Philippines - HMO-18-1031-NP2(TF) PURCHASE OF CATERING SERVICES FOR HOSPITAL MANAGEMENT OFFICE
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 28 November 2018
- Opportunity publication date
- 22 November 2018
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Solicitation Number:
HMO-18-1031-NP2(TF)
Trade Agreement:
Implementing Rules and Regulations
Procurement Mode:
Negotiated Procurement - Two Failed Biddings (Sec. 53.1)
Classification:
Goods
Category:
Catering Services
Approved Budget for the Contract:
PHP 105,000.00
Delivery Period:
7 Day/s
Client Agency:
Contact Person:
ALLANA AGUILAR BABAYEN-ON Procurement Services Officer Bonifacio Drive, Iloilo City Iloilo City Iloilo Philippines 5000 63-33-3287931 63-33-3360736 suizoph@yahoo.com
Status
Active
Associated Components
Order
Bid Supplements
0
Document Request List
0
Date Published
21/11/2018
Last Updated / Time
21/11/2018 12:00 AM
Closing Date / Time
28/11/2018 9:00 AM
Republic of the Philippines Province of Iloilo BIDS AND AWARDS COMMITTEE INVITATION FOR NEGOTIATED PROCUREMENT (TWO FAILED BIDDINGS) RFQ No. HMO-18-1031-NP2(TF) Purchase of CATERING SERVICES November 19, 2018 TO: (Supplier’s Name and Office Address) In view of the two failed biddings held last June 13, 2018 and August 24, 2018, the Iloilo Provincial Government (IPG), through its Bids and Awards Committee (BAC), invites PhilGEPS-registered suppliers under Platinum category to participate in the negotiation for the procurement of CATERING SERVICES in accordance with Section 53.1 of the revised Implementing Rules and Regulations of R.A. No. 9184, otherwise known as the Government Procurement Reform Act." Following completion of the negotiations, kindly submit a best offer based on the final technical and financial requirements of the item(s) listed below, subject to the attached Terms and Conditions, stating the shortest time of delivery, and submit your bid duly signed by your authorized representative on or before the opening of quotations/bids on November 28, 2018 at 9:00 AM with the Bids and Awards Committee at the Boardroom, Office of the Governor, 3F, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City. The schedule of key procurement activities all to be conducted at the Boardroom, Office of the Governor, 3F, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City for this contract is shown below: Activities Date and Time Negotiation Conference November 23, 2018 at 9:00 AM Deadline of Submission of Bid Proposal and Opening of Bids November 28, 2018 at 9:00 AM and 9:01 AM, respectively ATTY. DENNIS T. VENTILACION BAC Chairperson X All Bids must be complete. Partial Bids are allowed. Item No. Quantity Unit Estimated Unit Cost Brand Name Over the Counter Price per Item Final Unit Price per Item Delivered to Destination Total Cost 1 350 pax Catering Service on Ward Management and Patient Care Engagement of Nursing Attendants Provincial and District Hospital with one (1) Lunch & one (1) Snacks good for 70pax @ 300.00/pax 5 batch Venue: Casa Real Iloilo date to be arranged upon receipt of P.O. 300.00 MENU 1ST BATCH AM SNACKS -- Carbonara with garlic bread, Pineapple Juice LUNCH -- Rice, Roast Chicken with Herbs, Beef with mushrooms, Patatim, Shanghai rolls, Fruit Salad, Softdrinks 2ND BATCH AM SNACKS -- Sotanghon Guisado w/ Tuna Sandwich, Pineapple Juice LUNCH -- Plain Rice, Seafood Chopsuey, Deluxe Meat Roll, Roast Chicken, Beef with mushrooms, Buko Lychee, 1 round softdrink 3RD BATCH AM SNACKS -- Spaghetti w/ butter toast, four season juice LUNCH -- Plain Rice, Kare-Kare, Baked Chicken w/ honey, Crabmeat Guisado, Vegetables & Ham Casserole, Buko Pandan Salad, 1 round softdrink 4TH BATCH AM SNACKS -- Pancit Molo w/ garlic bread, Cucumber Lemonade Juice LUNCH -- Plain Rice, Beef Pot Roast, Lechon Kawali, Roast Chicken, Pad Thai Noodles, Potato Salad, Crema de Fruta, 1 round softdrink 5TH BATCH AM SNACKS -- Baked Macaroni w/ Butter Toast Mango Juice LUNCH -- Plain Rice, Baby back-ribs fruit sauce, Camaron Rebosado, Chicken Lollipop, Thai Spring Rolls, Assorted German Sausage, Mango Float, 1 round of soda *with free flowing coffee or chocolate drink Kindly indicate the DELIVERY PERIOD and BID AMOUNT IN WORDS and FIGURES in the space provided below. Non-compliance shall be a ground for DISQUALIFICATION. TOTAL BID AMOUNT IN FIGURES: ₱_______________ Statement of Delivery Period: __________________________________________________________________________ Bid Amount in Words: ________________________________________________________________________________ Place of Delivery: Casa Real, Iloilo City______________________________________________________________ ABC: ₱ 105,000.00 Kindly submit your best offer with the following requirements: 1. PhilGEPS Certificate of Registration under Platinum category; 2. Omnibus Sworn statement specifying the RFQ Number for procurement projects with ABC above ₱50,000.00; 3. Notarized Authority of the Signatory, if representative(SPA of proprietor for single proprietorship/Secretary's Certificate for Corporation); 4. Updated Mayor's Permit if the same is indicated as "EXPIRED" in the PhilGEPS Certificate of Registration, Platinum category. For expired Mayor’s Permit, the official receipt as proof that the supplier has applied for renewal will be accepted, provided, that the renewed permit will be required as a post-qualification requirement; 5. Updated DTI/SEC/CDA Registration if the same is indicated as "EXPIRED" in the PhilGEPS Certificate of Registration, Platinum category; 6. For easy validation during the post-qualification in the procurement of Drugs and Medicines, bidders are encouraged to submit the following: A. License to Operate from the Food and Drug Administration (FDA); B. Certificate of product registration from the FDA; C. Certificate of Good Manufacturing Practice from the FDA; D. Batch Release Certificate from the FDA; E. If the supplier is not the manufacturer, Certification from the Manufacturer that the supplier is an authorized distributor/dealer of the products /items; and F. For the procurement of regulated drugs, the applicable type of S-LICENSE S-1, S-3 (Retailer) S-4 (Wholesaler) S-5C (Manufacturer) S-5D (Bulk Depot/Storage) S-5E S-5I (Importer) 7. Updated Tax Clearance if the same is indicated as "EXPIRED" in the PhilGEPS Certificate of Registration, Platinum category; and 8. Income or Business Tax Returns for procurement projects with Approved Budget for the Contract (ABC) above ₱500,000.00. Note: Kindly indicate the RFQ Number and date of opening of bids on the outside of the envelope.
Other Information
Province of Iloilo Bids and Awards Committee Request for Price Quotation No. HMO-18-1031-NP2(TF) Reference PR No. HMO-18-1031 Terms and Conditions: 1. All entries must be filled-up, written, or printed legibly. Failure to use this form will result to disqualification of your bid. 2. Delivery period: as per schedule of activity. 3. Bids and bid securities shall be valid for one hundred twenty (120) calendar days from the date of the opening of bids. 4. Bids exceeding from the Approved Budget for the Contract (ABC) shall be disqualified. 5. The participating bidder/supplier or an authorized representative must indicate an email address or working fax number. Absence of both shall be a ground for disqualification. Notice to the bidder through either of these means (email/working fax number) is considered sufficient notice. 6. The supplier must indicate its complete business/mailing address. Otherwise, the lack thereof is a ground for disqualification. 7. The supplier/awardee(s) must conform to the Notice of Award within three (3) calendar days from notice of such award and enter into contract with the Procuring Entity within ten (10) calendar days from receipt by the winning bidder of the Notice of Award. Otherwise, the award shall be forfeited or cancelled. 8. If the Certificate of Product Registration (CPR) is required, the supplier/bidder is encouraged to submit their CLEAR copy of the CPR prior to the day of the bidding or canvass for pre checking/examination to determine if it is responsive to or covers the item(s) bidded or purchased. 9. The AWARDEE shall be responsible for the source(s) of his supplies, materials, equipment and shall make deliveries in accordance with the schedule, quality and specifications of award and purchase order. Failure of the AWARDEE to comply with the same shall be ground for the cancellation of the award and purchase order issued to the AWARDEE. 10. All deliveries by suppliers shall be subject to inspection and acceptance by the representative of the General Services Office and End User. 11. Rejected deliveries shall be construed as non-delivery of the product(s)/item(s) so ordered and shall be subject to liquidated damages, subject to the terms and conditions prescribed under paragraph 11 hereof. 12. Supplier shall guarantee his deliveries to be free from defects. Any defective item(s)/product(s) therefore that may be discovered by the End-User within the warranty period after acceptance of the same shall be replaced by the supplier within seven (7) calendar days upon receipt of a written notice to that effect. 13. Performance Security or Warranty Security, as the case may be, shall be required from the winning bidder in accordance with the provisions of R.A. No. 9184 and its revised Implementing Rules and Regulations. 14. When an occurrence of a tie among bidders takes place, i.e., two or more of the bidders are determined and declared as the Lowest Calculated and Responsive Bidder (LCRB), the winning bidder shall be determined by draw lots upon notice to the bidders concerned and/or their authorized representatives in accordance with the relevant circulars issued by the Government Procurement Policy Board (GPPB). 15. All offers/quotations must be properly sealed and marked in envelopes. Non-compliance is a ground for disqualification. 16. The printed name and signature of the bidder/supplier or of its authorized representative must be legible and verifiable and must indicate his/her position. Non-compliance is a ground for disqualification. 17. Bidders shall prepare an ORIGINAL of the Documentary Requirements for Negotiated Procurement. In addition, bidders shall submit separate COPIES thereof (Copy 1, Copy 2) and each set of documents must clearly indicate whether the same is ORIGINAL, COPY 1, or COPY 2. Non-compliance shall be a ground for declaration of FAILURE/DISQUALIFICATION. In the event of any discrepancy between the original and the copies, the original shall prevail. I hereby certify that I have issued this Request for Quotation (RFQ) to a bonafide supplier. _______________________________ LESLIE D. GUILLEN Signature over Printed Name of End User/BAC Secretariat Focal Person ______________________________ Signature over Printed Name ______________________________ Position ______________________________ Firm/Company Name ______________________________ Office Address and Contact Number
- Opportunity closing date
- 28 November 2018
- Value of contract
- to be confirmed
About the buyer
- Address
- Philippines
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.