|
Reference Number
|
9809765
|
|
Procuring Entity
|
PROVINCE OF ILOILO
|
|
Title
|
PPO-23-805-NP(SV) FOOD & ACCOMMODATION
|
|
Area of Delivery
|
Iloilo
|
Printable Version
|
|
Solicitation Number:
|
PPO-23-805-NP(SV)
|
|
Trade Agreement:
|
Implementing Rules and Regulations
|
|
Procurement Mode:
|
Negotiated Procurement - Small Value Procurement (Sec. 53.9)
|
|
Classification:
|
Goods
|
|
Category:
|
Travel, Food, Lodging and Entertainment Services
|
|
Approved Budget for the Contract:
|
PHP 256,200.00
|
|
Delivery Period:
|
14 Day/s
|
|
Client Agency:
|
|
|
|
Contact Person:
|
NC C. Belloga
BAC Secretariat Co-Head
Bonifacio Drive, Iloilo City
Iloilo City
Iloilo
Philippines 5000
63-33-3360736
63-33-3360736
ipg_bacs@yahoo.com
|
|
Status
|
Active
|
|
Associated Components
|
Order
|
|
Bid Supplements
|
0
|
|
Document Request List
|
0
|
|
Date Published
|
13/06/2023
|
|
Last Updated / Time
|
13/06/2023 12:00 AM
|
|
Closing Date / Time
|
16/06/2023 9:00 AM
|
|
Description
|
Republic of the Philippines
Province of Iloilo
BIDS AND AWARDS COMMITTEE
REQUEST FOR QUOTATION
Quotation No.PPO-23-805-NP(SV)
Reference PR No.PPO-23-805
______________________________
______________________________
______________________________
(Supplier"s Name and Office Address)
The Iloilo Provincial Government, through its Bids and Awards Committee (BAC), hereby invites all interested supplier/distributor to quote their LOWEST
PRICE on the item/s listed below subject to the Terms and Conditions stated herein, stating the shortest time of delivery, and submit the same duly signed
by their authorized representatives not later than June 16, 2023 at 9:00 A.M. at the 2/F, Grand Social Hall, Casa Real Bldg., Old Iloilo Provincial Capitol
after payment of the RFQ form in the amount of Five Hundred Pesos(₱500.00).
ATTY. DENNIS T. VENTILACION
Chairperson, BAC
Approved Budget for the Contract: ₱256,200.00
Place of Delivery: Any standard hotel/resort within Panay Island
Date of Delivery: July 21-23, 2023
X Complete Bid Partial Bid
Item No. Quantity Unit of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost
1 1 job Food and accommodation for the 2023 Mid-Year Assessment Review and Catch-up Planning @ 61 pax for 3 days and 2 nights at 4,200/pax in any hotel or
resort within Panay Island to be conducted on July 21-23, 2023.
MENU
Day 1
LUNCH: Rice, Maki soup, Chinese style crispy chicken, Pork steak, Sauteed baguio beans w/ ground pork, Fruit jello, Soda
PM SNACK: Batchoy w/ bread, Juice
DINNER: Rice, Vegetable soup, Lechon kawali, Shredded beef in oyster sauce, Vegetable spring roll, Maja blanca, Juice
Day 2
AM SNACK: Puto w/ cheese, Juice
LUNCH: Rice, Cream of mushroom soup,
Sweet & sour fish, Pork shanghai, Baguio petchay with hambits, Crema de fruta, Soda
PM SNACK: Spaghetti w/ bread, Juice
DINNER: Rice, Pumpkin soup, Roasted chicken, Beef steak, Buttered vegetable, Chocolate cake, Juice
Day 3
AM SNACK: Ham & cheese, Juice
TERMS & CONDITIONS
1. All rooms with free breakfast
2. Free us of function room to accommodate 61 person with microphones, whiteboard, projector, & projector screen
3.With free flowing coffee & water
4. Food serving should be assisted buffet
5. Free use of hotel amenities 256,200.00
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: ________________________________________________________________
Bid Amount in Words: ______________________________________________________________________
Kindly indicate the RFQ Number and date of opening of bids on the outside of the envelope and submit this quotation with the following requirements:
1. Mayor"s/Business Permit;
2. 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;
3. Income/Business Tax Return for the procurement projects with ABC above ₱500,000.00;
4. Notarized Omnibus Sworn statement specifying the RFQ Number for procurement projects with ABC above ₱50,000.00;
5. DTI/SEC/CDA Registration Certificate;
6. Notarized Authority of the Signatory, if representative (SPA of proprietor for single proprietorship/Secretary Certificate for Corporation);
7. Technical Specifications in the prescribed form (for non-expendables/non-consumables)
8. Schedule of Requirements/Delivery Period in the prescribed form;
9. After-sales service/parts (for goods requiring maintenance service/parts);
10. Manpower requirements (for the procurement of projects with labour component);
11. Financial proposal in the prescribed form;
12. Active email address or working fax number. Absence of both is a ground for the rating of its bid as "failed" or "disqualified."
13. 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)
14. For the procurement of Infrastructure Projects, bidders must submit a valid Philippine Contractors Accreditation Board (PCAB) License and indicate
compliance with the Manpower Requirements.
Province of Iloilo
Bids and Awards Committee
Request for Price Quotation No.PPO-23-805-NP(SV)
Reference PR No.PPO-23-805
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: July 21-23, 2023.
3. Bids and bid securities shall be valid for one hundred twenty(120) calendar daysfrom 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. 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.
8. All deliveries by suppliers shall be subject to inspection and acceptance by the representative of the General Services Office and End User.
9. 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 10 hereof.
10. 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.
11. 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.
12. 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).
13. The supplier must indicate its complete business/mailing address. Otherwise, the lack thereof is a ground for disqualification.
14. All offers/quotations must be properly sealed and marked in envelopes. Unsealed or unmarked envelopes shall be rejected.
15. 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.
16. 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 whether the same is ORIGINAL, COPY 1, or COPY 2.
|
|
|
|
|
|
|
|
|
Created by
|
NC C. Belloga
|
|
Date Created
|
31/05/2023
|
|
|
|
|