You are on page 1of 5

Republic of the Philippines

PROVINCE OF CEBU
BIDS AND AWARDS COMMITTEE
PHILIPPINE RURAL DEVELOPMENT PROJECT
Cebu Capitol, Cebu City
Telefax No. 253-9614

REQUEST FOR QUOTATION (RFQ)


SHOPPING SOLICITATION NO. PRDP I-REAP 001-08-18
SUPPLY AND DELIVERY OF ONE (1) UNIT BRAND NEW DELIVERY TRUCK, WING VAN TYPE, 32 - FOOTER; 10-WHEELER; MANUAL TRANSMISSION, DIESEL FUEL
Estimated Project Cost: Php 4,100,000.00
PR No. 18-07-3561

1. The Government of the Republic of the Philippines (GOP) has obtained a loan from the IBRD-World Bank
towards the cost of the Philippine Rural Development Project (PRDP), and it intends to apply part of the
proceeds of this loan to payment under the contract for the supply and delivery of one (1) unit BRAND NEW
DELIVERY TRUCK, WING VAN TYPE, 32- FOOTER, 10-WHEELER, MANUAL TRANSMISSION,
DIESEL FUEL under PRDP I-REAP SUB- PROJECT, PACKAGE 7: PRODUCTION FACILITY AND
EQUIPMENT, to be used in transporting of raw dried seaweeds to the different processors in Metro Cebu,
under the enterprise project name of Bantayan Island Seaweeds Production and Marketing Enterprise
managed by Lipayran Fishermen Association as the Lead Proponent Group.

2 .The Province of Cebu, implementing partner of the Department of Agriculture(DA), now solicits proposals for
the herein subproject inclusive of delivery charges, VAT or other applicable taxes, and incidentals:

One (1) unit BRAND NEW DELIVERY TRUCK, WING VAN TYPE, 32 FOOTER, 10-
WHEELER, MT, DIESEL
Displacement : 9.27 (L); Fuel Tank Capacity: 400 liters
Others:
 LTO registration and Plate
 With Insurance Coverage
 Warranty at least one(1) year
 Must conduct training and seminars on operation and maintenance
 Must have after sales service facilities within the Province of Cebu
 Bidder must be existent in the Philippines for the past 5 years
 Delivery Period: Sixty(60) calendar days upon receipt of NTP
 Place of Delivery: Cebu Provincial Capitol

3. Bidders shall accomplish and submit the duly signed Official Canvass Form (attachment 1) placed in a sealed
envelope and labeled as SUPPLY AND DELIVERY OF ONE (1) UNIT BRAND NEW DELIVERY
TRUCK, WING VAN TYPE, under SHOPPING SOLICITATION NO. PRDP I-REAP 001-08-18 not later
than10:00 A.M. on August 30, 2018, Friday at the BAC Office, Ground Floor, Capitol Building, Cebu
City. Bidders are also required to submit a formal proposal indicating their offered specifications which must
not be lower specifications than required.

4. Proposals shall be accompanied by 1) PhilGEPS Certificate of Registration (Platinum), 2) Descriptive


Brochures/literatures, 3) Certification of availability of After Sales Service Facilities within Cebu Province and
Certificate of availability of spare parts, 4) Certification of company’s existence for five years, 5) Special
Power of Attorney for authorized representative, and 6) Omnibus Sworn Statement (attachment 2), otherwise,
non-submission of which shall result to automatic disqualification of proposal.

5. The procurement procedures will be conducted in accordance with the provisions of the World Bank
Guidelines and taking into consideration the related provisions in the Project Loan Agreement and Guidelines
in the Procurement under the IBRD loans and IDA credits.

6. The Bids and Awards of the Province of Cebu reserves the right to accept or reject any quotation and to annul
the procurement process or reject all bids at any time prior to contract award, without thereby incurring any
liability to the affected bidder/s.

MARK C. TOLENTINO
Chairperson
Republic of the Philippines
PROVINCE OF CEBU
BIDS AND AWARDS COMMITTEE
PHILIPPINE RURAL DEVELOPMENT PROJECT
Cebu Capitol, Cebu City
Telefax No. 253-9614; Website: www.cebu.gov.ph
“Attachment 1”
CANVASS FORM
SHOPPING SOLICITATION NO. PRDP I-REAP 001-08-18
PROJECT NAME: SUPPLY AND DELIVERY OF ONE (1) UNIT BRAND NEW DELIVERY TRUCK, WING VAN TYPE, 32 - FOOTER; 10-WHEELER; MT, DIESEL FUEL
PURPOSE: TO BE USED IN TRANSPORTING RAW DRIED SEAWEEDS TO THE DIFFERENT PROCESSORS IN METRO CEBU BY BANTAYAN ISLAND SEAWEEDS PRODUCTION
AND
MARKETING ENTERPRISE MANAGED BY LIPAYRAN FISHERMEN ASSOCIATION AS THE LEAD PROPONENT GROUP
Estimated Project Cost: Php 4,100,000.00 (Php2,400,000.00/Php820,000.00/Php820,000.00) PR No. 18-07-3561
Funding Source: TF PRDP LOAN PROCEEDS/PROVINCE OF CEBU/PLGU EQUITY
================================================================================
August 30, 2018

The Bids and Awards Committee


Province of Cebu
Cebu Capitol, Cebu City

Gentlemen:

After having carefully read and accepted the terms and conditions in the Request for Quotation for Shopping
Solicitation No. PRDP I-REAP 001-08-18, hereunder are our financial proposal for the items identified below:

ARTICLES Description/Specification Qty Brand Offered Unit Price Total Price


DELIVERY TRUCK, Wing Van Type, 32- One
footer, 10-wheeler, MT, Diesel Fuel, 9.27 (L) (1)
displacement; 400 liters tank capacity unit
Inclusions:
1. LTO registration and Plate
2. Insurance coverage
3. Warranty at least one(1) year
4.Training and seminars on operation and
maintenance
Terms and Conditions:
1. Bidder must have after sales facilities within the
Province of Cebu
2. Bidder must be existent in the Philippines for the
past 5 years
3. Delivery Period: 60 calendar days upon receipt of
Notice to Proceed (NTP)
4. Place of Delivery: Cebu Provincial Capitol
TOTAL AMOUNT IN WORDS:

We undertake, if our quotation or bid is accepted to deliver the goods in accordance with the delivery schedule
specified above and abide for the Bid validity period of 120 days, and it shall remain binding upon us and may
be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Offer, together with your written acceptance thereof and
your Notice of Award, shall be binding upon us.

Enclosed are photocopy of our PhilGEPS Certificate of Registration (Platinum), original copies of Formal
Proposal, Brochures/literature, Certificate of availability of after sales service facilities within Cebu Province
and availability of spare parts, Certificate of guarantee, Certificate of existence in the Philippines for 5 years,
Special Power of Attorney of authorized representative, and Omnibus Sworn Statement.

___________________________________________________
Signature over Printed Name of Bidder or his/her authorized representative

__________________________________________________
Name of Company
ATTACHMENT 2

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, issued by the corporation or the members of the joint venture;)];

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 [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 _____

You might also like