Masaganang Agrikultura, Maunlad na Ekonomiya!

IB No. 014-19-2F: Supply and Delivery of Printing and Production of Various Requests for Batch 1 & 2 for CY 2019

Author: DA-BAC | 12 July 2019

July 12, 2019

 

REQUEST FOR QUOTATION

NEGOTIATED PROCUREMENT (TWO-FAILED BIDDINGS)

 

 

Project Title : Supply and Delivery of Printing and Production of Various Requests for Batch 1 & 2 for CY 2019
Approved Budget for the Contract (ABC) : Three Hundred Seventy-Three Thousand Nine Hundred Pesos (PhP 373,900.00)
IB No. : 014-19-2F
Date of Negotiations : July 16, 2019 (Tuesday), 9:00 A.M.

Apacible Hall 4th Floor, DA-Main Building, Elliptical Road, Diliman Quezon City

Deadline and Venue for the Submission and Receipt of Quotation : July 23, 2019 (Tuesday), 11:00 A.M.

Apacible Hall 4th Floor, DA-Main Building, Elliptical Road, Diliman Quezon City

Schedule and Venue for the Opening and Preliminary Examination of Quotation : July 23, 2019 (Tuesday), 1:00 P.M.

Apacible Hall 4th Floor, DA-Main Building, Elliptical Road, Diliman Quezon City

 

  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. For Lot 1: The Firm must have at least 3 years’ experience in the production and printing of books, brochures and other IEC materials;

 

  1. For Lot 1: The Firm must have a team composed of writer, editor, layout artist and photographer; and

 

  1. For Lot 1: The Firm must submit two (2) Performance Certificates from previous clients other than DA Family agencies covering 2013-2016.

 

  1.  INSTRUCTIONS TO BIDDERS:

 

  1. Bidders are required to read the instructions and fill all the blanks properly;
  2. Any specifications other than those required/stated in this form shall not be considered in the evaluation of bid;
  3. Quotation/s must include all kinds of taxes for the item(s)/services listed hereunder, including delivery charges;
  4. 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;
  5. Terms of payment: within Thirty (30) calendar days upon receipt, inspection and acceptance of item/s.
  6. Quotation/s shall be submitted to the Procurement Division, 2nd Floor ICTS Building, DA Compound, Elliptical Road, Diliman, Quezon City;
  7. Only sealed canvasses shall be considered by the BAC­.
  8. Bidders shall reflect on the envelope the IB No. and/or the PRAS/PR no., the BAC shall not be responsible on the pre-emptive/premature opening of the quotation;
  9. Bid envelopes that are not properly sealed and marked, as required in the Request for Quotation (RFQ), shall not be rejected, but the Bidder or its duly authorized representative shall acknowledge such condition of the bid as submitted. The BAC or the Procuring Entity shall assume no responsibility for the misplacement of the contents of the improperly sealed or marked bid, or for its premature opening.
  10. Bidders may submit their own canvass form in accomplishing their bid subject to the condition that this form shall be filled up (with unit price, total price, sub-total and grand total), signed properly and attached together with the Bidder’s/Supplier’s own canvass form;
  11. Awarding shall be done by LOT;
  12. Delivery period: Schedule Reflected in the Technical Specifications.
  13. 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;
  14. 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.

 

LOT NO. TECHNICAL SPECIFICATION Quantity “Comply” or “Not Comply”
BATCH I
1 PRAS No. 19-0226 – AFID

 

Editing, Layouting, Printing and Production of the Book on Outstanding Achievers Through the Years

 

Specification:

Size: 8.5 inches x 22 inches (spread)

8.5 inches x 11 inches (folded), full bleed size

Cover page (front & back): 200 gsm – Matte with glossy embossed design

Inside pages: 100 pages excluding front and back covers; back to back

C2S – 70 lbs. matte lamination

Full color

Perfect Binding

 

Scope of Work:

The Firm shall undertake and facilitate the production and printing of the book. Inclusive of the following:

·         Layouting and photo shoots (areas to be identified by the end-user)

·         Printing and Production

 

 

Experiences and Qualifications:

 

1. The Firm must have at least 3 years’ experience in the production and printing of books, brochures and other IEC materials.

2. The Firm must have a team composed of writer, editor, layout artist and photographer.

3. The Firm must submit two (2) Performance Certificates from previous clients other than DA Family agencies covering 2013-2016.

 

Effectivity:

15 calendar days upon issuance of Work Order, the Firm and end-users shall start the meeting on the preparation of the details of the activity to be implemented.

 

Schedule/ Timeline:

August 2019

2nd week – Meeting with the end-users/ conceptualization

3rd to 4th week – Presentation of the outline

September to October 2019 – Interviews, writing and photo shoots

September 2019 –Layouting and editing

October 2019 – Production and Printing

 

 

400 copies

 
2 PRAS No. 19-0243 – SAAD

 

 

Printing of SAAD 2019 Annual Report

 

Spread size: 16.54” width x 23.38” height

Pages size: 8.27” width x 11.69” height; folded

Inside page: Full color

No. of Sheets: 41 leaves; 82 sheets (including front and back covers)

Paper: Inner: lightweight coated; 100 gsm, glossy C2S mat-lamination

Cover: cast coated paper; 250 gsm

Binding: Perfect Binding

No. of Copies: 62 copies

Estimated cost: P1,200.00 per copy

Date of Delivery: September 2019

 

 

 

62 copies

 
BATCH II
3 PRAS No. 19-0819 – ASEC FOR REGULATIONS

 

·         Printing of Annual Report 2018

–       Full color

–       8.5 x 11 inches

–       54 pages inclusive of cover

–       Perfect binding

–       With lamination

–       Process: offset

–       Delivery: September 2019

·         Office Flyer

–       A4 size (3-folds)

–       200 GSM

–       Back to back printing

–       Coated glossy

–       Full color

–       Delivery: September 2019

 

 

50 pcs

 

 

 

 

 

 

 

 

50 pcs

 

 

 

 

 

 

  1. FINANCIAL QUOTATION:

 

LOT NO. ITEM DESCRIPTION QUANTITY CEILING FOR TOTAL  PRICE

(PhP)

UNIT PRICE

(PhP)

TOTAL PRICE

(PhP)

BATCH I
1 PRAS No. 19-0226 – AFID

 

·         Editing, Layouting, Printing and Production of the Book on Outstanding Achievers Through the Years

 

 

400 copies

 

 

250,000.00

   
2 PRAS No. 19-0243 – SAAD

 

·         Printing of SAAD 2019 Annual Report

 

 

62 copies

 

 

74,400.00

   
BATCH II
3 PRAS No. 19-0819 – ASEC FOR REGULATIONS

 

·         Printing of Annual Report 2018

·         Office Flyer

 

 

 

50 pcs

500 pcs

 

 

 

44,000.00

5,500.00

   
  Sub-Total 49,500.00    
  Grand Total PhP 373,900.00    

 

 

For the Bids and Awards Committee:

 

        

 __________________________________          

        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 attached link for reference.

 

 

Back to Archives