Tender Details
Title
DIS-24-952-NP(SV) TRAININIG OF TRAINORS PROVINCE OF ILOILO
Country
Language
English
Organization
Published Date
28.06.2024
Deadline Date
02.07.2024
Overview
DIS-24-952-NP(SV) TRAININIG OF TRAINORS Request for Quotation (RFQ)   Reference Number 10988892   Procuring Entity PROVINCE OF ILOILO   Title DIS-24-952-NP(SV) TRAININIG OF TRAINORS   Area of Delivery Iloilo   Printable Version Solicitation Number: DIS-24-952-NP(SV) Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Goods - General Support Services Category: Hotel and Lodging and Meeting Facilities Approved Budget for the Contract: PHP 562,500.00 Contract Duration: 14 Day/s Client Agency: Contact Person: Reynaldo Sumagaysay Belgira Administrative Officer III /BAC Secretariat Member Bonifacio Drive, Iloilo City Iloilo City Iloilo Philippines 5000 63-33-3360736 63-33-5095090 ipg_bacs@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 28/06/2024 Last Updated / Time 28/06/2024 12:00 AM Closing Date / Time 02/07/2024 9:00 AM Description Republic of the Philippines Province of Iloilo BIDS AND AWARDS COMMITTEE REQUEST FOR QUOTATION Quotation No. DIS-24-952-NP(SV) Reference PR No. DIS-24-952 June 25, 2024 (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 July 2, 2024 at 9:00 A.M.at the Bids and Awards Committee Secretariat Office 5th Floor, Iloilo Provincial Capitol after payment of the RFQ form in the amount of One Thousand Pesos (₱1,000.00). ATTY. DENNIS T. VENTILACION Chairperson, BAC Approved Budget for the Contract: ₱562,500.00 Place of Delivery: Hotel/Resort in Iloilo City, Date of Delivery: as per scheduled date of activity. x Complete Bid Partial Bid Item No. Quantity Unit of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 JOB FIVE-DAY (LIVE-IN) COMMUNITY- BASED DISASTER RISK REDUCTION AND MANAGEMENT (CBDRRM) TRAINING OF TRAINORS (TOT) FOR NSTP COORDINATORS TO BE HELD AT ILOILO CITY ON JULY 8-12, 2024 562,500.00 45 pax 5 days x ₱2,500.00/day= ₱562,500.00 Menu: Day 1 Breakfast: Rice, Hotdog, Corned Beef, Fried Egg, Coffee, Hot Choco AM SNACK: Royal Bibingka, canned/bottled juice LUNCH: Rice, Chicken Binakol, Beef Bakareta, Fried Chicken, Stir Fried vegetables, Buko Pandan, Softdrinks PM SNACK: Tuna sandwich, Bottled/Canned Juice DINNER: Rice Hototay Soup, Chicken Sarciado, Pork BBQ, Pinakbet, fresh fruits, Bottled water Day 2 Breakfast: Rice, Dilis with tomatoes & Onions, Hard Boiled Egg,Corned Beef AM SNACK: Siopao, Bottled Juice LUNCH: Steamed Rice, KBL, Lechon Kawali, grilled fish, chopsuey. Crema de Fruta, Softdrinks. PM SNACK: Cheese Roll, Canned/bottled juice DINNER: Steamed Rice, Corn Soup, Buttered chicken, Pork menudo DAY 3 BREAKFAST: Rice, Egg Omellete, Fried Dilis w/ tomatoes & Onions, coffee, Hot choco, fresh fruits AM SNACKS: Molo soup, garlic bread, Canned juice LUNCH: Rice, Pork Pochero, Chicken Inasal, Beef w/ Brocolli, Grilled Fish, Fruit salad, softdrinks PM SNACKS: Ham & Egg Sandwich, Canned Juice DINNER: Rice, Nido Soup, Beef Salpicao, Breaded Pork Chop, fried boneless bangus, fresh fruits, water. DAY 4 BREAKFAST: Rice, Scrambled Egg, Luncheon Meat, Beef Tapa, Fruits, Coffee, Hot Choco AM SNACKS: Ham and Egg Sandwich, Canned juice LUNCH: Rice, Fish Sinigang Pepper Beef, Grilled Fish, Seafood Mix (vegetables) Black Sambo, Softdrinks PM SNACK: Tuna sandwich, bottled juice DINNER: Rice, Corn Soup, Bakareta, Pork Menudo, grilled fish fresh fruits Grilled Fish, brownies, water SPECIFICATIONS: 1. Room area of at least 420 m2 with adjacent comfort rooms good for 50 pax with chairs & tables & facilitate for lecture session, with complete PA system & LCD Projector; 2. 10 to 17 rooms good for three(3) to Five (5) persons for overnight accommodation of participants; 3. Outdoor space area of at least 600m2 to serve as venue for training demonstration exercises; 4. Outdoor space area of at least 600m2 for vehicle parking area for use during demonstration exercises; 5.The venue must be situated in a location which is outside a three-kilometers radius form Iloilo City Proper but within a ten-kilometers radius from Iloilo City.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 procurementprojects 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 labor 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. DIS-24-952-NP (SV) Reference PR No. DIS-24-952 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: as per scheduled date of activity. 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. Non-compliance shall be a ground for declaration of FAILURE/DISQUALIFICATION. In the event of any discrepancy between the original and the copies, the original shall prevail. Other Information I hereby certify that I have issued this Request for Quotation (RFQ) to a bonafide supplier. _______________________________ Signature over Printed Name of End User/BAC Secretariat Focal Person ______________________________ Signature over Printed Name ______________________________ Position ______________________________ Firm/Company Name ______________________________ Office Address and Contact Number Created by Reynaldo Sumagaysay Belgira Date Created 26/06/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.       PROVINCE OF ILOILO
NAICS
Nonferrous Metal (except Copper and Aluminum) Rolling Business Instruments and Related Products Manufacturing for Measuring Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Securities Frozen Fruit Copper Rolling All Other Support Services Scenic and Sightseeing Transportation Copper Rolling Machinery Regulation Other Aluminum Rolling Other Similar Organizations (except Business Management Other Similar Organizations (except Business Agencies Water
CPVS
Projectors Fruit, nuts or fruit peel preserved by sugar Earthmoving and excavating machinery, and associated parts Tomatoes Hotel, restaurant and retail trade services System, storage and content management software package Ties Fish, crustaceans and aquatic products Beef Steam Steam, hot water and associated products Rice Calendars Coffee, tea and related products Sections Peppers Boards Vegetables Snacks Rolls Fish Training, workout or aerobic services Eggs Office, school and office equipment cleaning services Document creation, drawing, imaging, scheduling and productivity software package Pepper Seals Permits Supports Document creation, drawing, imaging, scheduling and productivity software development services System, storage and content management software development services Forms Food, beverage and tobacco-processing machinery Sandwiches Onions Accommodation, building and window cleaning services Rings, seals, bands, sticks and grout packers Chickens Coffee Meat Food, beverages, tobacco and related products Parts of other vehicles Other services Tables Seats, chairs and related products, and associated parts Envelopes Display cases Soups Envelopes, letter cards and plain postcards Chairs Ham Beans, peas, peppers, tomatoes and other vegetables Cereals, potatoes, vegetables, fruits and nuts Security, fire-fighting, police and defence equipment Fruit, vegetables and related products Administration, defence and social security services Cans Vegetables, fruits and nuts Bread Pork Tables, cupboards, desk and bookcases Tuna Dates Canned goods
UNSPSC
Boards Calendars Display cases Awards Seafood Fish Water Coffee Inspection Hotels Meeting facilities Tax returns Trade agreements Equipment cases Chairs Tables Fresh fruits Cheese Drug cases Hotel rooms Single room Case making services Beef, minimally processed without additions Menu Seals Side table Coffee, green Financial Instruments, Products, Contracts and Agreements Securities Table saw Water, sanitation and hygiene kits Water, sanitation and hygiene kit Tent, for office use Water, sanitation and hygiene kits Clinical laboratory and toxicology testing systems, components, and supplies Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Chemicals Civil Works Healthcare and Medicine Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Bridges and Tunnels Retail Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Law and Legal Printing and Publishing Services Railways-Rail-Railroad Plastic and Rubber Education and Training Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Industry Aviation Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert