procurement of availing the services of a company … · bac4igov-2015-08-037 (nego) 4 request for...
TRANSCRIPT
INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE
ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101
PROCUREMENT OF AVAILING THE SERVICES
OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED
POLICY DOCUMENTS
BID REFERENCE NO.: BAC4IGOV-2015-08-037 (NEGO)
APPROVED BUDGET FOR THE CONTRACT: PhP3,200,000.00
Department of Science and Technology INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE
BIDS AND AWARDS COMMITTEE FOR INTEGRATED GOVERNMENT PHILIPPINES
(BAC4IGOV)
August 2015
BAC4IGOV-2015-08-037 (NEGO)
2
TABLE OF CONTENTS
Section I Request for Expression of Interest 3 Section II Eligibility Documents 6 Section III Eligibility Data Sheet 5 Section IV Terms of Reference 20 Section V Eligibility Forms 37 Section VI. Instructions to Bidders 46 Section VII Bid Data Sheet 73 Section VIII General Conditions of the Contract 80 Section IX Special Conditions of the Contract 105 Section X Bidding Forms 108 Section XI Appendices 146
BAC4IGOV-2015-08-037 (NEGO)
3
Section I. Request for Expression of Interest
BAC4IGOV-2015-08-037 (NEGO)
4
REQUEST FOR EXPRESSION OF INTEREST FOR AVAILING THE SERVICES OF A COMPANY
FOR THE DEVELOPMENT OF REQUIRED POLICY DOCUMENTS
1. The INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE, through the
2014 Government (eGov) Fund, intends to apply the sum of Three Million Two Hundred Thousand Pesos (PhP3,200,000.00) being the Approved Budget for the Contract (ABC) for AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED POLICY DOCUMENTS. Bids received in excess of the ABC shall be automatically rejected at the opening of the financial proposals.
2. The INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE now calls for the submission of eligibility documents for availing the services of a company for the development of required policy documents. Interested consultants must submit their eligibility documents on or before 3 September 2015, 12 Noon at Information and Communications Technology Office, ICTO Building, C.P. Garcia Avenue, UP Diliman, Quezon City. Applications for eligibility will be evaluated based on a non-discretionary “pass/fail” criterion.
3. The BAC shall draw up the short list of consultants from those who have submitted eligibility documents and have been determined as eligible in accordance with the provisions of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”, and its Implementing Rules and Regulations (IRR). The short list shall consist of three (3) prospective bidders who will be entitled to submit bids. Minimum average rating to be considered for shortlisting is 80%. The criteria and rating system for short listing are:
CRITERIA WEIGHT
ELIGIBILITY DOCUMENT/S
RATING SYSTEM
1 Applicable Experience
35%
SEC or DTI Registration or equivalent as certified by the embassy of the country where the principal office of the bidder is located
100% 5 to 9 years in business or more
80% 3 to 4 years in business
60% 1 to 2 years in business
20% less than 1 year in business
2 Qualification of Personnel
40%
Single Largest Completed Contract Similar to the Project in terms of Size and Complexity
100% Completed contract as Main contractor
80% Completed contract as Partner contractor
60% Completed contract as Subcontractor
BAC4IGOV-2015-08-037 (NEGO)
5
3 Current Workload
25% NFCC
100% NFCC is more than 100% of the
ABC
80% NFCC is 50% to 100% of the ABC 60% NFCC is 25% to 49% of the ABC
40% NFCC is 1% to 24% of the ABC
Total 100% Note: The Prospective bidder’s NFCC will be determined by the procuring entity based on their Audited Financial Statements and Statement of All Ongoing Government and Private Contracts.
4. Bidding will be conducted through open competitive bidding procedures using non-
discretionary “pass/fail” criterion as specified in the IRR of RA 9184. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines.
5. The Procuring Entity shall evaluate bids using the Quality-Cost Based Evaluation/Selection
(QCBE/QCBS) procedure. Procuring Entity shall indicate the weights to be allocated for the Technical and Financial Proposals. The criteria and rating system for the evaluation of bids shall be provided in the Instructions to Bidders.
6. The contract shall be completed within twelve (12) months after the issuance of the Notice to Proceed.
7. The Information and Communications Technology Office (ICT Office) reserves the right to reject any and all bids, annul the bidding process, or not award the contract at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.
For further information, please refer to: BAC4IGOV Secretariat Information and Communications Technology Office Carlos P. Garcia Avenue, UP Diliman, Quezon City Tel. No. 920-7420 or 920-0101 local 2631 Fax No. 920-7447 Email: [email protected] Web: icto.dost.gov.ph and i.gov.ph 26 August 2015
DENIS F. VILLORENTE Chairman, BAC4IGOV
BAC4IGOV-2015-08-037 (NEGO)
6
Section II. Eligibility Documents
BAC4IGOV-2015-08-037 (NEGO)
7
1. Eligibility Criteria
1.1. The following persons/entities shall be allowed to participate in the bidding for Consulting Services:
(a) Duly licensed Filipino citizens/sole proprietorships;
(b) Partnerships duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines;
(c) Corporations duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the outstanding capital stock belongs to citizens of the Philippines;
(d) Cooperatives duly organized under the laws of the Philippines, and of which at least sixty percent (60%) interest belongs to citizens of the Philippines; or
(e) Persons/entities forming themselves into a joint venture, i.e., a group of two (2) or more persons/entities that intend to be jointly and severally responsible or liable for a particular contract: Provided, however, That Filipino ownership or interest thereof shall be at least sixty percent (60%). For this purpose, Filipino ownership or interest shall be based on the contributions of each of the members of the joint venture as specified in their JVA.
1.2. When the types and fields of Consulting Services involve the practice of professions regulated by law, those who will actually perform the services shall be Filipino citizens and registered professionals authorized by the appropriate regulatory body to practice those professions and allied professions specified in the Eligibility Data Sheet (EDS).
1.3. If the Request for Expression of Interest allows participation of foreign consultants, prospective foreign bidders may be eligible subject to the qualifications stated in the EDS.
1.4. Government corporate entities may be eligible to participate only if they can establish that they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are not dependent agencies of the GOP or the Procuring Entity.
BAC4IGOV-2015-08-037 (NEGO)
8
2. Eligibility Requirements
2.1. The following eligibility requirements shall be submitted on or before the date of the eligibility check specified in the Request for Expression of Interest and Clause 5 for purposes of determining eligibility of prospective bidders:
(a) Class “A” Documents –
Legal Documents
(i) Registration certificate from Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives, or any proof of such registration as stated in the EDS;
(ii) Mayor‟s permit 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.
Technical Documents
(iv) Statement of the prospective bidder of all its ongoing and completed 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, within the relevant period provided in the EDS. The statement shall include, for each contract, the following:
(iv.1) the name and location of the contract;
(iv.2) date of award of the contract;
(iv.3) type and brief description of consulting services;
(iv.4) consultant‟s role (whether main consultant, subcontractor, or partner in a JV)
(iv.5) amount of contract;
BAC4IGOV-2015-08-037 (NEGO)
9
(iv.6) contract duration; and
(iv.7) certificate of satisfactory completion or equivalent document specified in the EDS issued by the client, in the case of a completed contract;
(v) Statement of the consultant specifying its nationality and confirming that those who will actually perform the service are registered professionals authorized by the appropriate regulatory body to practice those professions and allied professions in accordance with Clause 1.2.
Financial Document
(vi) The consultant‟s audited financial statements, showing, among others, the consultant‟s total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two (2) years from the date of bid submission.
(b) Class “B” Document –
Valid joint venture agreement (JVA), in case a joint venture is already in existence. In the absence of a JVA, duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful, shall be included in the bid. Failure to enter into a joint venture in the event of a contract award shall be ground for the forfeiture of the bid security. Each partner of the joint venture shall submit the legal eligibility documents. The submission of technical and financial documents by any of the joint venture partners constitutes compliance.
2.2. In the case of foreign consultants, the foregoing eligibility requirements under Class “A” Documents may be substituted by the appropriate equivalent documents, if any, issued by the foreign consultant‟s country.
2.3. The eligibility requirements or statements and all other documents to be submitted to the BAC must be in English. A translation of the documents in English certified by the appropriate embassy or consulate in the Philippines must accompany the eligibility requirements under Classes “A” and “B” Documents if they are in other foreign language.
BAC4IGOV-2015-08-037 (NEGO)
10
2.4. Prospective bidders may obtain a full range of expertise by associating with individual consultant(s) and/or other consultants or entities through a JV or subcontracting arrangements, as appropriate. However, subcontractors may only participate in the bid of one short listed consultant. Foreign Consultants shall seek the participation of Filipino Consultants by entering into a JV with, or subcontracting part of the project to, Filipino Consultants.
2.5. If a prospective bidder has previously secured a certification from the Procuring Entity to the effect that it has previously submitted the above-enumerated Class “A” Documents, the said certification may be submitted in lieu of the requirements enumerated in Clause 2.1 above.
3. Format and Signing of Eligibility Documents
3.1. Prospective bidders shall submit their eligibility documents through their duly authorized representative on or before the deadline specified in Clause 5.
3.2. Prospective bidders shall prepare an original and copies of the eligibility documents. In the event of any discrepancy between the original and the copies, the original shall prevail.
3.3. The eligibility documents, except for unamended printed literature, shall be signed, and each and every page thereof shall be initialed, by the duly authorized representative/s of the prospective bidder.
3.4. Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the prospective bidder.
4. Sealing and Marking of Eligibility Documents
4.1. Unless otherwise indicated in the EDS, prospective bidders shall enclose their original eligibility documents described in Clause 2.1, in a sealed envelope marked “ORIGINAL – ELIGIBILITY DOCUMENTS”. Each copy of shall be similarly sealed duly marking the envelopes as “COPY NO. ___ - ELIGIBILITY DOCUMENTS”. These envelopes containing the original and the copies shall then be enclosed in one single envelope.
4.2. The original and the number of copies of the eligibility documents as indicated in the EDS shall be typed or written in indelible ink and shall be signed by the prospective bidder or its duly authorized representative/s.
BAC4IGOV-2015-08-037 (NEGO)
11
4.3. All envelopes shall:
(a) contain the name of the contract to be bid in capital letters;
(b) bear the name and address of the prospective bidder in capital letters;
(c) be addressed to the Procuring Entity‟s BAC specified in the EDS;
(d) bear the specific identification of this Project indicated in the EDS; and
(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of eligibility documents, in accordance with Clause 5.
4.4. If the eligibility documents are not sealed and marked as required, the Procuring Entity will assume no responsibility for its misplacement or premature opening.
5. Deadline for Submission of Eligibility Documents
Eligibility documents must be received by the Procuring Entity‟s BAC at the address and on or before the date and time indicated in the Request for Expression of Interest and the EDS.
6. Late Submission of Eligibility Documents
Any eligibility documents submitted after the deadline for submission and receipt prescribed in Clause 5 shall be declared “Late” and shall not be accepted by the Procuring Entity.
7. Modification and Withdrawal of Eligibility Documents
7.1. The prospective bidder may modify its eligibility documents after it has been submitted; provided that the modification is received by the Procuring Entity prior to the deadline specified in Clause 5. The prospective bidder shall not be allowed to retrieve its original eligibility documents, but shall be allowed to submit another set equally sealed, properly identified, linked to its original bid marked as “ELIGIBILITY MODIFICATION” and stamped “received” by the BAC. Modifications received after the applicable deadline shall not be considered and shall be returned to the prospective bidder unopened.
7.2. A prospective bidder may, through a letter of withdrawal, withdraw its eligibility documents after it has been submitted, for valid and justifiable
BAC4IGOV-2015-08-037 (NEGO)
12
reason; provided that the letter of withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of eligibility documents.
7.3. Eligibility documents requested to be withdrawn in accordance with this Clause shall be returned unopened to the prospective bidder concerned. A prospective bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of eligibility documents. A prospective bidder that withdraws its eligibility documents shall not be permitted to submit another set, directly or indirectly, for the same project.
8. Opening and Preliminary Examination of Eligibility Documents
8.1. The Procuring Entity‟s BAC will open the envelopes containing the eligibility documents in the presence of the prospective bidders‟ representatives who choose to attend, at the time, on the date, and at the place specified in the EDS. The prospective bidders‟ representatives who are present shall sign a register evidencing their attendance.
8.2. Letters of withdrawal shall be read out and recorded during the opening of eligibility documents and the envelope containing the corresponding withdrawn eligibility documents shall be returned unopened to the withdrawing prospective bidder. If the withdrawing prospective bidder‟s representative is present during the opening, the original eligibility documents and all copies thereof shall be returned to the representative during the opening of eligibility documents. If no representative is present, the eligibility documents shall be returned unopened by registered mail.
8.3. A prospective bidder determined as “ineligible” has seven (7) calendar days upon written notice or, if present at the time of the opening of eligibility documents, upon verbal notification, within which to file a request for reconsideration with the BAC: Provided, however, that the request for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the prospective bidder concerned: Provided, further, that the BAC shall decide on the request for reconsideration within seven (7) calendar days from receipt thereof. If a failed prospective bidder signifies intent to file a request for reconsideration, in the case of a prospective bidder who is declared
BAC4IGOV-2015-08-037 (NEGO)
13
ineligible, the BAC shall hold the eligibility documents until such time that the request for reconsideration or protest has been resolved.
8.4. The eligibility documents envelopes and modifications, if any, shall be opened one at a time, and the following read out and recorded:
(a) the name of the prospective bidder;
(b) whether there is a modification or substitution; and
(c) the presence or absence of each document comprising the eligibility documents vis-à-vis a checklist of the required documents.
8.5. The eligibility of each prospective bidder shall be determined by examining each bidder‟s eligibility requirements or statements against a checklist of requirements, using non-discretionary “pass/fail” criterion, as stated in the Request for Expression of Interest, and shall be determined as either “eligible” or “ineligible.” If a prospective bidder submits the specific eligibility document required, he shall be rated “passed” for that particular requirement. In this regard, failure to submit a requirement, or an incomplete or patently insufficient submission, shall be considered “failed” for the particular eligibility requirement concerned. If a prospective bidder is rated “passed” for all the eligibility requirements, he shall be considered eligible to participate in the bidding, and the BAC shall mark the set of eligibility documents of the prospective bidder concerned as “eligible.” If a prospective bidder is rated “failed” in any of the eligibility requirements, he shall be considered ineligible to participate in the bidding, and the BAC shall mark the set of eligibility documents of the prospective bidder concerned as “ineligible.” In either case, the BAC chairperson or his duly designated authority shall countersign the markings.
9. Short Listing of Consultants
9.1. Only prospective bidders whose submitted contracts are similar in nature and complexity to the contract to be bid as provided in the EDS shall be considered for short listing.
9.2. The BAC of the Procuring Entity shall draw up the short list of prospective bidders from those declared eligible using the detailed set of criteria and rating system to be used specified in the EDS.
BAC4IGOV-2015-08-037 (NEGO)
14
9.3. Short listed consultants shall be invited to participate in the bidding for this project through a Letter of Invitation to Bid issued by the BAC of the Procuring Entity.
9.4. Only bids from short listed bidders shall be opened and considered for award of contract. These short listed bidders, whether single entities or JVs, should confirm in their bids that the information contained in the submitted eligibility documents remains correct as of the date of bid submission.
BAC4IGOV-2015-08-037 (NEGO)
15
Section III. Eligibility Data Sheet
BAC4IGOV-2015-08-037 (NEGO)
16
Eligibility Data Sheet Eligibility Documents
1.2 The scope of the activities to be performed by the service provided will
include:
a) The company shall review, enhance, and facilitate the vetting process of all previously drafted policies.
b) The company shall develop the required policy documents listed in
Annex A.
i) Research on Pertinent Laws, Regulatory Requirements, and Best Practices and Standards Applicable in Information and Communications Technology (ICT).
(a) The company shall research on pertinent laws and
regulatory requirements applicable in the field of ICT. Part of their services is also to research best practices and standards to comply with the ISO/IEC 27001:2013 and ISO 9001:2008.
(b) It must also do the applicable methods for gathering
information, e.g. organizing focus group discussions, doing surveys, etc., for the development of the required policy documents.
ii) Develop the Required Policy Documents
(a) The company shall develop the required policy
documents enumerated in Annex A.
(b) Required Policy Documents to be Developed:
(c) Project Level Policy Documents – 8 documents
(d) Policy Documents – 8 documents
(e) Technical Documents – 12 documents
BAC4IGOV-2015-08-037 (NEGO)
17
(f) Disaster Recovery / Business Continuity Plan – 19 documents
(g) Operations Manual – 13 documents
(h) Existing Policy Documents for Enhancement and Completion – 7 documents
(i) TOTAL: 67 documents
iii) Facilitate the Vetting Process
(a) Part of the services of the company is to work closely
with all project team components and other stakeholders to ensure the proper planning, formulation, adoption, implementation, and evaluation of the policy documents.
(b) The iGovPhil Project will handle the logistics (e.g.,
coordinate the attendance, provide meals to the participants, etc.).
iv) Conduct Users‟ Awareness Training on Policies and Operational
Procedures Developed
(a) The company shall turn over the developed policies and operational procedures and conduct awareness training to DOST-ICT Office.
(b) The company shall produce training instruction manuals
to be used by different operations teams of iGovPhil‟s products and services.
1.3 Foreign consultants may be eligible to participate in this Project, subject to the following qualifications:
a) must be registered with the SEC and/or any agency authorized by the laws of the Philippines;
b) when the types and fields of consulting services in which the foreign consultant wishes to engage involve the practice of regulated professions, the foreign consultant must be authorized by the appropriate GOP professional regulatory body specified in Clause 1.2
BAC4IGOV-2015-08-037 (NEGO)
18
to engage in the practice of those professions and allied professions: Provided, however, That the limits of such authority shall be strictly observed.
(i) “No additional Requirements.” (iv) The Statement of All Ongoing and Completed Government and Private
Contracts (Annex I-B), Single Largest Completed Contracts (Annex I-C) prior to the deadline for the submission and receipt of eligibility documents.
(iv.7) Acceptable proof of satisfactory completion of completed contracts: a) Copy of End User‟s Acceptance; or b) Copy of Official Receipt/s c) Certificate of Performance Evaluation (Annex I-D) showing a
rating of at least Very Satisfactory issued by the bidder‟s Single Largest Completed Contract client
4.2 Each prospective bidder shall submit one (1) original and two (2) copies f its eligibility documents.
4.3(c) Bids and Awards Committee for the Integrated Government Project Philippines (BAC4IGOV)
4.3(d) Specific details concerning the identification of the Project: AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED POLICY DOCUMENTS Bid Reference No. BAC4IGOV-08-037 (Nego)
5 The address for submission of eligibility documents is ICT Office Building, Carlos P. Garcia Avenue, UP Diliman, Quezon City.
The deadline for submission of eligibility documents is on 3 September 2015, 12 Noon.
8.1 The place of opening of eligibility documents is Room 305, ICT Office Building, Carlos P. Garcia Avenue, UP Diliman, Quezon City.
The date and time of opening of eligibility documents is on 3 September 2015, 3 PM.
9.1 Similar contracts shall refer Similar contracts means “experiences in developing required policies for government agencies for ISO / IEC certification, particularly to previous editions of ISO/IEC 27001”
9.2 Criteria for Eligibility and Shortlisting
CRITERIA WEIGHT ELIGIBILITY
DOCUMENT/S RATING SYSTEM
1 Applicable Experience
35% SEC or DTI Registration or equivalent as
100% 5 to 9 years in business or more
BAC4IGOV-2015-08-037 (NEGO)
19
certified by the embassy of the country where the principal office of the bidder is located
80% 3 to 4 years in business
60% 1 to 2 years in business
20% less than 1 year in business
2 Qualification of Personnel
40%
Single Largest Completed Contract Similar to the Project in terms of Size and Complexity
100%
Completed contract as Main contractor
80%
Completed contract as Partner contractor
60% Completed contract as Subcontractor
3 Current
Workload 25% NFCC
100%
NFCC is more than 400% of the ABC of this project
80%
NFCC is 300% to 399% of ABC of this project
60%
NFCC is 200% to 299% of ABC of this project
40%
NFCC is 100% up to 199% of ABC of this project
Total 100%
Note: The Prospective bidder’s NFCC will be determined by the
procuring entity based on their Audited Financial Statements and Statement of All Ongoing Government and Private Contracts.
BAC4IGOV-2015-08-037 (NEGO)
20
Section IV. Terms of Reference
BAC4IGOV-2015-08-037 (NEGO)
21
Terms of Reference AVAILING THE SERVICES OF A COMPANY
FOR THE DEVELOPMENT OF REQUIRED POLICY DOCUMENTS Date: April 6, 2015
I. BACKGROUND
1.1. ABOUT THE INTEGRATED GOVERNMENT PHILIPPINES (IGOVPHIL)
PROJECT
The iGovPhil Project is an essential element in the implementation of the e-Government Master Plan of 2013-2016, which aims to provide better services to both citizens and businesses, as well as promote public participation. The implementation of the iGovPhil Project is based on Executive Order 47, which states the need for an information and communications technology infrastructure that will ensure the speedy and efficient government services to the people. This aims to make the government more efficient, transparent, and accountable. The iGovPhil Project Phase 1, launched on 28 June 2012, is one of the latest projects that seek to achieve a higher level of e-governance or the application of Information and Communications Technology (ICT) to rationalize government operations and improve the delivery of goods and services to the people. The iGovPhil Project, a joint undertaking of the Department of Science and Technology's Information and Communications Technology Office (DOST-ICT Office) and the Advanced Science and Technology Institute (DOST-ASTI), aims to achieve transparency and efficiency in government by setting up mechanisms to implement interactive and interconnected applications and online services. Currently, the iGovPhil Project faces a shortage of manpower. Also, its existing personnel lack the technical capability to produce the documents needed by the project that comply with ISO / IEC 27001:2013 and ISO/IEC 9001:2008.
1.2. ABOUT THE IGOVPHIL PROJECT’S GOALS
By developing relevant systems and enhancing and maximizing the existing ones, the iGovPhil Project aims to achieve the following: 1.2.1. Link up relevant government data centers and databases. 1.2.2. Have a secure government shared network for deploying government
information system. 1.2.3. Provide a secure payment system for government transactions. 1.2.4. Provide a secure single sign-on portal for accessing common government
services.
BAC4IGOV-2015-08-037 (NEGO)
22
1.2.5. Use digital certificates as means of authentication in online government transactions.
1.2.6. Acquire a secure official electronic communications and collaborations system.
1.2.7. Build a Government Data Center that will host all the applications. 1.3. ABOUT THE POLICY AND STANDARDS DEVELOPMENT
The Policy and Standards Development component of the iGovPhil Project develops the required policy documents that ensure the smooth operation of integrated systems. These required policy documents aim to improve the performance and use of all systems developed or implemented. These will guide implementors in their effort of enhancing and delivering the systems or infrastructures to the government agencies and the general public.
1.4. REASONS IN AVAILING THE SERVICES OF A COMPANY
In light of the enormity of the policies and operational procedures that need to be created, the iGovPhil Project has decided to avail of the services of a company, using Republic Act No. 9184, otherwise known as the “Government Procurement Reform Act,” that will develop the needed policy documents for an effective implementation of the project's developed systems or infrastructures. This is also in preparation for seeking ISO/IEC 27001:2013 certification in 2015-2016.
II. OBJECTIVE
The main objective of the proposal for availing the services of a company will be the development of the required policy documents to make the implementation of the iGovPhil Project‟s products and services smooth, effective, and efficient.
III. CONTRACT DURATION
The contract duration shall not be more than 12 months after the issuance of the Notice to Proceed.
IV. SCOPE OF SERVICES 4.1. The company shall review, enhance, and facilitate the vetting process of all
previously drafted policies.
4.2. The company shall develop the required policy documents listed in Annex A.
BAC4IGOV-2015-08-037 (NEGO)
23
4.2.1. Research on Pertinent Laws, Regulatory Requirements, and Best Practices and Standards Applicable in Information and Communications Technology (ICT). The company shall research on pertinent laws and regulatory requirements applicable in the field of ICT. Part of their services is also to research best practices and standards to comply with the ISO/IEC 27001:2013 and ISO 9001:2008. It must also do the applicable methods for gathering information, e.g. organizing focus group discussions, doing surveys, etc., for the development of the required policy documents.
4.2.2. Develop the Required Policy Documents
The company shall develop the required policy documents enumerated in Annex A.
Required Policy Documents to be Developed: Project Level Policy Documents – 8 documents Policy Documents – 8 documents Technical Documents – 12 documents Disaster Recovery / Business Continuity Plan – 19 documents Operations Manual – 13 documents Existing Policy Documents for Enhancement and Completion – 7 documents TOTAL: 67 documents
4.2.3. Facilitate the Vetting Process
Part of the services of the company is to work closely with all project team components and other stakeholders to ensure the proper planning, formulation, adoption, implementation, and evaluation of the policy documents. The iGovPhil Project will handle the logistics (e.g., coordinate the attendance, provide meals to the participants, etc.).
4.2.4. Conduct Users‟ Awareness Training on Policies and Operational Procedures
Developed
BAC4IGOV-2015-08-037 (NEGO)
24
The company shall turn over the developed policies and operational procedures and conduct awareness training to DOST-ICT Office. The company shall produce training instruction manuals to be used by different operations teams of iGovPhil‟s products and services.
V. QUALIFICATION REQUIREMENTS
The company shall possess the following: 5.1. Ability to deliver the required output within the prescribed period. 5.2. Extensive knowledge of pertinent laws, regulatory requirements, and best
practices and standards in the field of ICT. 5.3. Previous experience in developing required policies for government agencies for
ISO/IEC certification. 5.4. Previous experience in developing the required policy documents based on
current international standards, such as the previous or latest editions of ISO/IEC 27001.
5.5. Experience in different research methodologies. 5.6. Ability to launch a Users‟ Policy Awareness Campaign. 5.7. Experience in project management. 5.8. Must present a list of government agency clients. 5.9. Must present previous work samples
VI. REPORTING AND EVALUATION
The iGovPhil Project‟s Policy and Standard Development Team, together with the iGov Component Team Leaders (CTLs) Committee, shall evaluate the work delivered by the company on a set schedule to ensure the relevance and quality of work conducted by the latter.
VII. DELIVERY SCHEDULE
The development of the required policy documents and enhancement of the previously drafted policy documents shall be done simultaneously. The following schedule shall be followed.
Deliverables Delivery Schedule
7.1 First Draft Within the first three months after receiving the „Notice to Proceed‟
BAC4IGOV-2015-08-037 (NEGO)
25
7.2 Revised Draft (after consultation with project‟s team components and other stakeholders)
Latest is up to 3 months after the last conduct of the consultation
7.3 Final Draft / Output Latest is one month after ICT Office‟s comments on the draft
7.4 Training Instruction Manual; Users’ Training - Conduct Users‟ Awareness Training; Orient the Operations Team of the iGovPhil Project on How to Maintain All Documentations
Latest is one month after acceptance of the final draft
VIII. PAYMENT SCHEDULE
The following is the payment schedule for the company:
Upon signing (Mobilization Fee) – 15% Upon submission of the final draft / output (after at least three rounds of
consultations) – 75% (Net of 15% Mobilization Fee)
Upon submission of the terminal report – 10% IX. FUNDING SOURCE
The funding source for the services of the company shall be charged against the iGovPhil Project Fund.
X. CONFIDENTIALITY OF DATA
All project staff of the company shall be required to sign a non-disclosure agreement immediately at the start of the project. All systems to which the project staff of the company shall be granted access to its components, parts, specifications, data, ideas, technology, and non-technical materials (collectively referred to here as “Proprietary Information”) are confidential and proprietary to ICT Office / ASTI. The company agrees to hold the Proprietary Information in strict confidence and further agrees not to reproduce, transcribe, or disclose the Proprietary Information to third parties without the prior written approval of the ICT Office / ASTI.
BAC4IGOV-2015-08-037 (NEGO)
26
XI. PRE-TERMINATION OF THE CONTRACT
The contract for the services of the company may be pre-terminated by the iGovPhil Project for any violation of the terms of the contract. In case of pre-termination, the company shall be informed by the ICT Office / ASTI thirty (30) days prior to such pre-termination. In case of pre-termination, the company shall be liable to forfeiture of Performance Security. The ICT Office / ASTI shall have the right to blacklist the company in case of pre-termination.
Prepared by: (SGD.) ALBERTO B. SALVADOR JR. Information Systems Analyst DOST-ICT Office Approved by: (SGD.) ANTONETTE T. TORRES iGovPhil Project Manager DOST-ICT Office
BAC4IGOV-2015-08-037 (NEGO)
27
ANNEX A List of Required Policy Documents to be Developed Project Level Policy Documents:
Service Development Life Cycle (SDLC) Information Technology Infrastructure Library (ITIL) Information Technology Service Management – aligned with ISO/IEC
20000:2011 Information Security Management System (ISMS) policy
Data Privacy Policy Data Sharing Policy Data Governance eCommerce (PKI vs. scanned signature) / Policy Document Prescribing the Use
of Electronic Signature Total: 8 documents Application-specific Policy Documents:
Products / Services
Policy
Documents1
Technical Documents
Disaster Recovery
/ Business Continuity
Plan
Operations Manual
Government-wide Email System (GovMail)
x2 x
Government Project Management (PMGov version 1.0)
x x
Object Identifier Registration Authority (OIDRA)
x x
1 These documents are either Executive Order, Administrative Order, or Memorandum Circular for
adoption by National Agencies.
2 This ‘x’ mark indicates that the said document shall be developed by the company.
BAC4IGOV-2015-08-037 (NEGO)
28
Products / Services
Policy
Documents1
Technical Documents
Disaster Recovery
/ Business Continuity
Plan
Operations Manual
Government Web Hosting Service (GWHS)
x x
Agency Records Inventory System (AgRIS)
1. PKI
Enrolment Procedures
2. Virtual Machine Requests / Procedures
3. Back-up and Restore Procedures of Virtual Machines
x x
Fiber Optic Network
x x
Internet Protocol (IP) Network
4. Speed Test
5. Acceptance Form
x x
Government Data Center (GDC)
1. Operating
Procedure
for
Collocation
(server or
rack)
(included in
the Data
Center
Operations
Procedure)
6. Information Security Policy (use ISO/IEC 27001)
7. Network Security Policy
8. Maintenance Procedure (Government
x
BAC4IGOV-2015-08-037 (NEGO)
29
Products / Services
Policy
Documents1
Technical Documents
Disaster Recovery
/ Business Continuity
Plan
Operations Manual
2. Costing
Policy for
collocation
Data Center contractor to submit procedure and schedules on all equipment supplied)
PhPay and ProgRESIBO
x x
Forms Generator x
Archives Record Management Information System (ARMIS)
9. PKI Policy
10. PKI Enrolment Procedures
x x
Voice Over Internet Protocol (VoIP)
x x
Video Conferencing
x x
Enterprise Service Bus; Philippine Health Info Exchange; and Philippine National Info Exchange
3. Data Usage
Policy
x
Single Sign-on 4. Data Usage
Policy
x
Enterprise Resource Planning (ERP) System
5. Policy on
ERP Use
and
11. System Administration Manual
x x
BAC4IGOV-2015-08-037 (NEGO)
30
Products / Services
Policy
Documents1
Technical Documents
Disaster Recovery
/ Business Continuity
Plan
Operations Manual
Administrat
ion
Data Service Registry
6. Data Usage
Policy
x
Internet Domain Name Service
12. Service Manual
x x
Government Cloud (GovCloud)
7. Service
Policy on
How to
Avail
GovCloud
Facilities
x
Philippine Government Enterprise Architecture (PGEA)
8. Data Usage
Policy
Total: 8 Total: 12 Total: 19 Total: 13
Existing Policy Documents for Enhancement and Completion:
For GovMail:
o Agency E-mail Policy o Zimbra Agency Account Admin Manual - Zimbra End-User Manual o FileSender End-User Manual
For GWHS:
o Acceptable Use Policy o Service Manual
BAC4IGOV-2015-08-037 (NEGO)
31
For GDC:
o DC Operating Procedure -- to be patterned after the Telecommunications Industry Association (TIA) 942 and the American National Standard Institute (ANSI) Building Industry Consulting Service International (BICSI)3
o Physical Security Policy (included in the Data Center Operations Procedure but must be separated from the document)4
Total: 7 documents
3 This should be made part of the Information Security Policy.
4 This should be made part of the Information Security Policy.
BAC4IGOV-2015-08-037 (NEGO)
32
ANNEX B Criteria for Eligibility and Shortlisting
CRITERIA WEIGHT
BASIS / DOCUMENTS
RATING SYSTEM
1 Applicable Experience
35%
SEC or DTI Registration or equivalent as
certified by the embassy of the
country where the principal office of
the bidder is located
100% 5-9 years in business or more
80% 3 to 4 years in business
60% 1 to 2 years in business
20% Less than 1 year in business
2 Qualification of Personnel
40%
Single Largest Completed Contract
Similar to the Project in terms of
Size and Complexity
100% Completed contract as Main contractor
80% Completed contract as Partner contractor
60% Completed contract as Subcontractor
3 Current Workload
25% Net Financial
Contracting Capacity (NFCC)
100% NFCC is more than 100% of the ABC of this project
80% NFCC is 50% to 100% of ABC of this project
60% NFCC is 25% to 49% of ABC of this project
40% NFCC is 1 to 24% of ABC of this project
Total 100%
BAC4IGOV-2015-08-037 (NEGO)
33
ANNEX C Criteria for Quality – Cost Based Evaluation
CRITERIA WEIGHT
BASIS / DOCUMENTS
RATING SYSTEM
a
Ongoing projects related to similar contracts (Similar contracts means “experiences in developing required policies for government agencies for ISO / IEC certification, particularly to previous editions of ISO/IEC 27001”)
10%
Must submit / attach Certified
True Copy (CTC) of Notice Of Approval (NOA) / contract/s
a.1) Number of Similar Ongoing Contracts
100% 3 or more ongoing projects of similar nature
80% 2 ongoing projects of similar nature
60% 1 ongoing project of similar nature
0% 0 ongoing project of similar nature
10%
a.2) Size of Similar Ongoing Contracts / Projects
100% 3 or more ongoing projects of similar size
80% 2 ongoing projects of similar size
60% 1 ongoing project of similar size
0% 0 ongoing project of similar size
Successful experience in developing policy documents based on international standards
8%
Must submit / attach CTCs of the following for each
listed contract:
1) Contract / PO; and
2) Project Acceptance Report
b.1) Value of Similar Completed Contracts
100%
2 completed contract/projects of similar nature with a value of at least 50% of the ABC
80%
1 completed contract/project of similar nature with a value of at least 50% of the ABC
60% 1 completed contract/project of similar nature with
BAC4IGOV-2015-08-037 (NEGO)
34
a value of at least 50% of the ABC
0% 0 completed contract/project of similar nature with a value of at least 50% of the ABC
6% b.2) Number of Similar Completed Contracts
100% 3 or more completed / projects of similar nature
80% 2 completed contracts / projects of similar nature
60% 1 completed contract / project of similar nature
0% 0 completed contract / project of similar nature
6% b.3) Size of Similar Completed Contracts / Projects
100% 3 or more completed projects of similar size
80% 2 completed projects of similar size
60% 1 completed project of similar size
0% 0 completed project of similar size
c Qualification of the Resident Project Manager to be assigned to the job vis-à-vis extent and
5% Certifications of projects completed
c.1) Projects Completed
100% Has 3 or more similar projects completed
80% Has 2 similar completed projects
60% Has 1 similar
BAC4IGOV-2015-08-037 (NEGO)
35
complexity of undertaking
completed project
0% no completed similar project
5% CTC of diploma
c.2) Education
100% Has masteral / doctoral degree
80% Has IT-related bachelor‟s degree / diploma
60%
All other degrees / diplomas
5% CTCs of certifications
c.3) Certifications
100% Has project management certification
80% Has IT-related certification
60% All other certifications
0% No certification
d Writers‟ Pool 5% Certifications of projects completed
d.1) Projects Completed
100% 9 or all5 in the writers‟ pool have 3 or more similar projects completed
80% 7 to 8 in the writers‟ pool have 2 similar completed projects
60%
6 and below in the writers‟ pool have 1 similar completed project
0% Writers‟ pool has no completed similar project
5% CTC of diploma
d.2) Education
100% 9 or all in the writers‟ pool have masteral / doctoral
5 The Writers’ Pool shall consist of 10 writers.
BAC4IGOV-2015-08-037 (NEGO)
36
degrees
80% 7 to 8 in the writers‟ pool have IT-related bachelor‟s degrees / diplomas
60% All other degrees / diplomas
5% CTCs of certifications
d.3) Certifications
100% 9 or all in the writers‟ pool have certifications
80% 7 to 8 in the writers‟ pool have certifications
60% At least 4 in the writers‟ pool have certifications
40% No certification
e Financial 30% Financial Bid 100% Lowest Bid
80% 2nd Lowest Bid
60% 3rd Lowest Bid
40% 4th Lowest Bid
20% 5th Lowest Bid
Total 100%
BAC4IGOV-2015-08-037 (NEGO)
37
Section V. Eligibility Forms
BAC4IGOV-2015-08-037 (NEGO)
38
Annex I-A
(Bidder‟s Company Letterhead)
Eligibility Documents Submission Form
[Date]
DENIS F. VILLORENTE CHAIRPERSON Bids and Awards Committee for iGovPhil Project INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE ICT Office Bldg., Carlos P. Garcia Avenue UP Diliman, Quezon City Subject: AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT
OF REQUIRED POLICY DOCUMENTS Sir:
In connection with your Request for Expression of Interest dated [insert date] for AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED
POLICY DOCUMENTS ,[Name of Consultant] hereby expresses interest in participating in the eligibility and short listing for said Project and submits the attached eligibility documents in compliance with the Eligibility Documents therefor.
In line with this submission, we certify that: a) [Name of Consultant] is not blacklisted or barred from bidding by the GOP
or any of its agencies, offices, corporations, or LGUs, including foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, and that each of the documents submit; and
b) Each of the documents submitted herewith is an authentic copy of the original, complete, and all statements and information provided therein are true and correct.
We acknowledge and accept the Procuring Entity‟s right to inspect and audit all records relating to our submission irrespective of whether we are declared eligible and short listed or not.
Yours sincerely, Signature
Name and Title of Authorized Signatory Name of Consultant
Address
BAC4IGOV-2015-08-037 (NEGO)
39
Annex I-B (Bidder’s Company Letterhead)
AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED
POLICY DOCUMENTS Statement of All Ongoing Contracts and Completed Contracts
1. All On-going Contracts (including Contracts awarded but not yet started, if any)
Name of
Client
Title of
Contract
Date of
Award
Type and Brief
Description of
the Survey/Consul
ting Services
Consultant’s
Role (Main Proponent,
Partner, Sub-
Contractor)
Amount
of Contract
Value of Outstanding
Contracts Completion
Date
For each listed on-going contracts the copy of contract or Notice to Proceed showing the value of contract,
scope of works, number of participants must attach/ submit:
2. Completed Contracts
Name
of Client
Title of
Contract
Date
of Award
Type and Brief Description of
the Survey/Consult
ing Services
Consultant’s
Role (Main Proponent,
Partner,
Sub-Contractor)
Amount
of Contract
Duration
of Contact
Proof of Completion and
Satisfactory
Completion
For each listed completed contract/s, the following must be submitted:
1) Copy of contract or Notice to Proceed showing value of contract and scope of works
2) Certified true copy of End User‟s Acceptance, or Certified true copy of Official Receipt/s 3) Certificate of satisfactory completion or equivalent document issued by the client
CERTIFIED CORRECT:
____________________________________ Name & Signature of Authorized Representative
____________________________________ Position
____________________________________ Date
BAC4IGOV-2015-08-037 (NEGO)
40
Annex I-C
(Bidder’s Company Letterhead)
AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED POLICY DOCUMENTS
Statement of Single Largest Completed Contract within the last five (5) years of similar
nature amounting to at least fifty percent (50%) of the ABC
“Similar nature” means conduct of “experiences in developing required policies for
government agencies for ISO/IEC certification, particularly to previous editions of ISO/IEC 27001”
(Please fill up required information below) 1) Name of Client
2) Title of Contract
3) Date of Award
4) Type and Brief Description of the Project
5) Consultant’s Role (Main Proponent, Partner, Sub-Contractor)
6) Amount of the Contract
7) Number of Users/participants
8) Completion Date
CERTIFIED CORRECT:
____________________________________
Name & Signature of Authorized Representative ____________________________________
Position ____________________________________
Date
Notes: For above cited contract, the following must be attached/ submitted: 1) Copy of Certificate of Performance Evaluation showing a rating of at least Very Satisfactory issued by
bidder’s client for above contracts (per Annex I-D) 2) Copy of contract or Notice to Proceed value of contract, scope of works, number of participants 3) Any of the following documents:
3.1) End User’s Acceptance; or 3.2) Official Receipt/s
BAC4IGOV-2015-08-037 (NEGO)
41
Annex I-D (Bidder’s Client’s Company Letterhead)
CERTIFICATE OF PERFORMANCE EVALUATION [To be issued separately by the Bidder‟s client for the Single Largest Contract of similar nature)
This is to certify that ____(Name of Company/Bidder)___has performed consultancy services for our
company/agency on ___( specify consultancy project)___, with the following details
Value of Contract :
Contractor/ Consultant’s Role (Main
Proponent, Partner, Sub-Contractor)
:
Number of Users/participants
Sample Size Covered
:
:
:
Based on our evaluation of their performance in completing the project, we give ____(Name of
Company/Bidder)___ the fol lowing rat ing:
Dimensions
RATING
EXCELLENT VERY
SATISFACTORY SATISFACTORY POOR
1) Competence
2) Quality of Work
3) Timeliness of
Completion
OVERALL RATING
This Certification shall form part of the Eligibility Requirements in line with ____(Name of Company/Bidder)___ participation in the bidding for AVAILING THE SERVICES OF A COMPANY FOR THE
DEVELOPMENT OF REQUIRED POLICY DOCUMENTS
Issued this _______ day of __________ 2014 in ___________, Philippines
Name of Company (Bidder‟s Client) Full Name of Authorized Representative
Address Signature of Authorized Representative
Tel. No./Fax E-mail Address
BAC4IGOV-2015-08-037 (NEGO)
42
Annex I-E
(Bidder’s Company Letterhead)
AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED POLICY DOCUMENTS
CERTIFICATE OF NET FINANCIAL CONTRACTING CAPACITY
(PLEASE SHOW FIGURES AT HOW YOU ARRIVED AT THE NFCC)
This is to certify that our Net Financial Contracting Capacity (NFCC) is Philippine Pesos ___________________(P____________) which is at least equal to the total ceiling price we are
bidding. The amount is computed as follows:
NFCC = (CA-CL) (K) – C
Where :
CA = Current Assets CL = Current Liabilities
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 C = value of all outstanding or uncompleted portions of the projects under
ongoing contracts, including awarded contracts yet to be started coinciding
with the contract for this Project
Issued this ______day of ______________, 2014.
______________________________________
Name & Signature of Authorized Representative _____________________________________
Position _____________________________________
Date
BAC4IGOV-2015-08-037 (NEGO)
43
Annex I-F (Bidder’s Company Letterhead)
AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED POLICY DOCUMENTS
STATEMENT OF THE CONSULTANT SPECIFYING ITS NATIONALITY AND CONFIRMING THE REGISTRATION OF PERSONNEL INVOLVED IN THE PRACTICE OF PROFESSIONS REGULATED
BY LAW
Name of Client Nationality Regulatory Body
(Indicate N/A if not applicable)
I hereby confirm that the above listed consultant/s, if required to be registered by the appropriate regulatory body, have done so in accordance with clause 1.2, section 2 of the bidding documents.
CERTIFIED CORRECT:
________________________________________
Name & Signature of Authorized Representative _______________________________________
Position _______________________________________
Date
BAC4IGOV-2015-08-037 (NEGO)
44
Annex I-G (Bidder’s Company Letterhead)
AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED POLICY DOCUMENTS
PROTOCOL/UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT VENTURE
This PROTOCOL/UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT
VENTURE, executed by:
…………………………………. a sole proprietorship/partnership/corporation duly
organized and existing under and by virtue of the laws of the Philippines, with offices located at ……………………………….., ……………………………….., represented herein by
its ……………………………….., ……………………………….., hereinafter referred to as “………………………………..”;
-and-
…………………………………. a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices
located at ……………………………….., ……………………………….., represented herein by its ……………………………….., ……………………………….., hereinafter referred to as
“………………………………..”;
-and-
…………………………………. a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices
located at ……………………………….., ……………………………….., represented herein by its ……………………………….., ……………………………….., hereinafter referred to as
“………………………………..”; (hereinafter referred to collectively as “Parties”)
For submission to the BAC4IGOV of the Information and Communications
Technology Office, pursuant to Section 23.1 (b) of the Revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184.
WITNESSETH That:
WHEREAS, the Parties desire to participate as a joint venture in the public bidding that will be conducted by the ICT Office pursuant to Republic Act No. 9184 and its implementing
rules and regulations, with the following particulars:
Bid Reference No. BAC4IGOV-2015-08-037 (NEGO)
Name/Title of Procurement Project AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED POLICY
DOCUMENTS
Approved Budget for the Contract PhP3,200,000.00
NOW THEREFORE, in consideration of the foregoing, the Parties undertake to enter into
a JOINT VENTURE and sign a Joint Venture Agreement relative to their joint cooperation for
this bid project, in the event that their bid is successful, furnishing the BAC4IGOV a duly signed and notarized copy thereof within ten (10) calendar days from receipt of Notice from the
BAC4IGOV-2015-08-037 (NEGO)
45
BAC4IGOV that our bid has the lowest calculated responsive bid or highest rated responsive bid (as the case may be).
JV Partner (Name of Company):
_____________________________________________________
Authorized Representative of the JV Partner: (Per attached Secretary‟s Certificate)
__________________________________________
Name __________________________________________
Designation
That furthermore, the parties agree to be bound jointly and severally under the said
Joint Venture Agreement;
THAT Finally, failure on our part of enter into the Joint Venture and/or sign the Joint Venture Agreement for any reason after the Notice of Award has been issued by shall be a
ground for non-issuance by ICT Office of the Notice to Proceed, forfeiture of our bid security
and such other administrative and/or civil liabilities as may be imposed by ICT Office under the provisions of R.A. 9184 and its Revised IRR, without any liability on the part of ICT Office.
This Undertaking shall form an integral part of our Eligibility documents for the above-cited
project.
IN WITNESS WHEREOF, the parties have signed this Protocol/Undertaking on the date first
above-written.
Bidder‟s Representative/Authorized Signatory
[JURAT]
SUBSCRIBED AND SWORN TO BEFORE ME this ____________day of ______________at
_________________, Philippines. Affiant exhibited to me his/her competent Evidence of Identity (as defined by 2004 Rules on Notarial Practice issued ____________________at
________________________, Philippines.
Doc. No. _______
Page No._______ Book No._______
Series of_______
BAC4IGOV-2015-08-037 (NEGO)
46
ICT OFFICE BAC4IGOV
CHECKLIST OF REQUIREMENTS FOR BIDDERS
Name of Company :_______________________________
Project : AVAILING THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED POLICY DOCUMENTS
Bid Ref No. BAC4IGOV-2015-08-037 (NEGO)
APPROVED BUDGET FOR THE CONTRACT : PhP3,200,000.00
Ref.
No. Particulars
ELIGIBILITY DOCUMENTS
CLASS “A” DOCUMENTS
12.1 Legal Documents
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.
Technical Documents
iv. Eligibility Documents Submission Form
v. Statement of the prospective bidder of all its ongoing and completed 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, within the relevant period provided in the EDS. The statement shall include, for
each contract, the following:
a) the name and location of the contract; b) date of award of the contract;
c) type and brief description of consulting services; d) consultant‟s role (whether main consultant, subcontractor, or partner in a
JV)
e) amount of contract; f) contract duration; and
g) certificate of satisfactory completion or equivalent document specified in the EDS issued by the client, in the case of a completed contract;
vi. Statement of Single Largest Completed Contract within the last five (5) years of
similar nature amounting to at least fifty percent (50%) of the ABC
vii. Certificate of Performance Evaluation issued by the bidder‟s client for the Single
Largest Contract of similar nature
viii. Certificate of Net Financial Contracting Capacity
ix. Statement of the consultant specifying its nationality and confirming that those who will actually perform the service are registered professionals authorized by
the appropriate regulatory body to practice those professions and allied professions in accordance with Clause 1.2.
Financial Document
x. The consultant‟s audited financial statements, showing, among others, the consultant‟s total and current assets and liabilities, stamped “received” by the BIR
BAC4IGOV-2015-08-037 (NEGO)
47
or its duly accredited and authorized institutions, for the preceding calendar year
which should not be earlier than two (2) years from the date of bid submission
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.
NOTE: In case of inconsistency between the Checklist of Requirements for Bidders and the provisions in the Eligibility Documents/Eligibility shall prevail.