|
Reference Number
|
9955792
|
|
Procuring Entity
|
DEPARTMENT OF ENVIRONMENT AND NATURAL RESOURCES - REGION V
|
|
Title
|
Food and Accommodation for the conduct of NIPAS-MPA Capacity Building Program Cluster II on Damage Assessment, Response, Restoration, Rehabilitation and Monitoring on August 11-12
(Mentorship Training
|
|
Area of Delivery
|
|
Printable Version
|
|
Solicitation Number:
|
PR No. 2023-07-122-CDD-CRFMS
|
|
Trade Agreement:
|
Implementing Rules and Regulations
|
|
Procurement Mode:
|
Negotiated Procurement - Small Value Procurement (Sec. 53.9)
|
|
Classification:
|
Goods
|
|
Category:
|
Catering Services
|
|
Approved Budget for the Contract:
|
PHP 999,720.00
|
|
Delivery Period:
|
0 Day/s
|
|
Client Agency:
|
|
|
|
Contact Person:
|
DOLORES CHIOCO VARGAS
Chief, Admin Division
Rawis,
Legazpi City
Albay
Philippines 4500
63-52-4820689
bacsec5@gmail.com
|
|
Status
|
Active
|
|
Associated Components
|
Order
|
|
Bid Supplements
|
0
|
|
Document Request List
|
0
|
|
Date Published
|
22/07/2023
|
|
Last Updated / Time
|
22/07/2023 12:00 AM
|
|
Closing Date / Time
|
28/07/2023 9:00 AM
|
|
Description
|
The Department of Environment and Natural Resources hereinafter referred to as “the Purchaser” now requests you to submit price quotation/s for the
supply and delivery of the following items based on the Approved Procurement Plan/Supplemental Plan
Description:
Title: PR No. 2023-07-122-CDD-CRFMS: Food and Accommodation for the conduct of NIPAS-MPA Capacity Building Program Cluster II on Damage Assessment,
Response, Restoration, Rehabilitation and Monitoring on August 11-12 (Mentorship Training) and August 13-19 (Regular Training)in Bicol Region
ABC=999,720.00
(Please see attached associated components)
2. A set of technical specifications for the above items are provided in Attachment/s # 1. All items listed under the purchasers’ specifications must be
complied on a pass-fail basis. Failure to meet any one of the requirements may result to rejection.
(i) Evaluation procedures of quotations will be conducted by the Bids and Awards Committee (BAC) in accordance with the provisions of the Implementing
Rules and Regulations (IRR) of Republic Act 9184. Offers determined to be substantially responsive to the technical specifications will be evaluated by
comparison of their prices. In evaluating the quotations, the Bids and Awards Committee, thru the Technical Working Committee (TWG), will determine the
evaluated price for each proposal by adjusting the price quotation to correct any arithmetical errors as follows:
(a) where there is a discrepancy between amounts in figures and in words, the amount in words will govern;
(b) where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as
quoted will govern;
(c) if a Supplier refuses to accept the correction, his quotation will be rejected.
3. It is the intent of the Bids and Awards Committee (BAC) to evaluate the quotation for each item separately, and award will be made to the combination of
quotations resulting in the overall highest cost per lot which shall be equal to or higher than the Approved Budget for the Contract (ABC) as stated in the
RFQ. However, award shall be made on per line item basis in cases where the RFQ specifically states such. Job Order Contract Award will be made to the
highest evaluated quotation(s) meeting purchasers’ technical specifications and compliance to eligibility/accreditation requirements.
2. A set of technical specifications for the above items are provided in Attachment/s # 1. All items listed under the purchasers’ specifications must be
complied on a pass-fail basis. Failure to meet any one of the requirements may result to rejection.
(i) Evaluation procedures of quotations will be conducted by the Bids and Awards Committee (BAC) in accordance with the provisions of the Implementing
Rules and Regulations (IRR) of Republic Act 9184.Offers determined to be substantially responsive to the technical specifications will be evaluated by
comparison of their prices. In evaluating the quotations, the Bids and Awards Committee, thru the Technical Working Committee (TWG), will determine the
evaluated price for each proposal by adjusting the price quotation to correct any arithmetical errors as follows:
(a) where there is a discrepancy between amounts in figures and in words, the amount in words will govern;
(b) where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as
quoted will govern;
(c) if a Supplier refuses to accept the correction, his quotation will be rejected.
3. It is the intent of the Bids and Awards Committee (BAC) to evaluate the quotation for each item separately, and award will be made to the combination of
quotations resulting in the overall highest cost per lot which shall be equal to or higher than the Approved Budget for the Contract (ABC) as stated in the
RFQ. However, award shall be made on per line item basis in cases where the RFQ specifically states such. Job Order Contract Award will be made to the
highest evaluated quotation(s) meeting purchasers’ technical specifications and compliance to eligibility/accreditation requirements.
4. Quotations must be delivered at the address below not later than 9:00 AM
Bids and Awards Committee
c/o BAC Secretariat
Department of Environment and Natural Resources
Regional Office No.5, Rawis, Legaspi City
5. Your prices must include the unit price and total price, inclusive of all taxes to be paid and other incidental cost to the delivery site if the
contract is awarded.
6. All quotations may be typewritten and may be placed in sealed envelope marked “Food and Accommodation for the conduct of NIPAS-MPA Capacity Building
Program Cluster II on Damage Assessment, Response, Restoration, Rehabilitation and Monitoring on August 11-12 (Mentorship Training) and August 13-19
(Regular Training)in Bicol Region” (RFQ No. 122-07-2023-CDD-CRFMS)
7. Quotations shall be valid for sixty (60) calendar days from the deadline of submission.
8. The delivery period for items/services shall be within thirty (30) calendar days from receipt of the Job Order (JO) or in the case of catering services,
on the date/s specified in the Request for Quotation (RFQ). The supplier/service provider shall inform the purchaser (DENR) at least three (3) days before
the date of delivery. The delivery shall be made only during working days and hours, in case of supplies/materials/equipment.
9. DELIVERY SITE: for Supplies/Materials/Equipment:
Procurement
Administrative Division
Department of Environment and Natural Resources
Regional Office No. 5, Rawis, Legaspi City
10. The Department of Environment and Natural Resources reserves the right to accept or reject any quotation, and to annul the Shopping/Small Value
Procurement process or reject all quotations at any time prior to contract award, without thereby incurring any liability to the affected supplier/service
provider. The purchaser (DENR) reserves the right to waive minor deviations/defects or infirmities therein. A minor deviation/defect or infirmity is one
that does not materially affect the overall performance and functionality of the equipment and the capability of the supplier to perform the
contract.
11. The prospective bidder shall submit the following:
a) Quotation Form
b) Technical Specification/Terms of Reference
c) Proof of PhilGEPS Registration
d) Proof of valid Mayor’s Permit
e) Proof of DTI/SEC/CDA (in case of cooperatives) registration
f) Updated BIR Tax Clearance
g) Omnibus Sworn Statement
SGD. GRACE L. CARINO, Ph.D.
BAC Chairperson
|
|
|
|
|
|
|
|
|
Created by
|
DOLORES CHIOCO VARGAS
|
|
Date Created
|
18/07/2023
|
|
|
|
|