Solicitation Number: |
11-FEB062025-TRNOV-PA-1 |
Trade Agreement: |
Implementing Rules and Regulations |
Procurement Mode: |
Public Bidding |
Classification: |
Goods - General Support Services |
Category: |
Services |
Approved Budget for the Contract: |
PHP 1,250,000.00 |
Contract Duration: |
15 Day/s |
Client Agency: |
|
|
Contact Person: |
Ram E Rafuson Head Secretariat, CSG BAC Camp Crame Quezon City Metro Manila Philippines 63-723-0401 Ext.4320
sfs.csg.pnp@gmail.com |
|
Status |
Active
|
Associated Components |
Order
|
Bid Supplements |
0
|
Document Request List |
1
|
Date Published |
18/01/2025 |
Last Updated / Time |
18/01/2025 12:00 AM |
Closing Date / Time |
06/03/2025 10:00 AM |
Description
|
GENERAL TERMS AND CONDITIONS 1. Bidders are required to submit complete, original/authenticated and valid documents such as the following:
a. Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in accordance with Section 8.5.2 of the IRR;
b. Statement of the prospective bidder of all its ongoing 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;
c. Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided for in Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184, within the relevant period as provided in the Bidding Documents;
d. Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insurance Commission; or Original copy of Notarized Bid Securing Declaration;
e. Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if applicable;
f. Original duly signed Omnibus Sworn Statement (OSS); and if applicable, Original Notarized Secretary’s Certificate in case of a corporation, partnership, or cooperative; or Original Special Power of Attorney of all members of the joint venture giving full power and authority to its officer to sign the OSS and do acts to represent the Bidder;
g. The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC); or A committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation.
h. If applicable/any: Joint Venture Agreement
2. Bids will be accepted from the following: a. A manufacturer who is maintaining, a duly licensed establishment within the Philippines: and/or b. A duly accredited dealer or licensed distributor of the items out for bidding. The accredited dealer o licensed distributor should present a Contract of Distributorship (notarized) as the manufacture’s distributor or subsidiary in the Philippines.
3. Bidders shall submit bids in triplicate (3) copies using the Form provided in the Philippine Standard Bidding Documents.
a. All entries/quotations shall be typed written or computerized. b. Quotation in handwriting is not accepted. c. Only minor corrections with any erasures or rectifications be allowed, provided such is initialed by the bidder or authorized representative. d. Unsigned Bidder’s tender and proposal shall be treated as non-binding documents. Hence, a ground for non-acceptance/denial of the bid offer.
4. The bid shall be accompanied with the bidder’s bond. The bond will be confiscated / forfeited in favor of the government when the bidder withdraws his bid offer after the opening or refused to accept the award/contract tendered to him within the validity of this option period. Any other form of Bidder’s Bond as provided for by law (RA 9184 and its Revised IRR or by the Government Procurement Policy Board) shall be accepted.
5. Alternative bids or conditional offer will not accepted/entertained.
6. Non-conformity to NAPOLCOM or PNP standard specification will be outright rejected. Strict compliance to prescribed specifications is a must on samples submitted.
7. All quotations shall be in the Philippine Currency, taxes included.
8. All deliveries shall bear the Purchase Order Numbers, manufacturing/supplies Trademark Firmly attached in the delivered items as a tag, plate or labels.
9. The item/s shall be delivered within the period specified in the approved Purchase/Work Order or Contract.
10. Request for extension of delivery period shall be made in writing before the expiration of the original delivery schedule and such request is subject to the consent of the Head of the Procuring Entity as recommended by the CSG-BAC.
a. However, in case of late delivery, the contractor is not liable for a cause beyond his control.
b. Justification shall be established with satisfactory proof and acceptable to the government.
11. Procurement involving huge quantities/amount, scheduled delivery with corresponding scheduled payment or progress billing is authorized.
12. Suppliers with tract record of unsatisfactory performance shall not be allowed to participate in the bidding.
13. Penalty in case of delay or failure to deliver for any causes other than fortuitous events or Force Majeure, the PNP-CSG shall have the right to take any of the following courses of action to protect its interest.
14. Impose penalty of one tenth (1/10) of one percent (1%) of the value of the undelivered items for everyday of late delivery.
a. Confiscate the Performance Bond in favor of the PNP-CSG. b. The PNP-CSG may further institute charges of any cost or damages incurred due to failure of the winning bidder to deliver.
The duly accomplished eligibility requirements and bids in a sealed envelope shall be submitted to the CSG BAC Secretariat at the Civil Security Group Building, Camp Crame, Quezon City.
Pre-Bid Conference is on January 24, 2025 (Friday), 10:00 A.M.
Deadline for Submission of Bids is on February 6, 2025 (Thursday), 8:30 A.M.
Opening of Bids is on February 6, 2025 (Thursday), 10:00 A.M. upon presence of a quorum. For information and clarifications, interested bidders are advised to call the CSG-BAC Secretariat:
Office of the BAC Secretariat PMAJ RAM E RAFUSON Supply & Facility Section, Civil Security Group Camp Crame, Quezon City Tel. No. 723-0401 (extension 4320 or 4220) email csgbacsec2020@gmail.com
The CSG reserves the right to reject any and all proposals or declare a failure of bidding, or not award the contract and makes no assurance that that contract shall be entered into as a result of this invitation.
CLINT C BAYACSAN Police Brigadier General Chairman, CSG-BAC
CONFORME:
________________________
|
|
|
Pre-bid Conference |
24/01/2025 |
1:10 AM |
CSG CONFERENCE ROOM |
|
|
|
|
|