• No results found

REQUEST FOR QUOTATION RFQ NO

N/A
N/A
Protected

Academic year: 2021

Share "REQUEST FOR QUOTATION RFQ NO"

Copied!
7
0
0

Loading.... (view fulltext now)

Full text

(1)

Republic of the Philippines

Public-Private Partnership Center of the Philippines Bids and Awards Committee

4/F Yupangco Building, 339 Sen. Gil J. Puyat Avenue, 1227 Makati City T-895-3893 F-899-8821

URL: http://www.ppp.gov.ph REQUEST FOR QUOTATION

RFQ NO. 2011-001

1. The Public-Private Partnership Center of the Philippines (the “PPP Center) through its Bids and Awards Committee (BAC), will undertake Shopping for the “Supply of Labor and Materials for the Comprehensive Termite and General Pest Control Service of the

NEDA sa Quezon City Building I” in accordance with Section 52.1b of the Revised

Implementing Rules and Regulations of Republic Act No. 9184. The details of the project/activity are the following:

Name of Project : Supply of Labor and Materials for the

Comprehensive Termite and General Pest Control Service of the NEDA sa Quezon City Building I

Location : NEDA sa Quezon City Building I, EDSA, Diliman,

Quezon City Specification/Brief

Description :

Comprehensive Termite and General Pest Control Service of the NEDA sa Quezon City Bldg. I with total area of 1,206 square meters.

Approved Budget for the Contract (ABC):

P67,000.00 (inclusive of all taxes) Source of Fund : FY 2011 General Appropriations Act

2. The BAC will directly negotiate a contract and draw up a list of at least three (3) price

quotations for readily available goods/services from bona fide suppliers of known

qualifications.

3. The PPP Center reserves the right to accept or reject any quotation, and to annul the bidding process and reject all quotations at any time prior to Contract award, without thereby incurring any liability to the affected bidder or bidders and to waive any minor defects or infirmities therein and to accept such quotation as may be considered advantageous to the government. 4. Attached for reference and perusal is the Terms of Reference of the subject contract.

For further information, you may contact Mr. Celso A. Argabioso, Jr., Head, BAC Secretariat at Telephone Nos. 895-3983 and 899-8819.

Very truly yours,

(SGD) ELEAZAR E. RICOTE BAC Chairman

(2)

TERMS OF REFERENCE A. Rationale

The NEDA sa Quezon City Building I is presently undergoing renovation prior to the relocation of the PPP Center from its present location in Makati City. It has been observed that termites and other pests are visible in some parts of the building, thus, a comprehensive termite and general pest control is now imperative.

B. Approved Budget for the Contract

The approved budget for the contract is Php67,000.00 (inclusive of all taxes).

C. Qualifications of the Supplier

1. Certificate of Product Registration from the Bureau of Food and Drugs (BFAD) for all the chemicals to be used;

2. Engaged in the business continuously for the past 3 years or more and has successfully undertaken similar treatments in at least 3 agencies/companies; and 3. Has certified technicians to be assigned at the PPP Center who are honest, skilled

and well-trained applicators.

D. Responsibilities of the Supplier

1. The Supplier shall ensure that all materials, labor and equipment necessary for the implementation of the work are of the best quality and workmanship.

2. Termite treatment shall be undertaken in accordance with the work plan which will be submitted to and approved by the PPP Center.

3. General Scope of Work

The Supplier shall provide all labor and materials, tools and equipment, supervision and other incidentals for the comprehensive termite and general pest control of the NEDA sa Quezon City Building I.

4. The area of treatment coverage is 1,206 square meters. The Supplier shall ensure that treatments cover all structures and premises of the NEDA sa Quezon City Building I.

5. Technical and Professional Services:

The Supplier shall provide the following technical methods and professional services for the effective termite and pest control of all the premises of the NEDA sa Quezon City Building I compound.

a. Comprehensive Termites Control Services (1) Soil Poisoning

This service shall be the application of termiticidal chemicals along the perimeter of the NEDA sa Quezon City Building I. The Contractor shall create a continuous chemical barrier making it impossible for termites to enter and destroy the wooden structures of the buildings through the following:

(a) Drilling holes 30 centimeters apart at the concrete perimeter fence of the compound using an electric rotto hammer drill, then injecting termiticidal chemicals, using a modern pressurized soil rodder injector.

(3)

(b) Direct injection of termiticidal chemicals along the concrete and/or soil perimeter of the building of the compound 30 centimeters apart using the same procedure and equipment as in 1(a).

(c) Drilled holes after treatment shall be restored to its original appearance through the use of concrete mix/cement.

(2) Residual Spraying

This shall be done to facilitate direct extermination of termites on infested parts of the building. Uninfested areas shall also be treated to provide adequate protection.

(3) Chemical Dusting

The service refers to the application of anti-termite powder to all joints, ends, crevices, baseboards and cabinets. Emphasis of treatment shall be on the wooden structures of the building.

(4) Termites Mound Extermination

All termites mounds found within the NEDA sa Quezon City Building I compound shall be excavated and exterminate the queen and workers since these are infesting the wooden structures of the building.

b. General Pest Control Services

(1) Cockroach Control – Treatment by residual spraying, fogging or misting will be carried out in the whole premises, especially in the suspected harborages and breeding places of cockroaches, such as pantries, toilet areas and drainages. Cracks and crevices and hidden surfaces shall also be treated with insecticidal solutions. Residual misting and / or spraying will be applied to areas where fogging treatment is not advisable.

(2) Rodent Control – Regular treatment by bait laying of anticoagulant preparations in areas used as passageways and harborages of rats and mice, based on a system of permanent/semi-permanent bait stations. These rodenticides provide good control without presenting any hazard to products or personnel. However, if the degree of infestations should ever warrant it, acute bait / chronic rodenticides will be used, but only after close consultation with PPP Center and then only under the strict supervision of the Contractor. Supplementary control methods such as by mechanical traps and sticky boards, plugging or sealing off of holes that may serve as entry points will also be employed if the situation so warrants.

(3) Fly And Mosquito Control – Regular fogging and/or misting will be done in the premises in accordance with a pre-arranged schedule of treatment. Larva dicing of known breeding places and harborages of flies and mosquitoes will be carried out.

6. Chemicals to be Applied

a. The Supplier shall ensure that the chemicals to be applied, the frequency of application and the company that provides these chemicals are registered with BFAD. In this regard, a certification to show whether said chemicals are registered should be submitted to the PPP Center.

b. The minimum active ingredients of the chemicals to be provide/supplied by the Supplier shall be approved by BFAD.

(4)

c. The Supplier shall ensure that only safe and effective formulations approved by BFAD shall be used.

E. Terms and Conditions

1. Submission of Requirements

a. Submission of proposals consist of Financial Bid, Work Plan and minimum documentary requirements prescribed in Section 1.b in a sealed envelope

duly marked “SUPPLY OF LABOR AND MATERIALS FOR THE

COMPREHENSIVE TERMITE AND GENERAL PEST CONTROL SERVICE

OF THE NEDA SA QUEZON CITY BUILDING I (RFQ NO.. 2011-001)” will

be received by the BAC Secretariat on or before 27 May 2011, 10:00 A.M. at the BAC Office, 4/F Yupangco Building, 339 Sen. Gil J. Puyat Avenue, Makati City.

b. The Contractor shall submit the following requirements:

(1) Financial Bid, which should not exceed the Approved Budget for the Contract (ABC). Prices shall be quoted in Philippine Peso.

(2) Work Plan outlining how the requested services will be conducted. (3) Minimum Requirements:

(a) Valid and current Philgeps Registration

(b) Valid and current Tax Clearance issued by the Bureau of Internal Revenue Head Office;

(c) Valid and Current Mayor’s permit issued by the city or municipality where the principal place of business of prospective bidder is located.

(d) DTI or SEC Registration 2. Site Inspection

The Supplier, at his/her discretion, shall conduct actual site inspection of the project and to be supported by a certification from the PPP Center. The Supplier shall notify the BAC Secretariat one (1) day in advance of the said site inspection.

3. Award

The supplier who submitted the lowest calculated responsive quotation shall be awarded the Purchase Order after evaluation by the BAC.

4. Delivery/Commencement of Services

a. Commencement of Services shall be made within three (3) calendar days from date of receipt of Notice to Proceed. The Supplier shall immediately commence execution of the works and shall carry out the works in accordance with the Work Plan and TOR of the contract. The Supplier shall complete the project within fifteen (15) days from the date of commencement of work.

b. Deliverables shall be delivered to the NEDA sa Quezon City Building I hereto defined as Project Site, costs to the account of supplier.

c. Upon delivery of the Services to the Project Site, the supplier shall notify the Purchaser and present the following documents to the Purchaser:

 Original and 4 copies of the Supplier’s Invoice showing the Services description, quantity, unit price, and total price.

 Original and 4 copies of Delivery Receipts  Original Statement of Accounts

 Approved Purchaser Order  Warranty Certificate

(5)

For the purpose of these conditions, the PPP Center’s representative at the Project Site is Ms. Ma. Cristina Cleofas or Mr. Dindo Abas.

5. Evaluation of Quotations

Quotations shall be compared and evaluated on the basis of complete submission of requirements in accordance with Section 1.b and the Financial Bid, which should not exceed the Approved Budget for the Contract (ABC).

6. Instructions

a. Supplier shall be responsible for the source(s) of its Goods/equipment, and shall make the deliveries in accordance with the schedule, and specifications of the award or purchase order. Failure of the supplier to comply with this provision shall be ground for cancellation of the award or purchase order issued to the supplier.

b. Supplier shall pick-up the purchase order issued in its favor within three (3) calendar days from date of receipt of Notice to Proceed to that effect. A telephone call or fax transmission shall constitute an official notice to the Supplier. Thereafter, if the purchase order remains unclaimed, the purchase order shall be cancelled. To avoid delay in the delivery of the requesting agency’s requirements, all defaulting suppliers shall be precluded from proposing or submitting substitute quotation(s) or item(s).

c. Supplier who accepted a purchase order but failed to deliver the required Goods/Services within the time called for in the purchase order shall be disqualified from participating in the PPP Center’s future procurement activities. This is without prejudice to the imposition of other sanctions prescribed under R.A. 9184 and its IRR against the supplier.

d. Rejected deliveries shall be construed as non-delivery, and shall be replaced by the supplier subject to liquidated damages for delayed deliveries.

e. All duties, excise, and other taxes, and revenue charges shall be paid by the supplier.

f. As a pre-condition to payment, Importation Documents specifically showing the conditions and serial numbers of the imported equipment purchased shall be submitted by the supplier to the PPP Center.

g. All transaction are subject to withholding of credible Value Added Tax and/or Expanded Value Added Tax per revenue regulation(s) of the Bureau of Internal Revenue.

7. Liquidated Damages

A penalty of one-tenth of one percent (0.001) of the total value of the undelivered Goods/Services shall be charged as liquidated damages for every day of delay of the delivery of the purchased Goods.

8. Warranty

All works shall be guaranteed for a period of one (1) year with quarterly termite/pest control check-up, and provide necessary treatment during the guaranteed period at no extra cost to the PPP Center.

(6)

9. Payment

One hundred percent (100%) of the Contract Price shall be paid to the Supplier within fifteen (15) working days from completion and after acceptance of the Services at Project Site and submission of the documents provided under Section 3.Delivery. 10. Responsibilities of the PPP Center

a. The PPP Center’s Administrative Services shall closely monitor the implementation of the intensive termite/pest control in accordance with the specifications and conditions of the contract.

b. A PPP Center Inspectorate Team to be created for the purpose shall monitor the work done by the Contractor to ensure that the Contractor complies with the specifications and conditions of the contract.

(7)

Annex 1 PPP Center’s Floor Plan

References

Related documents

Exercise 1: Convert a Mine2-4D Project to Studio 5D Planner 16 Exercise 2: Start a project using the Project Manager 17 Exercise 3: Add files to the File Add List (legacy User

Minors who do not have a valid driver’s license which allows them to operate a motorized vehicle in the state in which they reside will not be permitted to operate a motorized

file (ZA-Nr. 1795) contains all time series which have been established in this program since 1980 and some of these were already selected from ear- lier surveys extending the

According to the results of regression analysis, the null hypothesis of the study is rejected because all the variables related to working capital negatively affect the

19% serve a county. Fourteen per cent of the centers provide service for adjoining states in addition to the states in which they are located; usually these adjoining states have

National Conference on Technical Vocational Education, Training and Skills Development: A Roadmap for Empowerment (Dec. 2008): Ministry of Human Resource Development, Department

Standardization of herbal raw drugs include passport data of raw plant drugs, botanical authentification, microscopic & molecular examination, identification of