ENVIRONMENTAL MANAGEMENT BUREAU - DENR has floated a tender for Food, Venue & Accommodation for the Conduct of Capacity Building on Hazardous Wate Management on July 03 to August 3, 2018 Under Emb-Eqd-Haz Rfq No. Emb-Eqd-125-7-17-18. The project location is Philippines and the tender is closing on 23 Jul 2018. The tender notice number is RFQ NO. EMB-EQD-125-7-17-18, while the TOT Ref Number is 25081131. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Philippines

Summary : Food, Venue & Accommodation for the Conduct of Capacity Building on Hazardous Wate Management on July 03 to August 3, 2018 Under Emb-Eqd-Haz Rfq No. Emb-Eqd-125-7-17-18

Deadline : 23 Jul 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 25081131

Document Ref. No. : RFQ NO. EMB-EQD-125-7-17-18

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : ENVIRONMENTAL MANAGEMENT BUREAU - DENR
Benhur V. Malana
Chief, Property and General Services Division
DENR Compound Visayas Avenue
Bgy. VASRA
Quezon City
Metro Manila
Philippines 1128
63-2-9204425
63-2-9204425
emb.afmd.pgss@gmail.com
Philippines
Email :emb.afmd.pgss@gmail.com

Tender Details

Food, Venue & Accommodation for the Conduct of Capacity Building on Hazardous Wate Management on July 03 to August 3, 2018 Under Emb-Eqd-Haz Rfq No. Emb-Eqd-125-7-17-18

REQUEST FOR QUOTATION (RFQ)

FOOD, VENUE & ACCOMMODATION FOR THE CONDUCT OF CAPACITY BUILDING ON HAZARDOUS WATE MANAGEMENT ON JULY 03 to AUGUST 3, 2018

UNDER EMB-EQD-HAZ

RFQ NO. EMB-EQD-125-7-17-18





1. The Department of Environment and Natural Resources - Environmental Management Bureau (DENR-EMB) hereinafter referred to as the -œPurchaser- now requests for submission of price quotations for the procurement of the aforesaid items described in the Scope of Works.



2. A set of technical requirements are provided in Attachment/s. Item/s listed under the Purchaser-s Terms of Reference/s must be complied with on a pass-fail basis. Failure to meet any one of the requirements may result in rejection of the quotation. The Approved Budget for this contract is PhP 500, 000.00.



3. Bidding procedures will be conducted in accordance with the provisions of the Implementing Rules and Regulations (IRR) of Republic Act 9184.



4. It is the intent of the Purchaser to evaluate the bid/quotation on a lot basis, whichever is advantageous to the government. Award will be made to the bid/quotation or combination of quotations resulting in the lowest evaluated quotation meeting the Purchaser-s technical specifications.



5. Quotations must be delivered at the address below not later than of 5:00 p.m. of JULY 23, 2018.



Department of Environment and Natural Resources

Environmental Management Bureau

1st Floor, EMB Administrative Bldg., (formerly HRDS Bldg.),

DENR Compound, Visayas Avenue, Diliman, Quezon City



6. Prices must be quoted in Philippine Peso and must include the unit price and total price, inclusive of all taxes to be paid and other incidental cost to the delivery site/s if the contract is awarded.



7. Bid/quotation submission maybe typewritten and must be placed in a sealed envelope marked FOOD, VENUE & ACCOMMODATION FOR THE CONDUCT OF CAPACITY BUILDING ON HAZWASTE (RFQ No. EMB-EQD-125-7-17-18). The EMB-PGSS is strictly implementing a sealed envelope submission. Bids/quotations/proposals must be submitted to EMB Records Section for recording purposes.



8. Bids/Quotation submission that will not comply with the above instructions will be automatically disqualified and will not be accepted.



9. Bids/quotations shall be valid for sixty (60) calendar days from the deadline of submission of bids.



10. The delivery period shall be within Fifteen (15) calendar days from receipt of the Purchase Order (PO) and/or Job Order (JO). The supplier must inform the Purchaser at least three (3) days before the date of delivery. The delivery will be made only during working days and hours.



11. Delivery Sites: see delivery sites enumerated in the Quotation Form



Environmental Management Bureau

1st Floor, EMB Administrative Bldg., (formerly HRDS Bldg.),

DENR Compound, Visayas Avenue, Diliman, Quezon City

Attention: AFD-Property and General Services Section



12. The applicable rate for late deliveries is one tenth (1/10) of one (1) percent of the cost of the unperformed portion of the contract for every day of delay. The maximum deduction shall be ten percent (10%) of the amount of contract. Once the cumulative amount of liquidated damages reaches ten percent (10%) of the contract amount, the Purchaser shall rescind the contract without prejudice to other courses of action and remedies open to it.



13. The Purchaser reserves the right to accept or reject any quotation, and to annul the bidding/shopping process or reject all quotations at any time prior to contract award, without thereby incurring any liability to the affected bidder/bidders. The Purchaser also reserves the right to waive minor deviations/defects or infirmities therein. A minor deviation/defect or infirmity is one that does not materially affect the overall functionality of the material and the capability of the supplier to perform the contract.



14. Participating service provider/s must abide by the existing health, safety, environment, quality and other related laws and procedures as prescribed by the Philippine Government.

15. The prospective bidder shall submit the following (based on RA9184, Annex H, Appendix A):



a) Quotation Form

b) Technical Specifications

c) PhilGEPS Registration Number/Proof of PhilGEPS Registration

d) Income or Business Tax Returns-(required for projects with ABC above PhP500, 000.00)

e) Omnibus Sworn Statement-original & notarized (required only for procurement projects with ABC above PhP50, 000.00, shall be submitted upon receipt of Award/Contract)







(sgd.)BENHUR V. MALANA

Chief, PGSS-AFMD





Attachment 1

FOOD, VENUE & ACCOMMODATION FOR THE CONDUCT OF CAPACITY BUILDING ON HAZARDOUS WATE MANAGEMENT ON JULY 03 to AUGUST 3, 2018

PRICE QUOTATION



DESCRIPTION Quantity Unit Price (PhP) Total Price (PhP)

FOOD, VENUE & ACCOMMODATION FOR THE CONDUCT OF CAPACITY BUILDING ON HAZARDOUS WATE MANAGEMENT ON JULY 03 to AUGUST 3, 2018Inclusive of:

Used of function room

Flowing coffee/tea

Accommodating (triple sharing)

Full Board Meal

Sound System

Pencil and Paper



50 pax





Note: In case of discrepancy between unit and total prices, the unit price shall prevail.





Name of company: _________________________________

Postal address : _________________________________

Email address : _________________________________

Telephone & Fax No.: _________________________________

Signature over printed name: __________________________

Designation : _________________________________







FOOD, VENUE & ACCOMMODATION FOR THE CONDUCT OF CAPACITY BUILDING ON HAZARDOUS WATE MANAGEMENT ON JULY 03 to AUGUST 3, 2018

Technical Description





NO.

Description

Quantity

1 FOOD, VENUE & ACCOMMODATION FOR THE CONDUCT OF CAPACITY BUILDING ON HAZARDOUS WATE MANAGEMENT ON JULY 03 to AUGUST 3, 2018Inclusive of:

Used of function room

Flowing coffee/tea

Accommodating (triple sharing)

Full Board Meal

Sound System

Pencil and Paper



50 pax



TOTAL BID PRICE



Note: Supplier Specification shall contain line by line compliance with the Purchaser-s Specification





Name of Firm_______________________________________



Authorized Representative____________________________

Signature over printed name



Position: ____________________________________________





Date: _____________



OTHER REQUIREMENTS



1. Quotation Submission Requirements



- Supplier must submit a duly accomplished and signed Price Quotation, and Supplier-s line by line Technical Specifications compliance.

- Supplier-s must accomplish/fill all required pages to facilitate documentation

- Supplier must be PhilGEPS registered.

- Business Permit/License Permit

- Failure to follow the above requirements may result to outright rejection of submitted quotation/s.



2. Evaluation and Awarding of Quotation



- The Purchaser will evaluate and compare the offers, which have been determined

as responsive pursuant to the completeness of the purchaser requirements

- Compliance to the technical specifications

- Awards shall be made to the lowest evaluated and responsive quotation.

- Submission of requirements containing false information or falsified documents that contain false information or concealment of such information in order to influence the outcome of eligibility screening or any other stage of the procurement process may result to Blacklisting Guidelines as provided in the IRR of RA 9184.



3. Terms of Payment



- 100% of the contract price will be paid upon verification/inspection and acceptance of the services in compliance to existing government auditing and accounting procedures.





ANNEX A



FOOD, VENUE & ACCOMMODATION FOR THE CONDUCT OF CAPACITY BUILDING ON HAZARDOUS WATE MANAGEMENT ON JULY 03 to AUGUST 3, 2018

Supplier-s Certification



I hereby agree to abide by this quotation for the Food, Venue and Accommodation for the Conduct of Workshop 30 calendar days from the date of submission of quotation:





NO.

Description

Quantity

1 FOOD, VENUE & ACCOMMODATION FOR THE CONDUCT OF CAPACITY BUILDING ON HAZARDOUS WATE MANAGEMENT ON JULY 03 to AUGUST 3, 2018Inclusive of:

Used of function room

Flowing coffee/tea

Accommodating (triple sharing)

Full Board Meal

Sound System

Pencil and Paper

50 pax



TOTAL BID PRICE





This quotation shall remain binding upon us and valid until expiration of the 30 calendar day bid validity.





Name of Firm_______________________________________



Authorized Representative____________________________

Signature over printed name



Position: ____________________________________________





Date: _____________





















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 [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 -œblacklisted- 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 [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.



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 _____

Closing Date : 2018-07-23

Documents

 Tender Notice