Masaganang Agrikultura, Maunlad na Ekonomiya!

IB No. 009-19-2F: One (1) Lot Local and International Freight / Courier Services for July to December 2019

Author: DA-BAC | 7 June 2019

June 7, 2019

 

 

REQUEST FOR QUOTATION

NEGOTIATED PROCUREMENT (TWO-FAILED BIDDINGS)

 

Project Title : ONE (1) LOT LOCAL AND INTERNATIONAL FREIGHT/ COURIER SERVICES FOR JULY TO DECEMBER 2019
Approved Budget for the Contract : Seven Hundred Forty-Five Thousand Pesos (PhP745,000.00)
PRAS No. :  

19-0133 – RECORDS DIVISION

 

IB No. : 009-19-2F
Date of Negotiations : June 11, 2019 (Tuesday), 9:00 A.M.

Apacible Conference Room, 4th Floor, DA-Main Building

Deadline and Venue for the Submission and Receipt of Quotation : June 18, 2019 (Tuesday), 11:00 A.M.

Apacible Conference Room 4th Floor , DA Main Building                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                        

Schedule and Venue for the Opening and Preliminary Examination of Quotation : June 18, 2019 (Tuesday), 1:00 P.M.

Apacible Hall 4th Floor , DA Main Building   

 

  1. MANDATORY REQUIREMENTS:

 

  1. Valid PhilGEPS Certificate of Registration and Membership under Platinum Category in accordance with Section 8.5.2 of the 2016 Revised IRR of RA 9184, if registered under the Platinum category; Provided that all of the eligibility documents submitted to PhilGEPS are maintained and updated

 

or

 

In case any of the eligibility documents submitted to PhilGEPS is not updated, combination of a PhilGEPS Certificate of Registration and Membership under Platinum Category, with any of the valid/updated Class “A” Eligibility Documents shall be submitted

 

  • Securities and Exchange Commission (SEC) Registration Certificate for corporations, partnerships and/or joint ventures, Department of Trade and Industry (DTI) Registration Certificate for sole proprietorship, or Cooperative Development Authority (CDA) Registration Certificate for cooperatives;
  • Valid Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas. In cases of recently expired Mayor’s/Business Permits, it shall be accepted together with the official receipt as proof that the bidder has applied for the renewal within the period prescribed by the concerned local government unit, provided that the renewed permit shall be submitted as a post-qualification requirement in accordance with Section 34.2 of the 2016 Revised IRR of R.A. 9184.

 

  • Valid Tax Clearance Certificate per Executive Order (E.O.) No. 398, series of 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR); and

 

 

 

 

 

 

 

  • Audited Financial Statements (AFS), stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year. In case the AFS for the preceding calendar year is not yet available, said AFS should not be earlier than two (2) years from the deadline for the Submission and Receipt of Bids.

 

Provided that the bidder/s having the Lowest Calculated Quotation (LCQ)/Single Calculated Quotation (SCQ) submit/s a valid and updated PhilGEPS Certificate of Registration and Membership under Platinum Category within five (5) calendar days from receipt of the BAC notice of the LCB/SCB.

 

or

 

In lieu of the PhilGEPS Certificate of Registration and Membership under Platinum Category, bidders shall submit all of the valid and/or updated Class “A” Eligibility Documents; Provided that the bidder having the LCQ/SCQ submit/s a valid and updated PhilGEPS Certificate of Registration and Membership under Platinum Category within five (5) calendar days from receipt of the BAC notice of the LCQ/SCQ.

 

  1. Omnibus Sworn Statement in accordance with Section 25.3 of the IRR of RA 9184 and using the form prescribed by Government Procurement Policy Board; and

 

  1. Duly notarized Secretary’s Certificate issued by the corporation, Board/Partnership Resolution for partnerships, corporations and/or joint ventures, or a Special Power of Attorney (SPA) in case of sole proprietorships for situations where the signatory is not the sole proprietor/owner.

 

  1.  INSTRUCTIONS TO BIDDERS:

 

  1. Bidders are required to read the instructions and fill all the blanks properly;
  2. Open quotations may be submitted at the address indicated below. In case of sealed quotation, the Bidders/Suppliers or their Authorized Representative shall indicate on the envelope the IB Number and the name of bidder/supplier. Otherwise, the quotation shall be rejected.
  3. Any specifications other than those required/stated in this form shall not be considered in the evaluation of quotation;
  4. Quotation/s must include all kinds of taxes for the item(s)/services listed hereunder, including delivery charges;
  5. Price quotation/s submitted shall be valid for a period of one hundred twenty (120) calendar days from the deadline of submission and receipt of quotation;
  6. Terms of payment – monthly, based on actual delivery
  7. Quotation/s shall be submitted to the Procurement Division, 2nd Floor ICTS Building, DA Compound, Elliptical Road, Diliman, Quezon City;
  8. Not properly sealed and marked quotations shall be accepted, provided that the bidder or its duly authorized representative shall acknowledge such condition of the quotation as submitted. The BAC shall assume no responsibility for the misplacement of the contents of the improperly sealed or marked quotation, or for its premature opening.
  9. Bidders may submit their own canvass form in accomplishing their quotation subject to the condition that this form shall be filled up (with the offered brand, unit price and total price), signed properly and attached together with the Bidder’s/Supplier’s own canvass form;
  10. Awarding shall be done per LOT;
  11. Delivery period: July 1 to December 31, 2019
  12. To guarantee the faithful performance by the winning bidder of its obligations under the contract, it shall post a performance security within a maximum period of ten (10) calendar days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract;
  13. The Performance Security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount not less than the percentage of the total contract price in accordance with the following schedule:

 

 

 

 

 

 

 

 

 

Form of Performance Security Amount of Performance Security

(Not less than the  Percentage of the Total  Contract Price)

(a)     Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.

 

For biddings conducted by the LGUs, the Cashier’s/Manager’s Check may be issued by other banks certified by the BSP as authorized to issue such financial instrument.

Five percent (5%)
(b)     Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

 

For biddings conducted by the LGUs, the Bank Draft/ Guarantee or Irrevocable Letter of Credit may be issued by other banks certified by the BSP as authorized to issue such financial instrument.

(c)      Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security. Thirty percent (30%)

 

  1. Failure of the successful bidder to comply with the above-mentioned requirement shall constitute sufficient ground for the annulment of the award;
  2. A warranty security shall be required from the contract awardee for a minimum of three (3) months, in the case of Expendable Supplies, or a minimum of one (1) year, in the case of Non-Expendable Supplies, after acceptance by the Procuring Entity of the delivered supplies;
  3. The obligation for the warranty shall be covered by either retention money in amount equivalent to at least one percent (1%) but not to exceed five percent (5%) of every progress payment, or a special bank guarantee equivalent to at least one percent (1%) but not to exceed five percent (5%) of the total contract price; and
  4. The said amounts shall only be released after the lapse of the warranty period or, in the case of Expendable Supplies, after consumption thereof: Provided, however, that the supplies delivered are free from patent and latent defects and all the conditions imposed under the contract have been fully met.
  5. The Uniform Guidelines for Blacklisting set forth in Appendix 17 of the 2016 Revised IRR of RA 9184 shall apply in case any of the violations listed under Items 4.1 and 4.2 thereof is/are committed without prejudice for forfeiture of performance security.
  6. The Department of Agriculture reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder(s).

 

  • TECHNICAL SPECIFICATIONS:

 

Bidders are required to state either “Comply” or “Not Comply” against each of the individual parameters of each specification. The statement of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross referenced to that evidence, when applicable.

 

 

 

 

 

 

 

 

 

LOCAL AND INTERNATIONAL FREIGHT/ COURIER SERVICES

FOR JULY TO DECEMBER 2019

Item No. TECHNICAL SPECIFICATIONS Quantity STATEMENT OF “COMPLY” OR “NOT COMPLY”
1 Procurement of One (1) Lot Local and International Freight / Courier Services for July to December 2019 6 mos.  
  1. The Freight /Courier Services Contract cover the period July 1 to December 31, 2019.    
  2.       2. It should cover all mailing matters from DA-OSEC/ Central Office to its Nationwide, Regional Offices, Bureaus, Attached Agencies and Corporations, other points and destination in the Philippines including foreign mails to our foreign Agricultural Attaché offices to:

 

– Geneva, Switzerland

– Rome, Italy

– Brussels, Belgium

– Washington DC, USA

– Dubai, UAE

– Seoul, South Korea

– Tokyo, Japan

– Beijing, China

– Bangkok, Thailand

   
  3. Other possible destination pertains to Other Countries with Attaché Offices.    
  4. The item subject of freight services shall include but not limited to:

 

a. Mailing envelope containing official letters. (Domestic and International)

b. Brown envelope containing documents, publications and legal documents. (Domestic and International)

c. Packages containing publications, calendars, pamphlets, journals, (Domestic)

d. IT Equipment and IT Supplies. (Domestic)

e. Materials for Exhibits. (e.g. Dried fruits, wines, etc.) (Domestic and International)

f. Farm Equipment. (e.g. tractor) (Domestic)

g. Seeds. (Domestic)

h. Other office equipment. (Domestic)

   
  5. There is an allowed percentage for the shipment of wine (5%)    
  6. There are FDA Certificate and MSDS issued by the supplier of foods and wines for International shipments.    
  7. The volume of document for International destination is 3 parcels/month, maximum of 100 pages per parcel and equivalent to 500 grams.    
  8. Volume and weight of shipment must be maximum of 1 box with maximum content of 20 kilos per shipment.    
  9. The documents should be properly crate.    
  10. The proposal must indicate the following:

 

a. Time for pick-up (from 1 pm to 4 pm only), daily pick up

b. Notarized affidavit of undertaking

c. The end-user shall fill up the relevant details on the airway bill

d. The winning bidder is required to automatically print out the details on the Shipper’s portion of the airway bill since there is only one shipper (Department of Agriculture).

f. Certification of availability of vehicle, Leased or owned e.g., Truck, delivery van, etc. nationwide.

   
  11. Terms of Payment: Monthly, based on actual delivery    
  12. Requirements for Payment: Billing statement of account & everyday airbill or waybill receipt send to end-user after the end of the month.    
  13. Sub-Contracting is allowed subject to the approval of the procuring entity    
  14. The prevailing annual rate is limited only to the amount of PhP745,000.00 including a ten percent (10%) contingency    
  15. The transfer of documents depends on the size of the pouch and on the strategy of the winning bidder.    

 

 

 

 

  1. FINANCIAL QUOTATION:

 

ITEM DESCRIPTION CEILING FOR BID PRICES (PhP) FINANCIAL QUOTATION, AS READ
Local and International Freight/Courier Services for July to December 2019    
TOTAL APPROVED BUDGET FOR THE CONTRACT (ABC) Seven Hundred  Forty-Five Thousand  (PhP745,000.00) PhP ____________________

 

 

 

 

For the Bids and Awards Committee:

 

              

_______    (original signed)_________

        ATTY. MICHAEL S. ANDAYOG

Head, BAC Secretariat

 

Sir/Madam:

 

 

In connection with the above request, I/We submit our quotation indicated above.  I/We have carefully read and fully understand the minimum requirements and agree to furnish and/or delivery in conformity with specifications any or all said articles described above.

 

 

 

Signature Over Printed Name

 

 

 

  Name of Company   Tax Identification Number
Telephone Number

 

 

 

  Address   Date Accomplished
    Email Address    

 

 

Please see link below for the Request for Quotation and Terms of Reference:

https://drive.google.com/open?id=1bFIoUEbDLxob5xQGS57xQGtCU928SdoO

 

Back to Archives