REQUEST FOR QUOTATION



Similar documents
FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK

BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)

PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)

Procurement of CONSULTING SERVICES

Procurement of CONSULTING SERVICES

PROVISION AMENDMENT/S

BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4iGOV) Supplemental Bid Bulletin No. 1

Philippine Bidding Documents Procurement of ESET NOD32 Anti-Virus 4 Business Edition

1. Technical Offer Submission Sheet

BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

BID BOND CITY OF EAST POINT, GEORGIA

Supply, Delivery, Installation and Configuration of Anti- Virus Software for the Insurance Commission

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

This page left blank intentionally

GUIDELINES FOR LEGAL ASSISTANCE AND INDEMNIFICATON OF BIDS AND AWARDS COMMITTEE (BAC) MEMBERS AND ITS SUPOPRT STAFF

Negotiated Procurement for the Supply, Delivery and Installation of Various Network Security Tools

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:

Invitation to Bid (ITB) PR No : Web Application Firewall (Web Application Security System) Date Time Venue

ARTICLES OF INCORPORATION

INSTRUCTIONS for COMPLETING COLLECTION AGENCY BOND APPLICATIONS

DEPARTMENT OF FINANCE PROCUREMENT OF ENTERPRISE IDENTITY MANAGEMENT AND ACCESS CONTROL SOLUTION FOR 400 USERS OF THE DEPARTMENT OF FINANCE

Exhibit D CONTRACT DOCUMENTS

CITY OF FAIRFAX TELECOMMUNICATION FACILITY BONDING PACKAGE

PAYMENT/PERFORMANCE BOND. This is the front page of the payment/performance bond issued in compliance with Florida Statutes

(As Harmonized with Development Partners) SUPPLY AND DELIVERY OF ENTERPRISE DOCUMENT MANAGEMENT SYSTEM

Expedited Dispute Resolution Bond (P3 Form)

How To Pay A Contract With Neustar

STATE OF NORTH CAROLINA AGREEMENT COUNTY OF WAKE

Section I. Invitation to Bid

PHILIPPINE BIDDING DOCUMENTS

Revised January You must submit with the application the following documentation:

PHILIPPINE BIDDING DOCUMENTS

Sewage Sludge Utilization Performance Bond

REQUEST FOR QUOTE VENDING MACHINE SERVICES RFQ-1

#5 Independent Contractor Form - With Insurance With Bonds

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,

HOW TO OBTAIN A NEW CONTRACTOR LICENSE

Appendix F Subdivision Street Construction Applications and Forms

Procurement of Consulting Services for the Conduct of a Feasibility Study for the Establishment and Management of Sarangani Level 3 Hospital

DEPARTMENT OF TRANSPORTATION OFFICE OF SMALL AND DISADVANTAGE BUSINESS UTILIZATION SHORT TERM LENDING PROGRAM GUARANTEE AGREEMENT

PART I - Eligibility Documents. 1 P a g e

STANDARD CONTRACT EXECUTION FORMS

PLEDGE OF SHARES OF STOCK. This Agreement (hereinafter, the Pledge ) is made and entered into this day of in Makati City, by and between:

MAINTENANCE AND PERFORMANCE BONDS

MISSOURI HIGHWAYS AND TRANSPORTATION COMMISSION ELECTRONIC SIGNATURE AGREEMENT

IRREVOCABLE LETTER OF CREDIT REIMBURSEMENT AGREEMENT

REQUIREMENTS FOR AGENT S APPLICATION FOR LICENSE

Self-Insurance Package for a Corporation

Bidding Documents for the

BPI SECURE PAY ecommerce MERCHANT AGREEMENT

NEW JERSEY BOARD OF PUBLIC UTILITIES. ELECTRIC POWER and/or GAS SUPPLIER INITIAL APPLICATION INSTRUCTIONS

Manila REQUEST FOR QUOTATION

Supplier prequalification Document

Department of Commerce

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT

NC General Statutes - Chapter 44A Article 3 1

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

Supply and Delivery of Tablet Computers for the. National Economic and Development Authority (NEDA)

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

Exhibit 3 to the Security Agreement Document 13 Contract No. FIRST PREFERRED FLEET MORTGAGE. THIS FIRST PREFERRED FLEET MORTGAGE, dated by, a

1 Eligibility Criteria

Borough of Jamesburg

Section IX. Annex to the Particular Conditions - Contract Forms

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

REPUBLIKA NG PILIPINAS KAGAWARAN NG PANANALAPI KAWANIHAN NG INGATANG-YAMAN (BUREAU OF THE TREASURY) INTRAMUROS, MANILA 1002 NOTICE OF AWARD

Ohio Department of Transportation

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

PERMIT BOND ONE LOCATION LIABILITY. KNOW ALL PERSONS BY THESE PRESENTS, that we,

SECTION PERFORMANCE BOND., hereinafter called PRINCIPAL, and

PERFORMANCE BOND. That we, (operator name as established by Office of Conservation and address) (hereinafter called the Principal ), and

SUPPLY, DELIVERY, INSTALLATION AND CONFIGURATION OF VARIOUS NETWORK SECURITY HARDWARE. Bid Reference No.: BAC4IGOV

ANNEX 1: CHECKLIST OF ELIGIBILITY, TECHNICAL AND FINANCIAL DOCUMENTS

State of Oklahoma COUNCIL ON LAW ENFORCEMENT EDUCATION AND TRAINING Private Security Licensing Division

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

Performance Bond. as Principal, (Legal title of the Contractor) (Street, City, State, Zip Code) and as Surety, (Legal title of the Surety)

Proper Procedures to Make Business Permit Changes

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: GM

FOR INFORMATION PURPOSES ONLY

NATIONAL CONTRACTORS INSURANCE COMPANY, INC., A RISK RETENTION GROUP SUBSCRIPTION AND SHAREHOLDERS AGREEMENT

CALIFORNIA TRANSPORTATION COMMISSION DESIGN-BUILD DEMONSTRATION PROGRAM STANDARD FORM OF PAYMENT AND PERFORMANCE BOND

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND

Draft 12/23/04 XXXX FUNDING AGREEMENT BETWEEN XXXX. and CITY/TOWN TO SUPPORT AFFORDABLE HOUSING AT X HOUSE

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES

Building Division. Engineering, Planning and Building Department 540 Laird Avenue S.E. Warren, Ohio Office: (330) Fax: (330)

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

corporation with its principal place of business in the City of

PROJECT NO. 2733, RFP NO /02. Peralta Community College District. 333 East 8th Street, Oakland, CA Questions

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

OFFICE OF THE ATTORNEY GENERAL SDCL BUYING CLUB BOND INSTRUCTIONS

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI

REQUEST FOR QUOTATIONS

TRANSPORTATION SERVICES AGREEMENT

Transcription:

REQUEST FOR QUOTATION PMO 01-2015 Supply of Purified Drinking Water (PMO Building, 104 Gamboa Street, Legaspi Village, Makati City)

Table of Contents Definition of Terms 3 Request For Quotation 4 5 Conflict of Interest Policy 6 Documents Comprising The Price Quotation 7 Financial Component / Opening of Price Quotations / Post-Qualification 8 Award of Contract 9 Technical Specifications 10 Sample Forms 12 19

Definition of Terms ABC BAC BIR Approved Budget for Contract Bids and Awards Committee Bureau of Internal Revenue Contract The Service Contract to be executed between the PMO and the Participating Service Provider submitting the LCRPQ, which shall be in substantially the form attached as Annex D of RFQ PMO 01-2015 DTI GPPB LCRPQ Omnibus Sworn Statement Participating Provider PhilGEPS PMO Policy Quotation Form RA RFQ RIRR SEC Terms of Reference or TOR Department of Trade and Industry Government Procurement Policy Board Lowest Calculated Responsive Price Quotation The document in substantially the form attached as Annex B of RFQ PMO 01-2015 An independent service provider submitting a price quotation to the PMO under RFQ PMO 01-2015 Philippine Government Electronic Procurement System Privatization and Management Office Conflict of Interest Policy issued by the PMO The document in substantially the form attached as Annex C of RFQ PMO 01 2015 Republic Act Request for Quotation Revised Implementing Rules and Regulations Securities and Exchange Commission The document attached as Annex A of RFQ PMO 01 2015 3

REQUEST FOR QUOTATION Supply of Purified Drinking Water PMO 01-2015 1. The Privatization and Management Office (PMO), through its Bids and Awards Committee (BAC), intends to apply the sum of Seventy Thousand Pesos (Php70,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for Supply of Purified Drinking Water (PMO 01-2015). Quotations received in excess of the ABC shall be automatically rejected at the opening of price quotations. 2. The PMO-BAC now requests quotations for Supply of Purified Drinking Water for PMO office located at 104 Gamboa Street, Legaspi Village, Makati City. Service providers should (a) be in compliance with all ongoing government and private contracts and (b) have satisfactorily completed, within the last two (2) years from the date of submission and receipt of quotations, at least one (1) contract/purchase order similar to the supply of purified drinking water described herein. 3. The procurement of Supply of Purified Drinking Water (PMO 01-2015) will be conducted through Negotiated Procurement under Section 53 of the Revised Implementing Rules and Regulations (RIRR) of Republic Act (RA) 9184, specifically Subsection 53.9, otherwise known as Small Value Procurement. The selection of service providers is restricted to Filipino citizens/sole proprietorship, partnership, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines. 4. Interested service providers may obtain further information from PMO-BAC Secretariat at the 3 rd Floor, Privatization and Management Office, 104 Gamboa Street, Legaspi Village, Makati City, from Monday to Friday, 9:00 a.m. to 4:00 p.m. only starting 05 January 2015 or at telephone number 818-8305. The RFQ may be purchased starting 24 December 2014 from Monday to Friday, 9:00 a.m. to 4:00 p.m., from the PMO-BAC Secretariat, 3 rd Floor, Privatization and Management Office, 104 Gamboa Street, Legaspi Village, Makati City and upon payment of a non-refundable fee for the RFQ in the amount of Five Hundred Pesos (Php 500.00) to the PMO Cashier located at the 6 th Floor, Privatization and Management Office, 104 Gamboa Street, Legaspi Village, Makati City. The RFQ may also be downloaded from the websites of the Philippine Government Electronic Procurement System (PhilGEPS) and PMO, provided that the service provider shall pay the non-refundable fee of Five Hundred Pesos (Php 500.00) for the RFQ not later than the submission of its price quotation. 5. The price quotation must be delivered on or before 5:00 p.m., on 26 January 2015, to the PMO-BAC Secretariat, 3 rd Floor, Privatization and Management Office, 104 Gamboa Street, Legaspi Village, Makati City. Please submit your lowest and 4

most responsive price quotation together with the RFQ in a sealed envelope marked as follows: The Chairperson PMO-BAC Request for Quotation Supply of Purified Drinking Water (PMO 01-2015) Privatization and Management Office 3 rd Floor PMO Bldg., 104 Gamboa St. Legaspi Village, Makati City Please note that price quotations submitted after the abovementioned deadline shall not be accepted. 6. The contract will be awarded to the Participating Service Provider whose price quotation is the most advantageous and responsive to PMO, in accordance with the PMO s judgment and discretion. PMO shall not be bound to accept the lowest or any price quotation, which, in its judgment is, in the ultimate analysis, not advantageous to the government. The PMO-BAC shall not compensate or indemnify any person for any expenses incurred in the preparation of the price quotations. 7. Moreover, the PMO-BAC reserves the right to accept or reject any price quotation, waive any formality in the RFQ, annul the procurement process, reject any or all price quotations at any time prior to contract award, declare the procurement process a failure, without thereby incurring any liability to the affected Participating Service Provider or any person. 8. For further information, please refer to: THE SECRETARIAT PRIVATIZATION AND MANAGEMENT OFFICE BIDS AND AWARDS COMMITTEE (PMO-BAC) for Procurement 104 Gamboa Street, Legaspi Village, Makati City Tel. no. 818-8305 Fax No. 894-2205 PMO Website: www.pmo.gov.ph Approved for Publication: ELLEN H. RONDAEL Deputy Privatization Officer and Chairperson, PMO-BAC 5

CONFLICT OF INTEREST POLICY 1. In all transactions, the Participating Service Providers, its directors, officers, contractors, consultants and employees, shall not have any interest adverse to those of the PMO or the National Government. 2. The following situations constitute a conflict of interest: (a) Where a director, officer, contractor, consultant or employee of the Participating Service Provider or any party having interest therein, is employed by PMO, and by virtue of which there is an opportunity for preferential treatment to be given in favor of the Participating Service Provider, except if (i) with the knowledge and consent of PMO s top management, or (ii) where such interest in the Participating Service Provider comprises securities in widelyheld corporations, which are quoted and sold in the open market or in private corporations where the interest is not material. (b) When a director, officer, contractor, consultant or employee of the Participating Service Provider, without proper authority, gives or releases to anyone not employed by the PMO any data or information of a confidential nature concerning PMO, such as those relating to plans, prices/valuation, earnings, financial/business forecast, or competitive bids, or to use such information to the advantage of the Participating Service Provider or any of its directors, officers, contractors, consultants or employees, and not in the best interest of PMO, or in violation of the confidentiality provision in the Contract. (c) Where a director, officer, contractor, consultant or employee of the Participating Service Provider offers to any officer or employee of the PMO any amount of money (e.g, commissions, share in the profits, gifts in cash, loans/advances), gift certificates, material services, excessive or extravagant entertainment or travel, gifts of merchandise of more than normal value, for the purpose of obtaining preferential treatment. (d) All other analogous situation disadvantageous to PMO s interest. 3. The Participating Service Provider shall execute and submit a compliance statement attesting that the company, its directors, officers, contractors, consultants and employees, fully understand the stipulations contained in the Policy. Failure to submit the compliance statement shall constitute a violation of the Policy. 4. Failure by the Participating Service Provider, its directors, officers and employee to faithfully comply with the terms and conditions of the Policy shall be cause for PMO to revoke the award of the project without prejudice to any other civil or criminal liability the Participating Service Provider, its directors, officers, contractors, consultants or employees may incur as a result of such breach. 6

DOCUMENTS COMPRISING THE PRICE QUOTATION: ELIGIBILITY AND TECHNICAL COMPONENTS The sealed envelope shall contain the following eligibility and technical documents: 1. Eligibility Documents a. Copy of registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives. b. Copy of Mayor s Permit issued by the city or municipality where the principal place of business of the Participating Service Provider is located. c. Statement of all ongoing/and completed government and private contracts within the last two (2) years, including contracts awarded but not yet started, if any. The statement shall include, for each contract the following: (d.1) name of the contract; (d.2) date of the contract; (d.3) amount of contract and value of outstanding contracts; (d.4) date of delivery; and (d.5) end user s acceptance or official receipt(s) issued for the contract, if completed. d. Copies of audited financial statements, stamped received by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions for the last two (2) years from submission of the price quotation. 2. Technical Documents a. Conformity with the Terms of Reference, as provided in Annex A and which form part of the RFQ. b. Omnibus Sworn Statement using the form presented, which is attached as Annex B of the RFQ. 7

FINANCIAL COMPONENT 1. The financial component of the price quotation shall contain the Quotation Form (attached as Annex C in accordance with the Request for Quotation (RFQ) 2. All price quotations that exceed the ABC shall not be accepted. 3. Prices quoted by the Participating Service Provider shall be fixed during the service provider s performance of the contract and not subject to variation or price escalation on any account. A price quotation submitted with an adjustable price quotation shall be treated as non-responsive and shall be rejected. 4. Price quotations shall be quoted in Philippine Pesos. 5. The price quotation shall remain valid for one hundred twenty (120) calendar days from the date of submission and/or opening of price quotations. OPENING OF PRICE QUOTATIONS 1. The PMO-BAC shall open the price quotations immediately after the deadline for the submission and receipt of price quotations. 2. In accordance with the GPPB Guidelines for Shopping and Small Value Procurement, information relating to the examination, evaluation and comparison of price quotations are to be kept confidential and shall not be disclosed to any other party except to those officially concerned. 3. The PMO-BAC adopts a procedure for ensuring the integrity, security, and confidentiality of all submitted price quotations. POST-QUALIFICATION 1. The Lowest Calculated Responsive Price Quotation shall undergo post-qualification in order to determine whether the Participating Service Provider concerned complies with, and is responsive to, all the requirements and conditions specified in the RFQ. 2. The Successful Service Provider shall be notified in writing that Service Provider has the Lowest Calculated Responsive Price Quotation (LCRPQ), the Participating Service Provider shall submit the following documentary requirements to the PMO-BAC: (a) Tax Clearance; (b) Latest income and business tax returns; (c) Certificate of PhilGEPS Registration; and (d) Other appropriate licenses and permits as may be required by law. 3. Failure to submit the above requirements on time or a finding against the veracity of such shall be ground to disqualify the Participating Service Provider for award. 8

AWARD OF CONTRACT 1. The PMO shall award the contract to the Participating Service Provider whose price quotation has been determined to be the LCRPQ. 2. The successful Participating Service Provider shall be notified in writing that its price quotation has been accepted, through a Notice of Award served personally, or sent by registered mail or electronically. 3. At the same time as the PMO notifies the successful Participating Service Provider that its quotation has been accepted, the PMO shall send the Contract to the Participating Service Provider, incorporating therein all agreements made. 4. The PMO shall enter into contract with the successful Participating Service Provider within ten (10) calendar days, provided that all the documentary requirements are complied with. 5. Within three (3) calendar days from the date of approval or signing of the Contract, the PMO shall issue the Notice to Proceed. 6. The Contract effectivity date shall be provided in the Notice to Proceed by the PMO, which date shall not be later than seven (7) calendar days from issuance of Notice to Proceed. 9

B. Performance Period and Terms The Participating Service Provider undertakes to perform/deliver the supply of purified drinking water for a period of one (1) year. C. Technical Specifications: ITEM SPECIFICATION STATEMENT OF COMPLIANCE 1 Purified Drinking Water a. Weekly delivery (every Wednesday) of 435 containers of 5 gallons b. Minimum of ten (9) Hot & Cold water dispenser (without additional cost). c. Monthly service & maintenance of water dispensers (without additional cost). d. Change of goods within 24 hours from notice to supplier. 2 Minimum of 17 stages: purification/filtration process; minimum percentage required and accepted by BFAD 3 Shape and Quality of bottle: Round, clean or sterilized and of good quality. CONFORME: (Authorized Signature) (Name and Title of Signatory) (Name of Firm) 10

Sample Forms Annex A.. Terms of Reference Annex B.. Omnibus Sworn Statement Annex C.. Quotation Form Annex D.. Service Agreement 11

Annex A TERMS OF REFERENCE (TOR) A. Scope of Services The Participating Service Provider undertakes and commits that it will promptly and fully perform/deliver to PMO the Supply of Purified Drinking Water in accordance with the following requirements and specifications of PMO: Description Quantity Total Delivery Supply / delivery of purified drinking water Minimum of at least forty five (43) containers of 5- gallons per week Minimum of 180 containers of 5 gallons per month Weekly (every Wednesday) 12

Annex B Omnibus Sworn Statement REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ) S.S. A F F I D A V I T 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 of [Name of Participating Service Provider] with office address at [address of Participating Service Provider]; If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Participating Service Provider] with office address at [address of Participating Service Provider]; 2. Select one, delete the other: If a sole proprietorship: As the owner and sole proprietor of [Name of Participating Service Provider], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the procurement of [Name of the Project] of the [Name of the Procuring Entity]; 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 and/or to represent the [Name of Participating Service Provider] in the procurement process as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary s Certificate issued by the corporation or the members of the joint venture)]; 3. [Name of Participating Service Provider] is not blacklisted or barred from participating in the procurement process 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; 4. Each of the documents submitted in satisfaction of the requirements under the Request for Quotation is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; 5. [Name of Participating Service Provider] 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: 13

Annex B If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, or the BAC Secretariat, the head of the Project Management Office or the end-user unit, or 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 Participating Service Provider] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, or the BAC Secretariat, the head of the Project Management Office or the end-user unit, or 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 Participating Service Provider] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, or the BAC Secretariat, the head of the Project Management Office or the end-user unit, or the project consultants, by consanguinity or affinity up to the third civil degree; 7. [Name of Participating Service Provider] has been complying with the existing labor laws and standards and has not been found guilty of any violation for the last two (2) years; and 8. [Name of Participating Service Provider] is aware of and has undertaken the following responsibilities as a Participating Service Provider: a) Carefully examine the Request for Quotation; b) Acknowledge all conditions, local or otherwise, affecting the implementation of the services described in the Contract; c) Make an estimate of the facilities available and needed for the implementation and completion of the services described in the Contract, if any; and d) Inquire or secure Supplemental Bulletin(s) issued for the [Name of the Project]. IN WITNESS WHEREOF, I have hereunto set my hand this day of, 2015 at, Philippines. Participating Service Provider s Representative/Authorized Signatory 14

Annex B SUBSCRIBED AND SWORN TO before me this, day of, 2015 at, affiant exhibiting to me his/her valid identification document issued by at, Philippines. (Notary Public) Until PTR No. Date Place TIN Doc No. ; Page No. ; Book No. Series of 2015. 15

Annex C Quotation Form Date : RFQ: PMO 01-2015 ELLEN H. RONDAEL Chairperson Privatization and Management Office Bids and Awards Committee 104 Gamboa Street, Legaspi Village, Makati City Dear Ms. Rondael: Having examined the Request for Quotation PMO 01-2015, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the project] in conformity with the said Request for Quotation for the sum of [total of Price Quotation in words and figures], inclusive of all taxes. We undertake, if our price quotation is accepted, to perform/deliver the services in accordance with the delivery schedule specified in the Terms of Reference. Until a formal contract is prepared and executed, this price quotation, together with your Notice of Award, shall be binding upon us. We understand that the PMO is not bound to accept the lowest or any price quotation it may have received. We certify/confirm that we comply with the eligibility requirements of the Request for Quotation PMO 01-2015. Done this day of 2015. [Authorized Signature] [in the capacity of] Duly authorized to sign Quotation for and on behalf of 16

Annex D SUPPLY AGREEMENT KNOW ALL MEN BY THESE PRESENTS: This Service Agreement ( Agreement ) executed and entered unto this day of 2015, Makati City, Philippines, by and between: The GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES, through the PRIVATIZATION AND MANAGEMENT OFFICE (PMO), a government agency established under Executive Order No. 323, dated 6 December 2000, with office address at 104 Gamboa St., Legaspi Village, Makati City, represented herein by its Officer-in-Charge, TONI ANGELI V. COO (hereinafter referred to as the PMO ); -and- (Name of Service Provider), a company organized and existing under Philippine laws with business address at represented herein by its,, duly authorized by its Board of Directors as evidenced by a Secretary s Certificate attached hereto as Annex A (hereinafter referred to as the CONTRACTOR ). -WITNESSETH: That WHEREAS, the CORPORATION formally participated in the Request for Quotation for Supply of Purified Drinking Water for one year period, conducted by the PMO Bids and Awards Committee (PMO-BAC) on, 2015 in accordance with Republic Act No. 9184 and its IRR-A, as amended and was declared to have submitted the Lowest Calculated and Responsive Price Quotation, hence was awarded the contract under PMO BAC Resolution No. - 2015; subject to the terms and conditions stated herein; NOW, THEREFORE. for and in consideration of the foregoing premises and of mutual covenants hereinafter set forth, the parties have agreed and bound themselves as follows: 1. The CONTRACTOR shall provide PMO the Supply of Purified Drinking Water. 2. The CONTRACTOR is required to deliver 43 containers of 5 gallons of purified drinking water per week at P 31.30 and with an option on the part of PMO to place /purchase additional orders at the same price; 3. The CONTRACTOR shall provide ten (10) units of Hot and Cold Dispensers and Containers, free of charge; 4. The CONTRACTOR shall be responsible for the proper care of dispensers and containers assigned at PMO office. Likewise the Supplier shall provide monthly service and maintenance of dispensers, free of charge. In urgent/emergency cases, the Supplier shall provide immediate repair/maintenance within 12 hour notice by PMO, free of 17

Annex D charge. Failure of the Supplier in this regard frees PMO from any responsibility on the dispenser concerned; 5. While in the possession of PMO, the latter, shall be liable for the loss of any dispenser and/or container. The liability of PMO, if any, shall in no case be more than the current market value of the lost dispenser and/or container less the depreciation cost; 6. The CONTRACTOR is engaged by PMO for a period of One (1) year from receipt of Notice to Proceed. Notwithstanding the said fixed duration, PMO may at any time terminate this contract earlier than the agreed period for justifiable reason by providing thirty (30) days written notice to the Contractor prior to the effective date of termination. This agreement shall be automatically renewed under the terms and conditions on a month to month basis but not to exceed six (6) months from the date of expiration of this Agreement subject to written confirmation of both parties; 7. The PMO shall pay the Contractor the amount equivalent to the actual number of bottles of purified water delivered thirty (30) days from receipt of billing, provided that Provision No. 4 above is duly performed. IN WITNESS WHEREOF, both parties hereunto set their hands this day of 2015 at Makati City. PRIVATIZATION AND MANAGEMENT OFFICE (Name of Service Provider) By: TONI ANGELI V. COO BY: Officer-In-Charge SIGNED IN THE PRESENCE OF: 18

Annex D ACKNOWLEDGEMENT REPUBLIC OF THE PHILIPPINES ) CITY OF MAKATI ) S.S. BEFORE ME, a Notary Public personally appeared: Name Valid Identification Document Date/Place Issued TONI ANGELI V. COO (in her capacity as Officer-In-Charge of the Privatization and Management Office) (Name of Service Provider) (in her capacity as _(designation) of Corporation) Both known to me and known to be the same persons who executed the foregoing agreement and they acknowledge to me that the same is their own free and voluntary act and deed and of the principals they represent. I further certify that this instrument refers to Supply of Purified Drinking Water Agreement consisting of four (3) pages, including this page bearing the acknowledgement, duly signed by the parties, and their witnesses on each and every page thereof. WITNESS MY HAND AND SEAL at the place on the date aforementioned. Doc No. Page No. Book No. Series of 2015 19