one (1) lot - supply, delivery, setup, installation
TRANSCRIPT
1
PHILIPPINE BIDDING DOCUMENTS
FOR
ONE (1) LOT - SUPPLY, DELIVERY,
SETUP, INSTALLATION,
CONFIGURATION, CUSTOMIZATION,
DATA MIGRATION, TESTING,
INSTALLATION, AND IMPLEMENTATION
OF A NEW LIBRARY MANAGEMENT
SYSTEM (LMS) FOR THE BANGKO
SENTRAL NG PILIPINAS (BSP)
LIBRARIES, INCLUSIVE OF ONE (1) YEAR
SOFTWARE SUBSCRIPTION, SUPPORT
AND TRAINING, AS PER BSP TERMS OF
REFERENCE AND SERVICE LEVEL
AGREEMENT
BIDS AND AWARDS COMMITTEE - INFORMATION TECHNOLOGY,
INFRASTRUCTURE AND OTHER RELATED COMPONENTS
2nd Floor, 5-Storey Bldg., A. Mabini corner P. Ocampo Sr. Sts,
Malate, Manila, 1004 PHILIPPINES
Tel Nos.: 5306-2798/5306-2800/8708-7173
Fax No.: 8708-7116
Email Address: [email protected]
Sixth Edition
July 2020
BANGKO SENTRAL NG PILIPINAS
2
Table of Contents
Glossary of Acronyms, Terms, and Abbreviations ...................................................................... 3�
Section I. Invitation to Bid ........................................................................................................... 6�
Section II. Instructions to Bidders ............................................................................................. 10�
1.� Scope of Bid 11�
2.� Funding Information 11�
3.� Bidding Requirements 11�
4.� Corrupt, Fraudulent, Collusive, and Coercive Practices 12�
5.� Eligible Bidders 12�
6.� Origin of Goods 13�
7.� Subcontracts 13�
8.� Pre-Bid Conference 13�
9.� Clarification and Amendment of Bidding Documents 13�
10.� Documents comprising the Bid: Eligibility Component 13�
11.� Documents comprising the Bid: Financial Component 13�
12.� Bid Prices 14�
13.� Bid and Payment Currencies 14�
14.� Bid Security 15�
15.� Sealing and Marking of Bids 15�
16.� Deadline for Submission of Bids 15�
17.� Opening and Preliminary Examination of Bids 15�
18.� Domestic Preference 16�
19.� Detailed Evaluation and Comparison of Bids 16�
20.� Post-Qualification 16�
21.� Signing of the Contract 16�
Section III. Bid Data Sheet ........................................................................................................ 17�
Section IV. General Conditions of Contract .............................................................................. 21�
1.� Scope of Contract 22�
2.� Advance Payment and Terms of Payment 22�
3.� Performance Security 22�
4.� Inspection and Tests 22�
5.� Warranty 23�
6.� Liability of the Supplier 23�
Section V. Special Conditions of Contract ................................................................................ 24�
Section VI. Schedule of Requirements ...................................................................................... 29�
Section VII. Technical Specifications........................................................................................ 30�
Section VIII. Checklist of Eligibility (Legal, Technical and Financial) and Financial Proposal
Documents ................................................................................................................................. 33�
BIDDING FORMS .................................................................................................................... 52�
CONTRACT FORMS ............................................................................................................... 52�
ANNEXES ................................................................................................................................. 52�
3
Glossary of Acronyms, Terms, and
Abbreviations
2016 Revised IRR – 2016 Revised Implementing Rules and Regulations of Rep. Act
No. 9184.
ABC – Approved Budget for the Contract.
BAC – Bids and Awards Committee.
Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to
and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 Revised IRR, Section 5[c])
Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who
submits a bid in response to the requirements of the Bidding Documents. (2016 Revised IRR,
Section 5[d])
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity.
(2016 Revised IRR, Section 5[e])
BIR – Bureau of Internal Revenue.
BSP – Bangko Sentral ng Pilipinas.
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design;
(iv) construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 Revised IRR, Section 5[i])
CDA – Cooperative Development Authority.
Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier
or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;
Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for
Procurement of Consulting Services; as the case may be, as recorded in the Contract Form
signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein.
CIF – Cost Insurance and Freight.
CIP – Carriage and Insurance Paid.
CPI – Consumer Price Index.
4
DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”
DTI – Department of Trade and Industry.
EXW – Ex works.
FCA – “Free Carrier” shipping point.
FOB – “Free on Board” shipping point.
Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose
funding source is from a foreign government, foreign or international financing institution
as specified in the Treaty or International or Executive Agreement. (2016 Revised IRR,
Section 5[b]).
Framework Agreement – Refers to a written agreement between a procuring entity and a
supplier or service provider that identifies the terms and conditions, under which specific
purchases, otherwise known as “Call-Offs,” are made for the duration of the agreement. It is in
the nature of an option contract between the procuring entity and the bidder(s) granting the
procuring entity the option to either place an order for any of the goods or services identified in
the Framework Agreement List or not buy at all, within a minimum period of one (1) year to a
maximum period of three (3) years. (GPPB Resolution No. 27-2019)
GFI – Government Financial Institution.
GOCC – Government-owned and/or –controlled corporation.
Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as the repair and maintenance of
equipment and furniture, as well as trucking, hauling, janitorial, security, and related or
analogous services, as well as procurement of materials and supplies provided by the Procuring
Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance
services, and other services essential to the operation of the Procuring Entity. (2016 Revised
IRR, Section 5[r])
GOP – Government of the Philippines.
GPPB – Government Procurement Policy Board.
INCOTERMS – International Commercial Terms.
5
Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,
repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 Revised IRR, Section 5[u])
LGUs – Local Government Units.
NFCC – Net Financial Contracting Capacity.
NGA – National Government Agency.
PhilGEPS – Philippine Government Electronic Procurement System.
Procurement Project – refers to a specific or identified procurement covering goods,
infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by the agency
which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB
Circular No. 06-2019 dated 17 July 2019)
PSA – Philippine Statistics Authority.
SEC – Securities and Exchange Commission.
SLCC – Single Largest Completed Contract.
Supplier – refers to a citizen, or any corporate body or commercial company duly organized
and registered under the laws where it is established, habitually established in business and
engaged in the manufacture or sale of the merchandise or performance of the general services
covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019). Supplier
as used in these Bidding Documents may likewise refer to a distributor, manufacturer,
contractor, or consultant.
UN – United Nations.
6
Section I. Invitation to Bid
Notes on the Invitation to Bid
The Invitation to Bid (IB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The IB shall be posted in accordance with
Section 21.2 of the 2016 Revised IRR of RA No. 9184.
Apart from the essential items listed in the Bidding Documents, the IB should also indicate the
following:
a. The date of availability of the Bidding Documents, which shall be from the time the IB
is first advertised/posted until the deadline for the submission and receipt of bids;
b. The place where the Bidding Documents may be acquired or the website where it may
be downloaded;
c. The deadline for the submission and receipt of bids; and
d. Any important bid evaluation criteria (e.g., the application of a margin of preference in
bid evaluation).
The IB should be incorporated in the Bidding Documents. The information contained in the IB
must conform to the Bidding Documents and in particular to the relevant information in the
Bid Data Sheet.
7
BIDS AND AWARDS COMMITTEE – INFORMATION TECHNOLOGY
INFRASTRUCTURE AND OTHER RELATED COMPONENTS
INVITATION TO BID
1. The BSP, through its BAC – Information Technology, Infrastructure and Other Related
Components (BAC-ITIO), invites bidders to apply for eligibility and to bid for -
Project/Brief Description One (1) lot - Supply, Delivery, Setup, Installation, Configuration,
Customization, Data Migration, Testing, Installation, and
Implementation of a new Library Management System (LMS) for
the Bangko Sentral ng Pilipinas (BSP) Libraries, inclusive of One
(1) Year Software Subscription, Support and Training, as per BSP
Terms of Reference and Service Level Agreement
Project Identification
Number (PIN)
BAC-ITIO GS No. 2021-0021 dated 06 October 2020
ABC Php5,915,000.00, inclusive of all applicable taxes and other charges
(Bids received in excess of the above amount shall be automatically
rejected at bid opening, or during bid evaluation.)
Funding Source BSP CORPORATE FUND: APPROVED BUDGET OF THE
INFORMATION TECHNOLOGY SYSTEMS MANAGEMENT
DEPARTMENT (ITSMD)
Project Period Refer to BSP Terms of Reference.
2. Bidders should have completed from Y2015 to present a single largest contract similar to
the requirement as stated in the Clause 5.3 Bid Data Sheet (BDS) and Item 3 of the
Checklist of Eligibility (Legal, Technical and Financial) and Financial Proposal
Documents.
3. The Eligibility Check/Screening and Preliminary Examination of Bids shall use
non-discretionary “pass/fail” criterion as stated in Section 30.1 of the 2016 Revised IRR.
4. Bidding is restricted to Filipino citizens, sole proprietorship, partnership, corporation,
cooperative or organizations with at least sixty percent (60%) interest or outstanding capital
stock belonging to citizens of the Philippines, and to citizens or organizations of a country
the laws or regulations of which grant similar rights or privileges to Filipino citizens,
pursuant to Rep. Act. No. 5183.
5. All particulars and activities regarding the Eligibility of Bidders, Bid Security, Pre-Bid
Conference/s, Evaluation of Bids, Post-qualification, Award of Contract, Performance
Security, procedures and other documents, shall be governed by Rep. Act No. 9184 and the
2016 Revised IRR.
8
Activities1 Schedule Details
a. Issuance of Bid
Documents
Starting 07 December 2020
(from 9:00 A.M. to 2:00 P.M.
only)
Hard copies of documents are
no longer issued for the
duration of community
restrictions.
b. Pre-Bid
Conference
16 December 2020, 11:30 A.M.
(PHILIPPINE TIME)
MR2B Conference Room, 2nd
Floor, 5-Storey Building, BSP
Main Complex, Malate, Manila
(For interested bidders and
observers, see item 6 below.)
c. Deadline for
Submission of
Bids
28 December 2020, 1:00 P.M.
(PHILIPPINE TIME)
Manual submission:
Gate 3 reception lobby,
Bangko Sentral ng Pilipinas,
A. Mabini corner P. Ocampo
Sr. Sts., Malate, Manila.
Electronic submission:2
Email address:
Late bids shall not be accepted.
d. Opening of
Bids
MR2B Conference Room, 2nd
Floor, 5-Storey Building, BSP
Main Complex, Malate, Manilaa. All Written
Requests
The BAC-ITIO
Through: The BAC Secretariat
Room 213, 2nd Floor, 5-Storey Bldg.
A. Mabini and P. Ocampo Sts., Malate, Manila
Tel Nos.: 5306-2798/5306-2800/8708-7173
Fax No.: 8708-7116
Email Address: [email protected]
Note: All requests shall be in writing and addressed to the BAC
Secretariat.
6. The pre-bid conference shall be open to interested bidders. The conduct of pre-bid
conference shall be through videoconferencing using the Microsoft Teams platform.
7. A bidder can submit a bid manually or electronically, but cannot use both modes of
submission, to preserve the integrity of the bid. For the procedures on submission of
electronic bids, refer to Annex “C”.
8. All Bids must be accompanied by a Bid Security in any of the acceptable forms and in the
amount stated in the Instructions to Bidders and Clause 14.1 of the BDS.
9. The BSP does not assume any responsibility to compensate or indemnify any bidder for
expenses incurred in the preparation of bid.
1 See Annexes “B” and “C” for the Guidelines in the conduct of Pre-Bid Conference, Submission and Opening of Bids. 2 The BSP system can accommodate attachments with file size limit of up to 100MB.
9
10. The BSP reserves the right to reject any and all bids, declare a failure of bidding, or not
award the contract at any time prior to contract award in accordance with Section 35.6
and 41 of the 2016 Revised IRR, without incurring liability to the affected bidder or
bidders.
11. Further information may be obtained from the following:
a. Sale of bidding documents
b. Submission of bids (manual or
electronic)
c. Links for online connectivity
for procurement activities
d. Written clarifications on the
project
The BAC-ITIO
Through: The BAC Secretariat
Room 213, 2nd Floor, 5-Storey Building
A. Mabini and P. Ocampo, Sr. Sts., Malate, Manila
Tel Nos.: 5306-2798/5306-2800/8708-7173
Fax No.: 8708-7116
Email Address: [email protected]
Details on the issuance and
uploading of bidding documents
The BAC- ITIO
Through: The Procurement Office
Tel Nos.: 8306-2324
Fax No.: 8708-7115
Email Address: [email protected]
12. A complete set of bid documents is downloadable, FREE OF CHARGE, from the following
websites: www.philgeps.gov.ph and www.bsp.gov.ph; however, a participating bidder is
required to pay the bid documents fee in the amount of Php10,000.00. Proof of payment shall
be presented prior to submission of bids, by facsimile or through email. To pay the bid
documents, send an email citing the PIN and title of above requirement to the
[email protected]. The procedures for ONLINE or OVER-THE-COUNTER
BANK payments are specified in Annex “A”.3
SGD.
JOSEFA ELVIRA E. DITCHING-LORICO
Chairperson
3 For the duration of the pandemic, the acceptance of direct cash payments at BSP teller counters are suspended.
10
Section II. Instructions to Bidders
Notes on the Instructions to Bidders
This Section on the Instruction to Bidders (ITB) provides the information necessary for bidders
to prepare responsive bids, in accordance with the requirements of the Procuring Entity. It also
provides information on bid submission, eligibility check, opening and evaluation of bids,
post-qualification, and on the award of contract.
11
1. Scope of Bid
The Procuring Entity, BSP, wishes to receive Bids for ONE (1) LOT - SUPPLY,
DELIVERY, SETUP, INSTALLATION, CONFIGURATION, CUSTOMIZATION,
DATA MIGRATION, TESTING, INSTALLATION, AND IMPLEMENTATION OF A
NEW LIBRARY MANAGEMENT SYSTEM (LMS) FOR THE BANGKO SENTRAL
NG PILIPINAS (BSP) LIBRARIES, INCLUSIVE OF ONE (1) YEAR SOFTWARE
SUBSCRIPTION, SUPPORT AND TRAINING, AS PER BSP TERMS OF
REFERENCE AND SERVICE LEVEL AGREEMENT, with PIN BAC-ITIO GS NO.
2021-0021 DATED 06 OCTOBER 2020.
Note: The PIN is assigned by the Procuring Entity based on its own coding scheme and is
not the same as the PhilGEPS reference number, which is generated after the posting of
the bid opportunity on the PhilGEPS website.
The Procurement Project (referred to herein as “Project”) is composed of
ONE (1) LOT - SUPPLY, DELIVERY, SETUP, INSTALLATION,
CONFIGURATION, CUSTOMIZATION, DATA MIGRATION, TESTING,
INSTALLATION, AND IMPLEMENTATION OF A NEW LIBRARY
MANAGEMENT SYSTEM (LMS) FOR THE BANGKO SENTRAL NG PILIPINAS
(BSP) LIBRARIES, INCLUSIVE OF ONE (1) YEAR SOFTWARE SUBSCRIPTION,
SUPPORT AND TRAINING, AS PER BSP TERMS OF REFERENCE AND SERVICE
LEVEL AGREEMENT, the details of which are described in Section VII (Technical
Specifications).
2. Funding Information
2.1. The BSP through the source of funding as indicated below in the amount of
PHP5,915,000.00, INCLUSIVE OF ALL APPLICABLE TAXES AND OTHER
CHARGES.
2.2. The source of funding is: BSP CORPORATE BUDGET: APPROVED BUDGET
OF THE INFORMATION TECHNOLOGY SYSTEMS MANAGEMENT
DEPARTMENT (ITSMD).
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 Revised IRR, including its Generic Procurement Manuals and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only to
the ongoing posting, advertisement, or IB by the BAC through the issuance of a
supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have verified and
accepted the general requirements of this Project, including other factors that may affect
the cost, duration and execution or implementation of the contract, project, or work and
examine all instructions, forms, terms, and project requirements in the Bidding
Documents.
12
4. Corrupt, Fraudulent, Collusive, and Coercive Practices
The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or through
an agent shall not engage in corrupt, fraudulent, collusive, coercive, and obstructive
practices defined under Annex “I” of the 2016 Revised IRR of RA No. 9184 or other
integrity violations in competing for the Project.
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable will
be evaluated.
5.2. BIDDING IS RESTRICTED TO FILIPINO CITIZENS, SOLE
PROPRIETORSHIP, PARTNERSHIP, CORPORATION, COOPERATIVE OR
ORGANIZATIONS WITH AT LEAST SIXTY PERCENT (60%) INTEREST
OR OUTSTANDING CAPITAL STOCK BELONGING TO CITIZENS OF THE
PHILIPPINES, AND TO CITIZENS OR ORGANIZATIONS OF A COUNTRY
THE LAWS OR REGULATIONS OF WHICH GRANT SIMILAR RIGHTS OR
PRIVILEGES TO FILIPINO CITIZENS, PURSUANT TO REP. ACT. NO. 5183.
5.3. Pursuant to Section 23.4.1.3 of the 2016 Revised IRR of RA No.9184, the Bidder
shall have an SLCC that is at least one (1) contract similar to the Project the value
of which, adjusted to current prices using the PSA’s CPI, must be IN THE
AMOUNT OF AT LEAST EQUIVALENT TO FIFTY PERCENT (50%) OF
THE ABC. A similar contract refers to any contract which involves
SUCCESSFUL SUPPLY, DELIVERY, CONFIGURATION,
CUSTOMIZATION AND IMPLEMENTATION OF A LIBRARY
MANAGEMENT SYSTEM IN ANY INSTITUTION IN THE PHILIPPINES
(E.G., ACADEME OR A NATIONAL LIBRARY) AND SHOULD BE
CONTINUOUSLY IN OPERATION AS TO DATE OF BIDDING.
THE SLCC MUST INCLUDE THE FOLLOWING INFORMATION:
• NAME OF ORGANIZATION, LINE OF BUSINESS AND ADDRESS;
• NAME OF CONTACT PERSON/S, TELEPHONE AND FAX NUMBER(S)
AND EMAIL ADDRESS(ES);
• BRIEF DESCRIPTION OF THE PROJECT AND SCOPE;
• CONTRACT AMOUNT AND DURATION;
• DATE WHEN PROJECT WAS FORMALLY STARTED, DATE OF GO
LIVE (THE DATE WHEN THE ORGANIZATION FIRST WENT LIVE
USING THE SOFTWARE/SYSTEM);
• NATURE OF SERVICE/S PROVIDED BY THE SERVICE PROVIDER;
AND
• HARDWARE AND SOFTWARE IMPLEMENTED.
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the
2016 IRR of RA No. 9184.
13
6. Origin of Goods
There is no restriction on the origin of goods other than those prohibited by a decision of
the UN Security Council taken under Chapter VII of the Charter of the UN, subject to
Domestic Preference requirements under ITB Clause 18.
7. Subcontracts
7.1. The Procuring Entity has prescribed that Subcontracting is not allowed.
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified date
and time and either at its physical address and/or through videoconferencing/webcasting
as indicated in the IB.
9. Clarification and Amendment of Bidding Documents
Prospective bidders may request for clarification on and/or interpretation of any part of
the Bidding Documents. Such requests must be in writing and received by the Procuring
Entity, either at its given address or through electronic mail indicated in the IB, at least
ten (10) calendar days before the deadline set for the submission and receipt of Bids.
10. Documents comprising the Bid: Eligibility Component
10.1. The first envelope shall contain the eligibility documents of the Bid as specified
in SECTION VIII [CHECKLIST OF ELIGIBILITY (LEGAL, TECHNICAL
AND FINANCIAL) AND FINANCIAL PROPOSAL DOCUMENTS].
10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed
within the relevant period as provided in the IB AND ITEM 3/E-DOC3 OF THE
CHECKLIST OF ELIGIBILITY (LEGAL, TECHNICAL AND FINANCIAL)
AND FINANCIAL PROPOSAL DOCUMENTS prior to the deadline for the
submission and receipt of bids.
10.3. If the eligibility requirements or statements, the bids, and all other documents for
submission to the BAC are in foreign language other than English, it must be
accompanied by a translation in English, which 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. Similar to
the required authentication above, for Contracting Parties to the Apostille
Convention, only the translated documents shall be authenticated through an
apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May 2019. The
English translation shall govern, for purposes of interpretation of the bid.
11. Documents comprising the Bid: Financial Component
11.1. The second bid envelope shall contain the financial documents of the Bid as
specified in SECTION VIII [CHECKLIST OF ELIGIBILITY (LEGAL,
TECHNICAL AND FINANCIAL) AND FINANCIAL PROPOSAL
DOCUMENTS].
14
11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a
certification issued by DTI shall be provided by the Bidder in accordance with
Section 43.1.3 of the 2016 Revised IRR of RA No. 9184.
11.3. Any bid exceeding the ABC indicated in the IB shall not be accepted.
11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices provided
the conditions are met under Section 31.2 of the 2016 Revised IRR of RA
No. 9184.
12. Bid Prices
12.1. Prices indicated on the Price Schedule shall be entered separately in the following
manner:
a. For Goods offered from within the Philippines:
i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-
warehouse, ex-showroom, or off-the-shelf, as applicable);
ii. The cost of all customs duties and sales and other taxes already paid
or payable;
iii. The cost of transportation, insurance, and other costs incidental to
delivery of the Goods to their final destination; and
iv. The price of other (incidental) services, if any, listed in e.
b. For Goods offered from abroad:
i. Unless otherwise stated in the BDS, the price of the Goods shall be
quoted delivered duty paid (DDP) with the place of destination in the
Philippines as specified in the BDS. In quoting the price, the Bidder
shall be free to use transportation through carriers registered in any
eligible country. Similarly, the Bidder may obtain insurance
services from any eligible source country.
ii. The price of other (incidental) services, if any, as listed in Section
VII (Technical Specifications).
13. Bid and Payment Currencies
13.1. For Goods that the Bidder will supply from outside the Philippines, the bid prices
may be quoted in the local currency or tradeable currency accepted by the BSP at
the discretion of the Bidder. However, for purposes of bid evaluation, Bids
denominated in foreign currencies, shall be converted to Philippine currency
based on the exchange rate as published in the BSP reference rate bulletin on the
day of the bid opening.
13.2 Payment of the contract price shall be made in Philippine Pesos.
15
14. Bid Security
14.1. The Bidder shall submit a Bid Securing Declaration4 or any form of Bid Security
in the amount indicated in the BDS, which shall be not less than the percentage of
the ABC in accordance with the schedule in the BDS.
14.2. The Bid and bid security shall be valid for 120 CALENDAR DAYS FROM THE
DATE OF DEADLINE FOR SUBMISSION OF BIDS. Any Bid not
accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.
15. Sealing and Marking of Bids
Each Bidder shall submit one copy of the first and second components of its Bid.
The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.
If the Procuring Entity allows the submission of bids through online submission or any
other electronic means, the Bidder shall submit an electronic copy of its Bid, which must
be digitally signed. An electronic copy that cannot be opened or is corrupted shall be
considered non-responsive and, thus, automatically disqualified.
THE GUIDELINES AND PROCEDURES FOR THE PREPARATION AND
SUBMISSION OF MANUAL AND ELECTRONIC BIDS ARE SPECIFIED IN
ANNEX “C”.
16. Deadline for Submission of Bids
16.1. The Bidders shall submit on the specified date and time and either at its physical
address or through online submission as indicated in the IB.
17. Opening and Preliminary Examination of Bids
17.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in the IB. The Bidders’ representatives who are present shall sign a
register evidencing their attendance. In case videoconferencing, webcasting or
other similar technologies will be used, attendance of participants shall likewise
be recorded by the BAC Secretariat.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 Revised IRR of RA
No. 9184 shall prevail.
17.2. The preliminary examination of bids shall be governed by Section 30 of the 2016
Revised IRR of RA No. 9184.
4 In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and
furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of
Notice to Execute Framework Agreement.
16
THE GUIDELINES AND PROCEDURES FOR THE OPENING OF BIDS ARE
SPECIFIED IN ANNEX “C”.
18. Domestic Preference
18.1. The BSP will grant a margin of preference for the purpose of comparison of Bids
in accordance with Section 43.1.2 of the 2016 Revised IRR of RA
No. 9184.
19. Detailed Evaluation and Comparison of Bids
19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids
rated “passed,” using non-discretionary pass/fail criteria. The BAC shall consider
the conditions in the evaluation of Bids under Section 32.2 of the 2016 Revised
IRR of RA No. 9184.
19.2. The Project allows partial bids. Bidders may submit a proposal on any of the lots
or items, and evaluation will be undertaken on a per lot or item basis, as the case
maybe. In this case, the Bid Security as required by ITB Clause 15 shall be
submitted for each lot or item separately.
19.3. The descriptions of the lots or items shall be indicated in Section VII (Technical
Specifications), although the ABCs of these lots or items are indicated in the BDS
for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the 2016
Revised IRR of RA No. 9184. The NFCC must be sufficient for the total of the
ABCs for all the lots or items participated in by the prospective Bidder.
19.4. THE PROJECT SHALL BE AWARDED AS ONE (1) CONTRACT OR ON A
LOT BASIS.
19.5. Except for bidders submitting a committed Line of Credit from a Universal or
Commercial Bank in lieu of its NFCC computation, all Bids must include the
NFCC computation pursuant to Section 23.4.1.4 of the 2016 Revised IRR of RA
No. 9184, which must be sufficient for the total of the ABCs for all the lots or
items participated in by the prospective Bidder. For bidders submitting the
committed Line of Credit, it must be at least equal to ten percent (10%) of the
ABCs for all the lots or items participated in by the prospective Bidder.
20. Post-Qualification
20.1. Within a non-extendible period of five (5) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid,
the Bidder shall submit its latest income and business tax returns filed and paid
through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.
21. Signing of the Contract
21.1. The documents required in Section 37.2 of the 2016 Revised IRR of RA
No. 9184 shall form part of the Contract. Additional Contract documents are
indicated in the BDS.
17
Section III. Bid Data Sheet
Notes on the Bid Data Sheet
The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in detail,
information, or requirements included in the ITB found in Section II, which are specific to
each procurement.
This Section is intended to assist the Procuring Entity in providing the specific information in
relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.
The Procuring Entity should specify in the BDS information and requirements specific to the
circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:
a. Information that specifies and complements provisions of the ITB must be
incorporated.
b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated by the
circumstances of the specific procurement, must also be incorporated.
18
BID DATA SHEET
PROJECT TITLE: ONE (1) LOT - SUPPLY, DELIVERY, SETUP, INSTALLATION,
CONFIGURATION, CUSTOMIZATION, DATA MIGRATION, TESTING,
INSTALLATION, AND IMPLEMENTATION OF A NEW LIBRARY MANAGEMENT
SYSTEM (LMS) FOR THE BANGKO SENTRAL NG PILIPINAS (BSP) LIBRARIES,
INCLUSIVE OF ONE (1) YEAR SOFTWARE SUBSCRIPTION, SUPPORT AND
TRAINING, AS PER BSP TERMS OF REFERENCE AND SERVICE LEVEL
AGREEMENT
PIN: BAC-ITIO GS NO. 2021-0021 DATED 06 OCTOBER 2020
ITB
Clause
5.3 Statement of the Bidder’s Single Largest Completed Contract (SLCC) similar to
the requirement shall be:
a. Similar contract refers to SUCCESSFUL SUPPLY, DELIVERY,
CONFIGURATION, CUSTOMIZATION AND IMPLEMENTATION OF
A LIBRARY MANAGEMENT SYSTEM IN ANY INSTITUTION IN
THE PHILIPPINES (E.G., ACADEME OR A NATIONAL LIBRARY)
AND SHOULD BE CONTINUOUSLY IN OPERATION AS TO DATE
OF BIDDING;
b. COMPLETED FROM Y2015 TO PRESENT as provided in the Invitation
to Bid; AND
c. IN THE AMOUNT OF AT LEAST EQUIVALENT TO FIFTY PERCENT
(50%) OF THE ABC.
THE SLCC MUST INCLUDE THE FOLLOWING INFORMATION:
• NAME OF ORGANIZATION, LINE OF BUSINESS AND ADDRESS;
• NAME OF CONTACT PERSON/S, TELEPHONE AND FAX NUMBER(S)
AND EMAIL ADDRESS(ES);
• BRIEF DESCRIPTION OF THE PROJECT AND SCOPE;
• CONTRACT AMOUNT AND DURATION;
• DATE WHEN PROJECT WAS FORMALLY STARTED, DATE OF GO
LIVE (THE DATE WHEN THE ORGANIZATION FIRST WENT LIVE
USING THE SOFTWARE/SYSTEM);
• NATURE OF SERVICE/S PROVIDED BY THE SERVICE PROVIDER;
AND
• HARDWARE AND SOFTWARE IMPLEMENTED.
7.1 Subcontracting is not allowed.
12 REFER TO THE FINANCIAL BID FORM TO BE FILLED-UP BY BIDDERS.
SEE ENVELOPE 2 OF THE CHECKLIST OF ELIGIBILITY (LEGAL,
TECHNICAL AND FINANCIAL) AND FINANCIAL PROPOSAL
DOCUMENTS.
14.1 The bid security shall be in the form of a Bid Securing Declaration (BSD), or any
of the following forms and amounts:
a. The amount of not less than Php118,300.00 [the amount equivalent to two
19
percent (2%) of ABC], if bid security is in cash, cashier’s/manager’s check,
bank draft/guarantee or irrevocable letter of credit; or
b. The amount of not less than Php295,750.00 [the amount equivalent to five
percent (5%) of ABC] if bid security is in Surety Bond.
i. THE SURETY COMPANY SHALL NOT BE INCLUDED IN THE
GPPB’S NEGATIVE LIST OF INSURERS PURSUANT TO GPPB
GUIDELINES FOR THE ESTABLISHMENT OF NEGATIVE LIST
OF SURETY AND/OR INSURANCE COMPANIES [APPENDIX 29
OF THE 2016 REVISED IRR].
ii. BID SECURITY (IN THE FORM OF SURETY BOND) ISSUED BY
A PRIVATE INSURANCE FIRM IS ACCEPTABLE PROVIDED
THAT THE SAID FIRM IS DULY AUTHORIZED BY THE
INSURANCE COMMISSION (IC) TO ISSUE SURETY BONDS
AND HAS NOT BEEN ISSUED A CEASE OR DESIST ORDER
FROM THE IC OR IS CURRENTLY NOT INCLUDED IN THE
BLACKLISTED FIRMS.
iii. THE BSP HEREBY REQUESTS THAT THE SUPPLIER OBTAIN
ITS SURETY FROM THE ATTACHED LIST OF EVALUATED
SURETY COMPANIES.
FOR ONLINE OR ELECTRONIC BID SUBMISSION, THE BIDDER IS
ALLOWED TO SUBMIT SCANNED COPY OF THE BID SECURING
DECLARATION OR OTHER ACCEPTABLE FORMS OF BID SECURITY,
EXCLUDING CASH, SUBJECT TO SUBMISSION OF THE ORIGINAL COPY
THEREOF DURING POST-QUALIFICATION STAGE UNDER ENVELOPE
NO. 3.
19.3 ONE (1) LOT - SUPPLY, DELIVERY, SETUP, INSTALLATION,
CONFIGURATION, CUSTOMIZATION, DATA MIGRATION, TESTING,
INSTALLATION, AND IMPLEMENTATION OF A NEW LIBRARY
MANAGEMENT SYSTEM (LMS) FOR THE BANGKO SENTRAL NG
PILIPINAS (BSP) LIBRARIES, INCLUSIVE OF ONE (1) YEAR SOFTWARE
SUBSCRIPTION, SUPPORT AND TRAINING, AS PER BSP TERMS OF
REFERENCE AND SERVICE LEVEL AGREEMENT
ABC: PHP5,915,000.00, INCLUSIVE OF ALL APPLICABLE TAXES AND
OTHER CHARGES
20.1 REFER TO OTHER DOCUMENTS IN THE CHECKLIST OF ELIGIBILITY
(LEGAL, TECHNICAL AND FINANCIAL) AND FINANCIAL PROPOSAL
DOCUMENTS TO BE SUBMITTED UNDER SECTION 34.2 OF THE
REVISED IRR, AS CONTAINED IN ENVELOPE NO. 3.
21.1 IN ADDITION TO THE BIDDING DOCUMENTS AND THE SUBMISSIONS
OF THE WINNING BIDDER DURING THE BIDDING, THE FOLLOWING
DOCUMENTS SHALL ALSO FORM PART OF THE CONTRACT
AGREEMENT:
a. CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT, IF
APPLICABLE;
b. CERTIFICATION OF AVAILABILITY OF FUNDS;
20
c. NOTICE OF AWARD;
d. PERFORMANCE SECURITY;
e. NOTICE TO PROCEED;
f. WARRANTY SECURITY, IF APPLICABLE;
g. AMENDMENT TO ORDER/VARIATION ORDER, IF APPLICABLE;
AND
h. OTHER DOCUMENTS WHICH ARE ISSUED AFTER CONTRACT
EXECUTION (E.G., NOTICE OF SUSPENSION, RESUMPTION, AND
EXTENSION OF CONTRACT).
21
Section IV. General Conditions of Contract
Notes on the General Conditions of Contract
The General Conditions of Contract (GCC) in this Section, read in conjunction with the
Special Conditions of Contract in Section V and other documents listed therein, should be a
complete document expressing all the rights and obligations of the parties.
Matters governing performance of the Supplier, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in the
GCC and Special Conditions of Contract.
Any complementary information, which may be needed, shall be introduced only through the
Special Conditions of Contract.
22
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can
be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 Revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute the
primary source for the terms and conditions of the Contract, and thus, applicable in
contract implementation. Herein clauses shall serve as the secondary source for the terms
and conditions of the Contract.
This is without prejudice to Sections 74.1 and 74.2 of the 2016 Revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the
effectivity of the said amendment.
Additional requirements for the completion of this Contract shall be provided in the
Special Conditions of Contract (SCC).
2. Advance Payment and Terms of Payment
2.1. Advance payment of the contract amount is provided under Annex “D” of the
Revised 2016 IRR of RA No. 9184.
2.2. The Procuring Entity is allowed to determine the terms of payment on the partial
or staggered delivery of the Goods procured, provided such partial payment shall
correspond to the value of the goods delivered and accepted in accordance with
prevailing accounting and auditing rules and regulations. The terms of payment
are indicated in the SCC.
3. Performance Security
Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from the
Procuring Entity but in no case later than prior to the signing of the Contract by both
parties, the successful Bidder shall furnish the performance security in any of the forms
prescribed in Section 39 of the 2016 Revised IRR of RA No. 9184.
4. Inspection and Tests
The Procuring Entity or its representative shall have the right to inspect and/or to test the
Goods to confirm their conformity to the Project specifications at no extra cost to the
Procuring Entity in accordance with the Generic Procurement Manual. In addition to
tests in the SCC, Section IV (Technical Specifications) shall specify what inspections
and/or tests the Procuring Entity requires, and where they are to be conducted. The
Procuring Entity shall notify the Supplier in writing, in a timely manner, of the identity of
any representatives retained for these purposes.
All reasonable facilities and assistance for the inspection and testing of Goods, including
access to drawings and production data, shall be provided by the Supplier to the
authorized inspectors at no charge to the Procuring Entity.
23
5. Warranty
5.1. In order to assure that manufacturing defects shall be corrected by the Supplier, a
warranty shall be required from the Supplier as provided under Section 62.1 of
the 2016 Revised IRR of RA No. 9184.
5.2. The Procuring Entity shall promptly notify the Supplier in writing of any claims
arising under this warranty. Upon receipt of such notice, the Supplier shall, repair
or replace the defective Goods or parts thereof without cost to the Procuring
Entity, pursuant to the Generic Procurement Manual.
6. Liability of the Supplier
The Supplier’s liability under this Contract shall be as provided by the laws of the
Republic of the Philippines.
If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.
24
Section V. Special Conditions of Contract
Notes on the Special Conditions of Contract
Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in
providing contract-specific information in relation to corresponding clauses in the GCC found
in Section IV.
The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring Entity’s
country, the sector, and the Goods purchased. In preparing this Section, the following aspects
should be checked:
a. Information that complements provisions of the GCC must be incorporated.
b. Amendments and/or supplements to provisions of the GCC as necessitated by the
circumstances of the specific purchase, must also be incorporated.
However, no special condition which defeats or negates the general intent and purpose of the
provisions of the GCC should be incorporated herein.
25
SPECIAL CONDITIONS OF CONTRACT
PROJECT TITLE: ONE (1) LOT - SUPPLY, DELIVERY, SETUP, INSTALLATION,
CONFIGURATION, CUSTOMIZATION, DATA MIGRATION, TESTING,
INSTALLATION, AND IMPLEMENTATION OF A NEW LIBRARY MANAGEMENT
SYSTEM (LMS) FOR THE BANGKO SENTRAL NG PILIPINAS (BSP) LIBRARIES,
INCLUSIVE OF ONE (1) YEAR SOFTWARE SUBSCRIPTION, SUPPORT AND
TRAINING, AS PER BSP TERMS OF REFERENCE AND SERVICE LEVEL
AGREEMENT
PIN: BAC-ITIO GS NO. 2021-0021 DATED 06 OCTOBER 2020
GCC
Clause
1 REFER TO BSP TERMS OF REFERENCE AND SERVICE LEVEL
AGREEMENT.
2.2 REFER TO BSP TERMS OF REFERENCE.
3 The winning bidder is required, within ten (10) calendar days from receipt of the
Notice of Award, to submit the following:5
a. VALID JOINT VENTURE (JV) AGREEMENT, IF APPLICABLE;
b. IF NOT SUBMITTED UNDER ENVELOPE NO. 1:
i. CURRENT AND VALID MAYOR’S/BUSINESS PERMIT;
ii. ORIGINAL NOTARIZED PROOF OF APPOINTMENT OF
BIDDER’S AUTHORIZED REPRESENTATIVE;
iii. ORIGINAL NOTARIZED OMNIBUS SWORN STATEMENT; AND
iv. ORIGINAL NOTARIZED STATEMENT OF ALL ONGOING
CONTRACTS (FORM NO. 2), IF APPLICABLE;
c. THE SECURITIES EXCHANGE COMMISSION (SEC) CERTIFICATE
OF REGISTRATION OF THE FOREIGN CORPORATION, OR THE
SEC CERTIFICATE OF REGISTRATION OF THE FOREIGN
CONSULTING FIRM, AND/OR THE AUTHORITY OR LICENSE
FROM THE APPROPRIATE GOVERNMENT AGENCY OR
PROFESSIONAL REGULATORY BODY OF THE FOREIGN
PROFESSIONALS ENGAGING IN THE PRACTICE OF REGULATED
PROFESSIONS AND ALLIED PROFESSIONS, WHERE APPLICABLE
(REVISED AS PER GPPB RESOLUTION NO. 25-2019); AND
d. Performance Security in any of the following acceptable forms:
5 Important Notice: Section 37.2.1. of the 2016 IRR of Rep. Act No. 9184 (Rep. Act No. 9184) requires the winning bidder to
post the Performance Security and enter into a contract with the procuring entity within ten (10) calendar days from receipt
by the winning bidder of the Notice of Award. It also requires the procuring entity to enter into contract with the winning
bidder within the same ten (10) day period, provided that all the documentary requirements are complied with. To enable
the winning bidder and the BSP to enter into contract within the ten (10) day period, the winning bidder is requested
to post the Performance Security not later than five (5) days from receipt thereof. The remaining five (5) days shall
be allotted for the execution of the Purchase Order/Job Order/Contract.
26
ACCEPTABLE FORMS OF
PERFORMANCE SECURITY
AMOUNT OF
PERFORMANCE
SECURITY (NOT
LESS THAN THE
REQUIRED
PERCENTAGE OF
THE TOTAL
CONTRACT
PRICE PER
YEAR)
DETAILS/REMARKS
1. CASH OR CASHIER’S/MANAGER’S
CHECK ISSUED BY A UNIVERSAL
BANK (UB) OR COMMERCIAL
BANK (KB).
FIVE PERCENT
(5%) THE POSTED SECURITY SHALL
BE RETAINED BY BSP FOR THE
DURATION OF THE CONTRACT
UNTIL ITS COMPLETION.
2. BANK DRAFT / GUARANTEE OR
IRREVOCABLE LETTER OF CREDIT
ISSUED BY A UB OR KB:
PROVIDED, HOWEVER, THAT IT
SHALL BE CONFIRMED OR
AUTHENTICATED BY A UB OR KB,
IF ISSUED BY A FOREIGN BANK
(FOR A LIST OF UBS/KBS, REFER
TO HTTP://WWW.BSP.GOV.PH).
FIVE PERCENT
(5%)
VALID FROM THE DATE OF
ISSUANCE OF PERFORMANCE
SECURITY UNTIL ISSUANCE OF
CERTIFICATE OF FINAL
ACCEPTANCE BY THE END-
USER.
CONDITIONS:
a. MUST BE VALID UNTIL
ISSUANCE OF THE
CERTIFICATE OF FINAL
ACCEPTANCE BY THE END-
USER DEPARTMENT;
b. MUST GUARANTEE THE
FAITHFUL PERFORMANCE
UNDER THE CONTRACT IN
ACCORDANCE WITH THE
BIDDING DOCUMENTS;
c. POSTED IN FAVOR OF THE
BANGKO SENTRAL NG
PILIPINAS (BSP); AND
d. SHALL BE FORFEITED IN
CASE OF DEFAULT BY THE
SUPPLIER IN ANY OF ITS
OBLIGATIONS UNDER THE
CONTRACT.
3. SURETY BOND CALLABLE UPON
DEMAND ISSUED BY A SURETY
OR INSURANCE COMPANY DULY
AUTHORIZED BY THE INSURANCE
COMMISSION TO ISSUE SUCH
SECURITY.
NOTES:
a. THE SURETY COMPANY SHOULD
BE AUTHORIZED BY THE
INSURANCE COMMISSIONER TO
GRANT AUTHORITY TO PRIVATE
INSURANCE COMPANIES TO ACT
AS SURETIES IN GOVERNMENT
TRANSACTIONS IN ACCORDANCE
WITH IC CIRCULAR NO. 2014-24
DATED 28 MAY 2014.
b. THE SURETY COMPANY SHALL
NOT BE INCLUDED IN THE GPPB’S
NEGATIVE LIST OF INSURERS
PURSUANT TO GPPB GUIDELINES
FOR THE ESTABLISHMENT OF
NEGATIVE LIST OF SURETY
AND/OR INSURANCE COMPANIES
[APPENDIX 29 OF THE 2016
REVISED IRR].
c. THE BSP SHALL NOT ACCEPT
SURETY BOND WITH LIMITING
CONDITIONS.
d. THE BSP HEREBY REQUESTS
THAT THE SUPPLIER OBTAIN ITS
SURETY FROM THE ATTACHED
LIST OF EVALUATED SURETY
COMPANIES (ANNEX “A”).
THIRTY
PERCENT (30%)
4. NOTARIZED PERFORMANCE
SECURING DECLARATION (PSD),
AS PER GPPB RESOLUTION NO. 09-
2020 DATED 07 MAY 2020 (USE
GPPB-PRESCRIBED FORM).
NOTES:
a. AN UNNOTARIZED PSD MAY BE
ACCEPTED, SUBJECT TO
SUBMISSION OF A NOTARIZED
PSD BEFORE PAYMENT, UNLESS
NO RATE PSD SHALL CEASE TO BE VALID
UPON:
a. ISSUANCE BY THE
PROCURING ENTITY OF THE
CERTIFICATE OF FINAL
ACCEPTANCE, SUBJECT TO
THE FOLLOWING
CONDITIONS:
i. PROCURING ENTITY
HAS NO CLAIMS FILED
AGAINST THE
27
THE SAME IS REPLACED WITH A
PERFORMANCE SECURITY IN ANY
OF THE ACCEPTABLE FORMS
ABOVE.
b. THE END-USER MAY REQUIRE
THE WINNING BIDDER TO
REPLACE THE SUBMITTED PSD
WITH A PERFORMANCE SECURITY
IN ANY OF ACCEPTABLE FORMS
ABOVE, UPON LIFTING OF THE
STATE OF CALAMITY, OR
COMMUNITY QUARANTINE OR
SIMILAR RESTRICTIONS, AS THE
CASE MAY BE.
CONTRACT AWARDEE;
ii. NO CLAIMS FOR LABOR
AND MATERIALS WAS
FILED AGAINST THE
CONTRACTOR; AND
iii. OTHER TERMS OF THE
CONTRACT; OR
b. REPLACEMENT OF THE
SUBMITTED PSD WITH A
PERFORMANCE SECURITY
IN ANY OF THE
PRESCRIBED FORMS UNDER
SECTION 39.2 OF THE 2016
REVISED IRR, AS REQUIRED
BY THE END-USER
DEPARTMENT.
c. WINNING BIDDER ACCEPTS
THAT IT WILL BE
AUTOMATICALLY
DISQUALIFIED FROM
BIDDING FOR ANY
PROCUREMENT CONTRACT
WITH ANY PE FOR A
PERIOD OF ONE (1) YEAR
FOR THE FIRST OFFENSE,
OR TWO (2) YEARS FOR THE
SECOND OFFENSE, UPON
RECEIPT OF BLACKLISTING
ORDER IF IT HAS VIOLATED
ITS OBLIGATIONS UNDER
THE CONTRACT
NOTES:
a. PERFORMANCE SECURITY (IN THE FORM OF SURETY BOND)
ISSUED BY A PRIVATE INSURANCE FIRM IS ACCEPTABLE
PROVIDED THAT THE SAID FIRM IS DULY AUTHORIZED BY THE
INSURANCE COMMISSION (IC) TO ISSUE SURETY BONDS AND
HAS NOT BEEN ISSUED A CEASE OR DESIST ORDER FROM THE
IC OR IS CURRENTLY NOT INCLUDED IN THE BLACKLISTED
FIRMS.
b. FURTHERMORE, SURETY BOND WITH THE FOLLOWING OR
SIMILAR CONDITION/PHRASE SHALL NOT BE ACCEPTED:
i. “IN CASE OF DEFAULT OF THE PRINCIPAL, THIS BOND SHALL
ONLY ANSWER FOR THE DIFFERENCE IN THE BID PRICE OF
THE WINNING BIDDER AND THAT OF THE NEXT LOWEST
COMPLYING BIDDER OR THAT OF THE NEW WINNING
BIDDER IN CASE OF RE-BIDDING PLUS NECESSARY
EXPENSES INCURRED BY THE OBLIGEE IN THE RE-BIDDING
WHICH LIABILITY SHALL IN NO CASE EXCEED THE AMOUNT
OF THE BOND”;
ii. “THAT THE AMOUNT OF LIABILITY OF THE SURETY UNDER
THIS BOND IS LIMITED TO THE ACTUAL LOSS OR DAMAGE
SUSTAINED AND DULY PROVEN BY THE OBLIGEE”; OR
iii. “IT IS HEREBY FURTHER AGREED AND UNDERSTOOD THAT
NO ACTION AT LAW OR EQUITY SHALL BE BROUGHT
AGAINST THE SURETY UNDER THIS BOND UNLESS THE
SAME IS BROUGHT BEFORE A COMPETENT COURT WITHIN
ONE YEAR FROM THE DATE SAID WRITTEN NOTICE OF ANY
28
EXISTING OBLIGATION IS RECEIVED BY THE SURETY, AS
HEREIN STIPULATED.”
c. THE CONTRACT AWARDEE UNDERTAKES THAT, FOR ITS OWN
ACCOUNT, IT SHALL CAUSE THE EXTENSION OF THE VALIDITY
OF THE PERFORMANCE SECURITY WHEN THE
IMPLEMENTATION OF THE AWARDED CONTRACT HAS NOT YET
BEEN ACCEPTED.
4 REFER TO BSP TERMS OF REFERENCE AND SERVICE LEVEL
AGREEMENT.
5 REFER TO WARRANTY PROVISIONS IN ITEMS 6.3 AND 7 UNDER PART A
OF THE BSP TERMS OF REFERENCE AND ITEMS 3 AND 5 OF THE
SERVICE LEVEL AGREEMENT.
The obligation for the warranty shall be covered by, at the supplier’s option, either
Retention Money in an amount equivalent to at least one percent (1%) but not to
exceed five percent (5%) of every progress payment, or a Special Bank Guarantee
issued by a UB or KB in an amount equivalent to at least one percent (1%) but not
to exceed five percent (5%) of the total contract price. The said amounts shall only
be released after the lapse of the warranty period or in the case of Expendable
Supplies, after consumption thereof: Provided, however, that the GOODS supplied
are free from patent and latent defects and all the conditions imposed under the
Contract have been fully met.
THE SPECIAL BANK GUARANTEE SHALL REFLECT INFORMATION
SUCH AS BUT NOT LIMITED TO THE FOLLOWING:
• ISSUING BANK’S MACHINE VALIDATION OF BANK NAME AND
AMOUNT OF GUARANTEE;
• PURPOSE WHICH IS TO ASSURE THAT MANUFACTURING
DEFECTS SHALL BE CORRECTED BY THE
SUPPLIER/MANUFACTURER/ DISTRIBUTOR AFTER DELIVERY;
• DETAILS OF THE PURCHASE CONTRACT/AGREEMENT SUBJECT
OF GUARANTEE; AND
• MATURITY/EXPIRATION PERIOD OF THE GUARANTEE.
FOR THE SPECIAL BANK GUARANTEE, THE PREFERRED ISSUING BANK
IS THE DESIGNATED DEPOSITORY BANK IN THE AUTHORITY TO
CREDIT BANK ACCOUNT EXECUTED BY THE CONTRACT AWARDEE
UNDER THE BSP CHECKLESS PAYMENT SYSTEM. SPECIAL BANK
GUARANTEE ISSUED BY ANOTHER BANK SHALL BE JUSTIFIED.
Replacement of form of warranty from retention money to special bank guarantee
shall be allowed only subject to approval by the BSP official authorizing the
covering purchase contract/agreement and prior to payment. No substitution of form
of warranty shall be allowed after payments have been made. (Sec. 62.1 of the
2016 IRR)
29
Section VI. Schedule of Requirements
PROJECT TITLE: ONE (1) LOT - SUPPLY, DELIVERY, SETUP, INSTALLATION,
CONFIGURATION, CUSTOMIZATION, DATA MIGRATION, TESTING,
INSTALLATION, AND IMPLEMENTATION OF A NEW LIBRARY MANAGEMENT
SYSTEM (LMS) FOR THE BANGKO SENTRAL NG PILIPINAS (BSP) LIBRARIES,
INCLUSIVE OF ONE (1) YEAR SOFTWARE SUBSCRIPTION, SUPPORT AND
TRAINING, AS PER BSP TERMS OF REFERENCE AND SERVICE LEVEL
AGREEMENT
PIN: BAC-ITIO GS NO. 2021-0021 DATED 06 OCTOBER 2020
[REFER TO THE BSP TERMS OF REFERENCE]
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is
the date of delivery to the project site.
Item
Number Description Quantity Total
Delivered,
Weeks/Months
30
Section VII. Technical Specifications
Notes for Preparing the Technical Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond realistically
and competitively to the requirements of the Procuring Entity without qualifying their Bids. In
the context of Competitive Bidding, the specifications (e.g., production/delivery schedule,
manpower requirements, and after-sales service/parts, descriptions of the lots or items) must be
prepared to permit the widest possible competition and, at the same time, present a clear
statement of the required standards of workmanship, materials, and performance of the goods
and services to be procured. Only if this is done will the objectives of transparency, equity,
efficiency, fairness, and economy in procurement be realized, responsiveness of bids be
ensured, and the subsequent task of bid evaluation and post-qualification facilitated. The
specifications should require that all items, materials and accessories to be included or
incorporated in the goods be new, unused, and of the most recent or current models, and that
they include or incorporate all recent improvements in design and materials unless otherwise
provided in the Contract.
Samples of specifications from previous similar procurements are useful in this respect. The
use of metric units is encouraged. Depending on the complexity of the goods and the
repetitiveness of the type of procurement, it may be advantageous to standardize the General
Technical Specifications and incorporate them in a separate subsection. The General Technical
Specifications should cover all classes of workmanship, materials, and equipment commonly
involved in manufacturing similar goods. Deletions or addenda should then adapt the General
Technical Specifications to the particular procurement.
Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for equipment, materials, and workmanship, recognized Philippine
and international standards should be used as much as possible. Where other particular
standards are used, whether national standards or other standards, the specifications should
state that equipment, materials, and workmanship that meet other authoritative standards, and
which ensure at least a substantially equal quality than the standards mentioned, will also be
acceptable. The following clause may be inserted in the Special Conditions of Contract or the
Technical Specifications.
Sample Clause: Equivalency of Standards and Codes
Wherever reference is made in the Technical Specifications to specific standards and codes to
be met by the goods and materials to be furnished or tested, the provisions of the latest edition
or revision of the relevant standards and codes shall apply, unless otherwise expressly stated in
the Contract. Where such standards and codes are national or relate to a particular country or
region, other authoritative standards that ensure substantial equivalence to the standards and
codes specified will be acceptable.
Reference to brand name and catalogue number should be avoided as far as possible; where
unavoidable they should always be followed by the words “or at least equivalent.” References
to brand names cannot be used when the funding source is the GOP.
Where appropriate, drawings, including site plans as required, may be furnished by the
Procuring Entity with the Bidding Documents. Similarly, the Supplier may be requested to
31
provide drawings or samples either with its Bid or for prior review by the Procuring Entity
during contract execution.
Bidders are also required, as part of the technical specifications, to complete their statement of
compliance demonstrating how the items comply with the specification.
32
TECHNICAL SPECIFICATIONS
PROJECT TITLE: ONE (1) LOT - SUPPLY, DELIVERY, SETUP, INSTALLATION,
CONFIGURATION, CUSTOMIZATION, DATA MIGRATION, TESTING,
INSTALLATION, AND IMPLEMENTATION OF A NEW LIBRARY MANAGEMENT
SYSTEM (LMS) FOR THE BANGKO SENTRAL NG PILIPINAS (BSP) LIBRARIES,
INCLUSIVE OF ONE (1) YEAR SOFTWARE SUBSCRIPTION, SUPPORT AND
TRAINING, AS PER BSP TERMS OF REFERENCE AND SERVICE LEVEL
AGREEMENT
PIN: BAC-ITIO GS NO. 2021-0021 DATED 06 OCTOBER 2020
REFER TO THE ISSUED TECHNICAL SPECIFICATIONS/
TERMS OF REFERENCE AND OTHER DOCUMENTS
[SECTION VII OR ITEM 5/E-DOC5 OF THE CHECKLIST
OF ELIGIBILITY (LEGAL, TECHNICAL AND
FINANCIAL) AND FINANCIAL PROPOSAL
DOCUMENTS].
33
Section VIII. Checklist of Eligibility (Legal,
Technical and Financial) and Financial
Proposal Documents
Notes on the Checklist of Eligibility (Legal, Technical and Financial) and
Financial Proposal Documents
The prescribed documents in the checklist are mandatory to be submitted in the Bid, but shall
be subject to the following:
a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a State of
Calamity or other similar issuances that shall allow the use of alternate documents in
lieu of the mandated requirements; or
b. Any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.
The BAC shall be checking the submitted documents of each Bidder against this checklist to
ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant to
Section 30 of the 2016 Revised IRR of RA No. 9184.
GENERAL INSTRUCTIONS ON SUBMISSION OF BIDS
FOR MANUAL SUBMISSION OF BIDS:
Submit ONE (1) SET (ORIGINAL/PHOTOCOPY) OF ENVELOPE NO. 1, containing the
Eligibility Documents: LEGAL, TECHNICAL AND FINANCIAL) & ENVELOPE NO. 2,
containing the FINANCIAL BID PROPOSAL.
FOR ELECTRONIC SUBMISSION OF BIDS:
1. SUBMIT ENVELOPE 1 (ELIGIBILITY DOCUMENTS) AND ENVELOPE 2
(FINANCIAL BID PROPOSAL) IN SEPARATE ZIPPED FOLDERS WITH
DIFFERENT PASSWORDS (IE. ONE (1) PASSWORD FOR ENVELOPE 1 AND
ANOTHER PASSWORD ENVELOPE 2).
2. PASSWORD SHALL BE KNOWN ONLY TO THE BIDDER OR ITS DULY
AUTHORIZED REPRESENTATIVE/S SHALL NOT BE DISCLOSED TO ANY
BSP PERSONNEL BEFORE THE OPENING OF BIDS.
3. SAVE THE DOCUMENTS IN COMPRESSED OR ZIPPED FOLDER (USE 7-ZIP
COMPRESSION TOOL).
4. BID SUBMISSION WITHOUT ELECTRONIC KEY OR PASSWORDS SHALL BE
CONSIDERED UNSEALED BID SUBMISSION WHILE THOSE WHICH ARE
NOT COMPRESSED IS NOT COMPLYING WITH TWO-FACTOR SECURITY
PROCEDURE AND HENCE, SHALL BE REJECTED DURING BID OPENING.
5. FOR THE DETAILED PROCEDURES, REFER TO ANNEX C. GUIDELINES ON
MANUAL AND ELECTRONIC SUBMISSION OF BIDS.
34
CHECKLIST OF ELIGIBILITY (LEGAL, TECHNICAL
AND FINANCIAL) AND FINANCIAL PROPOSAL
DOCUMENTS
Project Title : One (1) lot - Supply, Delivery, Setup, Installation, Configuration,
Customization, Data Migration, Testing, Installation, and
Implementation of a new Library Management System (LMS) for
the Bangko Sentral ng Pilipinas (BSP) Libraries, inclusive of One
(1) Year Software Subscription, Support and Training, as per
BSP Terms of Reference and Service Level Agreement
PIN : BAC-ITIO GS No. 2021-0021 dated 06 October 2020
ABC : Php5,915,000.00, inclusive of all applicable taxes and other
charges
Bidder : __________________________________________________
ENVELOPE NO. 1 - ELIGIBILITY ENVELOPE
[For organized checking of e-documents, arrange your ELIGIBILITY
DOCUMENTS/PROPOSAL with corresponding FILE NAMES as listed below (i.e., E-DOC1,
E-DOC2 and so on, corresponding to the list below). Save the documents in a zipped folder
with password.]
(To be filled-up by the BSP Evaluator during the Preliminary Examination of Bids)
DOCUMENTS CONTENTS/
DESCRIPTION
P
A
SS
F
A
I L
REMARKS
Class “A” Documents
I. LEGAL DOCUMENTS
1./E-DOC1
APPLICABLE TO LOCAL BIDDER:
� PHILIPPINE GOVERNMENT ELECTRONIC
PROCUREMENT SYSTEM (PHILGEPS)
PLATINUM MEMBERSHIP:
� Current PhilGEPS Certificate of Registration -
Platinum Membership, including Annex A;
� Registration Certificate;
� Y2020 Mayor’s/Business Permit,6 or in cases of
recently expired Mayor’s/Business Permit,
copy of recently expired Permit and Official
Receipt for Renewal, subject to submission of
Y2020 Mayor’s/Business Permit after award of
6 Or the equivalent document of the Mayor’s/Business Permit.
35
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
contract but before payment; AND
� Current7 Tax Clearance Certificate (TCC) or
equivalent document.8
Notes:
i. IN CASE THE PHILGEPS CERTIFICATE OF
REGISTRATION HAS EXPIRED ON BIDDING
DATE, THE BIDDER SHALL SUBMIT THE
SAME AS A POST-QUALIFICATION
REQUIREMENT UNDER ENVELOPE NO. 3.
ii. IN CASE A DOCUMENT IN ANNEX “A” HAS
EXPIRED ON BIDDING DATE, THE BIDDER
SHALL ATTACH A COPY OF THE
RENEWED/UPDATED DOCUMENT TO THE
PHILGEPS CERTIFICATE OF REGISTRATION.
OTHERWISE, THE SUBMISSION SHALL BE
CONSIDERED “FAILED”.
iii. IF THE BIDDER CLAIMS PREFERENCE AS A
DOMESTIC BIDDER/DOMESTIC ENTITY:
� CERTIFICATION FROM THE
DEPARTMENT OF TRADE AND
INDUSTRY STATING THAT THE
ARTICLES FORMING PART OF ITS BID
ARE SUBSTANTIALLY COMPOSED OF
ARTICLES, MATERIALS, OR SUPPLIES
GROWN, PRODUCED, OR
MANUFACTURED IN THE PHILIPPINES.
iv. If bidding as a JV, all partners must submit the
document.
APPLICABLE TO FOREIGN BIDDER:
� PHILIPPINE GOVERNMENT ELECTRONIC
PROCUREMENT SYSTEM (PHILGEPS)
PLATINUM MEMBERSHIP:
� Current PhilGEPS Certificate of Registration -
Platinum Membership including Annex A;
� Registration Certificate;
� Y2020 Mayor’s/Business Permit, or equivalent
document; AND
� Current Tax Clearance Certificate (TCC) or
equivalent document; AND
� Certification from the relevant government office
7 The TCC must be valid or effective (not expired) on the date of the opening of bids and must be valid for BIDDING PURPOSES.
Once duly filed with the BIR, the Tax Clearance shall be accepted upon submission for all biddings that will be undertaken within
the period of effectivity of the Tax Clearance. However, the Bidder shall still submit a photocopy of the Tax Clearance and indicate
therein that it has already submitted the same to BSP as part of the Class “A” documents. 8 The TCC refers to the clearance issued by the Accounts Receivable Monitoring Division (ARMD) or appropriate office of the
Bureau of Internal Revenue, which is valid for bidding purposes, attesting that the taxpayer has no outstanding Final Assessment
Notice and/or delinquent account. As with other bidding requirements, the BSP validates the TCC as against the BIR list of entities
with validly issued TCCs.
36
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
of its country stating that Filipinos are allowed to
participate in their government procurement
activities for the same item/product;
OR
� Copy of legislation from the country of the bidder
allowing foreign bidders to participate in their
government procurement, if applicable.
Notes:
i. FOREIGN BIDDER REFERS TO A CITIZEN OF
A FOREIGN COUNTRY OR AN ENTITY
WHERE FILIPINO OWNERSHIP OR INTEREST
IS LESS THAN SIXTY PERCENT (60%) WHO
IS ENGAGED IN THE MANUFACTURE OR
SALE OF THE MERCHANDISE OR
PERFORMANCE OF THE GENERAL
SERVICES COVERED BY HIS BID, AS PER
APPENDIX 9 – GUIDELINES IN THE
DETERMINATION OF ELIGIBILITY OF
FOREIGN SUPPLIERS, CONTRACTORS, AND
CONSULTANTS TO PARTICIPATE IN
GOVERNMENT PROCUREMENT PROJECTS,
OF THE 2016 REVISED IMPLEMENTING
RULES AND REGULATIONS OF REP. ACT
NO. 9184.
ii. IN CASE THE PHILGEPS CERTIFICATE OF
REGISTRATION HAS EXPIRED ON BIDDING
DATE, THE BIDDER SHALL SUBMIT THE
SAME AS A POST-QUALIFICATION
REQUIREMENT UNDER ENVELOPE NO. 3.
iii. IN CASE A DOCUMENT IN ANNEX “A” HAS
EXPIRED ON BIDDING DATE, THE BIDDER
SHALL ATTACH A COPY OF THE
RENEWED/UPDATED DOCUMENT TO THE
PHILGEPS CERTIFICATE OF REGISTRATION.
OTHERWISE, THE SUBMISSION SHALL BE
CONSIDERED “FAILED”.
iv. In case a copy of the recently expired
Mayor’s/Business Permit and Official Receipt for
Renewal were submitted on bidding date, the
bidder shall submit a copy of the current and valid
Mayor’s/Business Permit after award of contract
but before payment.
v. The above documents or its equivalent document/s
may be substituted by the appropriate equivalent
documents in English, if any, issued by the country
of the bidder concerned. Otherwise, it must be
accompanied by a translation of the documents in
37
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
English issued 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
apostilled9 in apostille countries or authenticated by
the appropriate Philippine foreign service
establishment/post or the equivalent office having
jurisdiction over the foreign bidder’s affairs in the
Philippines.
vi. If bidding as a JV, all partners must submit the
document.
II. TECHNICAL DOCUMENTS
2./E-DOC2
� STATEMENT BY THE BIDDER OF ALL ITS
ONGOING GOVERNMENT AND PRIVATE
CONTRACTS as of 30 November 2020, including
all contracts awarded but not yet started, if any,
whether similar or not similar in nature and
complexity to the contract to be bid (Use BSP-
prescribed Statement Form No. 1 and/or Statement
Form No. 2 (whichever is applicable]). The
statement shall include, for each contract, the
following:
� i. Name of the client and description of
project;
� ii. Contract reference and date;
� iii. Amount of contract and percentage of
accomplishment; AND
� iv. Value of outstanding contracts.
Notes:
i. Use Statement Form No. 1 (BSP-prescribed form)
if bidder’s ongoing government and private
contracts are not covered by a Non-Disclosure
Agreement (NDA).
ii. Use Statement Form No. 2 (BSP-prescribed form)
if the bidder’s ongoing government and private
contracts are covered by NDA). The statement,
which must be NOTARIZED, must include, for
9 An Apostille is a certificate that authenticates the origin of a public document. It is issued by a country that is party to
the Apostille Convention to be used in another country which is also a party to the Convention. On 14 May 2019,
the Philippines officially became a party to the Apostille Convention. Authentication is still required for all
Philippine documents to be used abroad, but this time with an Apostille instead of an Authentication Certificate ("red
ribbon") as proof of authentication. After authentication by the Department of Foreign Affairs - Office of Consular Affairs
(DFA-OCA), as Competent Authority, there is no more need for authentication (legalization) by Foreign Embassies or
Consulates except for countries that have not acceded to the Convention and countries that objected to the
Philippine accession (Source:https://www.dfa.gov.ph/dfa-news/dfa-releasesupdate/22280-question-and-answer-and-
infographics-onauthenticationthrough-apostille).
38
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
each contract, the following:
� a. Indicative Aggregate Amount of the
Contract;
� b. Percentage of Accomplishment; AND
� c. Indicative Aggregate Value of Outstanding
Works/Undelivered Portion.
iii. The Bidder is allowed to submit an unnotarized
Statement Form No. 2 subject to submission of the
NOTARIZED Statement Form No. 2 after award
but BEFORE payment.
iv. Bidders shall include all ongoing contracts with the
BSP, including all contract/s awarded but not yet
started for the said period, if any.
v. The bidder shall declare the project name and
description, name of clients and contact details.
vi. If bidding as a JV, the Statement shall be submitted
by any of the JV partners.
3./E-DOC3
� STATEMENT OF THE BIDDER’S SINGLE
LARGEST COMPLETED CONTRACT (SLCC)
SIMILAR TO THE CONTRACT TO BE BID
(Use BSP-suggested form). A similar
contract refers to SUCCESSFUL
SUPPLY, DELIVERY, CONFIGURATION,
CUSTOMIZATION AND IMPLEMENTATION
OF A LIBRARY MANAGEMENT SYSTEM IN
ANY INSTITUTION IN THE PHILIPPINES
(E.G., ACADEME OR A NATIONAL
LIBRARY) AND SHOULD BE
CONTINUOUSLY IN OPERATION AS TO
DATE OF BIDDING.
The SLCC shall be supported by the following
documents:
� a. Copy of SLCC completed from Y2015 to
present amounting to at least 50% of
the ABC. (Contract/Agreement can be
any or all of the following: Contract/Job
Order/Purchase Order/Notice of
Award/Notice to Proceed/ Sales
Invoice/Official Receipt or any other
duly executed document
proving/showing the name/nature of
project or project description and contract
cost);
AND
� b. Proof of Completion and Acceptance for
the aforesaid SLCC (Proof of completion
39
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
and acceptance can be any or all of the
following: Official Receipt/Certificate of
Completion/ Certificate of
Acceptance/Certificate of Satisfactory
Performance/Sales Invoice/ Statement of
Account showing payment/Delivery
Receipt duly acknowledged by the client).
Notes:
i. The SLCC must include the following information:
• Name of organization, Line of business and
address;
• Name of contact person/s, telephone and fax
number(s) and email address(es);
• Brief description of the project and scope;
• Contract amount and duration;
• Date when project was formally started, Date of
Go Live (the date when the organization first
went live using the software/system);
• Nature of service/s provided by the Service
Provider; AND
• Hardware and software implemented.
ii. The submitted document/s must show the
following mandatory information:
� a. Contract is similar to the requirement;
� b. Contract cost is at least 50% of the ABC;
AND
� c. Contract must have been completed as of
date of bidding.
iii. If all details needed in items 3(a) and 3(b) can be
established in a single document, the same is
acceptable as submission for the two (2) items.
iv. If Sales Invoice/Official Receipt/Statement of
Account is submitted, it must reflect the full
payment of the contract price of aforesaid
completed project.
v. A Filipino citizen/sole proprietorship, partnership,
corporation, or cooperative may submit a contract
which it previously entered into in partnership with
another person/entity as a JV in compliance with
the SLCC requirement, provided that such JV was
unincorporated or contractual in nature. Otherwise,
the contract of said JV shall not be considered as an
individual experience of any of the JV partners for
purposes of complying with the above technical
eligibility requirement.
vi. If the bidder’s single largest completed contract
similar to the requirement is covered by a
40
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
confidentiality agreement, it shall submit a
certification from its client stating the following
details:
� a. Name of client;
� b. Information of client;
� c. Nature/type of goods and services
provided, with the indicative amount of the
contract;
� d. The contract has been successfully
completed as of bidding date; AND
� e. A statement that the disclosure of the
contract is restricted by a confidentiality
agreement.
vii. If bidding as a JV, the statement shall be submitted
by any of the JV partners.
4./E-DOC4
BID SECURITY
� Bid Securing Declaration (BSD) (Use GPPB-
prescribed form);
OR
� Any of the following forms and amounts (refer
to CLAUSE 14.1 of BDS for applicable
amounts):
� Cash or Cashier’s/Manager’s Check issued
by a UB or KB;
� Bank draft/guarantee or irrevocable letter of
credit issued by a UB or KB: Provided,
however, that it shall be confirmed or
authenticated by a UB or KB, if issued by a
foreign bank (for a list of UBs/KBs, refer to
http://www.bsp.gov.ph); OR
� Surety Bond callable upon demand issued
by a surety or insurance company duly
authorized by the Insurance Commission to
issue such security.
Notes:
i. IF CASH IS POSTED AS BID SECURITY, IT
MUST BE PUT IN A SEPARATE ENVELOPE
WITH AMOUNT STATED THEREIN, SEALED,
AND PLACED INSIDE ENVELOPE NO. 1. IF
BID SECURITY IS PAID THROUGH UNION
BANK OR DEBIT/CREDIT/(VISA/MASTER)
CARD PAYMENT, A COPY OF THE DEPOSIT
SLIP OR SCREENSHOT OF THE ONLINE
PAYMENT SHALL BE INCLUDED IN
ENVELOPE 1.
41
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
ii. The Bidder is allowed to submit an unnotarized Bid
Securing Declaration, subject to submission of the
NOTARIZED Bid Securing Declaration during
post-qualification stage under Envelope No. 3.
iii. FOR ONLINE OR ELECTRONIC BID
SUBMISSION, THE BIDDER IS ALLOWED TO
SUBMIT SCANNED COPY OF THE BID
SECURING DECLARATION OR OTHER
ACCEPTABLE FORMS OF BID SECURITY,
EXCLUDING CASH, SUBJECT TO
SUBMISSION OF THE ORIGINAL COPY
THEREOF DURING POST-QUALIFICATION
STAGE UNDER ENVELOPE NO. 3.
iv. If bidding as a JV, the document/s shall be
submitted by any of the JV partners.
5./E-DOC5
TECHNICAL SPECIFICATIONS/TERMS OF
REFERENCE
� a. CONFORMITY to BSP Terms of
Reference, BSP Service Level Agreement
(Annex A attached to the BSP Terms of
Reference) AND BSP Confidentiality and
Non-Disclosure Agreement (Annex B
attached to the BSP Terms of Reference).
Note: The above documents must be
signed/initialled by the bidder’s authorized
representative/s on the appropriate portions
and submitted as part of the Technical
Documents.
� b. CERTIFICATION OF EMPLOYMENT
ISSUED BY THE BIDDER PROVIDING
A LIST OF PROJECT TEAM consisting of
at least one (1) Project Manager, at least
two (2) IT Professionals (e.g., Information
Systems Analysts, Systems Designers or
Software/Computer Engineers), and at least
one (1) Product Expert, who are employees
of the Bidder, with qualifications stated in
Item 8 under Part A of the BSP Terms of
Reference, supported by the following
documents:
� PROJECT MANAGER
� Curriculum Vitae;
� Project Management Training
42
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
Certification; AND
� Proof of Residency in the
Philippines during project period, if
not a Philippine resident.
� FIRST IT PROFESSIONAL
� Curriculum Vitae;
� Training Certification related to
Computer Systems Engineering,
Applications Development and
Database Design; AND
� Proof of Residency in the
Philippines during project period, if
not a Philippine resident.
� SECOND IT PROFESSIONAL
� Curriculum Vitae;
� Training Certification related to
Computer Systems Engineering,
Applications Development and
Database Design; AND
� Proof of Residency in the
Philippines during project period, if
not a Philippine resident.
� PRODUCT EXPERT
� Curriculum Vitae;
� Training Certification related to
Library Processes and Systems;
AND
� Proof of Residency in the
Philippines during project period, if
not a Philippine resident.
� c. If BIDDER IS A DISTRIBUTOR OR
CHANNEL PARTNER, submit
Certification or Proof of Authority from the
Principal showing that the bidder is
authorized to supply/deliver the offered
Library Management System, and to
provide technical support services thereof;
OR
If BIDDER IS A RESELLER, submit
Certification or Proof of Authority from the
Principal, Distributor or Channel Partner
showing that the bidder is authorized to
resell/supply/deliver the offered Library
Management System, and to provide
43
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
technical support services thereof. If the
Certification or Proof of Authority is issued
by a Distributor or Channel Partner, submit
a Certification or Proof of Authority from
the Principal.
NOTE:
IF THE PRINCIPAL, DISTRIBUTOR OR
CHANNEL PARTNER DOES NOT ISSUE
A SIGNED CERTIFICATION, THE
BIDDER MUST BE ABLE TO SUBMIT
EQUIVALENT PROOF THAT IT IS A
LEGITIMATE, RECOGNIZED OR
ACCREDITED SUPPLIER/SERVICE
PROVIDER, DISTRIBUTOR, CHANNEL
PARTNER OR RESELLER, AS
APPEARING IN ANY PRINTED
LITERATURE OR OFFICIAL WEBSITE
(WITH THE PRIMARY SOURCE OF THE
DOCUMENT).
� d. CONFORMITY to BSP Supplied Evaluation
Matrix (BSPSEM, Annex C attached to the
BSP Terms of Reference).
Notes:
i. Bidder shall indicate under Column 2 the
specifications of its actual offer and
under Column 3, the documents that will
support its statement in Column 2.
ii. The above document must likewise be
signed/initialed by the bidder’s
authorized representative/s on the
appropriate portions and submitted as
part of the Technical Documents.
� e. Bidder’s proof of offer containing all the
technical information listed in the attached
BSPSEM and other relevant information
necessary for post-qualification, in any of
the following:
� a. Original or copy of the printed
product brochure(s) from the
Manufacturer/Developer/Principal;
OR
� b. Printed product brochure(s)
downloaded from the internet with
indication of its source (e.g.
website); OR
44
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
� c. Manufacturer/ Developer/
Principal’s Catalog Data of the
materials/equipment to be installed
with highlights on the data
conforming to the BSP
Specifications; AND
IF SPECIFICATIONS/FEATURES
CANNOT BE SUPPORTED BY
PRODUCT BROCHURES OR
MANUFACTURER/ DEVELOPER/
PRINCIPAL’S CATALOG:
� a. Certification from the
Manufacturer/ Developer/
Principal confirming the
specifications of the items stated
in the bidder’s duly accomplished
BSPSEM; OR
� b. Product Demonstration/Sample
(if applicable); OR
� c. Technical Proposal; OR
� d. Reference Site.
� f. Project Proposal (using the BSP prescribed
format under Part C of the BSP Terms of
Reference).
6./E-DOC6
� OMNIBUS SWORN STATEMENT (OSS) of the
bidder containing the following: (Use GPPB
prescribed form as per GPPB Resolution No.
16-2020)
� a. Appointment of the Bidder’s Authorized/
Designated Representative;
� b. Authority of the Bidder’s Authorized/
Designated Representative;
� c. Non-inclusion in the Blacklist;
� d. Authenticity of the Submitted Documents;
� e. Authority to Validate Submitted
Documents;
� f. Disclosure of No Relationship;
� g. Compliance with Labor Laws and
Regulations;
� h. Bidder’s Responsibilities;
� i. Compliance with GPPB Resolution No.
22-2013 in relation to BSP’s “No Gift
Policy” under Office Order No. 0485,
Series of 2014; and
� j. Provision on Advance Payment.
45
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
Notes:
i. Omission of any of the aforesaid provisions in the
OSS shall be considered as “failed”.
ii. The Bidder is allowed to submit an unnotarized
OSS, subject to submission of the NOTARIZED
OSS after award but BEFORE payment.
iii. FOR ONLINE OR ELECTRONIC BID
SUBMISSION, THE BIDDER IS ALLOWED TO
SUBMIT SCANNED COPY OF THE OSS,
SUBJECT TO SUBMISSION OF THE
ORIGINAL COPY THEREOF DURING POST-
QUALIFICATION STAGE UNDER ENVELOPE
NO. 3.
iv. REFER TO THE BSP WEBSITE FOR THE LIST
OF BSP PERSONNEL INVOLVED IN THE
PROCUREMENT. FOR THE LIST OF BSP
PERSONNEL INVOLVED IN PROJECT, REFER
TO THE BSP TERMS OF REFERENCE (FOR
DISCLOSURE OF NO RELATIONSHIP).
v. If bidding as a JV, all partners must submit the
document.
AND
� PROOF OF APPOINTMENT OF BIDDER’S
AUTHORIZED REPRESENTATIVE/S
�
NOTARIZED Certificate issued by the
Corporate Secretary (for Corporation/
Cooperative/JV) or issued by the Managing
Partner or President (for Partnership), attesting
the appointment of the bidder’s
representative/s (Refer to Sample Form); OR
� NOTARIZED Special Power of Attorney
(SPA), for Sole Proprietorship (Refer to
Sample Form).
Notes:
i. The Proof of Appointment of Bidder’s Authorized
Representative/s shall include, among other things,
the following details:
a. Resolution Number/Order;
b. Government-issued ID of the Affiant; AND
c. Government-issued ID of the Authorized
Representative/s with Specimen Signature.
ii. If bidding as a JV, which is already formed, JV can
submit one NOTARIZED Certificate appointing
bidder’s representative/s.
iii. The Bidder is allowed to submit an unnotarized
46
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
Proof of Appointment of Bidder’s Authorized
Representative/s (Proof of Appointment) subject to
submission of the NOTARIZED Proof of
Appointment prior to execution of the Purchase
Order/Job Order or Contract, if the bidder’s
representative will be the one to sign the same on
behalf of the winning bidder.
iv. Frequent or past bidders of the BSP who maintain
or retain the same bidders’ representative can
submit a copy of the same Secretary’s Certificate or
SPA used in another bidding.
v. If JV is not yet formed, all partners must submit the
Notarized Certificate.
III. FINANCIAL DOCUMENTS
7./E-DOC7
APPLICABLE TO LOCAL BIDDER:
� BIDDER’S AUDITED FINANCIAL
STATEMENT (AFS), showing, among others, the
Bidder’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.
Notes:
i. Submission of a consolidated AFS is allowed,
provided, that the data for the participating Bidder
can be extracted to establish the financial capacity
of the Bidder;
ii. If bidding as a JV, the AFS shall be submitted by
any of the JV partners.
APPLICABLE TO FOREIGN BIDDER:
� BIDDER’S AUDITED FINANCIAL
STATEMENT (AFS), showing, among others, the
Bidder’s total and current assets and liabilities, for
the preceding calendar year which should not be
earlier than two (2) years from the date of bid
submission.
Notes:
i. Submission of a consolidated AFS is allowed,
provided, that the data for the participating Bidder
can be extracted to establish the financial capacity
of the Bidder.
ii. In case a foreign bidder is not required to submit
AFS pursuant to the laws in its jurisdiction, it shall
47
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
submit the following:
a. � A certification from the relevant foreign
government agency stating to the effect that
submission of AFS is not required under its
laws; AND
b. � In lieu of the AFS, Financial Statement
stamped received by its appropriate tax
authority for the preceding year, shall be
submitted. In case a Financial Statement
stamped received by the tax authority is not
yet available, submission of a Financial
Statement for the required year is allowed,
together with a Notarized Certification from
the accounting firm, which prepared the
Financial Statements stating that it has
prepared the said Financial Statements in
accordance with all pertinent laws and
regulations under its jurisdiction.
iii. If bidding as a JV, the AFS shall be submitted by
any of the JV partners.
8./E-DOC8
� COMPUTATION OF NET FINANCIAL
CONTRACTING CAPACITY (NFCC) which must
be at least equal to the total ABC based on the
submitted AFS under Annex A of PhilGEPS
Certificate or submitted AFS under item7/E-DOC7,
and list of ongoing project/s under item 2/E-DOC2,
computed as follows:
NFCC = [(Current assets minus current liabilities)
(15)] 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.
OR
� COMMITTED LINE OF CREDIT issued by a
Universal Bank (UB) or Commercial Bank (KB),
which must be at least equal to ten percent (10%) of
the total ABC; Provided, that if the same is issued
by a foreign UB or KB, it shall be confirmed or
authenticated by a local UB or KB.
Notes:
i. The values of the domestic bidder’s current assets
and current liabilities shall be based on the latest
AFS submitted to the BIR.
ii. If bidding as a JV, the document shall be submitted
by any of the JV partners provided, that the partner
48
DOCUMENTS CONTENTS/
DESCRIPTION
P
AS
S
F
AI
L
REMARKS
responsible to submit the NFCC shall likewise
submit the Statement of all ongoing contracts and
AFS.
Class “B” Documents
9./E-DOC9
If bidding as a FORMED JV
� Valid JV Agreement (JVA) showing that Filipino
ownership or interest of the JV concerned shall be
at least 60%.
If bidding as a JV TO BE FORMED
� In the absence of a JVA, a NOTARIZED
statement(s) from each/all the potential JV partners
stating that they will enter into and abide by the
provisions of the JVA in the instance that their bid
is successful.
Note: The Bidder is allowed to submit an unnotarized
statement(s) from each/all the potential JV partners
stating that they will enter into and abide by the
provisions of the JVA in the instance that their bid is
successful subject to submission of the valid JVA
within ten (10) calendar days from receipt of the Notice
of Award.
Checked by: ________________________
Name and Signature of the
BSP Evaluator
Date: ____________________________
------------------------------------------------------------------------------------------------------------------ ENVELOPE NO. 2 – FINANCIAL BID PROPOSAL
FOR MANUAL SUBMISSION OF FINANCIAL PROPOSALS:
THE MANUAL FINANCIAL BID FORM INCLUDING ALL ATTACHMENTS (IF ANY)
SHALL BE SIGNED/INITIALED/E-SIGNED BY THE BIDDER OR BIDDER’S
AUTHORIZED REPRESENTATIVE/S ON EACH AND EVERY PAGE. FAILURE TO DO
SO SHALL BE A GROUND FOR REJECTION OF THE BID.
FOR ELECTRONIC TRANSMITTAL OF FINANCIAL PROPOSALS (E-DOCUMENT):
THE ELECTRONIC FINANCIAL BID FORM INCLUDING ALL ATTACHMENTS (IF
ANY) SHALL CONTAIN THE E-SIGNATURE OF THE BIDDER’S AUTHORIZED
REPRESENTATIVE/S ON EACH AND EVERY PAGE. FAILURE TO DO SO SHALL BE
A GROUND FOR REJECTION OF THE BID.
[For organized checking of e-documents, arrange your FINANCIAL PROPOSAL
DOCUMENTS with corresponding FILE NAMES as listed below (i.e., F-DOC1 and F-DOC2,
corresponding to the list below). Save the documents in a zipped folder with password.]
49
In case one or more of the requirements in Envelope No. 2 is missing, incomplete or patently
insufficient, and/or if the submitted total bid price exceeds the ABC, the BAC shall rate the bid
as “failed”. (Sec. 30.2, Rule IX, IRR)
Bids not addressing or providing all the required items in the Bidding Documents including,
where applicable, Bid Cost Sheet, shall be considered non-responsive and, thus, automatically
disqualified. In this regard, where a required item is provided, but no price is indicated, the
same shall be considered as non-responsive, but specifying a “0” (zero) or “-” (dash) for the
said item would mean that it is being offered for free to the government, except those required
by law or regulations to be provided for. (Sec 32.2.1(a), Rule IX, IRR) To ensure completeness
of the bid, bidders must ensure that ALL items, columns or matrices in the prescribed forms
are appropriately filled-up and no item, column, or matrix is left blank.
CONTENTS OF DOCUMENT
P
A S
S
F
A I
L
REMARKS
1./F-DOC1
FINANCIAL BID FORM (Use prescribed form)
2./F-DOC2
PRICE SCHEDULE FOR GOODS OFFERED
FROM WITHIN THE PHILIPPINES/FROM
ABROAD (Refer to Financial Cost Breakdown)
(Use prescribed form)
AND
INDICATIVE MAINTENANCE COST for the next
five (5) years (Refer to Additional Information) (Use
prescribed form)
Checked by: ________________________
Name and Signature of the
BSP Evaluator
Date: ____________________________
------------------------------------------------------------------------------------------------------------------
ENVELOPE NO. 3 – OTHER DOCUMENTS REQUIRED FROM THE LOWEST/SINGLE
CALCULATED BIDDER (L/SCB) UNDER SECTION 34.2 OF THE REVISED IRR
• Documents must be submitted within five (5) calendar days from receipt of
notice/advice from the BAC.
• The bidder may also opt to submit the documents on date of bidding.
• Documents may be submitted manually or electronically (except items 6 and 7).
SUBMITTED NOT
SUBMITTED During bidding During post-
qualification
1. Y2018 or Y2019, if available, INCOME TAX
RETURNS (ITR) duly filed thru Electronic Filing and
Payment System (eFPS) of the BIR, as provided for
under Executive Order (E.O.) No. 398 or Revenue
50
SUBMITTED NOT
SUBMITTED During bidding During post-
qualification
Regulations (RR) 3-2005, together with the Filing and
Payment References.
Note: If bidding as a JV, all partners shall submit the
document.
2. BUSINESS TAX RETURNS (Quarterly Value-Added
Tax Form 2550-Q) for the quarter ending 30 June 2020
or 30 September 2020, if available, per RR 3-2005.
Note: If bidding as a JV, all partners shall submit the
document.
3. COMPANY PROFILE indicating the following:
a. Current composition of the Board of Directors;
b. Principal Officers;
c. Principal Stockholders; AND
d. Line of works / services.
Note: If bidding as a JV, all partners shall submit the
document.
Additional requirement applicable only to a Bidder
who/which is a previous/current supplier of BSP:
4. CERTIFICATE OF SATISFACTORY
PERFORMANCE issued by the end-user department
for the following, if any:
a. Most recent completed BSP project; AND
b. All ongoing BSP project/s with at least 20%
accomplishment.
Note: If bidding as a JV, all partners shall submit the
document.
5. CURRENT PHILIPPINE GOVERNMENT
ELECTRONIC PROCUREMENT SYSTEM
(PHILGEPS) PLATINUM MEMBERSHIP, in case
said document was not submitted in Envelope No. 1.
Note: If bidding as a JV, all partners shall submit the
document.
6. ORIGINAL COPY OF NOTARIZED BID
SECURING DECLARATION (BSD) or any one of the
following acceptable forms of Bid Security, in case an
unnotarized or scanned document was submitted in
Envelope No. 1:
� Cash or Cashier’s/Manager’s Check issued by a UB
or KB;
� Bank draft/guarantee or irrevocable letter of credit
issued by a UB or KB: Provided, however, that it
51
SUBMITTED NOT
SUBMITTED During bidding During post-
qualification
shall be confirmed or authenticated by a UB or KB,
if issued by a foreign bank (for a list of UBs/KBs,
refer to http://www.bsp.gov.ph); OR
� Surety Bond callable upon demand issued by a
surety or insurance company duly authorized by the
Insurance Commission to issue such security.
Notes:
i. If Cash is posted as bid security, it must be put in a
separate envelope with amount stated therein, sealed,
and placed inside Envelope No. 3. If bid security is
paid through Union Bank or Debit/Credit/(Visa and
Master) Card Payment, a copy of the deposit slip or
screenshot of the online payment shall be included in
Envelope 3.
ii. If bidding as a JV, the document/s shall be submitted
by any of the JV partners.
7. ORIGINAL COPY OF OMNIBUS SWORN
STATEMENT (OSS), in case scanned copy thereof
was submitted in Envelope No. 1 for online or
electronic bid submission.
Notes:
i. Omission of any of the aforesaid provisions in the OSS
shall be considered as “failed”;
ii. If bidding as a JV, all partners must submit the
document.
Received by: ________________________
Name and Signature of the
BSP Evaluator
Date: ____________________________
------------------------------------------------------------------------------------------------------------------
IMPORTANT NOTICE: 1. In case of any inconsistency between the Invitation to Bid (IB) and all other documents, the IB shall
prevail. In case of inconsistency between the listed documents in the Instructions to Bidders (ITB)
and the Bid Data Sheet (BDS) and Checklist of Eligibility (Legal, Technical and Financial) and
Financial Proposal Documents, the ITB and BDS shall prevail.
2. The actual signature of the authorized representative of the prospective bidder, cropped and pasted
handwritten signatures, adobe-created signatures, unique figures and symbols and stamped
signatures are ACCEPTABLE as e-signatures. However, text-typing the name of the bidder and/or
the words “SGD. or ORIGINAL SIGNED” and the like without distinctive features are NOT
ACCEPTABLE.
3. An electronically signed document submitted by the bidder shall be presumed to belong to that of
the bidder if signed by its duly authorized representative and sent to the email of the Bid Recipient.
52
BIDDING FORMS
File Name
for Bid
Submission
DESCRIPTION OF DOCUMENT
ENVELOPE NO. 1
1 Item 2/
E-DOC2
Statement of On-going Government and Private Contracts
a. Statement Form No. 1.
b. Statement Form No. 2.
2 Item 3/
E-DOC3
Statement of Single Largest Completed Contract Similar to
the Requirement
3 Item 4/
E-DOC4 Bid Securing Declaration
4 Item 6/
E-DOC6
a. Omnibus Sworn Statement
5 b. Corporate Secretary’s Certificate
6 c. Special Power of Attorney
ENVELOPE NO. 2
7 Item 1/
F-DOC1 Financial Bid Form
8
Item 2/
F-DOC2
PRICE SCHEDULE FOR GOODS OFFERED FROM
WITHIN THE PHILIPPINES/FROM ABROAD (Refer to
Financial Cost Breakdown)
9
INDICATIVE MAINTENANCE COST for the next five
(5) years (Refer to Additional Information) (Use prescribed
form)
CONTRACT FORMS (TO BE SUBMITTED BY THE WINNING BIDDER)
File Name DESCRIPTION OF DOCUMENT
1 NOA Notice of Award with Conformity with List of Evaluated
Surety Companies
2 PSD Performance Securing Declaration (Allowed During State
of Calamity)
3 CONTRACT Contract Agreement
4 JVA If JV: JV Agreement (Sample Only)
ANNEXES
ANNEX GUIDELINES AND PROCEDURES
A Procedures in the Payment of Bidding Documents
B Guidelines in the Conduct of Pre-Bid Conference
C Guidelines in the Preparation, Submission and Opening of Bids (Manual
and Electronic)
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 2 of 19
PART A: INTRODUCTION
1.0 BACKGROUND
The Bangko Sentral ng Pilipinas (BSP) issues this Terms of Reference (ToR) to prospective Solution
Providers for the replacement of InMagic, Koha and Filenet, the existing library management
systems of Economic Financial Learning Center (EFLC) and Office of the General Counsel and
2.0 DESCRIPTION
One (1) Lot Customization, Configuration, Installation, Data Migration, Testing, Installation and
Implementation of a Library Management System (LMS) inclusive of One (1) Year Software
Subscription Support and Training.
This is a Commercial-Off-The-Shelf (COTS) cloud-based solution for the management of the
physical and digitized assets of BSP Libraries and encompasses the functions and processes in a
library.
3.0 COMPLETION PERIOD
The project shall be completed within eight (8) months from the date stipulated in the NTP.
The project schedule shall be as follows:
Customization, Configuration, Installation, Data Migration, Testing, Installation and
Implementation of a Library Management System (LMS)
4.0 OBJECTIVES OF THE PROJECT
a. To be able to leverage on the latest available technology or solution for a Library
Management which is compliant to international industry standards and frameworks (e.g.
Machine Readable Cataloging in the 21st Century (MARC 21), International Standard for
Bibliographic Description (ISBD), Functional Requirements for Bibliographic Records (FRBR),
Functional Requirements for Authority Data (FRA) and Resource Description and Access
(RDA).
b. Adoption to these standards and framework shall maintain data integrity and fidelity of
library collections and/or databases.
c. To migrate the data of BSP Libraries into standardized frameworks such as MARC 21, Dublin
Core, Encoded Archival Description (EAD) version 3, Metadata Object Description Schema
(MODS), Metadata Encoding and Transmission Standard (METS), VRA Core 4.0 Metadata
Schemas and Data Standards to ensure the ease of information exchange and in preparation
to possible migration to the BIBFRAME 2.0 data model.
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 3 of 19
5.0 SCOPE OF WORK
The Project covers the supply and delivery of all information and communications technology
(ICT) solutions and services necessary to setup, install, configure, customize, migrate
data/information, test, and fully implement a new Library Management System (LMS) for the
BSP Libraries, subject to BSP specifications and requirements. The details of the scope of work,
particularly the specifications and requirements, are discussed substantially in Part B:
Functional and Technical Requirements.
The solution provider shall perform all site planning, interface design and production, including
uploading, migrating, and organizing all required data and information.
The solution provider shall deliver or turn-over all customized and other software/s, materials,
licenses, and other components required to operate and maintain the site internally.
License scheme of all software components should be disclosed to the BSP. Moreover, the
solution provider shall ensure that the software/s to be installed (if applicable) shall be
compliant with its licensing scheme.
If necessary, BSP shall provide the appropriate hardware/software environment, including
additional workstations, that will be used as staging area during the data migration.
It is understood that since this will be a cloud-based or Software as a Service (SAS) solution, the
BSP will need not acquire a permanent server, operating system, database license and portal
solution software for the purposes of this project.
The solution to be proposed must have the capability to export or download data and
information from all modules.
Upon full acceptance, the Software subscription and Technical Support and Warranty for one
(1) year shall commence. In the first three (3) months, a dedicated technical support shall be
provided onsite or through online.
6.0 SUPPORT SERVICES REQUIREMENTS
6.1 DOCUMENTATION
6.1.1 The solution provider shall provide complete sets of the following in soft copy (in
MS Word) and two (2) hard copies:
a. Pre-Project Implementation
Project Responsibility Assignment Matrix
Project Gantt Chart / Schedules
Test Scripts/procedures validating functionality and features of the LMS
b. Test Results
Vulnerability and Security Test Results
Functionality and Systems Testing
User Acceptance Test (End-users)
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 4 of 19
c. Manuals and Procedures
Operations Procedure/Manuals
Systems Procedure/Manuals
Customized Documentations
Backup and Recovery Procedures
d. Migration Plan Document
6.1.2 The solution provider must provide a documentation on how the LMS site and
databases shall be maintained during and after the contract period. This shall also
include policies and procedures involved in the roll out of updates and security
patches (if applicable). Systems turnover methods or strategies for ensuring that
the system users shall be able to operate and maintain the live system on their
own shall also be described.
6.1.3 The solution provider shall deliver documents/manuals/reports that are of robust
and durable construction with concise and high-quality presentation. They must
contain sufficient information for the proper operation and maintenance of the
developed applications.
6.1.4 Bidders shall provide replacement or additional manuals when required by the BSP
for the software that is under warranty agreement at the time of the request.
6.1.5 The documentation must be maintained and kept up-to-date with updates or
replacement volumes to reflect the current level of installed software.
6.1.6 All documentation must be written in English.
6.2 TRAINING
6.2.1 The solution provider shall conduct basic as well as customized training on all
applications and solutions used in the Project, in the form of classroom and/or
workshop sessions or through online sessions:
a. Technical Training covers all system maintenance and operating
procedures related to the LMS and shall be attended by designated
personnel from the BSP Libraries. This training module must be designed
to effect knowledge transfer of the system to enable them to administer,
operate and maintain the LMS. (minimum of 4 attendees)
6.2.2 Trainings should be undertaken under the following conditions:
a. Conducted on-site/off-site using actual/similar equipment
b. Held using the English Tagalog Language.
c. Conducted by qualified trainers who are experts in the development of
LMS
d. Adjusted to the background and skills of the participants
e. Cover theoretical education together with elements of practical training
(e.g. hands-on)
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 5 of 19
f. Discuss procedures for detecting and reporting faults and running
diagnostic programs
g. Involve distribution of training materials (in English), both in printed and
electronic form
h. Delivered through the use of interactive exercises, materials and
appropriate environment (e.g. PowerPoint using LCD Projector).
i. Scheduled in coordination with BSP to ensure availability of designated
personnel
6.2.3 All materials, resources, training expenses among others shall be for the account
of the solution provider.
6.2.4 Should it be required, the BSP will issue a declaration to the effect that, to the best
of its knowledge, the participation of its personnel in the training/workshop of
solution provider is not prohibited by the internal policies and procedures of the
BSP, as well as relevant laws and regulations in the Philippines.
6.3 TECHNICAL SUPPORT and WARRANTY
1.
Certificate of Final Project/System Acceptance. During the warranty period, the Service
Provider shall respond to service requests in the event the system becomes inoperable.
Failure to comply with the warranty terms shall be considered an infraction and BSP
shall impose corresponding deduction to the warranty bond/performance bond.
2. The technical support services shall cover web page and database revisions, changes,
and alterations, including, among others, fixing errors, bugs or problems related to the
software/s and/or applications that were developed and/or delivered. The services
shall include the resolution of all system incident reports encountered during the one
(1) year subscription and shall comply with the provisions of Service Level Agreement
(SLA) stipulated in Annex A of this TOR.
7.0 PAYMENT TERMS AND CONDITIONS
Payments shall be made progressively or partially and where each payment shall be equivalent
to the corresponding services completed or purchases supplied and accepted by BSP.
Proposed prices are to be inclusive of all taxes, license fees, royalty payments and other costs
of complying with the conditions of the TOR and Invitation to Bid (ITB) and associated with
carrying out all matters and doing all things necessary as may be deemed by BSP for the due
and proper performance and completion of the proposed Project Contract.
Payments shall be made as follows:
Table 1: Payment Milestones and Deliverables
No. Deliverables Payments
I. Project Kick Off and signed-off Project Charter, including
Project documents such as:
10%
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 6 of 19
Project Plan with Team Composition and initial Work
Breakdown Schedule;
Communications Plan;
Quality Plan with Quality Review Form, Quality Register
Acceptance Plan;
Risk Management Plan with Risk Form and Risk
Register;
Change Management Plan;
Training Plan;
Implementation Plan;
Business Continuity Plan; and
Test Plan;
Business Requirements Elicitation and Systems Analysis and
Design submission and approval of the following
Business Requirements Document (for gap analysis);
Systems Requirements Document (how the business
requirements shall be configured in the system and
user role with appropriate use case); and
Technical Architecture;
Migration Plan;
Transition Plan;
II. Customization, Configuration, Testing and Acceptance of LMS
Instance for BSP (including development, if any) for the
following:
Provisioning of LMS with the following functionalities
but not limited to (as described in Part B):
o Acquisition
o Circulation
o Cataloging
o Online Public Access Catalog (OPAC) /
Discovery Module
o Serials Module (for subscriptions)
o Document Management System
o Repository for digital assets
o Report Generation
o Other functionalities: search, indexing, etc.,
Web-based user-interface for external and
internal (BSP employees) stakeholders
50%
Data Migration
With approval and sign-off
Delivery of final Translation Tables for conversion of
Local Bibliographic Data (LBD) and for item data
Migration of all bibliographic and item data, Patron
and Circulation Data
Migration/conversion of the previous front-end website to the
proposed website:
Installation and configuration of the new LMS website;
and
Migration to the new LMS website (including data and
content from the old website).
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 7 of 19
III Pre-Go Live Activities (with acceptance and sign-off)
Backup and restore testing
Business continuity testing
Penetration and vulnerability assessment and
resolution
Parallel run
Resolution of all system incident reports encountered
during parallel run
40%
Go Live (upon Full Acceptance BSP to issue Certificate of Full
Acceptance)
Completion and acceptance of all deliverables (signed-
off)
Training and documentation on all Licensed LMS
Modules
Subscription Proof of Entitlement
Go Live
Dedicated production support
One (1) year warranty inclusive of three (3) months dedicated supported shall upon Full
Acceptance.
8.0 PROJECT MANAGEMENT TEAM
Bidders shall submit the composition of the Project Team (including Project Manager) and shall
maintain the designated project personnel for the duration of the project and during the first
must be approved by BSP.
8.1
Team shall include as team members, a project manager, IT professionals all with proven
track record in the design, development, and installation of computer systems and with
technical experience in the proposed solution.
8.2 The Project Team shall submit curriculum vitae, training certificates and other proof in
support to the following eligibility criteria:
8.2.1 Project Manager
a. Must be a college degree holder;
b. Must have a minimum of three (3) years of project involvement in LMS or
other Library modernization projects;
c. Must have been a Project Manager of at least one (1) successful LMS
project;
d. Must have successfully completed Project Management training;
e. Must show proof that he/she shall be residing in the Philippines for the
duration of the project should the Bidder to be awarded the contract not
be a Philippine resident.
8.2.2 Other Project Team Members, Project Support Staff
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 8 of 19
The Solution provider shall create and organize its Project Support Staff who
shall be responsible for implementing the various activities covered by the
project. The staff shall be composed of a team with at least two (2) IT
professional (e.g. Information Systems Analysts, Systems Designers or
Software/Computer Engineers), and at least one (1) Product expert.
Product Expert:
Must Have been a project member of at least one (1) successful
project, which are of the same or greater magnitude and complexity
as the proposed system.
Must Have expertise on library processes and Library System (product
being offered), with the company for at least two (2) years as a Product
Specialist or its equivalent.
IT Professional:
Must have expertise on library portal development or systems
development.
With degree or any technical trainings related to Computer Systems
Engineering, Applications Development, and Database Design (to
submit training certificates)
Education, experience and training will also be the basis for evaluating the technical
competence of the Project Development Staff.
8.3 Bidders shall submit the Project Team curriculum vitae which includes the following
information:
a. Primary and secondary areas of expertise, including number of years of
experience;
b. Educational attainment;
c. Qualifications-related training certificates (eg. PM, IT-Related, product related
training certificates, etc.); and
d. Projects handled, nature of these projects (including the development and
operating environments), and type of involvement.
9.0 RESPONSIBILITY OF THE BIDDER
The eligible Bidder shall take sole responsibility for all the necessary measures to carefully
examine and acquaint himself with the requirements, terms and conditions of the TOR. The
BSP shall not assume responsibility regarding erroneous interpretation and/or inclusions by
the eligible Bidder from the data furnished or indicated in the TOR.
10.0 NON-DISCLOSURE AGREEMENT (NDA)
10.1 The Solution Provider must not disclose any documents, materials, project manuals,
solutions used, configurations and parameters used or any other information that
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 9 of 19
would compromise the BSP. The Solution Provider should be responsible to maintain
any such documents and information obtained from the BSP in strict confidentiality.
10.2 The Solution Provider must agree and sign the BSP Confidentiality and Non-Disclosure
Agreement (CNDA) Form (Annex B).
11.0 LIABILITY
The Solution Provider shall be liable for damages caused to any BSP property due to the fault
or negligence of their personnel. Damages shall be repaired by the winning bidder at his own
expense and to the satisfaction of BSP. In case of failure by the winning bidder to effect repair
on damaged property, BSP may cause the repair and deduct the entire cost thereof from the
amount due to the winning Bidder.
12.0 HOUSE RULES
The Solution Provider must abide with all the rules and regulations of BSP at all times. The
Solution Provider
such as equipment and materials at the work site. BSP assumes no responsibility for the
protection of their property against fire, theft, and environmental conditions.
13.0 WORKING ENVIRONMENT
The solution provider is expected to work in BSP premises to have a quick
interaction/collaboration with the BSP-PMT and other designated BSP staff. However, if
working onsite is not feasible due to circumstances, online meetings, scheduled web
conferencing or remote access may be arranged
For activities that need to be conducted on-site, BSP shall provide the workspace and the
network access for the project implementation team.
If necessary, BSP shall provide a server for data staging and migration activities for this Project.
including additional workstations, that will be used during the development stage.
The solution provider shall also comply with existing BSP-IT Information Technology Policies,
Standards and Procedures.
14.0 OWNERSHIP OF BID DOCUMENTS
All documents submitted in response to the TOR shall become property of BSP which may use
such information, including the copying of same, for bid evaluation purposes.
15.0 REPORTING TO OR VISITING BSP OFFICES
The following provisions in cases of disruptions similar to the COVID-19 pandemic shall be
observed and performed by the Service Provider:
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 10 of 19
1. The Service Provider shall ensure that its deployed employees are fit to work and not infected
with the covid-19 virus. Infected personnel shall be immediately isolated and not be allowed
to report for work.
2. The Service Provider is also mandated to comply with DOH and other government agency
protocols in the management of the safety and health of their deployed workers.
3. The Service Provider shall ensure the issuance of appropriate directives to all deployed
personnel on strict observance of precautionary measures implemented by the BSP to keep
the workplace free from COVID-19 or other similar virus, and to prevent its transmission, e.g.
physical distancing, frequent hand washing, wearing of face masks, and temperature checks at
entry points, and other measures/guidelines that will be implemented/issued by the BSP.
4. The Service Provider shall supply the necessary personal protective equipment (PPE) and
related supplies for all its personnel, such as face masks, face shield, etc., in connection with
the onsite performance of their personnel duties.
5. Any infraction committed by the personnel against such measures shall be a ground for ITO to
request for replacement and/or terminate the deployment of said personnel.
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 11 of 19
PART B: FUNCTIONAL AND TECHNICAL REQUIREMENTS
The Solution Provider shall be responsible for providing necessary services for the development and/or
customization of the following functionalities and components expected of the LMS:
1.0 FEATURES AND COMPONENTS OF THE DESIRED SOLUTION
1.1 Acquisition Module Requirements
a. The proposed solution shall have the capability to:
i. Integrate with the Cataloging and OPAC module items already received
and activated online subscriptions can be made available immediately in
the OPAC.
ii. Generate budget performance reports with graphs (see also Report
Module Functionality)
b. It must also have:
i. Support for acquisition of both print and electronic materials for titles
that are for acquisition (whether selected, requested or renewed), the
system should support the loading of MARC records with embedded order
data, shelf ready data and invoice information. Upon loading of the
records, the system should be able to automatically match the said records
with a global bibliographic repository to correct typographical errors,
misspellings, and maintain adherence to metadata standards. Duplicate
detection should also be automated to minimize acquisition of similar
materials.
ii. Notification for the renewal date of subscriptions.
c. Library staff and management, must be able to:
i. Retrieve status of orders and other requests (arrived, pending,
disapproved, paid and unpaid). This may also be applicable to BSP staff
with purchase requests and/or suggestions.
ii. Determine and monitor which funds are in use, spent and are still
available.
1.2 Circulation Module Requirements
a. The proposed solution must have the capability to:
i. Add, view, and edit patron records through a custom database of Library
users
ii. Set customized return dates for official loans and other arrangements.
iii. Set customized record status for lost, missing and damaged materials.
iv. Set and change parameters for types of patrons, lending periods and rate of
fines based on existing policies and guidelines.
v. Automatically assess fines for overdue materials.
vi.
deficiencies prior to proceeding with transaction
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 12 of 19
vii.
address
viii. View checkout/loan/renewal history of patrons (for library staff only)
ix. Generate transaction receipts for loans, returns and renewals.
b. It must also have:
i. Support for the use barcodes in the retrieval of borrower records currently,
during
transactions.
ii. Support for an offline backup circulation system with date and time stamps
in case of issues with the internet connection, the solution must be able to
handle offline transactions which can be then be uploaded and reconciled
with the system once connectivity has been restored.
iii. Individual log-in credentials for each library personnel designated to staff the
circulation desk.
1.3 Cataloging Module Requirements
a. The proposed solution must have the capability to:
i. Import and export standards compliant MARC records Support for multiple
catalogers with simultaneous access and individual login credentials
ii. Retain old accession numbers and other local bibliographic and acquisition
data from old/legacy records
iii. Generate customized reports regarding collections, i.e. Books by Subject, Call
number, etc. (see also Report Functionality)
iv. Create and edit local/staff notes to bibliographic records for
internal/backend use only.
b. It must also have:
i. An audit trail functionality that can track changes to bibliographic data and
determine who made the edit
ii. Separate database for bibliographic data, holding data and authority lists
iii. Support for International Standard for Bibliographic Description (ISBD),
Functional Requirements for Bibliographic Records (FRBR), Functional
Requirements for Authority Data (FRA) and Resource Description and Access
(RDA) cataloging standards.
iv. Support for Machine Readable Cataloging in the 21st Century (MARC 21),
Dublin Core, Encoded Archival Description (EAD) version 3, Metadata Object
Description Schema (MODS), Metadata Encoding and Transmission Standard
(METS), VRA Core 4.0 Metadata Schemas and Data Standards
v. Support for BIBFRAME 2.0 data model
1.4 Online Public Access Catalog (OPAC) / Discovery Module Requirements:
a. The proposed solution must have the capability to:
i. Perform Federated Search - Single search box (similar to Google) user
interface (UF) that allows for keyword searching across multiple materials in
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 13 of 19
library catalogs and other licensed content so library users need not perform
individual queries across multiple resources/databases and/or various
interfaces.
ii. Perform Faceted Search Patrons will be able to narrow down their queries
using filters based on faceted classification of the search results.
iii. Display hyperlinks of categories that have related fields (i.e. Subject links for
a search result will include a list of resources with the same subjects)
iv.
b. It must also have:
i. Support for automatically integrating various content from multiple
providers such as cover images and material reviews.
ii. Customizable OPAC/Discovery interface Administrators can change colors,
text type, text size, logos, etc.
iii. Support for the export of search results, whether for printing and/or e-
mailing.
iv. Mobile responsive design interface - Detect the device (workstation, tablet
or smartphone) used in accessing the page and adapt the interface
accordingly
v. Support for each patron to login to their individual account
Each patron will then be able to perform the following:
View Personal Loan History (includes renewals, and items on
hold/reserve list)
View Fines and Losses (if applicable)
Create and view save searches
Renew or put on hold (reserve) materials
1.5 Serials Module Requirements
a. The proposed solution must have the capability to:
i. Manage electronic resource license agreements including start and end
dates, signed/unsigned, current or expired status, etc.
ii. Manage electronic holdings, at both the title and at the collection level.
iii. Enable designated Library Staff to select and activate subscribed databases
to include in OPAC/Discovery searches.
b. It must also have:
i. Support to create customizable knowledge base collections for subscribed
content (i.e. custom bibliographies, reading lists, etc.)
ii.
EBSCOHOST
ProQuest E-Book Central
Springer Journals
Science Direct Journals
Cambridge Journals
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 14 of 19
1.6 Report Module Functionality
a. The proposed solution must have the capability to:
i. Generate listings of:
Books sorted/filtered by call number
Books sorted/filtered by subject headings
Books sorted/filtered by location
Books sorted/filtered by publication date
Books sorted/filtered by status (On loan, on shelf, missing, lost, etc.)
ii. Generate statistics on:
Usage
Acquisitions
Circulation
iii. Generate customized book labels.
iv. Generate customized reports for Inventory purposes.
v. Export generated reports to excel or PDF format.
1.7 Other Requirements
a. The proposed solution must support migration of data from:
i. INMAGIC
ii. KOHA 1
iii. Filenet2
b. The proposed solution must support existing library inventory processes.
c. The proposed solution must be SIP2 compliant. It must be able to communicate and
integrate with the existing RFID system in place at the BSP Library (for checking with
OGCLS for its current setup).
d. The proposed solution must allow Librar staff to easily and cost effectively update
content regularly and modify site design even after the initial launch.
e. The proposed solution must have separate or distinct user-interface for the libraries
(eg. External Stakeholders and patrons can only access those of EF
2.0 MIGRATION AND CONVERSION
The solution provider shall import/migrate/convert all existing bibliographic data and any file
attachments (PDF, JPG, etc.) from the existing INMAGIC, KOHA and Filenet systems to the new
LMS including the databases, and all other components and functionalities.
3.0 OPERATING ENVIRONMENT REQUIREMENTS
The solution provider shall deliver a solution that is able to operate based on the following
minimum up to the latest available version of the environment requirements:
1 Library System 2
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 15 of 19
Table 2: Operating Environment Requirements for BSP client workstations
ENVIRONMENT
Operating System Windows 7, Windows 10 or latest version
Browser Must support the following:
Microsoft Edge, Internet Explorer, Firefox, Google Chrome,
Opera, and Safari (Mac and Windows)
Mobile and Desktop User Interface
CPU, Memory &
Storage
2 VCPU, 8GB, 100GB storage
BSP reserves the right to change the operating environment depending on the available
resources during the implementation of the Project.
4.0 BACK UP AND RECOVERY
The solution provider shall provide a set of procedures on how the LMS site/s and databases
would be backed up and recovered. The solution provider must also conduct briefings on the
procedures involved in the successful fail over of the system. Moreover, the documentation of
said backup and recovery procedures for the LMS portal and its corresponding data is required.
5.0 TEST AND ACCEPTANCE
The final and completed LMS must pass User Acceptance Test (UAT) of every component,
deliverable and functionality. Moreover, the finished product must be free from computer
virus or malware codes and must resolve all Vulnerability Assessment and Penetration Test
findings or recommendations of BSP.
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 16 of 19
PART C: PROJECT PROPOSAL
1.0 PREPARATION AND FORMAT OF TECHNICAL PROPOSAL
a. The structure of the Technical Proposal is as follows:
1. Title Page - the document shall be titled as:
BSP LIBRARY MANAGEMENT SYSTEM (LMS) PROJECT TECHNICAL
PROPOSAL
The name of the company (joint venture or consortium shall also appear), business
address, email address, telephone and fax numbers, and name of contact person,
position and contact details.
2. Table of Contents - lists the main sections and headings
3. List of Illustrations - may include charts, tables, flowcharts, sample forms and other
exhibits
4. Executive Summary -
including, among others:
a. a brief overview of the organization/firm and relevant experience;
b. a list of proposed services and ancillary items;
c. a list of similar projects undertaken; and
d.
e of other competitors.
5. Introduction - this section shall give a capsule description of the Bidder and how it
intends to respond to the TOR, as well as why it is uniquely qualified to perform the
proposed project
6. Bidder Profile/Qualifications shall include the business profile of the Bidder as
follows:
a. A brief company history
b. Company brochures and sales material
c. Names and titles of designated proposed solution system contacts
d. s role in the project
e. List of proposed solution customers and identification of one (1) reference
site, specific to the system being proposed to the BSP. Include the contact
names, with their addresses, telephone/fax number, and e-mail addresses.
7. Project Implementation Plan and Strategy
a. Describe the proposed project methodology to be used for planning,
organizing, executing and delivering this Project.
b. Provide a proposed project plan for the implementation of this project,
including include time estimates (schedule), a detailed breakdown of sub-
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 17 of 19
tasks (WBS), and proposed milestones. Clearly list all responsibilities of
BSP and the Bidder.
c. Provide details on the timing and frequency of progress meetings and
specify change and quality control procedures that will be used during the
Project.
d. Include in the above project plan a detailed deliverable acceptance
procedure. Describe reporting procedures that will be adopted to provide
status updates to the BSP.
e. Provide estimates of the total number of man-hours that will be needed
to implement the requirements of this Project.
f. List any external factors and/or risks that may affect the schedule and
implementation of the Project, and a plan to eliminate or mitigate and
their potential impacts.
g. List recommendations for implementation and support of the new LMS,
including details on technical services provided for requirements/gap
analysis, installation, system testing, and migration and conversion of
data/content, among others.
8. Summary of Proposed Solution shall include summary/listing of services to be
performed and deliverables to be provided, including but not limited to
applications, features and facilities to developed, customized or provided, and the tools
and methodologies. Sample designs/studies shall also be submitted.
9. Installations, Testing, and Acceptance Test Plan
a. Describe the proposed approach on the installation including site
preparation requirements indicating the roles to be performed by BSP and
those by the Bidder.
b. Provide a checklist for delivery inspection which must be agreed by BSP
prior to its use that includes software and documentation checklists.
c. Propose an Acceptance Test Plan for the BSP that will ensure the quality of
the system deliverables and will provide the End-user with regular
opportunities to review and confirm acceptance of system and project
components. It must have the following minimum test component:
Unit and Integration, System, Stress and Volume Testing
Security, Recovery, Parallel and Regression Testing
User Acceptance Testing and Final Acceptance Testing
10. Support Services shall include a summary of services to be performed and
deliverables
cited in Item No. 6: Support Services Requirements.
11. Proposed Project Team and Curriculum Vitae (CV) of Members
a. Describe the organization and qualifications of the implementation team
that will be assigned to this Project.
b. Propose and justify the structure and composition of the Project Team.
c. Provide a proposed Project Team (actual number of staff to be deployed)
and include CVs of the project members, along with details of the roles
they would play and responsibilities they would undertake as a team
member. CVs must specify educations, skills, accomplishments, and work
BSP Library Management System (LMS)
Terms of Reference (TOR)
Page 18 of 19
experience, including position title, name of organization, dates of
employment and description of work responsibilities with emphasis on
specific skills and achievements (Refer to Part D: Qualification
Requirements of Bidders).
d. Describe and illustrate the proposed BSP-Bidder Project Team organization
for this Project. Indicate clearly formal reporting and communication
channels within and between the project teams.
e. Provide the number of other concurrent projects that the proposed
Project Manager and members of the Project Team are/will be
undertaking during this implementation.
-0-0-0-0-0-0-END OF TOR-0-0-0-0-0-0-
BSP Library Management System (LMS)
Terms of Reference (TOR)
For bidders only:
This is to certify that our company is amenable with indicated in this
document.
Conforme: ___________________________________
Authorized Representative
Name and Signature
Page 19 of 19
PREPARED BY:
ROTHMAN T. LIM
Bank Officer IV
Economic and Financial Learning Center (EFLC)
MARIA DELIZA G. LASQUITE
Acting Deputy Director
IT Systems Management Department
NELIA R. BALAGAPO
Manager
Economic and Financial Learning Center (EFLC)
APPROVED BY:
ARNEL ADRIAN C. SALVA
Officer-in-Charge
Economic and Financial Learning Center (EFLC)
REYNALDO FLORENCIO T. ZIPAGAN
Director
IT Systems Management Department
________________________ 2___9 S__ept __20_20____
MARIA CHRISTINA S. FERMO
Bank Officer V
IT Systems Management Department
(ITSMD)
ARNEL ADRIAN C SALVA
NELIA R. BALAGAP MAMAMAMAMAMAMAMAMARIRIRIRIRIRIRIRIRIRIRIRIA DEDEDEDEDEDEDEDEDEDEDEDEDEDEDEDELILILILILILILILILILILILILILILILILILIZA G G. . . LASQUITE
Acting Deputy Director
Digitally signed by
Reynaldo Florencio T.
Zipagan
Date: 2020.09.30 14:58:43
+08'00'
Terms of Reference: Library Management System
Page 1 of 4
ANNEX A:
SERVICE LEVEL AGREEMENT (“SLA”)
The Service Provider shall conform to the service level requirements stated in this Service
Level Agreement, which shall include the following:
1. SERVICE COVERAGE
1.1. The Service Provider shall provide technical support such as, but not limited to,
troubleshooting, configuration, administration, maintenance, capacity planning,
and consultation services related to the Library Management System Project
without additional cost to BSP.
2. RESPONSE AND RESOLUTION TIME
2.1. Service request must be acted upon immediately by the Service Provider through
onsite and/or offsite support, depending on the request and according to the
following response and expected resolution times of BSP.
Reference Table 1: Response and Resolution Time Matrix
Severity Description Response time Resolution time
Critical
A Fault in the Maintained System which renders
the Client unable to perform necessary business
operations. 15 Minutes
upon report of
incident
Four (4) hours
upon
acknowledgement
of incident
High
A Fault in the Maintained System which does
not render the Client unable to use the
Maintained System for necessary business
operations, but causes limitations or
restrictions in the use of important functionality
of the Maintained System.
Twelve (12) hours
working day upon
acknowledgement
of incident
Medium
A Fault in the Maintained System which does
not cause the Client any limitations or
restrictions in the use of important functionality
of the Maintained System, but may cause the
Client to suffer inconvenience in performing day
to day business operations.
30 Minutes
upon report of
incident
Thirty-six(36) hours
upon
acknowledgement
of incident
Low
A Fault in the Maintained System where there
are problems of a cosmetic nature which have
little or no effect on the Client's business
operations. This includes any inquiries or
request concerning the Maintained System.
Forty-Eight(48)
hours upon
acknowledgement
of incident
“Response time” is the time interval between the first report of an incident by the client and the
elevation/acknowledgement of the service Provider.
"Resolution time" is the duration from the time the service Provider started to address the incident up to
the time it is resolved and system is restored to normal operations.
Terms of Reference: Acquisition of NoSQL Database Management System
Page 2 of 4
3. TECHNICAL SUPPORT
3.1. The Service Provider, during the one (1) year warranty, shall provide dedicated
onsite/remote support during the first three (3) months.
3.2. The Service Provider must establish a single/centralized point of contact such as
call center operation or helpdesk with hotline numbers that will provide timely
and responsive support services such as, but not limited to, logging,
troubleshooting, incident/problem reporting and escalation, and dispatch of
onsite support (if needed). The Service Provider must provide 24/7 maintenance
and technical support.
3.3. The Service Provider shall provide BSP with a Service Support escalation List for
local or international support. Provide the contact details of the Service Support
Escalation List and update the BSP regularly for any changes. This includes,
names, position, email address and telephone number.
3.4. The Service Provider shall be available upon request to provide technical
assistance to BSP personnel during and after the implementation of the project.
3.5. The Service Provider shall provide assistance, in case of software repair,
upgrade/update and reinstallation/installation.
3.6. The Service Provider shall respond to queries or support request that are
related to the solution covered under this agreement raised thru phone or email.
3.7. The Service Provider shall perform software problem diagnosis as the need
arises and provide status/incident report every time a problem is reported;
collect relevant information such as system logs, dumps, and traces for problem
diagnosis; and identify root cause and provide corrective measures.
3.8. The Service Provider shall provide timely updates/information thru letter/email
about the product support and developments (e.g. withdrawal/end-of-support,
end-of-marketing, new integration solutions).
3.9. The Service Provider must coordinate with and secure prior approval from the
BSP for any changes or downtime in the system.
4. MAINTENANCE SERVICES
4.1. Provide the necessary patches/fixes/driver files and/or software packages when
available and shall be applied on the machines/systems depending on the
supported versions/release of applications installed in the machine with
discretion of BSP. The BSP must be notified in advance on any activity and/or
actions to be performed.
Terms of Reference: Acquisition of NoSQL Database Management System
Page 3 of 4
5. WARRANTY PERIOD
Warranty for the Library Management System is for a period of one (1) year.
6. SERVICE REPORTING
6.1 Service provider shall submit a Quarterly report and a Detailed Incident
Report/Problem Resolution Report using the BSP required forms for every
incident during the quarter, which shall be submitted within five (5) working days
after the quarter. The quarterly report shall include details of actions taken in
resolving the problem, including the following information:
a. Reported downtime and uptime.
b. Root cause of problem.
c. Details of action, repairs, troubleshooting and remediation done.
d. Technical and supervising personnel involved in the problem resolution.
e. Recommendations/Action Plan.
This must be acknowledged by BSP Authorized Personnel.
6.2 Service Provider must submit a progress report every end of business hours (i.e.
5PM) regarding incidents, under critical and high severity, that remained
unresolved beyond 24 hours from the time it was first reported.
6.3 The Service Provider must assist in customizing the Reports required by BSP.
7. NON-DISCLOSURE AGREEMENT
7.1 The Service Provider must not disclose documents, materials, project manuals,
vulnerability results, firmware/software (applications and platforms used) and
hardware inventory lists, solutions used, and or any information that would
compromise the position of BSP during and after the validity period.
7.2 The Service Provider must maintain the information obtained from BSP in strict
confidence.
7.3 The Service Provider must agree and sign with the Confidentiality and Non-
Disclosure Agreement.
8. PENALTY
The Service Provider must agree to all items in this Service Level Agreement. For non-
compliance thereof, such as but not limited to delay, partial or unsatisfactory delivery
of service shall result to the following:
8.1 Failure to comply with any provision of this Service Level Agreement shall be
considered as an infraction during the entire Maintenance Agreement Period.
Terms of Reference: Acquisition of NoSQL Database Management System
Page 4 of 4
8.2 BSP reserves the right not to issue a Certificate of Satisfactory Performance, for
failure to perform or fulfill contract requirements, compromising BSP
operations, security, and integrity.
9. INDEMNIFICATION AND LIABILITY
9.1 The Service Provider shall defend, indemnify and hold harmless the BSP, from
and against all costs, charges and expenses arising from any third party claim,
action, suit, or proceeding against any action by a third party against BSP that is
based on any claim that the Software or any services performed under this
Agreement infringe a patent, copyright or other proprietary right or violate a
trade secret.
9.2 The Service Provider must be liable for damages caused to any BSP property due
to the fault or negligence of their personnel. Damages must be repaired by the
Service Provider at their own expense and to the satisfaction of BSP. In case of
failure by the Service Provider to affect repair on damaged property, BSP may
cause the repair and deduct the entire cost thereon from any amount due to the
Service Provider.
For Bidders only
This is to certify that our company is amenable with Bangko Sentral ng Pilipinas Terms of Reference for the and is
capable of satisfying the requirements.
CONFORME: Bidder’s Authorized Representative
Signature over Printed Name
Annex D – Enterprise Service Bus for BSP ITO
INFORMATION TECHNOLOGY OFFICE
CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT
(STANDARD)
ITO Form No. 18-010 * Version 0 * Updated 12 Oct 2015 File/Ref. No. _________ * Page 1 of 2
The mutual objective under this Agreement is to provide protection for confidential information while maintaining
the parties’ ability to conduct their respective business activities. “Confidential Information” is any non-public
information disclosed by the Discloser to the Recipient which is expressed to be confidential or which by its nature a
reasonable person would understand to be confidential.
The parties herein agree that the following terms apply when one party (Discloser) discloses Confidential
Information to the other (Recipient):
1. Method of Disclosure
Confidential Information will be disclosed either:
a. in writing;
b. by terms of delivery;
c. by initiation of access to Confidential Information, such as may be in a database; or
d. by oral or visual presentation.
2. Obligations
a. Recipient must not disclose any Confidential Information which may include documents, materials,
project manuals, software (applications and platforms used) and hardware inventory lists, solutions
used, and or any information that would compromise the position of the Discloser.
b. Recipient must maintain the Confidential Information obtained from Discloser in strict confidence.
c. Recipient must use the Discloser’s Confidential Information solely and exclusively in accordance with
the terms of this Agreement in order to carry out its obligations and exercise its rights under this
Agreement.
d. Recipient must notify the Discloser promptly of any unauthorized use or disclosure of Discloser’s
Confidential Information and cooperate with and assist the Discloser in every reasonable way to stop
or minimize such unauthorized use or disclosure.
e. Notwithstanding any provisions hereof, Recipient shall not be liable for use, release or disclosure of
any confidential information that:
i. is required by judicial action after all available legal remedies to maintain the Confidential
Information in secret have been exhausted;
ii. is known to Recipient prior to the disclosure to Recipient by Discloser;
iii. is independently developed by Recipient or one of its divisions/groups without any breach of
this Agreement; or
iv. is approved by Discloser for public release.
3. Exceptions to Obligations
The Recipient may disclose, publish, disseminate, and use information that is:
a. already in its possession without obligation of confidentiality;
b. developed independently without reference to the Discloser’s Confidential Information;
c. obtained from a source other than the Discloser without obligation of confidentiality;
d. publicly available when received, or subsequently becomes publicly available through no fault of
the Recipient; or
e. disclosed by Discloser to another without obligation of confidentiality.
AnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnnenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenex x x x x D D D D D D D D D D D D D –––––– E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E Entntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntnterererererererprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprisisisisisisisisisisisisisisisisisisisisisisisisisisise e e e e e e e e e e e e e e e e e e e e e e e e SeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeServrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicice e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e BuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBus s s s s s s fofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofor r r r r r r BSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSP P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P ITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITO O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O –
Annex D – Enterprise Service Bus for BSP ITO
INFORMATION TECHNOLOGY OFFICE
CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT
(STANDARD)
ITO Form No. 18-010 * Version 0 * Updated 12 Oct 2015 File/Ref. No. _________ * Page 2 of 2
This Agreement does not require either party to disclose or receive information.
Only a written agreement signed by both the Discloser and Recipient can modify this Agreement.
This Agreement is the complete and exclusive agreement regarding our disclosures of Confidential Information, and
replaces any prior oral or written communications between both parties regarding these disclosures.
In case of breach of the Agreement, Discloser shall have the right to terminate the same. Moreover, each party
agrees that if a court of competent jurisdiction determines that the Recipient has breached, or attempted or
threatened to breach, any of its confidentiality obligations to the Discloser or the Discloser’s proprietary rights,
monetary damages will not be an adequate remedy. Accordingly, the Discloser will be entitled to seek appropriate
injunctive relief and other measures restraining further attempted or threatened breaches of such obligations.
By signing below, each party agrees to the terms of this Agreement. Once signed, any reproduction of this
Agreement made by reliable means (i.e. photocopy or facsimile) is considered an original.
Agreed to: Bangko Sentral ng Pilipinas Agreed to:
Discloser (Name of Company)
Recipient
By: By:
Signature over Printed Name Signature over Printed Name
In witness hereof, I hereunto sign my name this _____ day of ____________________, at Bangko Sentral ng
Pilipinas, Manila.
SUBSCRIBED AND SWORN TO before me this _____ day of ____________________, affiant exhibiting to me
his residence certificate no. ________________ issued at ____________________ on ____________________.
NOTARY PUBLIC
AnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnAnnenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenenex x x x x x x x x D D D D ––––– E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E Entntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntntererererererererererererererererererererererererererererererererererererererererererererererererererererererererprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprprisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisisise e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e SeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeSeServrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvrvicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicicice e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e e BuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBuBus s s s s s s s s s s s s s s s s s s s s s s s s s s s s s s s s fofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofofor r r r r r r r r r r r r r r r r r r r r r r r r r BSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSBSP P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P P ITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITITO O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O –
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 1 of 12
BSP SUPPLIED EVALUATION MATRIX
NAME OF PROJECT/ITEM :
NAME OF BIDDER :
UNIT MODEL/BRAND :
INSTRUCTIONS TO BIDDERS:
· The bidder shall fill-up the Bidder’s Sections under “Name of Bidder” and “Unit Model/Brand” above, and “columns 2 and 3” below. Bidder shall provide its
proposed specifications under Column 2, in response to BSP specifications indicating clear specific reference to its submitted document/s (column 3).
· The bidder or duly authorized signing official shall sign each and every page of the BSP Supplied Evaluation Matrix.
· For the column on bidder’s Proof of Offer, refer to Clause 29.7 of the Bid Data Sheet or to the Checklist of Requirements for Bidders for the list of applicable
documents to be provided, necessary for post-qualification.
· As part of post-qualification pursuant to Section 34.3 of the IRR of RA 9184, the bidder’s Proof of Offer shall be verified, validated and ascertained to determine
compliance of the offer with the requirements specified in the bidding documents.
· Rating (Complying or Not Complying) : A rating of “Not complying” in any of the criteria shall disqualify the bidder.
I. EVALUATION
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
Adequacy of the proposed approach in addressing BSP’s requirements for the Library Management System taking into account the clarity, comprehensiveness, and
quality of suggested solutions.
1. Functional Requirements (Please specify proof of offer for each functionality/feature indicated in the specifications)
a. Acquisition Module Requirements
The proposed solution shall have the
capability to:
i. Integrate with the Cataloging and OPAC
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 2 of 12
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
module
ii. Generate budget performance reports
with graphs (see also Report Module
Functionality)
iii. Support for acquisition of both print and
electronic materials
iv. Notification for the renewal date of
subscriptions.
v. Retrieve status of orders and other
requests (arrived, pending, disapproved,
paid and unpaid). This may also be
applicable to BSP staff with purchase
requests and/or suggestions.
vi. Determine and monitor which funds are
in use, spent and are still available.
b. Circulation Module Requirements
The proposed solution must have the capability
to:
i. Add, view, and edit patron records
through a custom database of Library
users
ii. Set customized return dates for official
loans and other arrangements.
iii. Set customized record status for lost,
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 3 of 12
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
missing and damaged materials.
iv. Set and change parameters for types of
patrons, lending periods and rate of
fines based on existing policies and
guidelines.
v. Automatically assess fines for overdue
materials.
vi. Automatically generate notifications to
circulation staff on borrower’s
deficiencies prior to proceeding with
transaction
vii. Automatically generate and send
customized overdue notices to users’
email address
viii. View checkout/loan/renewal history of
patrons (for library staff only)
ix. Generate transaction receipts for loans,
returns and renewals.
It must also have:
i. Support for the use barcodes in the
retrieval of borrower records – currently,
the BSP Library scans the barcodes at the
backs of BSP employees’ IDs during
transactions.
ii. Support for an offline backup circulation
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 4 of 12
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
system with date and time stamps – in
case of issues with the internet
connection, the solution must be able to
handle offline transactions which can be
then be uploaded and reconciled with
the system once connectivity has been
restored.
iii. Individual log-in credentials for each
library personnel designated to staff the
circulation desk.
c. Cataloging Module Requirements
The proposed solution must have the capability
to:
i. Import and export standards compliant
MARC records, Support for multiple
catalogers with simultaneous access and
individual login credentials
ii. Retain old accession numbers and other
local bibliographic and acquisition data
from old/legacy records
iii. Generate customized reports regarding
collections, i.e. Books by Subject, Call
number, etc. (see also Report
Functionality)
iv. Create and edit local/staff notes to
bibliographic records for
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 5 of 12
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
internal/backend use only.
It must also have:
i. An audit trail functionality that can track
changes to bibliographic data and
determine who made the edit
ii. Separate database for bibliographic
data, holding data and authority lists
iii. Support for International Standard for
Bibliographic Description (ISBD),
Functional Requirements for
Bibliographic Records (FRBR), Functional
Requirements for Authority Data (FRA)
and Resource Description and Access
(RDA) cataloging standards.
iv. Support for Machine Readable
Cataloging in the 21st Century (MARC
21), Dublin Core, Encoded Archival
Description (EAD) version 3, Metadata
Object Description Schema (MODS),
Metadata Encoding and Transmission
Standard (METS), VRA Core 4.0
Metadata Schemas and Data Standards
v. Support for BIBFRAME 2.0 data model
d. Online Public Access Catalog (OPAC) /
Discovery Module Requirements:
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 6 of 12
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
The proposed solution must have the capability
to:
i. Perform Federated Search - Single
search box (similar to Google) user
interface (UF) that allows for keyword
searching across multiple materials in
library catalogs and other licensed
content so library users need not
perform individual queries across
multiple resources/databases and/or
various interfaces.
ii. Perform Faceted Search – Patrons will be
able to narrow down their queries using
filters based on faceted classification of
the search results.
iii. Display hyperlinks of categories that
have related fields (i.e. Subject links for a
search result will include a list of
resources with the same subjects)
iv. Restrict resources for organization’s view
and/or use only
It must also have:
i. Support for automatically integrating
various content from multiple providers
such as cover images and material
reviews.
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 7 of 12
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
ii. Customizable OPAC/Discovery interface
– Administrators can change colors, text
type, text size, logos, etc.
iii. Support for the export of search results,
whether for printing and/or e-mailing.
iv. Mobile responsive design interface -
Detect the device (workstation, tablet or
smartphone) used in accessing the page
and adapt the interface accordingly
v. Support for each patron to login to their
individual account
Each patron will then be able to perform
the following:
· View Personal Loan History (includes
renewals, and items on hold/reserve
list)
· View Fines and Losses (if applicable)
· Create and view save searches
· Renew or put on hold (reserve)
materials
e. Serials Module Requirements
The proposed solution must have the capability
to:
i. Manage electronic resource license
agreements including start and end
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 8 of 12
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
dates, signed/unsigned, current or
expired status, etc.
ii. Manage electronic holdings, at both the
title and at the collection level.
iii. Enable designated Library Staff to select
and activate subscribed databases to
include in OPAC/Discovery searches.
It must also have:
i. Support to create customizable
knowledge base collections for
subscribed content (i.e. custom
bibliographies, reading lists, etc.)
ii. Support for the BSP Library’s Online
Subscriptions such as but not limited to:
· EBSCOHOST
· ProQuest E-Book Central
· Springer Journals
· Science Direct Journals
· Cambridge Journals
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 9 of 12
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
f. Report Module Functionality
The proposed solution must have the capability
to:
i. Generate listings of:
· Books sorted/filtered by call number
· Books sorted/filtered by subject
headings
· Books sorted/filtered by location
· Books sorted/filtered by publication
date
· Books sorted/filtered by status (On
loan, on shelf, missing, lost, etc.)
ii. Generate statistics on:
· Usage
· Acquisitions
· Circulation
iii. Generate customized book labels.
iv. Generate customized reports for Inventory
purposes.
v. Export generated reports to excel or PDF
format.
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 10 of 12
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
g. Other Requirements
i. The proposed solution must support migration
of data from:
· INMAGIC
· KOHA 1
· Filenet2
ii. The proposed solution must support
existing library inventory processes.
iii. The proposed solution must be SIP2
compliant. It must be able to communicate
and integrate with the existing RFID
system in place at the BSP Library (for
checking with OGCLS for its current setup).
iv. The proposed solution must allow
Libraries’ staff to easily and cost effectively
update content regularly and modify site
design even after the initial launch.
v. The proposed solution must have separate
or distinct user-interface for the libraries
(eg. External Stakeholders and patrons can
only access those of EFLC’s collections
while BSP employees may access both
1 OGCLS’ Library System 2 OGCLS’ Electronic Document Management System
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 11 of 12
BSP’S SECTION BIDDER’S SECTION BSP’S SECTION
BSP SPECIFICATIONS
(1)
Bidder’s Specifications
(2)
Bidder’s Proof of Offer
(3)
RATING
“COMPLYING or NOT
COMPLYING”
(4)
REMARKS
(5)
EFLC’s and OGCLS’ collections.
2. Technical Requirements
· Solution shall be deployed in a fully
managed cloud infrastructure.
· System Design and Architecture should
comply with applicable Philippines Laws,
guidelines, regulations and existing BSP
Policies.
· All transaction data, developed solution/
application and related data,
configuration files and components shall
reside in the Solutions Provider’s cloud
infrastructure and backed-up to BSP
resources based on an agreed retention
and backup schedule with the BSP.
· Solutions Providers shall provide
administration access for a minimum of
10 users.
· Subscription shall be able to handle
multiple locations.
________________________________
Signature over Printed Name of the
Bidder’s Authorized Signing Official
ANNEX C
PrO Form No. 02-021 • Version: 2 • Updated: 17 June 2014 Reference File Name: ___ Page 12 of 12
II. RESULTS
OVERALL RATING
Evaluated by:
Name (Date)
Designation
BSP Department/Office
Concurred by:
Name (Date)
Head of the Department1
BSP Department/Office
NOTE: The above evaluation of the end-user department is intended to aid the Bids and Awards Committee, which has the authority to
undertake post-qualification proceedings of bids, pursuant to Section 12 of Rep. Act No. 9184.
___________________________________________ 1 Pursuant to the Memorandum to All Heads dated 13 November 2013, which states that the Evaluation Reports on the documents, proposals and/or offers of bidders
to be submitted by the end-user departments/offices to the BAC should be endorsed by at least the Head of the end-user department/office.
E-DOC2 (A)
Pro Form No. 02-025 • Version: __ • Updated: ______________________ ]
STATEMENT FORM NO. 1 (IF NOT COVERED BY NON-DISCLOSURE AGREEMENT)
STATEMENT OF ALL ONGOING GOVERNMENT AND PRIVATE CON TRACTS
I/We _____________________, do hereby state that:
1. I/We am/are the authorized and designated representative/s of _____(Name of Bidder)________________ with office address at ______________________; and
2. I/we am/are making this Statement of All Ongoing Government and Private Contract/s as of _______________ in compliance with Sections 23.1 and 24.1 of the revised IRR of R.A. 9184 and in accordance with the requirements of the Bangko Sentral ng Pilipinas – Bids and Awards Committee:
ONGOING GOVERNMENT AND PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED
Project Name and Description
a. Client Name b. Contact Person; c. Address; d. Contact Nos.
Contract
References (e.g. Purchase Order/
Job Order/ Contract
Agreement)
Date
Contract Amount
% of
Accomplishment
Value of
Outstanding Works/Undelivered
Portion
Planned
Actual
GOVERNMENT
PRIVATE Total Cost
(Note: Please use additional sheets, if necessary) (Signature above Printed Name of Bidder’s Duly Authorized Representative)
E-DOC2 (B)
Pro Form No. 02-025 • Version: __ • Updated: ______________________ ]
STATEMENT FORM NO. 2 (IF COVERED BY NON-DISCLOSURE AGREEMENT)
STATEMENT OF ALL ONGOING GOVERNMENT AND PRIVATE CON TRACTS
I/We _____________________, do hereby state that:
1. I/We am/are the authorized and designated representative/s of _____(Name of Bidder)________________ with office address at ______________________; and
2. I/we am/are making this Statement of All Ongoing Government and Private Contract/s as of _______________ in compliance with Sections 23.1 and 24.1 of the revised IRR of R.A. 9184 and in accordance with the requirements of the Bangko Sentral ng Pilipinas – Bids and Awards Committee:
ONGOING GOVERNMENT CONTRACTS INCLUDING CONTRACTS AW ARDED BUT NOT YET STARTED
Project Name and Description
a. Client Name b. Contact Person; c. Address; d. Contact Nos.
Contract References (e.g. Purchase
Order/ Job Order/ Contract
Agreement)
Date Indicative
Aggregate Contract Amount
% of Accomplishment
Indicative Aggregate Value of
Outstanding Works/Undelivered
Portion Planned Actual
GOVERNMENT Total Cost
ONGOING PRIVATE CONTRACTS INCLUDING CONTRACTS AWAR DED BUT NOT YET STARTED
Project Name and Description
a. Client Name b. Contact Person; c. Address; d. Contact Nos.
Contract References (e.g. Purchase
Order/ Job Order/ Contract
Agreement)
Date Indicative
Aggregate Contract Amount
% of Accomplishment
Indicative Aggregate Value of
Outstanding Works/Undelivered
Portion Planned Actual
PRIVATE Total Cost
(Note: Please use additional sheets, if necessary) (Signature above Printed Name of Bidder’s Duly Authorized Representative)
E-DOC2 (B)
Pro Form No. 02-025 • Version: __ • Updated: ______________________ ]
SUBSCRIBED AND SWORN to before me this day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [any government-issued ID, please specify], with his/her photograph and signature appearing thereon, with no. ______ issued on _______ at _________.
Witness my hand and seal this day of [month] [year].
Name of Notary Public Serial No. of Commission____ Notary Public for _________ until ___ Roll of Attorneys No. __________
PTR No. , [date issued], [place issued] IBP No. , [date issued], [place issued]
Doc. No. _______ Page No. _______ Book No. _______ Series of _______.
E-DOC3 Statement of Single Largest Completed Contract Similar to the Requirement
Title of Single Contract: __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Parties to the Contract: __________________________________________________________ Amount of the Contract: _____________________________ Date of Completion: _________________________________ Description of Similar Contract: (description should show similarity with the requirement) ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Supporting Documents attached showing the above information: (See item ___ of the Checklist on what are acceptable documents (Copy of Contract, O.R., etc…)
1. ___________________ 2. ___________________ 3. ___________________ 4. ___________________ 5. ___________________ 6. ___________________
E-DOC4 Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security] _________________________________________________________________________
REPUBLIC OF THE PHILIPPINES) CITY OF _______________________) S.S.
BID SECURING DECLARATION Project Identification No.: [Insert number]
To: [Insert name and address of the Procuring Entity] I/We, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may be in the form of a Bid Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any procurement contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action the government may undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following circumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your request; b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect,
and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have furnished the performance security and signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution].
[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity] Affiant
[Jurat] [Format shall be based on the latest Rules on Notarial Practice]
E-DOC6 (A) Omnibus Sworn Statement
__________________________________________________________________________________ REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. [Select one, delete the other:]
[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder];
[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];
2. [Select one, delete the other:]
[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney;
[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, by itself or by relation, membership, association, affiliation, or controlling interest with another blacklisted person or entity as defined and provided for in the Uniform Guidelines on Blacklisting;
4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;
6. [Select one, delete the rest:]
[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
E-DOC6 (A) [If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
[If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance with the Philippine Bidding Documents, which includes: a. Carefully examining all of the Bidding Documents; b. Acknowledging all conditions, local or otherwise, affecting the implementation of the
Contract; c. Making an estimate of the facilities available and needed for the contract to be bid, if any; and d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.
10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of confidence through misappropriating or converting any payment received by a person or entity under an obligation involving the duty to deliver certain goods or services, to the prejudice of the public and the government of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.
IN WITNESS WHEREOF , I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines.
[Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity] Affiant
E-DOC6 (A) A C K N O W L E D G E M E N T
REPUBLIC OF THE PHILIPPINES CITY OF ________________ S.S.
BEFORE ME, a Notary Public, for and in the City of Manila, Philippines, this __ day of ______________ 2020 personally appeared:
NAME GOVERNMENT-ISSUED I.D. NO.
DATE/PLACE OF ISSUE
identified by me through competent evidence of identity to be the same person who executed the foregoing instrument and who acknowledged to me that the same is his/her own free and voluntary act and deed and that of ____________ whom he/she represents with full authority to sign the instrument.
This instrument consisting of three (3) pages is signed by the parties, together with their instrumental witnesses, on all pages including this page whereon the acknowledgement is written. WITNESS MY HAND AND SEAL at the place and on the date first above written. Doc. No. ___________; Page No. ___________; Book No. ___________; Series of 2020.
E-DOC6 (B)
Pro Form No. 02-024 • Version: 4 • Updated: (For enrollment in PrO-QMS
CERTIFICATE* [*To be issued by the Corporate Secretary (for Corporation/Cooperative/Joint
Venture) or by the Managing Partner or President (for Partnership), attesting the appointment of the bidder’s representative.]
AUTHORITY OF SIGNATORY
I, [Name of Corporate/Partnership/Cooperative/Joint Venture (JV) Secretary or Authorized Representative], a duly elected and qualified Secretary of [Name of Corporation/Partnership/Cooperative/JV], a Corporation/Partnership/Cooperative/ JV, duly organized and existing under and by virtue of the laws of the Republic of the Philippines, DO HEREBY CERTIFY, that:
1. In a regular/special meeting of the Board of Directors of the said Corporation/Partnership/Cooperative held on [Date of Board Meeting], the following Resolution was approved:
RESOLUTION NO. _________________
“RESOLVED, that any of the following:
Name of Duly Authorized Representative/s Position
With Conformity: Signature Initials
1)
2)
3)
4)
is/are hereby duly authorized and designated in the name of the Corporation/Partnership/Cooperative/JV, to participate in the public bidding of the Bangko Sentral ng Pilipinas (BSP); to submit a bid, make, sign, execute, deliver and receive contracts, agreements, and any and all documents and other writings of whatever nature or kind, transact with BSP, and execute and perform any and all acts necessary for the purposes indicated herein.”
2. I hereby certify to the correctness of the foregoing resolution and that the same is existing and has not been suspended, amended, modified or revoked.
IN WITNESS WHEREOF , I have hereunto set my hand this ____________ day of __________________, 20___, in the City of __________________, Philippines.
___________________
Affiant
E-DOC6 (B)
Pro Form No. 02-024 • Version: 4 • Updated: (For enrollment in PrO-QMS
SUBSCRIBED AND SWORN to before me this day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [any government-issued ID, please specify], with his/her photograph and signature appearing thereon, with no. ______ issued on _______ at _________.
Witness my hand and seal this day of [month] [year].
Name of Notary Public Serial No. of Commission____ Notary Public for _________ until ___ Roll of Attorneys No. __________
PTR No. , [date issued], [place issued] IBP No. , [date issued], [place issued]
Doc. No. _______ Page No. _______ Book No. _______ Series of _______.
E-DOC6 (C)
Pro Form No. _______ • Version: 1 • Updated: ______________
SPECIAL POWER OF ATTORNEY (For Sole Proprietorship)
I ___________________________, [Chief Executive Officer/ President/
General Manager] of [Name of Company], a sole proprietorship established and duly registered under the laws of the [Country], with its registered office at [Office Address], do hereby make, constitute and appoint any of the following [Name of duly authorized representative/s, positions]:
Name of Duly Authorized
Representative/s Position With Conformity:
Signature Initials 1)
2)
3)
4)
to be the true and lawful attorney/s, for it and its name, place and stead, to submit a bid, make, sign, execute, deliver and receive contracts, agreements, and any and all documents and other writings of whatever nature or kind, transact with BSP, and execute and perform any and all acts necessary, and/or represent [Name of Sole Proprietorship], in the public bidding of the Bangko Sentral ng Pilipinas (BSP); as fully and effectively as the sole proprietorship might do if personally present with full power of substitution and revocation and hereby confirming all that said representative/s shall lawfully do or cause to be done by virtue hereof.
IN WITNESS WHEREOF, I have hereunto set my hand this ____________ day of __________________, 20___, in ____________________________.
_____________________ Affiant
E-DOC6 (C)
Pro Form No. _______ • Version: 1 • Updated: ______________
SUBSCRIBED AND SWORN to before me this day of [month] [year]
at [place of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [any government-issued ID, please specify], with his/her photograph and signature appearing thereon, with no. ______ issued on _______ at _________.
Witness my hand and seal this day of [month] [year].
Name of Notary Public Serial No. of Commission____ Notary Public for _________ until ___ Roll of Attorneys No. __________
PTR No. , [date issued], [place issued] IBP No. , [date issued], [place issued]
Doc. No. _______ Page No. _______ Book No. _______ Series of _______.
F-DOC1
Page 1 of 2
FINANCIAL BID FORM (If submitted as an electronic document use F-DOC1 as file name)
Date: __________________ Project Identification No.: BAC-ITIO GS No. 2021-0021 dated 06 October 2020 To: BIDS AND AWARDS COMMITTEE - INFORMATION TECHNOLOGY,
INFRASTRUCTURE AND OTHER RELATED COMPONENTS BANGKO SENTRAL NG PILIPINAS
Having examined the Philippine Bidding Documents (PBDs) including the issued Supplemental or Bid Bulletins, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the following:
Description of Requirement/Project
Approved Budget for the Contract (ABC),
inclusive of all applicable taxes and
other charges
Total Bid Price, inclusive of all applicable taxes
and other charges (in Figures and in Words)
One (1) lot - Supply, Delivery, Setup, Installation, Configuration, Customization, Data Migration, Testing, Installation, and Implementation of a new Library Management System (LMS) for the Bangko Sentral ng Pilipinas (BSP) Libraries, inclusive of One (1) Year Software Subscription, Support and Training, as per BSP Terms of Reference and Service Level Agreement
Php5,915,000.00
Any bid with financial proposal exceeding the
ABC shall not be accepted.
Php _____________________
(in figures) Peso:
(in words)
In accordance with the PRICE SCHEDULE FOR GOODS OFFERED
FROM WITHIN THE PHILIPPINES/FROM ABROAD
(Financial Cost Breakdown) (If submitted as an electronic document
use F-DOC2 as file name)
1. We understand that the above submitted bid price, as read, shall still be evaluated and corrected for computational errors, and other bid modifications in accordance with the Price Schedules attached herewith and made part of this Bid.
Signature Above Printed Name/E-Signature* of the Bidder’s Duly Authorized Representative
F-DOC1
Page 2 of 2
2. The total bid price includes the cost of all taxes, such as, but not limited to the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes, and (iv) other fiscal levies and duties, which are itemized herein or in the Price Schedules;
3. If our Bid is accepted, we undertake: a. to deliver the goods in accordance with the delivery schedule specified in the
Schedule of Requirements of the Philippine Bidding Documents (PBDs); b. to provide a performance security in the form, amounts, and within the times
prescribed in the PBDs; c. to abide by the Bid Validity Period specified in the PBDs and it shall remain
binding upon us at any time before the expiration of that period.
4. Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us;
5. We understand that you are not bound to accept the Lowest Calculated Bid or any Bid you may receive;
6. We certify/confirm that we comply with the eligibility requirements pursuant to the
PBDs;
7. The undersigned is authorized to submit the bid on behalf of the bidder as evidenced by the attached Special Power of Attorney/Secretary’s Certificate/Certification from the Bidder/Authority issued by the bidder. We acknowledge that failure to sign each and every page of this Financial Bid Form,
including the attached Price Schedule, shall be a ground for the rejection of our bid.
Name/Legal Capacity/Position:
Signature Above Printed Name/E-Signature* of the Bidder’s Duly Authorized Representative
Duly authorized to sign Bid for and on behalf of:
(Name of Bidder)
Date:
Address: No. & Street Building/Barangay
City/Town//Province Postal/Zip Code
Telephone No.
Fax No.
Email Address:
�������������� ���� ���������
�����������
�
������������ �������
�
������ ������� � ��� � �� �� ���� � �� ������ ��
�����������������
����������� ������ �
� �����
��� ������� �� ��� ���������� � � �
!" ��� #������������ ���������� !��� � � �
$" ������ ����������������
�" ������ �������
�" %�����������������"����� ��&% ��� ���
'��(� �� &)����������
�" ��� �� �*���� �
�
!������ �
$����� � �
!����� � �
+" ��� ����� ,��&�� ���� ��-�������� ��-�
�������� -���� ���.� ��-� �� �-����� ��-�
������� -����������� ���������� �� �
��� �� ��� �� �������� ��-�� � ���� ���
����������
!��� �
�
� �
/" ���� ������������
�
!��� � � �
0" ������
�" ���(������� ���� �� ���� � �������� ��
�" 1�� ����� �����
2�������
�
/����2�� �
/����� � �
3" ���(����������� �
�" !������'������ ������� ������ �
4���� ��
�" %�����������+��� (�� � ��� � ������� �
!�5���� � �
��� � ��� �
������� ��(������ (� ������ ����� � ��� (����� �� �
��������� �
�
������������� �!"#� $��%&'&����(� ����� �)*�%����+�� � ��,��)��+� *��%������,�)$�����
������+��%��� ��������-��.��%�%���� �� ����/(�)����������������� ������������������0
()�������)$���������,�
1�%� ���%����2��(������-�$��)�)�/(�������)*���)�( ���� �)$��+������2�-�$��+�� ���),
�� �%���( ����0���-�$$� ��%���-� �/(� �$���)��($��%������������3��0�(�%��0-(�)����+���$
��02��(��$$�$��3!4��#0�)��+���30�������3��0�)$��%� ��������2����)$$(����.%��%�%���-�
���+���$�)�%�-�$�� +�)$ �������$�)�%�$������$����+����,�(�%-�$�0�)��($�)*���$��3��0�%���
-��%�-������ -�$�2��(����)�)$��+�� ���)!������)5�,�,����%��"�6��2���$���#
�������������� ���� ���������
�����������
�
' � �����%����� ����
��� �������� ����� (���� �������0���������
�
�6��67*7�� 5����
78!�
5����
78$�
5����
78+�
5����
78/�
5����
780�
������������� ������ � � � � �
�������� ��� � � � � �
�
7� �9�7�:�������� �� (��� ���� (��#���� ������� "��
�
�(��� ��� ������� #����� ������������ �������� ����� (���� �������0����������� (�������� ������� ��
��� �������� � �� (�� �����������#����� ������� ���� (�������� � �� ��� ��������� � � �#���������� ���� (��
�������������� ��-������������� (�����������������"��������-� (��� ��� ������� #����� ���������
��� �������� ��(��� �� ������ �$;<���� (����� �������(����������� ���� �� � (�� � ��������� ���� �
�������������"�
NOA
File/Ref. No. ____________________________
Page 1 of __
Pro Form No. 04-016-01 • Version: 2 • Updated: 01 Aug 2017
OFFICE OF THE ________________
NOTICE OF AWARD
(Date)
(Name of Awardee’s Authorized Representative)
(Position)
(AWARDEE)
(Awardee’s Address)
Tel. No.: _______________
Fax No.: _______________
Email Address: _______________
Dear ___________:
We inform that the following contract is awarded to your firm:
Title : (Name of Project)
Total Contract
Amount
: (Contract Amount, inclusive of all applicable taxes and other charges)
As conditions to this award, you are required to:
1. Submit within ten (10) calendar days from receipt hereof,1 a performance security
which is based on the above total contract amount, in any of the following acceptable
forms:
(will follow the Special Conditions of Contract)
1 Important Notice: Section 37.2.1. of the 2016 Revised Implementing Rules and Regulations of Rep. Act No. 9184 (2016
Revised IRR) requires the winning bidder to post the Performance Security and enter into a contract with the procuring
entity within ten (10) calendar days from receipt by the winning bidder of the Notice of Award. It also requires the
procuring entity to enter into contract with the winning bidder within the same ten (10) day period, provided that all
the documentary requirements are complied with. To enable the winning bidder and the BSP to enter into contract
within the ten (10) day period, the winning bidder is requested to post the Performance Security not later than five
(5) days from receipt thereof. The remaining five (5) days shall be allotted for the execution of the Contract
Agreement.
NOA
File/Ref. No. ____________________________
Page 2 of __
Pro Form No. 04-016-01 • Version: 2 • Updated: 01 Aug 2017
Acceptable Forms of Performance Security
Amount of Performance Security
(Not less than the required
Percentage of the Total Contract
Price for each year)
Validity Period2
1. Cash or Cashier’s/Manager’s Check issued by
a Universal Bank (UB) or Commercial Bank
(KB)3
Five percent (5%)
(Amount)
N/A
2. Bank draft/guarantee or irrevocable letter of
credit issued by a UB or KB: Provided,
however, that it shall be confirmed or
authenticated by a UB or KB, if issued by a
foreign bank (for a list of UBs/KBs, refer to
http://www.bsp.gov.ph)
Five percent (5%)
(Amount)
(Validity Period)
Conditions:
a. Must be valid until issuance of the
Certificate of Final Acceptance by
the end-user department;
b. Must guarantee the faithful
performance under the contract
in accordance with the bidding
documents;
c. Posted in favor of the Bangko
Sentral ng Pilipinas (BSP); and
d. Shall be forfeited in case of
default by the supplier in any of
its obligations under the contract.
3. Surety Bond callable upon demand issued by
a surety or insurance company duly
authorized by the Insurance Commission (IC)
to issue such security
Notes:
a. The surety company should be authorized by
the IC to grant authority to private insurance
companies to act as sureties in government
transactions.4
b. The surety company shall not be included in
the Government Procurement Policy Board’s
(GPPB) negative list of insurers.5
c. The BSP shall not accept surety bond with
limiting conditions.6
d. The BSP requests the awardee to obtain its
surety bond from any of the evaluated surety
companies listed in the attached Annex “A”.
Thirty percent (30%)
(Amount)
2 Request for refund of Performance Security filed in the form of cash, check or irrevocable letter of credit should be
addressed to the end-user department, copy furnished the Procurement Office. To hasten processing of request,
present the following documents: Notice to Proceed, Certificate of Satisfactory Performance/Certificate of Final
Acceptance and Warranty Certificate (if any). 3 For request for issuance of Order of Payment, send an email to the Procurement Office (c/o _______________). Deposit
the same with the BSP Cash Department or submit Performance Security through Union Bank with details in the
attached Annex “B”. 4 In accordance with IC Circular No. 2014-24 dated 28 May 2014. 5 Pursuant to GPPB Guidelines for the Establishment of Negative List of Surety and/or Insurance Companies [Appendix 29
of the 2016 Revised IRR]. 6 The BSP will not accept Surety Bond with conditions, such as, but not limited to the following:
a. “In case of default of the Principal, this bond shall only answer for the difference in the bid price of the winning
bidder and that of the next lowest complying bidder or that of the new winning bidder in case of re-bidding plus
necessary expenses incurred by the obligee in the re-bidding which liability shall in no case exceed the amount of the
bond”;
b. “That the amount of liability of the surety under this bond is limited to the actual loss or damage sustained and duly
proven by the obligee”; or
c. “It is hereby further agreed and understood that no action at law or equity shall be brought against the Surety under
this Bond unless the same is brought before a competent Court within one year from the date said written notice of
any existing obligation is received by the Surety, as herein stipulated.”
NOA
File/Ref. No. ____________________________
Page 3 of __
Pro Form No. 04-016-01 • Version: 2 • Updated: 01 Aug 2017
Acceptable Forms of Performance Security
Amount of Performance Security
(Not less than the required
Percentage of the Total Contract
Price for each year)
Validity Period2
4. NOTARIZED Performance Securing
Declaration (PSD), as per GPPB Resolution
No. 09-2020 dated 07 May 2020 (Use GPPB-
prescribed form)
Notes:
a. An unnotarized PSD may be accepted,
subject to submission of a notarized PSD
before payment, unless the same is replaced
with a performance security in any of the
acceptable forms above.
b. The end-user may require the winning bidder
to replace the submitted PSD with a
performance security in any of acceptable
forms above, upon lifting of the State of
Calamity, or community quarantine or similar
restrictions, as the case may be.
No Rate PSD shall cease to be valid upon:
a. Issuance by the Procuring Entity
of the Certificate of Final
Acceptance, subject to the
following conditions:
i. Procuring Entity has no claims
filed against the contract
awardee;
ii. No claims for labor and
materials was filed against the
contractor; and
iii. Other terms of the contract;
or
b. Replacement of the submitted
PSD with a performance security
in any of the prescribed forms
under Section 39.2 of the 2016
Revised IRR, as required by the
end-user department.
Section 39 of the 2016 Revised IRR mandates that the winning bidder shall post a
performance security prior to the signing of the contract to guarantee the faithful
performance by the winning bidder of its obligations under the contract in accordance
with the bidding documents.
Failure to post the required Performance Security shall constitute a sufficient ground to
cancel this award and impose the appropriate sanctions under Section 69 of the 2016
Revised IRR.
2. Within the same period of ten (10) calendar days, enter into contract with the BSP.
Attached is the Contract Agreement for your signature.
Kindly return the same to the Procurement Office, together with your performance
security.
NOA
File/Ref. No. ____________________________
Page 4 of __
Pro Form No. 04-016-01 • Version: 2 • Updated: 01 Aug 2017
The BSP’s contact persons for this requirement are __________________.
Thank you.
Very truly yours,
HOPE
Position
ACCEPTANCE AND CONFORMITY
On behalf of (AWARDEE), the undersigned accepts the award of contract and signifies
conformity to enter into contract with the BANGKO SENTRAL NG PILIPINAS for the above
requirement.
__________________________________________
(Name of Awardee’s Authorized Representative)
(Position)
(AWARDEE)
Date: _____________________________________
NOA
File/Ref. No. ____________________________
Page 5 of __
Pro Form No. 04-016-01 • Version: 2 • Updated: 01 Aug 2017
ANNEX “A”
THE FOLLOWING INSURERS ARE INCLUDED IN THE BSP’S EVALUATED INSURERS BASED ON
THE INSURANCE COMMISSION’S DATA ON NET INCOME, NET WORTH, NET PREMIUMS
WRITTEN, GROSS PREMIUMS WRITTEN, PREMIUMS EARNED, PAID-UP CAPITAL, ASSETS
AND INVESTED ASSESTS:7
Name of Insurance Company
Alliedbankers Insurance Corp. Pacific Cross Insurance, Inc. (Blue Cross
Insurance, Inc.)
Alpha Insurance & Surety Company, Inc. Pacific Union Insurance Company
Asia Insurance (Philippines) Corp. People’s General Insurance Corp.
Asia United Insurance, Inc. PGA Sompo Insurance Corp.
BPI/MS Insurance Corp. Philippine British Assurance Company, Inc.
Card Pioneer Microinsurance, Inc. Philippine First Insurance Company, Inc.
Cibeles Insurance Corp. Pioneer Insurance & Surety Corp.
Commonwealth Insurance Company Prudential Guarantee & Assurance, Inc.
Corporate Guarantee & Insurance Company Standard Insurance Company, Inc.
Fortune General Insurance Corp. Sterling Insurance Company, Inc.
MAA General Assurance Phils., Inc. Stronghold Insurance Company, Inc.
Malayan Insurance Company, Inc. Travellers Insurance & Surety Corp.
Mapfre Insular Insurance Corp. UCPB General Insurance Company, Inc.
Mercantile Insurance Company, Inc. Visayan Surety & Insurance Corp.
Milestone Guarantee & Assurance Corp. Western Guaranty Corp.
7 This is not tantamount to an endorsement of the above surety companies and is not a conclusion that other insurance
companies not included in the above list are not authorized to issue surety bonds for government transactions.
NOA
File/Ref. No. ____________________________
Page 6 of __
Pro Form No. 04-016-01 • Version: 2 • Updated: 01 Aug 2017
ANNEX “B”
PAYMENT INSTRUCTIONS
STEP 1: Payment through:
1. UnionBank
• Over-the-Counter at Branches (Bills Payment Slip)
• Payment for: Bangko Sentral ng Pilipinas
• Client Name: Indicate Company Name (Bidder)
• Amount: As indicated in the Order of Payment
• Reference Number: Indicate:
(1) the “O.P. No.” as can be seen at the upper right portion of the Order of
Payment; and
(2) short version of the Project Name the bidder is participating in (e.g.,
“Office Furniture”)
• Internet eBanking
• Proceed to “Bills Payment”
• Choose the account where the payment will be deducted
• Biller: Bangko Sentral ng Pilipinas
• Name of Payor: Company Name (Bidder)
• Order of Payment Number: “O.P. No.” as can be seen at the upper right
portion of the Order of Payment
• Indicate the required amount as indicated in the Order of Payment
• Remarks: Indicate a short version of the Project Name the bidder is
participating on (e.g., “Office Furniture”)
• Mobile Banking
• Proceed to “Pay Bills”
• Choose “Bangko Sentral ng Pilipinas” as Biller
• Name of Payor: Company Name (Bidder)
• Order Payment Number: “O.P. No.” on the upper right portion of the Order
of Payment
• Choose the account where the payment will be deducted
• Indicate the required amount as indicated in the Order of Payment
2. Via BSP Head Office’s CASH DEPARTMENT. The awardee is requested to inform the
Procurement Office at least two (2) days in advance for the Office to assist your
authorized representative in the payment process.
Transaction Schedule: 9:00 AM – 2:00 P.M., Mondays to Fridays
(Please allow time for possible queues including, but not limited to, the precautionary and
security measures being implemented in the BSP-Head Office in view of COVID-19)
NOA
File/Ref. No. ____________________________
Page 7 of __
Pro Form No. 04-016-01 • Version: 2 • Updated: 01 Aug 2017
STEP 2:
Submit a copy of proof of payment (i.e., Bills Payment Slip, screenshot of proof of online/mobile
payment, or copy of the Official Receipt) to the Procurement Office personnel (email as indicated
in Page 2) prior to or together with the submission of your signed Contract Agreement.
PSD REPUBLIC OF THE PHILIPPINES) CITY OF _______________________) S.S. x------------------------------------------------------x
PERFORMANCE SECURING DECLARATION Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents]
To: [Insert name and address of the Procuring Entity] I/We, the undersigned, declare that: 1. I/We understand that, according to your conditions, to guarantee the faithful
performance by the supplier/distributor/manufacturer/contractor/consultant of its obligations under the Contract, I/we shall submit a Performance Securing Declaration within a maximum period of ten (10) calendar days from the receipt of the Notice of Award prior to the signing of the Contract.
2. I/We accept that: I/we will be automatically disqualified from bidding for any procurement contract with any procuring entity for a period of one (1) year if in case it is my first offense, or two (2) years for the second offense, upon receipt of your Blacklisting Order if I/we have violated my/our obligations under the Contract.
3. I/We understand that this Performance Securing Declaration shall cease to be valid
upon:
a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to the following conditions: i. Procuring Entity has no claims filed against the contract awardee; ii. It has no claims for labor and materials filed against the contractor; and iii. Other terms of the contract; or
b. replacement by the winning bidder of the submitted PSD with a performance security
in any of the prescribed forms under Section 39.2 of the 2016 IRR of RA No. 9184 as required by the end-user.
IN WITNESS WHEREOF , I/We have hereunto set my/our hand/s this ____ day of [month] [year] at [place of execution].
[Insert NAME OF BIDDER’S AUTHORIZED REPRESENTATIVE]
[Insert signatory’s legal capacity] Affiant
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution],
PSD Philippines. [Select one of the two following paragraphs and delete the other]
Affiant/s is/are personally known to me and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC).
Affiant/s exhibited to me his/her [insert type of government identification card used] with no. ___________ issued on __________ at ____________.
Witness my hand and seal this ___ day of [month] [year].
NAME OF NOTARY PUBLIC Serial No. of Commission _______________ Notary Public for _______ until __________ Roll of Attorneys No. __________________ PTR No. ______ [date issued], [place issued] IBP No. ______ [date issued], [place issued]
Doc. No. _____ Page No. _____ Book No. _____ Series of _____
DRAFT CONTRACT
File/Ref. No.: BAC-202010-0011e-Cluster C
Page 1 of 5
Contract Agreement No.
Project Identification No.
CONTRACT AGREEMENT _____________________________________________________________________________
(Project Title)
This CONTRACT is made and entered into by and between:
BANGKO SENTRAL NG PILIPINAS (BSP), a government instrumentality duly
organized and existing by virtue of Republic Act No. 7653, as amended by
Republic Act No. 11211, with principal office and postal address at A. Mabini
corner P. Ocampo Sr. Streets, Malate, Manila, herein duly represented by
HOPE, hereinafter referred to as the “ENTITY”;
-and-
CONTRACT AWARDEE, a (type of firm/company), with principal place of
business and postal address at (address), and herein duly represented by
(awardee’s authorized representative), hereinafter called “the SUPPLIER”;
WHEREAS, the Entity invited Bids for certain goods and ancillary services, particularly
Project Title, and has accepted a Bid by the Supplier for the supply of those goods and services
in the total sum of CONTRACT AMOUNT IN WORDS (IN FIGURES), type of taxes, (indicate years
if multiyear)/single year (no need to indicate year) (hereinafter called “the Contract Price”),
broken down as follows:
IF SINGLE YEAR/1 LOT – Table not applicable
IF SINGLE YEAR/MORE THAN 1 LOT – Table is applicable
IF MULTIYEAR/REGARDLESS OF NUMBER OF LOTS – Table is applicable
Covered Period Total Contract
Amount, VAT inclusive
Year 1 – As indicated in the NTP to 31 December 2020
Year 2 – 01 January to 31 December 2021
Year 3 – 01 January to 31 December 2022
Total
Contents of the table will vary depending on the requirement.
DRAFT CONTRACT
File/Ref. No.: BAC-202010-0011e-Cluster C
Page 2 of 5
NOW THIS AGREEMENT WITNESSETH:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
2. The following documents as required by the 2016 Revised Implementing Rules and
Regulations of Rep. Act No. 9184 shall be deemed to form and be read and
construed as integral parts of this Agreement, viz:
i. Philippine Bidding Documents (PBDs);
a. Schedule of Requirements
b. General and Special Conditions of Contract
c. Supplemental or Bid Bulletins issued, if any
ii. Winning bidder’s bid, including the Eligibility Requirements, Technical and
Financial Proposals, and all other documents or statements submitted (e.g.,
xxx);
Bid form, including all the documents/statements contained in the Bidder’s
bidding envelopes, as annexes, and all other documents submitted (e.g.,
Bidder’s response to request for clarifications on the bid), including
corrections to the bid, if any, resulting from the Entity’s bid evaluation;
iii. Multi-Year Contracting Authority; if single year, not applicable.
iv. Certification of Availability of Funds;
v. Notice of Award of Contract as Duly Received or with Conforme of the Bidder;
vi. Performance Security (in the form of: Performance Securing Declaration);
vii. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the GPPB that
are subsequently required for submission after the contract execution, such
as the Notice to Proceed, Variation Orders, and Warranty Security, shall
likewise form part of the Contract.
3. In consideration for the total sum of CONTRACT AMOUNT IN WORDS (IN FIGURES),
type of taxes, (indicate years if multiyear)/single year (no need to indicate year) or
such other sums as may be ascertained, CONTRACT AWARDEE agrees to Project
Title, in accordance with its Bid.
4. The ENTITY agrees to pay the above-mentioned sum in accordance with the terms of
the Bidding.
DRAFT CONTRACT
File/Ref. No.: BAC-202010-0011e-Cluster C
Page 3 of 5
5. The SUPPLIER shall not transfer or assign this Contract, whether in whole or in part,
without the prior written consent of the ENTITY. In particular but without limitation,
any such transfer or assignment made such without consent to any entity shall be
void and deemed a breach of this Contract.
6. This Contract shall take effect on the date the parties signed this Contract as indicated
below their respective signatures. If the parties signed on different dates, the
reckoning date of the execution of this Contract shall be the later date.
IN WITNESS whereof, the parties hereto have caused this Contract to be executed in
accordance with the laws of the Republic of the Philippines on the day and year written below.
HOPE
Date: __________________________
for:
BANGKO SENTRAL NG PILIPINAS
AUTHORIZED REPRESENTATIVE OF AWARDEE
Date: ___________________________
for:
CONTRACT AWARDEE
(ACKNOWLEDGMENT PORTION FOLLOWS IN SUBSEQUENT PAGES)
DRAFT CONTRACT
File/Ref. No.: BAC-202010-0011e-Cluster C
Page 4 of 5
A C K N O W L E D G E M E N T
REPUBLIC OF THE PHILIPPINES
CITY OF ________________ S.S
BEFORE ME, a Notary Public, for and in the City of ______________, _____________, this __ day
of ______________ 2020 personally appeared:
NAME GOVERNMENT-ISSUED I.D. NO. DATE/PLACE OF ISSUE
HOPE
identified by me through competent evidence of identity to be the same person who executed the
foregoing instrument and who acknowledged to me that the same is his/her own free and voluntary act
and deed and that of BANGKO SENTRAL NG PILIPINAS whom he/she represents with full authority to
sign the instrument.
This instrument consisting of (number of pages of contract) is signed by the parties, together with
their instrumental witnesses, on all pages including this page whereon the acknowledgement is written.
WITNESS MY HAND AND SEAL at the place and on the date first above written.
Doc. No. ___________;
Page No. ___________;
Book No. ___________;
Series of 2020.
DRAFT CONTRACT
File/Ref. No.: BAC-202010-0011e-Cluster C
Page 5 of 5
A C K N O W L E D G E M E N T
REPUBLIC OF THE PHILIPPINES
CITY OF ________________ S.S
BEFORE ME, a Notary Public, for and in the City of ______________, _____________, this __ day
of ______________ 2020 personally appeared:
NAME GOVERNMENT-ISSUED I.D. NO. DATE/PLACE OF ISSUE
AWARDEE’S AUTHORIZED
REPRESENTATIVE
identified by me through competent evidence of identity to be the same person who executed the
foregoing instrument and who acknowledged to me that the same is his own free and voluntary act and
deed and that of CONTRACT AWARDEE whom he represents with full authority to sign the instrument.
This instrument consisting of (number of pages of contract) is signed by the parties, together with
their instrumental witnesses, on all pages including this page whereon the acknowledgement is written.
WITNESS MY HAND AND SEAL at the place and on the date first above written.
Doc. No. ___________;
Page No. ___________;
Book No. ___________;
Series of 2020.
ANNEXES
Page 1 of 17
ANNEX “A”
PROCEDURES IN THE PAYMENT OF BIDDING DOCUMENTS
BIDDING DOCUMENTS FEE
A complete set of Bidding Documents may be acquired by Interested Bidders1 by sending an e-mail
request to [email protected] and [email protected] or it may also be
downloaded from the websites of the Philippine Government Electronic Procurement System
(www.philgeps.gov.ph) and the Bangko Sentral ng Pilipinas (www.bsp.gov.ph). The cost for the
bidding documents is Php10,000.00.
PAYMENT OPTIONS/INSTRUCTIONS
Note: PAYMENT SHALL BE MADE NOT LATER THAN THE DATE AND TIME OF BID SUBMISSION
AND OPENING. However, prospective bidders are encouraged to pay the bid documents
fee at least one (1) day before the deadline for submission and opening of bids.
STEP 1:
Request for “Order of Payment” (OP) from the BAC Secretariat at BACSecretariat-
[email protected] and [email protected] and indicate the following:
> Company Name (Bidder)
> Valid Email Address
> Valid Phone Number
> Project Name (that the bidder will participate in). If bidding for several lot items,
please indicate the specific lots that the bidder will participate in.
STEP 2:
An email notification and copy of the OP will be received through the provided email address
or you may contact the BAC-Secretariat at (632)(5)306-2798/2800/3075) or send an email at
[email protected] for the OP details. Verify all the details in the received OP
copy/email notification and take note of the PAYMENT DUE DATE.
1 For new bidders, please submit clear photocopies of the following documents:
a) Business Registration with SEC/DTI/Other Government Agency, whichever is applicable; and
b) BIR Certificate of Registration (BIR Form No. 2303), if applicable.
ANNEXES
Page 2 of 17
SAMPLE ORDER OF PAYMENT
STEP 3: PAYMENT THROUGH PAYMENT CHANNELS
1. Via Accredited Collecting Agent – Union Bank of the Philippines (UBP)
a. Cash or Check via Over-the-Counter (OTC) Bills Payment in any UBP Branch
b. Online Banking Bills Payment (payor must be an account holder)
• Payment for/Biller: Bangko Sentral ng Pilipinas
• Client Name: Indicate Company Name (Bidder)
• Amount: As indicated in the Order of Payment
• OP Reference Number: As indicated in the OP document (see sample OP)
• Remarks: Indicate a short version of the Project Name the bidder is
participating on (e.g., “Office Furniture”)
2. Via Debit/Credit (Visa/Master) Card Payment
• Clients with no UBP account can pay online through the Visa/MasterCard
Payment Gateway
• Access the BSP Website at www.bsp.gov.ph
• Click NOPS Portal under Quick Links
• Input the OP reference number in the field provided and click Inquire Status or
Pay Online
After payment is confirmed, the Receipt is displayed. Print the receipt for
presentation or email to the BAC Secretariat at [email protected]
and to the Procurement Office at [email protected].
ANNEXES
Page 3 of 17
Note: For both payment channels, the bidder will receive an email notification with the
attached Official Receipt.
3. Via BSP Head Office’s CASH DEPARTMENT
Prospective bidders are highly encouraged to pay through the Payment Channels
as indicated under Items 1 and 2 above as entry of visitors in the BSP-HO are limited
to certain areas only. In extraordinary circumstance however, prospective
bidders/suppliers paying through the BSP’s Cash Department are requested to inform
the BAC, through the BAC-Secretariat and/or Procurement Office, at least two (2)
days in advance to assist the bidders in the payment process.
Transaction Schedule: 9:00 AM – 2:00 P.M., Mondays to Thursdays
(Please allow time for possible queues including, but not limited to, the precautionary and
security measures being implemented in the BSP-Head Office in view of COVID-19)
STEP 4:
Submit a copy of proof of payment (i.e., Bills Payment Slip, screenshot of proof of online/mobile
payment, or copy of the Official Receipt) to the BAC Secretariat prior to or together with the
submission of bidding documents.
OTHER REMINDERS
1. The BSP does not issue Certification on the conduct of Conferences/Meetings and/or
Submission and Opening of Bids for purposes of Checkpoint clearance. Prospective bidders
may print the Invitation to Bid/Bid Bulletins/ Advisories/Notices issued by the BSP showing
the scheduled activities.
2. Additional queries, especially with regard to the procedures for the Microsoft Teams
connection, may be submitted in advance to the BAC-Secretariat at BACSecretariat-
[email protected], to allow BSP’s IT Group to respond accordingly.
ANNEXES
Page 4 of 17
ANNEX “B”
GUIDELINES IN THE CONDUCT OF PRE-BID CONFERENCE
1. With due observance of social distancing measures, when necessary, Pre-bid Conferences,
whenever scheduled, shall refer to the conduct of face-to-face pre-bid conference, online
teleconferencing or videoconferencing. The date, time and online platform shall be stated
in the procurement opportunity (i.e., Invitation to Bid, Request for Expression of Interest,
etcetera) or in duly issued Bid Bulletin.
2. Prior to the scheduled pre-bid conference, prospective bidders shall signify their intention
to participate in the scheduled pre-bid conference by submitting/registering their contact
information and e-mails where the online invitation to participate shall be sent.
Prospective bidders who fail to participate in the pre-bid conference shall not be
disqualified.
3. Participating bidders are highly encouraged to download the bidding documents from the
BSP or PhilGEPS websites.
4. For expedient conduct of the Conference/Meeting, the bidders shall be expected to have
read and sufficiently understood the issued bidding documents and requirements prior to
the scheduled Conference/Meeting. Bidders may send their questions or requests for
clarification in advance at least one (1) day prior to the date of Pre-bid
Conference/Meeting to [email protected] and to [email protected].
Participating bidders may also use the online messaging facility during the meeting, which
shall form part of the Minutes. The discussions will focus on the documentary
requirements that need emphasis, as deemed necessary, and on the queries/clarifications
received from the prospective bidders.
5. Those who were not able to participate in the pre-bid conference may still submit manual
or electronic bids.
6. The minutes of the pre-bid conference shall be made available to the prospective bidders
not later than five (5) calendar days after the pre-bid conference, upon written request.
The same shall likewise be posted in the website of the BSP.
ANNEXES
Page 5 of 17
INSTRUCTIONS ON CONNECTION TO MICROSOFT TEAMS
1. The conduct of Pre-bid Conference/Pre-Eligibility/Preliminary Meeting shall be through
online teleconferencing or videoconferencing using the Microsoft Teams platform. Please
be guided by the following:
Instructions to
Participating Suppliers/Bidders
Participating bidders are requested to submit their contact information and
email addresses to be used for the videoconferencing to BACSecretariat-
[email protected], at least one (1) day before the conduct of activity for the
sending of meeting invitation.
Only one (1) authorized representative from the participating bidder shall
have access privilege in the videoconference proceedings to easily monitor
and facilitate the conduct of the activity.
A Microsoft Teams meeting invitation shall be sent by the BAC-Secretariat to
the respective e-mail address of the authorized representatives for the
following:
For the Conference/
Meeting Proper
At least thirty (30) minutes before the
conference/ meeting proper
The same email address submitted by the participating bidder shall be used
by the BSP in sending the Microsoft Teams meeting invitation for the
Conference/ Meeting proper.
Note:
In case the participating bidder/supplier was not able to submit its email
to the BAC-Secretariat in advance, it may still join the videoconferencing by
submitting an email to the BAC-Secretariat at least thirty (30) minutes
before the time of the Pre-Bid Conference. The participating bidder shall be
responsible in ensuring that it has the required Microsoft Teams/capable
facility/device to successfully connect to the Microsoft Teams Meeting
Room.
2. Representatives of the bidders shall be prepared to log-in and are advised to be on standby
at least twenty (20) minutes before the start of the Conference/Meeting to check if
connection to Microsoft Teams is successful. Failure to join on the set date and time shall
ANNEXES
Page 6 of 17
be marked as late and shall constitute as waiver to be present for the activities that have
lapsed until he/she joined the meeting.
3. Additional Reminders:
• In order to properly acknowledge the bidders participating in the Conference/Meeting
for records purposes, bidders are advised at the start of the activity to turn on the
Video of the laptops or mobile devices being used. After the BAC/BAC-Secretariat has
completed the roll call, participants to the videoconferencing will be requested to turn
off the Video to avoid possible lags in connection.
• In joining the videoconferencing, prospective bidders are requested to indicate their
respective full/complete name and the company being represented.
• For orderly conduct of the conference, answering of queries/requests for clarification
will be done per bidder/supplier. In case there will be follow-up queries, the same can
be done after all the bidders/suppliers have been called.
CONNECTION TO MICROSOFT TEAMS FACILITY
USING DESKTOP PC/LAPTOP
1. To join the Microsoft Teams session, click the link provided in the meeting invite. It will
open a web browser and redirect you to Microsoft Teams.
2. On the login page, enter your name and e-mail address then click “Join”
3. Click “Join from your browser” at the bottom page to redirect to online meeting room.
4. Click the drop-down button at the bottom of the screen and choose “Use computer
for audio”.
5. Click “Join Meeting” to join the Microsoft Teams meeting. If prompted with password,
enter the password provided in the e-mail.
USING SMART PHONE
1. To join the Microsoft Teams session, open Google Play Store (Android) or App Store
(iPhone).
2. Search and Install “Microsoft Teams”.
3. Once downloaded, tap “Open” to launch Microsoft Teams application then tap “Join
Meeting”.
4. On the login page, enter the Meeting ID, your name and e-mail address. Meeting ID
will be provided by the host via e-mail or message.
5. Click “Join” to join the Microsoft Teams meeting. If prompted with password, enter the
password provided by the host.
ANNEXES
Page 7 of 17
ANNEX “C”
GUIDELINES IN THE PREPARATION, SUBMISSION AND
OPENING OF BIDS (MANUAL AND ELECTRONIC)
Prospective bidders have the option to submit their bids MANUALLY (physical or hard copy)
OR ELECTRONICALLY (online transmittal). However, bidders cannot avail of both methods.
MANUAL SUBMISSION OF BIDS:
1. The address for submission of hard copy of bids is at Gate 3, Bangko Sentral ng Pilipinas, A.
Mabini, corner P. Ocampo Sr. Sts., Malate, Manila. Bid boxes are situated at the reception
area of Gate 3 where bids can be dropped.
2. As precautionary measure, participating bidders are strongly advised to wrap/enclose their
respective bidding documents with plastic, preferably clear, to facilitate
disinfection/sanitation and quick evaluation on the proper sealing and marking of bid
envelopes.
3. The schedule of the submission of bidding documents/eligibility documents/BAFO shall be
on the date and time as indicated in the Invitation to Bid/Request for Expression of Interest
or Bid Bulletins issued. Bidders are advised to submit their documents at least thirty (30)
minutes before the scheduled deadline of submission to allow time for possible queuing due
to conduct of thermal scanning, and for sanitation of the bid envelope(s) and transit of the
documents to the designated bidding room.
4. As social distancing measure, Bid Box(es) will be strategically placed at Gate 3 of BSP-HO for
dropping/submission of bid documents.
5. The representative of the bidder or courier service provider shall fill-up the Bid Submission
Form available at the reception area at Gate 3 which shall be attached to the bid documents
to be submitted.
6. The procedures on the submission of bids under the 2016 Revised Implementing Rules and
Regulations of Republic Act No. 9184 (2016 Revised IRR) shall continue to be observed.
Note: Pursuant to Section 25.9 of the 2016 Revised IRR of RA No. 9184, Unsealed and/or
Unmarked bids shall be rejected.
ANNEXES
Page 8 of 17
ELECTRONIC SUBMISSION OF BIDS
A. ELECTRONIC SUBMISSION (E-DOCUMENTS) COMPRISING THE BID
1. The e-documents comprising the bids are: (i) ELIGIBILITY AND TECHNICAL
DOCUMENTS/PROPOSALS (ENVELOPE NO.1); and (ii) FINANCIAL DOCUMENTS/PROPOSAL
(ENVELOPE NO.2).
2. The specific documents for each envelope shall be as enumerated in the Checklist of
Requirements for Bidders.
3. For organized submission of bids and checking thereof, the bidders shall observe the
following procedures:
1.1 Fill-out all bid forms, convert the same in PDF or scanned format and affix electronic
signatures (e-signatures) in specified portions of the forms. Photographed documents
in JPG or PNG files are acceptable; provided that, these are clear and readable and
comply with the procedures below.
1.2 Save the documents as separate files and name each file as follows: (i) “E-doc1, E-doc2”
and so on for ELIGIBILITY AND TECHNICAL DOCUMENTS/PROPOSALS (Envelope 1); and
(ii) “F-doc1”, “F-doc2”, and so on for the FINANCIAL DOCUMENTS/PROPOSAL
(Envelope 2). Do not scan the documents into one (1) continuous document file.
1.3 Save, copy or transfer all electronic documents in separate compressed/zipped folders,
entitled or named, as follows:
a. “ENVELOPE1” (for the ELIGIBILITY DOCUMENTS AND TECHNICAL PROPOSAL
FOLDER); and
b. “ENVELOPE2” (for the FINANCIAL PROPOSAL FOLDER).
1.4 Arrange the documents in the order of enumeration in the Checklist of Requirements
for Bidders.
1.5 Input different electronic keys or passwords for ENVELOPE1 and ENVELOPE2 ZIPPED
FOLDERS to prevent accidental or premature opening thereof. ENVELOPE3 ZIPPED
FOLDER does NOT need to have a password. Bid envelopes containing the same
electronic key or password shall be rated as “FAILED”.
1.6 ENVELOPE1 AND ENVELOPE2 WHICH ARE NOT IN COMPRESSED OR ZIPPED FOLDER
AND THOSE WITHOUT ELECTRONIC KEY OR PASSWORD shall be considered as
unsealed bid submissions and not complying with the two (2)-factor security
ANNEXES
Page 9 of 17
procedure,2 and hence, shall be rejected during the opening of bids. However, bid
envelopes that are not properly compressed and password-protected, as required in
the Bidding Documents, shall be accepted, provided that the bidder or its duly
authorized representative shall acknowledge such condition of the bid as submitted.
The BAC shall assume no responsibility for the misplacement of the contents of the
improperly compressed or password-protected folder, or for its premature opening.3
1.7 Zipped electronic bid folders to be submitted can be opened using the 7-zip
compression tool.
1.8 Ensure that the bid envelopes are compressed and password-protected. In case the
submitted electronic bid envelopes are not in compressed format and/or not password
protected, the bidder may submit new electronic bid envelopes which shall be
considered as “modification” of bids, following the procedures under Section 7.6 of
herein Guidelines.
1.9 Compressed or zipped folder and password protected electronic bid documents should
be submitted to [email protected] prior to the time of bid opening. Bidders
are encouraged to submit the electronic bid documents at least two (2) hours prior to
the time of bid opening in order to ensure receipt of documents by the BAC-Secretariat
within the deadline set for the submission of bids
1.10 The bidder should receive an Electronic Acknowledgement Receipt (EAR) in every
successful submission of electronic bid documents as proof that its bid/s had/have been
received by the Bid Recipient. Kindly contact the Bid Recipient (BAC Secretariat) in case
no EAR was received within thirty (30) minutes from sending.
1.11 In case of email bounce or quarantine notification, the bidder shall immediately send
an email to the BAC Secretariat (as indicated in the Bid Data Sheet), with the subject
matter – SENDING BOUNCED; SENDING QUARANTINED – (name of bidder) and append
a screen shot of the notification or forward the message indicating that the email had
not been received.
For inquiries on the submission and dropping of bids/eligibility documents/BAFO, the BAC-
Secretariat may be reached at (632)(5)306-2798/2800/3075.
2 As required under GPPB Resolution No. 09-2020, Section 4.2 which provides:
“Bid submission may be done through any electronic means available to the [Procuring Entities], provided that the same:
a. Uses a two-factor security procedure consisting of an archive format compression and password protection to ensure the security,
integrity and confidentiality of the bids submitted; xxx.
3 Pursuant to GPPB-Resolution No. 09-2020, which revised Section 25.9 of the 2016 Revised IRR.
ANNEXES
Page 10 of 17
B. ELECTRONIC SIGNATURE
1. Whenever required in specified portions of the response or bid forms, particularly in the
FINANCIAL PROPOSAL E-DOCUMENTS, the e-signature of the Bidder or the Bidder’s
Authorized Representative shall be affixed in the document.
2. The scanned actual signature of the authorized representative of the prospective bidder,
cropped and pasted handwritten signatures, adobe-created signatures, unique figures and
symbols and stamped signatures are ACCEPTABLE as e-signatures. Provided, that original
documents not using digital signatures shall be transmitted during contract execution.
However, text-typing the name of the bidder and/or the words “SGD. or ORIGINAL SIGNED”
and the like without distinctive features are NOT ACCEPTABLE.
3. An electronically signed document submitted by the bidder shall be presumed to belong to
that of the bidder if signed by its duly authorized representative and sent to the e-mail of
the Bid Recipient.
C. TIME AND MANNER OF SENDING AND RECEIPT OF E-DOCUMENTS
1. The deadline for the submission of bids shall observe the time indicated in the official
website of BSP.
2. The actual time of bid submission shall be the “time received” by the Bid Recipient as
indicated in the Electronic Acknowledgment Receipt (EAR). In case of delayed time stamp in
the EAR, the bidder shall inform the BAC- Secretariat that the e-mail was sent before the
deadline for submission of bids. The Bid Recipient shall seek the assistance of the BSP-
Information Technology (BSP-IT) in validating the actual time of receipt by the BSP e-mail
gateway server. The bidder may also call/inquire with the BAC-Secretariat to confirm if
sending has been successful in case no EAR has been received within thirty (30) minutes
from sending.
3. The designated Bid Recipient shall have an EAR to document official receipt of the bid
submission. The EAR or e-mail acknowledgment shall serve as proof by the bidder that its
bid had been received by the Bid Recipient. Without an EAR, the bidder shall immediately
contact the Bid Recipient or the BAC Secretariat. The EAR shall be evidence ONLY of the
electronic bid submission and receipt thereof, and NOT of the completeness, correctness
and veracity of the contents of the electronic bid, which shall be determined during
preliminary examination of bids, bid evaluation and/or post-qualification. It is also the
responsibility of the bidder to ensure that the e-mail to be sent contains the required
attachments.
ANNEXES
Page 11 of 17
4. In instances where automatic EARs were not generated despite successful submission and
receipt of the electronic bid envelopes, or in case of quarantined e-mails, the Bid Receiver
may also issue a Manual Acknowledgement once the submission was confirmed from the
BAC-Secretariat mail and/or from BSP-IT.
5. In case of e-mail bounce or quarantine notification, the bidder shall immediately send an e-
mail to the BAC Secretariat (as indicated in the Bid Data Sheet), with the subject matter –
SENDING BOUNCED; SENDING QUARANTINED – (name of bidder) and append a screen shot
of the notification or forward the message indicating that the e-mail had not been received.
A bounced e-mail shall NOT be considered as having been received; while a quarantined e-
mail before the deadline for submission of bid shall be considered as having met the
deadline.4
6. The subject matter of the e-mail shall state the short title of the requirement to be procured
as stated in the procurement opportunity, name of bidder (all caps) and the folder and batch
number of the documents sent (e.g. ENVELOPE1-first batch of three-1/3).
7. Similar to manual submission of bids, the bidders shall submit ENVELOPE 1 AND ENVELOPE
2 COMPRESSED/ZIPPED FOLDERS simultaneously or in one (1) e-mail sending. If the file will
exceed the designated limits, the submitted files may be sent in batches. In case of several
sending of batches or folders, the time indicated in the EAR for the last batch or folder shall
be the time of receipt of the bid.5
4 Illustration. Assume: Deadline of submission of bids is 2:00 p.m.
SUBMITTED
ENVELOPES Time of Sending Time of Receipt WITHIN/BEYOND DEADLINE
ENVELOPE 1 &
ENVELOPE 2
1:50 P.M. 1:51 P.M. E-MAIL BOUNCE
NOTIFICATION
Within deadline
* The quarantine notification shall mean
that the e-mail reached the designated
e-mail account at 1:59 P.M. The
quarantined e-mail shall be considered
as the bid submission and not the e-
mail sending as of 2:01 P.M.
1:55 P.M. (resending) 1:55 P.M. E-MAIL BOUNCE
NOTIFICATION
1:58 P.M.(resending) 1:59 P.M. QUARANTINE
NOTIFICATION
1:59 P.M.(resending) 2:01 P.M. EAR
5 Illustrations. Assume: Deadline of submission of bids is 2:00 p.m.
SUBMITTED
ENVELOPES Time of Sending Time of Receipt (EAR Time) WITHIN/BEYOND DEADLINE
1. ENVELOPE1 &
ENVELOPE2 1:59 P.M 2:00 P.M. Within deadline
2. ENVELOPE1 1:58 P.M. 1:59 P.M. Beyond deadline
ENVELOPE2 2:01 P.M 2:01 P.M.
3. ENVELOPE 1 1:00 P.M.
1:01 P.M.
Within deadline (if BSP IT confirms receipt
through the BSP gateway server on or
before 2 P.M.
If no EAR: Call BAC Sec as this
means non-receipt
ENVELOPE 2 1:50 P.M. (resending)
If no EAR: Call BAC Sec as this
means non-receipt
1:59 P.M. (resending) 2:01 P.M.
ANNEXES
Page 12 of 17
8. To avoid the tampering or alteration of electronic documents, files shall be sent as
attachment/s to the e-mail and not through a file sharing link. All eligibility and technical
documents/proposals bid documents must be submitted as one file including the required
brochures, manuals, etc., unless such submission will exceed the file size limit.
9. The BSP system can accommodate attachments with file size limit of up to 100MB. If the
bidder’s e-mail has a smaller file size limit (e.g., in case of free mails, such as gmail and
yahoomail), it may send files in batches.
10. Bidders shall submit their bids to the e-mail of Bid Recipient as indicated in the posted
procurement opportunity. It is encouraged that submissions be made at least two (2) hours
prior to the time of bid opening in order to ensure receipt of documents by the Bid Recipient
within the deadline set for the submission of bids.
D. MODIFICATION AND WITHDRAWAL OF BIDS
1. As with manual submission, bidders may modify or withdraw their bid at any time before
the deadline for the submission and receipt of bids. Where a bidder modifies its bid, it shall
not be allowed to retrieve its original bid and shall only be allowed to submit another. For
electronic bid submission, bidders shall send another bid equally secured, properly
identified, and labelled as a “modification” of the one previously submitted. The time
indicated in the latest electronic acknowledgment receipt (EAR) shall be the official time of
submission. Bids submitted after the deadline shall not be accepted.
2. In modifying the bid, the bidder may send the ENTIRE FILE/S or FOLDER/S or the particular
document being modified. Bidders modifying their bids shall still observe the manner of
submission of the original bid or particular document being modified.
3. Bid documents submitted electronically can only be modified electronically. In the same
manner, bids submitted manually can only be modified manually. Manual bid modification
shall follow the procedures provided for under Section 26 of Rep. Act No. 9184 and its IRR.
4. For various sending or re-sending of electronic bids from the same bidder or from different
Bidder’s Authorized Representatives, the LATEST SENDING meeting the deadline for the
submission of bids shall be construed as the submitted bid, it being the manifestation of
the latest intent of the bidder.
4. ENVELOPE1 1:58 P.M. 1:58 P.M.
Within deadline
*(ENV.3 is not part of bid submission) ENVELOPE2 1:59 P.M. 2:00 P.M.
ENVELOPE3 2:00 P.M 2:01 P.M.*
ANNEXES
Page 13 of 17
OPENING OF BIDS
A. ATTENDANCE AND PRELIMINARIES
1. Bidders shall be prepared to login in the tele/videoconferencing facility of the BSP at least
twenty (20) minutes before the scheduled deadline and opening of bids. Failure to join on
the set date and time shall be marked as late and shall constitute a waiver to be present for
the activities that have lapsed until he/she joined the meeting.
2. Only one (1) bidder’s authorized representative shall have access privilege to participate in
the tele/videoconference proceedings. However, depending on the nature of item being
procured, additional representatives may be allowed (e.g., when local and principal firms
will be attending the pre-bid conference or in case of joint ventures).
3. Representatives of the bidders shall be prepared to login and are advised to be on standby
at least twenty (20) minutes before the scheduled deadline and opening of bids to check if
connection to Microsoft Teams is successful. Failure to join on the set date and time shall
be marked as late and shall constitute a waiver to be present for the activities that have
lapsed until he/she joined the meeting. The bidder cannot question activities that were
conducted in his/her absence.
4. Immediately after the stated deadline for submission of bids, but before the opening
thereof, the Bid Recipient shall provide access to the electronic documents submitted by all
bidders to the account processor/s who had been designated as the Bid Opener/s. To
facilitate the conduct of the opening of electronic bid documents and to address access
issues by the Bid Opener/s, if any, access may also be given to the Bid Opener/s thirty (30)
minutes before the schedule of opening of bids.
5. The BAC Secretariat shall proceed with the roll call to record the attendance and determine
the presence of a quorum.
6. Thereafter, the BAC shall officially announce the start of the bid opening.
B. INSTRUCTIONS ON CONNECTION TO MICROSOFT TEAMS PLATFORM
1. The conduct of opening of bids/eligibility documents/BAFO shall be through
videoconferencing using the Microsoft Teams platform. Please be guided by the following:
ANNEXES
Page 14 of 17
Instructions to
Participating Suppliers/Bidders
Participating bidders are requested to submit their contact information and email
addresses to be used for the videoconferencing to [email protected] at
least one (1) day before the scheduled meeting necessary for the sending of meeting
invitation.
Only one (1) authorized representative from the participating bidder shall have access
privilege in the videoconference proceedings to easily monitor and facilitate the conduct
of the activity.
A Microsoft Teams meeting invitation shall be sent by the BAC-Secretariat to the
respective e-mail address of the authorized representatives for the following:
a. For the Opening Proper At least thirty (30) minutes before the opening of bids
The same email address submitted by the participating shall be used by the BSP in
sending the Microsoft Teams meeting invitation for the Opening of Bids proper.
Note:
In case the participating bidder/supplier was not able to submit its email to the BAC-
Secretariat in advance, it may still join the videoconferencing by submitting an email
to the BAC-Secretariat at least thirty (30) minutes before the time of the Opening of
Bids. The participating bidder shall be responsible in ensuring that it has the required
Microsoft Teams application/capable facility/device to successfully connect to the
Microsoft Teams Meeting Room.
C. CONNECTION TO MICROSOFT TEAMS PLATFORM
USING DESKTOP PC/LAPTOP
a. To join the Microsoft Teams session, click the link provided in the meeting invite. It
will open a web browser and redirect you to Microsoft Teams.
b. On the login page, enter your name and e-mail address then click “Join”
c. Click “Join from your browser” at the bottom page to redirect to online meeting
room.
d. Click the drop-down button at the bottom of the screen and choose “Use computer
for audio”.
ANNEXES
Page 15 of 17
e. Click “Join Meeting” to join the Microsoft Teams meeting. If prompted with
password, enter the password provided in the e-mail.
USING SMART PHONE
a. To join the Microsoft Teams session, open Google Play Store (Android) or App Store
(iPhone).
b. Search and Install “Microsoft Teams”.
c. Once downloaded, tap “Open” to launch Microsoft Teams application then tap “Join
Meeting”.
d. On the login page, enter the Meeting ID, your name and e-mail address. Meeting ID
will be provided by the host via e-mail or message.
e. Click “Join” to join the Microsoft Teams meeting. If prompted with password, enter
the password provided by the host.
D. OPENING OF ELIGIBILITY AND TECHNICAL DOCUMENTS (Envelope No. 1)
1. The BAC Secretariat shall announce the list of participating bidders and their respective
mode of submission of bids, i.e., electronic or manual. Manually submitted bids shall be
opened first before the electronically submitted bids.
2. The BAC Chairperson shall then motion to open and conduct eligibility check, examination
of technical documents and recording of the manually submitted bid/s, if any.
3. While opening of manually submitted bids is ongoing, the BAC Chairperson shall give the
go-signal for sending of the password for “ENVELOPE1” by the online bidders, through
online chat or thru e-mail directly to the BAC, BAC Secretariat and Bid Opener/s.
4. After receipt of the password for “ENVELOPE1”, the electronic documents shall be opened.
If ENVELOPE1 cannot be opened by anyone, the bidder shall be permitted to re-submit its
password up to a maximum of three (3) chances, WITHOUT SENDING ANOTHER FILE and
only while the proceeding for opening of ENVELOPE NO. 1 is still ongoing.
5. Electronic bid folders shall automatically undergo virus or malware scanning. If “cleaning”
of the electronic documents by the existing BSP anti-virus system is successful, the said
documents can be accepted and opened. Otherwise, the bid shall be declared as
“FAILED”. Disqualification of the bid shall also apply for those bid submissions which
already have undergone “cleaning” but certain pages turned-out to be corrupted. Thus, if
the e-document could not be opened, is corrupted or truncated or infected by a virus or
malware even if scanned, the e-document shall be rated as “FAILED”.
ANNEXES
Page 16 of 17
6. The Bid Opener/s shall confirm receipt of particular e-documents by enumerating them in
the order that they are received. The bidders shall have the opportunity to confirm or raise
questions on the enumeration of documents.
7. In order to ensure that the electronic bid envelopes submitted through e-mail are the
same electronic bid envelopes being opened, the file properties of the bid envelopes may
be shown to the bidders before the actual opening thereof.
8. Thereafter, the checking of eligibility and technical documents and recording of e-
documents shall be undertaken by the Bid Opener/s in accordance with the procedure for
preliminary examination of bids under Section 30 of the IRR.
9. As similarly observed during the manual submission of bids, Bid Opener/s shall indicate
his/her readiness to make a presentation of the opened eligibility and technical
documents and be allowed by the BAC Chairperson to proceed.
10. Details of each document received shall be read by the Bid Opener and flashed on screen.
Bidders may raise questions on the documents.
11. The BAC Chairperson shall announce the names of the bidders whose bids have been rated
as “PASSED”. Bidders whose eligibility and technical documents/proposals have been
rated “PASSED” shall be on stand-by for the opening of the Financial Documents. Bidders
whose eligibility documents were rated “FAILED” may remain as observers.
E. OPENING AND EVALUATION OF FINANCIAL DOCUMENTS (Envelope No. 2)
1. Manually submitted financial proposals shall be opened first before electronically
submitted proposals.
2. The BAC Chairperson shall then motion to open and conduct preliminary evaluation and
recording of the manually submitted financial proposal, if any.
3. The eligible bidders shall then send the password for “ENVELOPE2” in the same manner
that passwords were sent for “ENVELOPE1”.
4. After receipt, the Bid Opener/s shall then proceed to open the Financial Proposals of the
eligible bidders.
5. The same procedures in “ENVELOPE1” shall be observed in the presentation or reading of
“ENVELOPE2”.
ANNEXES
Page 17 of 17
6. After each presentation, the Bid Opener shall enumerate and present the submitted
financial proposals of the Bidders from the lowest to the highest bid.
7. If there are no issues involved, the BAC Chairperson shall adjourn the conduct of
examination of bids and excuse the participating bidders. The Abstract of Bids as read,
and the minutes of the bid opening shall be prepared and be made available to the
participating bidders and the public upon written request.
8. The BAC may proceed with the conduct of detailed evaluation of bids on the same day as
the bid opening date, or set the conduct of bid evaluation to another date and time
pursuant to Sections 32 and 33 of the 2016 Revised IRR.