Philippine National Police Tender
Philippine National Police Tender
Costs
Summary
Termite Treatment Control Of Pro6 Building Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City , Pest Control Services ,philippine National Police - Region Vi
Description
Description Republic Of The Philippines National Police Commission Philippine National Police, Police Regional Office 6 Regional Bids And Wards Committee Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Request For Quotation Date: October 1, 2024 Rfq No. 10-001-2024 (svp) Company/business Name: ________ Address: ________ Business/mayor’s Permit No.: ________ Tin: ________ Philgeps Certificate Of Registration Number: (required) ________ The Philippine National Police, Police Regional Office 6 (pro6), Through Its Regional Bids And Awards Committee (rbac), Intends To Procure Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City, Through Small Value Procurement (svp) Under Section 53.9 In Consonance With Annex “h” (consolidated Guidelines For The Alternative Methods Of Procurement) Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Wherein, The Threshold Allowable For The Philippine National Police (pnp), A National Government Agency (nga), Shall Not Exceed One Million Pesos (php1,000,000.00). Please Submit Your Duly Signed Quotation Manually To Rbac Chairman To The Given Address Below, On Or Before 10:00 Am Of October 23, 2024 Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): A) Name Of Project : Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City B) Delivery Site : Headquarters, Police Regional Office 6 C) Description : Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City D) Delivery Period : Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed E) Approved Budget : Php985,370.40 F) Funding Source : Approved Program Of Expenditure (poe-pa) Pnp Tr For The Month Of June 2024 Pbgen Archival D Macala Drda/chairman, Rbac Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Hotline No.: 09985986097 Email: Orlrddpro6@gmail.com Interested Supplier Shall Also Submit The Following Documents Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: A. Mayor’s/business Permit/bir Certificate Of Registration; B. Philgeps Registration Certificate; And C. Omnibus Sworn Statement. For Any Clarification, You May Contact The Rbac Secretariat At 09199817877 Or Send Email To Orlrddpro6@gmail.com. Archival D Macala Police Brigadier General Drda/chairman, Rbac Annex “a” Bid/price Proposal Form ¬-_________________________________________________________________________ Date: _____________ The Chairperson, Regional Bids And Awards Committee Police Regional Office 6 Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Ma’am/sir: Having Examined The Request For Quotation No. 10-001-2024 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Item No. Description Quantity Unit Unit Price Amount Php 1 Termite Control Services 1.a. Termiticide Application For Soil Frequency: Once On General Treatment. 1 Lot 1.b. Wood Spraying Frequency: Once On General Treatment. 1 Lot 1.c. Contamination Method Frequency: Once On General Treatment And Three (3) Maintenance On 1st Year And Semi-annual Maintenance On 2nd Year. 1 Lot 2 Spray Application For Controlling The Pest Frequency: Once On General Treatment. 1 Lot 3 Strategic Application For Rodent Control Frequency: Once On General Treatment. 1 Lot Total Price In Figures: Total Price In Words: Signature Over Printed Name Position/designation Office Telephone/fax/mobile Nos. Email Address/s Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Pnp, Pro 6 Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Pnp, Pro 6. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Pnp, Pro 6 May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 13. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Terms Of Reference Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Introduction The Philippine National Police, Police Regional Office 6 Mandated To Create And Maintain A Presentable, Conducive, And Environment- Friendly Pnp Buildings And Facilities. To Have A Unified Preventive Measure To Prevent Pnp Buildings And Facilities From Deterioration, Damage, Fire, Chemical, And Electrical Hazard. Per Its 2024 Pnp Trust Receipt Fund Has Allotted A Budget For The Termite Treatment Control Of Pro6 Buildings Facilities Inside Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City. Objective To Obtain A Contractor For The Termite Treatment Control For The Police Regional Office 6, Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City. Scope Of The Contract The Contractor Agrees To Provide Technical And Professional Labour, Equipment, Materials, And Supervision For The General Pest And Termite Control Service For All The Areas Inside Camp Martin Teofilo B. Delgado, Fort San Pedro, Iloilo City. The Scope Of Works Shall Include But Not Limited To: 1. Inspection Of The Whole Area To Determine The Species Of Pests, Their Feeding Habits And Harbourage, And To Check Signs Of Infestation, Including Droppings, Damages, Urine, Runs, Foot Prints, Smears, And Nests. Pest And Termite Control Covers The Whole Camp Martin Teofilo B. Delgado, Fort San Pedro, Iloilo City. With Approximately 50,549.06 Square Meter (sq.m.) Lot Area. 2. The Contractor Shall Provide A Process On Pest Control Application And Actual Treatment Methodologies Based On The Actual Inspection. 3. The Frequency Of The Treatment Of General Pests And Termites Shall Be Based On The Schedule Of Requirements. 4. Termiticide Application For Soil To Prevent The Damage Of Subterranean Termites, Use The Following Strategy: A. Barrier Method – By Treating The Soil Around The Perimeter Are Through Direct Injection To The Soil; And B. Drilling Method – In Case Of Cemented Areas, A Drilling Within 14 Inches Deep Or Until Attached To The Compacted Soil To Inject The Soil. 5. Wood Spraying – A Direct Spraying To The Wood With An Infestation Or Used For The Wood Preservation To Help Minimize The Incoming Infestation. 6. Contamination Method – Use Powdering For Contaminating Termites Up To Their Colony. This Process Of Injecting The Powder To The Doorjamb, Electrical Outlet, Baseboard, Double Walling, And Etc. The Frequency Of The Maintenance Is Stated On The Schedule Of Requirements And An Application Of Chemicals To The Susceptible Areas. 7. A Residual Spraying Of All Crawling And Flying Insects To Control The Disease That Brought By These Pests. 8. For Controlling Flying And Crawling Insects Such As Mosquitoes, The Use Of Back-pack Misting Machine To Contain The Insecticide Solution And Released In The Form Of Tiny Droplets Or Mists To Eliminate Flying And Crawling Insects Thus Giving Instant Knockdown Effect. 9. Rodent Control In Controlling Rats And Mice, Use The Following; Baiting By Using Zinc Phosphide To Be Mixed With The Food That Applicable To The Buildings And Facilities; Or Mechanical Control With A Bait As An Attractant For Rodent; Of Rat Glue With Bait As And Attractant. The Said Bait Will Be Put On The Strategic Places Wherein The Rodents Get Out Of Their Hiding Places When Everything In The Environment Is Quiet Of There No More People Around. The General Pest Control And Termite Control Shall Be Scheduled As Soon As The Notice To Proceed Is Received. The Contractor Shall Likewise Be On-call For Pest And Termite Treatment Whenever Necessary Without Any Additional Cost/fees. Contractor Shall Apprise The Client Of Any Health Or Environmental Hazards That May Be Posed By The Chemical Applications. Contractor Shall Strictly Observe Precautionary Warnings And Other Instructions Concerning The Proper Use And Application Of The Chemicals To Be Used. General Requirements 1. All Chemicals/solutions To Be Used By The Contractor Must Be Registered To The Fertilizer And Pesticide Authority (fpa), The Food And Drug Administration (fda) And/or Other Government Agencies Concerning The Product. 2. Deployed Personnel Of The Contractor Must Be Equipped With The Proper Ppes Prior To Treatment. 3. Disposal Of All Hazardous Waste Used Such As Empty Chemical/ Solution Containers, Used Ppes, And Excess Chemicals/ Solutions Shall Be Included In The Scope Of Works Of The Contractor. 4. Submission Of Service Reports For Each Treatment Subject For Approval Of The Procuring Entity. Project Site: Headquarters, Police Regional Office 6, Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Service Level Agreement 1. The Contractor Shall Ensure That All Chemicals/solutions To Be Used Shall Not Pose A Health Hazard To The Occupants Of The Building. 2. The Contractor Shall Follow All Safety Precautions In The Application And Handling Of All Chemicals/solutions. 3. The Contractor Shall Provide Services In Accordance With The Industry Best Practices, Using Safe And Environmentally Friendly Methods. All Technicians Are Trained And Certified To Perform Pest Control And Termite Treatments. 4. The Contractor Shall Submit An Official List Of Qualified Technicians Provided With Training Certificates And Photocopy Of Company Id. 5. The Contractor Shall Ensure That All Office Areas, Including Floorings, Walls, Office Furniture And Fixtures, Etc., Will Have No Stain Marks Or Droplets Of Chemicals/solutions Used. 6. The Contractor Shall Be Held Responsible For The Cost Of Damages And/or Necessary Repairs Caused By, Or Those That Are Reasonably Attributable To The Contractor And Its Employees. 7. In Every Treatment, The Chemicals/solutions To Be Use And Workmanship Of The Contractor Shall Be Subject For Inspection And Approval Of The Procuring Entity. 8. The Contractor Will Provide Detailed Service Reports After Each Visit, Including Findings, Treatments Performed, Recommendations, And Any Necessary Follow-up Actions. 9. The Contractor Shall Agree To Quarterly Evaluation Of The Outcome Of The Pest Control Measures Being Implemented. If Found Unsatisfactory, The Contractor Shall Be Given 30 Days To Rectify The Findings And Will Be Re-evaluated. Failure Of The Contractor To Pass The Re-evaluation Will Result In The Termination Of The Contract. 10. The Type Of Pesticides/chemicals Being Applied Or The Methods Being Implemented May Be Changed/replaced If Found Ineffective. Duration Of The Contract The Effectivity Of The Contract Is For Two (2) Years Unless Otherwise Terminated By Either Or Both Parties Pursuant To Item 9 Of The Service Level Agreement Of This Contract. Schedule Of Requirements/delivery Instruction Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed Project Site: Headquarters, Police Regional Office 6, Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods As In Accordance With The Schedule Of Requirements And Terms Of Reference. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. ___________________________________ Date ___________________________________ Company Name ___________________________________ Authorized Representative Name/signature ___________________________________ Address ___________________________________ Official Contact No. Annex “b” Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ 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, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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 Subcribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With 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 Attorney’s No. _____________________ Ptr No. ___________ [date Issued], [place Issued] Ibp No. ____________ [date Issued], [place Issued] Doc. No. _______ Page No. ______ Book No. ______ Series Of _______. *the Identification Card Shall Be At Least One Of Those Acceptable Proofs Of Identity As Identified Under The Provisions Of The 2004 Rules On Notarial Practice. “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Of Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Ps.
Contact
Tender Id
fe3e47b1-0377-3d8f-8631-60dd30a11969Tender No
11305719Tender Authority
Philippine National Police ViewPurchaser Address
-Website
http://www.pnp.gov.ph/