Tender Details
Title

Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year BUREAU OF CORRECTIONS - (LEYTE REGIONAL PRISON) ABUYOG LEYTE

Country
Language
English
Organization
Published Date
22.10.2024
Deadline Date
12.11.2024
Overview
Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year Invitation to Bid (ITB)   Reference Number 11385704   Procuring Entity BUREAU OF CORRECTIONS - (LEYTE REGIONAL PRISON) ABUYOG LEYTE   Title Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year   Area of Delivery Leyte   Printable Version Solicitation Number: BID2024-05 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Goods Category: Food Stuff Approved Budget for the Contract: PHP 310,000.00 Delivery Period: 365 Day/s Client Agency: Contact Person: Jeruel Verra Go BAC Secretary Leyte Regional Prison Reservation, Abuyog, Leyte Abuyog Leyte Philippines 6510 63-945-5311532 leurejz@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 22/10/2024 Last Updated / Time 22/10/2024 12:00 AM Closing Date / Time 12/11/2024 1:00 PM Description PHILIPPINE BIDDING DOCUMENTS (As Harmonized with Development Partners) Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year 2025 Government of the Republic of the Philippines Sixth Edition October 2024 Table of Contents Glossary of Acronyms, Terms, and Abbreviations ………………………….2 Section I. Invitation to Bid……………………………………………………..5 Section II. Instructions to Bidders…………………………………………...8 1. Scope of Bid ………………………………………………………………………. 9 2. Funding Information………………………………………………………………. 9 3. Bidding Requirements ……………………………………………………………. 9 4. Corrupt, Fraudulent, Collusive, and Coercive Practices 9 5. Eligible Bidders…………………………………………………………………… 9 6. Origin of Goods ………………………………………………………………….. 10 7. Subcontracts ……………………………………………………………………… 10 8. Pre-Bid Conference ………………………………………………………………. 10 9. Clarification and Amendment of Bidding Documents …………………………… 10 10. Documents comprising the Bid: Eligibility and Technical Components …………. 10 11. Documents comprising the Bid: Financial Component …………………………... 11 12. Bid Prices …………………………………………………………………………. 11 13. Bid and Payment Currencies ……………………………………………………… 12 14. Bid Security ………………………………………………………………………. 12 15. Sealing and Marking of Bids ……………………………………………………… 12 16. Deadline for Submission of Bids …………………………………………………. 13 17. Opening and Preliminary Examination of Bids ………………………………….. 13 18. Domestic Preference ……………………………………………………………… 13 19. Detailed Evaluation and Comparison of Bids ……………………………………. 13 20. Post-Qualification ………………………………………………………………… 14 21. Signing of the Contract …………………………………………………………… 14 Section III. Bid Data Sheet …………………………………………………..15 Section IV. General Conditions of Contract ……………………...………..17 1. Scope of Contract ………………………………………………………………… 18 2. Advance Payment and Terms of Payment ……………………………………….. 18 3. Performance Security ……………………………………………………………. 18 4. Inspection and Tests ……………………………………………………………… 18 5. Warranty …………………………………………………………………………. 18 6. Liability of the Supplier ………………………………………………………….. 19 Section V. Special Conditions of Contract ………………………………….20 Section VI. Schedule of Requirements ……………………………………....24 Section VII. Technical Specifications …………………………………………25 Section VIII. Checklist of Technical and Financial Documents …………..29 Glossary of Acronyms, Terms, and Abbreviations ABC – Approved Budget for the Contract. BAC – Bids and Awards Committee. Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to and in consonance with the requirements of the bidding documents. Also referred to as Proposal and Tender. (2016 revised IRR, Section 5[c]) Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR, Section 5[d]) Bidding Documents – The documents issued by the Procuring Entity as the bases for bids, furnishing all information necessary for a prospective bidder to prepare a bid for the Goods, Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016 revised IRR, Section 5[e]) BIR – Bureau of Internal Revenue. BSP – Bangko Sentral ng Pilipinas. Consulting Services – Refer to services for Infrastructure Projects and other types of projects or activities of the GOP requiring adequate external technical and professional expertise that are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to: (i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv) construction supervision; (v) management and related services; and (vi) other technical services or special studies. (2016 revised IRR, Section 5[i]) CDA - Cooperative Development Authority. Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein. CIF – Cost Insurance and Freight. CIP – Carriage and Insurance Paid. CPI – Consumer Price Index. DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.” DTI – Department of Trade and Industry. EXW – Ex works. FCA – “Free Carrier” shipping point. FOB – “Free on Board” shipping point. Foreign-funded Procurement or Foreign-Assisted Project– Refers to procurement whose funding source is from a foreign government, foreign or international financing institution as specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section 5[b]). Framework Agreement – Refers to a written agreement between a procuring entity and a supplier or service provider that identifies the terms and conditions, under which specific purchases, otherwise known as “Call-Offs,” are made for the duration of the agreement. It is in the nature of an option contract between the procuring entity and the bidder(s) granting the procuring entity the option to either place an order for any of the goods or services identified in the Framework Agreement List or not buy at all, within a minimum period of one (1) year to a maximum period of three (3) years. (GPPB Resolution No. 27-2019) GFI – Government Financial Institution. GOCC – Government-owned and/or –controlled corporation. Goods – Refer to all items, supplies, materials and general support services, except Consulting Services and Infrastructure Projects, which may be needed in the transaction of public businesses or in the pursuit of any government undertaking, project or activity, whether in the nature of equipment, furniture, stationery, materials for construction, or personal property of any kind, including non-personal or contractual services such as the repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial, security, and related or analogous services, as well as procurement of materials and supplies provided by the Procuring Entity for such services. The term “related” or “analogous services” shall include, but is not limited to, lease or purchase of office space, media advertisements, health maintenance services, and other services essential to the operation of the Procuring Entity. (2016 revised IRR, Section 5[r]) GOP – Government of the Philippines. GPPB – Government Procurement Policy Board. INCOTERMS – International Commercial Terms. Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition, repair, restoration or maintenance of roads and bridges, railways, airports, seaports, communication facilities, civil works components of information technology projects, irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste management systems, shore protection, energy/power and electrification facilities, national buildings, school buildings, hospital buildings, and other related construction projects of the government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u]) LGUs – Local Government Units. NFCC – Net Financial Contracting Capacity. NGA – National Government Agency. PhilGEPS - Philippine Government Electronic Procurement System. Procurement Project – refers to a specific or identified procurement covering goods, infrastructure project or consulting services. A Procurement Project shall be described, detailed, and scheduled in the Project Procurement Management Plan prepared by the agency which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular No. 06-2019 dated 17 July 2019) PSA – Philippine Statistics Authority. SEC – Securities and Exchange Commission. SLCC – Single Largest Completed Contract. Supplier – refers to a citizen, or any corporate body or commercial company duly organized and registered under the laws where it is established, habitually established in business and engaged in the manufacture or sale of the merchandise or performance of the general services covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019). Supplier as used in these Bidding Documents may likewise refer to a distributor, manufacturer, contractor, or consultant. UN – United Nations. Section I. Invitation to Bid Republic of the Philippines Department of Justice Bureau of Corrections LEYTE REGIONAL PRISON Abuyog, Leyte Invitation to Bid for the Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year 2025 1. The Leyte Regional Prison, through the National Expenditure Program (NEP) F.Y. 2025 intends to apply the sum of Three Hundred Ten Thousand Pesos only (₱310,000.00) being the ABC to payments under the contract for Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year 2025. Bids received in excess of the ABC shall be automatically rejected at bid opening. 2. The Leyte Regional Prison, now invites bids for the above Procurement Project. Delivery of the Goods is required until December 31, 2024 from the receipt of Notice to Proceed (NTP) and Contract Agreement. Bidders should have completed, within the last two (2) years from the date of submission and receipt of bids, a contract similar to the Project equivalent to at least twenty-five percent (25%) of the ABC. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II (Instructions to Bidders). 3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA No. 5183. 4. Prospective Bidders may obtain further information from Leyte Regional Prison BAC Secretariat using the contact below and inspect the Bidding Documents at the address given below during Monday to Friday from 8:00am to 5:00pm. 5. A complete set of Bidding Documents may be acquired by interested Bidders on October 22, 2024 8:00am - 5:00pm to November 12, 2024 8:00am – 12:55pm from the given address and website(s) below and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Five Hundred Pesos only (₱500.00). The Procuring Entity shall allow the bidder to present its proof of payment for the fees and presented in person. 6. Bids must be duly received by the BAC Secretariat through manual submission at the office address indicated below on or before November 12, 2024 @ 12:55pm. Late bids shall not be accepted. 7. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 14. 8. Bid opening shall be on November 12, 2024 @ 1:00pm at the LRP – Conference Room, Administration Building, Leyte Regional Prison. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity. 9. Schedule of the Bidding Activities shall be as follows: ACTIVITES DATE/TIME VENUE 1. Sale and Issuance of Bid Documents October 22, 2024 8:00am to 5:00pm to November 12, 2024 8:00am to 12:55pm Office of the BAC/BAC Secretariat, Leyte Regional Prison, Abuyog, Leyte 2. Submission and Opening of Bid Documents November 12, 2024 1:00 pm Conference Room, Admin Building, LRP, Abuyog, Leyte 10. The LRP BAC shall use non-discretionary and non-discriminatory measure based on sheer luck as a tie-breaking tool (draw lots) in the event that two or more bidders were declared as LCRB in-order to determine the final LCRB based on the following: i. In alphabetical order, the bidder shall pick one rolled paper ii. The lucky bidder who would pick a paper with “Congratulations” remark shall be declared as the final LCRB and recommended for the award of the contract. 11. The Leyte Regional Prison 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 Sections 35.6 and 41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders. 12. For further information, please refer to: JERUEL GO Office of the BAC Secretariat Leyte Regional Prison, Abuyog, Leyte CP \ 09455311532, Email: leurejz@yahoo.com 13. You may visit the following websites: For downloading of Bidding Documents: www.bucor.gov.ph/ www.philgeps.gov.ph Date of Issue: October 22, 2024 MR. TRACY B. SORIANO BAC Chairperson Section II. Instructions to Bidders 1. Scope of Bid The Procuring Entity, Leyte Regional Prison wishes to receive Bids for the Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year 2025 with identification number Bid 2024-05. The Procurement Project for Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year 2025 is composed of one (1) lot, the details of which are described in Section VII (Technical Specifications). 2. Funding Information 2.1. The GOP through the source of funding as indicated below for 2025 in the amount of Three Hundred Ten Thousand Pesos only (₱310,000.00). a. The source of funding is National Expenditure Program. 3. Bidding Requirements The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its 2016 revised IRR, including its Generic Procurement Manuals and associated policies, rules and regulations as the primary source thereof, while the herein clauses shall serve as the secondary source thereof. Any amendments made to the IRR and other GPPB issuances shall be applicable only to the ongoing posting, advertisement, or IB by the BAC through the issuance of a supplemental or bid bulletin. The Bidder, by the act of submitting its Bid, shall be deemed to have verified and accepted the general requirements of this Project, including other factors that may affect the cost, duration and execution or implementation of the contract, project, or work and examine all instructions, forms, terms, and project requirements in the Bidding Documents. 4. Corrupt, Fraudulent, Collusive, and Coercive Practices The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest standard of ethics during the procurement and execution of the contract. They or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184 or other integrity violations in competing for the Project. 5. Eligible Bidders 5.1. Only Bids of Bidders found to be legally, technically, and financially capable will be evaluated. 5.2. Foreign ownership limited to those allowed under the rules may participate in this Project. 5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder shall have an SLCC that is at least one (1) contract similar to the Project the value of which, adjusted to current prices using the PSA’s CPI, must be at least equivalent to: a. For the procurement of Non-expendable Supplies and Services: The Bidder must have completed a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC. 5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the 2016 IRR of RA No. 9184. 6. Origin of Goods There is no restriction on the origin of goods other than those prohibited by a decision of the UN Security Council taken under Chapter VII of the Charter of the UN, subject to Domestic Preference requirements under ITB Clause 18. 7. Subcontracts 7.1. The Bidder may subcontract portions of the Project to the extent allowed by the Procuring Entity as stated herein, but in no case more than twenty percent (20%) of the Project. The Procuring Entity has prescribed that Subcontracting is not allowed 8. Pre-Bid Conference The Procuring Entity will hold a pre-bid conference for this Project on the specified date and time and either at its physical address {[insert if applicable] and/or through videoconferencing/webcasting} as indicated in paragraph 6 of the IB. 9. Clarification and Amendment of Bidding Documents Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding Documents. Such requests must be in writing and received by the Procuring Entity, either at its given address or through electronic mail indicated in the IB, at least ten (10) calendar days before the deadline set for the submission and receipt of Bids. 10. Documents comprising the Bid: Eligibility and Technical Components 10.1. The first envelope shall contain the eligibility and technical documents of the Bid as specified in Section VIII (Checklist of Technical and Financial Documents). 10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed within two (2) years prior to the deadline for the submission and receipt of bids 10.3. If the eligibility requirements or statements, the bids, and all other documents for submission to the BAC are in foreign language other than English, it must be accompanied by a translation in English, which shall be authenticated by the appropriate Philippine foreign service establishment, post, or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines. Similar to the required authentication above, for Contracting Parties to the Apostille Convention, only the translated documents shall be authenticated through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation shall govern, for purposes of interpretation of the bid. 11. Documents comprising the Bid: Financial Component 11.1. The second bid envelope shall contain the financial documents for the Bid as specified in Section VIII (Checklist of Technical and Financial Documents). 11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a certification issued by DTI shall be provided by the Bidder in accordance with Section 43.1.3 of the 2016 revised IRR of RA No. 9184. 11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be accepted. 11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices provided the conditions are met under Section 31.2 of the 2016 revised IRR of RA No. 9184. 11.5. Financial proposals for single or multi-year Framework Agreement shall be submitted before the deadline of submission of bids as prescribed in the IB. For multi-year Framework Agreement, evaluation of the financial proposal during this stage is for purposes of determining eligibility and whether or not such financial proposal is within the ABC. 12. Bid Prices 12.1. Prices indicated on the Price Schedule shall be entered separately in the following manner: a. For Goods offered from within the Procuring Entity’s country: i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-warehouse, ex-showroom, or off-the-shelf, as applicable); ii. The cost of all customs duties and sales and other taxes already paid or payable; iii. The cost of transportation, insurance, and other costs incidental to delivery of the Goods to their final destination; and iv. The price of other (incidental) services, if any, listed in e. b. For Goods offered from abroad: i. Unless otherwise stated in the BDS, the price of the Goods shall be quoted delivered duty paid (DDP) with the place of destination in the Philippines as specified in the BDS. In quoting the price, the Bidder shall be free to use transportation through carriers registered in any eligible country. Similarly, the Bidder may obtain insurance services from any eligible source country. ii. The price of other (incidental) services, if any, as listed in Section VII (Technical Specifications). 13. Bid and Payment Currencies 13.1. For Goods that the Bidder will supply from outside the Philippines, the bid prices may be quoted in the local currency or tradeable currency accepted by the BSP at the discretion of the Bidder. However, for purposes of bid evaluation, Bids denominated in foreign currencies, shall be converted to Philippine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening. a. Payment of the contract price shall be made in Philippine Pesos 14. Bid Security 14.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount indicated in the BDS, which shall be not less than the percentage of the ABC in accordance with the schedule in the BDS. 14.2. The Bid and bid security shall be valid until March 12, 2025. Any Bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive. 15. Sealing and Marking of Bids Each Bidder shall submit one copy of the first and second components of its Bid. The Procuring Entity may request additional hard copies and/or electronic copies of the Bid. However, failure of the Bidders to comply with the said request shall not be a ground for disqualification. If the Procuring Entity allows the submission of bids through online submission or any other electronic means, the Bidder shall submit an electronic copy of its Bid, which must be digitally signed. An electronic copy that cannot be opened or is corrupted shall be considered non-responsive and, thus, automatically disqualified. 16. Deadline for Submission of Bids 16.1. The Bidders shall submit on November 12, 2024 @ 1:00 pm at LRP Administrative Building Conference Room as indicated in paragraph 7 of the IB. 17. Opening and Preliminary Examination of Bids 17.1. The BAC shall open the Bids in public at the time, on the date, and at the place specified in paragraph 9 of the IB. The Bidders’ representatives who are present shall sign a register evidencing their attendance. In case videoconferencing, webcasting or other similar technologies will be used, attendance of participants shall likewise be recorded by the BAC Secretariat. In case the Bids cannot be opened as scheduled due to justifiable reasons, the rescheduling requirements under Section 29 of the 2016 revised IRR of RA No. 9184 shall prevail. 17.2. The preliminary examination of bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184. 18. Domestic Preference 18.1. The Procuring Entity will grant a margin of preference for the purpose of comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR of RA No. 9184. 19. Detailed Evaluation and Comparison of Bids 19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids rated “passed,” using non-discretionary pass/fail criteria. The BAC shall consider the conditions in the evaluation of Bids under Section 32.2 of the 2016 revised IRR of RA No. 9184. 19.2. If the Project allows partial bids, bidders may submit a proposal on any of the lots or items, and evaluation will be undertaken on a per lot or item basis, as the case maybe. In this case, the Bid Security as required by ITB Clause 15 shall be submitted for each lot or item separately. 19.3. The descriptions of the lots or items shall be indicated in Section VII (Technical Specifications), although the ABCs of these lots or items are indicated in the BDS for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the 2016 revised IRR of RA No. 9184. The NFCC must be sufficient for the total of the ABCs for all the lots or items participated in by the prospective Bidder. 19.4. The Project shall be awarded as One Project having several items that shall be awarded as one contract. 19.5. Except for bidders submitting a committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation, all Bids must include the NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of RA No. 9184, which must be sufficient for the total of the ABCs for all the lots or items participated in by the prospective Bidder. For bidders submitting the committed Line of Credit, it must be at least equal to ten percent (10%) of the ABCs for all the lots or items participated in by the prospective Bidder. 20. Post-Qualification 20.1. Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall submit its latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS) and other appropriate licenses and permits required by law and stated in the BDS. 21. Signing of the Contract 21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall form part of the Contract. Additional Contract documents are indicated in the BDS. Section III. Bid Data Sheet Bid Data Sheet ITB Clause 5.3 For this purpose, contracts similar to the Project shall be: a. Any Food Catering Services. b. Completed within the last two (2) years equivalent to at least twenty-five percent (25%) of the ABC, prior to the deadline for the submission and receipt of bids. 7.1 Subcontracting is not allowed 12 No further instruction. 14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the following forms and amounts: a. The amount of not less than ₱6,200.00, if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit; or b. The amount of not less than ₱15,500.00 if bid security is in Surety Bond. 15 Electronic Copy/Electronic submission is not allowed Each Bidder shall submit one (1) original copy and three (3) photocopies of the first and second components of its Bid. 19.4 One Project having several items that shall be awarded as one contract. 20.1 Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall submit its; 1. Latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS) 2. Supporting Documents for the SLCC (Sales Invoice or Official Receipt or End-users Acceptance) 3. Valid and Current Registration Certificate (SEC Certificate of Registration for Corporation or DTI Certificate of Registration for Sole Proprietorship or CDA Certificate of Registration for Cooperative) 4. Valid and Current Mayor’s or Business Permit 5. Valid and Current Tax Clearance 6. Certificate of Compliance Occupational Safety and Health Standards Section IV. General Conditions of Contract 1. Scope of Contract This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised IRR, including the Generic Procurement Manual, and associated issuances, constitute the primary source for the terms and conditions of the Contract, and thus, applicable in contract implementation. Herein clauses shall serve as the secondary source for the terms and conditions of the Contract. This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement activities, the advertisement, posting, or invitation of which were issued after the effectivity of the said amendment. Additional requirements for the completion of this Contract shall be provided in the Special Conditions of Contract (SCC). 2. Advance Payment and Terms of Payment 2.1. Advance payment of the contract amount is provided under Annex “D” of the revised 2016 IRR of RA No. 9184. 2.2. The Procuring Entity is allowed to determine the terms of payment on the partial or staggered delivery of the Goods procured, provided such partial payment shall correspond to the value of the goods delivered and accepted in accordance with prevailing accounting and auditing rules and regulations. The terms of payment are indicated in the SCC. 3. Performance Security Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from the Procuring Entity but in no case later than prior to the signing of the Contract by both parties, the successful Bidder shall furnish the performance security in any of the forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184 4. Inspection and Tests The Procuring Entity or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Project. All reasonable facilities and assistance for the inspection and testing of Goods, including access to drawings and production data, shall be provided by the Supplier to the authorized inspectors at no charge to the Procuring Entity. 5. Warranty 5.1 In order to assure that manufacturing defects shall be corrected by the Supplier, a warranty shall be required from the Supplier as provided under Section 62.1 of the 2016 revised IRR of RA No. 9184. 5.2 The Procuring Entity shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the Supplier shall, repair or replace the defective Goods or parts thereof without cost to the Procuring Entity, pursuant to the Generic Procurement Manual. 6. Liability of the Supplier The Supplier’s liability under this Contract shall be as provided by the laws of the Republic of the Philippines. If the Supplier is a joint venture, all partners to the joint venture shall be jointly and severally liable to the Procuring Entity. Section V. Special Conditions of Contract Special Conditions of Contract GCC Clause Delivery and Documents – Delivery of the Catering Services shall be made by the Supplier in accordance with the terms specified in Section VI. Schedule of Requirements. Delivery time of the food to be served as follows: AM Snacks – not later than 9:30 AM Lunch – not later than 11:30 AM PM Snacks – not later than 2:30 PM Upon delivery of the Catering Services to the Project Site, the Supplier shall notify the Procuring Entity and present the following documents to the Procuring Entity: (i) Original and four copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; (ii) Delivery receipt detailing number and description of items received signed by the Procuring Entity’s representative at the Project Site; (iii)Certificate of Acceptance/Inspection Report signed by the Procuring Entity’s representative at the Project Site; For purposes of this Clause, the Procuring Entity’s Representative at the Project Site is the end-user, or his duly authorized representative. When a seminar has been rescheduled or cancelled, Leyte Regional Prison, reserves the right to cancel the catering service upon formal notice to the caterer two (2) days prior to the start of the occassions. In such case, Leyte Regional Prison, has no obligation to pay the supplier the amount corresponding to the cancelled catering service. Where there is an increase or decrease of participants, the End-User shall inform the supplier of the same three (3) days prior the occasion date. Incidental Services – The Supplier is required to provide all of the following services, including additional services, if any, specified in Section VI. Schedule of Requirements: The Contract price for the Goods shall include the prices charged by the Supplier for incidental services and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services. Transportation – The transport of the food to a specified place of destination within the Philippines, defined as the Project Site, shall be arranged by the Supplier, and related costs shall be included in the Contract Price. The Procuring Entity accepts no liability for the damage/spoilage of food during transit. The Contract price for the Catering Service shall include the prices charged by the Supplier for incidental services and shall not exceed the amount stipulated in the Purchase Request (PR). After each occasion, the Supplier is responsible for sending to the Leyte Regional Prison, a billing or final invoice for the costs of the catering service for every occasion completed. It shall also turn over to the Bureau any remains/left over of the catering services every end of the day for its use. 2.2 Partial Payment is not allowed Cost for E-VAT and other governmental costs which fall equally on all prospective suppliers are presumed to be included in the computation of the bid price 4 The inspections and tests that will be conducted are: The evaluation activities that will be conducted at the Leyte Regional Prison, upon delivery are as follows: (1) Food tasting on a sampling basis to determine the quality of food served. (2) Ocular inspection to determine the quantity and completeness of the food delivered in accordance to the menu set in the Schedule of Requirements. (3) Observation before, during and after the training schedule to determine the quality of service given by the Supplier. (4) Surveys among the participants to determine the level of satisfaction of the participants to the service rendered by the Supplier 6 Liability of the Supplier: a. To provide food and services for the number of participants on the basis of the information given by the Procuring Entity thru DF of PR signed by the End-user or authorized representative, at least two (2) days prior to the training schedule. b. during the training, to increase/ decrease the number of meals/snacks to be served for the remaining days of a specific training schedule, to take effect on the second day, provided that written notice is given by the Procuring Entity signed by the End-user or authorized representative, not later than 3:00 PM on the first day of the training. c. during the training, to adjust on any specific food/diet restrictions (religion or health reasons) of participants’ meals to be served for the remaining days of a specific training schedule, to take effect on the second day provided that written notice is given by the Procuring Entity signed by the End-user or authorized representative, not later than 3:00 PM on the first day of the training d. to substitute the menu for a specific training schedule due to justifiable reasons (unavailability in the market, red tide, supply and demand forces, tropical depression, advisory of nonslaughter, etc.) provided that notice is given to the Procuring Entity at least one (1) day prior to the schedule. Provided further that the change in the menu will not change the unit cost. e. to reschedule/cancel the seminar due to fortuitous event/instances beyond the control of Leyte Regional Prison f. to provide the necessary clean and/or sterile dining utensils during the training as enumerated in but not limited to the following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass rack; 11) Ice bucket; 12) Food warmers; 13) Toothpicks; and 14) Condiments. g. to provide clean table cloth, seat covers and table napkins in the designated dining area. h. To assign at least two (2) waiters/ waitresses in clean working garments per class/seminar and shall secure an updated Health Certification from the medical health/authorized officer. i. to maintain a high standard of sanitation and cleanliness of the dining area and its immediate surroundings at all times adopting the policy of “Clean as you go”. Section VI. Schedule of Requirements The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date of delivery to the project site. State “Comply” or “Not Comply” to the Statement of Compliance. Item No. Description Quantity Delivery Schedule 1 Meals: Breakfast 620 pax From the receipt of NTP up to December 31, 2025 Lunch 620 pax From the receipt of NTP up to December 31, 2025 Dinner 620 pax From the receipt of NTP up to December 31, 2025 2 Snacks: AM Snacks 620 pax From the receipt of NTP up to December 31, 2025 PM Snacks 620 pax From the receipt of NTP up to December 31, 2025 The quantity/units is for bidding purposes only. In the actual implementation of the contract, the quantity/units that may be required may increase/decrease as the need arises. I/We hereby commit to comply and deliver all the above requirements in accordance with the above stated schedule. CONFORME: Name of Company in Print Signature Printed Name of Authorized Representative Date Section VII. Technical Specifications Republic of the Philippines Department of Justice BUREAU OF CORRECTIONS LEYTE REGIONAL PRISON Abuyog, Leyte Section VII. Technical Specifications Item Specification Statement of Compliance I The Catering Service Provider shall comply with the government regulations as provided in Presidential Decree No. 856 otherwise known as “The Code on Sanitation of the Philippines”. A. Sanitary Permit B. Health Certificate of Food Handlers C. Quality and Protection of Food II The Catering Service Provider agrees: A. To provide food and services for the number of participants on the basis of the information given by the Procuring Entity thru a notice signed by the Coordinator and Service Chief, ATFS or her authorized representative, at least two (2) days prior to the training schedule. B. during the training, to increase/ decrease the number of meals/ snacks to be served for the remaining days of a specific training schedule, to take effect on the second day, provided that written notice is given by the Procuring Entity signed by the Coordinator and Service Chief, ATFS or her authorized representative, not later than 3:00 PM on the first day of the training. C. during the training, to adjust on any specific food/diet restrictions (religion or health reasons) of participants’ meals to be served for the remaining days of a specific training schedule, to take effect on the second day provided that written notice is given by the Procuring Entity signed by the Coordinator and Service Chief, ATFS or her authorized representative, not later than 3:00 PM on the first day of the training. D. to substitute the menu for a specific training schedule due to justifiable reasons (unavailability in the market, red tide, supply and demand forces, tropical depression, advisory of nonslaughter, etc.) provided that notice is given to the Procuring Entity at least one (1) day prior to the schedule. Provided further that the change in the menu will not change the unit cost. E. to reschedule/cancel the seminar due to fortuitous event/instances beyond the control of Leyte Regional Prison. F. to provide the necessary clean and/or sterile dining utensils during the training as enumerated in but not limited to the following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass rack; 11) Ice bucket; 12) Food warmers; 13) Toothpicks; and 14) Condiments. G. to provide clean table cloth, seat covers and table napkins in the designated dining area. H. To assign at least two (2) waiters/ waitresses in clean working garments per class/seminar and shall secure an updated Health Certification from the medical health/authorized officer. I. to maintain a high standard of sanitation and cleanliness of the dining area and its immediate surroundings at all times adopting the policy of “Clean as you go”. Additional Requirements 1 The LRP shall inform the Concessionaire of the total number of actual participants at least three (3) days before the conduct of the training. 2 The Service Provider shall assure the quality of food to be served maintaining high standards of sanitation. In the event that that the food served has indication of spoilage, the caterer shall be allowed to make substitution upon the approval of the course administrator. 3 The Service Provider shall submit or provide menu including healthy foods such as rice, beef, chicken, pork, seafoods, vegetables, dessert/fruits, fruit juice 4 The end user can request specific meals or snacks and services they prefer as long as requests remain within the allocated budget per meal, snacks and services 5 Subject to increase/decrease of participants. 6 The caterer shall serve consumables of one (1) lunch and two (2) snacks per day which shall be ready for inspection by 11:15AM, snacks by 8:45AM and 2:30PM, respectively. 7 The Service Provider shall not require advance payment and deposit to guarantee reservation. 8 The Concessionaire shall assign at least four (4) waiters/waitresses in clean working garments in trainings with 50 or more participants and at least 2-3 waiters/waitresses for trainings with less than or equal to 50 participants. 9 The LRP reserves the right to cancel/reschedule the delivery of catering services in case of major institutional mandates/changes, calamities, etc. upon formal notice to the caterer at least three (3) days prior to the event. 10 The LRP shall pay the Concessionaire at least five (5) days after the billing statements have been received by the Office. 11 The LRP reserves the right to substitute/reschedule trainings. 12 The Service Provider shall provide at least two (2) buffet tables with centerpiece for trainings with less than or equal to fifty (50) participants and at least four (4) buffet tables inside the function hall for trainings with more than fifty (50) participants. 13 The LRP reserves the right to substitute/reschedule trainings. Rice: a serving must be provided with each meal Viand: each meal should include one main viand Vegetables: a side of vegetables should accompany the meal to ensure balanced nutrition. Desserts or sweets: each meal should include a dessert or any sweet treat. Beverage: participants should be offered bottled water/canned juice/softdrinks. I hereby certify that the statement of compliance to the foregoing technical specifications are true and correct, otherwise, if found to be false either during bid evaluation or post- qualification, the same shall give rise to automatic disqualification of our bid ___________________________________________ Name of Company in Print ___________________________________________ Signature over Printed Name of Authorized Representative Section VIII. Checklist of Technical and Financial Documents Checklist of Technical and Financial Documents I. TECHNICAL COMPONENT ENVELOPE Class “A” Documents Legal Documents ⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in accordance with Section 8.5.2 of the IRR; Technical Documents ⬜ (b) Statement of the prospective bidder of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid; and ⬜ (c) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided for in Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184, within the relevant period as provided in the Bidding Documents; and ⬜ (d) Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insurance Commission or Original copy of Notarized Bid Securing Declaration; and ⬜ (e) Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if applicable; and ⬜ (f) Original duly signed Omnibus Sworn Statement (OSS) and if applicable, Original Notarized Secretary’s Certificate in case of a corporation, partnership, or cooperative; or Original Special Power of Attorney of all members of the joint venture giving full power and authority to its officer to sign the OSS and do acts to represent the Bidder. Financial Documents ⬜ (g) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC) or A committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation. Class “B” Documents ⬜ (h) If applicable, a duly signed joint venture agreement (JVA) in case the joint venture is already in existence or duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful. II. FINANCIAL COMPONENT ENVELOPE ⬜ (i) Original of duly signed and accomplished Financial Bid Form; and ⬜ (j) Original of duly signed and accomplished Price Schedule(s). IX. Bidding Forms COMPANY LETTERHEAD Statement of ongoing government & private contracts SUPPLY & DELIVERY OF MEALS & SERVICES FOR VARIOUS LRP SEMINARS, TRAININGS, WORKSHOPS, EVENTS, PROGRAMS, & ACTIVITIES FOR THE YEAR 2025 Bid Reference No.: BID2024-05 Statement of all its ongoing government and or private contracts including contracts awarded but not yet started, if any whether similar or not similar in nature. Name of Contract Date of contract Contract Duration Owner’s Name and Address Kind of Goods Amount of Contract Value of Outstanding Contract CERTIFIED CORRECT: Name and Signature of Authorized Representative Position Date COMPANY LETTERHEAD Statement of Single Largest Completed Contract SUPPLY & DELIVERY OF MEALS & SERVICES FOR VARIOUS LRP SEMINARS, TRAININGS, WORKSHOPS, EVENTS, PROGRAMS, & ACTIVITIES FOR THE YEAR 2025 Bid Reference No.: BID2024-05 Statement of Single (1) Largest Completed Contract of Similar in nature within the last two (2) years from the date of submission and receipt of bids amounting to at least fifty percent (50%) of the Approved Budget of the Contract (ABC) Name of Contract Date of contract Contract Duration Owner’s Name and Address Kind of Goods Amount of Contract Amount of completed contracts, adjusted by the Bidder to current prices using PSA’s consumer price index, if necessary Date of Delivery end user’s acceptance or official receipt(s) or sales invoice issued for the contract, (Attached Copy) CERTIFIED CORRECT: Name and Signature of Authorized Representative Position Date COMPANY LETTERHEAD SUPPLY & DELIVERY OF MEALS & SERVICES FOR VARIOUS LRP SEMINARS, TRAININGS, WORKSHOPS, EVENTS, PROGRAMS, & ACTIVITIES FOR THE YEAR 2025 Bid Reference No.: BID2024-05 Certificate of Net Financial Contracting Capacity ((Please show figures at how you arrived at the NFCC) This is to certify that our Net Financial Contracting Capacity (NFCC) is _________________________(P____________) which is at least equal to the total ceiling price we are bidding. The amount is computed as follows: (Please show computation of NFCC) NFCC = (CA-CL) (15) – C Where: CA = Current Assets CL = Current Liabilities C = value of all outstanding or uncompleted portions of the Projects under going contracts, including awarded contracts Yet to be started coinciding with the contract for this Project NOTE: The values of the bidder’s current assets and current liabilities shall be based on the Audited Financial Statement submitted to the BIR. Issued this _______day of __________2024 _______________________________________________ Name & Signature of Authorized Representative ____________________ Position _______________ Date COMPANY LETTERHEAD SUPPLY & DELIVERY OF MEALS & SERVICES FOR VARIOUS LRP SEMINARS, TRAININGS, WORKSHOPS, EVENTS, PROGRAMS, & ACTIVITIES FOR THE YEAR 2025 Bid Reference No.: BID2024-05 REPUBLIC OF THE PHILIPPINES) CITY OF _______________________) S.S. x------------------------------------------------------x BID SECURING DECLARATION Invitation to Bid: [Insert Reference number] To: Leyte Regional Prison I/We, the undersigned, declare that: 1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may be in the form of a Bid-Securing Declaration. 2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of the IRR of RA 9184; without prejudice to other legal action the government may undertake. 3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following circumstances: (a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request; (b) I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right; (c) I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have furnished the performance security and signed the Contract. IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution]. [Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE] [Insert Signatory’s Legal Capacity] Affiant SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ________ and his/her Community Tax Certificate No. _______ issued on ____ at ______. Witness my hand and seal this ___ day of [month] [year]. NAME OF NOTARY PUBLIC Serial No. of Commission _______________ Notary Public for _______ until __________ Roll of Attorneys No. __________________ PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued] Doc. No. _____ Page No. _____ Book No. _____ Series of _____ COMPANY LETTERHEAD SUPPLY & DELIVERY OF MEALS & SERVICES FOR VARIOUS LRP SEMINARS, TRAININGS, WORKSHOPS, EVENTS, PROGRAMS, & ACTIVITIES FOR THE YEAR 2025 Bid Reference No.: BID2024-05 Omnibus Sworn Statement 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 Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year 2025 of the Leyte Regional Prison 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 the Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year 2025 of the Leyte Regional Prison, 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; 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; 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 following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents; b) Acknowledge all conditions, local or otherwise, affecting the implementation of the Contract; c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the Supply & Delivery of Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year 2025. 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. IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines. _____________________________________ Bidder’s Representative/Authorized Signatory SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card used], with his/her photograph and signature appearing thereon, with no. ________ and his/her Community Tax Certificate No. _______ issued on ____ at ______. Witness my hand and seal this ___ day of [month] [year]. NAME OF NOTARY PUBLIC Serial No. of Commission _______________ Notary Public for _______ until __________ Roll of Attorneys No. __________________ PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued] Doc. No. _____ Page No. _____ Book No. _____ Series of _____ COMPANY LETTERHEAD SUPPLY & DELIVERY OF MEALS & SERVICES FOR VARIOUS LRP SEMINARS, TRAININGS, WORKSHOPS, EVENTS, PROGRAMS, & ACTIVITIES FOR THE YEAR 2025 Bid Reference No.: BID2024-05 Bid Form Date: Invitation to Bid No: BID 2024-05 To: MR. TRACY B. SORIANO BAC Chairperson Leyte Regional Prison Abuyog, Leyte Gentlemen and/or Ladies: Having examined the Bidding Documents including Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to Supply & Deliver Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year 2025 in conformity with the said Bidding Documents for the sum of __________________________________________₱ ________ or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid. We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our Bid is accepted, we undertake to provide a performance security in the form, amounts, and within the times specified in the Bidding Documents. Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us. We understand that you are not bound to accept the Lowest Calculated Bid or any Bid you may receive. We certify/confirm that we comply with the eligibility requirements of the Bidding Documents. I/We likewise certify/confirm that the undersigned, [for sole proprietorships, insert]: as the owner and sole proprietor or authorized representative of [Name of Bidder], has the full power and authority to participate, submit the bid, and to sign and execute the ensuing contract, on the latter’s behalf for the Supply & Deliver Meals & Services for Various LRP Seminars, Trainings, Workshops, Events, Programs, & Activities for the Year 2025. We acknowledge that failure to sign each and every page of this Bid Form, including the attached Schedule of Prices, shall be a ground for the rejection of our bid. Dated this ________________ day of ________________ 20______. [signature] [in the capacity of] Duly authorized to sign Bid for and on behalf of ____________________________ Republic of the Philippines Department of Justice Bureau of Corrections LEYTE REGIONAL PRISON Abuyog, Leyte SCHEDULE OF PRICES SUPPLY & DELIVERY OF MEALS & SERVICES FOR VARIOUS LRP SEMINARS, TRAININGS, WORKSHOPS, EVENTS, PROGRAMS, & ACTIVITIES FOR THE YEAR 2025 Qty. Unit of Issue Agency Specification ABC Unit Price Total Bid Price Inclusive of VAT Meals 620 pax Breakfast ₱62,000.00 620 pax Lunch ₱93,000.00 620 pax Dinner ₱93,000.00 Snacks 620 pax AM Snacks ₱31,000.00 620 pax PM Snacks ₱31,000.00 Total Bid Price Inclusive of VAT in words The quantity and unit of issue is for bidding purposes only. In the actual implementation of the contract, the quantity that may be required may increase/decrease as the need arises. [signature] [in the capacity of] Duly authorized to sign Bid for and on behalf of ____________________________ Created by Jeruel Verra Go Date Created 21/10/2024 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.       BUREAU OF CORRECTIONS - (LEYTE REGIONAL PRISON) ABUYOG LEYTE
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business All Other Professional Instruments and Related Products Manufacturing for Measuring Computing Infrastructure Providers Navigational Other Direct Insurance (except Life Professional Justice Specialized Freight (except Used Goods) Trucking Electric Power Transmission Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Religious Motorcycle Furniture Financial Transactions Processing Securities Justice Automatic Environmental Control Manufacturing for Residential Other Professional Frozen Fruit Copper Rolling All Other Support Services Office Supplies Construction Pulp Scenic and Sightseeing Transportation Other Justice Accounting Copper Rolling Machinery Regulation Medical Direct Insurance (except Life Other Aluminum Rolling Book Commercial Newspaper Executive Direct Life International Accounting Measuring Agriculture Corporate Cafeterias Navigational Executive Financial Transactions Processing Book Photographic Film Sporting Goods Other Similar Organizations (except Business All Other Professional General Freight Trucking Metal Kitchen Cookware Management Other Justice Other Similar Organizations (except Business Agencies Caterers Water Construction Professional Medical Funds
CPVS
Tools Buckets, shovels, grabs and grips for cranes or excavators Glass Earthmoving and excavating machinery, and associated parts Parts of seats Restoration work Repair, maintenance and associated services related to aircraft and other equipment Bindings Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Beef Mains Control, safety, signalling and light equipment Spoons Demolition, site preparation and clearance work Rice Calendars Sections Construction, foundation and surface works for highways, roads Sewerage work Lavatory seats, covers, bowls and cisterns Spoons, forks Boards Control, safety or signalling equipment for inland waterways Stationery Repair, maintenance and associated services related to marine and other equipment Stocks Beverages, tobacco and related products Racking Furniture Vegetables Bowls Toothpicks Snacks Rolls Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Sales, marketing and business intelligence software package Wells construction work Training, workout or aerobic services Photographs Office, school and office equipment cleaning services Records Desserts Cups Feasibility study, advisory service, analysis Safety cases Document creation, drawing, imaging, scheduling and productivity software package ID cards Parts of furniture Bridge Seals Business services: law, marketing, consulting, recruitment, printing and security Other community, social and personal services Permits Control, safety or signalling equipment for parking facilities Construction work Command, control, communication systems Sales, marketing and business intelligence software development services Forks Supports Foundation work for highways, roads, streets and footpaths Document creation, drawing, imaging, scheduling and productivity software development services Construction work for highways, roads Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems Mattocks, picks, hoes, rakes and beach rakes Paper, printing and bookbinding machinery and parts System, storage and content management software development services Forms Food, beverage and tobacco-processing machinery Book ends Picks Vats Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Sheets Chickens Repair, maintenance and associated services related to roads and other equipment Bars, rods, wire and profiles used in construction Pressure-reducing, control, check or safety valves Buckets Food, beverages, tobacco and related products Sheeting work Other services Posts Tables Bars Seafood Trays Drainage works Ice Feasibility study Face cloths Accounting, auditing and fiscal services Seats, chairs and related products, and associated parts Envelopes Control, safety or signalling equipment for roads Display cases Goods used in construction Envelopes, letter cards and plain postcards Furnishing Repair, maintenance and associated services of vehicles and related equipment Seats Architectural, construction, engineering and inspection services Sole Cereals, potatoes, vegetables, fruits and nuts Knives Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment Administration, defence and social security services Serials Platinum Vegetables, fruits and nuts Radio, television, communication, telecommunication and related equipment Irrigation works Electronic, electromechanical and electrotechnical supplies Demolition work Garments Designs Table napkins Sanitary works Tool parts Manuals Railway points Pork Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Tables, cupboards, desk and bookcases Plates, sheets, strip and foil related to construction materials Soles Dates Tools, locks, keys, hinges, fasteners, chain and springs Cloth
UNSPSC
Netting Stationery Post Clean room Boards Calendars Display cases Awards Seafood Beverages Water Furniture Business cases Statistics Inspection Project management Photocopying Co financing Bars Corporate states Currency Sales tax Tax returns Trade agreements Equipment cases Seating Tables Book ends Road bridge Toothpicks Single room Case making services Beef, minimally processed without additions Menu Seals Side table High school Fluorine-based medical imaging agents, media, and tracers Financial Instruments, Products, Contracts and Agreements Securities Table saw Water, sanitation and hygiene kits Water, sanitation and hygiene kit Airport, Fauna Control Services Bucket, Food proof plastic Tent, for office use Water, sanitation and hygiene kits Airport Maps, Networks (GIS), Studies E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Suction pump, manual 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 Building Environment and Pollution-Recycling Furniture Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Minerals and Mining Banking-Finance-Insurance Energy Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Law and Legal Transportation Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Information Technology-IT Education and Training Defence and Security Electricity Technology Hardware and Equipment Construction Consultancy Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Steel Industry Electronics Building Material Construction Materials 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