You are on page 1of 51
PROJECT PROPOSAL Procurement of Prepacked Family Food Packs through Framework Agreement for the cy 2022 RATIONALE The National Resource and Logistics Management Bureau (NRLMB) is the resource and logistics management arm of the Department of Social Wellare and Development (DSWD), accountable for the maintenance, mobilization, and overall operation of the National Resource Operations Center (NROC). The NROC facilities, located at Chapel Road in Pasay City, includes warehouses where relief goods, donated or procured, are processed and stored. NROC serves as the Department's ‘major repacking and production hub for humanitarian goods/items such as Family Food Packs (FFPs) and other essential Food and Non-Food Items (NFls). It also warehouses and ‘manages its own stockpile of FFPs and NFIs on standby for relief augmentation, all materials necessary for their production, and the logistics resources needed for the safe and efficient delivery of these humanitarian goods/ items to disaster-affected individuals and families. With the devastation by the Zamboanga siege, Bohol earthquake and the infamous Typhoon Haiyan/Yolanda, the Department's capacity particularly in the disaster operations response was put to the test with DSWD exhausting all means to respond as best and as immediately 8 it Could to provide the needed services for the victims of those massive disasters, Recovering from the responses to Zamboanga and Bohol, Super Typhoon Yolanda came prompting NROC to become the main production hub of National Goverment. NROC then became the largest production site and area where a massive influx of volunteers, walk-in donation and donation of services, etc. were accommodated, utlized and mobilized On the following year, 2014, with the lessons from Typhoon “Yolanda", new directives from the Secretary which was mandated NROC to increase the siockpile of FFPs to 100,000 and also the stockpile of raw materials equivalent or can produce another 100,000 FFPs, ‘Subsequently, all DSWD Field Offices (FOs) are also mandated to set their minimum stockpile to 30,000 FFPs. These shall be available regardless of the nature of operation (normalidisaster mode), During 2018, the NROC has undergone major renovations and improvements of its facilities, including construction of new buildings and refurbishment of grounds, installation of power back-up and CCTVs and freeing up spaces to become storage area With the support of the United Nation - World Food Programme (UN-WFP), the Mechanized Production System (MechPS) was also installed at Warehouse D and E and was inaugurated last 2015. The MechPS automated the production of 30,000 FFPs in a single day operation with a minimum manpower requirement. With this, and the traditional manual production through tapping the support of beneficiaries froin Sustainable Livelihood Program (SLP), Pantawid Pamilya Pilipino Program, (4Ps), Modified Conditional Cash Transfer - Homeless Street Families (MCCT-HSF), and other non-government agencies, the NRLMB enables to produce an average of 40,000 FFPs daily. With the increasing frequency and intensity of disaster — both man-made and natural — as. evidenced by the recent calamities, the threat of a 7.2 magnitude earthquake referred to as the “Big One" predicted to occur anytime soon and would cause massive damage to property and lives, and the threat of transmission of COVID-19, the Department is reviving up its Glisaster response management strategies to be able to effectively and efficiently respond in times of need In ensuring operationalization of the massive production, the NRLMB must have enough workforce complement through volunteer partners — both from uniformed and civilian sectors. However, as the threat for transmission of Covid-19 continuous to arise and stringent measures on mobilty of people is enforced, the NRLMB is having a hard time in Sourcing out volunteers to assist in the repacking. Thus, affecting the rate of repacking leading to low level of FFP production. In the exigency of service, the office recommends for the procurement of Pre-Packed Family Food Packs through Framework Agreement considering the advantages for the Department such as the provision of immediate needs for food assistance to affected families, prevention of rice infestation through just-in-time repacking and delivery and lesser Possibility of COVID19 infection to DSWD personnel due to minimal contact to suppliers and volunteers, 'n view of the foregoing, and the unpredictability of the magnitude, occurrence of manmade or natural calamities and COVID-19 pandemic, it is but necessary for the Department to anticipate and prepare to respond to any type of disaster — whether small or big scale. One of the strategies to be done by the Department to further intensify its disaster response preparedness and management is by entering to a framework agreement for the procurement of 300,000 Prepacked Family Food Packs to ensure availability of stocks whenever needed for the period January 4 to December 31, 2022 M. OBJECTIVE This project aims to conduct the procurement of the Prepacked Family Food Packs for CY 2022 through framework agreement as prescribed under Appendix 32 of the Updated 2016 Revised IRR of RA 9184 providing the Guidelines on the Use of Framework Agreement by all Procuring Entities issued through GPPB Resolution No. 27-2019 dated 10 December 2019 The framework agreement is more practical, economical, and advantageous for bureau wi aims the following: 2.1 To attain the procurement efficiency considering that the repetitive conduct of Procurement or the occasions of failures of biddings will be minimized; 2.2 To ensure sufficient and readily available family food packs needed at any given time regardless of the nature of operations (normal or special/emergency operations); 2.3 To reduce and/or avoid the stockholding or warehousing of goods and the costs and risks accompanying it. 2.4 To lessen the incurrence of additional cost as the possibility of delay in the acquisition of the goods or services is minimized. This entails the commitment by the supplier or service provider to immediately deliver at short notice, thus, this will translate to a more efficient means of supplying goods and services: 2.5 To have a strategic location and/or warehousing of family food packs as the winning bidder may be considered as an extended warehouselstorage of raw materials; Page 2/6 2.6 To benefit from the fixed price or lower price for the duration of the Framework ‘Agreement; and 2.7 To minimize the use of emergency procurement as the benefits and advantages of Jean and just-in-time procurement will be achieved. Ul HISTORICAL DATA Based on the four-year historical data of NRLMB, the following tables show the actual releases gf Family Food Packs from NROC to Field Offices and DRC for the years 2018 to July 25, 2021 Table A. 4-YEAR HISTORICAL DATA OF FAMILY FOOD PACKS (FFPs) ISSUED fi T Omees reese 2020 (2s of ty 25, 2021) Field Office | 73,700 | 44,000 2000 | - Field Office I 74,800_| 61,000 94,800 30296 Field Office tl 183,100 | 12,000 59,200 75,498 Field Office I-A 3,750 _| 13,000 120,443 116.249 Field Office N-B : 7 6.700 5,100 Field Office V 219,564 | 75,900 701,420 5067 Field Office CAR | 114,700 | 7,800 5,500 36,500 Field Office NCR | 72,945 | 16,600 337,187 297,200 Field Office VI 17,000__| 40.000 26,100 : Field Office Vil - 79,000 15,000 : Field Office Vil 17,059 = | 5 VDRC 20,000 7 5 : Field Office Ix : 15,900 T7683 Field Office X 97,900 _| 20,000 : 25.205 Field Office XI : 7,900 7 5 Field Office XI 73,700 ; : 70,000 CARAGA, 10,500 20,000 [ 6,364 ARMM 500 7 5 Sitio Dadyangaw, a : zi : Gen, Nakar Quezon (Camarines Norte 7,000 7 : 7 DOH-HEMB tt : zi : DND Admin Service |__- 5 : 5 DSWD Central ops | 650 : 70,058 10282 DSWO CIU z 5 =u : DSWD CO-DRMB = 5 = DSWO CO-DRMG Cree) cece : = Page 316 [DSWD OAS DRMG DSWD OUS DRMG 7 5 Philippine Army - : : 3 TOTAL 947,390 | 331,589 837,408 629,484 [este Average 686,460 'V, PROJECTED PREPACKED FFP REQUIREMENT FOR CY 2022 FAMILY FOOD PACKS | REQUIREMENTS FOR 2022 | 300,000 FFPs PHP776.50 | __ PHP233,860,000.00 This sn onscoratin tal he NRLMB has Sarat Famowak ag'somoH rT Taw lone 7 V. COST BENEFIT ANALYSIS The following are the advantages of entering into Framework Agreement on the acquisition _/ of materials for the production of Family Food Packs to the disaster affected families 1. There are an estimated 1,768 pallets or an area of 1,944.80 square meters needed to accommodate ail items indicated in Framework Agreement List (FAL). Currently, NROC has limited space to accommodate all the items, ‘Additionally, the following are the indicative storage cost if we acquire one-time delivery of the needed items indicated in the FAL vs per need basis: ‘one time delivery of the needed items Total Area Requirement | *Rato per Square Meter | of items indicated in the | Total Cost = FAL [3°75 Phpisqmiday 7,944.80 sqm 18,967.60 per day “based on the 2017 contract of NRLMEB lo Nonpareil nt Freight & Cargo Services, Ine Based on this, itis cost effective to enter into framework agreement to minimize the expenses in favor of the government. 2. The food items indicated in the FAL has a minimum shelf life of 1 year and 6 Months and is prone to deterioration or expiration when not consumed within specified length of ime. Also, the threat of rodent infestation due to stocks congestion in the warehouse will be avoided 3. The delay in the delivery of materials caused by repeated procurement activities (and failure of bidding), which in turn causes the delay in the delivery of DSWD relief services will be eradicated. The benefits and advantages of lean and justin time Procurement will be achieved since call-ofl/ ordering is made per need basis, In 2017, there are about forty-three (43) procurement setivities conducted for the acquisition of materials for the production of FFPs. If the Department entered into a framework agreement, there will only be one (1) procurement activity’, thus saving time and effort on the part of the procurement officers and the bids’ and awards ‘Auearing the contrat fom July 2022 unt December 31, 2022 or duration of 2 quarter forthe obtvery and acquisian of the necessary and dsranle ems inerded octet operaions ee4|6 commitiee; and minimizing the delivery lead time caused by the delay in awarding the contract? Towards the end of the third (3%) quarter of 2018, there are about twenty-two (22) ‘emergency procurement activities conducted to respond to the disaster operations of Tropical Depression Josie and Typhoon Ompong. Hence, if the Department enter into a framework agreement, there wil be less emergency procurement activities, thus saving time and effort on the part of the procurement officers and the bids and awards committee, 4. During disaster operations, augmentation of Family Food Packs to the disaster affected families are vital. The commitment of the supplier to immediately deliver at a short notice will translate to a more efficient means of supplying goods. 5. DSWD will benefit from the fixed price for the duration of the Framework Agreement. The forecasted inflation rate on Q1 of 2022 is 2.50 percent? (and is expected to increase until the end of 2022) which has a big impact when we procure huge volume of items. Example Say, at this time, the price of sardines is PhP19.53. Due to inflation (Forecast of 2.50%), it may reach 20.01 on Q3 2022, If we procure 600,000 tins of sardines (equivalent to 300,000 Prepacked FFPs) at time, it will only cost PhP11,718, 000.00 against the PhP'12,006,000.00 cost of sardines due to inflation on Q3 2022; thus, we are saving Php288,000.00 or 2.4% of the budgetary requirement, which may be used for other projects that would benefit the vulnerable and disadvantaged sector of our society. 6. The framework agreement arrangement will result in efficient utilization of funds because only those actually delivered shall be paid, VI. DELIVERY SCHEDULE 1, Delivery site shall be at the DSWD-NROC, NAIA, Chapel Road, Pasay City or any DSWD designated delivery place within Cavite, Pampanga, Rizal, and Bulacan whenever necessary. 2. Delivery schedule of materials will be determined on a per need basis and therefore ‘varies depending on the requirement. Vil. FRAMEWORK AGREEMENT Appendix 32 of the Updated 2016 Revised IRR of RA 9184 or the Government Procurement Reform Act states that “The winning bidder or its duly authorized representative shall formally enter into a Framework Agreement with the Procuring Entity for an amount of One Peso to be paid by the Procuring Entity as consideration for the option granted to the Procuring Entity to buy the items in the Framework Agreement List (FAL)* when the need arises. Further, per the advice of the Procurement Management Service, considering that a framework agreement is akin to an option contract wherein it does not state or imply any "Due fo repeated procurement actly andlor falura of dng 2 Per Trading Econemiseforacactod ifaion rato: Soe (pa Aradingaconanics com/phippinestntaton-cpiferscest) “See atachod FAL for reorence age 5/6 ‘agreement by the Procuring Entity to place future contracts or make orders with the suppliers, the total budget indicetad in this Project Proposal need not be certified as to funds avatlabilly by the FMS-Budget Division. Rethsr, they only need to certify that the consideration for tho option granted to DSWD to buy items in FAL, when the need arises, is ovailable, Thus, the ‘otal budget in this projoct proposal is merely an vstimale, assuming that the order list wil be procured in the future Vil, ESTIMATED BUDGETARY REQUIREMENT AND SOURCE OF FUND This project proposal covers the supply of 300,000 Prepacked FFPs valid until December 31, 2022 and/or when the total quantity specified in the Framework Agreement has been exhausted in the amount of Two Hundred Thirty-Three Million Five Hundred Fifly Thousand Pesos (PHP233,550,000.00) charge against Quick Response Fund (QRF).. Prepared by checked ge a a TRIXCYMAE P_BERNAL ‘SOFIA D. MENDIOLA. Administrative Officer Il Officer-In Charge, Administrative Division Certified as to avallablity of funds: Chief, Budget Bivisicn Tor Re ilar Programs Recommending Approval: Noted by Orie RODOLFO M.ENG Assistant Seretay, Dsaeler Response Nenagement Grup Approved by: To commence uoon the issuance ff Nie to Proceed Page 516 ‘agreement by the Procuring Entity to place future contracts or make orders with the suppliers, the total budget indicated in this Project Proposal need not be certified as to funds availability by the FMS-Budget Division, Rather, they only need to certify that the consideration for the option granted to DSWD to buy items in FAL, when the need arises, is available. Thus, the total budget in this project proposal is merely an estimate, assuming that the order list will be procured in the future. Vill, ESTIMATED BUDGETARY REQUIREMENT AND SOURCE OF FUND. This project proposal covers the supply of 300,000 Prepacked FFPs valid until December 31, 20228 and/or when the total quantity specified in the Framework Agreement has been exhausted in the amount of Two Hundred Thirty-Three Million Five Hundred Fifty Thousand Pesos (PHP233,550,000.00) charge against Quick Response Fund (QRF}, Prepared by: Checked by: TRIXCY| ASERNAL SOFIA D. MENDIOLA Administrative Officer II Officer-in Charge, Administrative Division Certified as to availabilty of funds: BENG G, i OC Chief, Budget Division fit Programs rH ie rll Recommending Approval Noted by. EMMANUEL P. PRIVADO RODOLFO M. ENCABO Director fV/ National Resource and Assistant Secretary, Disaster Response Logistig6 Management Bureau Management Group Approved by ROLANDO JOSELITO D. BAUTISTA Secretary, DSWD. Date’ To commence upon te issuance a the Notice to Proceed Page 616 agreement by the Procuring Entty to place future contracts or make orders with the suppliers, the total budget indicated in this Project Proposal need not be certified as to funds availability by the FMS-Budget Division. Rather, they only need to certify that the consideration for the ‘option granted to DSWD to buy items in FAL, when the need arises, is available. Thus, the total budget in this project proposal is merely an wstimate, assuming that the order lst will be procured in the future. Vil, ESTIMATED BUDGETARY REQUIREMENT AND SOURCE OF FUND This project proposal covers the supply of 300,000 Prepacked FFPs valid until December 51, 2022” andior when the (otal quanlily specified in the Framework Agreement has been exhausted in the amount of Two Hundred Thirty-Three Million Five Hundred Fifty ‘Thousand Pesos (PHP233,550,000.00) charge against Quick Response Fund (QRF). Prepared by: Checked by: yy 2021006 HPS ors 10800 TRIXCYMAE P_BERNAL SOFIA D. MENDIOLA Administrative Officer Ill Officer-In Charge, Administrative Division Certified as to availabilty of funds: OlCChief, Budget Division for Regular Programs w Recommending Approval: Noted by: EMMANVEL P. PRIVADO RODOLFO M. ENCABO. Directoy National Resource and Assistant Secretary, Disaster Response Logistés Management Bureau Management Group Approved by: ROLANDO JOSELITO D. BAUTISTA Secretary, DSWD Date: To commence oon the iesvonee of tha Note to Proceed Page 6I6 DSWD ‘TERMS OF REFERENCE FRAMEWORK AGREEMENT PROCUREMENT OF PREPACKED FAMILY FOOD PACKS FOR CY 2022 A. SCOPE OF THE PROJECT Competitive Bidding for the Supply and Delivery of Materials for the Production of Family Food Packs at the National Resource Operations Center, Pasay City for CY 2022 subject to the Framework Agreement arrangement pursuant to the guidelines set forth in GPPB Resolution No. 12-2017 dated 10 April 2017, which took effect on 23 November 2017, provides the Guidelines on the Use of Framework Agreement. B. RATIONALE OF FRAMEWORK AGREEMENT ARRANGEMENT The National Resource and Logistics Management Bureau (NRLMB) is the resource and logistics management arm of the Department of Social Welfare and Development (DSWD), accountable for the maintenance, mobilization, and overall operation of the National Resource Operations Center (NROC). The NROC facilities, located at Chapel Road in Pasay City, includes warehouses where relief goods, donated or procured, are processed and stored. NROC serves as the Department's major repacking and production hub for humanitarian goods/items such as Family Food Packs (FFPs) and other essential Food and Non-Food Items (NFls). It also warehouses and manages its own stockpile of FFPs and NFls on standby for relief ‘augmentation, all materials necessary for their production, and the logistics resources needed for the safe and efficient delivery of these humanitarian goods? items to disaster- affected individuals and families ‘With the devastation by the Zamboanga siege, Bohol earthquake and the infamous Typhoon Haiyan/Yolanda, the Department's capacity particularly in the disaster operations response was put to the test with DSWD exhausting all means to respond as best and as immediately as it could to provide the needed services for the victims of those massive disasters, Recovering from the responses to Zamboanga and Bohol, Super Typhoon Yolanda came prompting NROC to become the main production hub of National Government, NROC then became the largest production site and area where a massive influx of volunteers, walk-in donation and donation of services, ete, were accommodated, utilized and mobilized. On the following year, 2014, with the lessons from Typhoon “Yolanda”, new directives from the Secretary which was mandated NROC to increase the stockpile of FFPs to 100,000 and also the stockpile of raw materials equivalent or can produce another 100,000 FFPs. Subsequently, all DSWD Field Offices (FOs) are also mandated to set their minimum stockpile to 30,000 FFPs. These shall be available regaraless of the nature of operation (normalidisaster mode) During 2015, the NROC has undergone major renovations and improvements of its facilities, including construction of new buildings and refurbishment of grounds, installation of power back-up and CCTVs and freeing up spaces to become storage area With the support of the United Nation — World Food Programme (UN-WFP), the Mechanized Production System (MechPS) was also installed at Warehouse D and E and was inaugurated last 2015. The MechPS automated the production of 30,000 FFPs in a single day operation with @ minimum manpower requirement. With this, and the traditional manual production through tapping the support of beneficiaries from Sustainable Livelihood Program (SLP), Pantawid Pamilya Pilipino Program, (4Ps), Modified Conditional Cash Transfer — Page -0f 18 Homeiess Street Families (MCCT-HSF), and other non-government agencies, the NRLMB. enables to produce an average of 40,000 FFPs daily. With the increasing frequency and intensity of disaster — both man-made and natural — as evidenced by the recent calamities, the threat of a 7.2 magnitude earthquake referred to as the "Big One" predicted to ocour anytime soon and would cause massive damage to property and lives, and the threat of transmission of COVID-19, the Department is reviving up its disaster response management strategies to be able to effectively and efficiently respond in times of need In ensuring operationalization of the massive production, the NRLMB must have enough workforce complement through volunteer partners — both from uniformed and civilian sectors. However, as the threat for transmission of Covid-19 continuous to arise and stringent measures on mobility of people is enforced, the NRLMB is having a hard time in sourcing out volunteers to assist in the repacking. Thus, affecting the rate of repacking leading to low level of FFP production. In the exigency of service, the office recommends for the procurement of Pre-Packed Family Food Packs through Framework Agreement considering the advantages for the Department such as the provision of immediate needs for food assistance to affected families, prevention of rice infestation through just-in-ime repacking and delivery and lesser possibilty of COVID19 infection to DSWD personnel due to minimal contact to suppliers and volunteers. In view of the foregoing, and the unpredictability of the magnitude, occurrence of manmade or natural calamities and COVID-19 pandemic, it is but necessary for the Department to anticipate and prepare to respond to any type of disaster ~ whether small or big scale. One of the strategies to be done by the Department to further intensify its disaster response preparedness and management is by entering to a framework agreement for the procurement of 300,000 Prepacked Family Food Packs to ensure availability of stocks whenever needed for the period January 1 to December 31, 2022. C. GENERAL CONDITIONS: 1. Procurement shall be conducted following the procedures for Competitive Bidding provided in RA 9184 and its IRR. 2. Prices indicated in the Framework Agreement corresponding to the goods in the Framework Agreement List shall be fixed for the duration of the agreement, regardless of increase or decrease in the prevailing market price at the time of actual purchase through the issuance of Call-Offs. 3, Within ten (10) calendar days from the receipt of the Notice of Award by the winning bidder, the winning bidder or its duly authorized representative shall formally enter into a Framework Agreement with the Procuring Entity (PE) for an amount of One Peso to be paid by the Procuring Entity as a consideration for the option granted to the procuring entity to buy the items in the Framework Agreement List when need arises, 4, No modification of the Framework Agreement during its life 1e shall be allowed, 5, Framework Agreement, including the Framework Agreement List, shall be valid only for the period stated in the Bidding Documents, which in no case shall exceed December 31, 2022 from the time the Framework Agreement was entered into and executed by the parties, and shall not be extended beyond its lifetime Pogo -2- of 18 8. To guarantee the faithful performance of the supplier of its obligation under the Framework Agreement, it shall post a performance security prior to the signing of the agreement based on the total contract price of the awarded items under Framework ‘Agreement. The form and amount of performance security shall be those indicated in RA 9184 and its IRR, 7. Perfection of the actual procurement contract shall be reckoned from the execution of the Call-Offs. 8, Upon execution of the Call-Offs, all rules and guidelines governing implementation of procurement contracts under RA 9184 and its IRR shail be applicable, D. FRAMEWORK AGREEMENT LIST 4, Prepacked Family Food Packs a, Requirement: 300,000 Prepacked Family Food Packs b. Unit Cost: 778.50 a Components ‘Quantity Vacuum-Packed Rice B kilos or equivalent (2 packs of 3 kilos ere \Vacuum-Packed Rice Canned Comed Beef 4 tins Canned Tuna | tins C Canned Sardines 2 tins instant Coffee, 3 in 7 "5 sacheis Powdered Cereai Drink [5 sachets : Regular Slotted Carton (Packaging) |‘1piece 7 Page +301 8 Components Specifications { ems ‘SPECIFICATIONS. Rice Type Vacuurm-Packed Rice Unit of Kilos Measurement | as Packaging + Type: Vacuum Rice Bag | + Materials: Nylon/ Polyethylene | # Size: 11 in x 14 in (45% variance) | © Seaming: Side and Bottom Seam | ‘Yomm (+/- 2% variance) See “Thickness: 150 microns (+/-5% variance) Shelf ife | Rice must be free from infestation within three (3) month | from the date of delivery Mlustration: t4in | — atin Page -4 0148 Corned Boot Comed Beef, Plain, (Not Guisado/Not Chunky/ Not Karne Norte), Non-Easy Open Can Unit of Measurement Tins [Weight _ At least 150 grams LabeliMarking Requirements | Certification: Certified Halal Product Printed on the product label, Nutritional information ‘With Nutritional information in the label based on the nutritional daily allowance intake based on DOH AO No. 2014-0030] otherwise known as the "Rules and Regulations Governing the Labeling of Prepackaged Food Products Distributed i the Philippines.” | Expiration: Should indicate expiry of not) * | less than 2 years from the date of deliver} Packaging ——~=~S*S*S TINA Pee Can Thickness: Top End: 0.14 mm. Bottom: 0.14 mm, Body: 0.4mm. No. of Beads: Minimum of 19 beads Must have a sheff life of not less than tw 2) years from the time of delivery. 5, | ‘The brand must be existing inthe —*~ Philippine Market for at least 5 years. Page - 6-048 ‘Canned Tuna Flakes saae | Canned Tuna Flakes, in Oil, Not Spicy, Non-easy/ Ope | Can (easy open if non-easy open tin can is limited or | not available in the market) Unit of [Tin Measurement | d : Weight | Atleast 156 grams Labeliiarking | Certification: Certified Halal Product printed on the Requirements | product label Nutritional information With Nutritional information in the label based on the nutritional daily allowance intake based on DOH AO N| 2014-0030, otherwise known as the "Rules and Regulations Governing the Labeling of Prepackaged | Food Products Distributed in the Philippines.” _ Expiration: Srould iste oxy of notes than 2 | yar tom ne dle of dle Packaging | TIN CAN Can Thickness: r | Top End: 0.14 mm | Bottom: 0.14 mm : | Bost: 14mm | No. of Beads: Minimum of 10 beads ‘Shoif Life | Must have a shelf life of not less than two (2) years fo | the time of delivery. : ‘Others |The brand must be existing in the Philippine Market fol * | at least 5 years. Page -8 -0f 18 Canned Sardines Type ‘Canned Sardines, in Tomato Sauce, Not Spicy, Non-easy Open Can | Unit of Measurement Tin Weight | Label/Marking Requirements, ‘Atleast 155 grams + Atleast 3-4 pleces of sardines or equivalent + Length of each cut of sardines my * be around 2 %-3 % inches or equivalent Note: Aggregate length of the pieces of sardines must not be less than the minimum requirements _(3 pieces x 2 % inches= 7.§ inches) Certification: Cerified Halal Product print on the product label. Nutritional information ‘With Nutritional information in the label based on the nutritional dally allowance intake based on DOH AO No. 2014-0030, otherwise known as the "Rules and Regulations Governing the Labeling of Prepackaged Food Products Distributed in| the Philippines.” Expiration: Should indicate expiry of not less than 2 years from the date of delivery. | Packaging TIN CAN Can Thickness: Top End: 0.14 mm Bottom. 0.14 mm, Body: 0 14mm No. of Beads: Minimum of 10 beads | Shelf Life Must have she life of not less than two (2) yeats from the time of delivery, ‘The brand must be existing in the Philippin| Markt for atleast 5 years, instant Coffee instant Coffee Mix, Sint Mie (Coffee, Sugar and Creamer) ‘Sachets ‘Atleast 20-32 grams Labeliiarking Requirements Certification: Certified Halal Produet prin fn the product label. Nutrition information | ‘With Nutritional information inthe label |_| based on the nutritional daily allowance intake based on DOH AO No. 2014-0030, | | otherwise known as the "Rules and | Regulations Governing the Labeling of || | Prepackaged Food Products Distributed in the Philippines." Expiration: Should indicate expiry of not | | iss than 1 year from the date of delivery Packaging — “Twin pack is acceptable. One twin pack is equivalent to two sachets. | Shelf Life act | Must have a shelf life of not ess than one Page 7 -af Powdered Cereal Drink (i) year from the time of delivery “The brand must be existing in the Philippin| Market for at least 5 years. Type Powsered Cereal Drink, (Chocolate or Vanila Unit of Measurement ‘Sachet ‘Size ‘Atleast 20-32 grams _ | LabetiMarking Requirements, Certification ‘Halal Certified ’ Certification: Certified Halal Product print | on the product label Nutrition Information ‘With Nutritional information in the label based on the nutritional daily allowance Intake based on DOH AO No. 2014-0030, otherwise known as the "Rules and Regulations Governing the Labeling of Prepackaged Food Products Distributed in the Philippines.” Expiration: Should indicate expiry of not less than 9 months from the date of deliver| ‘Must have a shelf ife of not less than nine (2) months from the time of delivery. “The brand must be existing in the Philipping Market for atleast 3 years. Page -8 of 18 Product Packaging | Type Regular Siotted Carton (RSC) Unit of Measurement Dimension 305mm L x 295mm Wx 130mm A (+1- 5% variance) Thickness: “Tm (+7- 10% variance) Flute Band C Walling Double ‘Scoring —_| Double Flap | Smm (¥-70%% variance) 2 Wax ‘Waxed Inside and unwaxed outside Markings | Must include DSWD markings Mlustrations: A. RSC DIMENSION A ‘S AND MARKIN Bi. Front and Side Views FRONT AND SIDE VIEWS DETAILS PRINT/SYMBOLS PRINT/SYMBOLS DETAILS: HANDLE WITH CARE ‘Size: 22. cmLx 1.5 cmH (#/-5% Variance) Color: Biue | RELIEF SUPPLIES (et Flaps) Size: 16 omLxtSamH | (-5% Variance) | Color: Red NOT FOR SALE (at Flaps) | Size: 15 omLx 15 omH (1/-5% Variance) Color: Red 4 | DSWD LOGO Size: 20.5Lx55omH | (#/-5% Variance) i _ Color: Red, Yellow and Blue 5 | RELIEF SUPPLIES (at front | view) Size: 20.7. om Lx2.5emH | (#1-5% Variance) 7 + or red “Expiration Date and Batch Contro! No. Print Area: 5 cm Lx toni (¢1-5% Variance) i Color: Red Repacking _of goods from its original DSWD package is a criminal offense under DRRM Act of 2010, and shall be meted "with appropriate charges (at the front and side views) Sizo/Print Area: . 270m Lx0.5 cmH (4/-5% Variance), Single Line Color: Blue Warning: Repacking of goods from its original DSWD packago is a criminal offense _ under DRRM Act of 2010, and shall be meted | with | appropriate charges (at the flap) SizelPrint Area: | 14emLx6 em H ($1-5% Variance), Single Spacing Color: Blue RELIEF SUPPLIES {at the sides) Size: 13 omLx temH (/-5% Variance) Color: Blue 70 | NOT FOR SALE (at the sides) Size: 13 omLx tomy (#/-5% Variance Color Blue oT DSWD Logo, Not for Sale Symbol (at the flap and __| sides) _ (Symbols on Proper Handling of Product ) ‘Size: 3 om x3 cm, color as shows See Illustration B3 for symbols {International Symbols on Proper} Handling of Product) located at | front and sides, as shown. 2. ind Other Side. Note: Please refer to numbering for the print and print details BACK AND SIDE VIEW DETAILS i] ____ PRINTISYMBOLSIZE__| ‘Size: 2051 x5.5 cmH | 8% Variance) Color: Red, Yellow and Blue ‘SUPPLIES Size: 207m Lx2.5emH (+-6% Variance) a Color: Red 3” | Expiration Date and | Size/Print Area 5 cmLx tomH Batch Control No. (45% Variance) Ee Color: Red Waming: Repacking of Print Area: goods from its original | 27 cm Lx 0.5 cmH DSWD package is a | (+/-5% Variance), Single Line | | criminal offense under DRRM Act of 2010, and shall be meted with ct a] _| appropriate charges. S RELIEF SUPPLIES at xiemH the side | (+1-5% Valance) NOT FOR SALE [13 emL x tom A sawo Tass aneciee Sea DSWD Logo and Not for | Size: 3 om x 3 cm, color a8 shown. Sale Symbol at the fap | | fandside B3 | (Symbols on Propor | See lilustration B3 for symbols Handling of Product). | (Intemational Symbols on Proper | | Handling of Product) located at front | i and side, as shown. 83. INTERNATIONAL SYMBOLS ON PROPER HANDLING Of PRODUCT (Located at flap and side as, shown) vane cane eee | Senile Esl | | reagan | mae 2 Sr [20] sual | ff | a fmol 7 [meee amal | & ecple faen| ; smcmna | ema seal & cad sane (a pone | sonxac | ‘SPECIFICATION ILLUSTRATION 1. Flute B and C c rLure 8 FLUTE °® Flute Cardboard (Type B)-cardboard has excellent crush land Puncture resistance and is a great printing surface. This cardboard is commonly used for inner packaging components such as pads and partitions *C Flute Cardboard (Type C) - cardboard makes a good printing surface. It also has compression properties and offers crush resistance. It is most commonly used for shipping boxes and to secure glass, furniture, food, etc . Score or Score line Impression or crea Double Walling DOUBLE watt “Double wall board has two layers of corrugated fluting three liners, making it extremely durable. in corrugate¢ solid fiberboard, made to position and facilitate folds Flaps-Extension of the close the remaining ops Page 15-01 1S Packaging Tape Packaging Tape Unit of Measurement Roll | Wietth He 48 mm (7+ 5% variance) Length —__|100 m f+ 5% variance Thickness 50 microns. (1+ 2% variance) Core Inside Diameter 76 mm (-/+ 2% variance) Color ‘Transparent ‘Stretch Film | Type Stretch Film, Plastic Wrapper for Pall Unit of Measurement Roll Weight [ Not less than two (2) kilos (Including paper core) Width ‘500 mm (-i+ 2% variance) ‘Thickness 15 microns (J+ 2% variance) re Inside Diameter 76 mm (+ 2% variance) QUALITY STANDARDS iTems QUALITY REQUIREMENTS RICE A Physical Properties Rice shall undergo inspection/approval from {he ‘end-user to ensure that the following are met| ‘+ Must be white in color, medium grain, and regular to well-milled with approximately 75% whole grain and 25% broken rice. * Shall be free from objectionable and fore|gn odors, live insect, pests and other contaminants. * End-user may have the option to subject roe to cooking and taste test to verify sensory properties. Vacuum Packing + Pre-packed rice shall undergo at least |12 hours observations by the supplier prior to production/boxing to ensure quality | of vacuum sealing. Loosely packed rice shall be corected before inclusion in {he productioniboxing process. + Pre-packed rice may come in 6 kilos of 3 kilos + Vacuum-packed rice should not loogen within 45 days from delivery. Should this happen supplier shall be infornjed immediately for replacement. | CANNED 1 GOODS 7 2 3. Compliance with the items specifications 4 ‘Not Dented, Not Rusty and Not Spoiled Unlabeled tin can is not acceptable Shall be subject to the approval of the NRLMB before production, COFFEE AND POWDERED __ 1. Not Hardened 2._Compliance with the items specifications Page -14-0f 18 CEREAL 3. Shall be subject to the approval of the DRINK NRLMB before production, | PACKAGING 7. Not Deformed MATERIALS 2. Compliance with the items specifications should withstand a minimum of 10 layer stacking height of FFP (components). 3. Shall be subject to the approval of the | NRLMB before production. 1. Food Packs shall be delivered containing the components GENERAL CONDITIONS as follows: © B kilos of Vacuum-Pack Rice or equivalent (2 pack of 3 kilos Vacuum Pack Rice) 4 tins of Canned Corned Beef 4 tins of Canned Tuna 2 tins of Canned Sardines 5 sachets of 3 in 1 Coffee © 5 sachets of Powdered Cereal Drink 2. Representativels from DSWD shall be present during the repacking to conduct random inspection and ensure that the items are within the acceptable quality standards. 3. The supplier should ensure the provision of Food Packs upon receipt of request from the end-user/procurement officer on the agreed schedule of delivery. 4. Delivery site shall be at the DSWD-NRLMB, Chapel Road Pasay City or in any DSWD designated delivery place | within Meiro Menila and its nearby provinces (Pampanga, Bulacan, Rizal and Cavite) 5. Supplier shall shoulder the cost of repacking and delivery at designated area as identified by DSWD. 6. Delivery Receipt (DR) must be duly signed/received by the authorized representative of the NRLMB and the original copy of the said receipt must be provided to the NRLMB upon delivery. 7. DSWD-NRLMB-Quality Assurance and Control Section | (QACS) and/or DSWD-Central Office-Inspection committee Z | shall inspect the products upon delivery to any DSWD designated delivery places. DSWD reserves the right to inspect or test the goods and accept or reject any or all the items delivered not in accordance with the specifications indicated in the Purchase Order and based on the DSWD- NRLMB quality standards. OTHER REQUIREMENTS | The prospective supplier must submit a prototype of Prepacked (FOR EVALUATION OF | Family Food Packs (with complete components) for evaluation of QUOTATION) the Technical Working Group. 00 ° Pogo -28-0f 18 E. SPECIAL CONDITIONS 4. Delivery shall commence as provided in the Call-Offs or within a maximum of thirty (30) calendar days OR seven hundred twenty (720) hours, whenever necessary, upon issuance of the Call-Offs. 2, Delivery site shall be at the DSWD-NROC, NAIA, Chapel Road, Pasay City or any DSWD designated delivery place within Cavite, Pampanga, Rizal, and Bulacan, whenever necessary. 3. The Delivery Receipt (DR) must be duly signed/ received by any authorized representative of the NRLMB and the original copy of the said receipt must be provided to the latter upon delivery. 4, The DSWD NRLMB ~ Quality Assurance and Control Section and/or DSWD Central Office - Inspection Committee shall inspect the products upon delivery to any DSWD designated delivery places. DSWD reserves the right to inspect or test the goods and accept or reject any or all items delivered not in accordance with specifications indicated in the Framework Agreement List 5. Supplier should replace found damaged and other unacceptable appearances identified by the quality control within one (1) year upon completion of delivery. 6. Minimum order per call-offs: i. 100,000 Prepacked Family Food Packs 7. Shelf Li a. For Canned Comed Beef, must have a shelf life of at least two (2) years at the time of delivery. b. For Canned Sardines, must have a shelf life of at least two (2) years at the time of delivery. . For Canned Tuna Flakes, must have a sholf life of at least two (2) years at the time of delivery. d. For Powdered Cereal Drinks, must have a shelf life at least nine (8) months at the time of delivery ¢. For Instant Coffee delivery (3in1), must have a shelf life at least 1 year at the time of {The food items and packaging materials should be properly packed! handled without any damages and no unacceptable appearance 8. Payment shall be made within thirty (30) days upon completion of delivery per Call- Off. Required Documents for Payments a. Duly signed and approved Call-Offs or Purchase Order. Pope -18-0f 18 b. BIR Vat Registered Supplier's Invoice issued to DSWD. c. Supplier's Delivery Receipt duly receivedisigned by DSWD Authorized Representative. d. Inspection and Acceptance Report e. Other Documents that may be identified by DSWD. F. ADDITIONAL REQUIREMENTS 1. Supplier should submit one (1) prototype of Prepacked Family Food Packs with ‘complete components for the Post Qualification of Bids, 2. For packing materials, the bidder should submit during Post Qualification, actual products with required markings or layout subject for machine testing and inspection. 3, For Powdered Cereal Drinks and 3-in-1 Coffee Mix- submit samples during Post Qualification for verification. 4. For Canned Goods (Canned Tuna Flakes, Canned Corned Beef and Canned Sardines), the bidder must submit a Certificate of Analysis from any of the following which establishes that the thickness of the tin used in the canned goods is compliant with the technical specifications set by the DSWD. i. Manufacturer of the item/product being offered; li, Appropriate government institution certifying on the thickness of the tin can being offered; il, Any third party licensed to conduct said analysis, 5. The Technical Working Group (TWG) has the right to conduct site inspection and request other pertinent documents as part of the validation on the technical capability of the prospective suppliers using the Guide Questionnaire from the end-user. Findings during the said activity shali be duly reflected in the TWG report for reference and approval of Bids and Awards Committee. 6. Supplier should replace found damaged, dented, spoiled, bloated, unlabeled, rusty and other unacceptable appearances within one (1) year upon the completion of delivery G. CALL-OFF 1, Upon determination of the need to procure the items, the PE will issue @ Call-Off immediately in favor of the suppiier to deliver according to the terms and conditions stated in the Framework Agreement. In the absence, of GPPB prescribed format to Call-Offs, PE will meantime use the Purchase Order Form. 2. There shall be no limit in the number of Call-Otfs that may be executed. However, subsequent calloffs should not exceed the maximum quantity in the Framework Agreement List 90 11-01 18 3. Fixed Contract Price Rule shall be observed and all executed call-offs should not exceed the total contract price specified in framework. 4. Delivery shall commence as provided in the Call-Offs or within a maximum of thirty (30) calendar days OR seven hundred twenty (720) hours, whenever necessary, upon issuance of the Call-Offs, 5. All other rules governing contract implementation under RA 9184, its IRR, and relevant procurement policies shall be applicable such as the rules on the extension of time, payment of liquidated damages, and warranty, among others. H. TERMINATION Without prejudice to the provisions of applicable laws, rules, and guidelines, the Framework Agreement shall be automatically terminated under the following conditions: ‘a. When the total maximum quantity specified in the Framework Agreement has. been exhausted, b. When the specific duration of the Framework Agreement has expired |. REPEAT ORDER Allowed after PE has exhausted maximum quantity for the same item or after the Framework Agreement has expired: ‘a. Subject to conditions under Section 51 of RA 9184, b. Repeat Order shall be availed of only within (6) months from the date of the last or final Call Off for a specific item where the maximum quantity has been exhausted or from the expiration of the Framework Agreement. J. FLEXIBILITY CLAUSE This framework agreement permits flexibilty at the outset of the agreement for the winning suppliers who are not able to commit to a fixed level of supplying a particular brand presented during the post-qualification. Provided, the nature of modification is due to fortuitous events and the modified brand is responsive to the technical specifications set by the bureau. Notwithstanding, variations to the provisions of this agreement between the NRLMB and the winning suppliers are permitted, subject io Director's recommendation and Head of the Procuring Entity's (HOPE's) approval Prepared by: Recommending Pago -18-of 18 ‘DSWD FRAMEWORK AGREEMENT LIST PROCUREMENT OF PREPACKED FAMILY FOOD PACKS FOR CY 2022 A. FRAMEWORK AGREEMENT LIST 1. Propacked Family Food Packs a. Requiremes b. Unit Cost: 778.50 ‘Components 300,000 Prepacked Family Food Packs ~ Quantity \Vacuum-Packed Rice 6 kilos or equivalent (2 packs of 3 kilos Vacuum-Packed Rice Canned Tuna __ Canned Corned Beef [4 tins Canned Sardines ——_ instant Coffee, 3 in 1 5 sachets Powdered Cereal Drink | § sachets Regular Slotted Carton (Packaging) | 1 piece 7 Page 4-012 Components Specifications ITEMS SPECIFICATIONS ] Rice Type Unit oF Measurement Packaging Packed Rice Type: Vacuum Rice Bag Materials: Nylon/ Polyethylene Size: 11 in x 14 in (#/-5% variance) ‘Seaming: Side and Bottom Seam: 40mm (+/- 2% variance) «Thickness: 150 microns (+/-5% variance) ‘Shai ite Rice must be free from infestation within three (2) month; from the date of delivery Muster tain nin Comed Boot Canned Comed Beet, Plain, (Not GuisadoiNot Chunky Not Karne Norte), __| Non-Easy Open Can Tins ‘Atleast 150 grams LabeliMarking Requiremonts | Certification: Certified Halal Product printed on the product label. Nutritional Information With Nutritional information in the abel based on the nutritional daily allowance intake based on DOH AO No, 2014-0030) ‘otherwise known as the “Rules and Regulations Governing the Labeling of | Prepackaged Food Products Distributed i the Philippines.” Expiration: Should indicate expiry of not less than 2 years from the date of deliver Packaging TIN CAN Can Thickness: Top End: 0.14 mm Bottom: 0.14 mm 4 Body: 0.14mm No. of Beads: Minimum of 10 beads Page -2-0f 12 ‘Must have a shelf life of not less than twol* (2) years from the time of deliver ‘The brand must be existing in the 7 Philippine Market for at least § years, Canned Tuna Flakes ~~ Canned Tuna Flakes, In Oi, Not Spicy, Norveasy/ Ope Can (easy open if non-easy open tin can is limited or ‘not available in the market) Measurement Tin ‘Weight ‘Atleast 185 grams Label/Marking Requirements Certification: Certified Halal Product printed on the product label, Nutritional information ‘With Nutritional information in the label based on the nutritional daily allowance intake based on DOH AO N| 2014-0030, otherwise known as the "Rules and Regulations Governing the Labeling of Prepackaged Food Products Distributed in the Philippines," Expiration: Should indicate expiry of not less than 2 | years from the date of delivery Packaging wom | can Thickness: [Sapa 0. rm befor 0.4 nm Bony arm No. of Beads: Minimum of 10 beads ‘Shelf Life Must have a shelf life of not less than two (2) years fro the time of delivery. Others ‘The brand must be existing in the Philippine Market fo atleast 5 years. Page 3-012 | Unit of Measurement Canned Sardines, In Tomato Sauce, Not Spicy, Non-easy Open Can Tin Weight ‘Atleast 158 grams + Atleast 3-4 pieces of sardines or equivalent ‘+ Length of each cut of sardines mu} be around 2% - 3 % Inches or equivalent Note: Aggregate length of the pieces of sardines must not be less than the ‘minimum requirements (3 pieces x 2 % inches= 7.5 Inches) Labolittarking Requirements, Certification: Certified Halal Product print on the product label Nutritional Information With Nutntional information in the label based on the nutritional daily allowance Intake based on DOH AO No. 2014-0030, otherwise known as the "Rules and Regulations Governing the Labeling of Prepackaged Food Products Distributed in’ the Philippines." Expiration: Should indicate expiry of not less than 2 years from the date of delivery Packaging TIN CAN Can Thickness: Top End: 0.14 mm Bottom: 0.14 mm | Body: 0.14mm No. of Beads: Minimum of 10 beads ‘Shelf Life ‘Must have sheif life of not less than two (2) ears from the time of delivery ‘Other ‘The brand must be existing in the Philippin Market for at least 5 years, Instant Coffee | Type Instant Coffee Nix, int Mix (Coffee, Sugar and Creamer) Unit of Measurement Sachets Weight: ‘Atleast 20-82 grams Label/Marking Requirements Certification: Certified Halal Product print (on the product label | Nutrition information | With Nutritional information inthe label | based on the nutritional daily allowance intake based on DOH AO No. 2014-0030, ‘otherwise known as the "Rules and Regulations Governing the Labeling of Prepackaged Food Products Distributed in the Philippines.” Expiration: Should indicate expiry of not | less than 1 year from the date of delivery Packaging Twin pack is acceptable. One twin pack is | equivalent to two sachets. Page A. PRINTS AND MARKINGS Bi. Front and Si ws 1

You might also like