Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Филиппин


Beneficiary FIRST Social Protection Project (Филиппины - Тендер #62966813)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Филиппины (другие тендеры и закупки Филиппины)
Организатор тендера: The World Bank
Номер конкурса: 62966813
Дата публикации: 09-04-2025
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
NOTICE AT-A-GLANCE
  • Project ID

P174066

  • Project Title

Beneficiary FIRST Social Protection Project

  • Country

Philippines

  • Notice No

OP00350190

  • Notice Type

Invitation for Bids

  • Notice Status

Published

  • Borrower Bid Reference

PH-DSWD-482858-GO-RFQ

  • Procurement Method

Request for Quotations

  • Language of Notice

English

  • Submission Deadline Date/Time

Apr 14, 2025 09:00

  • Published Date

Apr 07, 2025

  • CONTACT INFORMATION
  • Organization/Department

Department of Social Welfare and Development

  • Name

Roselle Ann Z. Morga

  • Address

Batasan Pambansa Complex, Batasan Rd, Quezon City, 1100 Metro Manila

  • City
  • Province/State

Philippines

  • Postal Code
  • Country

Philippines

  • Phone

09356423210

  • Email

razmorga@dswd.gov.ph

  • Website

https://www.dswd.gov.ph/

Details

Request for Quotation

Date: April 02, 2025

RFQ No.: 25-0258 BFIRST-WB

Company Name

:

________________________

Address

:

________________________

Contact Person

:

________________________

Contact Number

:

________________________

Company TIN

:

________________________

PhilGEPS No.

:

________________________

  • The Department of Social Welfare and Development (DSWD) through the Beneficiary First Social Protection Project has received a loan from the World Bank and intends to apply the proceeds of this loan to eligible payments under the contracts for which this invitation for quotation is issued. The World Bank requires that Borrowers, as well as bidders, suppliers, contractors, and consultants, observe the highest standard of ethics during the procurement and execution of contracts according to Attachment 1 “World Bank Policy – Corruption and Fraudulent Practices.”
  • Section VI. Approved Selection Methods: Goods, Works, and Non-Consulting Services Clause 6.7 and Annex XII. Selection Methods Section 5. Request for Quotations under the World Bank’s Procurement Regulations for IPF Borrowers July 2016 revised November 2017 and August 2018 will be adopted for this procurement transaction.
  • Please quote your lowest price on the item/s listed in Annex A, subject to the Terms and Conditions. Please submit your quotation duly signed by your representative to the Department of Social Welfare and Development – Central Office, 2nd Floor Mahusay Building, IBP Road, Constitution Hills, Quezon City or email to quotations@dswd.gov.ph no later than ____ of APRIL, 2025 (______________) at 09:00A.M.

NOTE: Submission of quotation and/or required samples beyond the deadline shall be grounds for disqualification.

Very truly yours,

ATTY. KARINA ANTONETTE A. AGUDO, CESO III

Director IV, Administrative Service

TERMS AND CONDITIONS:

Your quotation(s) should be submitted as per the following instruction and in accordance with the Terms and Conditions including the following:

  • Prices: The prices should be quoted for the Procurement of Two (2) Motor Vehicles for the Beneficiary FIRST Project Management Unitto be delivered to PSAMD Warehouse, DSWD Central Office, IBP Road, Constitution Hills, Quezon City.
  • Evaluation of Quotations: Offers determined to be substantially responsive to the technical specifications will be evaluated by comparison of their prices. In evaluating the quotations, the Purchaser will adjust any arithmetical errors as follows:
  • Where there is a discrepancy between the amounts in figures and in words, the amount in words will govern.
  • Where there is a discrepancy between the unit rates and the line-item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern.
  • If a Supplier refuses to accept the correction, his quotation will be rejected. In addition to the quoted price, the evaluated price shall include Value Added Tax and other necessary taxes, delivery charges, and other incidental expenses for the goods listed in Annex A as specified herein.
  • Award of Purchase Order: The award will be made to the bidder offering the lowest evaluated price that meets the legal, technical, and financial requirements.
  • Validity of the Offer: Your quotation(s) should be valid for a period of (60) calendar days from the deadline for receipt of quotation(s) indicated in paragraph 3 of this Request for Quotation.
  • If the supplier/service provider withdraws the quotation during the validity period and/or refuses to accept the award of a contract when and if awarded, then the supplier(s)/service provider(s) will be excluded from the list of (eligible) suppliers for the project for two years.
  • If the supplier/service provider does not start the delivery or perform the services under the contract/PO within Thirty (30) calendar days upon receipt of the purchase order or contract without a valid reason acceptable to the procuring entity, the contract may be terminated through a notice to be issued by the head of the procuring entity (HOPE); and the procuring entity shall proceed to negotiate with the succeeding responsive supplier/s; otherwise re-canvass.
  • Liquidated damages/penalty: In case of failure to make the full delivery within the time specified in the delivery terms, a penalty of one percent (1%) of the undelivered cost for every day of delay shall be imposed.

ROSELLE ANN Z. MORGA

___________________________________________

Project Development Officer II / Procurement Officer

Tel. Nos. 8931-6139 / 8931-8101 to 07 VOIP 10093 and 10097

(Signature over Printed Name)

Supplier

DEPARTMENT OF SOCIAL WELFARE AND DEVELOPMENT

NOTE:

  • ALL ENTRIES MUST BE TYPEWRITTEN.
  • DELIVERY PERIOD WITHIN THIRTY (30) CALENDAR DAYS
  • WARRANTY SHALL BE FOR A PERIOD OF (PLEASE SEE BELOW), FROM THE DATE OF ACCEPTANCE BY THE PROCURING ENTITY
  • PRICE VALIDITY PERIOD SHALL BE FOR A PERIOD OF SIXTY (60) CALENDAR DAYS FROM THE ABOVE SUBMISSION DEADLINE
  • PHILGEPS REGISTRATION CERTIFICATE AND/OR ANY EQUIVALENT ELIGIBILITY DOCUMENTS SHALL BE ATTACHED UPON SUBMISSION OF THE QUOTATION
  • BIDDERS SHALL SUBMIT ORIGINAL BROCHURES SHOWING CERTIFICATIONS OF THE PRODUCT BEING OFFERED.
  • AWARD SHALL BE MADE ON PER: TOTAL QUOTED PRICE
  • FOR GOODS, PLEASE INDICATE BRAND, MODEL AND COUNTRY OF ORIGIN.

LOT NO.

QTY.

UNIT

ITEM & DESCRIPTION

BIDDER’S SPECIFICATION

(Please fill out the detailed specifications in the space provided)

UNIT PRICE

TOTAL PRICE

2

units

MOTOR VEHICLE

Description:

A type of passenger vehicle which combines the load-hauling and passenger-carrying capacity of an MPV with features designed for off-road driving. It is a high-performance two-wheel/four-wheel drive car built on a truck chassis and a suspension designed for giving ground clearance for off-road driving. Its seating capacity varies from five (5) to ten passengers. Engine displacement not exceeding 2700 cc for gasoline or 3000 cc for diesel; or AFV.

Specifications:

1. Overall Length/Weight/Height: At least 4,750 x 1,800x 1,800 mm

2. Seating Capacity: At least Seven 7) passengers including driver

2nd Row: with Center Arm Seats

3. Gasoline Engine

Type: 4 Cylinder, In-line, 16-Valve, Double Overhead Camshaft (DOHC)

Displacement: At least 2,400 cc but not exceeding 3,000 cc Diesel Engine

4. Suspension:

Front: Double Wishbone + Monotube Shock Absorber

Rear: Multi-Link + Monotube Shock Absorber

5. Airconditioning System: Front: Auto Climate Control, Rear: Auto Climate

Control

6. Emission Rating: Must be Euro IV Compliant

7. Transmission: At least 6 speed, automatic transmission

8. Steering: Power Assisted, Left-hand drive

9. Windows (front Cab): Power Windows with Central Locking System

10. Tires and Rims: R18, Alloy Wheels (including alloy spare tire)

11. Audio System: At least 8" Display Audio AM/FM/Bluetooth/USB/Voice Command

12. SRS Airbags: Driver, Front Passenger, Side, and Driver Knee

13. Brake System: Equipped with Anti-Lock Brake System (ABS) and Electronic Brakeforce Distribution (EBD)

14. Finish: Standard Factory Finish

Available Colors will be provided by the Lowest Calculated Bidder during the

post-qualification

15. Incidental Services:

Three (3) years inclusive of service warranty

Three (3) years Third-Party Liability (TPL) GSIS Insurance Coverage

Three (3) years LTO Registration

One (1) year GSIS Comprehensive Insurance Policy

16. Additional Provisions: Vehicle Manual

One (1) kit of standard tools, early warning device (EWD) and wheel equipment

Car Tint: Installation of Color Stable 5 (dark)

17. Stickers/decals: Left and Right Door - DSWD Logo and Phrase "For Official Use Only"

18. Camera: Equipped with front and rear camera (Vehicle DVR with 32gb storage)

19. Others: Manufacturer must be 35 years in the industry and must have accredited service centers in the Philippines

20. Place of Delivery: DSWD Central Office, IBP Road, Batasan Hills, Quezon City

21. Schedule of Delivery: Within Thirty (30) calendar days upon receipt of Purchase Order (P.O.)

22. Payment Terms: One-time payment, within 30-45 calendar days from completion of supporting documents for payment, including submission of LTO Registration and GSIS Insurance

After having carefully read and accepted your Terms and Conditions, I/We quote you on the item at the prices noted above.

We note and accept without reservation the Government’s and the World Bank’s (when other than the Government) right to audit and inspect any and all records relating both to the preparation of our Bid and if our Bid is successful, the execution of the resulting contract according to the Attachment 1 – ‘World Bank Policy – Corruption and Fraudulent Practices’.

Attachment 1: Fraud and Corruption

(Fraud and Corruption shall not be modified)

  • Purpose
  • The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement under Bank Investment Project Financing operations.
  • Requirements
  • The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders (applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-consultants, service providers or suppliers; any agents (whether declared or not); and any of their personnel, observe the highest standard of ethics during the procurement process, selection and contract execution of Bank-financed contracts, and refrain from Fraud and Corruption.
  • To this end, the Bank:
  • Defines, for the purposes of this provision, the terms set forth below as follows:
  • “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party;
  • “fraudulent practice” is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;
  • “collusive practice” is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;
  • “coercive practice” is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party;
  • “obstructive practice” is:
  • deliberately destroying, falsifying, altering, or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive, or collusive practice; and/or threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or
  • acts intended to materially impede the exercise of the Bank’s inspection and audit rights provided for under paragraph 2.2 e. below.
  • Rejects a proposal for award if the Bank determines that the firm or individual recommended for award, any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers, suppliers and/ or their employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question;
  • In addition to the legal remedies set out in the relevant Legal Agreement, may take other appropriate actions, including declaring misprocurement, if the Bank determines at any time that representatives of the Borrower or of a recipient of any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices during the procurement process, selection and/or execution of the contract in question, without the Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur, including by failing to inform the Bank in a timely manner at the time they knew of the practices;
  • Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the Bank’s prevailing sanctions policies and procedures, may sanction a firm or individual, either indefinitely or for a stated period of time, including by publicly declaring such firm or individual ineligible (i) to be awarded or otherwise benefit from a Bank-financed contract, financially or in any other manner;[1] (ii) to be a nominated[2] sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan made by the Bank or otherwise to participate further in the preparation or implementation of any Bank-financed project;
  • Requires that a clause be included in bidding/request for proposals documents and in contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers), consultants, contractors, and suppliers, and their sub-contractors, sub-consultants, service providers, suppliers, agents personnel, permit the Bank to inspect[3] all accounts, records and other documents relating to the procurement process, selection and/or contract execution, and to have them audited by auditors appointed by the Bank.

______________________________________________

(Signature over Printed Name)

SUPPLIER

[1] For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.

[2] A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider (different names are used depending on the particular bidding document) is one which has been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.

[3] Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms. Such activity includes but is not limited to: accessing and examining a firm"s or individual"s financial records and information, and making copies thereof as relevant; accessing and examining any other documents, data and information (whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining third party verification of information.


Источник закупки

Перейти

Импорт - Экспорт по стране Филиппины

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru