Вы находитесь на странице: 1из 8

Department of Social Welfare and Development

KALAHI CIDSSNCDDP
Kapit-Bisig Laban sa Kahirapan
Comprehensive and Integrated Delivery of Social Services
National Community-Driven Development Program
LETTER OF INVITATION TO QUOTE
(For Service Provider)
Technical Assistance Fund (TAF)

DATE: ________________
The Kapit-Bisig Laban sa Kahirapan-Comprehensive and Integrated Delivery of Social
Services (KALAHI-CIDSS) National Community Driven Development Program (NCDDP) is
a poverty alleviation program of the Philippine Government being implemented by the
Department of Social Welfare and Development (DSWD). It was approved on 18 January
2013 by the National Economic Development Authority (NEDA) Board, which was headed
by President Benigno Aquino III.
KALAHI CIDSS-NCDDP is the expansion into a national scale of operations of the
community-driven development (CDD) approach, which was tried and proven effective by
Kalahi-CIDSS, its predecessor, which started in 2003.
CDD is a globally recognized strategy for achieving service delivery, poverty reduction, and
good governance outcomes.

It Helps communities in poor municipalities identify challenges around reducing


poverty and make informed decisions on a range of locally identified options for
development, including how this is made and in what form;
Gives control of resources to address local poverty to communities; and,
Builds the capacity of both state (including local governments) and civil society
stakeholders to provide assistance and respond to calls for support from poor
communities as they implement development initiatives.

The development objective of KALAHI CIDSS-NCDDP is to have barangays/communities


of targeted municipalities become empowered to achieve improved access to services and to
participate in more inclusive local planning, budgeting, and implementation.
In view of the increased scale and geographic coverage, enhanced implementation processes,
and anticipated implementation risks and challenges, the need to ensure sound, precise, and
timely technical assistance to communities during the critical stages of Program
implementation is critical to ensuring Program objectives are effectively met. Considering
limitations and the tasks during project development which communities are more focused
on, KC-NCDDP shall extend support to the communities in facilitating provision of technical
assistance.
The Barangay Sub-Project Management Committee (BSPMC), invites and call the attention
of all interested Individual and Group/firm Technical Service Providers to submit their
quotation based on the Terms of Reference (ToR) attached as Annex A and Form of
Quotation set as Annex B.

All interested technical service providers must submit the following:


1. Signed/Acknowledge copy by the Service Provider of Letter of Invitation to Quote
(LITQ);
2. Completely filled-up and signed Quotation
3. Updated Curriculum Vitae (CV) or Company Profile; it should specify field of
specialization, years of experience and all relevant ongoing and completed technical
service engagement.
4. Sworn statement of financial capacity to undertake the Contract
5. Certification of list of Staff & Equipment

Very truly yours


HERMINIA L. CABAHUG
Regional Program Manager, KALAHI-CIDSS-NCDDP
DSWD-FO7, Cebu City

Conforme:
___________________________
Service Provider

Annex A

Terms of Reference
Engagement of Technical Service Provider
I.

GENERAL INFORMATION
Name of Barangay/s & Municipality: ______________________________
Province: _________________________
Region: VII
Title of Proposed Subproject: ___________________________________
Date of MIBF CSW: _____________________
TAF to be managed by:
Community
RPMO
Estimated/Indicative Cost for this Sub-Project: Php___________________
TAF required: Pre-Engineering

II.

OBJECTIVE
The Technical Assistance Fund (TAF) enable the Program through the RPMO to
hire necessary technical service provider to a) develop viable proposals for
complicated sub-projects; b) prepare feasibility studies, pre-engineering works
including plans, designs and drawings, and other similar activities; c) Conduct
supervision of sub-project implementation, and; d) provide training for operation
and maintenance of sub-projects (e.g. organizational development and
management)

III.

SCOPE AND DELIVERABLES

ITEM

DESCRIPTION

QTY

UNIT

A.

Water Source and Site Validation Report

Lot

Lot

Lot

Lot

Lot

B.

C.
D.

E.

Survey and Diagrams (Traverse Survey,


Profile Survey, Schematic Plan,
Connection Details)
Structural Plans, Designs (Water
Reservoir, Water Pipelines), and
Technical Specifications on a 500mm x
800mm tracing paper.
Hydraulic and structural analysis
showing design data and calculations
Preparation of program of works,
detailed cost estimates showing quantity
take-off & capability output & equipment,
bill of quantities technical specifications
for proposed work items including
derivation of tariff rates.

NOTE: Description and Qty. may be generally stated. But it should be based on
technical assessment or site validation report as applicable to the type of proposed
subproject.
An Individual or Engineering/Consulting Firm that can provide technical assistance in the
pre-engineering of community water system projects in KALAHI-CIDSS-NCDDP areas.
Technical assistance shall include specialized advice to implementers along preparation of
appropriate designs and engineering plans, cost estimates and Program of Works.
Specifically, the Service Provider will assist the project municipal staffs and community
volunteers in the following areas;
1. Provide guidance and assistance to Project Preparation Team (PPT) on the conduct of
the following specific activities to come-up with study, design and plans required for
the proposed water system project, to wit:

Execute detailed field survey (horizontal and vertical control) to determine the
following:
i. Source of water available near the target service area.
ii. Water sampling to determine its physical, chemical or bacteriological
properties.
iii.
Demography and mapping of households.
Preparation of engineering designs, technical drawings/plans drawn on a
500mm x 1000mm tracing paper, with the following outputs:
i. Hydraulic analysis showing design data and calculations.
ii. Location plan showing the vicinity map of the proposed system.
iii.
Traverse plan showing the route/direction of pipelines; design pipe sizes
and specifications; length of pipes; location and description of the
structures (i.e. intake, reservoir, supports/pedestals, etc).
iv. Profile plan showing elevation and grades of pipeline, reservoir,
nodes/junctions.
v. Spot map showing the location of households and tapstands.
vi. Detailed plans for reservoir, intake box and tapstand.
vii. If elevated tank shall be constructed, provide structural analysis.
viii.
Detailed cost estimates showing quantity take-off and capability outputs
of labor and equipment, bill of materials.
ix. Materials specifications and methods of construction.
Operation and maintenance activities should be considered in the choice of
design options.
Consultation with community members and project staffs as to the existing
cultural practices and users preference must be properly coordinated.
Close coordination with project technical staff as to the format of POW and
other project standards.
2. Submit draft of design considerations and hydraulic analysis before the finalization of
engineering drawings and plans. In cases there are conflicts or unclear standard on
technical parameters, KC standard designs shall prevail.
3. Prepare billing request together with the acceptable outputs as stated in parag. 1 for
payment.

4. Payment/s will be made upon submission of acceptable outputs checked and reviewed
by the TF/Mun. Engineer and approved by the PPT Head and noted by the Area
Coordinator.

IV.

TERMS AND CONDITIONS


1. The Service provider agrees and binds itself to fully and faithfully provide for its
account all needed materials, instruments necessary or required to finish, and
complete the work, based on the given timeframe to complete the community
project/s and requirements stipulated in the Terms of Reference.
2. The work called shall be completed and submitted on or before _____________,
2015. Failure to comply with the said date shall cause the Owner to impose the
necessary penalty.
3. The Service provider shall provide and do everything necessary to conform to its
obligation under the Agreement to the true intent and meaning of the other
Agreement documents taken together, whether the same may or may not be shown
or described particularly in the supporting documents as part of contract, provided
that the same shall be informed there from. Should the Service Provider find any
discrepancy in the said documents, he shall immediately refer the same to the
Owner whose decision shall be followed.
4. In case of deficiency of final submission, corresponding deduction on payments
shall be imposed.
5. The Service provider guarantees the quality of the workmanship of all its work
under the Agreement and shall undertake at his own expense all revisions,
adjustments as a result of the technical review of the Project Preparation Team,
Technical Facilitator and Municipal Engineer relative to the work.

V.

PAYMENT SCHEDULE
Deliverables & conditions of payments

Percentage
(%)

Water Source and Site Validation Report


Survey and Diagrams (Traverse Survey, Profile
Survey, Schematic Plan, Connection Details)
Field Survey with Plotted Results (profile,
topographic/traverse, cross-section and hydrologic)
Preparation of engineering designs, technical
drawings/plans drawn on a 500mm x 800mm
tracing paper
Preparation of program of works, detailed cost
estimates showing quantity take-off & capability
output & equipment, bill of quantities technical
specifications for proposed work items including
derivation of tariff rates.

1st partial
payment upon
completion of
50% of the scope
of works & full
payment upon
complete
delivery

VI.

QUALIFICATION OF TECHNICAL SERVICE PROVIDER:


1. Licensed Civil Engineers, Geodetic Engineers, Electrical Engineer and
Architects;
2. At least Two years Professional experience relevant to the Technical Assistance
at hand or being required;
3. Business license/permits for firms with qualified professionals stated in no. 1&2

VII. EVALUATION CRITERIA FOR TECHNICAL SERVICE PROVIDER:


CRITERIA
1. Education and other relevant studies
2. Relevant experience of Service Provider
3. Financial: (Sworn statement of financial capacity
to undertake the Contract)
4. Technical: (Certification of list of Staff &
Equipment)

SCORE
(HPS=100)*
20
30
20
30
100

HPS = Highest Possible Score


VIII. DURATION

20 calendar days
Prepared by:
___________________________
Project Preparation Team (PPT)
Noted by:
___________________________
Technical Facilitator
Approved by
___________________________
Area Coordinator
Annex B

Department of Social Welfare and Development


KALAHI CIDSSNCDDP
Kapit-Bisig Laban sa Kahirapan
Comprehensive and Integrated Delivery of Social Services
National Community-Driven Development Program
REQUEST FOR QUOTATION/PROPOSAL FORM
FOR TAF
Date: _____________

Proposal/Quotation No. _______

To:
___________________________________
___________________________________
The Regional Program Management Office invites you to submit a quotation to complete, on behalf
of the community and according to the conditions of this Invitation, the whole of the scope of
deliverables or work items for said project broken down as follows:
Name of Community Sub-Project: _______________________________________________
Location of Sub-Project: _______________________________________________________
Work
Item
No.
1
2

Scope of Deliverables / Works

Water Source and Site Validation


Report
Survey and Diagrams (Traverse
Survey, Profile Survey, Schematic
Plan, Connection Details)
Field Survey with Plotted Results
(profile, topographic/traverse,
cross-section and hydrologic)
Preparation of engineering
designs, technical drawings/plans
drawn on a 500mm x 800mm
tracing paper
Preparation of program of works,
detailed cost estimates showing
quantity take-off & capability
output & equipment, bill of
quantities technical specifications
for proposed work items including
derivation of tariff rates.

Qty.

Unit

Lot

Lot

Lot

Lot

Lot

Unit Cost

Total

TOTAL

Your proposal/quotation should be submitted in a sealed envelope and addressed to the undersigned at
the following address:

The Barangay Sub-Project Management Committee (BSPMC)


Attention: Project Preparation Team (PPT)
Address:
Your quotation shall be valid for a period of forty five (45) days from the date of submission of the
quotation. Price quoted must include taxes and other incidental expenses. It is understood that the
Service Provider shall complete all works or deliverables enumerated at the total quoted price. Minor
works or activities not listed therein but are necessary to execute the work items are deemed part of
these work items or deliverables.
A contractor/Service Provider who withdraws his/her quotation during the validity period and/or
refuses to accept the award of the contract will be permanently disqualified from participating in any
KC-NCDDP funded projects:
For your information and guidance please refer to the Terms of Reference (ToR), Annex A.
Your quotation should be received on or before _______________ (date and time). The Quotations
shall be opened in the ______________________________ with you or your representatives
presence if you choose to attend, on ___________________ (same date as deadline for
proposal/quotation submission) at ____ (time) (same as the deadline of submission) at the given
address:

Very truly yours,

_____________________________
Project Preparation Team (PPT) Head
Quotation Submitted by:
____________________
Name of Service Provider
(Company if Firm)

________________________
Signature over Printed Name
Owner/Manager

___________
Date

Вам также может понравиться