Supreme Court E-Library
Information At Your Fingertips


  View printer friendly version

November 07, 1989


MEMORANDUM OF UNDERSTANDING BETWEEN THE GOVERNMENT OF THE REPUBLIC OF THE PHILIPPINES AND THE GOVERNMENT OF CANADA CONCERNING THE COMMODITY ASSISTANCE PROGRAM II (PROJECT NO. 734/15669)

The Government of Canada (hereinafter called "CANADA") and the Government of the Republic of the Philippines (hereinafter called the "PHILIPPINES"), desiring to record an understanding concerning a Canadian development assistance project to support the Philippines macro-economic adjustment process and to sustain social development programs through the provision of Canadian commodities have agreed as follows:

ARTICLE I
  NATURE OF THE MEMORANDUM OF UNDERSTANDING

SECTION 1.01

This Memorandum of Understanding constitutes an arrangement pursuant to the objectives and purposes of the General Agreement on Development Cooperation between CANADA and the PHILIPPINES dated 13th day of November 1987 and is intended to set out the responsibilities of the two governments in relation to the Project.

ARTICLE II
  RESPONSIBLE AUTHORITIES

SECTION 2.01

CANADA designates the Canadian International Development Agency (hereinafter called "CIDA") as the agency responsible for the implementation of its obligations under this Memorandum of Understanding.

SECTION 2.02

The PHILIPPINES designates the National Economic and Development Authority (hereinafter called "NEDA") as the agency responsible for the implementation of its obligations under this Memorandum of Understanding.

ARTICLE III
  THE PROJECT

SECTION 3.01

CANADA and the PHILIPPINES shall participate in a Commodity Assistance Program II to provide the Philippines with Canadian commodities (hereinafter called the "Project").  The objectives of the Project are to support development programs in the education and health sectors, to provide essential imports of commodities and to generate funds to be deposited in the Canada-Philippines Development Counterpart Fund which shall be used in accordance with the provisions of the Memorandum of Understanding (MOU) dated 19 December 1988.  The Project is more particularly described in Annex "A" attached hereto.

SECTION 3.02

Procurement of the commodities relating to the Project shall be performed with the assistance of a Canadian procurement advisor/monitor provided by CANADA and as set forth in Annex "D".

SECTION 3.03

Procurement of the commodities relating to the Project shall be supplied from Canadian suppliers and shall have a Canadian content of at least 66 2/3%.  The obligation of satisfying CANADA that the Canadian content requirements are being met is the responsibility of the Canadian exporter.

ARTICLE IV
  CONTRIBUTION OF CANADA

SECTION 4.01

The contribution of CANADA shall consist of the procurement financing and shipping of Canadian commodities to a Philippine port of entry nearest to the site of the activity as well as the provision of professional services of a Canadian procurement advisor/monitor, and of a Canadian consultant to evaluate the Project, all as more particularly set forth in Annexes "A" and "B".  The total value of CANADA'S contribution shall not exceed fifty million six hundred thousand Canadian dollars (Cdn $50,600,000).

SECTION 4.02

The Canadian contribution shall not be used by the PHILIPPINES to pay any taxes, fees, customs duties or any other levies such as value added tax or charges imposed directly or indirectly by the PHILIPPINES on any goods, materials, equipment, vehicles and services purchased or acquired for, or related to, the execution of the Project.

ARTICLE V
  CONTRIBUTION OF THE PHILIPPINES

SECTION 5.01

The contribution of the PHILIPPINES shall consist of the provision of qualified personnel, facilities, services and other Project requirements, all as more particularly set forth in Annex

ARTICLE VI
  INFORMATION

SECTION 6.01

CANADA and the PHILIPPINES shall ensure that this Memorandum of Understanding is carried out with due diligence and efficiency and each shall furnish to the other all such information relating to the Project as shall reasonably be requested.

ARTICLE VII
  COMMUNICATIONS

SECTION 7.01

Any communications or documents given, made or sent by either CANADA or the PHILIPPINES pursuant to this Memorandum of Understanding, shall be in writing and shall be deemed to have been duly given, made or sent to the party to which it is addressed at the time of its delivery by hand, mail, telegram, cable, facsimile or telex at its respective address, namely: 

                                                                                                                                                                         

For the PHILIPPINES:

 

 

 

 

Mail Address:

The Director General
  National Economic and Development
  Authority (NEDA)
  Amber Avenue
  Pasig, Metro Manila
  Philippines

 

Cable Address:

NEDAPHIL

 

 

 

 

Telex:

29058

 

 

 

 

Fax:

639-5312

 

 

 

For CANADA:

 

 

 

 

 

Mail Address:

The President
  Canadian International Development Agency
  c/o The Canadian Development Program
  Director
  Canadian Embassy
  9th Floor, Allied Bank Centre
  6754 Ayala Avenue, Makati
  Metro Manila, Philippines

 

 

 

 

Cable Address:

DOMCAN MANILA

 

 

 

 

Telex:

63676 DOMCAN PN

 

 

 

 

Fax:

815-9595

 

SECTION 7.02

Any one of the parties hereto may, by written notice to the other party hereto, change the address to which any notice or request shall be sent.

SECTION 7.03

All communications and documents submitted to CANADA shall be in either the English or the French language, and those submitted to the PHILIPPINES shall be in the English language.

ARTICLE VIII
  INTERPRETATION

SECTION 8.01

Differences which may arise in the application of the provisions of this Memorandum of Understanding shall be settled by means of negotiations between CANADA and the PHILIPPINES or by any other manner mutually agreed upon by their respective Governments.

ARTICLE IX
  ENTIRE UNDERSTANDING

SECTION 9.01

This Memorandum of Understanding together with Annexes "A", "B", "C" and "D" which form an integral part hereof constitutes the entire understanding between the parties with respect to the Project.

ARTICLE X
  CONSULTATION

SECTION 10.01

CANADA and the PHILIPPINES will endeavour  to consult each other in respect of any matter that may arise from time to time in connection with this Memorandum of Understanding.

ARTICLE XI
  GENERAL PROVISIONS

SECTION 11.01

In connection with the contribution of CANADA for the purchase and delivery of Canadian commodities pursuant to this Memorandum of Understanding, the PHILIPPINES agrees to undertake all reasonable precautions to avoid:

(a) diverting any shipment to non-Philippine destinations or re-exporting the Canadian commodities received under this contribution; and

(b) utilizing any shipment of Canadian commodities under this contribution for military purposes.

SECTION 11.02

This Memorandum of Understanding shall come into force and effect on the date of signature and shall expire on the 31st day of March 1997. This Memorandum of Understanding may be amended from time to time, as deemed necessary, by mutual agreement through an exchange of letters.

IN WITNESS WHEREOF, the undersigned have signed this Memorandum of Understanding in duplicate in Ottawa, Canada on the 7 November 1989.

                                   

ON BEHALF OF THE GOVERNMENT
  OF THE REPUBLIC OF THE PHILIPPINES

ON BEHALF OF THE
  GOVERNMENT OF CANADA

(Sgd.)RAUL S. MANGLAPUS

(Sgd.)

(Name)

(Name)

(Title)

(Title)

ANNEX "A"
  PROJECT DESCRIPTION

Two types of commodities will be supplied under this Project.  The first type will consist of support commodities which shall be used directly by the PHILIPPINES as part of its national development programs in the education and health sectors and thus ensuring continuity to ongoing CIDA assistance.  The second type will consist of industrial commodities which shall be sold to-public or private agencies/groups in order to generate local currency.  The net peso proceeds arising from the sale of the commodities will be deposited into a special account named Canada-Philippines Development Counterpart Fund pursuant to the Memorandum of Understanding (MOU) signed on 19 December 1988.

Following are the commodities that may be financed under this Project, unless otherwise agreed to by CIDA and NEDA through an exchange of letters: 

A. Support Commodities

1. Paper for textbook in support for the Secondary Education Development Program (SEDP);

2. Vaccines, related equipment and supplies for Expanded Program on Immunization (EPI);

B. Industrial Commodities

1. Fertilizers such as potash and urea;

2. Thermal coal;

3. Steel (slabs and coil); and

4. Other commodities such as zinc ingots, ammonia and graphite electrodes.

The type and quantity of commodities sourced under this Project will be determined by mutually agreed Annual Procurement Plans prepared by NEDA with the assistance of the CIDA procurement advisor/monitor.  The acceptability of Canadian commodities to the PHILIPPINES will, in part, be based on their continued competitiveness compared to other international sources.  All commodities, with the exception of the vaccines, will be procured by the PHILIPPINES’ designated purchasers through a competitive tendering process. In the case of vaccines, Supply and Services Canada will conduct the procurement.  For all other commodities, the PHILIPPINES’ designated purchasers will issue the tenders to Canadian Suppliers as described in Annex "D".

A procurement advisor/monitor will be hired by CIDA to assist NEDA and CIDA in the project's implementation.  The consultant will monitor the procurement activities, provide up-to-date information on the PHILIPPINES' requirements, Canadian supply capacity and pricing, and assist in the preparation of the Annual Procurement Plans. He/she will also monitor the monetization process of the industrial commodities and the deposit of the proceeds from their sale into the special account set up for the Development Fund.

A year prior to the end of the project, CIDA shall hire a Canadian consultant to evaluate the efficiency in the timing and coordination of the Project, and shall measure the results obtained and the extent to which those results contributed in achieving the objectives of the Project.

The Canadian procurement advisor/monitor and evaluation consultant may be assisted by locally hired consultants as part of the Canadian contribution.

Project Estimated Budget (in Canadian $)

                       
           
                                 

 

Support Commodities

$15,000,000

 

 

Industrial Commodities

$35,000,000

 

 

Monitoring

$     500,000

 

 

Evaluation

$     100,000

 

 

 

---------------

 

 

TOTAL BUDGET

$50,600,000

 

Should there be a need to increase the amount allocated for support commodities, the increase should not be more than 10 per cent of the project total budget for both types of commodities, in which case the allocation for industrial commodities will be reduced accordingly.

ANNEX "B"
  ROLES AND RESPONSIBILITIES OF CANADA

CANADA shall ensure that the following responsibilities are carried out:

A. Canadian International Development Agency (CIDA)

The CIDA Project Team, headed by a Project Team Leader (PTL), will perform administrative functions to ensure effective and efficient Project implementation and will provide the necessary coordination for the discharge of the responsibilities of CANADA under this Project. Generally the Project Team will:

1. Liaise with NEDA and provide requested information relating to the Project (especially in regard to the Annual Procurement Plans and tendering procedures) to ensure its timely implementation;

2. Approve the procurement process, plan the detailed allocation of funds, and issue purchase order confirmations to Canadian suppliers;

3. Control the disbursement of project funds for the procurement of commodities and make payments to Canadian Suppliers;

4. Monitor the procurement process through the procurement advisor/monitor to ensure conformity with Canadian regulations;

5. Consult with the PHILIPPINES on the schedule of visits and activities of the procurement advisor/monitor and the project evaluation consultant; and

6. Conduct project reviews to assess the progress of the Project and the extent to which its objectives have been achieved.

B. Canadian Procurement Advisor/Monitor
  The Canadian procurement advisor/monitor shall monitor the tendering and other activities of the project to ensure that procurement is consistent with established CIDA guidelines.

The Canadian procurement advisor/monitor will also assist the Philippine executing agencies in preparing the annual procurement profiles.

C. Canadian Evaluation Consultant

The Canadian evaluation consultant shall evaluate the efficiency in the timing and coordination of the Project, and shall measure the results obtained and the extent to t which those results contributed in achieving the objectives of the Project.

ANNEX "C"
  ROLES AND RESPONSIBILITIES OF THE PHILIPPINES

A. National Economic and Development Authority (NEDA)

NEDA shall act as the representative of the PHILIPPINES in general and shall coordinate the Project in the Philippines.

More specifically, NEDA shall:

1. Designate the Philippine executing agencies and prepare, in coordination with said executing agencies, Annual Procurement Plans (APPs) with the assistance of the CIDA procurement advisor/monitor for CIDA's concurrence. The APPs will consist of estimates of the quantity and value of commodities that will be procured for the relevant Canadian fiscal year (April-March). This activity will usually occur in December/January of the prior fiscal year.

2. Advise the executing agencies of their allocation for the relevant fiscal year according to the CIDA approved APP.

3. Monitor the progress of the Project in the Philippines, assuring its timely execution and providing the necessary coordination for the discharge of the responsibilities of the PHILIPPINES.

B. Other Departments

1. The Bureau of Customs shall facilitate the entry and clearing of commodities provided under the Project.

2. The Bureau of the Treasury (BTr) shall open and maintain a special account designated as "The Canada-Philippines Development Counterpart Fund" as established under the MOU signed on 19 December 1988.

3. The Department of Budget and Management (DBM) shall ensure the timely releases of the necessary funds for the effective implementation of the Project.

C. Executing Agencies

The Philippine executing agencies shall:

1. With the exception of the Department of Health (DOH), prepare draft tender documents with the assistance of the CIDA procurement advisor/monitor, as required, for CIDA's approval before issuance.

2. With the exception of DOH, issue tenders in Canada for their respective commodity requirements in accordance with the allocated funds and APP as agreed upon by NEDA and CIDA.

3. With the exception of DOH, analyze the tenders received from the Canadian Suppliers and consult with CIDA through the procurement advisor/monitor before proceeding to issue purchase orders/contracts.

4. With the exception of DOH, take responsibility for all matters relating to the importation of commodities into the Philippines including the clearing with import regulatory authorities, advising the Central Bank of the Philippines of no-dollar imports, payment of import duties and taxes, inspection fees, storage charges and any other related costs.

5. Facilitate the clearance and release of commodities in the Philippine ports of entry.

6. Provide all necessary in-country transportation following delivery and discharge of the commodities at Philippine ports of entry.

7. With the exception of Educational Development Project Implementing Task Force (EDPITAF) and DOH, remit to the Development Fund the net peso proceeds generated from the sale of Canadian commodities under the Project. These executing agencies may retain up to 1% of the peso proceeds to cover administrative and other related expenses subject to the terms determined by NEDA and DBM.

8. Provide information to the Canadian procurement advisor/monitor and project evaluation consultant as required and keep CIDA informed of any significant activities pertaining to the Project.

9. Immediately notify CIDA and NEDA of loss or damage to goods and equipment related to the Project while in transit, and of any payments received for such loss or damage under insurance policy covered by the procurement contracts.

ANNEX "D"
  PROCUREMENT AND PAYMENT PROCEDURES

PART I: PROCUREMENT PROCEDURES

A. General

1. Commodities eligible for funding pursuant to this Memorandum of Understanding shall be procured by the PHILIPPINES in accordance with established Philippine contracting regulations and procurement rules and regulations of CANADA.

2. For the efficient management and financial control of the Project, NEDA will:

- provide CIDA with the list of designated executing agencies;

- prepare, in coordination with Philippine executing agencies, Annual Procurement Plans with the assistance of the procurement advisor/monitor for CIDA's concurrence; - allocate the Canadian contribution, subject to CIDA's annual allocation, to the designated executing agencies;

- ensure that the designated executing agencies adhere to the procurement terms and conditions of this Memorandum of Understanding; and

- ensure that a representative of the Canadian Embassy has access to all tender openings.

B. Executing Agencies Procurement Procedures

With the exception of DOH where Supply Services of Canada (SSC) will take responsibility for the vaccine procurement, all other executing agencies shall adhere to the following guidelines:

1. All procurement to be made pursuant to this Memorandum of Understanding shall be done by a competitive tender call.

2. The executing agencies shall provide CIDA and NEDA with detailed specification of, and quantity of commodities required, along with a delivery schedule and any other condition(s) which may have cost implications.

3. CIDA, through the procurement advisor/monitor, shall provide the executing agencies with a list of Canadian firms capable of providing the required goods and services.

4. Executing agencies shall prepare tender documents with the assistance of the procurement advisor/monitor and shall not release them prior to CIDA's concurrence.

5. The executing agencies shall provide CIDA with a copy of each competitive tender call, for review, prior to its release and advertisement. CIDA will review the tender to determine if it contains adequate information to ensure maximum benefit from the Project.

6. The executing agencies shall ensure that the competitive tender calls are furnished to the Canadian firms sufficiently in advance of the tender closing date to permit adequate time for preparation, despatching and receipt of offers prior to the established closing date.

7. The following information shall be included in all tender calls:

a) detailed specifications, quantity of commodities required, delivery schedules, payment terms and any other condition(s) which may be required;

b) the date, hour and address that bids are to be received in order to be eligible for consideration;

c) instructions that prices are to be quoted in Canadian dollars on GIF liner or free out terms Philippines port of entry basis;

d) instructions to suppliers that CIF liner or free out terms cost will be paid by CIDA under the Project on behalf of the PHILIPPINES; and

e) instructions to suppliers that a copy of the quotation submitted must be sent to CIDA headquarters, within 2 days of tender closing and be accompanied by a completed Canadian Content Declaration form.

f) In the event that all submitted offers fail to meet the required specifications or conditions of the competitive tender calls and therefore cannot be considered for acceptance, a competitive tender call must be recalled from all eligible Canadian firms on the basis of acceptably modified specifications and conditions.

g) For a Bond stipulated in the tender call, the Bond shall be issued to the PHILIPPINES and the Receiver General of Canada jointly and any funds obtained will be returned to the Project.

8. Upon the closing of the competitive tender call, the executing agency shall:  

a) consider only offers received within the time and date set by the competitive tender call;

b) return all late offers to the tenderers unopened;

c) select the lowest priced technically responsive offer, or where consideration is given to other offers, obtain the prior written concurrence of CIDA before selecting that offer;

d) advise CIDA immediately after the assessment of the offers, the names of the tenderers together with the details of the quotations and the name of the tenderer to whom it is proposed to award the tender; and

e) ensure that no Purchase Order is issued to the successful tenderer until CIDA has reviewed and approved the documentation and advised the executing agency in writing to proceed with the award.

C. Procurement Procedures for Vaccines

1. DOH with the assistance of UNICEF shall submit their annual vaccine requirements for the EPI to CIDA with information to NEDA.

2. The CIDA Project Team Leader shall forward these requirements to SSC.

3. SSC, through an agreement with CIDA, shall:

a) bear the overall procurement responsibility to execute the procurement of the vaccines;

b) arrange for quality assurance services in Canada; and

c) arrange for their transportation and delivery to the designated port of entry in the Philippines.

PART II: PAYMENT PROCEDURES

A. Purchase Order

1. Once the tender has been awarded or the selection of the Canadian firm has been approved by CIDA, the executing agency shall issue a Purchase Order to the successful Canadian firm and forward a copy of the said Order to CIDA through the Canadian procurement advisor/monitor at the same time it is despatched  to the successful tenderer.

2. Each Purchase Order shall contain the following information:

a) detailed specification, quantity, unit of measure, unit price of the commodities;

b) a delivery schedule in accordance with schedule offered by the successful tenderer;

c) information that the CIF price will be paid by CIDA under the Project;

d) advice concerning the distribution of required documentation;

e) the name and address of the consignee, the party to notify (if applicable) and the port of discharge; and

f) information to the effect that CIDA shall examine the purchase order and issue a Purchase Order Confirmation.

3. The Purchase Order shall not contain specifications and conditions which are not consistent with the specifications contained in the competitive tender call and agreed to by the successful tenderer in his offer.

4. Upon review of the Purchase Order by CIDA, CIDA shall issue a Purchase Order Confirmation and a copy of this Confirmation shall be provided to the executing agency and to the procurement advisor/monitor. This Purchase Order Confirmation will be binding and any charges resulting from its cancellation will be for the account of the PHILIPPINES and will be automatically debited from the contribution of CANADA.

B. Payment Procedures

The payment for the supply of the commodities under this Project shall be carried out in the following manner:

1. Upon delivery of the commodities, Canadian Suppliers shall submit to CIDA all pertinent invoices and documentation in accordance with the Purchase Order Confirmation.

2. Upon the delivery of the vaccines, the suppliers shall submit to CIDA through SSC all required documentation according to their respective supply contracts.

3. Upon receipt of the above documents, CIDA shall make payment directly to the suppliers, according to terms specified in the purchase contracts.

The Philippine executing agencies for the industrial commodities shall, at terms determined by NEDA and DBM, deposit the net peso proceeds from the sale of the Canadian commodities to the Development Fund established according to the terms of the MOU dated December 19, 1988.

C. Insurance

The preparation and submission of claims for loss or damage to the commodities, except the vaccines, while in transit shall be the responsibility of the executing agency the proceeds of the insurance will be returned to the Project.



© Supreme Court E-Library 2019
This website was designed and developed, and is maintained, by the E-Library Technical Staff in collaboration with the Management Information Systems Office.