Department Of Human Settlement And Urban Development Quezo Tender
Department Of Human Settlement And Urban Development Quezo Tender
Costs
Summary
Procurement Of Quarterly Preventive Maintenance Services For The Two (2) Units Of Car Barrier System Of Dhsud Central Office , General Repair And Maintenance Services ,department Of Human Settlement And Urban Development - Quezon City Metro Manila
Description
Description The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 02-0100, S. 2025 Procurement Activity Procurement Of Quarterly Preventive Maintenance Services For The Two (2) Units Of Car Barrier System Of Dhsud Central Office Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) Sixty-eight Thousand Pesos (php68,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 1:00 Pm, February 10, 2025 Delivery Schedule Delivery Of Goods/items Shall Be Seven (7) To Fourteen (14) Calendar Days Upon Receipt Of The Approved Purchase Order. The Minimum Technical Specifications For The Said Activities Are As Follows: Technical Specifications Procurement Of Periodic Preventive Maintenance Services For The Two (2) Units Car Barrier System For Dhsud Central Offices I. Background/rationale The Dhsud Building Has Two (2) Units Car Barrier System Located At Gate 3 And At The Car Parking Entrance Along Mayaman Street That Serves As The Primary Security System For Incoming Vehicles Of Employees And The Public Who Transact Business With The Dhsud. This Preventive Maintenance Service (pms) Covers The Supply Of Labor, Tools And Supervision Of The Technical Services For The Quarterly Preventive Maintenance Services Of The Car Barrier System In Order To Maintain Its Good Operational Condition And Minimize Operation Downtime. Ii. Contract Period The Contract Period Is For Four (4) Quarters From January To December 2025 With The Delivery Of Services To Start From The Signing Of Work Order. The Pms Schedule Are As Follows: A. 1st Quarter (january To March 2025) B. 2nd Quarter (april To June 2025) C. 3rd Quarter (july To September 2025) C. 4th Quarter (october To December 2025) Iii. Approved Budget For The Contract (abc) The Abc For The Project Is Sixty-eight Thousand Pesos (php68,000.00) Inclusive Of All Applicable Government Taxes As Included In The Dhsud Approved Annual Procurement Plan For Fy 2025. Iv. Scope Of Work The Service Provider Shall Provide The Department With The Following Services: 1. Provision Of At Least Four (4) Quarterly Preventive Maintenance Services For The Two Units Car Barrier System. The Preventive Maintenance Services Shall Be Done During Weekdays From 8:00 Am To 5:00 Pm; 2. Attend To The Minor Repairs Needed To Keep The Car Barrier System Effectively Operating Within The Parameters; 3. Provide The Necessary Tools And Equipment To Perform The Preventive Maintenance Services; 4. Submit A Separate Quotation For The Parts That Needs To Be Replaced Found During The Conduct Of Preventive Maintenance Services. Warranty Period For The Replaced Parts Should Be Six (6) Months; 5. Preventive Maintenance Shall Be Performed By A Qualified Field Technician; And 6. Submit Detailed Reports Based On The Schedule Of Maintenance Activities. V. Duties And Responsibilities Of The Service Provider The Service Provider Shall: • Perform All Services Using Personnel Who Are Specialists In Car Barrier, Electro-mechanical And Electronic System Maintenance Service; • All Service Personnel Shall Comply With The Safety Regulations Set Forth By The Department; • All Service Personnel Shall Be Provided With The Necessary Safety Equipment; And • Provision Of Two (2) Free On Call Service Per Quarter For Checking/assessment Of Units In Case Of Emergency Or Breakdown. Vi. Terms Of Payment The Services Provider Shall Be Paid On A Monthly Basis Upon Inspection And Acceptance By Gsd And Duly Noted By The Undersecretary For Administrative And Finance Services And Submission Of A Monthly Billing Invoice And Service Report. Vii. Qualifications Of The Service Provider The Service Provider Shall Submit The Following Documents: 1. Latest Business Permit Showing That Its Primary Business Is Integrated Electronic Security And Maintenance Services Of Such And With At Least Five (5) Years Of Experience In The Business; And 2. Philgeps Registration Number. Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss): Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To Processing Of Payment; D. Supporting Documents (as May Be Applicable): For Sole Proprietorship – Dti Business Name Registration; For Partnership/corporations: Notarized Special Power Of Attorney, Or Notarized Secretary’s Certificate, Whichever Is Applicable; If The Authorized Representative In The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories; And E. Latest Tax Clearance. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division Reply Slip Procurement: Procurement Of Quarterly Preventive Maintenance Services For The Two (2) Units Of Car Barrier System Of Dhsud Central Office Request For Quotation No.: 02-0100, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ____________________________ Name Of Authorized Representative : ____________________________ Designation/position : ____________________________ Address : _____________________________ Telephone No./mobile No. : _____________________________ Email Address : _____________________________ Philgeps Registration No. : _____________________________ Tax Identification No : _____________________________ Type Of Registration : Vat ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : Bank Account Number : (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature: _______________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ 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 “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, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 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 Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing 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. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Contact
Tender Id
4d77196a-2a5b-3aa4-af8d-2409778870b0Tender No
11814867Tender Authority
Department Of Human Settlement And Urban Development Quezo ViewPurchaser Address
-Website
notices.philgeps.gov.ph