NEGOTIATED PROCUREMENT: PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
Reference No: 20211018-001 Date: October 18, 2021
Request for Quotation No.: 2021-189
Invitation/Request for submission of Price Quotation
PROJECT: NEGOTIATED PROCUREMENT – PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
The Schools Division Office of San Carlos City, Pangasinan, hereinafter referred to as the procuring entity, through its Bids and Awards Committee (BAC), now invites legally, financially, and technically capable suppliers (Sec. 53.1, Revised IRR of RA 9184) to quote your lowest price inclusive of VAT on the above-mentioned project, subject to the Terms and Conditions stated herein.
Duly signed and sealed envelopes compliant with the requirements may be submitted at the Division Office not later than 22 October 2021 at 9 A.M.
The BAC shall proceed with the opening of envelopes following the provisions of Negotiated Procurement – Two-Failed Bidding, and upon receipt of at least one (1) quotation on the date of deadline of submission (22 October 2021).
TERMS OF REFERENCE
Name of Project: NEGOTIATED PROCUREMENT – PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
- Approved Budget of Contract: GAA Sub-ARO No. OSEC-1-21-0604 intends to apply the sum of Six Million, Two Hundred Nineteen Thousand, Four Hundred, and Fifty Pesos (Php 6,219,450.00), divided into eight (8) lots as follows:
LOT | PROJECT DESCRIPTION | CONTRACT DURATION | ABC |
A | PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
(For Selected Beneficiaries of Cluster 1-A) |
51 days | Php 752,760.00 |
B | PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
(For Selected Beneficiaries of Cluster 1-B) |
51 days | Php 815,184.00 |
C | PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
(For Selected Beneficiaries of Cluster 2-A) |
51 days | Php 695,844.00 |
D | PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
(For Selected Beneficiaries of Cluster 2-B) |
51 days | Php 771,120.00 |
E | PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
(For Selected Beneficiaries of Cluster 3-A) |
51 days | Php 961,146.00 |
F | PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
(For Selected Beneficiaries of Cluster 3-B) |
51 days | Php 608,634.00 |
G | PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
(For Selected Beneficiaries of Cluster 4-A) |
51 days | Php 654,534.00 |
H | PURCHASE AND DELIVERY OF ENHANCED NUTRIBUN FOR THE IMPLEMENTATION OF SBFP FOR SY 2021-2022
(For Selected Beneficiaries of Cluster 4-B) |
51 days | Php 960,228.00 |
Price offer exceeding the ABC for this project shall be automatically disqualified.
- Completion Period: 51 days
- Technical specifications
ITEM NO. | QUANTITY | UNIT | ITEM DESCRIPTION | STATEMENT OF COMPLIANCE |
|
Total: 345,525
Lot A – 41,820
Lot B – 45,288
Lot C – 38,658
Lot D -42,840
Lot E – 53,397
Lot F – 33,813
Lot G -36,363
Lot H -53,346
|
Pcs
|
Enhanced Nutribun in 2 Flavors/Variants (carrot, squash) as stipulated in the Cycle Menu (with certification from DOST-FNRI)
· Serving Size: 140 grams per pack or 70 grams x 2 pcs per pack · Quality: in good condition, not expired, no signs of molds, no foul smell, and soft in texture. (Goods not in good/standard condition upon delivery shall not be accepted, until replaced) · Packaging: neatly packed per child-beneficiary and further packed per school; texts must be clear & readable indicating the Manufacturing Date and the Expiration Date; if possible, there must be imprinted signs per pack which indicate “DepEd-SBFP, NOT FOR SALE” and “FDA-APPROVED”. · Delivery Schedule: Every Monday and Friday; 7:00 AM – 9:00 AM in the following drop-off points: LOT A Drop-off point: Central 1 ES (820 beneficiaries) LOT B Drop-off point: Pangalangan ES (888 beneficiaries) LOT C Drop-off point: Central 2 ES (758 beneficiaries) LOT D Drop-off point: Coliling ES (840 beneficiaries) LOT E Drop-off point: Talang CS (1047 beneficiaries) LOT F Drop-off point: Pangoloan ES (663 beneficiaries) LOT G Drop-off point: Abanon CS (713 beneficiaries) LOT H Drop-off point: Magtaking ES (820 beneficiaries)
· Expiration: The expiration date of the e-Nutribun should be 5 days from the date of delivery. · Nutritional Content: 1. Energy:440-500kcal; 2. Protein:16-18g; 3. Fat 8-9g; 4. Calcium;230-360mg; 5. Sodium: 260-440mg; 6. Potassium: 354-460mg; 7. Iron 5-6mg; 8. Zinc: 1-2mg; 9. Vitamin A: 195-351mcg · Delivery Staff Compliance to PD 856 and PD 522 is expected (i.e. sanitary permit, health certificates, cleanliness and sanitation of delivery vehicles, wearing of face mask, face shield, appropriate clothing and footwear – preferably closed shoes or sneakers, disposable gloves, hair net/cap). |
- Contract documents relevant to the Project that are required by existing laws and/or the Procuring Entity are as follows:
1 | Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages); Or | ||
2 | Registration certificate from Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives or its equivalent document, And | ||
3 | Mayor’s or Business permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas; And | ||
4 | Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR). | ||
5 | 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 | Names of outstanding contracts with other contracting party, i.e., PE or private company allowed by the rules, contract date, period and amount or value; and kinds of Goods and dates of delivery. | |
6 | FNRI Certification | ||
7 | 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 |
||
8 | Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if applicable; and | ||
9 | 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. |
||
10 | The Supplier’s audited financial statements, showing, among others, the Supplier’s total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two (2) years from the date of bid submission; and
|
||
11 | The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC); or
A committed Line of Credit from a Universal or Commercial Bank (as confirmed or authenticated by a local Universal or Commercial Bank) in lieu of its NFCC computation. |
||
12 | 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. | If a JVA is already in existence, the contents shall include the responsibility of each of the JV partners or its contributions to the JV. | |
Other documentary requirements under RA No. 9184 (as applicable) | |||
13 | [For foreign bidders claiming by reason of their country’s extension of reciprocal rights to Filipinos] Certification from the relevant government office of their country stating that Filipinos are allowed to participate in government procurement activities for the same item or product.
|
||
14 | Certification from the DTI if the Bidder claims preference as a Domestic Bidder or Domestic Entity. | ||
The face of the envelope containing the quotation must contain the name of the Supplier and the Name of the Project ̶ similar to the manner of submission of bids in Public Bidding.
It must be duly received by the Records Unit through manual submission at Schools Division Office of San Carlos City, Pangasinan, to be forwarded by personnel of Records Unit to the BAC Secretariat. The submitted quotation shall be opened and read in the presence of the BAC Members and the bidder/supplier or any representative in lieu of him/her and shall be conducted on the same date unless otherwise rescheduled due to unavoidable circumstances.
SDO-SCC reserves the right to reject any and all quotation, declare a failure of negotiation, or not award the contract at any time prior to contract award in accordance with Sections 35.6 and 41 of 2016 revised Implementing Rules and Regulations (IRR) of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.
MARILU N. CARDENAS, EdD
Chairperson, Bids and Awards Committee