Republic of the Philippines
Department of Science and Technology
PHILIPPINE SCIENCE HIGH SCHOOL – ZAMBOANGA PENINSULA REGION CAMPUS
C
ogon, Dipolog City

INVITATION FOR NEGOTIATED PROCUREMENT OF SECURITY SERVICES FOR PSHS-ZRC
(NEGOTIATED PROCUREMENT TWO-FAILED BIDDINGS)

In view of the two (2) failed biddings, Philippine Science High School-Zamboanga Peninsula Region Campus (PSHS-ZRC), Bids and Awards Committee (BAC) invites interested bidder to participate in the Negotiated Procurement for the Procurement of Security Services for PSHS-ZRC with an Approved Budget for the Contract (ABC) of One Million Three Hundred Twenty-Seven Thousand Pesos (P 1,327,000.00) in accordance with Section 53.1 Two Failed Bidding as specified in the 2016 Revised Implement Rules and Regulations of Republic Act 9184, otherwise known as the “Government Procurement Reform Act”.

The Schedule of Procurement Activities of the project is indicated below:

Procurement Stage Date, Time, Venue
Posting and Availability of the Request for Proposal February 20, 2020-March 11, 2020
Negotiation Conference February 28, 2020 @ 2:00 pm
Issuance of Amendments/Clarifications/Addendum February 28, 2020
Deadline of submission of bids and Opening of bids March 11, 2020 @ 2:00 pm
Post-Qualification March 13, 2020

The Eligibility, Technical, and Financial Documents will be composed of the following:

ELIGIBILITY DOCUMENTS
CLASS “A” DOCUMENTS
PhilGEPS Certificate of Registration with Platinum Membership in accordance with Section8.5.2 of the IRR
Statement of the prospective Bidder of all its on-going government and private contracts including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid, and Statement of the bidder’s SLCC similar to the contract to be bid, in accordance with ITB Clause 5.4, within the relevant period as provided in the BDS. The two (2) statements required shall indicate for each contract the following:   (a)     Name of the contract; (b)     Date of the contract; (c)     Contract duration; (d)     Owner’s name and address; (e)     Kinds of Goods; (f)      For Statement of On-going Contracts – amount of contract and value of outstanding contracts; (g)     For Statement of SLCC – amount of completed contracts, adjusted by the   Bidder to current prices using PSG’s consumer price index, if necessary, for the purpose of meeting the SLCC requirements; (h)     Date of delivery; and (i)    End-user’s acceptance or official receipt(s) or sales invoice issued for the contract, if completed, which shall be attached to the statements   NFCC computation in accordance with ITB Clause 5.5 or a committed Line of Credit from a universal or commercial bank.   (Attach: latest audited financial statements stamped “received” by the BIR which should not be earlier than two (2) years from the date of bid submission).
NFCC computation in accordance with ITB Clause 5.5 or a committed Line of Credit from a universal or commercial bank. (Attach: latest audited financial statements stamped “received” by the BIR which should not be earlier than two (2) years from the date of bid submission).
CLASS “B” DOCUMENTS
If applicable, the Joint Venture Agreement (JVA) in case the joint venture is already inexistence, or duly notarized statements from all the potential joint venture partners in accordance with Section23.1L(b) of the IRR
TECHNICAL DOCUMENTS
The    Bid   Security or Bid Securing Declaration in accordance with ITB Clause 18.
Conformity with technical specifications, as enumerated and specified in Sections VI and VII of the Bidding Documents.
Sworn statement in accordance with Section 25.3 of the IRR of RA 9184 and using the form prescribed in Section VIII. Bidding Forms.
Bidder must have been engaged in the business of  Security Services in good standing in the Philippines for at least five (5) years from the date of the invitation to bid.
FINANCIAL DOCUMENTS
Financial Bid, which includes Bid Prices in the prescribed Bid Form and the Cost Distribution

Bidders on this project is required to pay a non-refundable amount of Two Thousand Pesos (P 2,000.00).

PSHS-ZRC BAC reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.

For further information, please refer to:

MS. SHERL DIANNE S. ESTOQUE
Head, BAC Secretariat
PSHS-ZRC, Dipolog Sports Complex
Brgy. Olingan, Dipolog City 7100
Tel. No.: (065) 212-1616
Mobile number: 0950979799

SGD. RRYAM A. JARALVE
BAC Chairperson

Bidding Documents

Technical Specifications – Security

Minutes of the Negotiation / Pre-bid Conference