The Siniloan
Water District (SIWADI), through its Bids and Awards Committee (BAC). Is inviting
all eligible suppliers to submit a Quotation for the Repairs and Maintenance of
Service Vehicle Isuzu Crosswind Model 2006. >>Click Here<<
I.
APPROVED BUDGET FOR THE
CONTRACT (ABC)
EIGHTY
THREE THOUSAND PESOS ( Php 83,000.00), inclusive of all applicable government
taxes.
II.
TECHNICAL SPECIFICATION/
SCOPE OF WORK
a. Strip-To-Metal
Repainting & Detailing
1.
Under
Coating/Mags/ Caliper Print
2.
Interior
& Exterior Detailing
b. Replacement
of Head Light
c. Replacement
of Door Rubber
-
Front ( Left & Right )
-
Rear ( Left & Right )
-
Back
d. Head
Unit Radio
III.
DELIVERY/COMPLETION PERIOD
Within
Forty Five (45) calendar days upon receipt of Purchase Order(PO) and Notice To Proceed (NTP).
If
the Supplier fails to satisfactorily
deliver any or all of the Goods and/ or to perform the Services within
the period(s) specified in the Contract inclusive or duly granted time
extensions it any, the Procuring Entity shall, without prejudice to its other
remedies under the Contract and under
the applicable law, deduct from the Contract Price, as liquidated damages, the
applicable rate of one tenth (1/10) of one ( 1 ) percent of the cost of the unperformed portion for
every day of delay until actual delivery or performance. The maximum deduction shall be ten percent
(10%) ., the Procuring Entity may rescind or terminate the Contract, without
prejudice to other courses of action and remedies open to it.
IV.
CONDITION OF THE REPAIR
1.
All
other defects and parts/consumables found during the actual repair quoted by
the supplier shall be subject for approval as supplement work to be covered by
a separate Purchase Order (PO).
2.
The
Supplier shall ensure that the repairs and items delivered are in accordance
with the approved Specifications/Scope of Works. SIWADI has the right to reject
delivery if items delivered were found to be defective and not according to the required specifications.
3.
SIWADI
may terminate/cancel the PO/NTP when supplier fails to deliver, perform and
comply with its obligation as required in the contract.;
V. DOCUMENTARY REQUIREMENTS
1.
Copy
of DTI or SEC registration Certificate
2.
Copy
of Latest Mayors Permit
3.
PhilGEPS
Registration Certificate
4.
Supplier’s
latest Income Tax
5.
Letter
of Intent
6.
Statement of the Bidder that is not BLACK LISTED or barred from bidding by
the government or any of its agencies, offices, corporation of LGU’s (Annex B)
7.
Sworn
Affidavit of the bidder that is not related to the HOPE, BAC Chairman, Member,
BAC Secretariat and Technical Working Group (TWG) by consanguinity of affinity
up to the third civil degree (Requirements No. 6 and 7 should be notarized)
(Annex B).
8.
Audited
Financial Statement supported by an independent CPA’s certificate, stamped ”receive” by the BIR or its duly
accredited an authorized institutions, for preceding calendar year, which
should not be earlier than two (2) years from the date of bid submission shall
be attached upon submission of the quotation
9.
Authority
of the representative/signatory signing the price quotation.
The
duly accomplished Price Quotation Form (Annex “A”) together with the
documentary requirements, shall be submitted in a sealed envelope to the BAC on
or before February 3,2025 at 1:00 pm
and will be opened on the same day at 1:30
pm at SIWADI New Building Brgy. P. Burgos Siniloan, Laguna.