Tender Details
Title

REPAIR OF THE ISUZU MU-X TO BE USED FOR THE OFFICE OF THE REGIONAL ELECTION DIRECTOR, CARAGA REGION COMMISSION ON ELECTION - BUTUAN CITY, AGUSAN DEL NORTE

Country
Language
English
Organization
Published Date
06.10.2024
Deadline Date
09.10.2024
Overview
REPAIR OF THE ISUZU MU-X TO BE USED FOR THE OFFICE OF THE REGIONAL ELECTION DIRECTOR, CARAGA REGION Request for Quotation (RFQ)   Reference Number 11324259   Procuring Entity COMMISSION ON ELECTION - BUTUAN CITY, AGUSAN DEL NORTE   Title REPAIR OF THE ISUZU MU-X TO BE USED FOR THE OFFICE OF THE REGIONAL ELECTION DIRECTOR, CARAGA REGION   Area of Delivery Agusan Del Norte   Printable Version Solicitation Number: SVP2024-MU-X-10 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Goods Category: Vehicle Repair and Maintenance Approved Budget for the Contract: PHP 126,260.00 Delivery Period: 0 Day/s Client Agency: Contact Person: Edwin O Cadungog Regional Election Director Km. 4 National Highway, Libertad, Butuan City Butuan City Agusan Del Norte Philippines 8600 63-085-2257905 rbac.caraga@comelec.gov.ph Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 06/10/2024 Last Updated / Time 06/10/2024 12:00 AM Closing Date / Time 09/10/2024 10:00 AM Description Republic of the Philippines COMMISSION ON ELECTIONS CARAGA Region XIII REGIONAL BIDS & AWARDS COMMITTEE REQUEST FOR QUOTATION REPAIR OF THE ISUZU MU-X TO BE USED FOR THE OFFICE OF THE REGIONAL ELECTION DIRECTOR, CARAGA REGION Project ID Purchase Request No. SVP2024-MU-X-10 24-08-1324 1. The COMMISSION ON ELECTIONS (COMELEC), through its Regional Bids and Awards Committee (RBAC) will undertake Small Value Procurement and invites interested entities to submit their Price Quotation for the Repair of the Isuzu MU-X to be used for the Office of the Regional Election Director, Caraga Region as per Purchase Request No. 24-08-1324, with the following details: No. Item/Service Description and Technical Specifications Qty. Unit Approved Budget for the Contract ABC per unit Total ABC 1 PARTS AND MATERIALS (ISUZU MU-X) Plate No. CO8925 2 piece Stabilizer Link 2 piece Shock Absorber Front 2 piece Shock Absorber Rear 1 piece Air Filter 1 piece Alternator Belt/ Compressor Belt 2 piece Wheel Hub Bearing Front 2 piece Tie Rod End Left/Right 2 piece Rack End Left/Right 1 set Brake Pads Front 2 piece Rotor Disc Front 2 piece Fuel Filter 1 piece Clutch Cover 1 piece Clutch Disc 1 piece Release Bearing 1 piece Pilot Bearing 2 bottle Brake Fluid 1 bottle Brake Cleaner 4 liter Transmission Flushing/Gear Oil 90 4 liter Differential Flushing/ Gear Oil 90 Labor (Body works: align & repair) Wheel Hub Bearing Front Machine Shop Wheel Balance Wheel Alignment Pulldown Transmission Align/Repair: Rear Door Scratch Painting: Rear Door Mechanical Labor 1 lot 126,260.00 126,260.00 TOTAL 126,260.00 Delivery Delivery Sites Office of the Regional Election Director, Km. 4, Libertad, Butuan City (ORED) Delivery Period : within thirty (30) calendar days upon receipt of the Purchaser Order (PO) Payment Terms Maximum of Ninety (90) Days Automatic Debit Arrangement (ADA) through Land Bank of the Philippines (LBP) facilities, or any other Commercial Bank, charges shall be for the account of supplier. The supplier shall submit the bank details for ready reference. Offer/Quotation exceeding the Approved Budget for the Contract (ABC) shall be rejected. (Note: Bid offer shall be awarded as one lot indicating unit cost per item.) 2. Please be reminded that alternative quotations shall not be allowed. Alternative quotation is defined as an offer by the prospective supplier in addition or as a substitute to its original quotation. A quotation with options is considered as alternative quotation. 3. Subcontracting is not allowed, except to the extent outlined in Republic Act No. 9184. 4. Any interested entity must submit its quotation in person using Annex “A”, not later than 10:00 AM of 09 October 2024 at the RBAC SECRETARIAT OFFICE, Office of the Regional Election Director, Commission on Elections, Caraga – Region XIII, Km. 4, National Highway, Libertad, Butuan City from 8:00 AM to 5:00 PM from Mondays to Fridays or contact through telefax 085-225-7905, email address rbac.caraga@comelec.gov.ph. The submission must be in a LABELED AND SEALED ENVELOPE INDICATING THE COMPANY NAME AND PROJECT TITLE. Any submission which is not in accordance with this paragraph shall not be opened and considered. 5. The Quotations must include the following eligibility documents, preferably Certified True Copy: (Note: Pursuant to Section III of Appendix A of Annex H of the R-IRR of R.A. 9184, bidders who already submitted these required documents are no longer required to re-submit the same, unless the document/s have already expired/invalid.) a. Copy of valid Mayor’s/Business permit, b. PhilGEPS Registration Number c. Notarized Omnibus Sworn Statement 6. The Price Quotation must indicate valid and active email address and contact numbers. Notices and other documents required to be sent by the RBAC, thru its Secretariat, shall be sent to the email address duly indicated in the Price Quotation and shall be considered duly sent and received regardless of the actual receipt of the hard copy via private courier. A message and/or call shall be made by the Secretariat to the contact number provided to apprise the supplier of the email sent to the email address provided. An email which have become inactive, or a contact number which cannot be reached, shall not prejudice the RBAC secretariat. For this reason Annex “A” must duly indicate the followings; Name of Company/Corporation: _____________________________________ Address: _________________________________________________________ Email address: ____________________________________________________ Contact Number: (Cellphone and Landline) __________________________________ None compliance there with shall be a ground for non-consideration/ disqualification of the quotation submitted. 7. The line of business of interested suppliers/providers, per Business Permit, must cover the goods and/or services subject to procurement. 8. Interested entities must have a physical store or business office, the address of which must be the one indicated in the Business Permit. 9. The COMELEC reserves the right to accept or reject any offer/quotation, to reject all offer/quotation at any time prior to contract award, to exclude any item or reduce the number of units and the corresponding ABC as determined by COMELEC and to award the contract to the bidder with the most advantageous offer, without thereby incurring any liability to the interested entities. ATTY. TRISTAN G. NIOG Head, RBAC-Caraga Secretariat October 04, 2024 Annex “A” (Company Logo) (Company Name) (Company Address and Contact Nos.) PRICE QUOTATIONS Date: ________________ COMMISSION ON ELECTIONS Bids and Awards Committee - Caraga We are pleased to submit our price quotation for the following articles and/or services, to wit: COMELEC PROJECT REQUIREMENTS BIDDER’S QUOTATION Qty. Unit Item/Service Description and Technical Specifications PRICE/UNIT (Indicate price quotation per unit) 1 Lot PARTS AND MATERIALS (ISUZU MU-X) Plate No. CO8925 2 piece Stabilizer Link 2 piece Shock Absorber Front 2 piece Shock Absorber Rear 1 piece Air Filter 1 piece Alternator Belt/ Compressor Belt 2 piece Wheel Hub Bearing Front 2 piece Tie Rod End Left/Right 2 piece Rack End Left/Right 1 set Brake Pads Front 2 piece Rotor Disc Front 2 piece Fuel Filter 1 piece Clutch Cover 1 piece Clutch Disc 1 piece Release Bearing 1 piece Pilot Bearing 2 bottle Brake Fluid 1 bottle Brake Cleaner 4 liter Transmission Flushing/Gear Oil 90 4 liter Differential Flushing/ Gear Oil 90 Labor (Body works: align & repair) Wheel Hub Bearing Front Machine Shop Wheel Balance Wheel Alignment Pulldown Transmission Align/Repair: Rear Door Scratch Painting: Rear Door Mechanical Labor OTHER PROJECT REQUIREMENTS: INDICATE “COMPLY” Delivery Site Office of the Regional Election Director, Km. 4, Libertad, Butuan City Delivery Period: within thirty (30) calendar days upon receipt of Purchase Request (PO) Note: Use separate sheet if necessary and attach picture/s or brochure/s and submit sample/s or demo unit of the actual item (when required). I hereby undertake to deliver the goods and its ancillary services indicated above within the period prescribed by the COMELEC. I further undertake that the price quoted shall be binding upon us until a NOA/NTP/PO/Contract is issued/signed. Name of Company/Corporation: _____________________________________ Address: _________________________________________________________ Email address: ____________________________________________________ Contact Number: (Cellphone and Landline) __________________________________ ______________________________________ Authorized Company Representative Signature Over Printed Name ANNEX “B” OMNIBUS SWORN STATEMENT (Revised1) [shall be submitted with the Bid] REPUBLIC OF THE PHILIPPINES) CITY/MUNICIPALITY OF _________) S.S. AFFIDAVIT I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. [Select one, delete the other:] [If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder]; [If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder]; 2. [Select one, delete the other:] [If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney; [If a partnership, corporation, cooperative, or joint venture:] I am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)]; 3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, by itself or by relation, membership, association, affiliation, or controlling interest with another blacklisted person or entity as defined and provided for in the Uniform Guidelines on Blacklisting; 4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; ---------------------------------- 1Revised per GPPB Resolution No. 16-2020 dated 16 September 2020 5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted; 6. [Select one, delete the rest:] [If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; [If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; [If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; 7. [Name of Bidder] complies with existing labor laws and standards; and 8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance with the Philippine Bidding Documents, which includes: a. Carefully examining all of the Bidding Documents; b. Acknowledging all conditions, local or otherwise, affecting the implementation of the Contract; c. Making an estimate of the facilities available and needed for the contract to be bid, if any; and d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project]. 9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity. 10. In case advance payment was made or given, failure to perform or deliver any of the obligations and undertakings in the contract shall be sufficient grounds to constitute criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of confidence through misappropriating or converting any payment received by a person or entity under an obligation involving the duty to deliver certain goods or services, to the prejudice of the public and the government of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 at , Philippines. [Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE] [Insert signatory’s legal capacity] Affiant [Jurat] [Format shall be based on the latest Rules on Notarial Practice Line Items Item No. Product/Service Name Description Quantity UOM Budget (PHP) 1 Repair and Maintenance Repair and maintenance of ISUZU MU-X 1 Lot 126,260.00 Created by Edwin O Cadungog Date Created 04/10/2024 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.       COMMISSION ON ELECTION - BUTUAN CITY, AGUSAN DEL NORTE
NAICS
Power Business Instruments and Related Products Manufacturing for Measuring Justice Specialized Freight (except Used Goods) Trucking Piece Goods Electric Power Transmission Regulation Financial Transactions Processing Apparel Justice Automatic Environmental Control Manufacturing for Residential Machine Shops Aluminum Sheet Highway Other Justice Regulation Highway Scenic and Sightseeing Transportation Commercial International Highway Financial Transactions Processing Photographic Film Other Similar Organizations (except Business General Freight Trucking Management Other Justice Other Similar Organizations (except Business Electroplating Agencies Piece Goods
CPVS
Transmission, cam- and crank- shafts Parts of pumps, compressors, engines or motors Plates Petroleum products, fuel, electricity and other sources of energy Earthmoving and excavating machinery, and associated parts Repair, maintenance and associated services related to aircraft and other equipment Pictures Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... Ties Control, safety, signalling and light equipment Calendars Sections Bottles Oil, petrol and air-intake filters Compressors Lavatory seats, covers, bowls and cisterns Boards Control, safety or signalling equipment for inland waterways Wheels, parts and accessories Repair, maintenance and associated services related to marine and other equipment Racking Painting work Point rods Carboys, bottle cases, flasks and bobbins Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Office, school and office equipment cleaning services Bottle cases Labels Fuels Permits Balances Control, safety or signalling equipment for parking facilities Command, control, communication systems Air filters Control, safety or signalling equipment for port installations Command, control, communication and computer systems Rods Belts Bottles, jars and phials Forms Gears, gearing and driving elements Doors Sheets Repair, maintenance and associated services related to roads and other equipment Clutches Bars, rods, wire and profiles used in construction Pressure-reducing, control, check or safety valves Sheeting work Alternators Parts of other vehicles Other services Bars Rotors Seats, chairs and related products, and associated parts Envelopes Control, safety or signalling equipment for roads Display cases Envelopes, letter cards and plain postcards Repair, maintenance and associated services of vehicles and related equipment Brochures Sole Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Turning gear Parts of fuel, hand and concrete pumps Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Plates, sheets, strip and foil related to construction materials Soles Dates
UNSPSC
Ores Fuels Bottles Clutches Plate Rod Doors Gears Compressors Filters Air filters Boards Calendars Display cases Awards Business cases Labels Project management Co financing Painting Bars Trade agreements Machine made parts V belts Uniforms Case making services Work uniforms Tent, for office use Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Minerals and Mining Bridges and Tunnels Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Law and Legal Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Agriculture-Food and Beverages Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Industry Laboratory Equipment and Services Aviation 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