the second time. There was none
responded to the Invitation to apply for eligibility and to bid that was re-posted in the PHILGEPS in the conspicuous places at
the premises of the Local Gov’t. Unit of Jovellar, Albay and likewise there was no prospective bidders or suppliers submitted
Letter of Intent for the CATERING SERVICESFOR THE DURATION OF QUIPIA FESTIVAL 2018

In the proceedings, it was noted that there was no bidders responded for the invitation to apply for eligibility and to bid that was
re- posted in the PHILGEPS of the said services. Thus the bidding for the aforementioned good was initially declared second
failure of bidding.

2. Opening Examination of Bids and Determination of Responsiveness.

a)NONE
b) Contractor Bid
Required Bid Security
Name/Type of Amount of Amount of Bid as
Bidder’s Name Bid Security Bid Security Read

NONE

3. Approved Budget for the Contract- Php250,000.00

There being no other matters to be read and clarification to be made, the meeting adjourned at 11:35 in the morning.

Prepared by: Noted by:

FE C. MUNDA LOURDES B. BORETA


BAC Secretary BAC Chairperson
Standard Form Number: SF-GOOD-41
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

Minutes of the 1st failure of bidding to be held on July 12, 2019, 10:00 o’clock in the morning at the 3rd floor mayor’s conference hall.

Present: Lourdes B. Boreta - BAC Chairman/Presiding Officer,


Oscar M. Nota - BAC Vice Chairman
Antonio Morano Jr. -BAC Member
Benedicto I. Bagagñan - BAC Member
Fernando N. Parcia - BAC Member
Justin O. Luna - BAC Member
Pura L. Laguilles - BAC Secretary
Maureen Kharil - BAC-TWG
Melchor M. Carmona, Jr. - BAC-TWG
Victor Romualdo - BAC-TWG

PROCEEDINGS:
1. Business Matters:
The BAC Chairman Lourdes B. Boreta as presiding officer declare failure of bidding for the first time. There was none
responded to the Invitation to apply for eligibility and to bid that was posted in the PHILGEPS in the conspicuous places at the
premises of the Local Gov’t. Unit of Jovellar, Albay and likewise there was no prospective bidders or suppliers submitted Letter
of Intent for the CATERING SERVICES FOR THE DURATION OF QUIPIA FESTIVAL.

In the proceedings, it was noted that there was no bidders or suppliers responded for the invitation to apply for eligibility and to
bid that was posted in the PHILGEPS of the said services. Thus the bidding for the aforementioned SERVICESwas declared
FIRST failure of bidding.

2. Opening Examination of Bids and Determination of Responsiveness.

a) )NONE
b) Contractor Bid
Required Bid Security
Name/Type of Amount of Amount of Bid as
Bidder’s Name Bid Security Bid Security Read

NONE

3. Approved Budget for the Contract- Php300,000.00

There being no other matters to be read and clarification to be made, the meeting adjourned at 10:00 o’clock in the morning.

Prepared by: Noted by:

PURA L. LAGUILES LOURDES B. BORETA


BAC Secretary BAC Chairperson
Standard Form Number: INFR-04
Revised on: May 11, 2004
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

Minutes of the 1st failure of bidding to be held on March 15, 2017, 10:00 o’clock in the morning at the 3rd floor mayor’s conference hall.

Present: Lourdes B. Boreta - BAC Chairman/MCR/Presiding Officer,


Oscar M. Nota - BAC Vice Chairman/Mun. Treasurer
Flor L. Oprecio - BAC Member
Benedicto I. Bagagñan - BAC Member/MSWDO
Fernando N. Parcia - BAC Member/MAO Des.
Justin O. Luna - BAC Secretary/Mun. Admin.
Alex R. Reonal - BAC-TWG/ME
Melchor M. Carmona, Jr. - BAC-TWG

Absent: Dr. Johny T. Tan - BAC Member/MHO

PROCEEDINGS:
1. Business Matters:
The BAC Chairman Lourdes B. Boreta as presiding officer declared failure of bidding for the first time. There was none
responded to the Invitation to apply for eligibility and to bid that was posted in the PHILGEPS in the conspicuous places at the
premises of the Local Gov’t. Unit of Jovellar, Albay and likewise there was no prospective bidders or suppliers submitted Letter
of Intent for the CONSTRUCTION/FABRICATION OF MRF FOR 8 POBLACION BARANGAYS.

In the proceedings, it was noted that there was no bidders or suppliers responded for the invitation to apply for eligibility and to
bid that was posted in the PHILGEPS of the said services. Thus the bidding for the aforementioned PROJECT was declared
FIRST failure of bidding.

2. Opening Examination of Bids and Determination of Responsiveness.

a)NONE
b) Contractor Bid
Required Bid Security
Name/Type of Amount of Amount of Bid as
Bidder’s Name Bid Security Bid Security Read

NONE

3. Approved Budget for the Contract- Php250,000.00

There being no other matters to be read and clarification to be made, the meeting adjourned at 11:30 in the morning.

Prepared by: Noted by:

JUSTIN O. LUNA LOURDES B. BORETA


BAC Secretary BAC Chairperson
Standard Form Number:INFR-04
Revised on: May 11, 2004
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

Minutes of the 2nd failure of bidding for the Construction/Fabrication of MRFto be held on April 11, 2017, 10:00 o’clock in the morning
at mayor’s conference hall.

Present: Lourdes B. Boreta - BAC Chairman/MCR/Presiding Officer,


Oscar M. Nota - BAC Vice Chairman/Mun. Treasurer
Flor L. Oprecio - BAC Member
Benedicto I. Bagagñan - BAC Member/MSWDO
Justin O. Luna - BAC Member/PS
Fernando N. Parcia - BAC Member/MAO Des.
Fe Munda - BAC Secretary/
Alex R. Reonal - BAC-TWG/ME
Melchor M. Carmona, Jr. - BAC-TWG

PROCEEDINGS:
1. Business Matters:
The BAC Chairman Lourdes B. Boreta as presiding officer declared the failure of bidding for the 2 nd time There was none
responded to the Invitation to apply for eligibility and to bid that was re-posted in the PHILGEPS and also re-posted in the
conspicuous places at the premises of the Local Gov’t. Unit of Jovellar, Albay and the same, there is no prospective bidder
submitted Letter of Intent to participate in the said bidding for the Construction/Fabrication of MRF for 8 Poblacion Barangays.

In the proceedings, it was noted that no bidders for the construction/fabrication of said projectsresponded for the invitation to
apply for eligibility and to bid that was re-posted in the PHILGEPS. Thus the bidding for the aforementioned project was
initially declared a second times failure of bidding.

2. Opening Examination of Bids and Determination of Responsiveness.

a)NONE
b) Contractor Bid
Required Bid Security
Name/Type of Amount of Amount of Bid as
Bidder’s Name Bid Security Bid Security Read

NONE

3. Approved Budget for the Contract- Php250,000.00

There being no other matters to be read and clarification to be made, the meeting adjourned at 11:35 in the morning.

Prepared by: Noted by:

FE MUNDA LOURDES B. BORETA


BAC Secretar BAC Chairpers
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)


Minutes of the bid opening for the renewal of services of consultants on technical aspects (institution building), cultural and Dep-Ed
affairs, community development coordinator, draftsman and tourism aide in the municipality of Jovellar, Albay to be held on January 6,
2017, 10:00 o’clock in the morning at Mayor’s Office Conference Hall.

Present: Lourdes B. Boreta - BAC Chairman/Presiding Officer,


Oscar M. Nota - BAC Vice Chairman
Flor L. Oprecio - BAC Member
Benedicto I. Bagagñan - BAC Member
Dr. Johny T. Tan - BAC Member
Fernando N. Parcia - BAC Member
Justin O. Luna - BAC Secretariat
Alex R. Reonal - BAC-TWG
Melchor M. Carmona, Jr. - BAC-TWG
Jose N. Arcangel - Consultant on Tech. aspect
Katherine B. Yonzon - Consultant on Dep Ed affairs
Armnenio L. Montales - Consultant on Tech aspect
Angel A. Laguilles - Community Dev’t. Coordinator
Agnes Tobongbanua - Drftsman
Aubert R. Iglesia - Tourism Aide

PROCEEDINGS:
1. Business Matters:
The BAC Chairman Lourdes B. Boreta as presiding officer declared the Bid Box closed at exactly 10:00 o’clock in the
morning. The meeting commenced with a short prayer lead by the BAC Secretary Mr. Justin O. Luna. The BAC Chairman
acknowledged the presence of the observers and the consultants on technical aspect (institution building), consultant on Dep-Ed
affairs, community development coordinator, draftsman and tourismaide duly represented. Submitted werequotations which
were through Negotiated Procurement pursuant to Section 53 (f) of the rules and regulations Implementing R.A. 9184, That the
contract for the aforementioned services and contract of services be awarded to the consultants, community coordinator
andtourism aide, whom the Mayor may opt to re-hire/renew of services in order to perform work that is highly technical and
primarily confidential, where trust and confidence are a primary consideration for his/her being hired as such services of
consultants, community development coordinator and tourism aide provided however, that the term of the said services shall not
exceed the six (6) month, renewable at the option of the Mayor, but in no case to exceed the term of the latter and attached for
his/her respective accomplishment for the last semester of 2016, The said terms also applies to the other consultants whose
contracts were for renewal.
a. For the consultant on technical aspect (institution building), consultant on Dep-Ed affairs, community development
coordinator, draftsman and tourism aide for the LGU it was foundto be qualified for the renewal of the said contract.
They submitted their proof of accomplishment for the 1 st semester and the BAC found that it was meritorious for the LGU
to renew.
Rates of services of consultanst of technical aspect (institution building), cultural and Dep-Ed affairs, community
development coordinator, draftsman and tourism aide set as follows:
Rate per month For Six (6)
Name month
renewable

1. Jose N. Arcangel 15,000.00 90,000.00


2. Armenio L. Montales 5,000.00 30,000.00
3. Katherine B. Yonzon 15,000.00 90,000.00
4. Angel A. LAguilles 10,000.00 60,000.00
5. Agnes R. Tobongbanua 10,000.00 60,000.00
6. Aubert R. Iglesia 10,000.00 60,000.00

There being no other topics to be read and clarification to be made, the meeting adjourned at 11:45 in the morning.

Prepared by: Noted by:

JUSTIN O. LUNA LOURDES B. BORETA


BAC Secretariat BAC Chairman
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)


Minutes of the bid opening conducted by the Bids and Awards Committeeheld onJuly 23, 2018,10:00 o’clock in the morning at 3 rd floor
Mayor’s Conference Hall.
Present: Lourdes B. Boreta - BAC Chairman/Presiding Officer,
Oscar M. Nota - BAC Vice Chairman
Flor L. Oprecio - BAC Member
Benedicto I. Bagagnan - BAC Member
Justin O. Luna - BAC Member
Fernando N. Parcia - BAC Member
Fe C. Munda - BAC Secretariat
Engr. Maureen Kharil - BAC-TWG
Melchor M. Carmona, Jr. - BAC-TWG
Victor Romulado - CSO
Sandy S. Pineda - Magayon Office Supplies & Gen Mdse.
Arceli Chua - Supplimed Enterprises Rep.
PROCEEDINGS
1. Business Matters
The BAC Chairman Ms Lourdes Boreta as presiding officer declared the Bid Box closed at exactly 10:00o’clock in the morning The
meeting commenced with a short prayer lead by the BAC Secretary Mrs Fe C. MundaThe BAC Chairman acknowledged the presence of
the observers and the bidder duly represented. There is only one (1) bidder responded to the Invitation to apply for eligibility and to bid
each project that was posted in the PHILGEPS and the conspicuous places at the premises of the Local Government Unit of Jovellar, Albay
and submitted Letter of Intent.
2. Opening Examination of Bids and Determination of Responsiveness:
a)The BAC received one (1) mother envelope for the purchase of medicine in the name Supplimed Enterprises and one (1) mother
envelope for the Purchase of School Supply and for the Purchase of House Plates in the Name of Magayon Office Supplies & Gen.Mdse..;
b)For the above-mentioned goods bidding, the bids and award committeeopenedfirst the bid proposal of Supplimed Enterpriseswhich is the
documentary requirements when participating in the government bidding or procurements and another set of bidder is the bid proposal of
Magayon Office Supplies and Gen Mdse. for the purchase of school supplies and purchase of house plates. Upon careful examination of
bids of Supplimed Enterprisesit was considered single bidder and responsiveness for the purchase of medicine and Upon Careful
examination of bids of Magayon Office Supplies & Gen Mdse for the another set of bidding for the purchase of school supplies and
purchase of house plates, it was also considered single and responsiveness.
Required Bid Security-Bidders Bond
Bidder’s Name Name/Type of Amount of Amount of Bid as
Bid Security Bid Security Read
1. Purchase of Medicine Bid Securing None PhP499,485.00
Supplimed Enterprises. Declaration
2. Purchase of School Supplies
Magayon Office Supplies & Gen, Bid Securing None PhP549,750.00
Mdse. Declaration
3.Purchase of House Plates
Magayon Office Supplies & Gen, Bid Securing None PhP599,900.00
Mdse. Declaration

After reading all the technical & financial requirements, Ms Lourdes Boreta informed the representative of Supplimed Enterprises and
Magayon Office Supplies & Gen. Mdse.that the bid submitted are still for bid evaluation and post qualification, Notice of Award will be
issued to the winning bidder which isSingle Calculated and Responsive Bid (SCRB) seven (7) days after the bid evaluation.
1. Approved Budget for the Contract PhP500,000.00-Purchase of Medicine
2. Approved Budget for the ContractPhP550,000.00-Purchase of School Supplies
3. Approved Budget for the Contract PhP600,000.00- Purchase of House Plates
There being no other bid to be read and clarification to be made, the meeting adjourned at 11;30 in the morning

Prepared by Noted by:

FE C. MUNDA LOURDES B. BORETA


BAC Secretary BAC Chairman
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

Minutes of the bid-evaluation conducted by the Bids and Awards Committee held on July 15, 2019, 9:00 o’clock in the morning at 3 rd floor
Mayor’s Conference Hall.

Present: Lourdes B. Boreta - BAC Chairman/Presiding Officer,


Oscar M. Nota - BAC Vice Chairman
Antonio Morano, Jr. - BAC Member
Benedicto I. Bagagnan - BAC Member
Justin O. Luna - BAC Member
Fernando N. Parcia - BAC Member
Pura L. Laguilles - BAC Secretariat
Engr. Maureen Kharil - BAC TWG
Melchor M. Carmona, Jr. - BAC-TWG
Victor Romulado - CSO
PROCEEDINGS:
1. Business Matters
The meeting was called to order at 9:00o’clock in the morning by the presiding officer Ms Lourdes Boreta, The BAC Secretary Ms Pura
Laguilles call the roll and thereafter establishing there was a quorum proceed to evaluation of the 1 st the Technical & Financial Documents
submitted by Mr. Hubbhie Pro Sounds & Lights.She explained that the purpose of this meeting was the bid evaluation of bidding
documents to determine the requirements submitted was responsiveness. The reading of minutes of the previous meeting was then read by
the BAC Secretary. There being no comments/remarks, the minutes was approved as read.

The bidding documents ofMR HUBBHIE PRO SOINDS & LIGHTSwas then evaluated and was found to be complied with all
documentary requirements for the BAC which was declared Single Calculated and Responsive Bid (SCRB).
Required Bid Security-Bidders Bond
Name/Type of Amount of Amount of Bid as
Bidder’s Name Bid Security Bid Security Read

Mr Hubbhie Pro Sounds & Lights Bid Securing Declaration None PhP299,990.00

After evaluatingthe bidding requirements of MR HUBBHIE PRO SOUNDS & LIGHTS, Ms Lourdes Boreta informed the observer and
BAC members that on July 18, 2019 at around 9:30 in the morning , we will conducting post qualification .

1. Approved Budget for the Contract- PhP300,000.00


There being no other bids for evaluation, the BAC Chairperson thank the body for their presence and observer as well, She adjourned the
proceedings at 11:30 in the morning.

Prepared by Noted by:

PURA L. LAGUILLES LOURDES B. BORETA


BAC Secretary BAC Chairman
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)


Minutes of the post qualification conducted by the Bids and Awards Committee held on July 18, 2019,9:00in the morning at the 3 rd floor
Mayor’s Conference Hall.

Present: Lourdes B. Boreta - BAC Chairman/Presiding Officer,


Oscar M. Nota - BAC Vice Chairman
Antonio Morano, Jr. - BAC Member
Beneicto I. Bagagnan - BAC Member
Justin O. Luna - BAC Member
Fernando N. Parcia - BAC Member
Pura L. Laguilles - BAC Secretary
Engr. Muareen Kharil - BAC TWG
Melchor M. Carmona, Jr. - BAC-TWG
Victor Romulado - CSO -

PROCEEDINGS:
1. Business Matters
The meeting was called to order at 9:00 in the morning by the presiding officer Ms Lourdes Boreta, She explained that the purpose of this
meeting was the post qualification of bidding requirements submitted byMR Hubbhie Pro Sounds & Lights to determine the requirements
submitted forthe FOR THE RENTAL OF SOUND SYSTEM WITH BAND EQUIPMENTS, LED WALL AND PORTABLE STAGEwas
complied with all documentary requirements. The reading of minutes of the previous meeting was then read by the BAC Secretary. There
being no comments/remarks, the minutes was approved as read.
Ms Boreta then read the list of eligibility legal & technical documents of which are as follows:
Eligibility/Technical Documents
Class A
1. Certificate of Philgeps Registration (Platinum Membership) valid until August 15, 2020,Philgeps Registration No. 2014-112351,
certificate Reference No. 20179029794aattached is the renewal of PhilGeps
2. DTI Registration
3. Mayor’s Permit
4. BIR Tax clearance under Executive Order N0. 398
5. Certificate of Business Registration from BIR
Technical requirements
1. List of all Government & Private Contracts Completed which are similar to the contract to be bid;
2. Listof all ongoing government and private contracts including contracts awarded but not yet started;.
Financial documents
1 .IndependentAuditor’s Report receive by the BIR on April 16, 2018;
2. Audited financial statement and NFCC and BIR Form 1701 received by the BIR
Class b- Technical Documents
1. Bid Securing Declaration duly notarized
2. Manpower requirements
3. Technical Specification
4. Organizational Chart
5.Omnibus Sworn Statementduly notarized
6. Production Delivery Schedule
7. Bid prices in the bill of quantities
All copies read were duplicate from the original and DTI, Mayor’s Permit, Tax Clearance, Audited Financial Statement are all posted in
the PHILGEPS, after post qualification of all legal and technical documents of MR HUBBHIE PRO SOUNDS & LIGHTS, Ms Lourdes
B. Boreta informed the BAC thatsaid documents werepassed post qualification, We will issue a notice of post qualification to Matrix
Solutions a& gen. Mdse. There being none, The BAC Chairman gave thanks to the body. The meeting adjourned at 11:40 in the morning..

Prepared by: Noted by:

PURA L. LAGUILLES LOURDES B. BORETA


BAC Secretary BAC Chairman
Standard Form Number: SF-GOOD-48
Revised on: may 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

EXCERPT FROM THE MINUTES OF THE BID OPENING, BID EVALUATION AND POST QUALIFICATION
CONDUCTED BY THE BIDS AND AWARDS COMMITTEE (BAC) HELD AT THE 3 RD FLOOR OF MAYOR’S
CONFERENCE HALL , JOVELLAR, ALBAY.
Present: Lourdes B. Boreta - Presiding Officer/BAC Chairman
Benedicto I. Bagagnan - Vice Chairman
Justin O. Luna - BAC Member
Antonio Morano, Jr. - BAC Member
Fernando N. Parcia - BAC Member
Dr. Johny T. Tan -
BAC Member

RESOLUTION NO. 2019-08-033, Series of 2019

A RESOLUTION DECLARING COOLSHINE CANTEEN AND CATERING SERVICES AS THE WINNER WITH A
SINGLE CALCULARTED AND RESPONSIVE BID(SCRB) AND RECOMMENDING FOR ITS APPROVAL.

WHEREAS, the Local Government Unit of Jovellar, Albay posted an Invitation to Apply for Eligibility and to Bid for two
times posting to PHILGEPS for theCATERING SERVICES WITH TABLE AND CHAIRS FOR THE DURATION OF
QUIPIA FESTIVAL and posted the same in conspicuousplaces for two times at the premises of the Local Government Unit of
Jovellar, Albay continuously for 7 days.

WHEREAS, in response to the said posting only one (1) SUPPLIERfor the second time submitted letter of intent (LOI) and
applications for eligibility & qualified to purchase bid documents to be submitted onAugust 13, 2019, 10:00 a.m. and found
eligible; .

WHEREAS, the bid proposal of COOLSHINE CANTEEN & CATERING SERVICEShave substantially complied and
responsive.

Name of Bidders Bid Amount as Read % Variance from ABC

Coolshine Canteen & Catering Services PhP299,995.00 0.00%

WHEREAS, the detailed evaluation of bid conducted on August 14, 2019, 9:00 o’clock in the morning resulted as follows:

Name of Bidders Bid Amount as Calculated % Variance from ABC

Coolshine Canteen & Catering Services PhP299,995.00 0.00%

WHEREAS, upon post qualification & careful examination, validation and verification of all the eligibility, technical &
financial requirements submitted by COOLSHINE CANTEEN & CATERING SERVICEShas been comply with all
documentary requirements and found to be responsive with the Single Calculated and Responsive Bids (SCRB)
Standard Form Number: SF-GOOD-48
Revised on: May 24, 2004
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

EXCERPT FROM THE MINUTES OF THE BID OPENING, BID EVALUATION AND POST QUALIFICATION
CONDUCTED BY THE BIDS AND AWARDS COMMITTEE (BAC) HELD AT THE 3 RD FLOOR OF MAYOR’S
CONFERENCE HALL , JOVELLAR, ALBAY.
Present: Lourdes B. Boreta - Presiding Officer/BAC Chairman
Oscar M. Nota - Vice Chairman
Justin O. Luna - BAC Member
Antonio Morano, Jr. - BAC Member
Fernando N. Parcia - BAC Member
Benedicto I. Bagagñan -
BAC Member

RESOLUTION NO. 19-03-002, Series of 2019

A RESOLUTION DECLARING XIANEX MARKETING OF LEGAZPI CITY AS THE WINNER WITH A SINGLE
CALCULATED AND RESPONSIVE BID (SCRB) AND RECOMMENDING FOR ITS APPROVAL.

WHEREAS, the Local Government Unit of Jovellar, Albay posted an Invitation to Apply for Eligibility and to Bid to
PHILGEPS for the PURCHASE OF VARIOUS MEDICINES and posted the same in conspicuous places at the premises of
the Local Government Unit of Jovellar, Albay continuously for 7 days.

WHEREAS, in response to the said posting only one (1) SUPPLIER submitted letter of intent (LOI) and applications for
eligibility & qualified to purchase bid documents to be submitted onFebruary 28, 2019, 10:00 a.m. and found eligible; .

WHEREAS, the bid proposal of XIANEX MARKETINGhave substantially complied and responsive.

Name of Bidders Bid Amount as Read % Variance from ABC

XIANEX MARKETING PhP 498,735.00 0.25%

WHEREAS, the detailed evaluation of bid conducted on March 11, 2019, 9:00 o’clock in the morning resulted as follows:

Name of Bidders Bid Amount as Calculated % Variance from ABC

XIANEX MARKETING PhP 498,735.00 0.25%

WHEREAS, upon post qualification & careful examination, validation and verification of all the eligibility, technical &
financial requirements submitted by XIANEX MARKETING has been comply with all documentary requirements and found
to be responsive with the Single Calculated and Responsive Bids (SCRB)

NOW THEREFORE, we the members of the Bids and Awards Committee, hereby RESOLVE as it is hereby resolved:

a) To declare COOLSHINE CANTEEN & CATERING SERVICES as the bidder with the SINGLE CALCULATED AND
RESPONSIVE BID (SCRB) to be the winning bidder.

b) To recommend for the approval by the Hon. Joseph L. Arcangel , Municipal Mayor of the Local Government Unit of
Jovellar, Albay the foregoing findings and recommendation.
RESOLVED, at the 3rd Floor Mayor’s Conference Hall, this 15thday of August 2019

LOURDES B. BORETA
BAC Chairman

Dr.JOHNY T. TAN BENEDICTO I. BAGAGNAN


BAC Member BAC Vice Chairman

ANTONIO MORANO, JR. JUSTIN O. LUNA


BAC Member . BAC Member

FERNANDO N. PARCIA
BAC Member

APPROVED:

JOSEPH L. ARCANGEL
Municipal Mayor
Standard Form Number: SF-GOOD-48
Revised on: may 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

EXCERPT FROM THE MINUTES OF THE BID OPENING, BID EVALUATION AND POST QUALIFICATION CONDUCTED BY
THE BIDS AND AWARDS COMMITTEE (BAC) HELD AT THE 3 RD FLOOR OF MAYOR’ S CONFERENCE HALL , JOVELLAR,
ALBAY.

Present: Lourdes B. Boreta - Presiding Officer/BAC Chairman


Oscar M. Nota - ViceChairman
Dr. Johny T. Tan - BAC Member
Flor L. Oprecio - BAC Member
Fernando N. Parcia - BAC Member
Benedicto I. Bagagñan -
BAC Member

RESOLUTION NO. 17-08-035


Series of 2017

A RESOLUTION DECLARINGMR HUBBHIE PRO SOUNDS AND LIGHTSAS THE WINNER WITH ASINGLE CALCULATED
AND RESPONSIVE BID (SCRB) AND RECOMMENDING FOR ITS APPROVAL.

WHEREAS, the Local Government Unit of Jovellar, Albay posted an Invitation to Apply for Eligibility and to Bid to PHILGEPS for the
RENTAL OF SOUNDS AND LIGHTS WITH DRUMSET, 20 KVA GENERATOR AND LED WALL FOR THE DURATION OF QUIPIA
FESTIVAL, Jovellar, Albay and posted the same in conspicuous places at the premises of the Local Government Unit of Jovellar, Albay
continuously for 7 days.

WHEREAS, in response to the said posting only one (1) bidderresponded & submitted letter of intent (LOI)to signify the intention to
participate &qualified to purchase bid documents to be submitted onAugust 11, 2017, 10:00 a.m. and passed the preliminary examination
of bid.

WHEREAS, the bid proposal of MR HUBBHIE PRO SOUNDS AND LIGHTShave substantially complied and responsive.

Name of Bidders Bid Amount as Read % Variance from ABC

MR HUBBHIE PRO SOUNDS AND PhP249,950.00 0.0%


LIGHTS

WHEREAS, the detailed evaluation of bid conducted on August 14, 2017,9:00o’clock in the morning resulted as follows:

Name of Bidders Bid Amount as Calculated % Variance from ABC

MR HUBBHIE PRO SOUNDS AND PhP 249,950.00 0.0%


LIGHTS

WHEREAS, upon post qualification &careful examination, validation and verification of all the eligibility, technical & financial
requirements submitted ofMR HUBBHIE PRO SOUNDS AND LIGHTShas been comply with all documentary requirements and found to
be responsive with the Single Calculated and Responsive Bids (SCRB)

NOW THEREFORE, we the members of the Bids and Awards Committee, hereby RESOLVE as it is hereby resolved:

a) To declare MR HUBBHIE PRO SOUNDS AND LIGHTSas the bidder with the SINGLECALCULATED AND RESPONSIVE BID
(SCRB) to be the winning bidder.
b) To recommend for the approval by the Hon. Jorem L. Arcangel , Municipal Mayor of the Local Government Unit of Jovellar, Albay
the foregoing findings and recommendation

Standard Form Number: SF-CONS-70


Revised on: May 9, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

EXCERPT FROM THE MINUTES OF THE BID OPENING, BID EVALUATION AND CALCULATION OF THE FINAL SCORES OF
THE PROPOSALS CONDUCTED BY THE BIDS AND AWARDS COMMITTEE (BAC) HELD AT THE 3 RD FLOOR OF MAYOR’ S
CONFERENCE HALL , JOVELLAR, ALBAY.

Present: Lourdes B. Boreta - Presiding Officer/BAC Chairman


Oscar M. Nota - Vice Chairman
Dr. Johny T. Tan - BAC Member
Flor L. Oprecio - BAC Member
Fernando N. Parcia - BAC Member
Benedicto I. Bagagñan -
BAC Member

RESOLUTION NO. 17-12-044


Series of 2017

A RESOLUTION DECLARING ALBAY BLUE LANE, INC. OF LEGAZPI CITY AS THE WINNER WITH A SINGLE HIGHEST
RATED BID (HRB-QCBE AND RECOMMENDING FOR ITS APPROVAL.

WHEREAS, the Local Government Unit of Jovellar, Albay posted an Invitation to Apply for Eligibility and to Bid to PHILGEPS for the
PREPARATION AND FORMULATION OF THE MUNICIPAL TOURISM MASTER PLAN AND AVP, Jovellar, Albay and posted the
same in conspicuous places at the premises of the Local Government Unit of Jovellar, Albay continuously for 7 days.

WHEREAS, in response to the said posting only one (1) bidder responded & submitted letter of intent (LOI) to signify the intention to
participate & qualified to purchase bid documents to be submitted on December 14, 2017, 10:00 a.m. and passed the preliminary
examination of bid.

WHEREAS, in accordance with Section 24 of the Implementing rules and Regulations of the Government Procurement Reform Act,
shortlisting among the eligible consultants was conducted on December 15, 2017.

WHEREAS, only one (1) eligible consultant made up in the shortlist:

Name of Bidder Score Rank

Albay Blue Lane, Inc./Mr. Rommel O. Candaza 10 1


Speical Projects and Tourism Development
Desk

WHEREAS, in the shortlist, one (1) bidder who purchase of bid documents and one (1) bidder who submitted bidding documents on
December 14, 2017 and passed the preliminary examination of bids;

WHEREAS, upon detailed evaluation of the technical proposals conducted on December 14, 2017 the same ranking was arrived at:

Name of Bidder Score Rank

Albay Blue Lane, Inc./Mr. Rommel O. Candaza 10 1


Speical Projects and Tourism Development
Desk
WHEREAS, on December 14, 2017 the bid proposal of one (1) bidder was found to be complying:

Name of Bidders Bid Amount as Read % Variance from ABC

Albay Blue Lane, Inc./Mr. Rommel O. PhP 350,000.00 0.0%


Candaza Speical Projects and Tourism
Development Desk

WHEREAS, the detailed evaluation of bids conducted on December 15, 2017 resulted as follows:

Name of Bidders Bid Amount as Calculated % Variance from ABC

Albay Blue Lane, Inc./Mr. Rommel O. PhP 350,000.00 0.0%


Candaza Speical Projects and Tourism
Development Desk

WHEREAS, upon calculation of the final score of the proposal, taking into consideration the technical and financial score, the ranking of
Albay blue Lane, Inc. have been arrived;

Cost of Financial Technical Weighted Weighted


Financial Score Score Financial Technical Total Rank
Proposal Score Score

Albay
Blue
Lane, 350,000.00 10 10 10 10 350,000.00 1
Inc.

NOW, THEREFORE, WE the members of the Bids and Awards Committee, hereby RESOLVED as it is hereby RESOLVED:

a) To declare Albay Blue Lane, Inc. as the bidder with the SINGLE highest rated bid (SHRB) for the Preparation and Formulation of the
Municipal Tourism Master Plan and AVP

b) To recommend for the approval by the HONORABLE JOREM L. ARCANGEL , Municipal Mayor of the Local Government Unit of
Jovellar, Albay the foregoing findings and recommendation
RESOLVED, at the 3rd Floor Mayor’s Conference Hall, this 15thday of January 2019

LOURDES B. BORETA
BAC Chairman

BENEDICTO I. BAGAGÑAN OSCAR M. NOTA


BAC Member BAC Vice Chairman

FLOR L. OPRECIO JUSTIN O. LUNA


BAC Member . BAC Member

FERNANDO N. PARCIA
BAC Member

APPROVED:

JOREM L. ARCANGEL
Municipal Mayor
Standard Form Number: SF-GOOD-48
Revised on: may 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

EXCERPT FROM THE MINUTES OF THE 1STAND 2NDFAILURE OF BIDDING CONDUCTED BY THE BIDS AND AWARDS
COMMITTEE (BAC) HELD ONAUGUST 3, 2018 AND AUGUST 17, 2018 AND AT THE 3 RD FLOOR OF MAYOR’ S CONFERENCE
HALL , JOVELLAR, ALBAY.

Present: Lourdes B. Boreta - Presiding Officer/BAC Chairman


Oscar M. Nota - Vice Chairman
Justin O. Luna - BAC Member
Flor L. Oprecio - BAC Member
Fernando N. Parcia - BAC Member
Benedicto I. Bagagñan -
BAC Member

RESOLUTION NO. 18-08-008-b


Series of 2018
A RESOLUTION DECLARING FAILURE OF BIDDING FOR THE FIRST AND SECOND TIMES AND RECOMMENDINGFOR
NEGOTIATED PROCUREMENT FOR THE CATERING SERVICES FOR THE DURATION OF QUIPIA FESTIVAAL AND
RECOMMENDING FOR ITS APPROVAL.

WHEREAS, the Local Government Unit of Jovellar, Albay posted an Invitation to Apply for Eligibility and to Bid to PHILGEPS for two
times and posted also in conspicuous places at the premises of the LGU continuously for seven (7) days.

WHEREAS, none responded for the first and second time to the Invitation to Apply for Eligibility and to Bid to PHILGEPS the same in
conspicuous places at the premises of the Local Government Unit of Jovellar, Albay continuously for 7 days;

WHEREAS, Negotiated Procurement was recommended as per specified under section 53.1of Revised IRR-A

Name of Bidders Bid Amount as Read % Variance from ABC

NONE NONE NONE

RESOLVED, at the 3rd Floor Mayor’s Conference Hall, this 17th day of August 2018

LOURDES B. BORETA
BAC Chairman
BENEDICTO I. BAGAGÑAN OSCAR M. NOTA
BAC Member BAC Vice Chairman

FLOR L. OPRECIO JUSTIN O. LUNA


BAC Member . BAC Member

FERNANDO N. PARCIA
BAC Member

APPROVED:

JOREM L. ARCANGEL
Municipal Mayor

Republic of the Philippines


Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)


EXCERPT FROM THE MINUTES OF THE BID OPENING OF RFQ, BID EVALUATION AND POST QUALIFICATION
CONDUCTED BY THE BIDS AND AWARDS COMMITTEE (BAC) HELD AT THE 3 RD FLOOR OF MAYOR’S
CONFERENCE HALL , JOVELLAR, ALBAY.
Present: Lourdes B. Boreta - Presiding Officer/BAC Chairman
Oscar M. Nota - Vice Chairman
Justin O. Luna - BAC Member
Flor L. Oprecio - BAC Member
Fernando N. Parcia - BAC Member
Benedicto I. Bagagñan -
BAC Member

RESOLUTION NO. 17-08-005


Series of 2017

A RESOLUTION DECLARING MARKELL MACHINERIES MANUFACTURING AS SUPPLIER WITH ACERETIFICATE OF SOLE


DISTRIBUTORSHIPOF BRICK MAKING MACHINE AND GRANULATOR MACHINEAND RECOMMENDING FOR DIRECT
CONTRACTING FOR THE PURCHASE OF ONE (1) UNIT GRANULATOR MACHINE AND RECOMMENDING FOR ITS
APPROVAL.

WHEREAS, the Local Government Unit of Jovellar, Albay posted an RFQ to PHILGEPS through direct contractingand posted also in
conspicuous places at the premises of the LGU continuously for seven (7) days.

WHEREAS, in responseto the said posting Markell Machineries Manufacturing responded and submitted their proposal and
appearedduring the pre bid conference and RFQ OPENING on August 30, 2017 and expressed their intention to provide for the one (1)
unitGranulator machine as stated in the RFQ;

WHEREAS, the RFQ of Markell Machineries Manufacturing have substantially complied and responsive.

WHEREAS, upon careful examination, validation and verification of all the eligibility, technical & financial requirements submitted by
MARKELL MACHINERIES MANUFACTURING for the purchase of one (1) unit granulator machine with a certificate of sole
distributorship of said machine, its RFQ has been found to be responsive

WHEREAS, the RFQ of MARKELL MACHINERIES MANUFACTURING have substantially complied and responsive.

Name of Bidders Bid Amount as read % Variance from ABC

Markel Machine Manufacturing 9,000,000.00 0.00%

RESOLVED, at the 3rd Floor Mayor’s Conference Hall, this 6thday ofSeptember 2017

LOURDES B. BORETA
BAC Chairman

BENEDICTO I. BAGAGÑAN OSCAR M. NOTA


BAC MemberBAC Vice Chairman

FLOR L. OPRECIO JUSTIN O. LUNA


BAC Member. BAC Member
FERNANDO N. PARCIA
BAC Member
APPROVED:

JOREM L. ARCANGEL
Municipal Mayor
Standard Form Number: SF-GOOD-48
Revised on: may 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

EXCERPT FROM THE MINUTES OF THE BID OPENING, BID EVALUATION AND POST QUALIFICATION OF BID
CONDUCTED BY THE BIDS AND AWARDS COMMITTEE (BAC) HELD AT THE MAYOR’S CONFERENCE HALL, JOVELLAR,
ALBAY.

Present: Lourdes B. Boreta - Presiding Officer/BAC Chairperson


Oscar M. Nota - BAC Vice Chairman
Antonio Morano, Jr. - BAC Member
Justin O Luna - BAC Member
Fernando N. Parcia - BAC Member
Benedicto I Bagagñan - BAC Member

ResolutionNo.19-03-002
Series of 2019
A RESOLUTION DECLARINGXIANEX MARKETING AS THE BIDDER, WINNER WITH THE SINGLE CALCULATED AND
RESPONSIVE BID (SCRB) AND RECOMMENDING FOR ITS APPROVAL.

WHEREAS, the Local Government Unit of Jovellar, Albay posted an Invitation to Apply for Eligibility and to Bid with/to PHILGEPS
for the Purchase of various medicines and posted the same in conspicuous places at the premises of the Local Government Unit of
Jovellar, Albay continuously for 7 days.

WHEREAS, in response to the said posting only one (1) bidder signify their intention to participate in the said bidding which is
thePURCHASE OF VARIOUS MEDICINEand submitted a letter of intent (LOI)and qualified to purchase bid documents to be submitted
onFebruary 28, 2019 and passed the preliminary examination of bid.

WHEREAS, the bid proposals ofXianex Marketing have substantially complied and responsive.

Name of Bidder Bid Amount as read % Variance from ABC

Xianex Marketing 498,735.00 0.00%

WHEREAS, upon careful examination, validation and verification of all the eligibility, technical & financial requirements submitted
byXIANEX MARKETINGfor the purchase of variousmedicine, it was found andconsidered as sole bidder and declaredSingleCalculated
and Responsive Bids (SCRB) its bid has been found to be responsive.

NOW THEREFORE, we the members of the Bids and Awards Committee, hereby RESOLVE as it is hereby resolved:
a) To declare XIANEX MARKETING as the bidder with the SINGLECALCULATED AND RESPONSIVE BID (SCRB) for the purchase
of various medicines to be the winning bidder.
b) To recommend for the approval by the HONORABLE JOREM L. ARCANGEL , Municipal Mayor of the Local Government Unit of
Jovellar, Albay the foregoing findings and recommendation.
RESOLVED, at the Mayor’s Conference Hall this 15th day of March 2019.

LOURDES B. BORETA
BAC Chairperson

BENEDICTO I. BAGAGÑAN OSCAR M. NOTA


BAC MemberBAC Vice Chairman

ANTONIO MORANO, JR. JUSTIN O. LUNA


BAC Member BAC Member

FERNANDO N. PARCIA
BAC Member

APPROVED:

JOREM L. ARCANGEL
Municipal Mayor
Standard Form Number: SF-GOOD-49
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF AWARD

August 17, 2019


Jeanette B. Medalla
Owner/Proprietor
Xianex Marketing
Legazpi City

Dear MsMedalla:

We are happy to notify you that yourbid dated February 28, 2019 for thePURCHASE OF
VARIOUS MEDICINESfor bid price equivalentto FOUR HUNDRED NINETY
EIGHTTHOUSANDSEVEN HUNDRED THIRTY FIVE PESOS(PhP498,735.00) as corrected and
modified in accordance with the instructions to bidders is hereby accepted.

You are hereby required to provide within ten (10) days the Performance Security in form and the
amount stipulated in the instructions to bidders. Failure to provide the performance security shall
constitute sufficient ground for cancellation of the award and forfeiture of the bid security.

Very truly yours,

JOREM L. ARCANGEL
Municipal Mayor
Conforme:

JEANETTE B. MEDALLA
Owner/Proprietor
Standard Form Number: SF-GOOD-49
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF AWARD

October 11, 2019


Mrs. Nimfa V. Del Rosario
Proprietor/Manager
NIMPHARMA DRUG
Naga City

Dear MsDel Rosario:

We are happy to notify you that your bid price dated October 1, 2019 for the PURCHASE OF
VARIOUS MEDICINES, MEDICAL AND DENTAL SUPPLIESfor Bid Price of equivalent to
FOUR HUNDRED NINETY NINE THOUSANDSIX HUNDRED PESOS(PhP499,600.00) as
corrected and modified in accordance with the instructions to bidders is hereby accepted.

You are hereby required to provide within ten (10) days the Performance Security in form and the
amount stipulated in the instructions to bidders. Failure to provide the performance security shall
constitute sufficient ground for cancellation of the award and forfeiture of the bid security.

Very truly yours,

JOSEPH L. ARCANGEL
Municipal Mayor
Conforme:

NIMFA V. DEL ROSARIO


Proprietor/Manager
NIMPHARMA DRUG
Standard Form Number: SF-GOOD-49
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF AWARD

December 17, 2018

Jayne G. Del Prado


Owner/Manager
Matrix Solutions and General Mdse.
Purok 6 St. Anne Subd., Brgy. Em’s Barrio East (Pob.)
Legazpi, City

Dear MrsPrado:

We are happy to notify you that your bid price dated November 19, 2018 for the DELIVERY OF
ELECTRICAL & IT EQUIPMENTS FOR THE INSTALLATION OF CCTV 8 CHANNEL AT
JOVELLAR MUNICIPAL for Bid Price of equivalent to ONE HUNDRED FOURTY NINE
THOUSAND EIGHTHUNDREDPESOS (PhP149,800.00) as corrected and modified in
accordance with the instructions to bidders is hereby accepted.

You are hereby required to provide within ten (10) days the Performance Security in form and the
amount stipulated in the instructions to bidders. Failure to provide the performance security shall
constitute sufficient ground for cancellation of the award and forfeiture of the bid security.

Very truly yours,

JOREM L. ARCANGEL
Municipal Mayor
Conforme:

JAYNE GOMEZ DEL PRADO


Owner/Manager
Matrix Solutions and Gen. Mdse.
Standard Form Number: SF-GOOD-49
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF AWARD

August 1, 2018
Sandy S. Pineda
Owner/Manager
Brgy. Sto. Nino
Jovellar, ALbay

Dear MrPineda

We are happy to notify you that your bid price dated July 23, 2018 for the PURCHASE OF
SCHOOL SUPPLY for Bid Price of equivalent to FIVE HUNDRED FOURTY NINE THOUSAND
SEVEN HUNDRED FIFTY PESOS (PhP549,750.00) as corrected and modified in accordance
with the instructions to bidders is hereby accepted.

You are hereby required to provide within ten (10) days the Performance Security in form and the
amount stipulated in the instructions to bidders. Failure to provide the performance security shall
constitute sufficient ground for cancellation of the award and forfeiture of the bid security.

Very truly yours,

JOREM L. ARCANGEL
Municipal Mayor
Conforme:

SANDY S. PINEDA
Owner/Manager
Magayon Office Supplies & Gen, Mdse.
Standard Form Number: SF-GOOD-49
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF AWARD

December 3, 2018

Lisa P. Azurin
Proprietor/Manager
Legazpi General Merchandise
Legazpi City

Dear Ms Azurin:

We are happy to notify you that your bid prices dated November 19, 2018 for the PURCHASE
OF OFFICE SUPPLIESfor Bid Price of equivalent to THREE HUNDRED NINETY NINE
THOUSAND NINE HUNDRED EIGHTEEN PESOS AND 50/100 (Php399,918.50) as
corrected and modified in accordance with the instructions to bidders is hereby accepted.

You are hereby required to provide within ten (10) days the Performance Security in form and the
amount stipulated in the instructions to bidders. Failure to provide the performance security shall
constitute sufficient ground for cancellation of the award and forfeiture of the bid security.

Very truly yours,

JOREM L. ARCANGEL
Municipal Mayor
Conforme:

LISA P. AZURIN
Proprietor/Manager
Legazpi General Merchandise
Standard Form Number: SF-GOOD-49
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF AWARD

October 11, 2019


RAMIRO B. MAGNO
Nash Trading
Poblacion Malinao Albay

Dear MrsDel Rosario:

We are happy to notify you that your bid prices dated October 1, 2019 for the PURCHASE
SCHOOL SUPPLIES FOR DAY CARE, KINDER, GRADE 1,2&3 for Bid Price of equivalent to
FIVE HUNDRED NINETY NINETHOUSAND NINE HUNDRED SIXTY
PESOS(Php599,960.00) as corrected and modified in accordance with the instructions to bidders is
hereby accepted.

You are hereby required to provide within ten (10) days the Performance Security in form and the
amount stipulated in the instructions to bidders. Failure to provide the performance security shall
constitute sufficient ground for cancellation of the award and forfeiture of the bid security.

Very truly yours,

JOSEPH L. ARCANGEL
Municipal Mayor
Conforme:

RAMIRO B. MAGNO
Proprietress/Manager
NASH TRADING
Standard Form Number: SF-CONS-79
Revised on: May 9, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF AWARD

July 20, 2019


Mark Owen C. Balisnomo
Mr. Hubbhie Pro Sounds & Lights
Langka St. Delta Subd. Pag-Asa, Rawis
Legazpi City

Dear Mr Balisnomo:

We are happy to notify you that your bid dated July 12, 2019for the execution of the
services forrental of sound & lights with drumset, 20 kva generator and led wallfor the
duration of Quipia Festival for Contract Price of equivalent to Two Hundred Ninety
Nine Thousand Nine Hundred Ninety Pesos(PhP299,990.00) as corrected and modified
in accordance with the instructions to bidders is hereby accepted.

In this regards, we would like to invite you on July 22, 2019 within ten (10) days to
post the Performance Security and sign the contract.

Very truly yours,

JOSEPH L. ARCANGEL
Municipal Mayor
Conforme:

MARK OWEN C. BALISNOMO


Proprietor/Manager
Mr. Hubbhie Pro Sounds & Lights
Standard Form Number: SF-CONS-79
Revised on: May 9, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF AWARD

August 17, 2019


Susan M. Orozco
Coolshine Canteen & Catering Services
Cabangan, Camalig, Albay

Dear MrsOrozco:

We are happy to notify you that your bid dated August 13, 2019 for the execution of
the services forcatering service with table and chairs for the duration of Quipia Festival
for Contract Price of equivalent to Two Hundred Ninety Nine Thousand Nine Hundred
Ninety Five Pesos (PhP299,995.00) as corrected and modified in accordance with the
instructions to bidders is hereby accepted.

In this regards, we would like to invite you on August 19, 2019 within ten (10) days to
post the Performance Security and sign the contract.

Very truly yours,

JOSEPH L. ARCANGEL
Municipal Mayor
Conforme:

SUSAN M. OROZCO
Proprietor/Manager
Coolshine Canteen & Catering Services
Standard Form Number: SF-CONS-79
Revised on: May 9, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE OF AWARD

December 20, 2017


Mr. Rommel O. Candaza
Special Projects and Tourism
Development Desk
Albay Blue Lane, Inc.
Legazpi City

Dear Mr Candaza:

We are happy to notify you that your bid dated December 14, 2017 for the execution
of the services for the PREPARATION AND FORMULATION OF THE MUNICIPAL
TOURISM MASTER PLAN AND AVPfor Contract Price of equivalent to Three
Hundred Fifty Thousand Pesos (PhP 350,000.00) as corrected and modified in
accordance with the instructions to bidders is hereby accepted.

In this regards, we would like to invite you on December 22, 2017 within ten (10) days
to post the Performance Security and sign the contract.

Very truly yours,

JOREM L. ARCANGEL
Municipal Mayor
Conforme:

ROMMEL O. CANDAZA
Special Projects and Tourism
Development Desk
Albay Blue Lane, Inc.

Standard Form Number: SF-GOOD-50


Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTIFICATION OF BIDDING RESULTS

July 15, 2016

Jocelyn Y. lelis
Manager
Epoch Pharma
Sorsogon City

Dear Mrs. Lelis:

We regret to notify you that the bidding for the purchase of various medicines&medical supplies has been awarded to a competing
supplier BMM Drug Distributor at it bid of FOUR HUNDRED EIGHTY NINE THOUSAND SEVEN HUNDRED
SIXTYPESOS(Php489,760).

We look forward to your participation in the bidding of our other project.

Thank you.

Very truly yours,

JOREM L ARCANGEL
Municipal Mayor
Standard Form Number: SF-GOOD-51
Revised on: May 24, 2004

Bidding Results Posted at the GEPS

BIDDING RESULTS FOR LOCAL GOVERNMENT UNIT OF JOVELLAR, ALBAY

Bid Opening Date : July 12, 2019


Project ID :
Name of Project :rental of sounds system with band equipments,led wall and portable stage
for the duration of Quipia Festival
Location : LGU-Jovellar, Albay
Funding Source Culture & Arts
Approved Budget for the
Contract : PhP300,000.00

Name of the Winning


Bidder : Mr Hubbhie Pro Sounds & Lights
Contract Price :PhP299,995.00
Effectivity Date :August 18, 2019
Contract Duration : 30 c.d.

LOURDES B. BORETA.
BAC Chairman
Standard Form Number: SF-GOODS-51
Revised on: May 9, 2004

Bidding Results Posted at the GEPS

BIDDING RESULTS FOR THE PROJECT

Bid Opening Date : November 19, 2018


Project ID :
Name of Project : Installation of CCTV 8 Channel
Location : LGU- Jovellar, Albay
Funding Source : 20% EDF
Approved Budget for the
Contract : Php150,000.00

Name of the Winning


Bidder : Matrix Solutions & Gen. Mdse.
Contract Price : PhP149,800.00
Effectivity Date : December 28, 2018
Contract Duration : 30 C.D.

LOURDES B. BORETA
BAC Chairman
Standard Form Number: SF-GOOD-56
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

October 18, 2019

Nimfa V. Del Rosario


Proprietor/Manager
NIMPHARMA DRUG
Naga City

Dear Ms Del Rosario:

The attached Contract Agreementhaving been approved, notice is hereby given toNIMPHARMA
DRUGeffective onOctober 18, 2019/10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and
conditions of the agreement and in accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space
provided below. Keep on copy and return the other to the Local Government Unit of Jovellar,
Albay.

Very truly yours,

JOSEPH L. ARCANGEL
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature___________________________________

Standard Form Number: SF-GOOD-56


Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

October 18, 2019

Ramiro B. Magno
Owner/Manager
Nash Trading
Poblacion, Malinao Albay

Dear MrMagno:

The attached Contract Agreement having been approved, notice is hereby given to NASH
TRADINGeffective on OCTOBER 18, 2019/ 10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and
conditions of the agreement and in accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space
provided below. Keep on copy and return the other to the Local Government Unit of Jovellar,
Albay.

Very truly yours,

JOSEPH L. ARCANGEL
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature___________________________________

Standard Form Number: SF-GOOD-56


Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

August 6, 2018
Irish Ann C. Chua
Owner/Manager
Supplimed Enterprises
12 Fernando Ave. 2 Phase 3
Dona Maria Subd. Brgy. Tagas
Daraga, Albay

Dear MsChua:

The attached Contract Agreement having been approved, notice is hereby given to MS IRISH ANN
C. CHUAOF SUPPLIMED ENTERPRISES,effective on August 6, 2018/ 10 days after receipt of
this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and
conditions of the agreement and in accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space
provided below. Keep on copy and return the other to the Local Government Unit of Jovellar,
Albay.

Very truly yours,

JOREM L. ARCANGEL
Municipal Mayor
I acknowledge receipt of this notice on ____________________
Name of representative of the bidder ______________________
Authorized Signature___________________________________

Standard Form Number: SF-GOOD-56


Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

September 10, 2018


Mr. Emerson Lacar
Proprietor/Manager
Linmer Pharma Incorporated
Culiat St. Tandang Sora
Quezon City

Dear Mr Lacar:

The attached Contract Agreement having been approved, notice is hereby given to MR EMERSON
LACAR OF LINMER PHARMA INCORPORATED, effective on September 10, 2018/ 10 days
after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and
conditions of the agreement and in accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space
provided below. Keep on copy and return the other to the Local Government Unit of Jovellar,
Albay.

Very truly yours,

JOREM L. ARCANGEL
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature___________________________________

Standard Form Number: SF-GOOD-56


Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

August 6, 2018
Sandy S. Pineda
Owner/Manager
Brgy. Sto. Nino
Jovellar, Albay

Dear MrPineda:

The attached Contract Agreement having been approved, notice is hereby given to MRSANDY S.
PINEDA OF MAGAYON OFFICE SUPPLIES & GENERAL MERCHANDISE,effective on
August 6, 2018/ 10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and
conditions of the agreement and in accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space
provided below. Keep on copy and return the other to the Local Government Unit of Jovellar,
Albay.

Very truly yours,

JOREM L. ARCANGEL
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature___________________________________

Standard Form Number: SF-GOOD-56


Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

August 6, 2018
Irish Ann C. Chua
Owner/Manager
Supplimed Enterprises
12 Fernando Ave. 2 Phase 3
Dona Maria Subd. Brgy. Tagas
Daraga, Albay

Dear MsChua:

The attached Contract Agreement having been approved, notice is hereby given to MS IRISH ANN
C. CHUA effective on August 6, 2018/ 10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and
conditions of the agreement and in accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space
provided below. Keep on copy and return the other to the Local Government Unit of Jovellar,
Albay.

Very truly yours,

JOREM L. ARCANGEL
Municipal Mayor
I acknowledge receipt of this notice on ____________________
Name of representative of the bidder ______________________
Authorized Signature___________________________________

Standard Form Number: SF-CONS-85


Revised on: May 9, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

June 22, 2018


Mr Rommel O. Candaza
Tourism Consultant
Legazpi City

Dear MrCandaza:

The attached Contract of Service having been approved, notice is hereby given to MR ROMMEL
O. CANDAZA, that the work may commence for the hereunder service to augment lack of
personnel in the Office of the Mayor (Tourism Consultant)/ 10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and
conditions of the agreement and in accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space
provided below. Keep on copy and return the other to the Local Government Unit of Jovellar,
Albay.

Very truly yours,

JOREM L. ARCANGEL
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature__________________________________
Standard Form Number: SF-CONS-85
Revised on: May 9, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

August 20, 2019

Mrs Susan M. Orozco


Coolshine Canteen & Catering Services
Cabangan Camalig, Albay

Dear MrsOrozco:

The attached Contract ofService having been approved, notice is hereby given to MrsSusan M
Orozco that services may commence for the catering Services with table and chairs duration of
Quipia Festivaleffective on August 20, 2019 immediately after receipt of this notice.

Thus, you shall responsible for performing the services under the terms and conditions of the
Contract of Services and in accordance with the Implementation Schedule.

Upon receipt of this notice, you are responsible for performing the services under the terms and
conditions of the agreement and in accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space
provided below. Keep on copy and return the other to the Local Government Unit of Jovellar,
Albay.

Very truly yours,

JOSEPH L. ARCANGEL
Municipal Mayor
I acknowledge receipt of this notice on ____________________
Name of representative of the bidder ______________________
Authorized Signature___________________________________

Standard Form Number: SF-GOOD-56


Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

January 15, 2016

Angel A. Laguilles
Coordinator
Jovellar, Albay

Dear Mr. Laguilles:

The attached Contract of Services having been approved, notice is hereby given to Mr. Angel A. L:Aguilles that the renewal of services as
coordinator may proceed effective on January 18, 2016/ 10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and conditions of the contract and in
accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space provided below. Keep on copy and return the
other to the Local Government Unit of Jovellar, Albay.

Very truly yours,

JOREM L. ARCANGEL.
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature__________________________
Standard Form Number: SF-GOOD-56
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

January 9, 2017

Aubert R. Iglesia
Toursim Aide
Jovellar, Albay

Dear Mr. Iglesia:

The attached Contract of Services having been approved, notice is hereby given to Mr. Aubert R. Iglesia that the renewal of services as
tourism aide, may proceed effective on January 10, 2017/ 10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and conditions of the contract and in
accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space provided below. Keep on copy and return the
other to the Local Government Unit of Jovellar, Albay.

Very truly yours,

JOREM L. ARCANGEL.
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature___________________________________
Standard Form Number: SF-GOOD-56
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

January 9, 2017

Jose N. Arcangel
Consultant
Jovellar, Albay

Dear Mr. Arcangel:

The attached Contract of Services having been approved, notice is hereby given to Mr. Jose N. Arcangel that the renewal on consultant on
technical services may proceed effective on January 10, 2017/ 10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and conditions of the contract and in
accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space provided below. Keep on copy and return the
other to the Local Government Unit of Jovellar, Albay.

Very truly yours,

JOREM L. ARCANGEL.
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature___________________________________
Standard Form Number: SF-GOOD-56
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

January 9, 2017

Armenio L. Montales
Consultant
Jovellar, Albay

Dear Mr. Montales:

The attached Contract of Services having been approved, notice is hereby given to Mr. Armenio L. Montales that the renewal on consultant
on technical services may proceed effective on January 10, 2017/ 10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and conditions of the contract and in
accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space provided below. Keep on copy and return the
other to the Local Government Unit of Jovellar, Albay.

Very truly yours,

JOREM L. ARCANGEL.
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature___________________________________
Standard Form Number: SF-GOOD-56
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

January 9, 2017

Katherine B. Yonzon
Consultant
Jovellar, Albay

Dear Mr. Yonzon:

The attached Contract of Services having been approved, notice is hereby given to Ms. Katherine B. Yonzon that the renewal on consultant
on cultural and Dep-Ed affairs may proceed effective on January 10, 2017/ 10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and conditions of the contract and in
accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space provided below. Keep on copy and return the
other to the Local Government Unit of Jovellar, Albay.

Very truly yours,

JOREM L. ARCANGEL.
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature___________________________________
Standard Form Number: SF-GOOD-56
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

NOTICE TO PROCEED

January 9, 2017

Agnes R. Tobongbanua
Draftsman
Guinobatan, Albay

Dear Ms. Tobongbanua:

The attached Contract of Services having been approved, notice is hereby given to Ms. Agnes R. Tobongbanua that the renewal of
services as Draftsman, may proceed effective on January 10, 2017/ 10 days after receipt of this notice.

Upon receipt of this notice, you are responsible for performing the services under the terms and conditions of the contract and in
accordance with the Implementation Schedule.

Please acknowledge receipt and acceptance of this notice by signing both copies in the space provided below. Keep on copy and return the
other to the Local Government Unit of Jovellar, Albay.

Very truly yours,

JOREM L. ARCANGEL.
Municipal Mayor

I acknowledge receipt of this notice on ____________________


Name of representative of the bidder ______________________
Authorized Signature_________________________________
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BAC SECRETARIAT

CERTIFICATION

THIS IS TO CERTIFY that the attached list of procurement(s) is/are contained in the ANNUALPROCUREMENT PLAN for CY
2019/PROJECT PROCUREMENT MANAGEMENT PLAN APP/PPMP for the CATERING SERVICES WITH TABLE AND CHAIRS
FOR THE DURATION OF QUIPIA FESTIVAL.

Issued this 17thday of June 2019.

LOURDES B. BORETA
BAC Chairman
Republic of the Philippines
Province of Albay
Municipality of Jovellar

BAC SECRETARIAT

CERTIFICATION

THIS IS TO CERTIFY that the Invitation to Apply for eligibility for the CONS.-biddingattached list of Procurement(s) was/were
posted in conspicuous places, G-EPS and Website(Section 21.2.4) by the Local Government Unit of this municipality.

Issuedthis 26thday of June, 2019.


.

LOURDES B. BORETA
BAC Chairman
Republic of the Philippines
Province of Albay
Municipality of Jovellar

OFFICE OF THE BIDS AND AWARDS COMMITTEE

Present: Lourdes B. Boreta - BAC Chairman/Presiding Officer


Oscar M. Nota - BAC Vice Chairman
Flor L. Oprecio - BAC Member
Benedicto I. Bagagñan - BAC Member
Justin O. Luna - BAC Member
Fernando N. Parcia - BAC Member

RESOLUTION NO.18-06-001,series of 2018

A RESOLUTION RECOMMENDING/ENDORSING TO HONORABLE JOREM L. ARCANGEL, MUNICIPAL MAYOR OF


JOVELLAR, ALBAY, THE ADOPTION OF NEGOTIATED PROCUREMENT (SVP) AS THE ALTERNATIVE METHOD OF
PROCUREMENT FOR THE HIRING OFHEREUNDER SERVICE TO AUGMENT LACK OF PERSONNEL IN THE OFFIE OF THE
MAYOR (TOURISM CONSULTANT FOR SEVEN (7) MONTHS CONTRACT OF SERVICES FROM JUNE 20, 2018 TO
DECEMBER 31, 2018 IN THE LOCAL GOVERNMENT UNIT OF JOVELLAR, ALBAY AMOUNTING TO THIRTY FIVE
THOUSAND PESOS (PHP 35,000.00).

AS PER PURCHASE REQUEST NO. 18-06-026 DATED: June 6, 2018

WHEREAS, Rule XVI of the Implementing Rules and Regulations of republic Act No. 9184, otherwise known as the Government
Procurement Reform Act Authorizes the Procurement of SERVICES, thru the use of NEGOTIATED procurement (svp) as ALTERNATIVE
METHOD OF PROCUREMENT, the Supplier is simply asked to submit a price quotation in order to promote economy and efficiency &
immediate action is necessary to restore vital public services and the procuring entity shall ensure that the most advantageous price for the
Government is obtained.

1. Negotiated Procurement is a method of procurement of goods, infrastructure projects and consulting services, whereby the procuring
entity directly negotiates a contract with a technically, legally and financially capable, supplier, contractor or consultant only in the
following cases:

(a) in the case of individual consultants hired to do work that is highly technical or proprietary of
Primarily confidential or policy determining, where trust and confidence are the primary consid-
ration for the hiring of the consultant Provided , however , that the term of the individual consul-
tant shall, at the most be on a six (6) months basis renewable at the option of the appointing head
of the procuring entity, but in no case shall exceed the term of the latter;

NOW THEREFORE, BE IT RESOLVED AS IT IS HEREBY RESOLVED , that the BAC recommend to HONORABLE JOREM L.
ARCANGEL., MUNICIPAL MAYOR OF JOVELLAR, ALBAY the ADOPTION OF NEGOTIATED PROCUREMENT (SVP) under
Section 53 (F) of the Implementing Rules and Regulations –A (Amended) of Republic Act 9184, as the Alternative Method of
Procurement for the aforementioned Purchase Request.

RESOLVED, FINALLY, that this resolution be forwarded to the Honorable Mayor for his action and approval

UNANIMOUSLY APPROVED: June 18, 2018


OSCAR M. NOTA BENEDICTO I. BAGAGÑAAN
BAC Vice Chairman BAC Member

FLOR L OPRECIO JUSTIN O. LUNA


BAC Member BAC Member

FERNANDO N. PARCIA
BAC Member

LOURDES B. BORETA
BAC Chairman
APPROVED:
JOREM L. ARCANGEL
Municipal M
Republic of the Philippines
COMMISSION ON AUDIT
Local Government Sector
Audit Team No. II- Albay
City Auditor’s Office, LegazpiCity

CHECKLIST OF MINIMUM SUPPORTING DOCUMENTS


Goods and Services – Public Bidding

Nature of Goods/Services _______________________________ Amount of the PO/Contract___________


Name of Supplier/Contractor_____________________________ Funding Source ____________________
Address _____________________________________________ Reference/Log No. _________________

No Description Remarks

Pre-audit Requirements
Procurement Planning
1. Purchase Request (with PNDF Certification in case of procurement of
medicines and drug)
2. Approved Budget for the Contract (ABC)
3. Project Procurement Management Plan (PPMP)
4. Annual Procurement Plan (APP)

Conduct of Pre-Procurement Conference (ABC above P2M)

5. Pre-Procurement Conference Notice

6. Minutes of the Pre-Procurement Conference

Advertisement/Posting of Invitation to Apply for Eligibility and to Bid

7. Invitation to Apply for Eligibility and to Bid (ITAEB)

Copy ofNewspaper of General Circulation for at least 2 years (ABC


above 2M)
BAC Secretariat certification of Posting in any Conspicuous place
reserve for the purposes
BAC Secretariat certification of BAC Posting in G-EPS

BAC Secretariat certification of Posting in the Website of the


Agency, if any In the G-EPS website (with computer print-out)

Receipt and Opening of Eligibility Envelopes

8. Checklist of Eligibility Requirements for the BAC (Results of


Eligibility Screening)
9. Class A- Legal Documents

10. Certificate of Registration of Business Name (DTI), (SEC) or


(CDA)

11.
Business Permit (LGU) at principal place of business will suffice

12. Certificate of Registration (BIR-TIN)

13. BIR Tax Clearance

14. Certificate of G-EPS Registration

15.
Other appropriate Licenses as maybe required by the LGU (Item
#69)

16. Notice of Eligibility (EB)

17. Notice of Ineligibility (IEB)

Class A- Technical Documents


18. Checklist of Technical Envelope Requirements for the BAC

19. Statements of On-going, Completed (supported with CEPS), or


Awarded Contract but not yet started

Class A- Financial Documents

20. Checklist of Financial Envelope Requirements for the BAC

21. Financial Statements for the Immediately Preceding Year


stamped received by the BIR

22. Computation of the NFCC or Commitment from a licensed Bank


to extend Credit Line or Cash Deposit Certificate set by the
Procuring Entity at least equal to 10% of the ABC.

Class B- Documents

23. Valid Joint Venture Agreement, if any


24. Letter authorizing the Head of the Procuring Entity or his duly
authorized representative to verify any/all of the Documents
submitted for Eligibility Check

25. A Certification under oath by the prospective Bidder or


representative that all the Eligibility Documents are authentic and
original copy of the original, complete and that all statements and

26. Sworn Affidavit of Compliance with the Disclosure of


Relations Provision under Section 47 of the Act

Conduct of Pre-Bid Conference (ABC P1M and above)

27. Pre-Bid Conference Notice (12 CD before deadline of


submission)

28. Minutes of the Pre-bid Conference

29. Request for Clarification by the Bidder(s) if any


30. Supplemental Bid Bulletin, if any

Receipt and Opening of Bids

1st Envelope-Technical Envelope

31. Checklist of Technical Envelope Requirements for the BAC

32. Bid Security

33. Authority of Signing Official

34. Production and Delivery Schedule

35. Manpower Requirements

36. After Sales Service/Parts, if applicable

37. Technical Specifications, Brochures, Catalogues, if any

38. Commitment from a licensed bank to extend to the bidder a


credit line if awarded the contract or cash deposit certificate (at least
10% of the ABC) provided, however, that if bidder previously
submitted this document as eligibility requirement, that same shall
suffice

39. Certificate of the Bidder under oath of Bidder’s compliance


with existing Labor Laws and standards

40. Sworn Statement by the Bidder attesting to have complied


with the responsibilities enumerated under Section 17.7.1:

41. Other Contract documents that maybe required by existing


laws and/or the Procuring Entity concerned

2nd Envelope- Financial Envelope

42. Bid Prices in Bill of Quantities in the prescribed Bid Form

43. Recurring and Maintenance Costs, if applicable

44. Minutes of the Opening of Bids

45. Copy of Invitation Letters to Observers in all stages of the


procurement process duly received

Conduct of Bid Evaluation

46. Abstract of Bid as Read

47. Abstract of Bid as Evaluated

48. Bid Evaluation Report

49. Minutes of Bid Evaluation

Conduct of Post-Qualification
50. Post-Qualification Evaluation Report of the TWG (Winning
Bidder)

51. Notice of Post Qualification (WB)

52. Notice of Post-Disqualification (LB)


53. BAC Resolution Declaring LCRB and Recommending
Approval/Award

Award of the Contract

54. Notice of Award to Winning Bidder (NOA) and posted at G-


EPS

55. Notification of Bidding Results

56. Bidding Results posted at G-EPS

Effectivity of Contract
57. Contract Agreement/Purchase order
58. Conditions of the Contract (General and Special) with
provisions for warranty and liquidated damages.
59. Perfomance Security and Contractors All Risk Insurance
(CARI)
60. Other Contract documents required by existing laws and/or
the Procuring Entity concerned:
a) Results of Test Analysis by proper Government Agency
for Articles subject to Test.
61. Notice to Proceed to the Winning Bidder (NTP)

Payment of Claims
62. Acceptance and Inspection Report
63. Sales Invoice (SI) or Delivery Receipt (DR) (with Lot No.
and expiry Date in case of purchase of medicines and drugs)
64. Duly filled, certified and approved Obligation Request

65. Duly filled, certified and approved Disbursement Voucher


Post-audit Additional Requirements
66. Journal Entry Voucher

67. Duplicate Copy of Check

68. Original Official Receipt

69. Additional Requirements in case of Medicines and Drugs


and
a) Certificate of Product Registration (CPR) from BFAD

b) Certificate of Product Listing (CPL) from BFAD

A c) Certificate of Good Manufacturing Practice (CGMP)


from Manufacturer
d) License to Operate (LTO) from BFAD

e) Batch Certificate for Antibiotics and/or Certificate of


Test Analysis issued by BFAD for all medicines and drugs purchased
70. In case of Calamities
a) Utilization Report

Submitted By and Date (Local Accountant) Reviewed By and Date (COA SA/ATL
)

8. Copy of Invitation Letters to Observers duly received.


9. Bidder’s Bond
10. Abstract of Bids as read
11. Minutes of Opening of Bids
12. Abstract of Bids as Calculated
13. Bid Evaluation Report
14. Post-Qualification Evaluation Report
15. Notice of Post-qualification
16. BAC Resolution declaring LCRB and Recommending Approval and
Approved by HOPE.
17. Notice of Award to the Winning Bidder.
18. Bidding Results Posted in the G-EPS Website (with computer print-
out).
19. Performance Security.
20. Notice to Proceed.
21. Purchase Order duly signed by the Supplier with stipulations as to
Contract Warranties and Liquidated Damages.
22. Duly signed Sales Invoice or Delivery Receipt
23. Acceptance and Inspection Report.
24. Duly approved Obligation Request.
25. Duly approved Disbursement Voucher.
26. Duly approved Journal Entry Voucher.
27. Duplicate copy of Check
28. Original Official Receipt
29. Brochures, Catalogues, etc, if any
30. ARE for semi-expendables and Equipment
In Case of Medicines and Drug-
- Valid License to Operate issued by BFAD.
- Valid Certificate of Product Registration with List of
Sources issued by BFAD for medicines and drugs
Delivered.
- Certification of the Public Health Doctor that the
Medicines and drugs requisitioned are contained in
The PNDF current edition.
- Sales invoice or Delivery Receipt containing the Lot
No. and Expiry Date of Every medicines and drugs
Delivered.
- Batch Certificate or Certificate of Test Analysis issued
BFAD for every medicines and drugs delivered.
In case of calamities-
- Report of Commodities Released and Relief Distribution
Sheet.

Reviewed By: Date:

Reviewers Remarks:

_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
___________
CHECKLIST OF MINIMUM SUPPORTING DOCUMENTS
GOODS AND SERVICES-SHOPPING

No. Description Remarks


1. Approved Purchase Request.
2. Approved Budget for the Contract.
3. BAC Secretariat Head Certification that said Procurement is included
in the PPMP and APP of the LGU
4. BAC Resolution recommending procurement thru Shopping pursuant
to Section 48,52 and 54 of the IRR-A of R.A. No. 9184 and Approved
by HOPE.
5. Posting of said procurement opportunity in the Website of the Agency
and/or G-EPS (with computer print-out).
6. Original Abstract of Canvass duly signed by the BAC
7. Original Request for Quotation duly signed by the at least three (3)
bonafide the supplier.
8. Purchase Order duly signed by the Supplier with stipulations as to
Contract warranties and Liquidated Damages.
9. Duly signed sales Invoice or Delivery Receipt.
10. Acceptance and Inspection Report
11. Duly approved Obligation Request
12. Duly approved Disbursement Voucher
13. Duly approved Journal Entry Voucher.
14. Duplicate copy of Check.
15. Original Official Receipt
16. ARE for semi-expendables and Equipment.
17. Suppliers G-EPS Registration Certificate
18. PS-DBM Certification of Non-Availability for Procurement of ordinary
and regular office supplies and equipment with ABC of 250,000.00 and
below from outside suppliers.

Reviewed By: Date:

Reviewers Remarks:

_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
___________
CHECKLIST OF MINIMUM SUPPORTING DOCUMENTS
GOODS AND SERVICES-DIRECT CONTRACTING

No. Description Remarks


1. Approved Purchase Request
2. Approved budget for the Contract
3. BAC Secretariat Head Certification that said Procurement is included
in the PPMP and APP of the LGU.
4. BAC Resolution recommending procurement thru Direct Contracting
pursuant to Section 48,50 and 54 of the IRR-A of RA No. 9184 and
Approved HOPE.
5. Posting of said Procurement Opportunity in the Website of the
Agency and/or G-EPS (with computer print-out).
6. Original suppliers Price List/Quotation Cr a Pro=forma Invoice,
Brochures or Catalogues together with the List of Conditions of Sale.
7. Original Suppliers Certificate of Sole Distributorship.
8. Purchase Order duly signed by the supplier with stipulations as to
Contract Warranties and liquidated Damages.
9. Duly signed Sales Invoice or Delivery Receipt.
10. Acceptance and Inspection Report.
11. Duly approved Obligation Request.
12. Duly approved Disbursement Voucher.
13. Duly approved Journal Entry Voucher.
14. Duplicate copy of Check.
15. Original Official Receipt.
16. ARE for semi-expendables and Equipment

17. Supplier G-EPS Registration Certificate.

Reviewed By: Date:

Reviewers Remarks:

_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
___________
CHECKLIST OF MINIMUM SUPPORTING DOCUMENTS
GOODS AND SERVICES-REPEAT ORDER

No. Description Remarks


1. Approved Purchase Request
2. Approved Budget for the Contract
3. BAC Secretariat Head Certification that said Procurement is included in
the PPMP and APP of the LGU
4. BAC Resolution recommending procurement thru Repeat Order pursuant
to Section 48,51 and 54 of the IRR-A of R..A. No. 9184 and Approved by
HOPE.
5. Posting of said Procurement Opportunity in the Website of the Agency
and/or G-EPS (with computer print-out)
6. Original DV’s/SD’s and Purchase Order duly filled-up and signed by the
Supplier with stipulations as to the Contract Warranties and Liquidated
Damages.
7. Duly signed Sales Invoice or Delivery Receipt
8. Acceptance and Inspection Report
9. Duly approved Obligation Request
10. Duly approved Disbursement Voucher
11. Duly approved Journal Entry Voucher
12. Duplicate copy of Check
13. Original Official Receipt
14. ARE for semi-expendables and Equipment
15. Suppliers G-EPS Registration Certificate

Reviewed By: Date:

Reviewers Remarks:
Standard Form Number:SF-GOOD-05
Revised on: May 24, 2004

Republic of the Philippines


Province of Albay
Municipality of Jovellar

BIDS AND AWARDS COMMITTEE (BAC)

INVITATION TO APPLY FOR ELIGIBILITY AND TO BID FOR GOODS SHOPPING

The Local Government Unit of Jovellar, Albay through its bids and awards committee (BAC), invites suppliers to apply for the eligibility
the purchase of tiger rice to PNP, PA and BFP;

54 SACK TIGER TICE

Total Approved budget ----------------------------Php.100,000.00

Prospective suppliers shall submit the following requirements on or before August 6, 2018

1. Latest Mayor’s Permit


2. DTI or SEC registration
3. G-EPS Registration
4. BIR or TIN Number
5. Price Quotation (if the same suppliers same quotation)

Prepared by:

FE MUNDA
BAC Secretary

Approved by:

LOURDES B. BORETA
BAC Chairman

Date of Posting July 18, 2018


Republic of the Philippines
Province of Albay
Municipality of Jovellar

BAC CERTIFICATION

This is to certify that the there was an immediate need to replace the brake pad/shoe and some parts of theNISSAN URVAN
AMBULANCE WITHPLATE NUMBER SJH109due to its malfunction during anemergency triplast April 25, 2019. The parts were
purchased and installed/repaired in Lass Automotive Corporation in Legaspi City as the vehicle could no longer function safely as the parts
that were replaced is vital to its safe and efficient operation and its continued use with the defective parts may result to accidents.

JOEL MILLANO
Driver

LOURDES B. BORETA OSCAR M. NOTAANTONIO MORANO, JR.


BAC Chairman BAC Vice Chairman BAC Member

BENEDICTO I. BAGAGNAN JUSTIN O. LUNA FERNANDO N. PARCIA


BAC Member BAC Member BAC Member
SECTION III-BID DATA SHEET

This Section III, Bid Data Sheet amends and/or supplements Section II, Instructions to Bidders. In case of
discrepancy between this Section III and Section II of these Bidding Documents , the provisions of Section III shall
prevail.
ITB Clause Description

1.1 Scope of Bid


THE PROCURING ENTITY: Municipality of Jovellar, Albay
1.2 Scope of Bid
The Name of the Project is:
Purchase ofvarious medicines
Identification Number is Project No.
2.1 The Funding Source is:
The Local Government of Jovellar, Albay (LGU) through the Annual Budget for CY
2019for the Purchase of variousmedicinewith an ABC amounting to FOUR
HUNDRED NINETY EIGHTTHOUSANDSEVEN HUNDRED THIRTY
FIVEPESOS(PhP498,735.00
Note: In the case of National Government Agencies, the General Appropriations Act/or
continuing appropriations; in case of Government-Owned and/ or controlled
corporations, Government Financial Institutions, and State Universities and Colleges,
the Corporate Budget for the contract approved by the governing Boards; in the case of
Local Government Units, the Budget for the contract is from the Annual Budget
3.1 Corrupt, Fraudulent, Collusive, Coercive and Obstructive Practices

No further instruction

5.1 Eligible Bidders

No Further instructions

5.2 Eligible Bidders, foreign bidders

None of the circumstances mentioned in the ITB Clause exists in this Project, Foreign
bidders, cannot participate in this Project, except those falling under ITB Clause 5.2
(b)
5.4 Eligible Bidders, Similar Contract

(e.g), The Bidder must have completed, within the period specified in the invitation to
Bid and ITB Clause 12.1)(a)(iii), a single contract, that is similar to this Project, in an
amount of equivalent to at least fifty percent (50%) of the BAC to be bid by the
bidder.

For this purpose, similar contracts shall refer to any government or private contracts
7.1 Origin of Goods

Philippines
8.1 Pre-Bid Conference

The Procuring entity willhold a pre-bid conference on February 14, 2019at 3 rd Floor
Mayor’s Conference Hall

9.1 Addressee for Clarifications on any part f the Bidding Documents for Interpretation

The Procuring Entity’s address is:


Lourdes B. Boreta
Chairperson
Bids and Award Committee

Local Government Unit of Jovellar


Tel.No/mobile phone: 09065321368
Email: jorem.arcangel@yahoo.com

10.1 Clarification on any part of the Bidding Documents for Interpretation

A duly signed written communication or notice of the Procuring Entity or its


authorized representative sent through facsimile or e-mail to the bidder’s telefax
number(s) or e-mail address, in the file of the Procuring Entity, is considered official
communication or notice of the Procuring Entity to the bidder.

It shall be the bidder’s responsibility to submit in writing its current telefax number(s)
and e-mail address to the BAC Secretariat of the LGU of Jovellar located at General
Simeon Ola road, Rizal St. Jovellar, Albay.

12.1(a) Documents Comprising the Bid: Eligibility and Technical Components

Class “A” Documents, Other Proof of Registration

12.1(a)(i) Documents Comprising the Bid: Eligibility and Technical Components

Class “A” Documents, Other Proof of Registration

No other acceptable proof of registration is recognized.


12.1(a)(iii) Documents Comprising the Bid: Eligibility and Technical Components
Class “A” Documents

To be submitted inside the “Technical Component” Envelope

I.Pursuant to GPPB Res. No. 29-2012 dated Nov.23, 2012, ITB 12.1(a)(ii) is hereby
revised and following requirements shall be submitted, otherwise, the bid(s) be
rejected or disqualified:

1.Statement of 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, within five (5) years from the date of
submission and receipt of bids as provided in the Bidding Documents; and

2.statement identifying the bidder’s single largest completed contract (SLCC) similar
to the contract to be bid, except under conditions provided for in Section 23.5.1.3 of
the IRR of RA No. 9184. The value of the SLCC herein mentioned must be at least
50% of the ABC to be bid adjusted to current prices using NSO consumer price index.

All of the above statements shall include all information required in ITB 12.1(a)(iii)

II. In case the bidder has no ongoing contract, the bidder shall submit a duly signed
Statement of All Ongoing Government and Private contracts form provided in Section
VIII, Bidding Forms and Indicate “No ongoing contract” in said form, otherwise, the
bids(s) shall be rejected or disqualified.

12.1(b)(II) To be submitted inside the Eligibility and Technical Component Envelope:

Conformity with the Technical Specifications:

1.Duly Accomplished and signed Technical Specifications with bidder’s Statement of


Compliance (refer to Section VIII, Bidding Forms, “Bidder’s Technical Specifications/
Statement of Compliance Form”)

12.1(b)(iii) To be submitted inside the Eligibility and Technical Component Envelope

Original Omnibus Sworn Statement shall be submitted inside the “Technical


component”Envelope, otherwise, the bid(s) shall be rejected or disqualified.
Republic of the Philippines
Province of Albay
Municipality of Jovellar

February 1, 2019

CERTIFICATE OF ACCEPTANCE
Name of Project and Location: Purchase of Various Medicine
MHO-Jovellar

This is to certify that I, Dr. Johny T. Tan, representing the Municipal Health Office of Jovellar, Albay, which is the end-user of the above-
mentioned goods, hereby accepts the said various medicines.

Lot/Batch No. Expiry Date UNITQTY


1. PARACETAMOL 250MG SYRUP 1982023 12/21 BTLS 50
2. PARACETAMOL DROPS 100MG 0169073 2/21 BTLS 50
3. PARACETAMOL 125 MG/5ML YBNO42 2/21 BTLS 72
4. CITIRIZEN DROPS 10MG 1812074 12/21 BTLS 80
5. CITIRIZEN SYRUP 5MG/5ML 151056 2/21 BTLS 80
6. CITIRIZEN TABLET 10MG GP-39 6/21 BTLS 30
7. LAGUNDI 200MG SYRUP 832863 2/21 BTLS 144
8. AMOXICILLIN DROPS 100MG B06080 1/22 BTLS 80
9,AMOXICILLIN SUSP 125MG/5ML VBB1S7 2/22 BTLS 80
10.AMOXICILLIN SYRUP 250MG/5MLBC8460 2/22 BTLS 50
11.AMOXICILLIN 250MG CAPSULE 804026 11/21 BXS 50
12.AMOXICILLIN 500MG CAPSULE 707181181 11/21 BXS 50
13.MEFENAMIC ACID 250MG CAPSULE VAN141 1/21 BXS 40
14.MEFENAMIC ACID 500MG CAPSULE 181101 11/21 BXS 30
15. SALBUTMOL SYRUP 2MG 1902106 2/21 BTLS 80
16.CINNARIZINW TABLET 25MG N577 9/21 BXS 30
17.SALBUTAMOL TABLET 2MG IJOID 10/20 BXS 50
18.SALBUTAMOL NEBULE EO5435 1/22 BXS 30
19.COTRIMOXAZOLE 200MG SUSP ULN237 11/20 BTLS 80
20.COTRIMOXAZOLE 400MG SUSP
21.COTRIMOXAZOLE 400MG TABLET
22.COTRIMOXAZOLE 800MG TABLET 08040 5/21 BXS 30
23.DIPHENHYDRAMINE CAPSULE 91498 1/23 BXS 22
24.CEFALEXIN DROPS 100MG 27071 1/22 BTLS 80
25.CEFALEXIN 125MG/5ML SUSPUMB097 12/21 BTLS 80
26.CEFALEXIN 250MG/5ML SUSP UMB234 12/21 BTLS 80
27.CEFALEXIN 500MG CAPSULE
28.ASCORBIC ACID 500MG 181912 11/20 BXS 30
29.MULTIVITAMINS SYRUP 76702 3/21 BTLS 132
30.HIZON DENTAL ANETHESIA (EPINEPRINE)
31.TOPICAL ANESTHESIA
32APPLICATOR STICK (100PCS)
33.TOPICAL GLOVES MEDIUM
34.SPECIMEN CUP
35. ALCOHOL 70%ML
36.VITAMIN B-COMPLEX 1817315 8/20 BXS 30
37.FACE MASK
38.LAGUNDI SYRUP 300MG 832863 2/21 BTLS 144
39.LAGUNDI TABLET 600MG 705771 1/21 BXS 20

As goods end-user, I assume full responsibility for the proper distribution of said various medicines.

DR. JOHNY T. TAN


MHO

SPECIAL CONDITIONS OF CONRACT


This Section V, Special Conditions of the contract amends and/or supplements Section IV, General Conditions of
Contract of these Bidding Documents. In case of discrepancy between Section V and Section IV, the provisions of
the Section V shall prevail.
GCC Clause Description
1.1(g) The Procuring Entity is

Local Government Unit of Jovellar


1.1(i) The Supplier is (to be inserted at the time of contract award).
Xianex Marketing -10:00AM
The Funding Source is:

The Local Government Unit of Jovellar, Albay (LGU) through General Fund
Budgetin the amount of Four HundredNinetyEight Thousand Seven Hundred Thirty
FivePesos (PhP498,735.00)

1.1(k) The Project Site is defined in Section VI, Schedule of Requirements.


5.1 The Procuring Entity’s address for Notices is:
Local Government Unit
Rizal St. Jovellar, Albay

The Supplier’s address for Notices is:


#03030 South Bitano, Brgy. Bitano (Pob) Legazpi City, Tel No. (054)
(Insert address including, name of contract, fax and telephone number)
6.2 Scope of Contract
Delivery and Documents-
For purposes of the Contract, “EXW”, :FOB”, “FCA”. “CIF”, “CIP”, “DDP” and
other trade terms used to describe the obligations of the parties shall have the
meanings assigned to them by the current edition of INCOTERMS published by the
International Chamber of Commerce, Paris. The Delivery terms of this Contract shall
be as follows:

The delivery terms applicable to this Contract are delivered to the project Site(s).
Risk and title will pass from the Supplier to the Procuring Entity upon receipt and
final acceptance of the Goods as their final destination.
Delivery of the Goods shall be made by the Supplier in accordance with the terms
specified in Section VI, Schedule of requirements and Section VII, Technical
Specifications. The details of shipping and/or other documents to be furnished by the
Supplier are as follows:

Upon delivery of the Goods to the Project Site, the Supplier shall notify the
Procuring Entity and present the following documents to the Procuring Entity:

(i)Original and four copies of the Supplier’s Invoice showing Good’s description,
quantity, unit price, and total amount;

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

(iii)Original Supplier’s Factory inspection report;

(iv)Original and four copies of the Manufacturer’s and/or Supplier warranty


certificate;

(v) Original and four copies of the certificate of origin (for imported Goods);

(vi) Delivery receipt detailing number and description of items received signed by
the authorized receiving personnel;

(vii) Inspection Report/Certificate of acceptance (IAR) signed by the procuring


entity’s representative at the Project Site:

(viii) Four copies of the Invoice Receipt for Property (IRP) signed by the Procuring
entity’s representative at the Project Site;

(ix) Pictures of delivered Goods to recipients schools:

For purposes of this Clause the Procuring Entity’s Representative at the Project Site
is LGU Property Custodian, or his/her authorized representative.
In case of government official forms, among others, the Inspection and Acceptance
Report (IAR), and the IRP, it shall be the full responsibility of the Procuring Entity’s
authorized representative(s) at project sites/schools and/or the Procuring Entity’s
Regional Office concerned officials to issue or cause the issuance of said documents
to the compliant suppliers, subject to administrative sanction, against said Procuring
Entity’s authorized representatives and official, provided under the laws of the GOP
in case of their unjustified failure or delay to issue such documents to the compliant
suppliers, without prejudice to other courses of action open to the compliant suppliers
or the LGU of Jovellar Officials with supervisory function or appellate authority.

Not needed, also required in item (vi)


Incidental Services-(items (a) to (e) are not applicable)

The Supplier is required to provide all of the following services, including additional
Payment-

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

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

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

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

Payments shall be subject to the “Warranty” provision in the form of either retention
money in an amount equivalent to at least 10% of every progress payment, or a
special bank guarantee in the amount equal to at least 10% of the Contract Price
required in Section 62 of R.A 9184 and its IRR.

Release of the Retention Money: The retention money or special bank guarantee
shall be released only after the lapse of the Warranty in SCC Clause 17.3. The
documents required for the release of the retention or special bank guarantee are:

1.Supplier’s request for the release of the retention money or special bank
guarantee, and
2.Certification from the Municipal Mayor thru theLGU Supply Officer or
Property Custodian stating that there is no pending claim against the
warranty for the Goods under the contract and the warranty period has
lapsed.

The Supplier shall be liable for damages for the delay in its performance of the
contract and shall pay the procuring entity liquidated damages, not by way of
penalty, in an amount equal to one-tenth (1/10) of one percent (1%) of the cost of the
delayed Goods scheduled for delivery for every day of delay until such Goods are
finally delivered and accepted by the procuring entity concerned. The Procuring
entity shall deduct the liquidated damages from any money due or which may
become due to the Supplier, or collect from any of the securities or warranties posted
by the Supplier, whichever is convenient to the Procuring Entity concerned. Once the
cumulative amount of liquidated damages reaches ten percent (10%) of the amount
of the Contract, the Purchaser shall rescind the Contract, without prejudice to other
courses of action and remedies open to the Purchaser.
17.3 Warranty

Non-expendable Supplies: One (1) year after acceptance by the Procuring Entity of
the delivered Goods.

The Obligation for the warranty shall be covered by either retention money in
amount equivalent to at least ten percent (10%) of every progress payment, or a
special bank guarantee equivalent to at least ten percent (10% of the Contract Price
at Supplier’s option.

17.4 and 17.5 Rectification of Damaged Goods

The period of correction of defects or replacement of the defective Goods by the


Supplier in the Warranty period is within five (5) calendar days from receipt by the
Supplier of the Procuring entity’s notice to the effect.

19 Liquidated Damages

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

The maximum deduction shall be ten percent (10%) of the amount of contract once
the cumulative amount of liquidated damages reaches ten percent (10%) of the
amount of the contract, the Procuring Entity shall rescind the contract, without
prejudice to other courses of action and remedies open to it.

Liquidated damages shall be payable by the supplier in case of breach of contract.


The amount of the liquidated damages shall be equal to one-tenth of one percent
(0.1%) of the cost of the unperformed portion of the Contract for every day of
delay. Once the cumulative amount of liquidated damages reaches ten percent
(10% of the amount of the contract, the Procuring Entity shall rescind the Contract
without prejudice to other courses of action and remedies open to procuring Entity.
Sec. 68 revised IRR)

When the Supplier fails to satisfactorily deliver Goods under the contract within
the specified delivery schedule, inclusive of duly granted time extension, if any, the
Supplier shall be liable for damages for the delay and shall pay the Procuring
Entity liquidated damages not by way of penalty, an amount equal to one-tenth
(1/10) of one percent (1%) of the cost of the delayed Goods scheduled for delivery
for every day delay until such Goods are finally delivered and accepted by the
Procuring Entity concerned. (Sec. 3.1, Annex D, Revised IRR)

The Procuring Entity need not prove that it has incurred actual damages to be
entitled to liquidated damages. Liquidated damages shall be deducted from any
money or which due or which may become due to the Supplier, or collected from
any of the securities or warranties posted by the Supplier, whichever is convenient
to the Procuring Entity concerned. In no case shall the total sum of liquidated
damages exceed ten percent (10%) of the total contract price, in which event the
Procuring Entity concerned shall automatically rescind the contract and impose
appropriate sanction over and above the liquidated damages to be paid. (Sec 3.2,
Annex D, Revised IRR)
In case of a joint venture:

All partners to the joint venture shall be jointly and severally liable to the
Procuring Entity.

BID DATA SHEET

ITB Clause
1.1 The procuring Entity is : Local Government Unit
The evaluation procedure is :
Quality – Cost Based Evaluation ( QCBE)
1.2 The Funding Source is :The Local Government through the Supplemental Budget

The Name of the project is Consulting Services for the : Comprehensive Land Use Plan
(CLUP)
1.3 Project Description : The Project is the preparation of the Comprehensive Land Use Plan

1.4 The project shall not be phased


5 No further instructions
1 Subcontracting is allowed only up to a maximum of ten percent (10%)
6.1 of the consulting services. The consultant must inform LGU in
writing, the particular services which the consultant wish to have
subcontracted

6.2 The subcontractor must be a reputable consultant and must submit


the following documents:
1. Registration certificate from Securities and Exchange Commission
(SEC), or Department of Trade and Industry (DTI), or Cooperative
Development Authority (CDA)
2. Valid Mayor’s Permit
The Procuring Entity will hold a pre-bid conference for this Project on
7.1 June 16, 2017 at 9:00AM at the 3 rd Floor of Mayor Conference Hall, Jovellar,
Albay.
8.1 The Procuring Entity’s address is:
Rizal St. Jovellar, Albay
Contact Person:
LOURDES B. BORETA
Chairperson
Bids and Awards Committee for Consultancy
Tel No. 09183115468/09951383922
Email Address: lgujov29@gmail.com

10.1 ( b)
10.1 (b) The estimated number of professional staff-months required for the
Project is 36 (8 staff x 4.5 months).

10.1(c) .1 (c) The professional staff to be assigned to the project shall be the same
personnel who have been appointed during the submission of
Eligibility Documents. Thus, substitution or replacement of personnel
who have been nominated shall not be allowed.
The key personnel of the project team who shall work for the project
shall be the following:
Key Personnel
A. Team Leader / Master Planner
B. Financial & Real Estate Market Analyst
C. Infrastructure & Utilities Specialist
D. Environmental Planner
E. Transport Planner
F. Road Engineer
G. Power and Communications Engineer
H. Water and Drainage Engineer
Each professional staff must have at least two (2) years work
experience relative to their respective role.

10.2 (b) (i)


10.2.(b)(i) Consultant must submit only similar and related projects in Master
Planning / Urban Planning undertaken for the past 10 years from 01
January 2002 up to date of the opening of bids. Projects that have
been awarded earlier than 01 January 2002 and finished on or after
01 January 2002 shall be considered in the evaluation. Projects that
have been awarded to the consultant before the submission of bids
shall be considered (these are projects for which the Consultant
was
legally contracted by itself or as one of the major participating
consultants within an association)
To be attached to TPF2 (Consultant’s References) are copies of
supporting documents i.e. Certificate of Satisfactory Completion,
Notice of Award, Notice to Proceed, Contract, as proof that the
project
has been undertaken by/awarded to the consultant
11..5 The bid amount should be inclusive of all applicable government
taxes.
The ABC is ONE MILLION ONE HUNDRED THOUSAND PESOS
(PHP1,100,000.00). Any
bid with a financial component exceeding this amount shall not be
accepted
13.1 The bid prices shall be quoted in Philippine Pesos
13.3 No further instructions
14.1 Bids shall remain valid for a period of one hundred twenty (120)
calendar days from the date of the opening of bids
15.1 The bid security shall be in any of the following form:
1.Bid Securing Declaration duly notarized
if bid security is in cash, cashier’s/manager’s check, bank
draft/guarantee or irrevocable letter of credit;
or if bid security is in Surety Bond; or
2 Any combination of the foregoing proportionate to the share of
form with respect to total amount of security.

15.2 The bid security shall be valid for 120 days from submission of bids.
15.5 (a) (iv) The bid security may also be forfeited due to the following:
1. Submission of eligibility requirements containing false information
or falsified documents.
2. Submission of bids that contain false information or falsified
documents, or the concealment of such information in the bids in
order to influence the outcome of eligibility screening or any other
stage of the public bidding.
3. Allowing the use of one’s name, or using the name of another for
purposes of public bidding.
4. Withdrawal of a bid, or refusal to accept an award, or enter into
contract with the Government without justifiable cause, after the
Bidder had been adjudged as having submitted the Highest Rated
and Responsive Bid.
5. Refusal or failure to post the required performance security within
the prescribed time.
6. Refusal to clarify or validate in writing its bid during post
qualification within a period of seven (7) calendar days from
receipt of the request for clarification.
7. Any documented unsolicited attempt by a bidder to unduly
influence the outcome of the bidding in his favor.
8. Failure of the potential joint venture partners to enter into the
joint venture after the bid is declared as successful.
9. All other acts that tend to defeat the purpose of the competitive
bidding, such as habitually withdrawing from bidding, submitting
late Bids or patently insufficient bid, for at least three (3) times
within a year, except for valid reasons
15.5(b)(iii) No further instructions
17 Labeling and marking instructions:
1. All documents should be properly tabbed and bound;
2. All pages should be signed by the consultant’s authorized
representative.
3. Bear the warning “Do not open before (the date and time of
opening of Bids).
Illustration:
Sample format of labeled envelope:
Original Technical & Financial Proposal:
Outer Envelope:
ORIGINAL BID
MS. LOURDES B. BORETA
Chairperson
Bids and Awards Committee - Consultancy
LGU Jovellar, Rizal St. Jovellar, Albay
Bid for: CONSULTING SERVICES FOR THE COMPREHENSIVE
LAND USE PLAN
Submitted by: BIDDER’S COMPANY NAME
BIDDER’S CONTACT DETAILS
DO NOT OPEN BEFORE: June 26, 2017, 10:00AM
ORIGINAL – FINANCIAL PROPOSAL

17.3 Each Bidder shall submit one (1) original and one (1) copy of the
first and second components of its bid.

18 The address for submission of bids is:


Local Government Unit, Rizal St. Jovellar, Albay
The deadline for submission of bids is:
June 26, 2017 at 9:30AM.
21.1 No further instructions
23.2 Consultants are required to deliver an oral presentation of their Plan
of Approach and Methodology for the project after the opening of
Bid
Documents. The oral presentation shall be on June 26, 2017 at
10:00AM.
Each consultant will be given a maximum time of 30 minutes to
present the respective Plan of Approach and Methodology for the
project.
Hard and e-file copies of the presentation shall be submitted to LGU
as TPF9 (Materials for presentation of Plan of Approach and
Methodology for the project)
24.1 The following processes for the opening and evaluation of bids shall
be adopted:
a) The technical proposal together with the financial proposal shall
be considered in the evaluation of consultants. The technical
proposals shall be evaluated first using the criteria in ITB Clause

24.2. The financial proposals of the consultants who meet the


minimum technical score shall then be opened.
b) The Technical and Financial Proposals shall be given the
corresponding weights:
Bid Components Weight
Technical Proposal 70%
Financial Proposal 30%
TOTAL 100%
BIDDING DOCUMENTS
MS. LOURDES B. BORETA
Chairperson
Bids and Awards Committee - Consultancy
Local Government unit, Rizal St. Jovellar, Albay
DO NOT OPEN BEFORE: June 26, 2017/ 9:30AM P a g e CLUP
The BAC shall rank the consultants in descending order based on
the combined numerical ratings of their technical and financial
proposals and identify the Highest Rated Bid.
c) The Head of the Procuring Entity shall approve or disapprove the
recommendations of the BAC within two (2) calendar days after
receipt of the results of the evaluation from the BAC.
d) After approval by the Head of the Procuring Entity of the Highest
Rated Bid, the BAC shall, within three (3) calendar days, notify
and invite the consultant with the Highest Rated Bid for
negotiation in accordance with ITB Clause 26.
24.3 The subcomponents and weights of the technical proposal (70%)
shall
be as follows:
Technical Subcomponents Weight
1. Applicable experience of the consultant 30%
2. Qualification of key personnel to be assigned to the project 35%
3. Plan of approach and project methodology of the consultant 5%
TOTAL 70%
The Minimum Technical Score Required is 20%:
25.1 The opening of Financial Proposals shall be on June 26, 2017 at
10:00AM at 3rd Floor Mayor’s Conference Hall, Jovellar, Albay.
25.2 After the evaluation of quality is completed, the Procuring Entity
shall
notify those Consultants whose Bids did not meet the minimum
qualifying mark or were considered non-responsive to the Bidding
Documents and TOR, indicating that their Financial Proposals shall
be returned unopened after completing the selection process. The
Procuring Entity shall simultaneously notify the Consultants that
have secured the minimum qualifying mark, indicating the date and
time set for opening the Financial Proposals. The opening date
shall
not be sooner than two weeks after the notification date unless
otherwise specified in ITB Clause 25.1. The notification may be
sent
by registered letter, facsimile, or electronic mail.
The Financial Proposals shall be opened publicly in the presence of
the Consultants’ representatives who choose to attend. The name
of
the Consultant, the quality scores, and the proposed prices shall be
read aloud and recorded when the Financial Proposals are opened.
The Procuring Entity shall prepare minutes of the public opening.
The BAC shall determine whether the Financial Proposals are
complete, i.e., whether all the documents mentioned in ITB Clause
11
are present and all items of the corresponding Technical Proposals
that are required to be priced are so priced. If not, the Procuring
Entity shall reject the proposal. The BAC shall correct any
computational errors, and convert prices in various currencies to the
Philippine Peso at the rate indicated in ITB Clause 13. The Financial
Proposal shall not exceed the ABC and shall be deemed to include
the
cost of all taxes, duties, fees, levies, and other charges imposed
under
the applicable laws. The evaluation shall include all such taxes,
duties, fees, levies, and other charges imposed under the applicable

where special tax privileges are granted to a particular class or


nationality of Consultant by virtue of the GOP’s international
commitments, the amount of such tax privileges shall be included in
the Financial Proposal for purposes of comparative evaluation of
Bids.
The Lowest Financial Proposal shall be given a perfect financial
score
of 30%. While the financial score of other consultants shall be
computed with the formula:
FS = (LFP/FP) x 30%
Where:
FS = Financial Score of proponent under consideration
LFP = Lowest Financial Proposal
FP = Financial Proposal of proponent under consideration
Bids shall then be ranked according to the combined weights of the
Technical and Financial Proposals which shall add up to 100%.

26.1 The address for negotiations is:


Local Government Unit, Rizal St. Jovellar, Albay
26.2(e0 No negotiations pertaining to the Financial Proposal shall be
undertaken.

27.2(b0 Consultant has the option to submit manually filed tax returns or tax
returns filed through the Electronic Filing and Payments System
(EFPS).
NOTE: The latest income and business tax returns are those within
the last six months preceding the date of bid submission.
27.2(d) No further instruction
30.4(f) No further instruction
31.1 No further instruction
32.2 No further instruction

SPECIAL CONDITIONS OF THE CONTRACT

GCC
Clause
(b) No further instructions
(g) The Funding Source is:
The Government of the Philippines (GOP)

6.2(b) For a period of two years after the expiration of this


Contract, the
Consultant shall not engage, and shall cause its Personnel
as well
as their Sub-Consultants and its Personnel not to engage,
in the
activity of a purchaser (directly or indirectly) of the assets
on
which they advised the Procuring Entity under this
Contract nor
in the activity of an adviser (directly or indirectly) of
potential
purchasers of such assets. The Consultant also agree that
their
affiliates shall be disqualified for the same period of time
from
engaging in the said activities

7 The Member in Charge is [name of member, address, and


other
necessary contact information]. Note: This information
should be
provided in case of Joint Venture
NOTE: If the Consultant consists only of one entity, state
“Not
applicable”
8 The person designated as resident project manager (Team
Leader
/ Master Planner) in Appendix III shall serve in that
capacity, as
specified in GCC Clause 8
10 No further instructions
12 The Authorized Representatives are as follows:
For the Procuring Entity: Arnel Paciano D. Casanova, Esq.
(PCEO)
For the Consultant: ________________________________

15.1 The Authorized Representatives are as follows:


For the Procuring Entity: Arnel Paciano D. Casanova, Esq.
(PCEO)
For the Consultant: ________________________________
15.1 The addresses are:
Procuring Entity: Bases Conversion and Development
Authority
Attention: Arnel Paciano D. Casanova, Esq. (PCEO)
Address: BCDA Corporate Center, 2/F Bonifacio Technology
Center, 31st Street, Crescent Park West, Bonifacio Global
City,
Taguig City.
Facsimile:8160917
Email Address: adcasanova@bcda.gov.ph
Consultants: [insert name of the Consultant]
Attention: [insert name of the Consultant’s authorized
representative]
Address:
Facsimile:
Email Address:

15.2 and Notice shall be deemed to be effective as follows:


15.3 (a) in the case of personal delivery or registered mail, on
delivery;
(b) in the case of facsimiles, within fifteen (15) minutes
following confirmed transmission; or
(c) in the case of telegrams, within fifteen (15) minutes
following confirmed transmission
18.3 State here Consultant’s account where payment may be
made.
20 No additional provision. or, if the Consultant is a joint
venture, “All
partners to the joint venture shall be jointly and severally
liable to
the Procuring Entity
20 No additional provision. or, if the Consultant is a joint
venture, “All
partners to the joint venture shall be jointly and severally
liable to
the Procuring Entity.”
22 None
24 The contract shall be effective within the duration of the
completion period of the consultancy services as described
in the
Terms of Reference (TOR) as amended by Bid Bulletins
issued by
BCDA.
34.2 Any and all disputes arising from the implementation of
this
contract shall be submitted to arbitration in the Philippines
according to the provisions of Republic Acts 876 and 9285,
as
required in Section 59 of the IRR of RA 9184.
35.1 All drawings, specifications, designs, reports, other
documents
and software prepared by the Consultant for the Procuring
Entity
under this Contract that shall become and remain the
property of
the Procuring Entity
38.(d0 None
39.5 The Consultant may change its Key Personnel only for
reasons of
death, serious illness, incapacity of an individual
Consultant, or
until after fifty percent (50%) of the Personnel’s man-
months have
been served.
Violators will be fined an amount equal to the refund of the
replaced Personnel's basic rate, which should be at least
fifty
percent (50%) of the total basic rate for the duration of the
engagement.
42.1 No further instruction
42.4© No further instructions
52.1 The total ceiling amount in Philippine Pesos is:
TWENTY-SIX MILLION PESOS (PHP26,000,000.00).
53.2 No additional instructions
53.4 Not applicable
53.5(a) No advance payment
53.5© The interest rate is : ) %.
55.6 No further instruction
DRAFT CONTRACT
SO THE PUBLIC MAY KNOW:
This CONTRACT is executed between:
The BASES CONVERSION AND DEVELOPMENT AUTHORITY, a
government instrumentality vested with corporate powers, created by
virtue of Republic Act No. 7227, as amended, with principal office
address at the BCDA Corporate Center, 2/F Bonifacio Technology
Center, 31st Street Crescent Park West, Bonifacio Global City, Taguig
City, represented herein by its President and Chief Executive Officer,
ARNEL PACIANO D. CASANOVA, Esq., duly authorized for this
purpose under Subject 8.02 (c), Section 8 of the BCDA’s revised
Manual of Approval dated 05 August 2010, which was approved by
the BCDA Board as evidenced by Secretary's Certificate dated 09
November 2010, a copy of which is hereto attached as Annex A,
hereinafter referred to as "BCDA";
- and -
__________________, a private corporation duly organized and existing
under the laws of the Republic of the Philippines, with office address
at ________________________, represented herein by its President
__________________________, duly authorized for this purpose as
evidenced Secretary's Certificate dated _______________, a copy of
which is hereto attached as Annex B, hereinafter referred to as
“CONSULTANT”;
BCDA and CONSULTANT may hereinafter be referred to collectively
as “Parties” and individually “Party”.
- ANTECEDENTS -
BCDA is mandated under Republic Act No. 7227, as amended by Republic Act
7917, to accelerate the sound and balanced conversion into alternative productive
uses of the military reservations and their extensions, including the former Clark
Air Base in Angeles, Pampanga; to raise funds by the sale of portions of Metro
Manila Military Camps; and to apply said funds for the development and
conversion into alternative productive uses of these properties.
In 1993, the Clark Special Economic Zone (CSEZ) was established by virtue of
Proclamation No. 163 signed by former President Fidel V. Ramos covering a total
area of 33,653 hectares, more or less, in which 4,400 hectares is the former U.S.
Clark Air Base proper (Main Zone) and the remaining areas are the Sub Zones A, B,
D and the Sacobia Resettlement Area which became part of CSEZ by virtue of
Proclamation No. 805.
To cope with the recent developments in CSEZ and considering the new market
conditions, BCDA needs to engage the services of the CONSULTANT for the
preparation of a new Master Development Plan (“Project”), and whose purpose is to
update and integrate all development plans for the CSEZ Main Zone and Sub
Zones, while taking into consideration the recent, current and future developments within CSEZ
and the surrounding area in the context of Asian and international
market trends;
On ____________, a bidding was conducted for the purpose of procuring the Services
of a Consultant to undertake the Project (“Contract”) which covers an aggregate
planning area of approximately Thirty-Six Thousand Eighty Six (36,086) hectares;
The CONSULTANT submitted his expression of interest to perform the consultancy
services and represented that he has the required expertise, experience, capability
and integrity to provide the pertinent services to carry out the Project under the
terms and conditions set forth in this Contract.
The CONSULTANT, through the evaluation by the BCDA Bids and Awards
Committee – Consultancy (BAC-C) of the CONSULTANT’s technical and financial
proposals, was declared to have the highest rated and responsive bid and was
awarded the Highest Rated and Responsive offer to perform the consultancy
contract on _________________ as provided by BAC-C Resolution No. ____, a copy of
which is hereto attached as Annex C.
On ___________, the BCDA Board approved the award to the CONSULTANT of the
Contract for the Project in the amount of ______________________________, as
reflected in BCDA Board Resolution No. ____, a copy of which is hereto attached as
Annex D.
The Office of the Government Corporate Counsel (OGCC) in its Contract Review No.
_____, dated _______________ has favorably reviewed this Contract and found the
provisions of the same to be in order;
ACCORDINGLY, for and in consideration of the foregoing premises, and for the
stipulations and conditions hereinafter stated, the parties hereto hereby agree and
bind themselves to the following:
SECTION 1. SPECIFIC UNDERTAKING
The CONSULTANT shall render consulting services particularly for the
preparation of Master Development Plan (MDP) for the approximately 36,086
– hectare CSEZ and shall report directly to the BCDA or its duly authorized
representative.
SECTION 2. OBJECTIVE OF THE CONSULTANCY SERVICES
The primary objective of the Project is to produce a new MDP for CSEZ that
is marketable, effective, viable and in harmony with the recent, current and
planned developments for CSEZ.
The resulting MDP shall:
2.1 Optimize the development potentials of CSEZ in a manner that is
consistent with the planned development for the area without
compromising the economic, environmental and social integrity of the
Main Zone with the surrounding Sub Zones;
2.2 Guide BCDA and its subsidiaries in determining the most appropriate
implementation and marketing strategy for
2.3 Prepare a development structure plan consistent with the Central
Luzon Development Plan (CLDP) for economic, sustainable and
environment-friendly utilization of the area;
2.4 Generate data for planning activities on the macro and micro level
through the review of existing literature and in consultation with the
concerned agencies, such as, but not limited to, the National
Government Agencies (NGAs) including the Department of National
Defense and the National Commission on Indigenous People, Local
Government Units (LGUs) and Non-Government Organizations (NGOs);
2.5 Establish a comprehensive plan including inter-modal transportation,
industry, agro industry, agriculture, forestry, wildlife, environment,
socio-cultural, land use, infrastructure, residential, commercial and
other support sectors;
2.6 Serve as a guide to prospective private sector proponents in preparing
their respective bids in the event the property, or any portion of the
property, is eventually launched for disposition, by providing a common
set of development requirements and guidelines.
2.7 Incorporate in the development the other resettlement sites (e.g.
Kalangitan, Dapdap, Mainang) and the AFP housing areas which are
located within the Sub Zones.
2.8 Address various constraints in the development of CSEZ which include,
but not limited to, the identification of ideal relocation site/s to house
informal occupants within CSEZ, and verification of various Certificates
of Ancestral Domain Title (CADTs) which overlap with the boundary of
CSEZ.
2.9 Re-plan the area by taking into consideration all previous and current
MDPs for CSEZ, and all projects linked to CSEZ, such as, but not
limited to:
2.9.1 MDP for CSEZ Sub Zones prepared by Louis Berger
International, Inc. in July 1997;
2.9.2 Conceptual MDP for Main Zone prepared by Louis Berger
International, Inc. and Palafox Associates in October 1999;
2.9.3 Current Land Use Plan for Clark Airport Complex prepared by
AECOM Philippines, Inc. in September 2010;
2.9.4 Current Conceptual Land Use Plan for CSEZ prepared by Clark
Development Corporation;
2.9.5 SCAD Corridor Conceptual Land Use Plan prepared by the
Subic-Clark Alliance for Development Council;
2.9.6 Planned relocation of the Philippine Air Force outside the Main
Zone;62 | P a g e C S E Z M a s t e r P l a n n i n g
2.9.7 North Luzon Railways Corporation’s (NLRC) Project, particularly
NLRC’s proposed train depot within the Main Zone;
2.9.8 Manila – Clark Airport Express Railway along North Luzon
Expressway connecting NAIA and DMIA;
2.9.9 Subic-Clark-Tarlac Expressway Project;
2.9.10Other considerations, such as the Crow Valley
Gunnery/Bombing Range, Clark Materials Recovery and
Recycling Facilities, Kalangitan Landfill Project.
SECTION 3. SCOPE OF SERVICES
The CONSULTANT shall perform the services described in the Terms of
Reference (TOR) for the Master Development Plan (MDP) for the
approximately 36,086 – hectare Clark Special Economic Zone (CSEZ) hereto
attached as Annex E and made an integral part hereof.
SECTION 4. RESPONSIBILITIES OF THE PARTIES
4.1 Responsibilities of BCDA
BCDA shall:
4.1.1 Designate a representative authorized to act in BCDA's behalf,
on matters formally brought to its attention by the
CONSULTANT;
4.1.2 Render prompt decisions on the CONSULTANT's queries and
submittals for approval to avoid delays in the progress of the
work; and
4.1.3 Conduct regular review of the progress of the planning effort
being undertaken by the CONSULTANT to ensure its conformity
with the provisions of this Contract.
4.2 Responsibilities of the CONSULTANT
In addition to the performance of the Scope of Services and all other
responsibilities of the CONSULTANT stated elsewhere in this Contract,
the CONSULTANT shall:
4.2.1 Carry-out the services with sound theories and practices to
ensure that the final works will provide the most economical and
feasible development of CSEZ described in the attached TOR;
4.2.2 Accept full responsibility for the services to be performed under
this Contract, including the failure or gross inferiority of facilities
due to faulty designs submitted by the CONSULTANT to BCDA.
The review made by BCDA shall not release the CONSULTANT
from responsibility except when substantial changes have been
made without the conformity of the CONSUL TANT;

4.2.3 Perform the work in an efficient and diligent manner and shall
use its best efforts to keep project operational costs down to the
minimum without impairing the quality of the services rendered;
4.2.4 Should the recommendations of the CONSULTANT be changed
in such a way that the safety and/or economy of the Project is
jeopardized, the CONSULTANT may request a written release
from responsibility for the part of the Project in question;
4.2.5 In addition to the reports prescribed as basis for payment as
provided for under Section 5. of this Contract, furnish BCDA
progress reports and any such information relative to the
Services and the Project as BCDA may from time to time
reasonably request;
4.2.6 Hold BCDA and the Philippine Government free from any and all
liabilities, suits, actions, demands or damages arising from
death or injuries of persons or properties, or any loss resulting
from or caused by the CONSULTANT and its Principals and
Staff, including their agents and representatives, incident to or
in connection with the Services under this Contract;
4.2.7 Indemnify, protect and defend at its own expense, BCDA and its
agents from and against all actions, claims and liabilities arising
out of acts done by the CONSULTANT or its Principals and Staff
in the performance of the Services including the use or violation
of any copyrighted materials, patented invention, article or
appliance; and
4.2.8 Perform other related activities that are necessary for the
effective completion of the services and the attainment of the
objectives of this Contract.
SECTION 5. DELIVERABLES AND TIMETABLE FOR SUBMISSION OF REPORT
The CONSULTANT shall deliver to BCDA the following at the time specified
herein:
5.1 Preliminary Report - to be submitted to BCDA within ninety (90)
calendar days from the starting date of the Project which shall be
specified in the Notice to Proceed to be issued by the BCDA to the
CONSULTANT. The Preliminary Report shall include the following:
5.1.1 Development and business objectives;
5.1.2 Market Study and User Analysis;
5.1.3 Land use development and district concept;
5.1.4 Land use program;
5.1.5 Assessment of site potentials and constraints; and
5.1.6 Conceptual Master Plan.
5.2 Final Report - to be submitted to BCDA within forty-five (45) calendar
days from approval by BCDA of the Preliminary Report. The Final
Report shall include the following:
5.2.1 Adjusted development and business objectives;
5.2.2 Adjusted land use development and district concept;
5.2.3 Adjusted land use program;
5.2.4 Adjusted Conceptual Master Plan;
5.2.5 Final Master Development Plan;
5.2.6 Modes of Disposition;
5.2.7 Revenue Projections;
5.2.8 Development Phasing;
5.2.9 Financial Evaluation; and
5.2.103D Scale Model of CSEZ Master Plan based on the approved
plan by BCDA (minimum horizontal dimension of 2.5 meters x
2.5 meters).
BCDA shall be given a minimum of thirty (30) days and a maximum of fortyfive (45) days period to
review and evaluate each and every report submitted
by the CONSULTANT. The period allocated for BCDA’s review and evaluation
of the submitted reports shall be deemed to interrupt or stop the running of
the Completion Period allocated for the CONSULTANT.
SECTION 6. TERM AND EFFECTIVITY
This Contract shall be effective for six (6) months, reckoned from the date of
receipt of the Notice to Proceed by the CONSULTANT, unless sooner
terminated for cause or by mutual agreement of the parties pursuant to
Section 8 hereof.

SECTION 7. CONTRACT PRICE AND MANNER OF PAYMENT


In consideration of the full and satisfactory performance of the services
rendered by the CONSULTANT, BCDA shall pay the CONSULTANT the total
contract price of _________________________________ inclusive of applicable
taxes, to be released in accordance with the following schedule:
7.1 Fifty Percent (50%) of the Contract Price shall be paid by BCDA to
the CONSULTANT upon submission to, and approval by, BCDA of the
Preliminary Report; and
7.2 Fifty Percent (50%) of the Contract Price shall be paid by BCDA to
the CONSULTANT upon completion of the services stipulated herein, as
evidenced by the issuance by BCDA of the Certificate of Completion of
the Service Contract.
SECTION 8. TERMINATION
8.1 BCDA may, at any time, terminate this Contract by giving the
CONSULTANT a written notice at least thirty (30) calendar days before
the intended date of termination. Upon pre-termination of this
Contract, a pro-rated settlement of services rendered by the
CONSULTANT shall be made only up to the date of termination of its
services. No payment shall be rendered by BCDA if the ground for pretermination of this Contract
is due to the failure on the part of the
CONSULTANT to comply with its obligation herein.
8.2 BCDA reserves the right to cancel the Contract without necessity of
judicial proceedings if, in its discretion, the CONSULTANT has:
8.2.1. violated any of the provisions, terms and conditions of this
Contract;
8.2.2. been found liable for committing acts constituting just or
authorized causes for termination under the law; or
8.2.3. been found liable for committing acts detrimental to BCDA
and/or its Project.
8.3 BCDA shall notify the CONSULTANT, in writing, of its failure to comply
with the terms of the Contract. If the latter should fail to remedy the
situation within five (5) calendar days from receipt of said notice, BCDA
shall terminate the Contract through a written Notice of Termination.
8.4 Within the thirty (30)-day period contemplated under Section 8.1 or five
(5) days from receipt of the Notice of Termination under Section 8.3, the
CONSULTANT shall, without need of demand, turn over to BCDA all
documents and records which had been prepared and/or acquired in
the course of the rendition of the consulting services.
SECTION 9. STANDARD OF SERVICES
The CONSULTANT shall fulfill its obligations under the Contract by utilizing
technical expertise, experience according to the best-accepted professional
and industry standards. The CONSULTANT shall exercise all reasonable
skill, care, diligence and prudence in the discharge of the duties agreed to be
performed and shall always work for the best interest of BCDA.
SECTION 10. OWNERSHIP OF REPORTS AND DOCUMENTS
The reports, drawings, documents and materials compiled or prepared in the
course of the performance of the Services shall be absolute properties of
BCDA and shall not be used by the CONSULTANT for purposes unrelated to
the Contract without the prior written approval of BCDA. Any equipment
supplied by the BCDA, or for which payments made or reimbursed under
this Contract shall become and remain the property of BCDA.
SECTION 11. CONFIDENTIALITY
Except with prior written consent of BCDA, the CONSULTANT, his
successors, assignees and/or his legal representatives shall not disclose,
communicate to any party nor make public any and all data and information
obtained in the course of the rendition of the consultancy services and/or as
an incident thereof, and any recommendation formulated in connection with
the same.
SECTION 12. FURTHER ASSURANCE
Each party shall, upon the request of the other, execute additional
documents and do other acts or things which may reasonably be required to
effectuate the purpose of this Contract.
SECTION 13. NOTICES
13.1 Any notice, approval, authorization or request required or permitted
to be given or made under this Contract shall be made in writing, and
shall be deemed duly given or made when it has been delivered by
hand or sent by registered mail to the party for whom it is intended at
the said party's address.
13.2 It shall be the obligation of the CONSULTANT to inform BCDA in
writing of any change of address within three (3) calendar days from
such change. In case CONSULTANT fails to give the said notice, all
such correspondence and papers sent to CONSULTANT’s last known
address shall be considered received, even if not actually received by
the CONSULTANT.
SECTION 14. GENERAL TERMS AND CONDITIONS
14.1. Independent Contractor
The Contract of the CONSULTANT with the BCDA are strictly and
solely that of an independent contractor and no employer-employee
relationship is hereby created or shall arise between the
CONSULTANT or his employees or agents and BCDA by reason or as
consequence hereof. As such, BCDA shall not be liable for any
damage, injury or death caused to the CONSULTANT's employees and
agents or third persons.
The CONSULTANT may employ other consultants and/or
subcontractors in the performance of its work; provided that, the
CONSULTANT shall be responsible for and shall warrant the quality of
the work performed by the employed consultants and/or
subcontractors as well as on its own account, provide their
corresponding compensation.
14.2. Alteration and Additional Works
Revisions or additional works that become necessary due to the errors
or fault of the CONSULTANT or those which are necessary to comply
with the requirements of the Contract shall be done by the
CONSULTANT at no additional cost to BCDA. Nevertheless, any
variation of additional work items not included in the foregoing but
which are proximate, appropriate and necessary shall be subject to,
and covered by, a separate agreement by the parties in writing and to
comply with the same requirements.
BCDA may, at any time, by written notice to the CONSULTANT, issue
additional instructions, make changes or alterations in the Scope of
Services or direct the omission of works included in the Scope of
Services. If such instructions/changes/alterations require extra
services on the part of the CONSULTANT, both parties shall mutually
agree upon the corresponding compensation for the same.
14.3. Delay and Force Majeure
Any delay on the agreed completion date from failure of performance
by either party shall not constitute a default hereunder nor shall give
rise to any claim if such delay or failure is wholly attributable to acts
of God, any act of sabotage, war, armed invasion, revolution
insurrection blockade, riot, declaration of national emergency,
industry-wide strike, or any other cause beyond the reasonable
control of either Party, or which cannot be avoided by the
CONSULTANT or BCDA despite the exercise of due diligence.
Within ten (10) days from the occurrence of such event, the Party
affected shall notify in writing the other Party of such event of force
majeure and of the obligations or part of the works whose
performance or partial performance, as the case may be, of its
obligations hereunder. Immediately after such notification, the parties
shall meet to discuss and agree on the appropriate steps/measures to
be taken to minimize the effect(s) of the force majeure: provided that
the party affected shall be entitled to an extension of the contract time
for the number of days of the delay incurred by reason of the causes
above mentioned.
SECTION 15. PERFORMANCE SECURITY
Upon signing of the contract, the CONSULTANT shall post a Performance
Security in favor of BCDA in order to guarantee the performance of any and
all the CONSULTANT’s obligations under the contract and TOR.
15.1. The Performance Security may be in any of the forms listed in the
table below, callable upon demand, and co-terminus with the final
completion and acceptance of the project:
Form of Performance Security
Amount of
Performance Security
(Equal to Percentage of the Total Contract
Price)
e. Cash or cashier’s/manager’s check
issued by a Universal or Commercial
Bank.
Five percent (5%)
f. 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.
g. Surety bond callable upon demand
issued by a surety or insurance
company duly certified by the
Insurance Commission as authorized to
issue such security; and/or
Thirty percent (30%)
h. Any combination of the foregoing.
Proportionate to share
of form with respect to
total amount of security
15.2. The Performance Security shall be forfeited in favor of BCDA if the
CONSULTANT fails to fulfill any of its obligations under the TOR or
the contract. Additional penalties may also be imposed upon the
CONSULTANT for such failure.
15.3. The following shall form part of the Performance Security: “The right
to institute action on the penal bond of any individual, firm,
partnership, corporation and association supplying labor or material
for the prosecution of the work is hereby acknowledged and
confirmed”.
SECTION 16. LIQUIDATED DAMAGE
The CONSULTANT obligates itself to perform and complete all the services
within the period specified in the Terms of Reference, beginning from the
starting date exclusive of such extensions of time as may be mutually agreed
upon. Should the CONSULTANT fail to complete the services within the
stipulated time, liquidated damages, exclusive of penalty, shall be paid to
BCDA by the CONSULTANT in an amount equal to one – tenth of one
percent (1/10 of 1%) of the total Contract Price less the value of the
completed portions of the Contract as certified by BCDA for each calendar
day of delay until the services are completed.
SECTION 17. CONFLICT OF INTEREST
During the effectivity of the Contract, the CONSULTANT shall not render its
services, directly or indirectly, to any person or entity who is or has been an
adverse party in any litigation or issue against BCDA or whose business or
interests are in conflict with or against the interest of BCDA. The
prohibition shall subsist for a period of two (2) years after the expiration of
this Contract. In the event it has been proven that CONSULTANT during the
prohibitory period mentioned above, has accepted and/or is hired by a
person or entity mentioned in this paragraph, BCDA shall have the right to
cancel or terminate the Contract or to demand from CONSULTANT payment
for damages without prejudice to BCDA’s right to resort to other legal
remedies provided by law.
SECTION 18. CUMULATIVE RIGHTS
All rights, remedies, obligations, undertakings, warranties, representations,
and covenants contained herein shall be cumulative and none of them shall
be in limitation of any other right, remedy, obligation, undertaking,
warranty, representation, or covenant of either party.
SECTION 19. SETTLEMENT OF DISPUTES
Any and all disputes between the parties under the provisions of this
Contract that the parties fail to resolve between themselves shall be brought 69 | P a g e C S E Z
Master Planning
before any court of competent jurisdiction in Taguig City to the exclusion of
any other court of equal jurisdiction.
SECTION 20. INDEMNIFICATIONS
The CONSULTANT holds BCDA free from any and all liabilities, suits,
actions, demands, or damages arising from death or injuries to persons or
properties, or any loss resulting from or caused by said personnel incident to
or in connection with the services under this Contract. The CONSULTANT
agrees to indemnify, protect and defend at its own expense BCDA and its
officers from and against all actions, claims and liabilities arising out of acts
done by the CONSULTANT in the performance of the Services including the
use or violation of any copyrighted materials, patented invention, article or
appliance.
SECTION 21. NON-WAIVER OF RIGHTS
The failure of one party to insist upon a strict performance of any of the
term, condition and covenant hereof shall not be deemed a relinquishment
or waiver of any right/remedy that said party may have, nor shall it be
construed as a waiver of any subsequent breach of the same or other terms,
conditions or covenants. No waiver by any one party or any of its rights
under this Contract shall be deemed to have been made unless expressed in
writing and signed by that party.
SECTION 22. OGCC REVIEW
The parties agree that this contract is subject to review by the office of the
Government Corporate Counsel (OGCC), whose comments shall form part
hereof.
SECTION 23. AMENDMENTS
No amendment, modification and alteration to this Contract shall be valid or
binding on either party unless stipulated in writing and executed with the
same formality as this Contract.
SECTION 24. SEPARABILITY
BCDA and the CONSULTANT hereby agree that should any of the terms and
conditions or any provision of this Contract be declared void or
unenforceable by competent authority, the same shall not invalidate the
other terms and conditions or provisions of this Contract, which shall
continue to be in full force and effect.
For purposes of the immediately preceding, the PARTIES hereby agree to
amend or modify any provision of this Contract which has been declared
invalid or contrary to law, to conform to the subject and objective thereof.
IN WITNESS WHEREOF, the parties hereto hereby set their hands on this ____ of
_______________ 2012 at Taguig City, Philippines.
Signed in the presence of:
_____________________________ ___________________________
ACKNOWLEDGMENT
REPUBLIC OF THE PHILIPPINES)
_______________________________ ) S.S.
BEFORE ME, a Notary Public, in and for the above jurisdiction, personally
appeared:
Name Competent Evidence of Identity
Place and date of
issuance
ARNEL PACIANO D. CASANOVA, Esq. Passport No. EB1265133 28 Oct 2010/Manila
known to me, and to me known to be the same persons who executed and signed
the foregoing Contract, consisting of twelve (12) pages, including this page on
which the Acknowledgment is written, and they acknowledged to me that the same
is their free and voluntary act and deed, as well as those of the corporations they
respectively represent.
WITNESS MY HAND AND SEAL this ____ day of ______________, 2012 at
______________________________, Philippines.
Notary Public
Doc. No. _______
Page No. _______
Book No. ______
Series of 2012

S-ar putea să vă placă și