Philippines - PSW-18-2291-NP(SV) Training Supplies

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 November 2018
Opportunity publication date
15 November 2018
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Republic of the Philippines

Province of Iloilo

BIDS AND AWARDS COMMITTEE

REQUEST FOR QUOTATION


Quotation No. PSW-18-2291-NP(SV)

Reference PR No. PSW-18-2291

November 9, 2018 TO:

(Supplier's Name and Office Address)

Please quote your lowest price (best and final offer for two failed bidding) on the item(s) listed below, subject to the

attached Terms and Conditions, stating the shortest time of delivery, and submit your quotation/bid duly signed by your authorized

representative on or before the opening of quotations/bids on) November 21, 2018 at 9:00 AM with the Bids and Awards Committee

at the Boardroom, Office of the Governor, 3F, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City.


ATTY. DENNIS T. VENTILACION

BAC Chairperson
X All Bids must be complete.
Partial Bids are allowed.
Item No. Unit Description Quantity Estimated Unit Cost Brand Name Over the Counter Price per Item Final Unit Price per Item Delivered to Destination Total Cost 1 pcs Manila paper 200 15.00
2 pcs Tailored chalk 125 5.00
3 bxs Hook and Eye 40 13.00
4 pcs Nylon zipper assorted colors 8 in. 200 10.14
5 pcs Tape measure 60'' 60 4.50
6 bxs Headpins foe sewing 20 39.00
7 bxs Sewing thread asstd colors 60 85.00
8 pcs Buttons 2 holes asstd colors 999 1.50
9 bxs Pencil No.2 20 96.00
10 mtr White tetoron cloth 60 65.00
11 mtr Cloth (Katrina) 120 76.70
12 mtr Tetoron cloth colored 100 78.00
13 mtr Printed cloth 174 41.60
14 pcs French curved 20 15.00
15 pcs L Square 24'' 20 20.00
16 pcs Scissors (heavy duty) 20 55.00
17 pcs Bobbin case 40 39.00
18 pcs Pin cushion 40 10.00
19 pcs Boxes with compartments 20 150.00
20 bxs Ruler 12" 20 32.00
21 cones Sewing Thread 60 85.00
22 bxs Carbon paper (blue) 3 750.00
23 sets Tracing wheel 20 8.50
24 sets Machine needle 40 13.00
25 sets Sewing Needles 40 15.60
Kindly indicate the delivery period and BID amount in words and figures in the space provided below:

Non-compliance shall be a ground for Disqualification.

TOTAL BID AMOUNT IN FIGURES: ₱_______________

Statement of Delivery Period: ______________________________________________________________________________________

Amount in Words: _________________________________________________________________________________________________

Place of Delivery: PSWDO, Iloilo

ABC: 59,999.90

Kindly submit this quotation with the following requirements:

1. PhilGEPS Certificate of Registration under Platinum category for Limited Source Bidding and Two Failed Biddings and PhilGEPS

Registration Number for the alternative methods of procurement under Section 50, Section 52.1 (b), Section 53.3, Section 53.6,

Section 53.7, Section 53.9, Section 53.10, and Section 53.11 of the revised IRR of R.A. No. 9184;

2. Omnibus Sworn statement specifying the RFQ Number

3. Notarized Authority of the Signatory, if representative

(SPA of proprietor for single proprietorship/Secretary Certificate for Corporation)

4. Updated Mayor's Permit if the same is indicated as "EXPIRED" in the PhilGEPS Certificate of Registration, Platinum category;

5. Updated DTI/SEC/CDA Registration if the same is indicated as "EXPIRED" in the PhilGEPS Certificate of Registration, Platinum category;

6. For easy validation during the post-qualification in the procurement of Drugs and Medicines, bidders are encouraged to submit the following:

A. License to Operate from the Food and Drug Administration (FDA);

B. Certificate of product registration from the FDA;

C. Certificate of Good Manufacturing Practice from the FDA;

D. Batch Release Certificate from the FDA;

E. If the supplier is not the manufacturer, Certification from the Manufacturer that the supplier is an authorized distributor/dealer of the products /items; and

F. For the procurement of regulated drugs, the applicable type of S-LICENSE

S-1, S-3 (Retailer) S-4 (Wholesaler) S-5C (Manufacturer)

S-5D (Bulk Depot/Storage) S-5E S-5I (Importer)

7. For the procurement of Infrastructure Projects, bidders must submit a valid Philippine Contractors Accreditation Board (PCAB) License and

indicate compliance with the Manpower Requirements;

8. Updated Tax Clearance if the same is indicated as "EXPIRED" in the PhilGEPS Certificate of Registration, Platinum category;

9. Active email address or working fax number. Absence of both is a ground for the rating of its bid as "failed" or "disqualified"

10. Latest Income/Business Tax Return for Direct Contracting , Emergency Cases, Scientific, Scholarly or Artistic Work, Exclusive Technology and Media Services, (for ABCs above 500,000.00), Small Value Procurement and Lease of Real Property or Venue except for Government Agencies as lessors

Note: Kindly indicate the RFQ Number and date of opening of bids on the outside of the envelope.

Province of Iloilo

Bids and Awards Committee

Request for Price Quotation No. PSW-18-2291-NP(SV)

Reference PR No. PSW-18-2291 Terms and Conditions:

1. All entries must be filled-up, written, or printed legibly. Failure to use this form will result to disqualification of your bid.

2. Delivery period: Within 14 days upon receipt of Notice to Proceed

3. Bids and bid securities shall be valid for one hundred twenty (120) calendar day from the date of the opening of bids.

4. Bids exceeding from the Approved Budget for the Contract (ABC) shall be disqualified.

5. The participating bidder/supplier or an authorized representative must indicate an email address or working fax number. Notice to the bidder through either of these means (email/working fax number) is considered sufficient notice.

6. The supplier/awardee(s) must conform to the Notice of Award within three (3) calendar days from notice of such award and enter into contract with the Procuring Entity within ten (10) calendar days from receipt by the winning bidder of the Notice of Award. Otherwise, the award shall be forfeited or cancelled.

7. If the Certificate of Product Registration (CPR) is required, the supplier/bidder is encouraged to submit their CLEAR copy of the CPR prior to the day of the bidding or canvass for pre checking/examination to determine if it is responsive to or covers the item(s) bidded or purchased

8. The AWARDEE shall be responsible for the source(s) of his supplies, materials, equipment and shall make deliveries in accordance with the schedule, quality and specifications of award and purchase order. Failure of the AWARDEE to comply with the same shall be ground for the cancellation of the award and purchase order issued to the AWARDEE.

9. All deliveries by suppliers shall be subject to inspection and acceptance by the representative of the General Services Office and End User.

10. Rejected deliveries shall be construed as non-delivery of the product(s)/item(s) so ordered and shall be subject to liquidated damages, subject to the terms and conditions prescribed under paragraph 11 hereof.

11. Supplier shall guarantee his deliveries to be free from defects. Any defective item(s)/product(s) therefore that may be discovered by the End-User within the warranty period after acceptance of the same shall be replaced by the supplier within seven (7) calendar days upon receipt of a written notice to that effect.

12. Performance Security or Warranty Security, as the case may be, shall be required from the winning bidder in accordance with the provisions of R.A. No. 9184 and its revised Implementing Rules and Regulations.

13. When an occurrence of a tie among bidders takes place, i.e., two or more of the bidders are determined and declared as the Lowest Calculated and Responsive Bidder (LCRB), the winning bidder shall be determined by draw lots upon notice to the bidders concerned and/or their authorized representatives in accordance with the relevant circulars issued by the Government Procurement Policy Board (GPPB).

14. The supplier must indicate its complete business/mailing address. Otherwise, the lack thereof is a ground for disqualification.

15. All offers/quotations must be properly sealed and marked in envelopes. Non-compliance is a ground for disqualification.

16. The printed name and signature of the bidder/supplier or of its authorized representative must be legible and verifiable and must indicate his/her position. Non-compliance is a ground for disqualification.

17. Bidders shall prepare an ORIGINAL of the Documentary Requirements for Negotiated procurement. In addition, bidders shall submit separate COPIES thereof (Copy 1, Copy 2) and each set of documents must clearly indicate wether the same is ORIGINAL, COPY 1, or COPY 2. Non-compliance shall be a ground for declaration of FAILURE/ DISQUALIFICATION. In the event of any discrepancy between the original and the copies, the original shall prevail.

______________________________ Signature over Printed Name ______________________________ Position ______________________________ Firm/Company Name ______________________________ Office Address and Contact Number I hereby certify that I have issued this Request for Quotation (RFQ) to a bonafide supplier.     _______________________________ JAY ERIC C. SUGANOB Signature over Printed Name of End User/BAC Secretariat Focal Person

Opportunity closing date
21 November 2018
Value of contract
to be confirmed

About the buyer

Address
Philippines

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?