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

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

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

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)

Procurement of CONSULTING SERVICES

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

REQUEST FOR QUOTATION

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

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

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

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

FINANCIAL DOCUMENTS FOR ELIGIBILITY CHECK

Section I. Invitation to Bid

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

PHILIPPINE BIDDING DOCUMENTS

PHILIPPINE BIDDING DOCUMENTS

Bidding Documents for the

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

Prequalification Document for Procurement of Works

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

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

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

BANK OF UGANDA REPUBLIC OF UGANDA

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

E-Tendering Requirements for MDB Financed Procurement October 2005

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

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

PREQUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR

Supplier prequalification Document

BANK OF UGANDA REPUBLIC OF UGANDA

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

E-Tendering Requirements for MDB Financed Procurement November 2009

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

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

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

Development of application Software for Election Commission

PROVISION OF LEGAL SERVICES

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

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

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

COMPETITIVE TENDER 153/16 FOR PROVISION OF DIGITAL MARKETING SERVICES. Closing Date of Tender: 29 February 2016.

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

Quezon City REVENUE REGULATIONS NO

PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEAR

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

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

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

OPEN JOINT STOCK COMPANY LONG-DISTANCE AND INTERNATIONAL TELECOMMUNICATIONS ROSTELECOM

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

1. Technical Offer Submission Sheet

City of Johannesburg Supply Chain Management Unit

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

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

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

The Public Procurement Rules, 2064 (2007)

STANDARD BIDDING DOCUMENTS

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

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

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

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

Provision of Internet Services at NNPC Corporate Headquarters, Abuja

SCHOOL OF PLANNING AND ARCHITECTURE

Request For Quotation from Service Providers. for. ISO/IEC 27001:2013 Certification for UTIITSL

STANDARD CONTRACT EXECUTION FORMS

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034

Request for Proposals

SUPPLY, INSTALLATION AND COMMISSIONING OF A LABORATORY INFORMATION MANAGEMENT SYSTEM (LIMS) FOR THE TRINIDAD AND TOBAGO FORENSIC SCIENCE CENTRE

COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT

RESOLUTION NO

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

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

RFP Milestones, Instructions, and Information

TENDER FOR TRAVEL SERVICES

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

香 港 特 別 行 政 區 政 府. The Government of the Hong Kong Special Administrative Region. Development Bureau Technical Circular (Works) No.

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

Corrigendum Document. For. Selection of Agency

GPPB Resolution (issued 29 June 2007)

ATTACHMENT B PROPOSAL SUBMITTAL FORMS. For WEB FILTER REPORTING TOOL RFP #

FOR INFORMATION PURPOSES ONLY

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

Procurement of Goods

TENDERS ARE INVITED FOR INFORMATION TECHNOLOGY CONSULTANCY SERVICES

REPUBLIC OF KENYA OFFICE OF THE GOVERNOR NYERI COUNTY GOVERNMENT OF NYERI TENDER NO. CGN/49/

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

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

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

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 In relation to the queries, clarifications, recommendations and suggestions for the aforementioned project, hereunder is the official response of the BAC4IGOV: No. Questions BAC4IGOV s Response 1 Clarification on the 30 calendar days delivery time frame from receipt of NTP. Will this only cover the delivery and installation of the goods or the software? This is specific to the delivery of licenses. 2. Clarification on the Reports: How many exactly the reports to be delivered? Though Sixteen (16) reports were mentioned in the document, but no clear details were provided. Are there any specific details on what type of reports are needed? 3 Clarification on Data source: The five (5) XML registries and at least fifty (50) NoSQL data marts. Kindly elaborate the requirement further. 4 It was also mentioned in the document that the BI development will commence only after the fifty (50) NoSQL datamarts has been developed. Is it in the development stage or production? 5 Is data modeling included in the scope of this project? Details on the structure and content have yet to be defined. The Data Marts (10 data marts per collaborative group/registry output) is a deliverable of another tender. The specifications will be defined as a deliverable of that separate tender. Everything is currently being tendered No. BI work will be based on designs provided by another tender No 6 Is data cleansing included in the scope of this project? 7 Are the data readily available? Output of a separate project 8 We have identified one more clarification under This simply means that we are page 86 of the bidding documents, "Production procuring for a system that could Environment: Software Component"- 120 support 120 concurrent users, Concurrent users (at a 10% concurrency-this but our initial estimated amounts to 1200 named users at mixed concurrent use will only be at workloads) 10% to account for potential Please elaborate the above statement further peaks in usage. for clarification?

9 Clarification on Page 84 under Section VII Technical Specifications: K) Should be able to support offline analysis based on specific dataset. 10 Clarification on Page 86 under Section VII Technical Specifications: 6) Investment Protection - a) Must have a roadmap and protection from obsolescence - please elaborate further. 11 Section 7. Technical Specifications. Project Scope 2) Design and Implementation of typical information dashboards and reports for typical hierarchy of users (Executives, Middle Managers, General Population ) with realistic, mixed workloads. 3) Design, Implementation, and Deployment of the Enterprise Business Intelligence Tools and Applications with data gathered against the following contextual XML registries: 4)c. Design, develop, test, and deploy dashboards and reports against a minimum of 50 Enterprise NoSQLbased Data Marts with typical or standard dimensions/elements; - Is there already a specific number of reports/dashboards that the project envisions? If so, how many? Is there a list of dashboards that can be seen for reference? What is there definition of an Active Disaster Recovery? Does this accept requests as well together with the Production Server? 12 Eligibility - Single Largest Contract System should allow users to analyze data even in offline mode or even when not connected to the data source. This is future-proofing and would require the use of open standard technologies and eliminating all such technologies that encapsulate output using proprietary containers. 4) None. Active Disaster Recovery. Yes. Yes. Will igov consider the submission of aggregated contracts from which the amount of one contract is equal to at least 25% of the ABC? Considering also that the project requires such expertise to implement. Therefore, similar contracts should be more specific and would mean "Supply and Delivery of Goods and Services particularly for the Enterprise Business Intelligence".

13 4.1(e) A Bidder submits more than one bid in this bidding process. However, this does not limit the participation of subcontractors in more than one bid; 4.1(e) A Bidder submits more than one bid in this bidding process. However, this does not limit the participation of subcontractors in more than one bid; 14 Section 3. Bid Data Sheet (BDS) - 8.1 Subcontracting is not allowed. Please clarify No. Please read the whole of Section II. Instructions to Bidders, item A.4 Conflict of Interest. What this provision says is a bidder submitting more than one bid in this bidding process shall be considered a case of conflict of interest and shall result to disqualification of that bidder. For this contract, bidders are not allowed to subcontract any components. Further, that in Section III, Bid Data Sheet (BDS), ITB Clause (a) Eligibility Documents provides that, 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 The provision above is hereby modified to read as follows: 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 Statement of at Least Three (3) Completed Contracts of Similar Nature Within The Last Five (5) Years, the aggregate of which should be equivalent to at least fifty percent (50%) of the Approved Budget for the Contract (ABC); The largest of these similar contracts must be equivalent to at least twenty-five percent (25%) of the ABC (Annex I-A) prior to the deadline for the submission and receipt of eligibility documents. or

Thus, Annex I-A modifying its title to Statement of Single (1) Largest Completed Contract of Similar Nature or Statement of at Least Three (3) Completed Contracts of Similar Nature Within the Last Five (5) Years From Date of Submission and Receipt of Bids Amounting to At Least Fifty Percent (50%) of the Approved Budget of Contract (ABC). Provided further, that Section XI, Checklist of Requirements, Ref No., (a.1.) Eligibility Documents for Local Companies is also revised to read as follows: 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. Revised Annex I-A Any of the following documents must be submitted corresponding to listed contracts per submitted Revised Annex I-A: a) Copy of End User s Acceptance; or b) Copy of Official Receipt/s Or Statement of at Least Three (3) Completed Contracts of Similar Nature Within The Last Five (5) Years, the aggregate of which should be equivalent to at least fifty percent (50%) of the Approved Budget for the Contract (ABC); The largest of these similar contracts must be equivalent to at least twenty-five percent (25%) of the ABC (Revised Annex I-A) prior to the deadline for the submission and receipt of eligibility documents. 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

(Bidder s Company Letterhead) Revised Annex I-A Procurement of Goods and Services for the Government Common Platform Enterprise Business Intelligence Tools Bid Ref No. BAC4IGOV-2015-07-010 STATEMENT OF SINGLE (1) LARGEST COMPLETED CONTRACT OF SIMILAR NATURE OR STATEMENT OF AT LEAST THREE (3) COMPLETED CONTRACTS OF SIMILAR NATURE WITHIN THE LAST FIVE (5) YEARS FROM DATE OF SUBMISSION AND RECEIPT OF BIDS AMOUNTING TO AT LEAST FIFTY PERCENT (50%) OF THE APPROVED BUDGET OF CONTRACT (ABC) Name of Client Name of Contract Date of the Contract Kinds of Goods Value of Contracts Date of Completion Official Receipt No. & Date OR End User s Acceptance Date (Please attach) CERTIFIED CORRECT: Name & Signature of Authorized Representative Position Date

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 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. Revised Annex I-A Any of the following documents must be submitted corresponding to listed contracts per submitted Revised Annex I-A: c) Copy of End User s Acceptance; or d) Copy of Official Receipt/s Or Statement of at Least Three (3) Completed Contracts of Similar Nature Within The Last Five (5) Years, the aggregate of which should be equivalent to at least fifty percent (50%) of the Approved Budget for the Contract (ABC); The largest of these similar contracts must be equivalent to at least twenty-five percent (25%) of the ABC (Annex I-A) prior to the deadline for the submission and receipt of eligibility documents. e)

v. 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 vi. 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: (a) For Joint Venture Between Two (2) Local Companies, each partner should submit: a. 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; b. Business/Mayor's permit for 2015 issued by the city or municipality where the principal place of business of the prospective bidder is located;

c. 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 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. (b)(i) (b)(ii) (b)(iv) (b)(v) (b)(vi) (b)(vii) (b)(viii) (b)(ix) 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 Applications 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. Valid and Current ISO 9001 Quality Management System Certificate issued to the manufacturer by an Independent Certifying body of the following items: *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. 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 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; 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:

(b)(xii) Sec. 6 Sec. 7 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. 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) 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 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. Detailed Financial Breakdown per Annex VII-A 13.1 (b) 15.4(a) (i) & 15.4(b) (ii) NOTE: 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