BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)



Similar documents
BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4iGOV) Supplemental Bid Bulletin No. 1

BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)

PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)

1 Eligibility Criteria

Procurement of CONSULTING SERVICES

Negotiated Procurement for the Supply, Delivery and Installation of Web Vulnerability Scanner

PROVISION AMENDMENT/S

ANNEX 1: CHECKLIST OF ELIGIBILITY, TECHNICAL AND FINANCIAL DOCUMENTS

PART I - Eligibility Documents. 1 P a g e

PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)

Procurement of a consultancy services for the business intelligence solutions development for the Asset Information Management Program (AIMP)

REQUEST FOR QUOTATION

Procurement of CONSULTING SERVICES

SUPPLY, DELIVERY, INSTALLATION AND CONFIGURATION OF VARIOUS NETWORK SECURITY HARDWARE. Bid Reference No.: BAC4IGOV

FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK

Negotiated Procurement for the Supply, Delivery and Installation of Various Network Security Tools

Philippine Bidding Documents Procurement of ESET NOD32 Anti-Virus 4 Business Edition

(As Harmonized with Development Partners) SUPPLY AND DELIVERY OF ENTERPRISE DOCUMENT MANAGEMENT SYSTEM

Procurement of Consulting Services for the Conduct of a Feasibility Study for the Establishment and Management of Sarangani Level 3 Hospital

Supply, Delivery, Installation and Configuration of Anti- Virus Software for the Insurance Commission

DEPARTMENT OF FINANCE PROCUREMENT OF ENTERPRISE IDENTITY MANAGEMENT AND ACCESS CONTROL SOLUTION FOR 400 USERS OF THE DEPARTMENT OF FINANCE

Section I. Invitation to Bid

PHILIPPINE BIDDING DOCUMENTS

PHILIPPINE BIDDING DOCUMENTS

Bidding Documents for the

Prequalification Document for Procurement of Works

Supply and Delivery of Tablet Computers for the. National Economic and Development Authority (NEDA)

PROCUREMENT OF CONSULTANCY SERVICES FOR THE PROJECT MANAGEMENT OF ASSET INFORMATION MANAGEMENT PROGRAM IMPLEMENTATION (AIM-P) [DOF Phase 2]

PROVISION OF LEGAL SERVICES

SUBJECT: RULES AND REGULATIONSTO GOVERN THE ACCREDITATION OF TRANSPORTATION NETWORK COMPANIES

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY /

Supplier prequalification Document

Invitation to Bid (ITB) PR No : Web Application Firewall (Web Application Security System) Date Time Venue

IMPLEMENTING RULES AND REGULATIONS OF LENDING COMPANY REGULATION ACT OF 2007 (REPUBLIC ACT NO. 9474) RULE 1. Title

Quezon City REVENUE REGULATIONS NO

GUYANA No. of 2011 REGULATIONS. Made Under. CREDIT REPORTING ACT (Cap. 84:01)

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

BANK OF UGANDA REPUBLIC OF UGANDA

Construction of Three (3) Units 2- Storey Four (4) Classroom School Buildings

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

RULES AND REGULATIONS TO GOVERN THE ACCREDITATION OF FOREIGN EXCHANGE DEALERS

Development of application Software for Election Commission

PROCUREMENT OF CONSULTANCY SERVICES FOR THE BUSINESS INTELLIGENCE SOLUTIONS DEVELOPMENT FOR THE ASSET INFORMATION MANAGEMENT PROGRAM (AIMP)

STATE OF CALIFORNIA DEPARTMENT OF BUSINESS OVERSIGHT

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

1. Technical Offer Submission Sheet

BANK OF UGANDA REPUBLIC OF UGANDA

RESOLUTION NO

STANDARD PROCUREMENT PREQUALIFICATION DOCUMENT. (Works, Heavy Equipment, Supply and Installation Contracts)

STANDARD BIDDING DOCUMENTS

E-Tendering Requirements for MDB Financed Procurement October 2005

E-Tendering Requirements for MDB Financed Procurement November 2009

BIHAR RURAL DEVELOPMENT SOCIETY (BRDS) RURAL DEVELOPMENT DEPARTMENT GOVERNMENT OF BIHAR MAIN SECRETARIAT PATNA BIHAR (INDIA)

GPPB Resolution (issued 29 June 2007)

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

TENDER NUMBER: ITT/SACU/015/2015/O Information and Communication Technology (ICT) Audit IT Effectiveness Review

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

INSTITUTE OF ART, DESIGN AND ENTERPRISE - UNIVERSITY

Department of Commerce

City of Johannesburg Supply Chain Management Unit

TENDER FOR TRAVEL SERVICES

Order No. 4 of the China Insurance Regulatory Commission

RESOLUTION NO

FOR INFORMATION PURPOSES ONLY

NEW JERSEY BOARD OF PUBLIC UTILITIES. ELECTRIC POWER and/or GAS SUPPLIER INITIAL APPLICATION INSTRUCTIONS

SHORT FORM For Use by presently certified firms.

COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

LEGAL NOTICE REQUEST FOR BID SEALED BID For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR

OPEN JOINT STOCK COMPANY LONG-DISTANCE AND INTERNATIONAL TELECOMMUNICATIONS ROSTELECOM

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014

Bidding/Invitation to Tender Documents PROCUREMENT/SUPPLY OF STATIONARY FOR COMPUTERIZED PAYROLL REQUIRED FOR CDA. March 3, 2016

CITY OF LOS ANGELES RULES AND REGULATIONS SMALL, LOCAL BUSINESS CERTIFICATION


The Public Procurement Rules, 2064 (2007)

Form II-OC&F Version

Procurement of Goods

REPUBLIC OF THE PHILIPPINES DEPARTMENT OF FINANCE BUREAU OF INTERNAL REVENUE

BUDGET HEADING INFORMATION, CONSULTATION AND PARTICIPATION OF REPRESENTATIVES OF UNDERTAKINGS CALL FOR PROPOSALS

SCHOOL OF PLANNING AND ARCHITECTURE

QUALIFICATION OF SUB-CONTRACTORS FOR FIRE DETECTION AND ALARM SYSTEM FOR CFC STANBIC BANK REF: 2014/15-06

PROVISION FOR PLUMBING SERVICES (MAINTENANCE OR NEW) IN THE EASTERN CAPE OPERATING UNIT

HOMER TOWNSHIP HIGHWAY DEPARTMENT ADDENDUM #1. June 13, 2014 VARIOUS (2014 ROAD PROGRAM) SECTION NO.: GM

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

CITY OF LOS ANGELES RULES AND REGULATIONS SMALL, LOCAL BUSINESS CERTIFICATION

Project Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:

Procurement of Textbooks and Reading Materials

H-1B Application Checklist (submit as cover page)

1.1 The tendering process is online at Airports Authority of India s e-portal URL address or

Transcription:

BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV) PROCUREMENT OF GOODS AND SERVICES FOR THE GOVERNMENT COMMON PLATFORM ENTERPRISE BUSINESS INTELLIGENCE TOOLS AND APPLICATIONS After considering the queries, clarifications, recommendations and suggestions made the BAC4IGOV hereby decides to include, revise, amend, delete and/or adapt certain provisions. In Section III, Bid Data Sheet ITB Clause (a) (v) which states that, v. Valid and Current ISO 9001 Quality Management System Certificate issued to the manufacturer by an Independent Certifying body of the following items: *Note: If in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder s country, and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder s affairs in the Philippines. The aforementioned provision is deleted and no longer required to be submitted as part of the Technical Requirement. In addition, ITB Clause (a) (vii) provides that, vii. List of authorized Service Centers in the Philippines (with available spare parts, indicating address, telephone & fax number/s, e-mail address & contact person). In the event of closure of business, termination of franchise / service center, the supplier shall notify the ICT Office accordingly of the new service centers with telephone numbers and address who can provide the needed parts, supplies and service; ITB Clause (a) (vii) is hereby amended to read as follows, vii. List of authorized Support Centers in the Philippines (indicating address, telephone & fax number/s, e-mail address & contact person). In the event of closure of business, termination of franchise / support center, the supplier shall notify the ICT Office accordingly of the new support centers with telephone numbers and address who can provide the needed service/s;

With the foregoing amendments, the Checklist of Requirements for Bidders is also amended to reflect the changes made above. Please use the Revised Checklist of Requirements for Bidders attached in this Supplemental Bid Bulletin. All terms, conditions and instructions to bidders specified in the Bidding Documents inconsistent with this Bid Bulletin are hereby superseded and modified accordingly. For information and guidance of all concerned. (SGD.) DENIS F. VILLORENTE Chairman, BAC4iGOV ICT OFFICE BAC4IGOV

REVISED CHECKLIST OF REQUIREMENTS FOR BIDDERS Name of Company : Project : Procurement of Goods and Services for the Government Common Platform Enterprise Business Intelligence Tools and Bid Ref No. : BAC4IGOV-2015-07-010 APPROVED BUDGET FOR THE CONTRACT: PhP65,974,880.00 Ref. Particulars No. ENVELOPE 1: ELIGIBILITY AND TECHNICAL DOCUMENTS ELIGIBILITY DOCUMENTS CLASS A DOCUMENTS (a.1.) ELIGIBILITY DOCUMENTS FOR LOCAL COMPANIES i. Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives ii. Business/Mayor's permit for 2015 issued by the city or municipality where the principal place of business of the prospective bidder is located iii. Valid and Current Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR. iv. Statement of all its Ongoing (including awarded contract/s not yet started, if any) within the last three (3) Years, (Annex I) Any of the following documents must be submitted corresponding to listed contracts per submitted Annex I: a) Notice of Award; or b) Notice to Proceed v. Statement of Completed Single Largest Contract from January 2010 up to the day before the deadline for the submission bids of similar in nature equivalent to at least fifty percent (50%) of the ABC. Annex I-A Any of the following documents must be submitted corresponding to listed contracts per submitted Annex I-A: a) Copy of End User s Acceptance; or b) Copy of Official Receipt/s vi. Copy of 2014 Annual Income Tax Return submitted through BIR s Electronic Filing and Payment System (EFPS) together with the following Audited Financial Statements for 2014 and 2013 (in comparative form or separate reports): a) Copy of Independent Auditor s Report; b) Balance Sheet (Statement of Financial Position); c) Income Statement (Statement of Comprehensive Income); Each of the above statements must have stamped received by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions vii. Duly signed Net Financial Contracting Capacity Computation (NFCC) per Annex

II, in accordance with ITB Clause 5.5 NFCC = [(Current Assets minus Current Liabilities) (K)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started coinciding with the contract to be bid. Where: K: 10 for a contract duration of one year or less, 15 for a contract duration of more than one year up to two years, and 20 for a contract duration of more than two years. Notes: 1. The values of the bidder s current assets and current liabilities shall be based on the data submitted to BIR through its Electronic Filing and Payment System. 2. Value of all outstanding or uncompleted contracts refers those listed in Annex-I. 3. The detailed computation using the required formula must be shown as provided above. CLASS B DOCUMENTS (FOR JOINT VENTURE) i. For Joint Ventures, Bidder to submit either: 1. Copy of the JOINT VENTURE AGREEMENT (JVA) in case the joint venture is already in existence, or 2. Copy of Protocol / Undertaking of Agreement to Enter into Joint Venture signed by all the potential join venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful. (Annex III) The JVA or the Protocol/Undertaking of Agreement to Enter into Joint Venture (Annex III) must include/specify the company/partner and the name of the office designated as authorized representative of the Joint Venture. For Joint Venture, the following documents must likewise be submitted: For Joint Venture Between Two (2) Local Companies, each partner should submit: 1. Registration Certificate from the Securities and Exchange Commission (SEC) for corporations, Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives; 2. Business/Mayor's permit for 2015 issued by the city or municipality where the principal place of business of the prospective bidder is located; 3. Valid and Current Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR. For item (iv) to (vii) of the required eligibility documents, submission by any of the Joint Venture partner constitutes compliance.

TECHNICAL DOCUMENTS (b)(i) (b)(ii) (b)(iv) (b)(v) (b)(vi) (b)(vii) (b)(viii) Bid security shall be issued in favor of the INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE (ICT Office) valid at least one hundred twenty (120) days after date of bid opening in any of the following forms: a) BID SECURING DECLARATION per Annex IV; or b) Cashier s / Manager s Check equivalent to at least 2% of ABC issued by a Local or Universal or Local Commercial Bank. Description Qty ICT Office ABC Total Price Bid Security: Cash, Cashier s / Manager s Check, (2%) (P) Procurement of Goods and Services for the Government Common Platform Enterprise Business Intelligence Tools and 1 lot 65,974,880.00 1,319,497.60 Duly signed and completed Technical Bid Form. Bidder must use, accomplish and submit the Technical Bid Form hereto attached as Annex V. Brochure (original or internet download / Technical Data Sheet or equivalent document): *Note: If the brochures or technical data sheet are not in English, the same must be accompanied by an English translation. The English translation must be authenticated by the appropriate embassy or consulate of the manufacturer in the Philippines. Valid and Current Certificate of Distributorship / Dealership/ Resellership of the following product being offered, issued by the principal or manufacturer of the product (if Bidder is not the manufacturer). If not issued by manufacturer, must also submit certification / document linking bidder to the manufacturer. Certificate of Performance Evaluation (Annex V-B) showing a rating of at least Very Satisfactory issued by the Bidder s Single Largest Completed Contract Client stated in the submitted Annex I-A. List of authorized Support Centers in the Philippines (indicating address, telephone & fax number/s, e-mail address & contact person). In the event of closure of business, termination of franchise / support center, the supplier shall notify the ICT Office accordingly of the new support centers with telephone numbers and address who can provide the needed service/s; Proof of Authority of the Bidder s authorized representative/s: a) FOR SOLE PROPRIETORSHIP (IF OWNER OPTS TO APPOINT A REPRESENTATIVE): Duly notarized Special Power of Attorney b) FOR CORPORATIONS, COOPERATIVE OR THE MEMBERS OF THE JOINT VENTURE: Duly notarized Secretary s Certificate evidencing the authority of the designated representative/s. IN THE CASE OF UNINCORPORATED JOINT VENTURE: Each member shall submit a separate Special Power of Attorney and/or Secretary s Certificate evidencing the authority of the designated representative/s.

(b)(ix) (b)(xii) Omnibus Sworn Statements using the form prescribed. (Annex VI) a) Authority of the designated representative b) Non-inclusion of blacklist or under suspension status c) Authenticity of Submitted Documents d) Authority to validate Submitted Documents e) Disclosure of Relations f) Compliance with existing labor laws and standards g) Did not pay any form of consideration Statement of compliance with the Schedule of Requirements Statement of compliance with the Technical Specifications ENVELOPE 2: FINANCIAL DOCUMENTS 13.1 (a) 13.1 (b) 15.4(a) (i) & 15.4(b) (ii) NOTE: Completed and signed Financial Bid Form. Bidder must use, accomplish and submit Financial Bid Form hereto attached Annex VII. ABC P (VAT Description Qty Inclusive) Total Procurement of Goods and Services for the Government Common Platform Enterprise Business Intelligence Tools and 1 lot P65,974,880.00 The ABC is inclusive of VAT. Any proposal with a financial component exceeding the ABC shall not be accepted. Further, the sum of bid for each item indicated in the Detailed Financial Breakdown per Annex VII-A must be equal to the signed and submitted Financial Bid Form per Annex VII. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a Certification from the DTI, SEC or CDA to be enclosed pursuant to the Revised IRR of R.A. 9184. Completed For Goods Offered from Abroad and/or For Goods Offered From Within the Philippine Forms per Annex VIII-A and Annex VIII-B. In case of inconsistency between the Checklist of Requirements for Bidders and the provisions in the Instruction to Bidders/Bid Data Sheet, the Instruction to Bidders/Bid Data Sheet shall prevail