PHILIPPINE BIDDING DOCUMENTS
PROCUREMENT
of One (1) lot Upgrading of Various Facilities at BSP
Training Facility, Silang, Cavite, as per BSP
Terms of Reference
BIDS AND AWARDS COMMITTEE - INFORMATION TECHNOLOGY,
INFRASTRUCTURE AND OTHER RELATED COMPONENTS
2nd Floor, 5-Storey Bldg., A. Mabini corner P. Ocampo Sr. Sts,
Malate, Manila, 1004 PHILIPPINES
Phone Nos.: 5306-2798 to 2800
Email Address: [email protected]
Sixth Edition
July 2020
2
TABLE OF CONTENTS
GLOSSARY OF ........................................................................................................4
TERMS, ABBREVIATIONS, AND ACRONYMS .........................................................4
SECTION I. INVITATION TO BID ............................................................................6
SECTION II. INSTRUCTIONS TO BIDDERS .......................................................... 10
1. Scope of Bid ............................................................................................................11
2. Funding Information ...............................................................................................11
3. Bidding Requirements .............................................................................................11
The Bidder, by the act of submitting its Bid, shall be deemed to have verified and accepted
the general requirements of this Project, including other factors that may affect the cost,
duration and execution or implementation of the contract, project, or work and examine
all instructions, forms, terms, and project requirements in the Bidding Documents
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................11
5. Eligible Bidders .......................................................................................................12
6. Origin of Associated Goods ....................................................................................12
7. Subcontracts ............................................................................................................12
8. Pre-Bid Conference .................................................................................................12
9. Clarification and Amendment of Bidding Documents............................................13
10. Documents Comprising the Bid: Eligibility and Technical Components ...............13
11. Documents Comprising the Bid: Financial Component .........................................13
12. Alternative Bids ......................................................................................................14
13. Bid Prices ................................................................................................................14
14. Bid and Payment Currencies ...................................................................................14
15. Bid Security .............................................................................................................14
16. Sealing and Marking of Bids...................................................................................14
17. Deadline for Submission of Bids ............................................................................15
18. Opening and Preliminary Examination of Bids ......................................................15
19. Detailed Evaluation and Comparison of Bids .........................................................15
20. Post Qualification ....................................................................................................16
21. Signing of the Contract ...........................................................................................16
SECTION III. BID DATA SHEET ......................................................................... 17
SECTION IV. GENERAL CONDITIONS OF CONTRACT ....................................... 21
1. Scope of Contract ....................................................................................................22
2. Sectional Completion of Works ..............................................................................22
3
3. Possession of Site ....................................................................................................22
4. The Contractor’s Obligations ..................................................................................22
5. Performance Security ..............................................................................................23
6. Site Investigation Reports .......................................................................................23
7. Warranty ..................................................................................................................23
8. Liability of the Contractor .......................................................................................23
9. Termination for Other Causes .................................................................................23
10. Dayworks ................................................................................................................24
11. Program of Work.....................................................................................................24
12. Instructions, Inspections and Audits .......................................................................24
13. Advance Payment....................................................................................................24
14. Progress Payments ..................................................................................................24
15. Operating and Maintenance Manuals......................................................................24
SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................................... 26
SECTION VI. SPECIFICATIONS ........................................................................... 31
SECTION VII. DRAWINGS .................................................................................. 33
SECTION VIII. BILL OF QUANTITIES ................................................................ 34
SECTION IX. CHECKLIST OF ELIGIBILITY (LEGAL, TECHNICAL AND
FINANCIAL ELIGIBILITY), FINANCIAL AND OTHER DOCUMENTS .............. 36
BIDDING FORMS ............................................................................................ 57
CONTRACT FORMS ....................................................................................... 57
ANNEXES ......................................................................................................... 58
4
Glossary of
Terms, Abbreviations, and Acronyms ABC – Approved Budget for the Contract.
ARCC – Allowable Range of Contract Cost.
BAC – Bids and Awards Committee.
Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to
and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 revised IRR, Section 5[c])
Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who
submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
BIR – Bureau of Internal Revenue.
BSP – Bangko Sentral ng Pilipinas.
CDA – Cooperative Development Authority.
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical services
or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier
or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;
Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for
Procurement of Consulting Services; as the case may be, as recorded in the Contract Form
signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein.
Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring
Entity and to whom the Contract to execute the Work was awarded. Contractor as used in these
Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.
CPI – Consumer Price Index.
DOLE – Department of Labor and Employment.
DTI – Department of Trade and Industry.
5
Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose
funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).
GFI – Government Financial Institution.
GOCC – Government-owned and/or –controlled corporation.
Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as the repair and maintenance of
equipment and furniture, as well as trucking, hauling, janitorial, security, and related or
analogous services, as well as procurement of materials and supplies provided by the Procuring
Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance
services, and other services essential to the operation of the Procuring Entity. (2016 revised
IRR, Section 5[r])
GOP – Government of the Philippines.
Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,
repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])
LGUs – Local Government Units.
NFCC – Net Financial Contracting Capacity.
NGA – National Government Agency.
PCAB – Philippine Contractors Accreditation Board.
PhilGEPS - Philippine Government Electronic Procurement System.
Procurement Project – refers to a specific or identified procurement covering goods,
infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by the agency
which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular
No. 06-2019 dated 17 July 2019)
PSA – Philippine Statistics Authority.
SEC – Securities and Exchange Commission.
SLCC – Single Largest Completed Contract.
UN – United Nations.
6
Section I. Invitation to Bid
Notes on the Invitation to Bid
The Invitation to Bid (IB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The IB shall be posted in accordance with
Section 21.2 of the 2016 revised IRR of RA No. 9184.
Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:
a. The date of availability of the Bidding Documents, which shall be from the time the
IB is first advertised/posted until the deadline for the submission and receipt of bids;
b. The place where the Bidding Documents may be acquired or the website where it
may be downloaded;
c. The deadline for the submission and receipt of bids; and
d. Any important bid evaluation criteria.
The IB should be incorporated into the Bidding Documents. The information contained in
the IB must conform to the Bidding Documents and in particular to the relevant information
in the Bid Data Sheet.
7
BIDS AND AWARDS COMMITTEE – INFORMATION TECHNOLOGY,
INFRASTRUCTURE AND OTHER RELATED COMPONENTS
INVITATION TO BID
1. The Bangko Sentral ng Pilipinas (BSP), through its Bids and Awards Committee –
Information Technology, Infrastructure and Other Related Components (BAC-ITIO),
invites interested contractors to bid for the project described below:
Name of Requirement
One (1) lot Upgrading of Various Facilities at BSP Training
Facility, Silang, Cavite, as per BSP Terms of Reference
Brief Description and
Scope of Work
Furnishing of all materials, labor, tools, equipment,
technical supervision and other services, and performing all
operations necessary for the completion of the project all in
accordance with BSP approved plans, scope of works, and
technical specifications, and subject to the terms and
conditions of the contract.
Approved Budget for
the Contract (ABC)
Php5,503,000.00, inclusive of all applicable taxes and other
charges
(Bids received in excess of the above amount shall be
automatically rejected at bid opening, or during bid
evaluation.)
Procurement Project
Identification Number
BAC-ITIO IN No. 2020-0096 dated 29 July 2020
Funding Source BSP Corporate Fund: Approved Budget of Facilities
Management Department (FMED)
Completion Period The project shall be completed within one hundred eighty
(180) calendar days reckoned from the date stated in the
Notice to Proceed to be issued by FMED
Description of Eligible
Bidder
Prospective bidders should have a valid PCAB License and
registration for “Building and/or Industrial Plant” (project
kind) with at least “Small B” (size range); and Special
PCAB License, if bidding as Joint Venture.
2. Bidders should have a single largest contract similar to the requirement as stated in the
Clause 5.2 of the Bid Data Sheet (BDS) and Item 3 of the Checklist of Requirements
for Bidders (Checklist).
3. The Eligibility Check/Screening and Preliminary Examination of Bids shall use non-
discretionary “pass/fail” criterion as stated in Section 30.1 of the 2016 Revised
Implementing Rules and Regulations of Rep. Act No. 9184 (2016 Revised IRR).
4. Bidding is restricted to Filipino citizens, sole proprietorship, partnership, corporation,
cooperative or organizations with at least sixty percent (60%) interest or outstanding
and Engineering Department (FMED)
8
capital stock belonging to citizens of the Philippines, and to citizens or organizations of
a country the laws or regulations of which grant similar rights or privileges to Filipino
citizens, pursuant to Rep. Act. No. 5183.
5. All particulars and activities regarding the Eligibility of Bidders, Bid Security, Pre-Bid
Conference/s, Evaluation of Bids, Post-qualification, Award of Contract, Performance
Security, procedures and other documents, shall be governed by Rep. Act No. 9184 and
the 2016 Revised IRR.
Activities1 Schedule Details
a. Issuance of Bid
Documents
Starting 10 December 2020
(from 9:00 A.M. to 2:00 P.M.
only)
Hard copies of documents are no
longer issued for the duration of
community restrictions.
b. Pre-Bid
Conference
18 December 2020, 09:30 A.M.
(PHILIPPINE TIME)
MR2B Conference Room, 2nd Floor,
5-Storey Building, BSP Main
Complex, Malate, Manila
(For interested bidders and observers,
see item 6 below.)
c. Deadline for
Submission of
Bids
04 January 2021, 01:00 P.M.
(PHILIPPINE TIME)
Manual submission:
Gate 3 reception lobby, Bangko
Sentral ng Pilipinas, A. Mabini corner
P. Ocampo Sr. Sts., Malate, Manila.
Electronic submission:2
Email address:
Late bids shall not be accepted.
d. Opening of
Bids
MR2B Conference Room, 2nd Floor,
5-Storey Building, BSP Main
Complex, Malate, Manila.
e. Conduct of Site
Inspection, if
applicable
Starting 10 December 2020
Note: Bidders must submit the
name/s of technical
representative/s at least three (3)
days before site inspection.
Contact Person:
Engr. Angelo Jules O. Sales
Tel. No.: 5306-2545
E-mail address:
6. The pre-bid conference shall be open to interested bidders. The conduct of pre-bid
conference shall be through videoconferencing using the Microsoft Teams platform.
7. A bidder can submit a bid manually or electronically, but cannot use both modes of
submission, to preserve the integrity of the bid. For the procedures on submission of
electronic bids, refer to Annex C.
8. All Bids must be accompanied by a Bid Security in any of the acceptable forms and in
the amount stated in the Instructions to Bidders and Clause 15.1 of the Bid Data Sheet.
1 See Annexes B and C for the Guidelines in the conduct of Pre-Bid Conference, Submission and Opening of Bids.
2 The BSP system can accommodate attachments with file size limit of up to 100MB.
9
9. The BSP does not assume any responsibility to compensate or indemnify any bidder
for expenses incurred in the preparation of bid.
10. The BSP reserves the right to reject any and all bids, declare a failure of bidding, or not
award the contract at any time prior to contract award in accordance with Section 35.6
and 41 of the 2016 Revised IRR, without incurring liability to the affected bidder or
bidders.
11. Further information may be obtained from the following:
1. Sale of bidding documents
2. Submission of bids (manual or
electronic)
3. Links for online connectivity for
procurement activities
4. Written clarifications on the
project
The Bids and Awards Committee (BAC) –
Information Technology, Infrastructure and
Other Related Components
Through: The BAC Secretariat
Room 213, 2nd floor, 5-Storey Building
A. Mabini and P. Ocampo, Sr. Sts., Malate,
Manila
Tel Nos.: 5306-2798/5306-2800/8708-7173
Fax No.: 8708-7116
Email Address: BACSecretariat-
Details on the issuance and
uploading of bidding documents
The BAC – Information Technology,
Infrastructure and Other Related Components
Through: Procurement Office
Tel Nos.: 5306-2228
Fax No.: 8708-7115
Email Address: [email protected].
12. A complete set of bid documents is downloadable, FREE OF CHARGE, from the
following websites: www.philgeps.gov.ph and www.bsp.gov.ph; however, a
participating bidder is required to pay the bid documents fee in the amount of
Php10,000.00. Proof of payment shall be presented prior to submission of bids, by
facsimile or through email. To pay the bid documents, send an email citing the PIN and
title of above requirement to the [email protected]. The procedures for
ONLINE or OVER-THE-COUNTER BANK payments are specified in Annex A.3
JOSEFA ELVIRA E. DITCHING-LORICO
Chairperson
3 For the duration of the pandemic, the acceptance of direct cash payments at BSP teller counters are suspended.
FAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFAFA E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E ELVIRA E. DITCHCHCH
Chairpersonn
10
Section II. Instructions to Bidders
Notes on the Instructions to Bidders
This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.
11
1. Scope of Bid
The Procuring Entity, BANGKO SENTRAL NG PILIPINAS (BSP) invites Bids for the
One (1) lot Upgrading of Various Facilities at BSP Training Facility, Silang, Cavite, as
per BSP Terms of Reference, with Project Identification Number BAC-ITIO IN No.
2020-0096 dated 29 July 2020.
[Note: The Project Identification Number is assigned by the Procuring Entity based on
its own coding scheme and is not the same as the PhilGEPS reference number, which
is generated after the posting of the bid opportunity on the PhilGEPS website.]
The Procurement Project (referred to herein as “Project”) is for the construction of
Works, as described in Section VI (Specifications).
2. Funding Information
2.1. The GOP through the source of funding as indicated below for Y2020 in the
amount of Php5,503,000.00, inclusive of all applicable taxes and other charges.
2.2. The source of funding is: BSP Corporate Fund: Approved Budget of FMED
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 revised IRR, including its Generic Procurement Manual and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site,
determined the general characteristics of the contracted Works and the conditions for
this Project, such as the location and the nature of the work; (a) climatic conditions;
(b) transportation facilities; (c) nature and condition of the terrain, geological conditions
at the site communication facilities, requirements, location and availability of
construction aggregates and other materials, labor, water, electric power and access
roads; and (d) other factors that may affect the cost, duration and execution or
implementation of the contract, project, or work and examine all instructions, forms,
terms, and project requirements in the Bidding Documents.
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices
The Procuring Entity, as well as the Bidders and Contractors, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184
or other integrity violations in competing for the Project.
12
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.
5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current
prices using the PSA’s CPI, except under conditions provided for in Section
23.4.2.4 of the 2016 revised IRR of RA No. 9184.
A contract is considered to be “similar” to the contract to be bid if it has the
major categories of work stated in the BDS.
5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for
this purpose.
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the
2016 IRR of RA No. 9184.
6. Origin of Associated Goods
There is no restriction on the origin of Goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN.
7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by the
Procuring Entity as stated herein, but in no case more than fifty percent (50%)
of the Project.
The Procuring Entity has prescribed that: Subcontracting is not allowed.
7.2. Subcontracting of any portion of the Project does not relieve the Contractor of
any liability or obligation under the Contract. The Supplier will be responsible
for the acts, defaults, and negligence of any subcontractor, its agents, servants,
or workmen as fully as if these were the Contractor’s own acts, defaults, or
negligence, or those of its agents, servants, or workmen.
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time through videoconferencing/webcasting} as indicated in paragraph 6 of
the IB.
13
9. Clarification and Amendment of Bidding Documents
Prospective bidders may request for clarification on and/or interpretation of any part of
the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and receipt
of Bids.
10. Documents Comprising the Bid: Eligibility and Technical
Components
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.
10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent
office having jurisdiction over the foreign bidder’s affairs in the Philippines.
For Contracting Parties to the Apostille Convention, only the translated
documents shall be authenticated through an apostille pursuant to GPPB
Resolution No. 13-2019 dated 23 May 2019. The English translation shall
govern, for purposes of interpretation of the bid.
10.3. A valid PCAB License is required, and in case of joint ventures, a valid special
PCAB License, and registration for the type and cost of the contract for this
Project. Any additional type of Contractor license or permit shall be indicated
in the BDS.
10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers,
Materials Engineers, and Foremen) assigned to the contract to be bid, with their
complete qualification and experience data shall be provided. These key
personnel must meet the required minimum years of experience set in the BDS.
10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.
11. Documents Comprising the Bid: Financial Component
11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section IX. Checklist of Technical and Financial Documents.
11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
14
11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices
provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.
12. Alternative Bids
Bidders shall submit offers that comply with the requirements of the Bidding
Documents, including the basic technical design as indicated in the drawings and
specifications. Unless there is a value engineering clause in the BDS, alternative Bids
shall not be accepted.
13. Bid Prices
All bid prices for the given scope of work in the Project as awarded shall be considered
as fixed prices, and therefore not subject to price escalation during contract
implementation, except under extraordinary circumstances as determined by the NEDA
and approved by the GPPB pursuant to the revised Guidelines for Contract Price
Escalation guidelines.
14. Bid and Payment Currencies
14.1. Bid prices may be quoted in the local currency or tradeable currency accepted
by the BSP at the discretion of the Bidder. However, for purposes of bid
evaluation, Bids denominated in foreign currencies shall be converted to
Philippine currency based on the exchange rate as published in the BSP
reference rate bulletin on the day of the bid opening.
14.2. Payment of the contract price shall be made in Philippine Pesos.
15. Bid Security
15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security
in the amount indicated in the BDS, which shall be not less than the percentage
of the ABC in accordance with the schedule in the BDS.
15.2. The Bid and bid security shall be valid for [ONE HUNDRED TWENTY (120)
CALENDAR DAYS FROM THE DATE OF DEADLINE FOR
SUBMISSION OF BIDS]. Any bid not accompanied by an acceptable bid
security shall be rejected by the Procuring Entity as non-responsive.
16. Sealing and Marking of Bids
Each Bidder shall submit one copy of the first and second components of its Bid.
The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.
15
If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic copy
of its Bid, which must be digitally signed. An electronic copy that cannot be opened or
is corrupted shall be considered non-responsive and, thus, automatically disqualified.
THE GUIDELINES AND PROCEDURES FOR THE PREPARATION AND
SUBMISSION OF MANUAL AND ELECTRONIC BIDS ARE SPECIFIED IN
ANNEX “C”.
17. Deadline for Submission of Bids
The Bidders shall submit on the specified date and time and either at its physical address
or through online submission as indicated in paragraph 7 of the IB.
18. Opening and Preliminary Examination of Bids
18.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance. In case videoconferencing,
webcasting or other similar technologies will be used, attendance of participants
shall likewise be recorded by the BAC Secretariat.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.
18.2. The preliminary examination of Bids shall be governed by Section 30 of the
2016 revised IRR of RA No. 9184.
THE GUIDELINES AND PROCEDURES FOR THE OPENING OF BIDS ARE
SPECIFIED IN ANNEX “C”.
19. Detailed Evaluation and Comparison of Bids
19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of
all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC
shall consider the conditions in the evaluation of Bids under Section 32.2 of
2016 revised IRR of RA No. 9184.
19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated
in the BDS shall be received by the same deadline and opened and evaluated
simultaneously so as to determine the Bid or combination of Bids offering the
lowest calculated cost to the Procuring Entity. Bid Security as required by ITB
Clause 16 shall be submitted for each contract (lot) separately.
19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for all
the lots participated in by the prospective Bidder.
16
20. Post Qualification
Within a non-extendible period of five (5) calendar days from receipt by the Bidder of
the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall
submit its latest income and business tax returns filed and paid through the BIR
Electronic Filing and Payment System (eFPS), and other appropriate licenses and
permits required by law and stated in the BDS.
21. Signing of the Contract
The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall
form part of the Contract. Additional Contract documents are indicated in the BDS.
17
Section III. Bid Data Sheet
Notes on the Bid Data Sheet
The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in detail,
information, or requirements included in the ITB found in Section II, which are specific to each
procurement.
This Section is intended to assist the Procuring Entity in providing the specific information in
relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.
The Procuring Entity should specify in the BDS information and requirements specific to the
circumstances of the Procuring Entity, the processing of the procurement, and the bid evaluation
criteria that will apply to the Bids. In preparing the BDS, the following aspects should be
checked:
a. Information that specifies and complements provisions of the ITB must be incorporated.
b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated by the
circumstances of the specific procurement, must also be incorporated.
18
BID DATA SHEET If no further instruction is indicated in the Bid Data Sheet, the applicable clause in the
Instructions to Bidders (ITB) shall apply [Refer to Section II. ITB]
ITB Clause Supplemental Information / Requirements
5.2
Statement of the Bidder’s Single Largest Completed Contract (SLCC) similar to
the requirement shall be:
A. Similar contract refers to PRE-FABRICATED FENCE WORKS
AND/OR GENERAL CONSTRUCTION; and
B. IN THE AMOUNT OF AT LEAST 50% OF THE APPROVED
BUDGET FOR THE CONTRACT.
7.1 Subcontracting is not allowed.
10.3
Current and Valid PCAB License and registration for [“Building and/or Industrial
Plant” (project kind) with at least “Small B” (size range)].
If bidding as a Joint Venture (JV), a Special PCAB License must also be
submitted by the JV in addition to the PCAB License and registration of each JV
partner.
Notes:
i. A special license application for the JV may be accepted, provided that it is
filed at least five (5) working days before the date of bidding. (Resolution No.
186, Series of 2014 issued by the Department of Trade and Industry);
ii. All partners must submit a Valid PCAB license and registration, however,
only one (1) of the JV partners is required to meet the required size range
under said “project kind”.
10.4
List of contractor’s key personnel to be assigned to the contract to be bid,
complete with qualifications and experience data, as follows: (Use BSP-
prescribed form)
Personnel Professional Qualification/s
Project
Manager (PM)
Registered Civil Engineer or Architect with at least five
(5) years of experience in the construction industry
Project
Engineer (PE) /
Project-In-
Charge (PIC)
Registered Civil Engineer or Architect with at least three
(3) years of experience in the construction industry
Safety Officer
(SO)
Certified by an accredited safety organization in
Construction Occupational Safety and Health as
prescribed by Department of Labor and Employment
(DOLE) and must have at least three (3) years experience
as a Safety Officer in the construction industry.
19
Note: The PE or PIC can also be designated as the PM if he/she has at least
five (5) years of construction experience. The PM/PE/PIC shall be assigned at
the site to monitor and supervise the project at all times.
Each of the contractor’s Key Personnel must be supported by the following
documents:
a. Curriculum Vitae;
b. Valid (not expired) Professional Identification Card issued by the
Professional Regulation Commission for the PM and PE/PIC;
OR
If for Renewal, submit a copy of the following:
a. Recently expired Professional Identification Card; AND
b. Official Receipt as proof of payment for the application for renewal.
c. Certificate of Training on Construction Occupational Safety and Health
issued by a DOLE accredited training center/agency for the SO.
Note: In case the bidder needs to change any of its proposed key personnel, the
replacement must have the same or higher qualification and years of
experience as the personnel being replaced, subject to BSP approval.
10.5
List of contractor’s major equipment units, which are owned, leased, and/or under
purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, which must include the following equipment (Use
BSP-prescribed form):
a. Scaffoldings, complete set with accessories (platform/catwalk, caster
wheels, etc.); and
b. Power Tools (i.e. Electric/Portable Drill, Chipping Gun/Portable Jack
Hammer, Electric/Portable Grinder, Electric Sander/Planer).
12.0 Not applicable.
15.1
The bid security shall be in the form of a Bid Securing Declaration, or any of the
following forms and amounts:
a. The amount of not less than Php110,060.00 [the amount equivalent to two
percent (2%) of ABC], if bid security is in cash, cashier’s/manager’s check,
bank draft/guarantee or irrevocable letter of credit; or
b. The amount of not less than Php275,150.00 [the amount equivalent to five
percent (5%) of ABC] if bid security is in Surety Bond.
i. THE SURETY COMPANY SHALL NOT BE INCLUDED IN THE
GPPB’S NEGATIVE LIST OF INSURERS PURSUANT TO GPPB
GUIDELINES FOR THE ESTABLISHMENT OF NEGATIVE LIST OF
SURETY AND/OR INSURANCE COMPANIES [APPENDIX 29 OF
THE 2016 REVISED IRR].
ii. BID SECURITY (IN THE FORM OF SURETY BOND) ISSUED BY A
PRIVATE INSURANCE FIRM IS ACCEPTABLE PROVIDED THAT
THE SAID FIRM IS DULY AUTHORIZED BY THE INSURANCE
COMMISSION (IC) TO ISSUE SURETY BONDS AND HAS NOT
20
BEEN ISSUED A CEASE OR DESIST ORDER FROM THE IC OR IS
CURRENTLY NOT INCLUDED IN THE BLACKLISTED FIRMS.
iii. THE BSP HEREBY REQUESTS THAT THE SUPPLIER OBTAIN ITS
SURETY FROM THE ATTACHED LIST OF EVALUATED SURETY
COMPANIES.
FOR ONLINE OR ELECTRONIC BID SUBMISSION, THE BIDDER IS
ALLOWED TO SUBMIT SCANNED COPY OF THE BID SECURING
DECLARATION OR OTHER ACCEPTABLE FORMS OF BID SECURITY,
EXCLUDING CASH, SUBJECT TO SUBMISSION OF THE ORIGINAL
COPY THEREOF DURING POST-QUALIFICATION STAGE UNDER
ENVELOPE NO. 3.
19.2
Partial bid is not allowed. The infrastructure project is packaged in a single lot
and the lot shall not be divided into sub-lots for the purpose of bidding,
evaluation, and contract award.
20.0
Refer to Other Documents in the Checklist of Requirements for Bidders to be
submitted under Section 34.2 of the Revised IRR, as contained in Envelope No.
3.
21.0
Additional Documents that shall form part of the contract:
1. BSP Terms of Reference;
2. BSP Supplied Evaluation Matrix;
3. BSP Approved Plans and Drawings;
4. Winning Bidder’s financial bid, Bid Cost Sheet, Derivation of Unit Cost,
and Cash Flow by Quarter
5. Duly signed Construction Schedule, S-Curve and PERT-CPM Network
Diagram;
6. Duly signed Manpower Schedule;
7. Duly signed Construction Methodology in narrative form;
8. Undertaking from the contractor’s key personnel to be assigned to the
contract to be bid;
9. Bid Bulletin/s (if any);
10. Certification of Availability of Funds;
11. Instructions to Bidders;
12. Bid Data Sheet;
13. General Conditions of Contract;
14. Special Conditions of Contract;
15. Notice of Award;
16. Performance Security;
17. Warranty Security (if applicable); and
18. Contract Agreement
21
Section IV. General Conditions of Contract
Notes on the General Conditions of Contract
The General Conditions of Contract (GCC) in this Section, read in conjunction with the Special
Conditions of Contract in Section V and other documents listed therein, should be a complete
document expressing all the rights and obligations of the parties.
Matters governing performance of the Contractor, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in the
GCC and Special Conditions of Contract.
Any complementary information, which may be needed, shall be introduced only through the
Special Conditions of Contract.
22
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can be
reasonably inferred as being required for its completion as if such items were expressly
mentioned herein. All the provisions of RA No. 9184 and its 2016 revised IRR, including
the Generic Procurement Manual, and associated issuances, constitute the primary source
for the terms and conditions of the Contract, and thus, applicable in contract
implementation. Herein clauses shall serve as the secondary source for the terms and
conditions of the Contract.
This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the effectivity
of the said amendment.
2. Sectional Completion of Works
If sectional completion is specified in the Special Conditions of Contract (SCC),
references in the Conditions of Contract to the Works, the Completion Date, and the
Intended Completion Date shall apply to any Section of the Works (other than references
to the Completion Date and Intended Completion Date for the whole of the Works).
3. Possession of Site
3.1. The Procuring Entity shall give possession of all or parts of the Site to the
Contractor based on the schedule of delivery indicated in the SCC, which
corresponds to the execution of the Works. If the Contractor suffers delay or incurs
cost from failure on the part of the Procuring Entity to give possession in accordance
with the terms of this clause, the Procuring Entity’s Representative shall give the
Contractor a Contract Time Extension and certify such sum as fair to cover the cost
incurred, which sum shall be paid by Procuring Entity.
3.2. If possession of a portion is not given by the above date, the Procuring Entity will
be deemed to have delayed the start of the relevant activities. The resulting
adjustments in contract time to address such delay may be addressed through
contract extension provided under Annex “E” of the 2016 revised IRR of RA No.
9184.
4. The Contractor’s Obligations
The Contractor shall employ the key personnel named in the Schedule of Key Personnel
indicating their designation, in accordance with ITB Clause 10.3 and specified in the BDS,
to carry out the supervision of the Works.
The Procuring Entity will approve any proposed replacement of key personnel only if their
relevant qualifications and abilities are equal to or better than those of the personnel listed
in the Schedule.
23
5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both parties,
the successful Bidder shall furnish the performance security in any of the forms
prescribed in Section 39 of the 2016 revised IRR.
5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to RA
No. 3688 against any subcontractor be they an individual, firm, partnership,
corporation, or association supplying the Contractor with labor, materials and/or
equipment for the performance of this Contract.
6. Site Investigation Reports
The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred
to in the SCC supplemented by any information obtained by the Contractor.
7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2 of
the 2016 revised IRR, the Procuring Entity shall forfeit its performance security,
subject its property(ies) to attachment or garnishment proceedings, and perpetually
disqualify it from participating in any public bidding. All payables of the GOP in
his favor shall be offset to recover the costs.
7.2. The warranty against Structural Defects/Failures, except that occasioned-on force
majeure, shall cover the period from the date of issuance of the Certificate of Final
Acceptance by the Procuring Entity. Specific duration of the warranty is found in
the SCC.
8. Liability of the Contractor
Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as provided by the laws of the Republic of the Philippines.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.
9. Termination for Other Causes
Contract termination shall be initiated in case it is determined prima facie by the Procuring
Entity that the Contractor has engaged, before, or during the implementation of the
contract, in unlawful deeds and behaviors relative to contract acquisition and
implementation, such as, but not limited to corrupt, fraudulent, collusive, coercive, and
obstructive practices as stated in ITB Clause 4.
24
10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of RA
No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the Contractor’s
Bid shall be used for small additional amounts of work only when the Procuring Entity’s
Representative has given written instructions in advance for additional work to be paid for
in that way.
11. Program of Work
11.1. The Contractor shall submit to the Procuring Entity’s Representative for approval
the said Program of Work showing the general methods, arrangements, order, and
timing for all the activities in the Works. The submissions of the Program of Work
are indicated in the SCC.
11.2. The Contractor shall submit to the Procuring Entity’s Representative for approval
an updated Program of Work at intervals no longer than the period stated in the
SCC. If the Contractor does not submit an updated Program of Work within this
period, the Procuring Entity’s Representative may withhold the amount stated in
the SCC from the next payment certificate and continue to withhold this amount
until the next payment after the date on which the overdue Program of Work has
been submitted.
12. Instructions, Inspections and Audits
The Contractor shall permit the GOP or the Procuring Entity to inspect the Contractor’s
accounts and records relating to the performance of the Contractor and to have them audited
by auditors of the GOP or the Procuring Entity, as may be required.
13. Advance Payment
The Procuring Entity shall, upon a written request of the Contractor which shall be
submitted as a Contract document, make an advance payment to the Contractor in an
amount not exceeding fifteen percent (15%) of the total contract price, to be made in lump
sum, or at the most two installments according to a schedule specified in the SCC, subject
to the requirements in Annex “E” of the 2016 revised IRR of RA No. 9184.
14. Progress Payments
The Contractor may submit a request for payment for Work accomplished. Such requests
for payment shall be verified and certified by the Procuring Entity’s Representative/Project
Engineer. Except as otherwise stipulated in the SCC, materials and equipment delivered
on the site but not completely put in place shall not be included for payment.
15. Operating and Maintenance Manuals
15.1. If required, the Contractor will provide “as built” Drawings and/or operating and
maintenance manuals as specified in the SCC.
25
15.2. If the Contractor does not provide the Drawings and/or manuals by the dates stated
above, or they do not receive the Procuring Entity’s Representative’s approval, the
Procuring Entity’s Representative may withhold the amount stated in the SCC from
payments due to the Contractor.
26
Section V. Special Conditions
of Contract
Notes on the Special Conditions of Contract
Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in
providing contract-specific information in relation to corresponding clauses in the GCC found
in Section IV.
The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring Entity’s
country, the sector, and the Works procured. In preparing this Section, the following aspects
should be checked:
a. Information that complements provisions of the GCC must be incorporated.
b. Amendments and/or supplements to provisions of the GCC as necessitated by the
circumstances of the specific purchase, must also be incorporated.
However, no special condition which defeats or negates the general intent and purpose of the
provisions of the GCC should be incorporated herein.
27
SPECIAL CONDITIONS OF CONTRACT
GCC
Clause Supplemental Information / Requirements
2.0
Completion Period: The project shall be completed within one hundred eighty (180)
calendar days reckoned from the date stated in the Notice to Proceed to be issued by
Facilities Management and Engineering Department
4.1 Possession of the site shall be given to the contractor as specified in the BSP Terms of
Reference and BSP Approved Plans and Drawings.
5
The winning bidder is required, within ten (10) calendar days from receipt of the
Notice of Award, to submit the following:4
A. IF NOT SUBMITTED UNDER ENVELOPE NO. 1:
I. CURRENT AND VALID MAYOR’S/BUSINESS PERMIT;
II. ORIGINAL NOTARIZED PROOF OF APPOINTMENT OF
BIDDER’S AUTHORIZED REPRESENTATIVE;
III. ORIGINAL NOTARIZED STATEMENT OF ALL ONGOING
CONTRACTS (FORM NO. 2), IF APPLICABLE; AND
IV. ORIGINAL NOTARIZED OMNIBUS SWORN STATEMENT OF
THE BIDDER;
B. THE SECURITIES EXCHANGE COMMISSION (SEC) CERTIFICATE OF
REGISTRATION OF THE FOREIGN CORPORATION, OR THE SEC
CERTIFICATE OF REGISTRATION OF THE FOREIGN CONSULTING
FIRM, AND/OR THE AUTHORITY OR LICENSE FROM THE
APPROPRIATE GOVERNMENT AGENCY OR PROFESSIONAL
REGULATORY BODY OF THE FOREIGN PROFESSIONALS ENGAGING
IN THE PRACTICE OF REGULATED PROFESSIONS AND ALLIED
PROFESSIONS, WHERE APPLICABLE (REVISED AS PER GPPB
RESOLUTION NO. 25-2019); AND
C. Performance Security in any of the following acceptable forms:
4 Important Notice: Section 37.2.1. of the 2016 IRR of Rep. Act No. 9184 (Rep. Act No. 9184) requires the winning bidder to post
the Performance Security and enter into a contract with the procuring entity within ten (10) calendar days from receipt by the
winning bidder of the Notice of Award. It also requires the procuring entity to enter into contract with the winning bidder within
the same ten (10) day period, provided that all the documentary requirements are complied with. To enable the winning bidder
and the BSP to enter into contract within the ten (10) day period, the winning bidder is requested to post the Performance
Security not later than five (5) days from receipt thereof. The remaining five (5) days shall be allotted for the execution of the
Purchase Order/Job Order/Contract.
28
GCC
Clause Supplemental Information / Requirements
ACCEPTABLE FORMS OF
PERFORMANCE
SECURITY
AMOUNT OF
PERFORMANCE
SECURITY (NOT
LESS THAN THE
REQUIRED
PERCENTAGE OF
THE TOTAL
CONTRACT PRICE)
DETAILS/REMARKS
1. CASH OR
CASHIER’S/MANAGER’
S CHECK ISSUED BY A
UNIVERSAL BANK (UB)
OR COMMERCIAL
BANK (KB).
TEN PERCENT
(10%)
THE POSTED SECURITY
SHALL BE RETAINED
BY BSP FOR THE
DURATION OF THE
CONTRACT UNTIL ITS
COMPLETION. 2. BANK DRAFT /
GUARANTEE OR
IRREVOCABLE LETTER
OF CREDIT ISSUED BY
A UB OR KB:
PROVIDED, HOWEVER,
THAT IT SHALL BE
CONFIRMED OR
AUTHENTICATED BY A
UB OR KB, IF ISSUED
BY A FOREIGN BANK
(FOR A LIST OF UBS/KBS,
REFER TO
HTTP://WWW.BSP.GOV.P
H).
TEN PERCENT
(10%)
Valid from the date of
issuance of performance
security until issuance of
Certificate of Final
Acceptance by the end-
user.
CONDITIONS:
1. Must be valid until
issuance of the
Certificate of Final
Acceptance by the end-
user department;
2. Must guarantee the
faithful performance
under the contract in
accordance with the
bidding documents;
3. Posted in favor of the
Bangko Sentral ng
Pilipinas (BSP); and
4. Shall be forfeited in
case of default by the
supplier in any of its
obligations under the
contract.
3. SURETY BOND
CALLABLE UPON
DEMAND ISSUED BY A
SURETY OR
INSURANCE COMPANY
DULY AUTHORIZED BY
THE INSURANCE
COMMISSION TO ISSUE
SUCH SECURITY.
NOTES:
a. THE SURETY
COMPANY SHOULD BE
AUTHORIZED BY THE
INSURANCE
COMMISSIONER TO
GRANT AUTHORITY TO
PRIVATE INSURANCE
COMPANIES TO ACT AS
SURETIES IN
THIRTY PERCENT
(30%)
29
GCC
Clause Supplemental Information / Requirements
GOVERNMENT
TRANSACTIONS IN
ACCORDANCE WITH IC
CIRCULAR NO. 2014-24
DATED 28 MAY 2014.
b. THE SURETY
COMPANY SHALL NOT
BE INCLUDED IN THE
GPPB’S NEGATIVE LIST
OF INSURERS
PURSUANT TO GPPB
GUIDELINES FOR THE
ESTABLISHMENT OF
NEGATIVE LIST OF
SURETY AND/OR
INSURANCE
COMPANIES
[APPENDIX 29 OF THE
2016 REVISED IRR].
c. THE BSP SHALL NOT
ACCEPT SURETY BOND
WITH LIMITING
CONDITIONS.
d. THE BSP HEREBY
REQUESTS THAT THE
SUPPLIER OBTAIN ITS
SURETY FROM THE
ATTACHED LIST OF
EVALUATED SURETY
COMPANIES (SEE
ATTACHED LIST).
NOTES:
1. PERFORMANCE SECURITY (IN THE FORM OF SURETY BOND) ISSUED
BY A PRIVATE INSURANCE FIRM IS ACCEPTABLE PROVIDED THAT THE
SAID FIRM IS DULY AUTHORIZED BY THE INSURANCE COMMISSION
(IC) TO ISSUE SURETY BONDS AND HAS NOT BEEN ISSUED A CEASE OR
DESIST ORDER FROM THE IC OR IS CURRENTLY NOT INCLUDED IN THE
BLACKLISTED FIRMS.
2. FURTHERMORE, SURETY BOND WITH THE FOLLOWING OR SIMILAR
CONDITION/PHRASE SHALL NOT BE ACCEPTED:
A. “IN CASE OF DEFAULT OF THE PRINCIPAL, THIS BOND SHALL
ONLY ANSWER FOR THE DIFFERENCE IN THE BID PRICE OF THE
WINNING BIDDER AND THAT OF THE NEXT LOWEST COMPLYING
BIDDER OR THAT OF THE NEW WINNING BIDDER IN CASE OF RE-
BIDDING PLUS NECESSARY EXPENSES INCURRED BY THE
OBLIGEE IN THE RE-BIDDING WHICH LIABILITY SHALL IN NO
CASE EXCEED THE AMOUNT OF THE BOND”;
30
GCC
Clause Supplemental Information / Requirements
B. “THAT THE AMOUNT OF LIABILITY OF THE SURETY UNDER THIS
BOND IS LIMITED TO THE ACTUAL LOSS OR DAMAGE SUSTAINED
AND DULY PROVEN BY THE OBLIGEE”; OR
C. “IT IS HEREBY FURTHER AGREED AND UNDERSTOOD THAT NO
ACTION AT LAW OR EQUITY SHALL BE BROUGHT AGAINST THE
SURETY UNDER THIS BOND UNLESS THE SAME IS BROUGHT
BEFORE A COMPETENT COURT WITHIN ONE YEAR FROM THE
DATE SAID WRITTEN NOTICE OF ANY EXISTING OBLIGATION IS
RECEIVED BY THE SURETY, AS HEREIN STIPULATED.”
3. THE CONTRACT AWARDEE UNDERTAKES THAT, FOR ITS OWN
ACCOUNT, IT SHALL CAUSE THE EXTENSION OF THE VALIDITY OF THE
PERFORMANCE SECURITY WHEN THE IMPLEMENTATION OF THE
AWARDED CONTRACT HAS NOT YET BEEN ACCEPTED.
6.0 Not applicable.
7.2
The Contractor shall guarantee the upgrading, rehabilitation, and various repair works
done to be free from defects for one (1) year reckoned from the date of acceptance of the
project.
FORM OF WARRANTY SHALL BE IN ACCORDANCE WITH THE PROVISIONS
UNDER SECTION 62.2 OF THE 2016 REVISED IMPLEMENTING RULES AND
REGULATIONS OF REPUBLIC ACT NO. 9184.
10.0 No dayworks are applicable to the contract.
11.1 The Contractor shall submit the Program of Work to the BSP’s Representative within
ten (10) calendar days upon receipt of the Notice of Award.
11.2 The amount to be withheld for late submission of an updated Program of Work is one
percent (1%) of the gross amount due for payment.
13
Upon written request of the contractor, and subject to the requirements in Annex “E” of
the 2016 revised IRR of RA No. 9184, advance payment in amount not exceeding fifteen
percent (15%) of the total contract price shall be made in one (1) lump sum payment.
14 Materials and equipment delivered on the site but not completely put in place shall be
included for payment.
15.1 The date by which operating and maintenance manuals and “as-built” drawings shall be
submitted not later than ten (10) calendar days from the completion date.
15.2
The amount to be withheld for failing to submit and secure acceptance and approval of
“as built” drawings and/or operating and maintenance manuals by the date required is
two percent (2%) of the Contract Price.
31
Section VI. Specifications
Notes on Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond realistically
and competitively to the requirements of the Procuring Entity without qualifying or
conditioning their Bids. In the context of international competitive bidding, the
specifications must be drafted to permit the widest possible competition and, at the same
time, present a clear statement of the required standards of workmanship, materials, and
performance of the goods and services to be procured. Only if this is done will the objectives
of economy, efficiency, and fairness in procurement be realized, responsiveness of Bids be
ensured, and the subsequent task of bid evaluation facilitated. The specifications should
require that all goods and materials to be incorporated in the Works be new, unused, of the
most recent or current models, and incorporate all recent improvements in design and
materials unless provided otherwise in the Contract.
Samples of specifications from previous similar projects are useful in this respect. The use
of metric units is mandatory. Most specifications are normally written specially by the
Procuring Entity or its representative to suit the Works at hand. There is no standard set of
Specifications for universal application in all sectors in all regions, but there are established
principles and practices, which are reflected in these PBDs.
There are considerable advantages in standardizing General Specifications for repetitive
Works in recognized public sectors, such as highways, ports, railways, urban housing,
irrigation, and water supply, in the same country or region where similar conditions prevail.
The General Specifications should cover all classes of workmanship, materials, and
equipment commonly involved in construction, although not necessarily to be used in a
particular Works Contract. Deletions or addenda should then adapt the General
Specifications to the particular Works.
Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for goods, materials, and workmanship, recognized international
standards should be used as much as possible. Where other particular standards are used,
whether national standards or other standards, the specifications should state that goods,
materials, and workmanship that meet other authoritative standards, and which ensure
substantially equal or higher quality than the standards mentioned, will also be acceptable.
The following clause may be inserted in the SCC.
Sample Clause: Equivalency of Standards and Codes
Wherever reference is made in the Contract to specific standards and codes to be met by the
goods and materials to be furnished, and work performed or tested, the provisions of the
latest current edition or revision of the relevant standards and codes in effect shall apply,
unless otherwise expressly stated in the Contract. Where such standards and codes are
national, or relate to a particular country or region, other authoritative standards that ensure
32
a substantially equal or higher quality than the standards and codes specified will be accepted
subject to the Procuring Entity’s Representative’s prior review and written consent.
Differences between the standards specified and the proposed alternative standards shall be
fully described in writing by the Contractor and submitted to the Procuring Entity’s
Representative at least twenty-eight (28) days prior to the date when the Contractor desires
the Procuring Entity’s Representative’s consent. In the event the Procuring Entity’s
Representative determines that such proposed deviations do not ensure substantially equal
or higher quality, the Contractor shall comply with the standards specified in the documents.
These notes are intended only as information for the Procuring Entity or the person drafting
the Bidding Documents. They should not be included in the final Bidding Documents.
REFER TO THE ATTACHED BSP TERMS OF
REFERENCE and BSP SUPPLIED EVALUATION
MATRIX
33
Section VII. Drawings
REFER TO THE ATTACHED BSP PLANS AND
DRAWINGS.
34
Section VIII. Bill of Quantities
Notes on the Bill of Quantities
Objectives
The objectives of the Bill of Quantities are:
a. to provide sufficient information on the quantities of Works to be performed to
enable Bids to be prepared efficiently and accurately; and
b. when a Contract has been entered into, to provide a priced Bill of Quantities for use
in the periodic valuation of Works executed.
In order to attain these objectives, Works should be itemized in the Bill of Quantities in
sufficient detail to distinguish between the different classes of Works, or between Works of
the same nature carried out in different locations or in other circumstances which may give
rise to different considerations of cost. Consistent with these requirements, the layout and
content of the Bill of Quantities should be as simple and brief as possible.
Daywork Schedule
A Daywork Schedule should be included only if the probability of unforeseen work, outside
the items included in the Bill of Quantities, is high. To facilitate checking by the Entity of
the realism of rates quoted by the Bidders, the Daywork Schedule should normally comprise
the following:
a. A list of the various classes of labor, materials, and Constructional Plant for which
basic daywork rates or prices are to be inserted by the Bidder, together with a
statement of the conditions under which the Contractor will be paid for work
executed on a daywork basis.
b. Nominal quantities for each item of Daywork, to be priced by each Bidder at
Daywork rates as Bid. The rate to be entered by the Bidder against each basic
Daywork item should include the Contractor’s profit, overheads, supervision, and
other charges.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by
including a provisional sum in the Summary Bill of Quantities. Similarly, a contingency
allowance for possible price increases should be provided as a provisional sum in the
Summary Bill of Quantities. The inclusion of such provisional sums often facilitates
budgetary approval by avoiding the need to request periodic supplementary approvals as the
future need arises. Where such provisional sums or contingency allowances are used, the
SCC should state the manner in which they will be used, and under whose authority (usually
the Procuring Entity’s Representative’s).
35
The estimated cost of specialized work to be carried out, or of special goods to be supplied,
by other contractors should be indicated in the relevant part of the Bill of Quantities as a
particular provisional sum with an appropriate brief description. A separate procurement
procedure is normally carried out by the Procuring Entity to select such specialized
contractors. To provide an element of competition among the Bidders in respect of any
facilities, amenities, attendance, etc., to be provided by the successful Bidder as prime
Contractor for the use and convenience of the specialist contractors, each related provisional
sum should be followed by an item in the Bill of Quantities inviting the Bidder to quote a
sum for such amenities, facilities, attendance, etc.
Signature Box
A signature box shall be added at the bottom of each page of the Bill of Quantities where the
authorized representative of the Bidder shall affix his signature. Failure of the authorized
representative to sign each and every page of the Bill of Quantities shall be a cause for
rejection of his bid.
These Notes for Preparing a Bill of Quantities are intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They should not be included
in the final documents.
36
Section IX. Checklist of Eligibility (Legal,
Technical and Financial Documents), Financial
and Other Documents
Notes on the Checklist of Technical and Financial Documents
The prescribed documents in the checklist are mandatory to be submitted in the Bid, but
shall be subject to the following:
a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a State
of Calamity or other similar issuances that shall allow the use of alternate documents
in lieu of the mandated requirements; or
b. any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.
The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant to
Section 30 of the 2016 revised IRR of RA No. 9184.
FOR MANUAL SUBMISSION OF BIDS:
SUBMIT ONE (1) SET (ORIGINAL and PHOTOCOPY) OF ENVELOPE NO. 1,
CONTAINING THE ELIGIBILITY DOCUMENTS: LEGAL, TECHNICAL AND
FINANCIAL) & ENVELOPE NO. 2, CONTAINING THE FINANCIAL BID PROPOSAL.
FOR ELECTRONIC SUBMISSION OF BIDS:
1. Submit ENVELOPE 1 (ELIGIBILITY DOCUMENTS) and ENVELOPE 2
(FINANCIAL BID PROPOSAL) in separate zipped folders with different passwords (ie.
one (1) password for ENVELOPE 1 and another password ENVELOPE 2).
2. Password shall be known only to the bidder or its duly authorized representative/s shall
not be disclosed to any BSP personnel before the opening of bids.
3. Save the documents in compressed or zipped folder (use 7-zip compression tool).
4. Bid submission without electronic key or passwords shall be considered unsealed bid
submission while those which are not compressed is not complying with two-factor
security procedure and hence, shall be rejected during bid opening.
FOR THE DETAILED PROCEDURES, REFER TO ANNEX C. GUIDELINES ON
MANUAL AND ELECTRONIC SUBMISSION OF BIDS.
37
Checklist of Eligibility (Legal, Technical and
Financial Documents), Financial and Other
Documents
Title of Requirement : One (1) lot Upgrading of Various Facilities at BSP Training
Facility, Silang, Cavite, as per BSP Terms of Reference
Approved Budget for
the Contract (ABC)
: Php5,503,000.00, inclusive of all applicable taxes and other
charges
Bidder
:
__________________________________________________
ENVELOPE No. 1 - ELIGIBILITY ENVELOPE
Arrange your ELIGIBILITY DOCUMENTS with the FILE NAMES listed below (E-DOC1 to
E-DOC10). Save the documents in a zipped folder with password.)
(To be filled-up by the BSP Evaluator during the Preliminary Examination of Bids)
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
Class “A” Documents
I. LEGAL DOCUMENTS
1./E-DOC1
APPLICABLE TO A LOCAL BIDDER:
PHILIPPINE GOVERNMENT ELECTRONIC
PROCUREMENT SYSTEM (PHILGEPS)
PLATINUM MEMBERSHIP:
Current PhilGEPS Certificate of Registration -
Platinum Membership; and
Annex “A” showing the following documents:
Registration Certificate;
Y2020 Mayor’s/Business Permit,5 or in cases
of recently expired Mayor’s/Business Permit,
copy of recently expired Permit and Official
Receipt for renewal, subject to submission of
Business or Mayor’s permit after award of
contract but before payment; and
5 Or equivalent document of Mayor’s/Business Permit for Exclusive Economic Zones or Areas.
38
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
Current6 Tax Clearance Certificate (TCC);
7
Notes:
i. In case the bidder opted to submit their Class “A”
Documents, the Certificate of PhilGEPS
Registration (Platinum Membership) shall remain
as a post-qualification requirement to be submitted
in Envelope No. 3, in accordance with GPPB
Resolution No. 26-2017;
ii. The documents listed under Annex “A” must be
valid on bidding date. In case any of these
documents have expired, a valid document/s shall
be attached to the PhilGEPS Certificate of
Registration, otherwise the submission shall be
considered “failed”;
iii. If the Bidder claims preference as a Domestic
Bidder/Domestic Entity (if applicable)
oCertification from the Department of Trade
and Industry stating that the articles forming part
of its bid are substantially composed of articles,
materials, or supplies grown, produced, or
manufactured in the Philippines.
iv. If bidding as a Joint Venture (JV), all partners must
submit the document.
APPLICABLE TO A FOREIGN BIDDER:
o PHILIPPINE GOVERNMENT ELECTRONIC
PROCUREMENT SYSTEM (PHILGEPS)
PLATINUM MEMBERSHIP:
o Current PhilGEPS Certificate of Registration -
Platinum Membership including Annex A;
o Registration Certificate;
o Valid Mayor’s/Business Permit, or equivalent
document; and
o Current Tax Clearance Certificate (TCC) or
equivalent document;
6 The TCC must be valid or effective (not expired) on the date of the opening of bids and must be valid for BIDDING PURPOSES. Once
duly filed with the BIR, the Tax Clearance shall be accepted upon submission for all biddings that will be undertaken within the period of
effectivity of the Tax Clearance. However, the Bidder shall still submit a photocopy of the Tax Clearance and indicate therein that it has
already submitted the same to BSP as part of the Class “A” documents.
7 The TCC refers to the clearance issued by the Accounts Receivable Monitoring Division (ARMD) or appropriate office of the Bureau of
Internal Revenue, which is valid for bidding purposes, attesting that the taxpayer has no outstanding Final Assessment Notice and/or
delinquent account. As with other bidding requirements, the BSP validates the TCC as against the BIR list of entities with validly issued
TCCs.
39
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
o Certification from the relevant government
office of its country stating that Filipinos are
allowed to participate in their government
procurement activities for the same item/product
OR Copy of legislation from the country of the
bidder allowing foreign bidders to participate in
their government procurement, if applicable
Notes:
i. Foreign Bidder refers to a citizen of a foreign
country or an entity where Filipino ownership or
interest is less than sixty percent (60%) who is
engaged in the manufacture or sale of the
merchandise or performance of the general services
covered by his bid, as per Appendix 9 – Guidelines
in the Determination of Eligibility of Foreign
Suppliers, Contractors, and Consultants to
Participate in Government Procurement Projects, of
the 2016 Revised Implementing Rules and
Regulations of Rep. Act No. 9184.
ii. In case the bidder opted to submit their Class “A”
Documents, the Certificate of PhilGEPS
Registration (Platinum Membership) shall remain
as a post-qualification requirement to be submitted
in Envelope No. 3, in accordance with GPPB
Resolution No. 26-2017;
iii. The documents listed under Annex “A” must be
valid on bidding date. In case any of these
documents have expired, a valid document/s shall
be attached to the PhilGEPS Certificate of
Registration, otherwise the submission shall be
considered “failed”;
iv. The above documents or its equivalent document/s
may be substituted by the appropriate equivalent
documents in English, if any, issued by the country
of the bidder concerned. Otherwise, it must be
accompanied by a translation of the documents in
English issued by the relevant foreign government
agency, the foreign government agency authorized
to translate documents, or a registered translator in
the foreign bidder’s country; and shall be
apostilled8 in apostille countries or authenticated
8An Apostille is a certificate that authenticates the origin of a public document. It is issued by a country that is party to the Apostille
Convention to be used in another country which is also a party to the Convention. On 14 May 2019, the Philippines officially became
a party to the Apostille Convention. Authentication is still required for all Philippine documents to be used abroad, but this time
40
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
by the appropriate Philippine foreign service
establishment/post or the equivalent office having
jurisdiction over the foreign bidder’s affairs in the
Philippines; and
v. If bidding as a Joint Venture (JV), all partners must
submit the document.
II. TECHNICAL DOCUMENTS
2./E-DOC2
STATEMENT BY THE BIDDER OF ALL ITS
ONGOING GOVERNMENT AND PRIVATE
CONTRACTS as of 31 October 2020, including all
contracts awarded but not yet started, if any, whether
similar or not similar in nature and complexity to the
contract to be bid (Use BSP-prescribed Statement Form
No. 1 and/or Statement Form No. 2, whichever is
applicable).
The statement shall include, for each contract, the
following:
o i. Name of the client and description of project;
o ii. Contract reference and date;
o iii.Amount of contract and percentage of
accomplishment; AND
o iv.Value of outstanding contracts.
Notes:
a. Use Statement Form No. 1 (BSP-prescribed form) if
bidder’s ongoing government and private contracts
are not covered by a Non-Disclosure Agreement
(NDA);
b. Use Statement Form No. 2 (BSP-prescribed form) if
the bidder’s ongoing government and private
contracts are covered by NDA). The statement,
which must be NOTARIZED, must include, for
each contract, the following:
i. Indicative Aggregate Amount of the Contract;
ii. Percentage of Accomplishment; and
iii. Indicative Aggregate Value of Outstanding
Works/Undelivered Portion;
with an Apostille instead of an Authentication Certificate ("red ribbon") as proof of authentication. After authentication by the
Department of Foreign Affairs - Office of Consular Affairs (DFA-OCA), as Competent Authority, there is no more need for
authentication (legalization) by Foreign Embassies or Consulates except for countries that have not acceded to the Convention and
countries that objected to the Philippine accession (Source:https://www.dfa.gov.ph/dfa-news/dfa-releasesupdate/22280-
question-and-answer-and-infographics-onauthenticationthrough-apostille).
41
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
c. The Bidder is allowed to submit an unnotarized
Statement Form No. 2 subject to submission of the
NOTARIZED Statement Form No. 2 after award but
BEFORE payment;
d. Bidders shall include all ongoing contracts with the
BSP, including all contract/s awarded but not yet
started for the said period, if any;
e. The bidder shall declare the project name and
description, name of clients and contact details; and
f. If bidding as a JV, the Statement shall be submitted
by any of the JV partners.
3./E-DOC3
STATEMENT OF THE BIDDER’S SINGLE
LARGEST COMPLETED CONTRACT (SLCC)
SIMILAR TO THE CONTRACT TO BE BID (Use
BSP-suggested form). A similar contract refers to PRE-
FABRICATED FENCE WORKS AND/OR GENERAL
CONSTRUCTION.
The SLCC shall be supported by the following
documents:
o a. Copy of SLCC amounting to at least 50% of the
total ABC. (Contract/Agreement can be any or
all of the following: Contract/Job
Order/Purchase Order/Notice of Award/Notice
to Proceed);
Bidders under “Small A/B” category without
similar experience on the contract to be bid can
participate in the bidding, pursuant to Sec.
23.4.2.4 of the 2016 Revised IRR, provided
that it shall submit a list of the following:
i. at least three (3) any completed contracts;
and
ii. the corresponding Certificate of Satisfactory
Performance thereof.
o b. Proof of Completion and Acceptance for the
aforesaid SLCC [Certificate of Completion and
Acceptance/Satisfactory Performance; or
Owner’s Certificate of Final Acceptance issued
by the project owner other than the contractor
or Final Rating of least satisfactory
Constructors Performance Evaluation System
(CPES)]; and
42
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
o c. Bill of Quantities.
Notes:
a. The submitted document/s must show the following
mandatory information:
o i. Type or nature of the contract;
o ii. Contract cost is at least 50% of the ABC;
o o
iii.
iv.
Contract completion date; and
Contract must be performed satisfactorily.
b. If all details needed in items 3(a), 3(b) and 3(c) can
be established in a single document, the same is
acceptable as submission for the three (3) items;
c. A Filipino citizen/sole proprietorship, partnership,
corporation, or cooperative may submit a contract
which it previously entered into in partnership with
another person/entity as a JV in compliance with the
SLCC requirement, provided that such JV was
unincorporated or contractual in nature. Otherwise,
the contract of said JV shall not be considered as an
individual experience of any of the JV partners for
purposes of complying with the above technical
eligibility requirement; and
d. If the bidder’s single largest completed contract
similar to the requirement is covered by a
confidentiality agreement, it shall submit a
certification from its client stating the following
details:
o i. Name of client;
o ii Information of client;
o iii Nature/type of goods and services provided,
with the indicative amount of the contract;
o iv. The contract has been successfully
completed as of bidding date; and
o v. A statement that the disclosure of the
contract is restricted by a confidentiality
agreement.
e. If bidding as a JV, the statement shall be submitted
by any of the JV partners;
4./E-DOC4
PCAB LICENSE AND REGISTRATION
o 4.1 Current and valid PCAB License and
registration for “Building and/or Industrial
Plant” (project kind) with at least “Small
B” (size range).
43
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
o 4.2
If bidding as a Joint Venture (JV), a
Special PCAB License must also be
submitted by the JV in addition to the
PCAB License and registration of each JV
partner:
o PCAB of Partner ______
o PCAB of Partner ______
Notes:
i. A special license application for the JV
may be accepted, provided that it is
filed at least five (5) working days
before the date of bidding. (Resolution
No. 186, Series of 2014 issued by the
Department of Trade and Industry);
ii. All partners must submit a Valid
PCAB license and registration,
however, only one (1) of the JV
partners is required to meet the
required size range under said “project
kind”.
5./E-DOC5
BID SECURITY
o BID SECURING DECLARATION (BSD)
(USE GPPB-PRESCRIBED FORM); OR
ANY OF THE FOLLOWING FORMS AND
AMOUNTS (REFER TO CLAUSE 15.1 OF
BDS FOR APPLICABLE AMOUNTS):
o Cash or Cashier’s/Manager’s Check issued by a
UB or KB;
o Bank draft/guarantee or irrevocable letter of
credit issued by a UB or KB: Provided, however,
that it shall be confirmed or authenticated by a
UB or KB, if issued by a foreign bank (for a list
of UBs/KBs, refer to http://www.bsp.gov.ph);
OR
o Surety Bond callable upon demand issued by a
surety or insurance company duly authorized by
the Insurance Commission to issue such security.
44
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
Notes:
i. If Cash is posted as bid security, it must be put in a
separate envelope with amount stated therein,
sealed, and placed inside Envelope No. 1. If bid
security is paid through Union Bank OR
DEBIT/CREDIT/(VISA/MASTER) CARD
PAYMENT, a copy of the deposit slip or screenshot
of the online payment shall be included in Envelope
1.
ii. The Bidder is allowed to submit an unnotarized Bid
Securing Declaration, subject to submission of the
NOTARIZED Bid Securing Declaration during
post-qualification stage under Envelope No. 3.
iii. FOR ONLINE OR ELECTRONIC BID
SUBMISSION, THE BIDDER IS ALLOWED TO
SUBMIT SCANNED COPY OF THE BID
SECURING DECLARATION OR OTHER
ACCEPTABLE FORMS OF BID SECURITY,
EXCLUDING CASH, SUBJECT TO
SUBMISSION OF THE ORIGINAL COPY
THEREOF DURING POST-QUALIFICATION
STAGE UNDER ENVELOPE NO. 3.
iv. If bidding as a JV, the document/s shall be
submitted by any of the JV partners.
6./E-DOC6
TECHNICAL SPECIFICATIONS/TERMS OF
REFERENCE
o
a. Organizational chart for the project
Note: If bidding as a JV, any of the partners
shall submit the documents.
o
b. List of contractor’s key personnel to be
assigned to the contract to be bid, complete
with qualifications and experience data, as
follows: (Use BSP-prescribed form)
Name and
Position of
Personnel
Qualification
o Project
Manager (PM)
Registered Civil
Engineer or Architect
with at least five (5)
45
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
o
o
years of experience in the
construction industry
Curriculum Vitae
PRC License
o Project
Engineer (PE) /
Project-In-
Charge (PIC)
o
o
Registered Civil
Engineer or Architect
with at least three (3)
years of experience in the
construction industry
Curriculum Vitae
PRC License
oSafety Officer
(SO)
o o o
Certified by an
accredited safety
organization in
Construction
Occupational Safety and
Health as prescribed by
Department of Labor and
Employment (DOLE)
and must have at least
three (3) years
experience as a Safety
Officer in the
construction industry.
Curriculum Vitae
PRC License
Training Certificate for
Construction
Occupational Safety
and Health issued by a
DOLE accredited
training center/agency
Notes:
1. The PE or PIC can also be designated as
the PM if he/she has at least five (5) years
of construction experience. The
PM/PE/PIC shall be assigned at the site to
monitor and supervise the project at all
times.
2. If the PRC is expired or for renewal,
submit a copy of the following:
46
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
a. Recently expired Professional
Identification Card; AND
b. Official Receipt as proof of payment for
the application for renewal.
o
c. List of contractor’s major equipment units,
which are owned, leased, and/or under
purchase agreements, supported by proof of
ownership, certification of availability of
equipment from the equipment
lessor/vendor for the duration of the
project, as the case may be, which must
include the following equipment (Use BSP-
prescribed form):
a. Scaffoldings, complete set with
accessories (platform/catwalk, caster
wheels, etc.); and
b. Power Tools (i.e. Electric/Portable
Drill, Chipping Gun/Portable Jack
Hammer, Electric/Portable Grinder,
Electric Sander/Planer).
o
d.
CONFORMITY to BSP Terms of
Reference (TOR) or the Revised BSP TOR,
if subsequently issued through a Bid
Bulletin (15 pages)
Note: The above document must be
signed/initialed by the bidder’s
authorized representative/s on the
appropriate portions and submitted as
part of the Technical Documents.
o
e.
DULY ACCOMPLISHED BSP Supplied
Evaluation Matrix (BSPSEM) or the
Revised BSPSEM, if subsequently issued
thru a Bid Bulletin (4 pages)
Notes:
i. Bidder shall indicate under Column 2
the specifications of its actual offer and
under Column 3, the documents that
will support its statement in Column 2;
and
47
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
ii. The above documents must likewise be
signed/initialed by the bidder’s
authorized representative/s on the
appropriate portions and submitted as
part of the Technical Documents.
o
f.
Bidder’s proof of offer (containing all the
technical information listed in the attached
BSPSEM and other relevant information)
necessary for post-qualification, in any of
the following:
o a. Original or copy of the printed product
brochure(s) from the manufacturer; or
o b. Printed product brochure(s)
downloaded from the internet with
indication of its source (e.g. website);
or
o c. Manufacturer’s Catalog Data of the
materials/equipment to be installed
with highlights on the data conforming
to the BSP Specifications; AND
IF SPECIFICATIONS/FEATURES CANNOT
BE SUPPORTED BY PRODUCT
BROCHURES OR MANUFACTURER’S
CATALOG:
o a. Certification from the
Manufacturer confirming the
specifications of the items
stated in the bidder’s duly
accomplished BSPSEM; or
o b. Product Demonstration/
Sample (if applicable); or
o c. Reference Site.
o
g. BSP approved Plans and Drawings or the
Revised BSP approved Plans and
Drawings, if subsequently issued thru a Bid
Bulletin (17 pages)
7. /E-DOC7
o OMNIBUS SWORN STATEMENT (OSS) of the
bidder containing the following: (Use GPPB
48
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
prescribed form as per GPPB Resolution No. 16-
2020)
o a. Appointment of the Bidder’s Authorized/
Designated Representative;
o b. Authority of the Bidder’s Authorized/
Designated Representative;
o c. Non-inclusion in the Blacklist;
o d. Authenticity of the Submitted
Documents;
o e. Authority to Validate Submitted
Documents;
o f. Disclosure of No Relationship;
o g. Compliance with Labor Laws and
Regulations;
o h. Bidder’s Responsibilities;
o i. Compliance with GPPB Resolution No.
22-2013 in relation to BSP’s “No Gift
Policy” under Office Order No. 0485,
Series of 2014; AND
o j. PROVISION ON ADVANCE
PAYMENT
Notes:
i. Omission of any of the aforesaid provisions in the
OSS shall be considered as “failed”;
ii. The Bidder is allowed to submit an unnotarized
OSS, subject to submission of the NOTARIZED
OSS after award but BEFORE payment;
iii. FOR ONLINE OR ELECTRONIC BID
SUBMISSION, THE BIDDER IS ALLOWED TO
SUBMIT SCANNED COPY OF THE OSS,
SUBJECT TO SUBMISSION OF THE
ORIGINAL COPY THEREOF DURING POST-
QUALIFICATION STAGE UNDER ENVELOPE
NO. 3;
iv. REFER TO THE BSP WEBSITE FOR THE LIST
OF BSP PERSONNEL INVOLVED IN THE
PROCUREMENT. FOR THE LIST OF BSP
PERSONNEL INVOLVED IN PROJECT,
REFER TO THE BSP TERMS OF REFERENCE
(FOR DISCLOSURE OF NO RELATIONSHIP);
AND
v. If bidding as a JV, all partners must submit the
document.
49
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
AND
o PROOF OF APPOINTMENT OF BIDDER’S
AUTHORIZED REPRESENTATIVE/S
o NOTARIZED Certificate issued by the
Corporate Secretary (for
Corporation/Cooperative/Joint Venture) or
issued by the Managing Partner or President (for
Partnership), attesting the appointment of the
bidder’s representative/s (Refer to Sample
Form); OR
o NOTARIZED Special Power of Attorney, for
Sole Proprietorship (Refer to Sample Form).
Notes:
a. The Proof of Appointment of Bidder’s
Authorized Representative/s shall include,
among other things, the following details:
i. Resolution Number/Order;
ii. Government-issued ID of the Affiant;
and
iii. Government-issued ID of the
Authorized Representative/s with
Specimen Signature
b. If bidding as a JV, which is already formed,
JV can submit one NOTARIZED Certificate
appointing bidder’s representative/s;
c. The Bidder is allowed to submit an
unnotarized Proof of Appointment of
Bidder’s Authorized Representative/s
(Proof of Appointment) subject to
submission of the NOTARIZED Proof of
Appointment prior to execution of the
Purchase Order/Job Order or Contract, if the
bidder’s representative will be the one to
sign the same on behalf of the winning
bidder;
d. Frequent or past bidders of the BSP who
maintain or retain the same bidders’
representative can submit a copy of the same
Secretary’s Certificate or SPA used in
another bidding.
50
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
III. FINANCIAL DOCUMENTS
8./E-DOC8
o BIDDER’S AUDITED FINANCIAL STATEMENT
(AFS), showing, among others, the Bidder’s total
and current assets and liabilities, stamped “received”
by the BIR or its duly accredited and authorized
institutions, for the preceding calendar year which
should not be earlier than two (2) years from the date
of bid submission
Notes:
i. Submission of a consolidated AFS is allowed,
provided, that the data for the participating Bidder
can be extracted to establish the financial capacity of
the Bidder;
ii. If bidding as a JV, the AFS shall be submitted by any
of the JV partners.
9./E-DOC9
o COMPUTATION OF NET FINANCIAL
CONTRACTING CAPACITY (NFCC) which must
be at least equal to the ABC, based on submitted AFS
under Annex A of PhilGEPS Certificate or submitted
AFS under item8/E-DOC8, computed as follows:
NFCC = [(Current assets minus current liabilities)
(15)] minus the value of all outstanding or
uncompleted portions of the projects under
ongoing contracts, including awarded contracts yet
to be started, coinciding with the contract to be bid.
Notes:
a. The values of the domestic bidder’s current assets
and current liabilities shall be based on the latest AFS
submitted to the BIR; and
b. If bidding as a JV, the document shall be submitted
by any of the JV partners provided, that the partner
responsible to submit the NFCC shall likewise
submit the Statement of all ongoing contracts and
AFS.
51
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
S
S
F
A
I
L
REMARKS
Class “B” Documents
10./E-DOC10.
If bidding as a Joint Venture (JV), the JV must submit a
Valid JV Agreement (JVA) showing that Filipino
ownership or interest of the JV concerned shall be at
least 60%.
Note: Due to requirement under Item 4./E-DOC4, the JV
must already be in existence at the time of
bidding.
Checked by: ________________________
Signature Above Name
Date: ____________________________
52
ENVELOPE NO. 2 –FINANCIAL PROPOSAL ENVELOPE
FOR MANUAL SUBMISSION OF FINANCIAL PROPOSALS:
THE MANUAL FINANCIAL BID FORM INCLUDING ALL ATTACHMENTS (IF
ANY) SHALL BE SIGNED/INITIALED/E-SIGNED BY THE BIDDER OR
BIDDER’S AUTHORIZED REPRESENTATIVE/S ON EACH AND EVERY PAGE.
FAILURE TO DO SO SHALL BE A GROUND FOR REJECTION OF THE BID.
FOR ELECTRONIC TRANSMITTAL OF FINANCIAL PROPOSALS (E-
DOCUMENT):
THE ELECTRONIC FINANCIAL BID FORM INCLUDING ALL ATTACHMENTS
(IF ANY) SHALL CONTAIN THE E-SIGNATURE OF THE BIDDER’S
AUTHORIZED REPRESENTATIVE/S ON EACH AND EVERY PAGE. FAILURE
TO DO SO SHALL BE A GROUND FOR REJECTION OF THE BID.
For organized checking of e-documents, arrange the FINANCIAL PROPOSAL
DOCUMENTS with the file name as listed below (i.e. F-DOC1, F-DOC2 and so on,
corresponding to the list below). Save the documents in a zipped folder with password.
In case one or more of the requirements in Envelope No. 2 is missing, incomplete or patently
insufficient, and/or if the submitted total bid price exceeds the ABC, the BAC shall rate the bid
as “failed”. (Sec. 30.2, Rule IX, IRR)
Bids not addressing or providing all the required items in the Bidding Documents including,
where applicable, Bid Cost Sheet and Derivation of Unit Cost, shall be considered non-
responsive and, thus, automatically disqualified. In this regard, where a required item is
provided, but no price is indicated, the same shall be considered as non-responsive, but
specifying a “0” (zero) or “-” (dash) for the said item would mean that it is being offered for
free to the government, except those required by law or regulations to be provided for. (Sec
32.2.1(a), Rule IX, IRR) To ensure completeness of the bid, bidders must ensure that ALL
items, columns or matrices in the prescribed forms are appropriately filled-up and no item,
column, or matrix is left blank.
Further, bidders are not allowed to revise the quantities/unit of measurement indicated therein.
However, during the conduct of bid evaluation, if quantity/unit of measurement is revised, the
bid shall be recalculated based on the quantities/unit of measurement indicated in the final Bid
Cost Sheet and Derivation of Unit Cost. This is to ensure that all bids are evaluated on equal
footing pursuant to Section 32.2.2 of the 2016 Revised IRR.
CONTENTS OF
DOCUMENT
P
A
S
S
F
A
I
L
REMARKS
1./F-DOC1
Original of duly signed and accomplished
FINANCIAL BID FORM, (Use prescribed form)
53
2./F-DOC2
Original of duly signed and accomplished Bid Cost
Sheet (Use prescribed form)
3./F-DOC3
Original of duly signed and accomplished Derivation
of Unit Cost (Use prescribed form)
4./F-DOC4
Original of duly signed Cash Flow by Quarter
Checked by: ________________________
Signature Above Name
Date: _____________________________
54
ENVELOPE No. 3 – OTHER DOCUMENTS REQUIRED FROM THE
LOWEST/SINGLE CALCULATED BIDDER (L/SCB) UNDER SECTION 34.2 OF
THE REVISED IRR
· Documents must be submitted within five (5) calendar days from receipt of
notice/advice from the BAC.
· The bidder may also opt to submit the documents on date of bidding.
· Documents may be submitted manually or electronically (except items 6 and 7).
SUBMITTED NOT
SUBMITTED During
bidding
During post-
qualification
1. Y2019, INCOME TAX RETURNS (ITR) duly filed thru
Electronic Filing and Payment System (eFPS) of the
BIR, as provided for under Executive Order (E.O.) No.
398 or Revenue Regulations (RR) 3-2005, together with
the Filing and Payment References.
Note: If bidding as a JV, all partners shall submit the
document.
2. BUSINESS TAX RETURNS (Quarterly Value-Added
Tax Form 2550-Q) for the quarter ending 30 June 2020
or 30 September 2020, if available, per RR 3-2005.
Note: If bidding as a JV, all partners shall submit the
document.
3. COMPANY PROFILE indicating the following:
a. Current composition of the Board of Directors;
b. Principal Officers;
c. Principal Stockholders; and
d. Line of works / services.
Note: If bidding as a JV, all partners shall submit the
document.
Additional requirement applicable only to a Bidder
who/which is a previous/current supplier of BSP:
4. CERTIFICATE OF SATISFACTORY
PERFORMANCE issued by the end-user department for
the following, if any:
a. Most recent completed BSP project; and
b. All ongoing BSP project/s with at least 20%
accomplishment.
Note: If bidding as a JV, all partners shall submit the
document.
55
SUBMITTED NOT
SUBMITTED During
bidding
During post-
qualification
5. CURRENT PHILIPPINE GOVERNMENT
ELECTRONIC PROCUREMENT SYSTEM
(PHILGEPS) PLATINUM MEMBERSHIP, in case said
document was not submitted in Envelope No. 1.
Note: If bidding as a JV, all partners shall submit the
document.
6. ORIGINAL COPY OF NOTARIZED BID SECURING
DECLARATION (BSD) or any one of the following
acceptable forms of Bid Security, in case an unnotarized
or scanned document was submitted in Envelope No. 1:
o Cash or Cashier’s/Manager’s Check issued by a UB
or KB;
o Bank draft/guarantee or irrevocable letter of credit
issued by a UB or KB: Provided, however, that it
shall be confirmed or authenticated by a UB or KB,
if issued by a foreign bank (for a list of UBs/KBs,
refer to http://www.bsp.gov.ph); OR
o Surety Bond callable upon demand issued by a
surety or insurance company duly authorized by the
Insurance Commission to issue such security;
Notes:
a. If Cash is posted as bid security, it must be put in a
separate envelope with amount stated therein, sealed,
and placed inside Envelope No. 3. If bid security is
paid through Union Bank OR
DEBIT/CREDIT/(VISA/MASTER) CARD
PAYMENT, a copy of the deposit slip or screenshot
of the online payment shall be included in Envelope
3.
b. If bidding as a JV, the document/s shall be submitted
by any of the JV partners.
7. ORIGINAL COPY OF OMNIBUS SWORN
STATEMENT (OSS), in case scanned copy thereof was
submitted in Envelope No. 1 for online or electronic bid
submission.
Notes:
a. Omission of any of the aforesaid provisions in the
OSS shall be considered as “failed”;
b. If bidding as a JV, all partners must submit the
document.
56
SUBMITTED NOT
SUBMITTED During
bidding
During post-
qualification
8. Construction Schedule, S-Curve and PERT-CPM
Network Diagram.
9. Manpower Schedule.
10. Construction Methodology in narrative form.
11. Undertaking from the contractor’s key personnel to be
assigned to the contract to be bid. (Use BSP form as
guide).
Received by: _______________________
Signature Above Name
Date: ____________________________
IMPORTANT NOTICE:
1. In case of any inconsistency between the Invitation to Bid (IB) and all other documents, the IB shall
prevail. In case of inconsistency between the listed documents in the Instructions to Bidders (ITB)
and the Bid Data Sheet (BDS) and Checklist of Requirements for Bidders, the ITB and BDS shall
prevail;
2. The scanned actual signature of the authorized representative of the prospective bidder, cropped and
pasted handwritten signatures, adobe-created signatures, unique figures and symbols and stamped
signatures are ACCEPTABLE as e-signatures. However, text-typing the name of the bidder and/or
the words “SGD. or ORIGINAL SIGNED” and the like without distinctive features are NOT
ACCEPTABLE; and
3. An electronically signed document submitted by the bidder shall be presumed to belong to that of
the bidder if signed by its duly authorized representative and sent to the email of the Bid Recipient.
57
BIDDING FORMS
(TO BE SUBMITTED DURING BIDDING)
File Name
for Bid
Submission
DESCRIPTION OF DOCUMENT
1 E.DOC2 Statement of On-going Government and Private
Contracts
A. Statement Form No. 1.
B. Statement Form No. 2.
2 E.DOC3 Statement of Single Largest Completed Contract
Similar to the Requirement
3 E.DOC5 Bid Securing Declaration
4 E.DOC7 Omnibus Sworn Statement
Proof of Appointment of Bidder’s Authorized
Representative
1. Secretary’s Certificate (Notarized/Unnotarized)
2. Special Power Attorney (Notarized/Unnotarized)
6 F-DOC1 Financial Bid Form (signed on every page)
7 F-DOC2 Bid Cost Sheet (signed on every page)
8 F-DOC3 Derivation of Unit Cost (signed on every page)
9 F-DOC4 Cash Flow by Quarter (signed on every page)
CONTRACT FORMS
(TO BE SUBMITTED BY THE WINNING BIDDER)
File Name DESCRIPTION OF DOCUMENT
1 NOA Notice of Award with Conformity
2 PSD Performance Securing Declaration (Allowed During
State of Calamity)
3 CONTRACT Contract Agreement
4 JVA If JV: Joint Venture Agreement (Sample Only)
58
ANNEXES
ANNEX GUIDELINES AND PROCEDURES
A Procedures in the Payment of Bidding Documents
B Guidelines in the Conduct of Pre-Bid Conference
C Guidelines in the Preparation, Submission of Bids
(Manual and Electronic) and Opening of Bids
59
60
61
�
��������
� � � � � � � � � ��������
�
��������� ����������������� �� ������������
� �� �����������������
���������������� �� ���������������������� ������� ��������� ������������ ��������
�� �� ������ �� ������������������� !"# �$� �%&� ��"����"���� !"# �$� ��� � ���� ���� ���
����������� ����������� ����� ����� � �� ������������� ������ �������������!����
"���#�� ����#���#��$������������%��!���������� � � ���"''' ��� !"# �$$#�&�������������
� �� ����������� ��$�()*))) ))#��
����
���������� ��+ ������ ���
�����,�������������--������������-������������������������ ������ ������ �� ������
��� �� ���"'�#��*���"������#����&&���������%�".��!�&��"���/��$����&�&"�.0�%���1������2�����
"%��3(4�&�/���1"����$��&��&2�%��1"���.�0����"%��%&�"��%�%!�"1���&� �
�
�����(,�
'���������()��������������*�")�$�����������+�!������ ����������������������� !"# �$�
������"����"���� !"# �$����� �� ������������� ��,��
> +�������-����"� ����$�
> .�� �� �� ��������
> .�� ��������-������
> ���/���-����"������� ������ ������ � ���� �$#� ���� �� �������������� 2"�� ���0�0�
������ �� ���������� � ������������ ������ ������ � ���� �#�
�����5,��
������ ���� � �� ������������������)��� ���������� ������������������ ������� ��������
����������������������+�!������ ����"123$"4$251�36789385592564$�������������� ����
������������������� !"# �$� � ���� ���)����� �#�.�� ������� ������ �� �� ��� ���� ����)��
����9��� ���� � �� ��������%��������������:; -&��< ���& #��
�
���
�
�
�
�
���������������������������������������� ���������������������=�������� ����0���������� �������������� �������������� ����������,�
�$ �� ���'�� �� ���� ��! +9�&�9)��������������������0��� ������� ����� �����>������
�$ ��'�+�� � �������'�� �� ���"��'�=����-�#�3252$0� ������ �����#�
�
������������������� ��
�
��
�����6,�����������������������������-��
�# . �������� ���+����� ��������?�<� ������%��������� � �� ���"<��$�
�# +������+���%�� ��)�������+������")&+$�� ���������� ������<����������
�# )�� ������% ���� ����������"����������������������������$�
• ��/0�%��1"�+��22��,������%��!���������� � � ���
• 2��%����0�,���� ������������ �������������
• �0".%�,��� �� ����� �����)���������������
• ����1���%����.0���,��� �� ����� �����)����������"���������)�$�
• ��0��7�,� ��� ���� �� ���� ��� ��� ��� ��� ��"8���� ��0�� ��� � ����� �
��� � �� ������"�#�#0�()�� ���=��� ���*$�
�
3# . ����� 9+��� �". �9;���$�+������������
• +� ��� � �� ��� <��� ������� ���� ���� ��� ��� ������� ��� . �9;���+����
��������������
• ���������!��@�� ����''' ��� !"# �$�
• +� �%�-)�!�������������A� �%�B �%�
• ��������)������������������� ������ �������� ���������� �%����� ���!������
����)�� ���
�
�
�
�
�
�
�
�
����� ������� � ���� ����0� ��� '��� �� � � ������#� �� �� ��� ���� �� ����
������ ��������� �� �������+�!������ ����������������������� !"# �$�
�%&��"��$����"�.��0�%��11���������"����"���� !"# �$#�
�
�"��,�=���������������������0����� ������ ������� ��������� ���� � �� ���� ������������
)�� � ���'��� �#�
2# . ���!��C����)�� ��D������������������"������#����&&��������$�!$2/��%�".��!�&��"���/��$�".!$��$����/0�%��$�%%�2��
�� �� ���������������������3������������������ ��� ������!��C)������ � ���
�� ���� �� ����� ����#� ��� �E����� ����� � ��������� �������0� ������ ���
� ����9���� ��� ��� ��� ������� ��� �!�D� +��� ��������� ���� �������� ��
������ ��� ��+0� ������� ��� ��+�!������ �� ���9��� �����������)�� ��0� �� ����
���"3$����� ������������� ����� ����� �����������������#�
&����� ���!�������,�7,55��;�?�3,55��#;#0�;��������&�������
�������������� ����!��������"���#$�$�����%�$���&'�"$ ��� ����� ��� �'� (�����%�$ �����������
��%$�� ������$����"���&��������� ������ (�����)*�����!!�%�����+�����!���,-)./��
�����9,��
!��� � �� ����� ��� ������ ��� ������� " #�#0� � ��� ������� !� �0� �������� ��� ������ ���
��� ��9��� ��� ������0� ��� ����� ��� ��� )�� � ��� '��� �$� �� ��� ��+� !������ �� ���"�� �"� "��
�"!��$���'��$��$���.�0����"%�"1���&&�%!�&"�.0�%��#���
� ��������� ������
�
�# &��� �!�� ���� ��� ��� +�� � �� ��� ��� ��� ������� ��� +���������9;�� ��� ���9���
!��� ��� ���� )��� ��� ��� � �� ���� ������� ��� +���%�� �� ���������#� ������ ���
� ��������� �� �� ��� ��� � ��� �� � �9� �� ����� �9� ��� �� �9-� ��� ���� ��� ���
�!����� ����������������� � �#���
3# ��� ����� ���� �0� ���� ����� � �� ������� �� ��� ���������� ���� ��� ; ������ &����
������ ��0� ���� ��� ��� ��� �� �������� �� ��� ��+�!������ �� �� ��������������
����� !"# �$0����������!�D��&���������������������� ����#�
�
�
�
�
�
�
�
��������
�
�� ��- ���� ������������������ �����������
�# @ �� ���� ���������� ��� �� ��� � ��� ��� ������0� ����� �������0� ����� ��
+���������0� ��������� ��������0� ����� ������ �� ��� ������� ��� ������������ ����� ��
����������*� ��� ��� ������������ ��� ��� � ������������ ��#� &��� ���0� ��� ���� ��� ���
�������������������� ����������������������� ��" #�#0� ��� � ������ �0�'�����
���� E��� �����������0�������$���� ������� ����� ������� �#�
3# �� ��� �� ��� ��������� ����� �� ����������0� ������ ��� � ����� ����� �� ��� �� ��
��� ��� �� ��� � ���� �� ��� ��������� ����� �� ����������� ��� ��� ��9��� �� ���
�� �������� ������ ����������� �������������� ��� �� � �������� � ������������
��#������� ���� ��������� �� �� ����� � ���� �� �������� �� ����������� �����������
� ���� � ��#�
2# ��� � �� ��� � ����� ���� � ����� ����������� �� ��������� ��� � �� ��� �������� �����
����!������� �� �!���� �#�
F# =����E��� ����������������+���������9;�� ��0����� ��������������E�������������
������������ � ����������������� ����� �� ������������������� �������� ���
��������������+���������9;�� ��#�� ��������������� ����� ����������������
���� � �� ��� �� �������� �� ���� ���� "�$� ���� �� ��� �� ��� ���� ��� ����� ��
+���������9;�� ��� �� ������������������� !"# �$� �%&� �"� ��"����"���� !"# �$#�
��� � �� ��� � ����� ���� ���� ��� ��� ��� ��� ���� ��� ��� � �� ��� ��� ��� ��� ��0�
�� ��� ����� ����� ���� ��� ���; ���#� &��� � �� ��� � ��� ����� ��� ��� �����������
���� ������ ��� ����� ����� 0� �� ������� �������0� ���� ��� ���
���� �9���� � �� ������� ������������������ ���� ����#�
4# &���� ���� ����� ��� ����� �� ��� � ���� �� ��� ����� �� ����������� ���� ��� ��� �
����������������� ��� �#�
1# &���� ��������������� ����������������������������� ����������������� ���� �����
������������� ���"4$��������������������������� ������������0�������� ��������#�
&������������� %�� ���������� �������� ���������!�#�
�
������ ��������� ����� ����������
�
�# &��� ���������� ����� ��+���������9���� � � � � �9���� � �����;�� ��� ����� ��� �������
��� ��� ������������ ��� ��� � ������������ ��� � ��� ��� ����"�"1�� ���0�� �2��1"�0#�
����������� ���������������� ��,�
�
�
%���.���"%���"�
�����������%!��.��2����+��&&����
�
��� � �� ��� � ����� ���� �������� �� ��� � �� �� ������ ������ ��� ����
��� �� ������� �� ��� ���� ���� ��� � ������������ ��� �� ��������������
����� !"# �$0� ��� 2����� "%�� 3(4� &�/� ��1"��� �$�� �"%&.��� "1� ����#��/� ���� ���
�
%���.���"%���"�
�����������%!��.��2����+��&&����
�
��� ��������� ��� �� � �� �
�
)���� "%�� 3(4� ����� G��� �������� ��� ����� ��� ��� � �� ��� � ����� ����� �����
����� �� � ����� �� ��� � �������������� ������� ��� �� �� ��� ��� ��� ����
��� � ��������������������� � �#�
��; ������&������� ��� �� � ����������������������+�!������ �������
����� ������� ������������������� G����������� ���������������� ��,�
�
=������+���������9��
;�� ����������
������� ���"25$�� ������������������������9�
��� ����������
�
&���������� ����������� ������������ � �� ���� �����������������������
�!�� ����� ����������"�"1�����0����� ��� �� � ����������+���������9�
;�� ���������#��
�"��,�
%�������$�������������%!���&&��+�.��2����'���%"����2���"��.�0��������0��2��"��$��
����������������%��&#�%��*����0�/����22�8"�%��$��#�&�"�"%1���%��%!��/��.�0����%!�
�%��0��2� �"� �$����������������� ��� 2����� �$���/� 36)4�0�%.������1"��� �$�� ��0��"1�
�$��������&�"%1���%�� ��$�������������%!���&&����$�22��������"%���2���%��%�.��%!�
�$��� ���$����$����:.���&�����"�"1�����0�+�����2�� 1���2��/+&�#�����"��.�����1.22/�
�"%%�����"��$������"�"1�����0�������%!��""0 �����
�
3# '������� ��� ��� ��� � ����� ����� ��� ��������� �� ���� �� ���� ���� ��� ��� �� ��� ���
������ ��� 2����� �'�%�/� 35)4� 0�%.���� ������� ��� ��� ��� ��� +���������9;�� ��� ��
����%� �������� �����; ������&���� ��������#�=� �������/� ������������������
��������������%��������������������� ������� ������������������������ � ��
���������������� ����9���/� ���������� ��#�
��
2# ��� �����'�� ����,�
• ��� ������ �� ��������� ��%��������� ��� � ����� ��� � �� ��� �� ���
+���������9;�� ��� ���� ������� ������0� � ����� ���� ��� ��� �� ��� ��� ��� ���
�� � ��������������. ���������������������� ������ ����� ������#����������
��+9��+�!������ �� ��� ��������� ��� ����� ����0� ��� � ���� �� ���
� ������������ ���� ������ ���������� �������� ���. ���� �� ��� ���� ���� ���� ��
������ ��#�
• ���/� � ������� ������������ ��0������� ���� ������������������� �� ������ ��
����� �������9������������������������������ ������������#�
• =��� �������� ������� ��� ��� ����������0� ����� ��� ��� ���� �9������ ����
���� � �� ���� ���������������� ����9���� ��#�������������� �������������������� �0�
�������������������������������� ����9���� �������������������#��
�
���� ����� ������������� - ���
�� ������;����+-������
�# &�� /� �����; ������&����� ��0��� �%���� � �%����� ���� �������� ��� �� �#� ��
� ���������������������������� ����������; ������&���#�
3# )�������� ������0������������������������ �������������� �%�(H� �*�
2# +� �%� (H� �� ����� ����� ������*� �� ��� ����� ����� �� ��� ���� �� ��� ��� ��� ���
����#�
F# +� �%���������������������������������������������������(<����������
������� �*#�
4# +� �%� (H� �� ;�� ��*� �� /� �� ��� ; ������ &���� ��� ��#� ��� �������� � ��
������0�������������������� ���� ��������� �#��
�� ���������������
�# &��/� �����; ������&����� ��0������������������!����"����� �$��������!����
" �����$#�
3# !����������������(; ������&���*#�
2# )��������������0����()���*����������; ������&�������� �� ����������(H� ��
;�� ��*#�
F# )�������� ������0���������;�� �����0������������������� �������#�;�� ������
� ���������� �������������� ������ ����������#�
4# +� �%�(H� �*��� /� �����; ������&������� ��#� ������������ ��������0������
�������������� ������������#�
�
�
�
�
�
�
�
�
�
�
�
�
�
�������
�
�� ��- ���� ���������� �� ����� ���3�����-������-���� 4�������� �����
� ���
�
��"������#�� ��&&���� $�#�� �$�� "���"%� �"� �.�0��� �$���� ��&�� �����--�� 3�$/����2� "�� $��&� �"�/4� ��
�-���� �--��3"%2�%�����%�0����24 ��"'�#��*���&&������%%"���#��2�"1��"�$�0��$"&� �
�
�����-����� �� ����� ��,�
�
�# &���������������� �������������������� �� ��������6*���%!7"���%���2�%!���2���%��*�
� � ����%�*� �"�%��� � � ��0�"� �� � ��� *� ��2���*� ��%�2� � � �� ��E�� ���� ����� �� ���
����� ���������������2�������� ����������������#�
�
3# �������� ������������0���� � �� ���� ������������������� ���������9��������� ��
����� ��� � �� ��� �������� � �� ��� �0� ����������� �����0� �� ��� � ���
� ���� ��9�� � ��� ���� �� �%� ������ ��� ��� ��� ������� ��� ��� ���� ���% ��� ��� � ��
��������#�
�
2# &�������������������� ������� �� ����������9�� � � � ���������9��=)���������
��� ��� ���� ���� ��� �� �� ����� �� ��� ��� � ��� �� � �9'����� ���� E��� ��� ���
������ ��� � �� ����� �� ��� � � ����� ���� ��� ��� �� ��� � �� �� �������� �� ����
� ���"25$�� ���������������������������� ��������� ����������� ��������� ����
���� ������������������������������ ��0����������� � ���������� ����������"$�����
��� ���������������������� ������� �� �������#�
�
F# ���� ���� ��� ���������0�� ����E"�$�� ���������� ��������������������6�"1����� � �
��������� ��9��� ������� ���������#�
�
4# &����������� ���������� ������������ ������ ������� ���������� �����������&��.�0����"%�
�"�0� ��� ������ �� ��� ����� ��� ����� �� ���� 2� �� ��� ����� ��� ������� �� ��� � ��
���������������� ��#��
�
1# &���������������������� ������� �����������35�1�'�� ����������� ���'��������
'����� ������'����� �����-�#�7�8F�"35�1�'�� ����''$��������� ����������������#��
�
������������� ��� ������� ����� ��� ���������������� �������������� ���� �!���"������#��
!�$�%���&�����""�&���'��������
�
�
�
�
�
�-���� ����� �� ����� ���
�
� �-���� ����� �� ��3���������4���� � �������� ��
�
�# &��� ���������� ����� ��� ��� � �� ���,� " $� B�����B�&:� �-�� & +C-�+�B�
�)+<; -&!9�')�)!�B!� " -. B)� �-)#�$>� ���� " $� =�-�-+��B��)+<; -&!9�')�)!�B�
" -. B)� �-)#3$#��
�
3# &��� ��� � �� �������� ���� ����� ��������� ����� ��� �� ���������� �� ��� +���%� � ���
'��� ����������� ����0�
�
2# =��� ����� G��� ��� ��� ��� � �� ���� ����% ��� ������0� ��� � ����� ����� ������� ���
������ ������������,��
�
�#� = ����������� ������0��������������� ����=������������������������ E�������� ��
�������"�� ������$� ����� � ������ �������������#���������������������
�� H������ �-�� � ��� ���� ���������>����+����� (� 0� ���� ���� ������ ���� ��������� ����
�������� ��������������������#�
�
�#3 !���� ����������� �� ������� � ��� �������������� � ��� �� ������,� � " $� ()*����0�)*
����+�����������!���),�-�.�,�/0���1�/)23��2�,�142!5)�/ #��4�4 �, �6)���"�7��
�81����������29*����+ �:9*����+'�����������!��� (���9����2��,�142!5)�/ #��4�4 �,�
6)���"�7���80���������������������� �������"�$���� �������������� ��#��
�
�#2 !���0� ����� ��� ������� ���� ������� �� �������� �� ������� ��������9G �����
������0��� ������������0���������,�
�# (��=�-��(*� "���� ��� B�����B�&:� �)+<; -&!� �-�� & +C-�+�B� �')�)!�B�
=)B� '$>������
�# >��=�-��5?�"�������=�-�-+��B��')�)!�B�=)B� '$#�
�
�#F ������������������� ��������������������� ��� �����+���%� ����'��� ������
����� ����#�
�
�#4 %�.��&�11���%���2����"%���7�/��"������'"�&��1"����=�-��(��%&���=�-��5�@ �����
�-����� �� ������� ��� ������ ��� ��������� ���� ��� ������#� ��=�-��6� @ �����
�-���� ���� -)&� ����� �� ����� �� ������#� � �� ��������� ���� � ��� ��� ����
������� ��%����������������������������(�� -��*#�
�
�
�#1 ��=�-��(�������=�-��5�A� ��������� �������������@ ������-����
���� ����� A ����� �-���� � ;��� �� ����A��� �$�22� ��� �"%��&���&� ���
.%���2�&� ��&� �.�0����"%�� �%&� %"�� �"0�2/�%!� '��$� �$�� �'"� 354�1���"�� ���.���/�
��"��&.��*5��%&� $�%��*� �$�22� ��� ��8����&� &.��%!� �$�� "��%�%!� "1� ��&� �C������0�� ��
��������� ����������������������������������������������0������� ���� ��
��� � �� ��� �������0� ����� ��� �������0� ���� ���� ��� ��� � ����� ��� � �����
����� G����������� ����������%����������������� ���������� ������� ��#�
&�����+������ �������� ����� � � �� ���� ���� ������������ ������������ ���
�������������������������������������������0�������� �������������� ��#2�
�
�#6 J ����� ������� �� � �� ������� �� ��� ��� ��� ���� ��� ������� � ��� ��� B�C���
�"0������"%��""2#�
�
�#8 �%�.����$����$����&��%#�2"���������"0������&��%&�����'"�&���"�����&#�����������
��� ��� ������� �� � �� ��������� ���� ��� �� ��������� ������ ���9��� ���
��������������0����� ������������ ������������ ��� ������������� ��������
������ ��������(��� � �� ��*����� �0������� ����������������������!�� ���6#1����
���� ���� ��� ��#��
�
�#7 +�������� ��� G ����� ������� ���� ������� �������� ������� �� � �� ��������
������������ ���������������&���� !"# �$��� �������� ������� ������ ��#��
� ������������������������� ����������� ��� �������������������"3$������
�� �������� ������� ������ ��� �������������������� ���������������������+�
!������ ��� � ���������� ��������������� ������� ��
�
�#�5&��� � ����� ������ ���� ��� ��� ������ �� ��%������������ '��� �� " �'$� �� ������
�������� ��� ��� ��� ������� �� � �� �������� �� ������ ��� � � �9� ���9�����
��������� ����������� ��'�� � ��#��K ��������������� ��'�� � ���"��+�!������ �$�
��������� �'�������� ����� � ��� ���"25$�� ������������ ��#�
�
�#�� ������������� ������������������ ����� � �� ��0����� ���������� ���� ���������
������ ���������+�!������ ��"�� �� ����� ������ ������!���$0�� �������/���
����� ?� ! -��-�� �)<-+ �>� ! -��-�� A<�'�-&�- �� ?� "����� ��� � ����$� ����
��������� ������ ������ ����� � �� ������ �������� ��������� �� �� ��� ��� ���
��� ������������������ ���#�
�
���� ��#$������ ��� (�� �$"�������� ���� �������&� �!� "���4���&�"��� �� ��%$��� �4����'� (�� ���)
��%�� ���� �����"�����%(���� ��567��8�695)7:/;47;99469:80�
�
���������������������������������������� �������������������3������� ���������������'���� ���-�#��57�35350�!�� ���F#3��� ������� ��,�
(� ����� ��������������������������������� ���������� �����������L������ ��� � �M0����� �������������,��
�# <����������������� ��������������� ������������� ��������������� ������������������� ������������������ �0�
���� ���������� ��� �� ��������� ����� ��>�EEE#�
2���������������'���� ���-�#�57�35350��� ������ ���!�� ���34#7�������35�1�'�� ����''#�
� �-���� �� ��������
�
�# @�������� ���� ���� ����� � ������ ��������� ����������� ������0���� �������� �� ���
=�-�-+��B� �')�)!�B� ��)+<; -&!0� ��� �*�;������ ��� ��� � ����� ��� ��� ������<��
�$ (���=���������� � �+������������� E��� ������������#�
�
3# &���������������� ������������������ G����������� ��������������� ���� ����0�
����������������������� ��� ������0�������������� ������0��� ����� ���������
���������������� ������������++ �&��B ����� ������#����� ���0� ����� � ����
�������� ��� � ��� � � ��� ������� ����� ��� ���� ��� ��� ��� ������� �E��� ��#�
C������0� �E��� ��� ��� ����� ��� ��� � ����� ���9��� ��� ����� (!��#� ��� )'���-�B�
!��- �*��������� %��� ����� �� ��������������-)&��++ �&��B #�
2# ���������� ������ ���������������� ���������� ��������������������������������
���������� ����� �� �������� ����������� G����������� ������������������� �����
���� ��'�� � ��#�
�
� �������������������� ���������� ���������������
�
�# &��� ����� ��� ���� ��� ��� ��� ��� � �� ����� ������� ��� ��� �� ����� �� ��� ��� � ���
��� ������!�#�
�
3# &��� ������ ��� ��� � �� ��� ��� ����� ��� ��� ( ��� ���� ���*� ��� ������� �%����� � ��
�� ����� ����� ������ ����%�����������'��� ��" �'$#������������������� �������
����� �'0����� ���������� �����������+��!������ ������������ ����������1"������
����� ��� ���� ��� ��� ��� � �#� &��� ���� �%����� � ����� ��%� ��� � ����� ��� ��� �!��
������� ���&����������"�!���&$� ����� �� ������������ ���������� ���������!������ ��
������� �����#� &��� � ��������� ���� ����9 ��� ���� �� ��� ��+�!������ �� �� ���� ��� ��
��� ������������������� ��������� �'������������� ����� � ��� ��� "25$�� ����
�������� ��#��
�
2# &��� �� ������ ���� �%����� � ����� ����� ��� �'� �� �������� ��� � ��� ���� �� ��� ��� � ��
��� ��#�&��� �'�������� ����%������������������������������������ �������� �
� ��������������� ���������������%����� 0�@ ������� �'0����� ���������� ���� �����
������ ��������%����� ���� �����+�!������ �#�&��� �'����������� ������)-B:���� ���
������� ��� ����� ����������� ��������0�����-)&����������������0����������
���� ����� �� ��� ��� ������ ��� ��� ������� �� � �0� �� ��� ����� ��� ����� ���� ��� ���
���� � ����� �E�� �� ��� ��� � �0� � �� ������ ��� ���9��� ������� � �� ��#� �� � ���� ���
����� � � �� ��� ��� � ����� �� ������ ��� ��� ���� �� �� ��� ��� ���� �� ��� ���� ����
�������#��
�
F# ��� ����������������� �� �'��������������������� ������������� �������
���� ��������������� ��� ����������0���� ��������������� �������� �0���������%��+���
�������� �����;��������%����������������������� ���������� �������������
��+�!������ ���� �����9���������!���&#�
�
4# �������������� ������������������ ����� � �� ��0����� ���������� ���� ������������
���� ���������+�!������ ��"�� �� ����� ������ ������!���$0�� �������/��������
?�! -��-���)<-+ �>�! -��-��A<�'�-&�- ��?�"��������� ����$��������������������
������ ����� � �� ��� ��� �������� ��������� �� �� ��� ��� ������� �� ������� �����
���� ���#� �� �������� ���� �� ����� -)&� ��� ��� ������ �� ��� ��� ����� ���� ���>� �� ��� ��
������ �������� ����1"����������� ���������� ������� ������������� ����������� ���
����������� ��#F
��
1# &��� ��/��� ����� ��� ��� ���� �� ����� ��� ��� ���� ��� ��� ��� ���� ������ �� ���
��������� �� ���� �� ��� ����������� ������� �0� ����� ��� � ����� "���� ���$� ���� ���
����������������������������������������"�#�#� -. B)� ��� ����������������92$#�
�
6# ! � ���������������� ������� �0����� ������������� � -. B)� ����-�� -. B)� �
3�+);�' !! �9J��� ��=)B� '!� �������������� ������"�$����� ����� ��#�������� ���� ���
�E���������� ������� � 0������� ���� ������������� �������#������������������
��� ������������ ��� ������0� ��� ��� �� ����� �� ��� �'� ���� ��� ��� ����� ��� �������
����������� ���������� ��������� �#4��
�
8# &�� ��� �� ��� ����� ��� ��� ����� ��� ��� ������� �� �������0� � ��� ����� ��� ��� ��
������$���#���������� ������������������� ������ ���� �%#������� � � � ���������� ����
���������������������������������������� �������������������F� 22.������"% �����,������ ��������� ������� �� �3,55��#�#��
���� �����
��=�-������0��"1���%&�%!� ��0��"1��������� A �� �+����������- ���
-. B)� ���N�
-. B)� �3�
�
�,45��#;#� �,4���#;#� �;��B��)<-+ �
������������������-)&�=�+�&�)-�
@ � ������� ���
O�&��������� ����� � �� �������������
���������� ��������������� ������
���� �� ������� �� �,47� �#;#� &���
������ �������� ������������� ������
�� ��� � �� ��� ��� ���� ��� ��� ��
�� ����� ��������3,5���#;#�
�,44��#;#�"����� ��$� �,44��#;#� �;��B��)<-+ ��
������������������-)&�=�+�&�)-�
�,48��#;#"����� ��$� �,47��#;#�A<�'�-&�- ��
������������������-)&�=�+�&�)-�
�,47��#;#"����� ��$� 3,5���#;#� �'��
4� 22.������"%� �����,������ ��������� ������� �� �3,55��#�#��
���� �����
��=�-������0��"1���%&�%!� ��0��"1���������3������0�4� A �� �+����������- ���
�# -. B)� ��N�
-. B)� 3��,47��#;� 3,55��#;#� @ � ������� ���
3# -. B)� �������� �,48��#;#� �,47��#;#������������� ����
-. B)� 3� 3,5���#;� 3,5���#;#��
2# -. B)� �������� �,55��#;#�
�,5���#;#�
@ � �� ����� ��� " �� �!�� �&� ���� ���
���� �� ������� ��� �!�� ������� ������
�������������3��#;#�
��� ��� �',� +���� ��+� !��� �� � �
������������� ��
-. B)� �3��,45��#;#�"����� ��$�
��� ��� �',� +���� ��+� !��� �� � �
������������� ��
�,47��#;#�"����� ��$� 3,5���#;#�
F# -. B)� ���� �,48��#;#� �,48��#;#�@ � ������� ���
O" -.#2� ������������ ����� ��$� -. B)� 3� �,47��#;#� 3,55��#;#�
-. B)� 2� 3,55��#;� 3,5���#;#O�
�
�������9��������� ������������������� ���������� ��� ����� ���������� ����
��������0�������0���#0������������� ���� ����E��������� ��� G��� � #�
�
7# &����!������������������������������ ��1�2����C��2�0���"1�.���"�())��#�������
� ����D� ���� ����� �� ������� � ��� G�� � � � "�#�#0� �� ������� ������� �0� ��������� �� ����
������� �$0� ���������� ��� �������#��
�
�5# � ����� ����� ��� � �� �� � �� �� ��� ���� �� ������� �%����� � �� �� ����� �� ��� �����
����������� ������� �#� �� � ����������� ��� ��� ��� ��� ����� ��� 2����� �'"� 354�
$".����� �������� ������� ������ ��� �������������������� �����������������������
�%����� �� � ���������� ��������������� ������� �0�
�
� �� � �� ������A �����A�-���� ����
�# ��� ������������ ��0�� ������������ ������� �������� ��� �������� ����������
�������� ��� ���� ��� ��� ��� ���� ���� �� ��� � �#�@����� ��� �������� � �� � � �0� �
����� ��� ��� �������� �� ��� ���� � �� � ���� � �� ���� ����� ����� ��� �������� �� ��� �
������#� =��� ������� �� � �� ��� ��0� � ����� ����� ���� ������� � �� �������� ������0�
��������� ��� � ��0������������������($�����������*��������������� �������� ��#�&���
��� �� ����� ���������������� ����%��������������� ��"������������������ � ���
��������� ��#�� ����� ���������������� ���������������������#��
�
3# ������ �� ������� �0����� ���������������� -&�' �=�B 9!����=)B� '9!���������� ������
���������� ������ � ��#�� �������� �� ����� ��� ������� �����������������������
��� ����������� � ����� �������� ���������������� ������ � ��#��
�
2# � ������������� ���������� ��������������������� � ���������� �����#� ����������
������0� � �� ��� ��� ��������� ���� ����� ��� ��� � ��� ��������#� ;������ � ��
��� � �� ��� ����� ������� ��� ���������� ���� ���� ���� ������ !�� ��� 31� ��� '��#� ���-�#�
7�8F����� ��''#�
�
F# =��� ��� ��� ��� ��� ��� ������ ��� ��� ������� �� � �� ����� ��� ���� � ����� ��� �����
� �������������<���$ (���=���������� � �+��0����B�& !&�! -��-����� ����������� ���
���� ��� ��� ��� ��� � �� ����� ��� �������� �� ��� ��� ��� � �0� � �� ��� ���
��� ��� ������������� ����������� ����#�
�
��� ������ ����
� �����������������- � ��� ���
�
�# � ��������������������������� �� ��������9� ������������ ������ � ���������!��������
�����"35$�� ���������������������������� ����������� ������� �#�=� �������/� �����
������������� ��������������%��������������������� ������� ���������������
��������� � ������������������ ����9���/� ���������� ��#�
�
3# )��������"�$�� ����D������ G����������� �������������������� � ���������� � ���� ��
��� ���9� ��������������������� ��#�C������0������� ������ ������������ ����� ���
��������0���� ������������� ������������������"�#�#0������������������ �� ����� ���
� ���������� ����������� ���������������� ���������/� ��������$#�
�
2# '������� ���������� ��������������������������� ������������� �����������������
�����������"35$�� ���������������������������� ����������� ������� ��������%� ��
������ �����; ������&���� ��������#�=� �������/� ������������������ ��������
������%����� ���������������� ������� ������������������������ � ����������
�������� �� ��9��� /� ���� ������ ��#� &��� � ����� ��������� ��� �� � �� ��������
��������� ��� 9����������#�
�
F# ����� ����� ����� ��� ���� ����� ��� ���� ��� ��� ��� � �0� ��� ������� ��� ���� ���
������0���������%����� ���������� �������������������� ������������� ������
����� ������������������������9���������������� ���������������������4�0�&��
��� � ��� ��� ���������� ������� ��� ���������� ��� �������������� �������������
���������� ��)�����90� �����0������������������ �������������������4��� ���"25$�
� ����������������������������� ������� �#�
�
4# &��� ��+� !������ �� ����� �������� � �� ��� ����� ����� �� ������� ��� ��������� ����
����� �������������������������#��
�
1# &��������0������+��������� � ��������������������������� ������ ��#�
�
� ������ ��������� ����� ������������-������
�
�# &��� ������� ��� ���� ��� ��� � �9�� � � � �� �������9��=)� ����� ��� �������
� ������������ ��� � ��� ��� ; ������ &���� �������#� ������ ��� �� ���� ��� ���
������ ��,�
�
�
%���.���"%���"�
�����������%!��.��2����+��&&����
�
��� � �� ���� ���������������������� ��� �������� ������ ���������� �����������
��������������� ������������ �������+!������ ��C)P��#���#������ 2�����"%��3(4�&�/�
��1"����$����$�&.2�&�0����%!������������������� ��������� ��� �� � �� �
�
)���� "%�� 3(4� ����� G��� �������� ��� ����� ��� ��� � �� ��� � ����� ����� ����� �����
�� � ����� �� ��� � ��������������������� ��� �� �� ������ ��� ���� ��� � ��� ��� ������� ���
����� � �#�
�
��; ������&������� ��� �� � ����������������������+�!������ ������������ �����
�
%���.���"%���"�
�����������%!��.��2����+��&&����
�
�� ������������������� G����������� ���������������� ��,�
�
�# =������)��� ���������� ������� ���"25$�� ������������������ ������� ��
�
&���������� ����������� ������������ � �� ����������������������!�� ����� ������
; ������&������� ��� �� � ����������)��� ������� ��������#��
�
�
������
���� ���� ���� 7�����7����;� &����#�77"��� <�� ���� �&"�� ��� �&$��� ��� �$��"� ��� ���� .�2*
������������������� ����$�=���""�'�����������������������;�&=��&$�����;�����$��"��������
.�2* ��������� ��� "���� ����=� 6>�8� $������ &����� ���� ��$�� ��� ���� 47����;� ��� .���� /���
7�����7����;�&�������""�&���7���&"����������;�����������������?�����; ������&����
�77"�������#��7�&"�� ����"��=#������� ��� ������""=� �������� ��� ����; ������&����5�����;�
���$�����
���
�
���� ����� ������������-������
�
�� ������;����+-������
�# &��/� �����; ������&����� ��0��� �%����� �%����� ���� �������� ��� �� �#���
� ���������������������������� ����������; ������&���#�
�# )�������� ������0������������������������ �������������� �%�(H� �*�
�# +� �%� (H� �� ����� ����� ������*� �� ��� ���������� �� ��� ���� �� ��� ������ ���
����#�
�# +� �%���������������������������������������������������(<����������
������� �*#�
�# +� �%� (H� �� ;�� ��*� �� /� �� ��� ; ������ &���� ��� ��#� ��� �������� � ��
������0�������������������� ���� ��������� �#��
�� ���������������
�# &��/� �����; ������&����� ��0������������������!����"����� �$��������!����
" �����$#�
�# !����������������(; ������&���*#�
�# )���� ����������0� ��� ()���*� �� ������� ; ������ &���� ���� �� ��� ���� ���
(H� ��;�� ��*#�
�# )�������� ������0���������;�� �����0������������������� �������#�;�� ������
� ���������� �������������� ������ ����������#�
�# +� �%�(H� �*���/� �����; ������&������� ��#������������� ��������0������
�������������� ������������#�
�
�
�
� ��� ������- � � - ����������� �-���������3�%#�2"����" �(4�
�
�# &�����+�!������ �������������������� ������� � �� ���� ����������� ������� ���
����������� ������� �0� �0�0'�������� �����������#�;����������� ���� ����������
�������� ������������������� ��������� ���� �#�
��
3# &��� ��+� +�� ������� ����� ���� �� ��� �� ����� ���� ������� �� � � � �� ����%0�
�E�� �� ��� ��� ���� ���� �������� ���� ������ ������ ������������ ��� ��� � �90� ��
���#�
2# @� ������� ������������������ ���� �� ����� ��0������+�+�� ������������� ������
��� ����� ���� ��� ������ ���������� ���� ( -. B)� �*���� ������ ���� ����0� �������
��� ������������������ ��� �������������+0���+�!������ ������� ��)�����9#��
�
F# ����� ���� �� ��� ��� ������� ���� ( -. B)� �*0� ��� ������� �� �������� ����� ���
������#���� -. B)� ���������������������������0����� ����������������� ��������
��� � � ������� ��� �� �� ��E ���� ��� ����� "2$� ������0� @�&C)<&� ! -��-��
�-)&C '� =�B � ���� ����� �� ��� ��� ������� ��� ���� ���� ��� ��� -. B)� � -)#� �� � ���
���� ��#��
�
4# ������ �� � �� ������� ����� ����� ������ �������� � ��� ��� �������� ���� ��#� ���
(����� ��*� ��� ��� ������� �� �������� ��� ��� �E ��� �!�� �� �� ��� ���� �
�������0����� �����������������������������������#��)���� �0����� ����������
��������� �� >�� -��?#� � ���� � �� ��� ��� ��� � �� ����� ���� ������ ���� ���� � ��
��� ����� �������������������������� (����� ��*���� ���� ������� ��������� ��
�����������#�&��0� ���������������������������������0� ������������������������
������� ��� �� � ��� ��� �������� ����� �� ������0� ��� ���������� ����� ��� ����� ��
>�� -��?#��
1# &�������������4����������� ������� �������� �������������������������� �������
�������������������������� ���#�&���� ������������������������� �������� ������
�� ����� ���������������� �������������#�
�
6# ��������� �������� ��� ���������� ��� �� ��������� ��� ��� ����������� �� ���� ���
���� ������� �� � �� ��������� �� ��� ������0� ��� � ��� ������ �� ��� ��� � �� ���������
������������������ ������������������������� ���������#�
�
8# &��������0� ��� ����% ��� ��� �� � � � �� ���� ���� ���� �������� ���� ������ ��� ��� ��
�������� ��������������%������ �������������4�� �������������� �� �������������
�������� � ������E�� �� ������� ��������!�� ���25��������''#�
�
7# �� � ����������������� ���������������� ������� �0�����������4������� �� ����
� 9���� ���� ��� �� ��%�� �� ������ ��� ��� ��� ������� �� � � � �� ���� ���� ����
�������������������������������+�+�� ����������������#�
�
�5# ��� �� ��� ����� �������� ���� ���� ����� ��� ����� ��� ��� ���� ������� ���� ������� ���
�����#�� ����������� ����� ����������������#�
�
��# &��� ��+� +�� ������� ����� ��������� ��� ����� ��� ��� � ���������� � �� ����� �����
����� �� (��!! �*#� � ����� ����� �� � � � �� ���� ���� ���� �������9�������� �����
����������(��!! �*������������������������������ ���������= ���� ����������#�
� ������������ � � � ��������������������(=��B �*��������� �����������#�
�
� ��� ��������=�-��� ����� ��� �-���������3�%#�2"����" �54��
�# ;�������� ��� ��� � ���� ��� �������� ����� ��� ������� !��� � ������� ������� ������
��� ����������#�
�
3# &�����+�+�� ������������������ ������������������������� � ����������� �������
������ ��������������������� ���� ���� ����������0� �����#�
�
2# &����� � ����� ��������������������������������( -. B)� 3*� ����������������
����������������������( -. B)� �*#�
�
F# ��������� �0��������������4�����������������������������= ���� �����������������
�� � ����� ����#�
�
4# &����������������� ��( -. B)� �*����������������� ����������� ���������� ���
���( -. B)� 3*#�
�
1# ����� ����� ������ ��0� ��� ���� ������� ����� ��������� ���� ������ ��� ��� ���
� ���� ������������������ ������������������������ ����� �#�
�
6# ��� ����� ���� ��� ��� �������0� ��� ��+� +�� ������� ����� ��/����� ��� ������� ���
�E�� �� ������� �������E���������� � �� ���� ����#�&������������� ��������0�
���� ���� ���� ��� ��� � �� ���� ��� ����� ��� ��������� ���� �������� ��� ������ �� ���
��� � �� ���� ���������������� ��������� ��������#�
�
8# &�����+�������������� ������������������ ���������� ������� ����������������
������ ������ ������0�������������������� �������� �������������������� ���
���������!�� ���23�����22�������35�1�'�� ����''#�
FMED Form No. 03-002 * Version 2 * Updated 05 Apr 2013
Upgrading of Various Facilities at BSP Training Faciity, Silang, Cavite Page 2 of 15
Facilities Management and Engineering Department
GENERAL SCOPE
Upgrading of Various Facilities at BSP Training Facility, Silang, Cavite
I. DESCRIPTION OF THE PROJECT
The Project calls for the upgrading and repair of various facilities of the BSP Training
Facility, Silang, Cavite.
II. GENERAL REQUIREMENT
A. Workmanship
All operations/undertakings required in any and all parts of the plans and technical
specifications shall be undertaken in an orderly, workmanlike manner. Only qualified
and skilled personnel with sufficient experience in similar operations nominated by
the Contractor/Supplier shall be allowed to undertake the same.
B. Inspection of site
The Bid is deemed to have been based on current data, including physical conditions
at the site. The Contractor acknowledges and warrants that by submitting its bid, it
has satisfied itself by submitting its Bid as to the requirements of the work and
materials necessary for the completion of the works, and the means of access to the
site, the accommodation it may require, and that it has obtained for itself, all
necessary information as to risks, contingencies and other circumstances which may
have influenced or affected its Bid. No increase in cost or extension of time will be
considered for failure to familiarize, inspect and examine the site condition.
C. Changes
The BSP Project Engineer/Architect reserves the right to make minor changes in
details of works and materials as he may deem necessary to fully implement the
requirements of the plans and specifications. These changes may include revision or
modifications of shapes and dimensions of elements due to actual site conditions and
thereby will not entail the deletion or addition of items of work, including materials to
be used, specified in the contract.
D. Conflicts between plans and specifications
Any conflict between indications on drawings and provisions in specifications shall be
referred to the Project Engineer/Architect of BSP for his decision on the matter which
shall be considered final. Any omissions in the specifications of work or works to be
undertaken but are considered necessary for the completion of work, shall be
undertaken by the Contractor as if indicated on drawings, without additional cost to
the Bank. Such works shall be done in a manner as required to ensure quality of both
materials and workmanship.
E. Rejections
FMED Form No. 03-002 * Version 2 * Updated 05 Apr 2013
Upgrading of Various Facilities at BSP Training Faciity, Silang, Cavite Page 3 of 15
Materials or workmanship not in conformance with the provisions of the technical
specifications of this project shall be rejected outright at any time during the progress
of the work. The Contractor shall receive copies of reports of rejections of materials
and workmanship made by the Project Engineer/Architect of BSP. Any part of the work
that has already been done but is found to be not in accordance to the quality required
in the plans and specifications shall be demolished or removed immediately, and
rebuilt as required in the plans and specifications.
III. CONTRACTOR�S RESPONSIBILITIES
A. The Contractor shall ensure that it has considered the site and surroundings of the
proposed project to arrive at an estimate of the labor, materials, equipment, facilities
and services necessary to carry out the work.
B. The principal features of the work do not in any way limit the responsibilities of the
Contractor to the general description of his scope of work. He shall perform all the
work fully and make operational to the intent of the project.
C. The Contractor shall be responsible for the proper execution and coordination of his
work. He shall schedule and program all necessary work activities according to the
specified completion period.
D. The Contractor shall observe the required standards of safety and procedures and that
its contract and workers shall be properly insured against all risks. He shall
provide/equip its workers with Personal Protective Equipment (PPE) during the course
of construction/installation.
E. The Contractor shall be responsible for securing Bank issued work permits and
compliance with other Bank rules and regulations related to the construction works
such as Fire Precautions Guide and the approved BSP House Rules for Contractors. All
Engineers/workers working at the site are required to wear company uniforms
indicating their company name.
F. The Contractor is not allowed to erect quarters for workers within the BSP Wellness and
Training Facility. Also workers are not allowed to sleep within the BSP Wellness and
Training Facility. Contractor�s workers are limited to the designated working area only.
Loitering around and inside the BSP Wellness and Training Facility is not allowed.
G. The Contractor shall be responsible for clearing and cleaning of the designated project
site of unused materials, left over and other debris at the site and disposal of the same
outside the Bank premises. A daily inspection of the work area shall be conducted by
the Contractor and FMED�s authorized representative to ensure that the working area
and storage area assigned to the Contractor is clean and in order at all times.
H. The contractor shall be responsible for the segregation of accumulated construction
waste at the project site. The waste will be segregated properly and an orderly
manner according to waste categories (i.e. non-hazardous and hazardous). A daily
FMED Form No. 03-002 * Version 2 * Updated 05 Apr 2013
Upgrading of Various Facilities at BSP Training Faciity, Silang, Cavite Page 4 of 15
inspection of the area shall be conducted by the Contractor and BSP authorized
representative/PCO to ensure compliance of the required waste segregation.
I. The Contractor shall protect adjacent areas against any damage by his employees, or
by his materials, equipment and tools during the execution of the work. Any damage
done by him or his employees shall be repaired and restored to its original condition
at no additional cost/compensation from the Bank.
J. Water and power used in connection with the construction work shall be supplied by
the Bank at cost to the Contractor. The Contractor shall be billed the cost of water and
electricity based on actual consumption.
K. Permit, Laws, Ordinances and Standards �All necessary permits and other
requirements shall be secured and for the account of the Contractor. Said
requirements shall be turned-over to BSP upon project completion.
L. All work mentioned herein must be under the full time supervision and direction of a
certified registered Civil Engineer or Architect who shall be the designated Project-In-
Charge (PIC) of the Contractor. Said PIC must be the one to report on a weekly
/monthly basis of the status/progress of the project as agreed during the kick-off
meeting and who shall be the one responsible for all coordination works with the
BSP�s authorized representative/s.
M. The Contractor shall be required to adhere to applicable safety provisions stated in
the BSP House Rules and Safety Guidelines and OSH Standards at all times for the
duration of the project. A full-time Safety Officer in-charge shall be required for the
implementation of safety standards.
N. All other items of work not specifically mentioned but are necessary to complete the
works in accordance with the plans and specifications and other related documents
shall be provided by the Contractor at no additional cost to the Bank.
O. The Contractor shall ensure that its deployed employees are fit to work, and not
showing symptoms or infected with the COVID-19 virus. Infected personnel shall be
immediately isolated and not be allowed to report for work. The Contractor is also
mandated to comply with the Department of Health (DOH) and other government
agency protocols in the management of the health and safety of its deployed workers.
P. The Contractor shall ensure that all personnel to be deployed shall strictly observe
precautionary measures implemented by the BSP to keep the workplace free, and to
prevent the transmission, of COVID-19, e.g. physical distancing, frequent hand
washing, wearing of face masks, and temperature checks at entry points, and such
other measures that will be issued by the BSP.
Q. The Contractor shall supply the necessary personal protective equipment (PPE) and
related supplies for all its personnel, such as face masks, in connection with the
performance of their duties.
R. Any infraction committed by the personnel against such measures shall be a ground
for the BSP to request for replacement and/or terminate the deployment of said
personnel.
FMED Form No. 03-002 * Version 2 * Updated 05 Apr 2013
Upgrading of Various Facilities at BSP Training Faciity, Silang, Cavite Page 5 of 15
IV. CONTRACT DURATION/ COMPLETION TIME
The project shall be completed within one hundred eighty (180) calendar days
reckoned from the date stated in the Notice to Proceed (NTP) to be issued by FMED.
V. WORK SCHEDULE
The Contractor are only allowed to work from 7:00am to 6:00pm, Mondays to
Sundays including Holidays.
VI. DEFECTS LIABILITY PERIOD (DLP)
The Contractor shall repair/rectify whatever defects that will occur for the period of
one (1) year reckoned from the date of completion of the project.
During this period, the Contractor shall undertake the repair works at his own
expense, of any damage to the Works on account of the use of materials of inferior
quality within the Defects Liability Period.
VII. WARRANTY
The Contractor shall guarantee the upgrading, rehabilitation and various repair works
done to be free from defects for a one (1) year period of time reckoned from the date
of acceptance of the project.
Form of warranty shall be in accordance with the provisions in Section 62 of the
Revised Implementing Rules and Regulations (IRR) of R.A. 9184.
VIII. SUBMITTALS
A. SCHEDULE
The Contractor shall, within seven (7) calendar days after issuance of Notice to
Proceed (NTP), submit the revised and/or updated Project Bar Chart/S-Curve,
PERT/CPM Network Diagram and Construction Methodology for the Owner�s
approval.
B. CERTIFICATION, MATERIAL SAMPLE AND BROCHURE
The Contractor shall submit samples and /or Product technical brochure of all
materials to be used in the project within ten (10) calendar days upon receipt of
Notice to Proceed which includes but not limited to the following:
1. Doors and Jambs
a. Product brochure with specifications.
b. Manufacturer�s Warranty Certificate covering the one (1) year
product warranty after installation.
FMED Form No. 03-002 * Version 2 * Updated 05 Apr 2013
Upgrading of Various Facilities at BSP Training Faciity, Silang, Cavite Page 6 of 15
2. PPR Pipes
a. Product brochure with specifications
b. Manufacturer�s Warranty Certificate covering the one (1) year
product warranty after installation.
3. Windows
a. Product brochure with specifications
b. Manufacturer�s Warranty Certificate covering the one (1) year
product warranty after installation.
4. Roll-up Blinds
a. Product brochure with specifications
b. Manufacturer�s Warranty Certificate covering the one (1) year
product warranty after installation.
5. Operable Walls
a. Product brochure with specifications
b. Manufacturer�s Warranty Certificate covering the one (1) year
product warranty after installation.
6. Manufacturer�s printed Product Installation Instructions.
7. Others as may be required by the end-user
NOTE: Failure to submit the following requirements as stated in the submittals within
the specified time will cause FMED not to grant any advance payments to the
Contractor.
C. MATERIAL APPROVAL FORM
The Contractor shall submit all submittals which includes but not limited to the
following (Product brochure/catalog, Actual Samples, Certifications and test
results) shall and to be transmitted to FMED using the prescribed Material
Approval Form.
D. PROJECT DRAWINGS
The Contractor shall submit shop drawings of the following:
1. PROGRESS BILLING
The Contractor is required to submit As-built Drawing using A3 size paper duly
signed by the contractor for the actual progress accomplishment.
2. FINAL BILLING
The Contractor is required to submit to FMED the completed duly signed as-
built plan in one (1) set 20� x 30� size tracing paper, five (5) sets 20� x 30� size
blue print, and an electronic copy not later than ten (10) calendar days after
project completion. Failure to submit the said requirement will deemed FMED
to hold the two percent (2%) of your remaining collectible amount for non-
submission of the requirements.
FMED Form No. 03-002 * Version 2 * Updated 05 Apr 2013
Upgrading of Various Facilities at BSP Training Faciity, Silang, Cavite Page 7 of 15
E. PROJECT STATUS REPORTS
The Contractor is required to submit to FMED weekly Project Status Report
reflecting weekly photos, total manpower, completed works done within the
week, actual accomplishment compared to the approved target accomplishment
and weather reports.
F. PROJECT LOGBOOK
Not later than then (10) days from project completion, the Contractor shall submit
to FMED the duly signed Project Construction Log Book for notation/signature by
FMED.
G. TEST RESULT
1. Leak Test
IX. PAYMENTS
A. Payments to the Contractor will be made only for the actual accomplishment
and/or material utilized, certified by the BSP as performed by the Contractor in
accordance with the plans, specifications and program of work/construction
schedules.
B. Payment shall be made upon complete submission of all documents required in
the SUBMITTALS, Section V.
C. It is the responsibility of the Contractor to ensure that their performance bond is
updated and valid until the Bank issue the final Certificate of Acceptance. The
Contractor shall submit the endorsement/amendments to FMED on extension or
revisions to its validity, as maybe necessary, not later than seven (7) days before
the expiration of the originally submitted Performance Bond. No payment shall be
made unless the Performance Bond is updated.
D. All requests for payment including request for release of Performance Bond,
Retention Money, etc. shall be signed by the authorized representative of the
Supplier/Contractor as endorsed/approved by the Board of Director and/or owner
of the firm.
X. SIMILAR CONTRACT
A contract shall be considered �similar� to the contract to be bid if it involves pre-
fabricated fence works and/or general construction.
XI. OTHERS
A. CONTACTOR�S ALL RISK INSURANCE
As part of the insurance requirements of the Contract, the Contractor shall submit
Contractor�s All Risks Insurance (CARI) with validity which is co-terminus with the
project completion shall be submitted to FMED within ten (10) calendar days upon
receipt of Notice of Award (NOA) to be issued by procurement Office.
FMED Form No. 03-002 * Version 2 * Updated 05 Apr 2013
Upgrading of Various Facilities at BSP Training Faciity, Silang, Cavite Page 8 of 15
Note: BSP reserves the right not to issue a Certificate of Satisfactory
Performance on the basis of the non-submission of any of the items above.
B. MINIMUM NUMBER, TYPE AND QUALIFICATION OF KEY PERSONNEL:
Personnel Professional Qualification/s
1. Project Manager (PM) Registered Civil Engineer or
Architect with at least five (5)
years of experience in the
construction industry
2. Project Engineer (PE)/Project-in-Charge
(PIC)
Registered Civil Engineer or
Architect with at least three (3)
years of experience in the
construction industry
3. Safety Officer (SO) Certified by an accredited safety
organization in Occupational
Safety and Health as prescribed
by DOLE and must have at least
three (3) years of experience as a
Safety Officer in the construction
industry.
Note: The Project Engineer (PE) or Project-in-Charge (PIC) can also be designated
as the Project Manager if he/she has at least five (5) years of construction
experience. The PM/PE/PIC shall be assigned at the site to monitor and supervise
the project at all times.
C. MINIMUM EQUIPMENT AND TOOLS REQUIREMENT
The Contractor shall provide tools but not limited to the following equipment
during construction:
1. Scaffoldings, complete set with accessories (platform/catwalk, caster wheels,
etc.)
2. Power Tools (i.e. Electric/Portable drill, Chipping gun/Portable Jack hammer,
Electric/Portable Grinder, Electric Sander/Planer).
D. CONSTRUCTION SAFETY
1. The Contractor shall be required to adhere to applicable safety provisions
stated in the BSP House Rules and Safety Guidelines and Occupational Safety
and Health Standards required by Department of Labor and Employment
(DOLE) at all times for the duration of the project.
2. Composition of Construction and Health Committee
3. Specific safety policies of the contractor shall be observed at the area of
construction which include but not limited to fall protection, chemical
hazards, material handling and storage.
Certified by an accredited safety
organization in Construction Safety
and Health Training as prescribed by
DOLE and must have at least three
(3) years of experience as a Safety
Officer in the Construction Industry.
FMED Form No. 03-002 * Version 2 * Updated 05 Apr 2013
Upgrading of Various Facilities at BSP Training Faciity, Silang, Cavite Page 9 of 15
4. Penalties and for violation of the program.
5. The procedures and manner of disposing waste arising from the construction.
6. The Contractor shall be required to perform a regular daily Toolbox Meeting
among workers and their respective supervisors for the purpose of
instruction, discussions and proper briefing of planned works, the possibility
of actual occurrence of accidents at the site and preclusions.
E. PENALTY CLAUSE
1. The contractor shall adhere to the daily cleaning and clearing of the
designated project site of unused materials and other construction
debris and disposal of the same outside the BSP premises
(noted/observed uncollected debris at the start of any working day shall
be considered an occurrence of violation against this provision and shall
be subject to appropriate penalty as stated herein.
2. If any of the above-mentioned clauses are not adhered, the contractor
shall not be issued with the Certificate of Satisfactory Performance and
corresponding penalty shall be imposed based on the penalty scheduled
below.
Violation Deductible Amount
Spread of fumes/smoke/dust to
adjacent area which results to
complaint and partial/complete
evacuation of occupants
Php 5,000.00 per instance
Absence of PE/PIC without
qualified alternate
Php 5,000.00 per day
Absence of SO without qualified
alternate
Php 5,000.00 per day
Non-wearing of Personal
Protective Equipment (PPE�s)
during work
Php 1,000.00 per person per instance
and subject to cancellation of work
without contract time extension
Uncollected debris and/or
unclean work area/temporary
facility/unsegregated
construction wastes
Php 2,000.00 per day
Loitering of workers From Php 1,000.00 per instance
Damage to BSP
property/structures
To be determined based on actual
incident
Theft To be determined based on actual
incident
NOTE: FMED will issue a notice for every violation and shall be acknowledge by the Contractor.
The accumulated amount due to violations of the Contractor shall be automatically deducted
during progress billings.
FMED Form No. 03-002 * Version 2 * Updated 05 Apr 2013
Upgrading of Various Facilities at BSP Training Faciity, Silang, Cavite Page 10 of 15
F. TEMPORARY FACILITIES AND CONTROLS
1. Temporary Services: Provide temporary services and utilities in the project site
at cost to the Contractor including the following.
a. Water.
b. Electricity
c. Metering.
d. Toilet facility
2. Construction Facilities: Provide construction facilities at cost of the Contractor
including the following.
a. Field Office (assigned location) using 50mm thk. fiber cement board on
metal furring system, painted finished
b. Enclosures/board-up- using pre-painted pre-formed G.I. sheets (outdoor
Staging Area) and 50mm thk. fiber cement board painted on metal
furring system (indoor board-up)
c. Lighting.
3. Protection: Provide protection requirements at cost to the Contractor including
the following.
a. Fire extinguishers.
b. Early warning device and safety signage
c. Approved Personal Protective Equipment (PPE) based on specific use and
activities.
d. Environmental protection.
4. Project identification per COA standard requirement.
a. Project signage (COA Circular No. 2013-04)
F. PCAB LICENSE
Prospective bidders should have a valid PCAB license for �Building or Industrial
Plant� with at least �Small B� and special PCAB license, if bidding as Joint Venture.
G. GUIDELINES FOR THE ISSUANCE OF CERTIFICATE OF SATISFACTORY PERFORMANCE
OF THE PROJECT.
1. On-going and Completed Projects
a. The necessary requirements under �Submittals� were submitted by the
Contractor within the prescribed period.
b. The project has no negative slippage status of beyond four percent (4%)
during the time/date of the request of issuance of Satisfactory Performance.
c. The project has completed within the prescribed contract duration period.
a. The project has completed without violation and reported physical injuries
on its workers, BSP employees, visitors and the public due to negligence on
its parts to implement the Standard Procedures under the Occupational
Health and Safety Standards.
- END OF SECTION �
As part of post-qualification pursuant to Section 34.3 of the IRR of RA 9184, the bidder's Proof of Offer shall be verified, validated and ascertained to determine
compliance of the offer with the requirements specified in the bidding documents.
For the column on bidder's Proof of offer, refer to the Bid Data Sheet or to the Checklist of Requirements for Bidders for the list of applicable documents to be
provided, necessary for post-qualification.
1 of 4
2 of 4
3 of 4
4 of 4
������������������ ������������� ��������������������������������������
�� � �����������������������������������������������������������
� � � ������������ �������������������������������������
�
��������������������������������������������������
�
��������������������������������������� �!�"�#$�%&'&��&!'&(�
�
�� ����� ')�'"�� &!�� '*&! "+,��� '-�� ��%+.-'&��� "�/"�%�-&'&+0��%� 1� ����� �')�� 1� �+���"������������������ 2+&!� 11+3�� '��"�%%� '&�
����������������������4�'-��
5� ���2�� ')�'"�� )'6+-.� &!+%� �&'&�)�-&� 1� �77� -. +-.� � 0�"-)�-&� '-�� �"+0'&�� � -&"'3&�%� '%� 1� ���������������� +-� 3 )/7+'-3�� 2+&!�
��3&+ -%�58���'-��59��� 1�&!��"�0+%����� 1�����:�;9�'-��+-�'33 "�'-3��2+&!�&!��"�<*+"�)�-&%� 1�&!���'-.6 ���-&"'7�-.��+7+/+-'%�=��+�%�
'-���2'"�%�� ))+&&��(��
�����������������������������������������������������������������������������
��
�
�
�" >�3&��')��'-��
��%3"+/&+ -�
�
'� �7+�-&��')��
#� � -&'3&���"% -4�
3� ���"�%%4�
�� � -&'3&�� %��
�� -&"'3&�
�1�"�-3�%� ��.��
�*"3!'%��"��"��
? #�"��"��
� -&"'3&�
�."��)�-&��
�
�
�
�'&��
�
�
�
� -&"'3&��) *-&�
�
@� 1�
�33 )/7+%!)�-&�
�
�'7*�� 1�
*&%&'-�+-.�
� "6%��-��7+0�"���
� "&+ -�
�
�7'--���
�
�3&*'7�
��������� � � � � � � �
� � � � � � � �
� � � � � � � �
������� � � � � � � �
� � � � � � � �
� � � � � � &'7�� %&� �
������� � &�(���7�'%��*%��'��+&+ -'7�%!��&%��+1�-�3�%%'"$��
�
� �
�������������������������������������������������������������������������������������������������������������������������������������
� � � � � � � � �+.-'&*"��'# 0���"+-&����')�� 1��+���"A%��*7$��*&! "+,����/"�%�-&'&+0���
������������������ ������������� ��������������������������������������
�� � ���������������������������������������������������������������
� � � ������������ ����������������������������������
�
��������������������������������������������������
�
��������������������������������������� �!�"�#$�%&'&��&!'&(�
�
)� ����� '*�'"�� &!�� '+&! ",-��� '.�� ��%,/.'&��� "�0"�%�.&'&,1��%� 2� ����� �'*�� 2� �,���"������������������ 3,&!� 22,4�� '��"�%%� '&�
����������������������5�'.��
�� ���3�� '*�'"�� *'6,./� &!,%� �&'&�*�.&� 2� �77� ./ ,./� � 1�".*�.&� '.�� �",1'&�� � .&"'4&�%� '%� 2� ���������������� ,.� 4 *07,'.4�� 3,&!�
��4&, .%��8�)�'.���9�)� 2�&!��"�1,%����� 2�����:);9�'.��,.�'44 "�'.4��3,&!�&!��"�<+,"�*�.&%� 2�&!���'./6 ���.&"'7�./��,7,0,.'%�=��,�%�
'.���3'"�%�� **,&&��(��
������������������������������������������������������������������
��
�" >�4&��'*��'.��
��%4",0&, .�
'� �7,�.&��'*��
#� � .&'4&���"% .5�
4� ���"�%%5�
�� � .&'4&�� %��
� .&"'4&��2�"�.4�%�
��/���+"4!'%��
"��"��? #�"��"��
� .&"'4&��/"��*�.&��
�'&��
�.�,4'&,1��
�//"�/'&��� .&"'4&�
�* +.&�
@� 2�
�44 *07,%!*�.&�
�.�,4'&,1���//"�/'&��
�'7+�� 2�+&%&'.�,./�
� "6%��.��7,1�"���
� "&, .��7'..��� �4&+'7�
��������� � � � � � � �
� � � � � � � �
� � � � � � � �
� � � � � � &'7�� %&� �
��������
� ����������������������������������������������������������������
��
�" >�4&��'*��'.��
��%4",0&, .�
'� �7,�.&��'*��
#� � .&'4&���"% .5�
4� ���"�%%5�
�� � .&'4&�� %��
� .&"'4&��2�"�.4�%�
��/���+"4!'%��
"��"��? #�"��"��
� .&"'4&��/"��*�.&��
�'&��
�.�,4'&,1��
�//"�/'&��� .&"'4&�
�* +.&�
@� 2�
�44 *07,%!*�.&�
�.�,4'&,1���//"�/'&��
�'7+�� 2�+&%&'.�,./�
� "6%��.��7,1�"���
� "&, .��7'..��� �4&+'7�
������� � � � � � � �
� � � � � � � �
� � � � � � � �
� � � � � � &'7�� %&� �
������� � &�(���7�'%��+%��'��,&, .'7�%!��&%��,2�.�4�%%'"$�������������
�����������������������������������������������������������������������������������������������������������������������
� � � � � � � � �,/.'&+"��'# 1���",.&����'*�� 2��,���"A%��+7$��+&! ",-����0"�%�.&'&,1���
������������������ ������������� ��������������������������������������
� � � � � � � � � � � � � � ����� �
���������������������������������������� ������� �������� ��������� �������������������� ���������!������"����"����������� ��#��$��������
���� $��"$���� ����������� ��� ��� ����%&�� '��������� �(����'�� ��� ��������� ��� �������� ��� ���� )� *% ��� ��� ������� � ���'��'�� +!�,�� ���� �-�./�012��
!������"�� �3�������� ��� ��� ���"���� ���� ��������������� ���� ���� � ������ $���� ���"���� �����&����� ���� ��&���%��� ��������&� ��������� $���� ����
����������%����������������������������
�
4���������������������� �������� ����������������������
�
����������������%� �'��
� � � � � � 0���� ��������1��������������
� � � � � � ��������%� �'���������������%��� �����
� � � � � � *� ����!������������������������
�5*������� ���������������� �����������
67�������� ���������������� �����������
8�'���������������
��&��������������
7��#�������������
0������������������ � � � �
�
�
�
������������������ ��������������������������������������������������
�
����������������� ���������
������������������������������������������������������������������������������
������������������������������������������������������������������������������
���������������������������������������������������������������������������������
�� ��������������� ����������������������������������������������������������������
���������������� ��������������������������������������
�������������������������������������������������������
���� �������������� ���� ���������� ������������������������ ������������� ���� ������
������������������������������������������������������������������������������
������������������������������������������������������������������������������
������������������������������������������������������������������������������
������������������������������������������������������������������������������
������������������������������������������������������������������������������
�������������������������������������������������������������������������������
���� ���������������������������������� �!����� �������������������������������"�����
�������� ��������� ������������������������ ���#�$%&%#����'��
(% ���������������������
)% ���������������������
*% ���������������������
+% ���������������������
,% ���������������������
-% ���������������������
�
Bid Securing Declaration Form [shall be submitted with the Bid if bidder opts to provide this form of bid security]
_________________________________________________________________________
REPUBLIC OF THE PHILIPPINES) CITY OF _______________________) S.S.
BID SECURING DECLARATION
Project Identification No.: [Insert number]
To: [Insert name and address of the Procuring Entity] I/We, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may be in the form of a Bid Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any procurement contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action the government may undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following circumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have furnished the performance security and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution].
[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity]Affiant
[Jurat] [Format shall be based on the latest Rules on Notarial Practice]
Omnibus Sworn Statement _________________________________________________________________________
REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:
1. [Select one, delete the other:]
[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder];
[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];
2. [Select one, delete the other:]
[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney;
[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, by itself or by relation, membership, association, affiliation, or controlling interest with another blacklisted person or entity as defined and provided for in the Uniform Guidelines on Blacklisting;
4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;
6. [Select one, delete the rest:]
[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or
the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
[If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance with the Philippine Bidding Documents, which includes:
a. Carefully examining all of the Bidding Documents; b. Acknowledging all conditions, local or otherwise, affecting the implementation of the
Contract; c. Making an estimate of the facilities available and needed for the contract to be bid, if
any; and d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the
Project].
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.
10. In case advance payment was made or given, failure to perform or deliver any of the obligations and undertakings in the contract shall be sufficient grounds to constitute criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of confidence through misappropriating or converting any payment received by a person or entity under an obligation involving the duty to deliver certain goods or services, to the prejudice of the public and the government of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines.
[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity] Affiant
A C K N O W L E D G E M E N T
REPUBLIC OF THE PHILIPPINES CITY OF ________________ S.S.
BEFORE ME, a Notary Public, for and in the City of Manila, Philippines, this __ day of ______________ 2020 personally appeared:
NAME GOVERNMENT-ISSUED I.D.
NO. DATE/PLACE OF
ISSUE
identified by me through competent evidence of identity to be the same person who executed the foregoing instrument and who acknowledged to me that the same is his/her own free and voluntary act and deed and that of ____________ whom he/she represents with full authority to sign the instrument.
This instrument consisting of three (3) pages is signed by the parties, together with their instrumental witnesses, on all pages including this page whereon the acknowledgement is written. WITNESS MY HAND AND SEAL at the place and on the date first above written.
Doc. No. ___________; Page No. ___________; Book No. ___________; Series of 2020.
�
�
�
�
�
������������������ ������������ ��������������������������������������
������������
� !��"�����#���"$��%��&�����������'�����$��(���&����������)&��������*�)+�����
����#��,����"$��%������-��-�����������������������(�����������%��,.���������-��%��
�������������(��%��"�����/��������������*��0�
������� ����������
1.� ������ ��� ������ ��������� ��������� ������ ������� ����� � �������� ��
���������� ������������� !� �� �#�$� ���'���� ���� 2#���(���� ��'�����$� �(� ������ ���
�������� ��������� ��������� �� .� �� &����������)��������%��)&��������*�)�
+�.��#�$���-���3��������4�����-�#���������"$�*���#���(��%����5���(��%��6��#"��'��(��%��
�%���������.�7��8969:;�&96!1�;.��%�����
� <�� 1�� �� ��-#���)���'���� ������-� �(� �%�� :����� �(� 7���'����� �(� �%�� �����
&����������)��������%��)&��������*��%��������"�������#����$�����% .��%��(����5��-�
6����#�����5��������*�����
�
�����������69��=�!1�������>>>>>>>>>>>>>>>>>�
�
?69��=�97.��%�����$��(��%��(����5��-�����
� ��������������������
�� ��!�"����#�$!%�!����"
&�����"�������'
��("����� �"�����!
<,� � � � �
,� � � � �
@,� � � � �
�,� � � � ��
��)���� %���"$� �#�$� �#�%���3��� ���� ����-������ ��� �%�� ����� �(� �%��
&����������)��������%��)&��������*�)+�.� ��� �����'������ ��� �%�� �#"��'� "�����-� �(� �%��
:��-A�����������-����������� �:��,&� ��� �#"������"��.���A�.� ��-�.��4�'#��.�����*�������
��'��*�� '�����'��.� �-��������.� ���� ��$� ���� ���� ��'#������ ���� ��%��� 5�����-�� �(�
5%���*������#������A���.�������'��5��%�:��.������4�'#����������(������$����������'���
��'�����$�(����%���#�����������'�����%������B���
���������������1�%���"$�'����($�����%��'����'�������(��%��(���-���-������#����������%����%��
���������4�����-�����%�������"�����#�������.��������.�����(���������*�A������
��&������&������.�1�%�*��%���#���������$�%�����%���>>>>>>>>>>>>���$��(�
>>>>>>>>>>>>>>>>>>.�>>>.�����%��&��$��(�>>>>>>>>>>>>>>>>>>.��%�����������
�
� � � � � � >>>>>>>>>>>>>>>>>>>�
� � � � � � � ���������������C((�����
�)����)����� �&���� ��� "�(���� ��� �%��� � � � � ��$� �(� ������ � ���� � ���
��'���� ��� �(������� .� �%����������� C((����)�� ��)���� ���������$� A��5�� ��� ��� ����
5��)5���� ������(���� "$���� �%��#-%� '��������� �*����'�� �(� �������$� ��� ��(����� ���
�%�� �� 6#������� ��������� ���'��'�� �C���� ���� �D�<@��&,�� C((����)�� �4%�"����� ���
��� %��)%��� ����� %��������)������� *"!� �'����� ������� .� 5��%� %��)%��� �%���-���%�
���� ��-���#�����������-��%�����.�5��%�����>>>>>>����#������>>>>>>>����>>>>>>>>>���
�
�
�
�
�
�
������������������ ������������ ��������������������������������������
�
�
�
�
�
�
�
�
E��������$�%��������������%����� ���$��(������� ����� +�
�
�
������������%�*��+
� � � � � � ������������(�&���������>>>>�
� � � � � � �����$��#"��'�(���>>>>>>>>>�#�����>>>�
� � � � � � 6�����(�C������$������>>>>>>>>>>�
�!6������� .������������� !���'���������� �
1:�������� .������������� !���'����������
� �
7�'�������>>>>>>>�
��-������>>>>>>>�
:��A�����>>>>>>>�
��������(�>>>>>>>��
� � � � � �
�
�������������������� �������������������
��������������� �����
��������������������������
�
�� �� ������� �������� ������� �����������
�������� ��������� � ��� ������ ��� ���������� �� ���� ���������� ���� � ����� ���� ����
������� � ������������������! ������������������!���� �� ��� � ����������"������ �����
��������� � ������������#��� "�� ������� ������������ ������� ���� �����!�� � ���������
����������!�������������������"�����������#�
�
� ����������� ��������!�"�
�������#����$�%���������#�
������#������ &�
��'#������ ��#�������
�$� � � � �
%$� � � � �
&$� � � � �
'$� � � � �
�
���������������������!������������( ��������������� ����������"������ ��������� ��������
�������#��� � ����)�"���������*���������"��*��"�����"� ��� ������� ������������������
��"����� � ���� ������!����� � ���!����*��� ������� ��� #����� ���� �"��!���� +,��� ����
�)�"���� ���� �������� ���� ���� ���� �"� � ��"� ����� ���(��� ����� ���� ������ ��� $����
������������������������������"������� ��������+�� #��,�������� ��������� �-+,�$%�� �������
���� ����"��*���� � � ���� ���� ���������� ���� �� ��� ��� ��� ��� ������� ��� ���� !���� �����
��!��� ��� �� ��������� ���� ��*�"������ ���� ������� "�������� � ���� ����� ����
����� ������*�( � �������!������������"�� ����������������*��������������
�
���� �����(����)� ����*����������� �������������� ������
�����%.������� �
� �
� � � � � � �����
� � � � � ����������������������������������/�������
�*+����+������� ���� ��� ������� ��� ��� � � � � � ���� ��� �������� ������� ���
������ ��� ���������� ���������� �� /������( � � (���� ��� ������� #��!�� ��� ��� ����
!� (!���� ����������� ������ ����� �� "��������� �*����"�� ��� ��������� � � �������� ���
���� %..'� 0��� ���� ��������� ���"��"�� -/�1�� ���� .%232�&2,4$�� /������( � �)�������� ���
��� �� (���� ����� ����������&������ '("� ������� ��������� !���� �� (���� ����� �����
���� � ��������������� ����������!���������� ��������������
5���� ������������� ������� ��� ����������������������)�
�
��������������������"��
� � � � � � ,�������������4���� ����
� � � � � � ������������"�������������
� � � � � � 0�������/������� ������
�60������� ��������������"��������������
�+�������� ��������������"��������������
7�"��������
�� �������
+��#������
,���� ������ � � � �
Bid Form for the Procurement of Infrastructure Projects
[shall be submitted with the Bid]
(If submitted as an electronic document use F-DOC1 as file name)
___________________________________________________________________________
BID FORM
Date : _________________
Project Identification No.: BAC-ITIO IN No. 2020-0096 dated 29 July 2020
To: BIDS AND AWARDS COMMITTEE-INFORMATION TECHNOLOGY,
INFRASTRUCTURE AND OTHER RELATED COMPONENTS
BANGKO SENTRAL NG PILIPINAS
Having examined the Philippine Bidding Documents (PBDs) including the issued
Supplemental or Bid Bulletins, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer the following:
Description of
Requirement/Project
Approved Budget for
the Contract (ABC),
inclusive of all
applicable taxes and
other charges
Total Bid Price,
inclusive of all applicable taxes and
other charges
(in Figures and in Words)
One (1) lot Upgrading of
Various Facilities at BSP
Training Facility, Silang,
Cavite, as per BSP Terms of
Reference
Php5,503,000.00
Any bid with financial
proposal exceeding the
amount shall not be
accepted.
Php___________________
(in figures)
Peso:
(in words)
(In accordance with the Bid Cost
Sheet and Derivation of Unit Cost.
If submitted as an electronic
document use F-DOC2 and F-
DOC3 as file names)
1. We have no reservation to the PBDs, including the Supplemental or Bid Bulletins, for
the Procurement Project.
2. We offer to execute the Works for this Contract in accordance with the PBDs;
____________________________________________
Signature Above Printed Name/E-Signature of the
Bidder’s Duly Authorized Representative
3. The total bid price includes the cost of all taxes, such as, but not limited to: [specify
the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes,
and (iv) other fiscal levies and duties], which are itemized herein and reflected in the
detailed estimates;
4. Our Bid shall be valid within the period stated in the PBDs, and it shall remain
binding upon us at any time before the expiration of that period;
5. We undertake, if our Bid is accepted, to provide a performance security in the form,
amounts, and within the times specified in the PBDs;
6. We are not participating, as Bidders, in more than one Bid in this bidding process,
other than alternative offers in accordance with the Bidding Documents;
7. We understand that this Bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a
formal Contract is prepared and executed; and
8. We understand that you are not bound to accept the Lowest Calculated Bid or any
other Bid that you may receive.
9. We likewise certify/confirm that the undersigned, is the duly authorized
representative of the bidder, and granted full power and authority to do, execute and
perform any and all acts necessary to participate, submit the bid, and to sign and
execute the ensuing contract for herein project of the Bangko Sentral ng Pilipinas.
10. We acknowledge that failure to sign each and every page of this Bid Form, including
the Bill of Quantities, shall be a ground for the rejection of our bid.
Name/Legal
Capacity/Position:
Signature Above Printed Name/E-Signature of the
Bidder’s Duly Authorized Representative
Duly authorized to
sign Bid for and on
behalf of: ____________________________________________________
(Name of Bidder)
Date:
Address: No. & Street Building/Barangay
City/Town//Province Postal/Zip Code
Telephone No.
Fax No.
Email Address:
������������ ������� ������ ������������ �����
�
� �������������������������� �� ����������� ����������������������������������������
�������������������������������������������������� ����������������������������� �
�
!" ������� �����������#�������������� ������#��������� �$�������"������������ ������
���������%�����������������# ��������&�
�
'" ������������� ��� ��������������������� ���� ������ ��� ������� ��������������
������%�����������������������������#��(���)�� ���������� � ����*���+������� ����
#� �����������������������������&�
�
," ���������%�����������������������������-��������������� ��������"����.���������
�� ���������� ������(������� ������������������������������"��
�
����������������/"��� ��������������������01�/2�#3/41�)���������������/5�13���� � � �� � � ��� � � � �� � � �� ��/�)���� � � �� � � �� �%�)1�
�/0#$1)1%�
������������������ � � ���������������������������������� � � � ��������������� � � � � � ��������������
�������������������
������������������ � � ���������������������������������� � � � ��������������� � � � � � ��������������
�������������������
�
6" �������������������������-�������������� ���������(��� �
�
����������������/"��� ��������������������01�/2�#3/41�)���������������/5�13���� � � �� � � ��� � � � �� � � �� ��/�)���� � � �� � � �� �%�)1�
�/0#$1)1%�
������������������ � � ���������������������������������� � � � ��������������� � � � � � ��������������
�������������������
������������������ � � ���������������������������������� � � � ��������������� � � � � � ��������������
�������������������
�
7" ��� ���� ��� ��� ���������� ���� ���� ������ ����� ��� ����8�������� ������������ �� ��� �
����������*�#���� ��������������'!����������������������������������������&�
�
9" ���������%���������������� �� ������� ��� ����� ��� ��� (��� ����� � ��� ����� ��� ��������
���� ������ ��� ������������#��(��� )�� ����������� ��� *�#�� ��� ������� ���
������������������������������������������������������ ����������� ���������������
����������:��������� ��� ������!������������������&��
�
;" ����� ������ ��������������������������������������� �����������8��������
����������� ��� <�� ���� ���� ��� ��������� �������� ���� ����� ���������� ��� ��� ����� ���
���������������������������%�������������&�
�
=" ��������������������� �������������������������������������� ��������������������
���� ��� ���<�� ���������� ��� �����%�������������� ��� ���� ������ *�#� ���(���� ���
�� ������������������������������������������������*�#"�
�
�
�����������������������������������������������
������������� !��������"���#�� $���%����& ���'(�
��������������� �
��������� ������ �
��������� ������ �
��
� � ������ ��� �� ������������������������������
� � �������������������������������������
���������
������������������ ��!������������������"� ��������������������� #�$����������������%��������������� �&������ ���
��������'��"�����"���
(���" �)�'���*�� �
��������
+�����,&���������
��������
����
-����.�*����
/������������� �"
0�"����, ����������
���������
������ ������� ���������
1��
������
'�"��������*������ ���������� � ��1�����������2 �.��������*
1��"������
��������������� �� �
��������� �����������
��������� ������ �
�
� � ������������������������ ��� �������� ������ ����������� ����
! � ������������� ���"�������������� ��� ������ ������������������������� ������������� ������
# � ��$����������� ������� ����������������������������������������� ��������
% � &��� �����������������������
$�����'������� ���������������
'������������(��������� )���������"�� ��� �����*��
'�����������������+����,����������������-������������� -���� -��� ������ ����������� �����-�������� ��������������������-��������������
����"�������������������������������������������"� ���������� �����������������,��-���������������
����
�� ��������"�$���� ���������� �+��(�����������. �/��������"
������ ������� ���������
(�� ������
(��