Documente Academic
Documente Profesional
Documente Cultură
DRIVER: DRIVER:
LGU LGU
DRIVER: DRIVER:
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.
JOREM L. ARCANGEL
March 26, 2018
Engr. Bernabe M. Archeta
B7 L6 Phase 1 St. Dominique
Subdivision, Maranaw St.
Deparo, Caloocan City
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.
JOREM L. ARCANGEL
Standard Form Number: SF-GOOD-04
Revised on: May 24, 2004
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
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.
FE C. MUNDALOURDES B. BORETA
BAC SecretaryBAC Chairman
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
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:
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).
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
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.
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
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.
3. Production/Delivery Schedule
4. Manpower Requirements
5. Technical Specifications
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.
_________________________
_________________________
_________________________
___________________________
Affiant
___________________________
Notary Public
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.
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
Dear MrBalisnomo:
Upon the approval of this finding by the head of the procuring entity, we
will furnish you the Notice of Award.
LOURDES B. BORETA
BAC Chairman
__________________
Date:_____________
Standard Form Number: SF-GOOD-15
Revised on: July 28, 2004
Date: ___________________
_______________________
_______________________
_______________________
CONTRACT/PROJECT :_______________________________
COPANY/FIRM :_______________________________
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.
Concurred by:
ACKNOWLEDGEMENT
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.
________________________________
________________________________
Name of the Project: ________________________
Location of the Project: _____________________
_________________________
_________________________
_________________________
ATTENTION: _______________________
______________________
______________________
Dear Sir:
Reference is made to our Application for Eligibility and to Bid for the hereunder project/contract
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 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
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
_________________________________.
___________________________
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 ______________________
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)
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:
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
NOTICE OF ELIGIBILITY
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.
LOURDES B. BORETA
BAC Chairman
Date:
Standard form Number: SF-GOOD-23
Revised on: July 28, 2004
NOTICE OF INELIGIBILITY
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
Thank you and we are looking for another bidding our project.
LOURDES B. BORETA
BAC Chairman
Date:
Standard form Number: SF-GOOD-26
Revised on: may 24, 2004
Bid Security
Production/Delivery Schedule
Manpower Requirements
Technical Specifications
Duly signed bid prices in the Bill of Quantities for the procurement of goods, or scope of work for procurement of services
SWORN STATEMENT
I, _____________________________________________, of legal age, _______________, residing at
_______________________________________, Philippines, under oath hereby depose and say:
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 ______________________
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
________________________________
____________________________
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.
______________________________
Affiant
_____________________________
(Notary Public)
Until ____________________
PTR No. _________________
Date _____________________
Place ____________________
TIN______________________
Doc. No. __________
Page No. __________
Book No. _________
Series No. _________
BILL OF QUANTITIES
____________________________________
BILL OF QUANTITIES
27,894.00
________________________________
Printed Name & Signature of Bidder
BILL OF QUANTITIES
499,850.00
________________________________
Printed Name & Signature of Bidder
BILL OF QUANTITIES
________________________________
Printed Name & Signature of Bidder
BID FORM
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.
_______________________________ ____________________________
(Signature) (in the capacity of)
Standard Form Number: SF-GOOD-27
Revised on: May 24, 2004
Date: ________________________
________________________________
________________________________
________________________________
Dear Sir/Madame:
Notice is hereby given to all eligible bidders that the pre-bid conference for
________________________________________________ has been set on _______________________________________________ at
the ______________________________________________________.
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
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
Municipality of Jovellar
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.
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
3. Production/Delivery Schedule
4. Manpower Requirements
5. Technical Specifications
Bid as Calculated
Bidder Identification/Name Amount (Php)
Post-Qualified/Post
Bidder Identification/Name Disqualified Grounds/Remarks
Table 1. Identification
Bid as Calculated
Bidder Identification/Name Amount (Php)
RENTAL OF SOUND SYSTEM WITH BAND EQUIPMENTS, LED WALL AND PORTABLE STAGE
POST-QUALIFICATION EVALUATION REPORT
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
Date: _______________
Standard Form Number: SF-GOOD-41
Revised on: May 24, 2004
Republic of the Philippines
Province of Albay
Municipality of Jovellar
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.
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
There being no other matters to be read and clarification to be made, the meeting adjourned at 11.30 in the morning.
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.
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.
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
There being no other matters to be read and clarification to be made, the meeting adjourned at 11:35 in the morning.
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.
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.
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
There being no other matters to be read and clarification to be made, the meeting adjourned at 10:00 o’clock in the morning.
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.
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.
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
There being no other matters to be read and clarification to be made, the meeting adjourned at 11:30 in the morning.
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.
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.
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
There being no other matters to be read and clarification to be made, the meeting adjourned at 11:35 in the morning.
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
There being no other topics to be read and clarification to be made, the meeting adjourned at 11:45 in the morning.
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
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.
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 .
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..
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
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.
WHEREAS, the detailed evaluation of bid conducted on August 14, 2019, 9:00 o’clock in the morning resulted as follows:
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
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
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.
WHEREAS, the detailed evaluation of bid conducted on March 11, 2019, 9:00 o’clock in the morning resulted as follows:
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
FERNANDO N. PARCIA
BAC Member
APPROVED:
JOSEPH L. ARCANGEL
Municipal Mayor
Standard Form Number: SF-GOOD-48
Revised on: may 24, 2004
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.
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.
WHEREAS, the detailed evaluation of bid conducted on August 14, 2017,9:00o’clock in the morning resulted as follows:
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
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.
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, 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:
WHEREAS, the detailed evaluation of bids conducted on December 15, 2017 resulted as follows:
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;
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
FERNANDO N. PARCIA
BAC Member
APPROVED:
JOREM L. ARCANGEL
Municipal Mayor
Standard Form Number: SF-GOOD-48
Revised on: may 24, 2004
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.
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
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
FERNANDO N. PARCIA
BAC Member
APPROVED:
JOREM L. ARCANGEL
Municipal Mayor
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.
RESOLVED, at the 3rd Floor Mayor’s Conference Hall, this 6thday ofSeptember 2017
LOURDES B. BORETA
BAC Chairman
JOREM L. ARCANGEL
Municipal Mayor
Standard Form Number: SF-GOOD-48
Revised on: may 24, 2004
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.
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.
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
FERNANDO N. PARCIA
BAC Member
APPROVED:
JOREM L. ARCANGEL
Municipal Mayor
Standard Form Number: SF-GOOD-49
Revised on: May 24, 2004
NOTICE OF AWARD
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.
JOREM L. ARCANGEL
Municipal Mayor
Conforme:
JEANETTE B. MEDALLA
Owner/Proprietor
Standard Form Number: SF-GOOD-49
Revised on: May 24, 2004
NOTICE OF AWARD
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.
JOSEPH L. ARCANGEL
Municipal Mayor
Conforme:
NOTICE OF AWARD
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.
JOREM L. ARCANGEL
Municipal Mayor
Conforme:
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.
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
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.
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
NOTICE OF AWARD
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.
JOSEPH L. ARCANGEL
Municipal Mayor
Conforme:
RAMIRO B. MAGNO
Proprietress/Manager
NASH TRADING
Standard Form Number: SF-CONS-79
Revised on: May 9, 2004
NOTICE OF AWARD
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.
JOSEPH L. ARCANGEL
Municipal Mayor
Conforme:
NOTICE OF AWARD
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.
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
NOTICE OF AWARD
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.
JOREM L. ARCANGEL
Municipal Mayor
Conforme:
ROMMEL O. CANDAZA
Special Projects and Tourism
Development Desk
Albay Blue Lane, Inc.
Jocelyn Y. lelis
Manager
Epoch Pharma
Sorsogon City
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).
Thank you.
JOREM L ARCANGEL
Municipal Mayor
Standard Form Number: SF-GOOD-51
Revised on: May 24, 2004
LOURDES B. BORETA.
BAC Chairman
Standard Form Number: SF-GOODS-51
Revised on: May 9, 2004
LOURDES B. BORETA
BAC Chairman
Standard Form Number: SF-GOOD-56
Revised on: May 24, 2004
NOTICE TO PROCEED
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.
JOSEPH L. ARCANGEL
Municipal Mayor
NOTICE TO PROCEED
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.
JOSEPH L. ARCANGEL
Municipal Mayor
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.
JOREM L. ARCANGEL
Municipal Mayor
I acknowledge receipt of this notice on ____________________
Name of representative of the bidder ______________________
Authorized Signature___________________________________
NOTICE TO PROCEED
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.
JOREM L. ARCANGEL
Municipal Mayor
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.
JOREM L. ARCANGEL
Municipal Mayor
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.
JOREM L. ARCANGEL
Municipal Mayor
I acknowledge receipt of this notice on ____________________
Name of representative of the bidder ______________________
Authorized Signature___________________________________
NOTICE TO PROCEED
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.
JOREM L. ARCANGEL
Municipal Mayor
NOTICE TO PROCEED
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.
JOSEPH L. ARCANGEL
Municipal Mayor
I acknowledge receipt of this notice on ____________________
Name of representative of the bidder ______________________
Authorized Signature___________________________________
NOTICE TO PROCEED
Angel A. Laguilles
Coordinator
Jovellar, Albay
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.
JOREM L. ARCANGEL.
Municipal Mayor
NOTICE TO PROCEED
January 9, 2017
Aubert R. Iglesia
Toursim Aide
Jovellar, Albay
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.
JOREM L. ARCANGEL.
Municipal Mayor
NOTICE TO PROCEED
January 9, 2017
Jose N. Arcangel
Consultant
Jovellar, Albay
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.
JOREM L. ARCANGEL.
Municipal Mayor
NOTICE TO PROCEED
January 9, 2017
Armenio L. Montales
Consultant
Jovellar, Albay
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.
JOREM L. ARCANGEL.
Municipal Mayor
NOTICE TO PROCEED
January 9, 2017
Katherine B. Yonzon
Consultant
Jovellar, Albay
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.
JOREM L. ARCANGEL.
Municipal Mayor
NOTICE TO PROCEED
January 9, 2017
Agnes R. Tobongbanua
Draftsman
Guinobatan, Albay
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.
JOREM L. ARCANGEL.
Municipal Mayor
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.
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.
LOURDES B. BORETA
BAC Chairman
Republic of the Philippines
Province of Albay
Municipality of Jovellar
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
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
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)
11.
Business Permit (LGU) at principal place of business will suffice
15.
Other appropriate Licenses as maybe required by the LGU (Item
#69)
Class B- Documents
Conduct of Post-Qualification
50. Post-Qualification Evaluation Report of the TWG (Winning
Bidder)
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
Submitted By and Date (Local Accountant) Reviewed By and Date (COA SA/ATL
)
Reviewers Remarks:
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
___________
CHECKLIST OF MINIMUM SUPPORTING DOCUMENTS
GOODS AND SERVICES-SHOPPING
Reviewers Remarks:
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
___________
CHECKLIST OF MINIMUM SUPPORTING DOCUMENTS
GOODS AND SERVICES-DIRECT CONTRACTING
Reviewers Remarks:
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
_______________________________________________________________________________________________________________
___________
CHECKLIST OF MINIMUM SUPPORTING DOCUMENTS
GOODS AND SERVICES-REPEAT ORDER
Reviewers Remarks:
Standard Form Number:SF-GOOD-05
Revised on: May 24, 2004
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;
Prospective suppliers shall submit the following requirements on or before August 6, 2018
Prepared by:
FE MUNDA
BAC Secretary
Approved by:
LOURDES B. BORETA
BAC Chairman
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
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
No further instruction
No Further instructions
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
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.
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.
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.
As goods end-user, I assume full responsibility for the proper distribution of said various medicines.
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)
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;
(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;
(viii) Four copies of the Invoice Receipt for Property (IRP) signed by the Procuring
entity’s representative at the Project Site;
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.
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.
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.
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.
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
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.
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.
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
GCC
Clause
(b) No further instructions
(g) The Funding Source is:
The Government of the Philippines (GOP)
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.