39
INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101 PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF AUGMENTATION SERVICES BID REFERENCE NO.: BAC4IGOV-2015-06-012 APPROVED BUDGET FOR CONTRACT: Php53,360,000.00 Department of Science and Technology INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE BIDS AND AWARDS COMMITTEE FOR INTEGRATED GOVERNMENT PHILIPPINES (BAC4IGOV) June 2015

PROCUREMENT OF CONSULTANCY SERVICES FOR …i.gov.ph/wp-content/uploads/2015/05/Bid-Docs_Staff-AugmentationL... · PROCUREMENT OF CONSULTANCY SERVICES ... Bids received in excess of

Embed Size (px)

Citation preview

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF

AUGMENTATION SERVICES

BID REFERENCE NO.: BAC4IGOV-2015-06-012

APPROVED BUDGET FOR CONTRACT: Php53,360,000.00

Department of Science and Technology INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

BIDS AND AWARDS COMMITTEE FOR INTEGRATED GOVERNMENT PHILIPPINES

(BAC4IGOV)

June 2015

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

TABLE OF CONTENTS

PART I

SECTION I. REQUEST FOR EXPRESSION OF INTEREST ............. 3

SECTION II. ELIGIBILITY DOCUMENTS ..................................... 6

SECTION III. ELIGIBILITY DATA SHEET .................................. 15

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

REQUEST FOR EXPRESSION OF INTEREST FOR THE

CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT

STAFF AUGMENTATION SERVICES

1. The INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE, through the

2015 GAA, intends to apply the sum of Fifty-Three Million Three Hundred Sixty Thousand Pesos (Php53,360,000.00) being the Approved Budget for the Contract (ABC) for CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF AUGMENTATION SERVICES. Bids received in excess of the ABC shall be automatically rejected at the opening of the financial proposals.

2. The INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE now calls for the submission of eligibility documents for the implementation of a Cloud-based Platform-as-a-Service Environment of the Government Common Platform. Interested consultants must submit their eligibility documents on or before 20 July 2015, 12 Noon at the Information and Communications Technology Office, ICTO Building, C.P. Garcia Avenue, UP Diliman, Quezon City. Applications for eligibility will be evaluated based on a non-discretionary “pass/fail” criterion.

3. The BAC4IGOV shall draw up the short list of consultants from those who have submitted eligibility documents and have been determined as eligible in accordance with the provisions of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”, and its Implementing Rules and Regulations (IRR). The short list shall consist of not more than five (5) prospective bidders who will be entitled to submit bids. Minimum average rating to be considered for shortlisting is 80%. The criteria and rating system for short listing are:

CRITERIA DOCUMENTS RATING SYSTEM WEIGHT

1

Applicable

Experience

SEC or DTI Registration or

equivalent as certified by the

embassy of the country where the principal office of

the bidder is located

100% - 5-9 years in business

or more

35%

80% - 3-4 years in business

60% - 1-2 years in business

20% - Less than 1 year in

business

2 Qualification

of Personnel

Single Largest Completed

Contract Similar to the

Project in terms of size and complexity

100% - Completed contract

as Main Contractor

40%

80%

- Completed contract

as Partner Contractor

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

60% - Completed contract

as Subcontractor

3 Current

Workload

Net Financial Contracting

Capacity (NFCC) as computed based on

submitted Audited Financial Statements and Statement

of All On-Going Contracts

100% - NFCC is more than

100% of the ABC

25%

80% - NFCC is 50% to 100% of the ABC

60% - NFCC is 25% to 49%

of the ABC

40% - NFCC is 1% to 24% of the ABC

TOTAL 100%

Note: The Prospective Bidder’s NFCC will be determined by the procuring entity based on their Audited Financial Statements and Statement of All Ongoing Government and Private Contracts.

4. Bidding will be conducted through open competitive bidding procedures using non-

discretionary “pass/fail” criterion as specified in the IRR of RA 9184. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines.

5. The Procuring Entity shall evaluate bids using the Quality-Cost Based Evaluation/Selection

(QCBE/QCBS) procedure. Procuring Entity shall indicate the weights to be allocated for the Technical and Financial Proposals. The criteria and rating system for the evaluation of bids shall be provided in the Instructions to Bidders.

6. The contract shall be completed within thirty-four (34) months after the issuance of the Notice to Proceed.

7. The Information and Communications Technology Office (ICT Office) reserves the right to reject any and all bids, annul the bidding process, or not award the contract at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.

For further information, please refer to: JENNIFER C. PACATANG Head, ICT Office – BAC4IGOV Secretariat Information and Communications Technology Office Carlos P. Garcia Avenue, UP Diliman, Quezon City Tel. No. 920-7420 or 920-0101 local 2631

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Fax No. 920-7447 Email: [email protected] Web: icto.dost.gov.ph and i.gov.ph 6 July 2015

DENIS F. VILLORENTE Chairman, BAC4IGOV

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

1. Eligibility Criteria

1.1. The following persons/entities shall be allowed to participate in the bidding for Consulting Services:

(a) Duly licensed Filipino citizens/sole proprietorships;

(b) Partnerships duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the interest belongs to citizens of the Philippines;

(c) Corporations duly organized under the laws of the Philippines and of which at least sixty percent (60%) of the outstanding capital stock belongs to citizens of the Philippines;

(d) Cooperatives duly organized under the laws of the Philippines, and of which at least sixty percent (60%) interest belongs to citizens of the Philippines; or

(e) Persons/entities forming themselves into a joint venture, i.e., a group of two (2) or more persons/entities that intend to be jointly and severally responsible or liable for a particular contract: Provided, however, That Filipino ownership or interest thereof shall be at least sixty percent (60%). For this purpose, Filipino ownership or interest shall be based on the contributions of each of the members of the joint venture as specified in their JVA.

1.2. When the types and fields of Consulting Services involve the practice of professions regulated by law, those who will actually perform the services shall be Filipino citizens and registered professionals authorized by the appropriate regulatory body to practice those professions and allied professions specified in the Eligibility Data Sheet (EDS).

1.3. If the Request for Expression of Interest allows participation of foreign consultants, prospective foreign bidders may be eligible subject to the qualifications stated in the EDS.

1.4. Government corporate entities may be eligible to participate only if they can establish that they (a) are legally and financially autonomous, (b) operate under commercial law, and (c) are not dependent agencies of the GOP or the Procuring Entity.

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

2. Eligibility Requirements

2.1. The following eligibility requirements shall be submitted on or before the date of the eligibility check specified in the Request for Expression of Interest and Clause 5 for purposes of determining eligibility of prospective bidders:

(a) Class “A” Documents –

Legal Documents

(i) Registration certificate from Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives, or any proof of such registration as stated in the EDS;

(ii) Mayor’s permit issued by the city or municipality where the principal place of business of the prospective bidder is located;

Technical Documents

(iii) Statement of the prospective bidder of all its ongoing and completed government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid, within the relevant period provided in the EDS. The statement shall include, for each contract, the following:

(iii.1) the name and location of the contract;

(iii.2) date of award of the contract;

(iii.3) type and brief description of consulting services;

(iii.4) consultant’s role (whether main consultant, subcontractor, or partner in a JV)

(iii.5) amount of contract;

(iii.6) contract duration; and

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

(iii.7) certificate of satisfactory completion or equivalent document specified in the EDS issued by the client, in the case of a completed contract;

(iv) Statement of the consultant specifying its nationality and confirming that those who will actually perform the service are registered professionals authorized by the appropriate regulatory body to practice those professions and allied professions in accordance with Clause 1.2.

Financial Document

(v) The consultant’s audited financial statements, showing, among others, the consultant’s total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two (2) years from the date of bid submission.

(b) Class “B” Document –

Valid joint venture agreement (JVA), in case a joint venture is already in existence. In the absence of a JVA, duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful, shall be included in the bid. Failure to enter into a joint venture in the event of a contract award shall be ground for the forfeiture of the bid security. Each partner of the joint venture shall submit the legal eligibility documents. The submission of technical and financial documents by any of the joint venture partners constitutes compliance.

2.2. In the case of foreign consultants, the foregoing eligibility requirements under Class “A” Documents may be substituted by the appropriate equivalent documents, if any, issued by the foreign consultant’s country.

2.3. The eligibility requirements or statements and all other documents to be submitted to the BAC must be in English. A translation of the documents in English certified by the appropriate embassy or consulate in the Philippines must accompany the eligibility requirements under Classes “A” and “B” Documents if they are in other foreign language.

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

2.4. Prospective bidders may obtain a full range of expertise by associating with individual consultant(s) and/or other consultants or entities through a JV or subcontracting arrangements, as appropriate. However, subcontractors may only participate in the bid of one short listed consultant. Foreign Consultants shall seek the participation of Filipino Consultants by entering into a JV with, or subcontracting part of the project to, Filipino Consultants.

2.5. If a prospective bidder has previously secured a certification from the Procuring Entity to the effect that it has previously submitted the above-enumerated Class “A” Documents, the said certification may be submitted in lieu of the requirements enumerated in Clause 2.1 above.

3. Format and Signing of Eligibility Documents

3.1. Prospective bidders shall submit their eligibility documents through their duly authorized representative on or before the deadline specified in Clause 5.

3.2. Prospective bidders shall prepare an original and copies of the eligibility documents. In the event of any discrepancy between the original and the copies, the original shall prevail.

3.3. The eligibility documents, except for unamended printed literature, shall be signed, and each and every page thereof shall be initialed, by the duly authorized representative/s of the prospective bidder.

3.4. Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the prospective bidder.

4. Sealing and Marking of Eligibility Documents

4.1. Unless otherwise indicated in the EDS, prospective bidders shall enclose their original eligibility documents described in Clause 2.1, in a sealed envelope marked “ORIGINAL – ELIGIBILITY DOCUMENTS”. Each copy of shall be similarly sealed duly marking the envelopes as “COPY NO. ___ - ELIGIBILITY DOCUMENTS”. These envelopes containing the original and the copies shall then be enclosed in one single envelope.

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

4.2. The original and the number of copies of the eligibility documents as indicated in the EDS shall be typed or written in indelible ink and shall be signed by the prospective bidder or its duly authorized representative/s.

4.3. All envelopes shall:

(a) contain the name of the contract to be bid in capital letters;

(b) bear the name and address of the prospective bidder in capital letters;

(c) be addressed to the Procuring Entity’s BAC specified in the EDS;

(d) bear the specific identification of this Project indicated in the EDS; and

(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the opening of eligibility documents, in accordance with Clause 5.

4.4. If the eligibility documents are not sealed and marked as required, the Procuring Entity will assume no responsibility for its misplacement or premature opening.

5. Deadline for Submission of Eligibility Documents

Eligibility documents must be received by the Procuring Entity’s BAC at the address and on or before the date and time indicated in the Request for Expression of Interest and the EDS.

6. Late Submission of Eligibility Documents

Any eligibility documents submitted after the deadline for submission and receipt prescribed in Clause 5 shall be declared “Late” and shall not be accepted by the Procuring Entity.

7. Modification and Withdrawal of Eligibility Documents

7.1. The prospective bidder may modify its eligibility documents after it has been submitted; provided that the modification is received by the Procuring Entity prior to the deadline specified in Clause 5. The prospective bidder shall not be allowed to retrieve its original eligibility documents, but shall be allowed to submit another set equally sealed, properly identified, linked to its original bid marked as “ELIGIBILITY

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

MODIFICATION” and stamped “received” by the BAC. Modifications received after the applicable deadline shall not be considered and shall be returned to the prospective bidder unopened.

7.2. A prospective bidder may, through a letter of withdrawal, withdraw its eligibility documents after it has been submitted, for valid and justifiable reason; provided that the letter of withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of eligibility documents.

7.3. Eligibility documents requested to be withdrawn in accordance with this Clause shall be returned unopened to the prospective bidder concerned. A prospective bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of eligibility documents. A prospective bidder that withdraws its eligibility documents shall not be permitted to submit another set, directly or indirectly, for the same project.

8. Opening and Preliminary Examination of Eligibility Documents

8.1. The Procuring Entity’s BAC will open the envelopes containing the eligibility documents in the presence of the prospective bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the EDS. The prospective bidders’ representatives who are present shall sign a register evidencing their attendance.

8.2. Letters of withdrawal shall be read out and recorded during the opening of eligibility documents and the envelope containing the corresponding withdrawn eligibility documents shall be returned unopened to the withdrawing prospective bidder. If the withdrawing prospective bidder’s representative is present during the opening, the original eligibility documents and all copies thereof shall be returned to the representative during the opening of eligibility documents. If no representative is present, the eligibility documents shall be returned unopened by registered mail.

8.3. A prospective bidder determined as “ineligible” has seven (7) calendar days upon written notice or, if present at the time of the opening of eligibility documents, upon verbal notification, within which to file a request for reconsideration with the BAC: Provided, however, that the

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

request for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the prospective bidder concerned: Provided, further, that the BAC shall decide on the request for reconsideration within seven (7) calendar days from receipt thereof. If a failed prospective bidder signifies his intent to file a request for reconsideration, in the case of a prospective bidder who is declared ineligible, the BAC shall hold the eligibility documents until such time that the request for reconsideration or protest has been resolved.

8.4. The eligibility documents envelopes and modifications, if any, shall be opened one at a time, and the following read out and recorded:

(a) the name of the prospective bidder;

(b) whether there is a modification or substitution; and

(c) the presence or absence of each document comprising the eligibility documents vis-à-vis a checklist of the required documents.

8.5. The eligibility of each prospective bidder shall be determined by examining each bidder’s eligibility requirements or statements against a checklist of requirements, using non-discretionary “pass/fail” criterion, as stated in the Request for Expression of Interest, and shall be determined as either “eligible” or “ineligible.” If a prospective bidder submits the specific eligibility document required, he shall be rated “passed” for that particular requirement. In this regard, failure to submit a requirement, or an incomplete or patently insufficient submission, shall be considered “failed” for the particular eligibility requirement concerned. If a prospective bidder is rated “passed” for all the eligibility requirements, he shall be considered eligible to participate in the bidding, and the BAC shall mark the set of eligibility documents of the prospective bidder concerned as “eligible.” If a prospective bidder is rated “failed” in any of the eligibility requirements, he shall be considered ineligible to participate in the bidding, and the BAC shall mark the set of eligibility documents of the prospective bidder concerned as “ineligible.” In either case, the BAC chairperson or his duly designated authority shall countersign the markings.

9. Short Listing of Consultants

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

9.1. Only prospective bidders whose submitted contracts are similar in nature and complexity to the contract to be bid as provided in the EDS shall be considered for short listing.

9.2. The BAC of the Procuring Entity shall draw up the short list of prospective bidders from those declared eligible using the detailed set of criteria and rating system to be used specified in the EDS.

9.3. Short listed consultants shall be invited to participate in the bidding for this project through a Letter of Invitation to Bid issued by the BAC of the Procuring Entity.

9.4. Only bids from short listed bidders shall be opened and considered for award of contract. These short listed bidders, whether single entities or JVs, should confirm in their bids that the information contained in the submitted eligibility documents remains correct as of the date of bid submission.

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Section III. Eligibility Data Sheet

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Eligibility Data Sheet

Eligibility Documents

1.2 The scope of the activities to be performed by the service provided will include:

1. Design 2. Management and Related Services 3. Other Technical Services or Special Studies

Note: See Terms of Reference (TOR) (Section IV) for details

1.3 Foreign consultants may be eligible to participate in this Project, subject to the following qualifications:

a) must be registered with the SEC and/or any agency authorized by the laws of the Philippines;

b) when the types and fields of consulting services in which the foreign consultant wishes to engage involve the practice of regulated professions, the foreign consultant must be authorized by the appropriate GOP professional regulatory body specified in Clause 1.2 to engage in the practice of those professions and allied professions: Provided, however, That the limits of such authority shall be strictly observed.

(i)) No additional Requirements.

(iii)) The Statement of All Ongoing and Completed Government and Private Contracts (Annex I-B), Single Largest Completed Contracts (Annex I-C) prior to the deadline for the submission and receipt of eligibility documents.

(iii.7) Acceptable proof of satisfactory completion of completed contracts: a) Copy of End User’s Acceptance; or b) Copy of Official Receipt/s. c) Certificate of Performance Evaluation (Annex I-D) showing a rating

of at least Very Satisfactory issued by the bidder’s Single Largest Completed Contract client

4.2 Each prospective bidder shall submit one (1) original and two (2) copies of its eligibility documents.

4.3(c)) Bids and Awards Committee for the Integrated Government Project Philippines (BAC4IGOV)

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

4.3(d)) PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF AUGMENTATION SERVICES and BAC4IGOV 2015-06-012

5 The address for submission of eligibility documents is ICT Office Building, Carlos P. Garcia Avenue, UP Diliman, Quezon City.

The deadline for submission of eligibility documents is 20 July 2015, 12 Noon.

8.1 The place of opening of eligibility documents is ICT Office Building, Carlos P. Garcia Avenue, UP Diliman, Quezon City.

The date and time of opening of eligibility documents is 20 July 2015, 3 PM.

9.1 Similar contracts shall refer “design, development, installation, configuration and support of software systems and its implementation”

9.2 Criteria for Eligibility and Shortlisting

CRITERIA DOCUMENTS RATING SYSTEM WEIGHT

1 Applicable

Experience

SEC or DTI Registration

or equivalent as certified by the

embassy of the country where the principal

office of the bidder is

located

100% - 5-9 years in

business or more

35%

80% - 3-4 years in

business

60% - 1-2 years in business

40% - Less than 1

year in

business

2 Qualificatio

n of

Personnel

Single Largest

Completed Contract

Similar to the Project in terms of size and

complexity

100%

- Completed

contract as

Main Contractor

40% 80%

- Completed

contract as Partner

Contractor

60% - Completed

contract as

Subcontractor

3 Current

Workload

Net Financial

Contracting Capacity (NFCC) as computed

based on submitted Audited Financial

Statements and

100% - NFCC is more

than 100% of the ABC

25% 80% - NFCC is 50%

to 100% of the ABC

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Statement of All On-Going Government and

Private Contracts

60% - NFCC is 25% to 49% of the

ABC

40% - NFCC is 1% to 24% of the

ABC

TOTAL 100%

Note: The Prospective Bidder’s NFCC will be determined by the procuring entity based on their Audited Financial Statements and Statement of All Ongoing Government and Private Contracts.

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Section IV. TERMS OF REFERENCE

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Terms of Reference

PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF AUGMENTATION SERVICES

As of 16 June 2015

1. BACKGROUND

A services contract acquired through competitive public bidding conducted in accordance with provisions of R.A. No.9184 and its IRR will assure a steady supply of competent technical and professional services personnel in order to complement the regular and organic personnel of the DOST-ICT Office in its various projects and all other activities in pursuit of its mandate.

With the manpower services requirements sourced from private Manpower Service Providers/Contractors, the DOST-ICT Office will be free from labor and service liabilities which shall be borne by the contracted private manpower service provider.

2. OBJECTIVES

2.1 The DOST-ICT Office will be able to immediately address the urgent need for competent technical personnel/professionals by engaging the services of a provider/contractor who shall provide the additional manpower services requirements of its various projects and activities;

2.2 The DOST-ICT Office will not be bound by any employer-employee relationship with the manpower services personnel to be provided by the winning manpower service Provider/Contractor.;

2.3 The winning Service Provider/Contractor shall be held totally responsible for the competencies and quality of work that shall be rendered by the personnel it shall be providing to DOST-ICT Office;

2.4 The winning Service Provider/Contractor will be obligated to provide all the manpower service personnel required by the DOST-ICT Office hereof and shall further ensure that all personnel to be deployed under the contract meet the work experience and qualifications of each position;

3. DURATION OF THE CONTRACT

3.1 Until twelve (12) months from the date of issuance of the Notice to Proceed.

4. ACTIVITY SPECIFICATIONS

4.1 The designated program manager of iGovPhil shall provide consultants with targeted development activities at the beginning of each month;

4.2 Consultants shall comply with the issued weekly, monthly and quarterly activity plans, and shall at the beginning of every month/quarter provide a counterpart detailed work plan

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

detailing the tasks to be undertaken to deliver the specified outputs on or before the delivery date;

4.3 Consultants shall submit a signed and approved weekly timesheet of all on-going and completed activities of each week that shall match the approved detailed work plan;

4.4 All consultants shall be required to work on-site at pre-determined schedules based on the approved detailed work plan;

5. RESOURCE SKILLS SPECIFICATIONS

5.1 Quality Assurance Manager

5.1.1 Minimum of three (3) years of experience;

5.1.2 Undergraduate degree in Engineering, Computer Science, or related fields or equivalent work experience. Graduate degree and/or possessing QMS training and certification preferred;

5.1.3 Detail-oriented and possessing at least 2,000 hours of direct software quality assurance management work with experience in software version and change control, software configuration management, or continuous delivery methodologies and disciplines;

5.1.4 Resource Count: at least one (1);

5.2 Senior Business Process Analyst

5.2.1 Minimum of two (2) years of experience;

5.2.2 Undergraduate degree in Industrial Engineering, Computer Science, or any related field of study or equivalent work experience. Graduate degree and/or possessing BPM training and certification preferred;

5.2.3 Possessing at least 4,000 hours of direct business process design experience with at least 3,000 hours managing a team of business analysts;

5.2.4 Expert working experience in the use of UML, BPEL, BPMN and other relevant standards in the design and development of structured Use Case Models;

5.2.5 Experience in policy automation design and technologies;

5.2.6 Excellent interpersonal, verbal, and written English communication skills;

5.2.7 Demonstrated experience in transforming business process designs into technical models and vice versa;

5.2.8 Demonstrated experience in developing end-user procedural documentation, systems administration and end-user training materials;

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

5.2.9 Proven ability to work on and prioritize multiple, diverse projects simultaneously;

5.2.10 Demonstrated experience in developing test case scenarios with the ability to manage testing activities;

5.2.11 Resource Count: at least two (2);

5.3 Business Process Analyst

5.3.1 Minimum of two (2) years of experience;

5.3.1 Undergraduate degree in Industrial Engineering, Computer Science, or any related field of study or equivalent work experience;

5.3.2 Possessing BPM training and certification preferred;

5.3.3 Working experience in the use of UML, BPEL, BPMN and other relevant standards in the design and development of structured Use Case Models;

5.3.4 Experience in policy automation design and technologies;

5.3.5 Proven ability to work on and prioritize multiple, diverse projects simultaneously;

5.3.6 Excellent verbal and written English communication skills;

5.3.7 Demonstrated experience in transforming business process designs into technical models and vice versa;

5.3.7 Resource Count: at least four (4);

5.4 Senior Systems Analyst

5.4.1 Minimum of three (3) years of experience;

5.4.2 Undergraduate degree in Engineering, Computer Science, or any related field of study. Graduate degree preferred;

5.4.3 Possessing technical training and certification in any or all of the areas including but not limited to Networking, Cloud technologies, Web Technologies, Performance Optimization, Security, Encryption, preferred;

5.4.4 Experience in designing executable test and roll-to-production plans against a targeted technology environment;

5.4.5 Experience in technical sizing and performance optimization for enterprise transactional systems;

5.4.6 Proven ability to work on and prioritize multiple, diverse projects simultaneously;

5.4.7 Excellent verbal and written English communication skills;

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

5.4.8 Resource Count: at least two (2);

5.5 Documentation Specialist

5.5.1 Minimum of two (2) years of experience;

5.5.2 Undergraduate degree in Journalism, Computer Science, Information Systems Management, Business Administration, English, or any related field of study or equivalent work experience;

5.5.3 Able to understand UML, BPEL, BPMN and other relevant standards in the design and development of structured end-user and system administration documentation;

5.5.4 Proven ability to work on and prioritize multiple, diverse projects simultaneously;

5.5.5 Excellent verbal and written English communication skills;

5.5.6 Demonstrated experience in transforming business process designs into common language documents;

5.5.7 Resource Count: at least two (2);

5.6 User Interface Developer

5.6.1 Minimum of two (2) years of experience;

5.6.2 Undergraduate degree in Engineering, Computer Science, or any related field of study or equivalent work experience;

5.6.3 Experience in designing, marking up, developing the UI of websites and/or web applications;

5.6.4 Minimum of 2 years of web development and UI development experience is required;

5.6.5 Solid understanding of UX and UI design with an emphasis on maximizing usability;

5.6.6 Graphic design skills and some basic understanding of how back-end development works;

5.6.7 Solid markup skills utilizing HTML5, CSS3, XML, XAML, JavaScript;

5.6.8 Practical exposure and/or experience with: Node.js, JQuery, JSON, AJAX, and page styling using CSS;

5.6.9 Working knowledge of developing Liferay portlets;

5.6.10 Proven ability to work on and prioritize multiple, diverse projects simultaneously;

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

5.6.11 Excellent verbal and written English communication skills;

5.6.12 Resource Count: at least four (4);

5.7 Java Developer (apps, middleware, ESB integration)

5.7.1 Minimum of two (2) years of experience;

5.7.2 Undergraduate degree in Engineering, Computer Science, or any related field of study or equivalent work experience;

5.7.3 Java or any open standard platform-specific certification preferred;

5.7.4 Must have 2+ years of experience in developing SOA-compliant Java components, configuring application server and middleware settings, developing APIs that interface with middleware and vice versa;

5.7.5 Experience in designing and developing JSR186/286 compliant portlets;

5.7.6 Must have experience on common open source Java EE tools and IDEs for development and Java frameworks (JSF, Spring MVC, Struts, Hibernate, Ruby, Maverick, myFaces, etc.);

5.7.7 Experience developing and re-factoring existing applications, providing product enhancements and resolving product defects to meet customer issues;

5.7.8 Proven ability to work on and prioritize multiple, diverse projects simultaneously;

5.7.9 Resource Count: at least eighteen (8);

5.8 Web Service API Developer / XML Developer

5.8.1 Minimum of two (2) years of experience;

5.8.2 Undergraduate degree in Engineering, Computer Science, or any related field of study or equivalent work experience;

5.8.3 Designing API’s for use by external users;

5.8.4 Developing complex multi-file XSD’s;

5.8.5 Developing SOAP and REST services;

5.8.6 Experience developing and re-factoring existing APIs/Web Services, providing enhancements and resolving defects to meet customer issues;

5.8.7 Expert working experience in writing technical API specifications, documentation, and unit test plans for all work performed;

5.8.8 Expert working experience in developing XSD;

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

5.8.9 Expert working experience in the use of XML processing tools;

5.8.10 Expert working experience in developing XSLT/XSLT-FO, and XPath components;

5.8.11 Proven ability to work on and prioritize multiple, diverse projects simultaneously;

5.8.12 Resource Count: at least four (4);

5.9 NOSQL/XQuery Developer

5.9.1 Minimum of three (3) years of experience;

5.9.2 Undergraduate degree in Engineering, Computer Science, or any related field of study or equivalent work experience;

5.9.3 Three (3)+ years’ experience delivering projects as part of a large implementation team;

5.9.4 Three (3)+ years of experience working with content/knowledge, RDMS, search, and content management systems;

5.9.5 Demonstrated experience with commonly accepted industry architectures/technologies including J2EE, .NET, XML, XSLT, SOA/Web Services, API, SQL, HTML, HTTP;

5.9.6 Experience with XML and related technologies (XSLT and/or Xquery);

5.9.7 Demonstrated experience with NoSQL technologies;

5.9.8 Demonstrated experience with manipulation of Enterprise Server Bus (.Net, Oracle, JBoss, WebSphere);

5.9.9 Demonstrated experience client/server and web architecture;

5.9.10 Demonstrated experience of database architecture and performance implications;

5.9.11 Proven ability to work on and prioritize multiple, diverse projects simultaneously;

5.9.12 Strong interpersonal, communication, and presentation skills;

5.9.13 Resource Count: at least four (4);

5.10 Test Engineer

5.10.1 Minimum of two (2) years of experience;

5.10.2 Undergraduate degree in Engineering, Computer Science, or any related field of study or equivalent work experience;

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

5.10.3 4+ years of relevant work experience in development and/or testing role;

5.10.4 Technical background and an understanding of the telecom industry;

5.10.5 Strong knowledge/practical exposure to development/scripting languages and environments like C#, Java, C++, PHP, etc.;

5.10.6 Strong knowledge/practical exposure to both Relational and NoSQL DMBS;

5.10.7 Good experience with different Operating Systems, with emphasis on Unix variants;

5.10.8 Good understanding of object oriented programming, J2EE architecture, .NET, etc.;

5.10.9 Knowledge of automated testing tools, like QTP, Rational Robot, etc.;

5.10.10 Must demonstrate an understanding of IP networking, security standards, transport protocols such as HTTP and HTTPS, firewalls, etc.;

5.10.11 Proven ability to work on and prioritize multiple, diverse projects simultaneously;

5.10.12 Excellent interpersonal verbal and written English communication skills;

5.10.13 Resource Count: at least four (4);

6. OBLIGATIONS OF THE SERVICE PROVIDER

6.1 The service provider shall conform strictly with the terms and conditions of this Terms of Reference;

6.2 The period of this terms of reference shall commence upon issuance of the Notice to Proceed;

6.3 The service provider warrants that its personnel shall take all necessary precautions for the safety of persons and properties at or near their area of work and shall comply with all the standard and established safety regulations, rules and practices;

6.4 The service provider shall coordinate with the authorized and/or designated DOST-ICT Office personnel in the performance of their jobs;

6.5 The service provider shall be liable for loss, damage or injury due directly or indirectly through the fault or negligence of its personnel. It shall assume full responsibility thereof and the ICT Office shall be specifically released from any and all liabilities arising therefrom;

6.6 All work shall be conducted on-site (ICT Office);

6.7 Personnel provided by the service provider shall bring their own workstations/laptops, development licenses for IDE tools (if applicable), printers and office supplies;

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

6.8 The winning Service Provider/Contractor shall fully assume all official and legal responsibilities over all support personnel that shall be provided and deployed in the DOST-ICT Office under the contract and shall exercise sole administrative control and supervision over their functions and activities and on any or all matters regarding their respective work assignments in the DOST-ICT Office;

6.9 The policy of no-work, no-pay shall be applied;

6.10 The DOST-ICT Office reserves the right to reject any or all manpower service personnel who shall be found unqualified and unfit to cope with DOST-ICT Office job requirements based on the personnel qualification credentials to be submitted by the winning Service Provider/Contractor and the initial screening to be conducted thereon by the DOST-ICT Office;

6.11 The service personnel deployed by the winning Service Provider/Contractor in the DOST-ICT Office under the contract granted by the DOST-ICT Office shall not, under any circumstance, be considered organic DOST-ICT Office personnel, nor will their respective deployment and assignment in the DOST-ICT Office establish an employee-employee relationship;

7. OBLIGATIONS OF THE PROCURING ENTITY

7.1 iGovPhil (ICT Office) will define the scope, issue the weekly, monthly or quarterly activity plan and schedule of deliverables and manage the resources to ensure delivery;

7.2 iGovPhil (ICT Office) will provide the workspaces, internet access, and cloud storage accounts;

7.3 The DOST-ICT Office shall be obligated to pay the winning Service Provider/Contractor the quoted Monthly Billing Rates stipulated in said contract, subject to existing government auditing and accounting rules and regulations, for and in consideration of the services rendered by personnel deployed by the winning Service Provider/Contractor and upon presentation of a Monthly Statement of Account with a certification that all wages and social security premiums due, including applicable taxes, have been settled;

7.4 The DOST-ICT Office shall likewise be obligated to reimburse the winning Service Provider/Contractor any amount of additional expenses incurred by support personnel for necessary official travel and rendition of services rendered incidental to their performance of their respective duties and functions, provided such travel and rendition of services shall have prior DOST-ICT Office approval pursuant to existing DOST-ICT Office policies.

8. CONFIDENTIALITY OF DATA

8.1 The service provider shall document detailed procedures and techniques in identifying systems security risks and breaches and how such shall be handled.

8.2 All project staff of the service provider shall be required to sign a non-disclosure agreement immediately at the start of the project and before commencing work.

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

8.3 All systems to which the project staff of the service provider shall be granted access to, its components, parts, specifications, data, ideas, technology, and technical and non-technical materials (collectively referred to here as “Confidential Information”) are confidential and proprietary to ICT Office.

8.4 The service provider agrees to hold the Confidential Information in strict confidence and further agrees not to reproduce, transcribe, or disclose the Confidential Information to third parties without the prior written approval of the ICT Office.

9. PRE-TERMINATION OF THE CONTRACT

9.1 The contract for the service may be pre-terminated by the ICT Office for any violation of the terms of the contract or when it has determined that continuing it would no longer be advantageous for the government. In case of pre-termination, the service provider shall be informed by the ICT Office thirty (30) days prior to such pre-termination.

9.2 In case of pre-termination, the service provider shall be liable to forfeiture of Performance Security.

9.3 The ICT Office shall have the right to blacklist the service provider in case of pre-termination due to any violation of the terms in the contract.

Prepared by:

Recommending Approval:

(Sgd.) DENNIS REYES, PH.D. Consultant, Enterprise Architecture DOST-ICT Offie

(Sgd.) REYNALDO JOSEPH A. CALLAO JR. Supervising Science Research Specialist DOST-ASTI

Approved By:

(Sgd.) ANTONETTE T. TORRES iGovPhil Project Manager DOST-ICT Offie

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF

AUGMENTATION SERVICES

A. CRITERIA FOR ELIGIBILITY AND SHORTLISTING

CRITERIA DOCUMENTS RATING SYSTEM WEIGHT

1

Applicable

Experience

SEC or DTI Registration or

equivalent as certified by the embassy of the country

where the principal office of

the bidder is located

100% - 5-9 years in business

or more

35%

80% - 3-4 years in business

60% - 1-2 years in business

20% - Less than 1 year in

business

2 Qualification

of Personnel

Single Largest Completed

Contract Similar to the

Project in terms of size and complexity

100% - Completed contract

as Main Contractor

40% 80%

- Completed contract

as Partner Contractor

60% - Completed contract

as Subcontractor

3 Current Workload

Net Financial Contracting Capacity (NFCC) as

computed based on submitted Audited Financial

Statements and Statement of All On-Going Government

and Private Contracts

100% - NFCC is more than 100% of the ABC

25%

80% - NFCC is 50% to

100% of the ABC

60% - NFCC is 25% to 49% of the ABC

40% - NFCC is 1% to 24%

of the ABC

TOTAL 100%

Note: NFCC is computed based on (NFCC = (CA-CL) * K – Outstanding portion of all ongoing contracts. Where: K = 10

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Section V. ELIGIBILITY FORMS

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Annex I-A

(Bidder’s Company Letterhead)

Eligibility Documents Submission Form

[Date] DENIS F. VILLORENTE

CHAIRPERSON

Bids and Awards Committee for iGovPhil Project INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICT Office Bldg., Carlos P. Garcia Avenue UP Diliman, Quezon City

Subject: PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF AUGMENTATION SERVICES

Sir:

In connection with your Request for Expression of Interest dated [insert date] for AVAILING

THE SERVICES OF A COMPANY FOR THE DEVELOPMENT OF REQUIRED POLICY DOCUMENTS ,[Name of Consultant] hereby expresses interest in participating in the eligibility and short

listing for said Project and submits the attached eligibility documents in compliance with the Eligibility Documents therefor.

In line with this submission, we certify that:

a) [Name of Consultant] is not blacklisted or barred from bidding by the GOP or any of its agencies, offices, corporations, or LGUs, including foreign government/foreign or

international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, and that each of the documents submit; and

b) Each of the documents submitted herewith is an authentic copy of the original, complete,

and all statements and information provided therein are true and correct.

We acknowledge and accept the Procuring Entity’s right to inspect and audit all records relating

to our submission irrespective of whether we are declared eligible and short listed or not.

Yours sincerely, Signature

Name and Title of Authorized Signatory

Name of Consultant Address

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Annex I-B

(Bidder’s Company Letterhead)

PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT

STAFF AUGMENTATION SERVICES

Statement of All Ongoing Contracts and Completed Contracts

1. All On-going Contracts (including Contracts awarded but not yet started, if any)

Name of Client

Title of Contra

ct

Date of Award

Type and Brief

Description of the

Survey/Consulting Services

Consultant’s

Role (Main Proponent,

Partner, Sub-Contractor)

Amount of

Contract

Number of Participants

Completion Date

For each listed on-going contracts, the following must attach/ submit:

Copy of contract or Notice to Proceed showing value of contract, scope of works, number of participants

2. Completed Contracts

Name of

Client

Title of

Contract

Date of

Award

Type and

Brief

Description of the

Survey/Consulting

Services

Consultant’s Role (Main

Proponent,

Partner, Sub-

Contractor)

Amount of

Contract

Duration of

Contact

Number

of

Participants

Proof of

Completio

n and Satisfactor

y Completio

n

For each listed completed contract/s, the following must be submitted:

1) Copy of contract or Notice to Proceed showing value of contract, scope of works, number of participants 2) Certified true copy of End User’s Acceptance, or Certified true copy of Official Receipt/s

CERTIFIED CORRECT:

____________________________________

Name & Signature of Authorized Representative ____________________________________

Position

____________________________________ Date

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Annex I-C

(Bidder’s Company Letterhead)

PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF AUGMENTATION SERVICES

Statement of Single Largest Completed Contract within the last five (5) years of similar

nature amounting to at least fifty percent (50%) of the ABC

“Similar nature” means conduct of “design, development, installation, configuration and support of software systems and its implementation”

(Please fill up required information below) 1) Name of Client

2) Title of Contract

3) Date of Award

4) Type and Brief Description of the Project

5) Consultant’s Role (Main Proponent, Partner, Sub-Contractor)

6) Amount of the Contract

7) Number of Users/participants

8) Completion Date

CERTIFIED CORRECT:

____________________________________

Name & Signature of Authorized Representative ____________________________________

Position ____________________________________

Date

Notes: For above cited contract, the following must be attached/ submitted: 1) Copy of Certificate of Performance Evaluation showing a rating of at least Very Satisfactory issued by

bidder’s client for above contracts (per Annex I-D) 2) Copy of contract or Notice to Proceed value of contract, scope of works, number of participants 3) Any of the following documents:

3.1) End User’s Acceptance; or 3.2) Official Receipt/s

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Annex I-D

(Bidder’s Client’s Company Letterhead)

CERTIFICATE OF PERFORMANCE EVALUATION [To be issued separately by the Bidder’s client for the Single Largest Contract of similar nature)

This is to certify that ____(Name of Company/Bidder)___has performed consultancy services for our company/agency on ___( specify consultancy project)___, with the following details

Value of Contract :

Contractor/ Consultant’s Role (Main

Proponent, Partner, Sub-Contractor)

:

Number of Users/participants

Sample Size Covered

:

:

:

Based on our evaluation of their performance in completing the project, we give ____(Name of Company/Bidder)___ the fol lowing rat ing:

Dimensions

RATING

EXCELLENT VERY

SATISFACTORY SATISFACTORY POOR

1) Competence

2) Quality of Work

3) Timeliness of

Completion

OVERALL RATING

This Certification shall form part of the Eligibility Requirements in line with ____(Name of Company/Bidder)___ participation in the bidding for AVAILING THE SERVICES OF A COMPANY FOR THE

DEVELOPMENT OF REQUIRED POLICY DOCUMENTS

Issued this _______ day of __________ 2014 in ___________, Philippines

Name of Company (Bidder’s Client) Full Name of Authorized Representative

Address Signature of Authorized Representative

Tel. No./Fax E-mail Address

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Annex I-E

(Bidder’s Company Letterhead)

PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF AUGMENTATION SERVICES

CERTIFICATE OF NET FINANCIAL CONTRACTING CAPACITY (PLEASE SHOW FIGURES AT HOW YOU ARRIVED AT THE NFCC)

This is to certify that our Net Financial Contracting Capacity (NFCC) is Philippine Pesos ___________________(P____________) which is at least equal to the total ceiling price we are

bidding. The amount is computed as follows:

NFCC = (CA-CL) (K) – C

Where :

CA = Current Assets

CL = Current Liabilities K = 10 for a contract duration of one year or less,

15 for a contract duration of more than one year up to two years and

20 for a contract duration of more than two years C = value of all outstanding or uncompleted portions of the projects under

ongoing contracts, including awarded contracts yet to be started coinciding with the contract for this Project

Issued this ______day of ______________, 2014.

______________________________________ Name & Signature of Authorized Representative

_____________________________________

Position _____________________________________

Date

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Annex I-F

(Bidder’s Company Letterhead)

PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF AUGMENTATION SERVICES

STATEMENT OF THE CONSULTANT SPECIFYING ITS NATIONALITY AND CONFIRMING THE REGISTRATION OF PERSONNEL INVOLVED IN THE PRACTICE OF PROFESSIONS REGULATED

BY LAW

Name of Client Nationality Regulatory Body

(Indicate N/A if not applicable)

I hereby confirm that the above listed consultant/s, if required to be registered by the appropriate regulatory body, have done so in accordance with clause 1.2, section 2 of the bidding documents.

CERTIFIED CORRECT:

________________________________________

Name & Signature of Authorized Representative _______________________________________

Position

_______________________________________ Date

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

Annex I-G

(Bidder’s Company Letterhead)

PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF AUGMENTATION SERVICES

10. PROTOCOL/UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT VENTURE

This PROTOCOL/UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT VENTURE, executed by:

…………………………………. a sole proprietorship/partnership/corporation duly

organized and existing under and by virtue of the laws of the Philippines, with offices

located at ……………………………….., ……………………………….., represented herein by its ……………………………….., ……………………………….., hereinafter referred to as

“………………………………..”; -and-

…………………………………. a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices

located at ……………………………….., ……………………………….., represented herein by

its ……………………………….., ……………………………….., hereinafter referred to as “………………………………..”;

-and-

…………………………………. a sole proprietorship/partnership/corporation duly

organized and existing under and by virtue of the laws of the Philippines, with offices located at ……………………………….., ……………………………….., represented herein by

its ……………………………….., ……………………………….., hereinafter referred to as “………………………………..”; (hereinafter referred to collectively as “Parties”)

For submission to the BAC4IGOV of the Information and Communications

Technology Office, pursuant to Section 23.1 (b) of the Revised Implementing Rules

and Regulations (IRR) of Republic Act (RA) No. 9184.

WITNESSETH That:

WHEREAS, the Parties desire to participate as a joint venture in the public bidding that

will be conducted by the ICT Office pursuant to Republic Act No. 9184 and its implementing rules and regulations, with the following particulars:

Bid Reference No.

Name/Title of Procurement Project

Approved Budget for the Contract

NOW THEREFORE, in consideration of the foregoing, the Parties undertake to enter into

a JOINT VENTURE and sign a Joint Venture Agreement relative to their joint cooperation for

this bid project, in the event that their bid is successful, furnishing the BAC4IGOV a duly signed

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

and notarized copy thereof within ten (10) calendar days from receipt of Notice from the

BAC4IGOV that our bid has the lowest calculated responsive bid or highest rated responsive bid (as the case may be).

JV Partner (Name of Company):

_____________________________________________________

Authorized Representative of the JV Partner: (Per attached Secretary’s Certificate)

__________________________________________

Name __________________________________________

Designation

That furthermore, the parties agree to be bound jointly and severally under the said Joint Venture Agreement;

THAT Finally, failure on our part of enter into the Joint Venture and/or sign the Joint Venture Agreement for any reason after the Notice of Award has been issued by shall be a

ground for non-issuance by ICT Office of the Notice to Proceed, forfeiture of our bid security and such other administrative and/or civil liabilities as may be imposed by ICT Office under the

provisions of R.A. 9184 and its Revised IRR, without any liability on the part of ICT Office.

This Undertaking shall form an integral part of our Eligibility documents for the above-cited

project.

IN WITNESS WHEREOF, the parties have signed this Protocol/Undertaking on the date first

above-written.

Bidder’s Representative/Authorized Signatory

[JURAT]

SUBSCRIBED AND SWORN TO BEFORE ME this ____________day of ______________at

_________________, Philippines. Affiant exhibited to me his/her competent Evidence of Identity (as defined by 2004 Rules on Notarial Practice issued ____________________at

________________________, Philippines.

Doc. No. _______

Page No._______ Book No._______

Series of_______

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

ICT OFFICE BAC4IGOV CHECKLIST OF REQUIREMENTS FOR BIDDERS

Name of Company :_______________________________

Project : PROCUREMENT OF CONSULTANCY SERVICES FOR TECHNICAL AND DEVELOPMENT STAFF AUGMENTATION SERVICES PLATFORM

Bid Ref No. BAC4IGOV-2015-06-012

Bid Ref No. BAC4IGOV-2015-06-012

APPROVED BUDGET FOR THE CONTRACT : PhP53,360,000.00

Ref.

No. Particulars

ELIGIBILITY DOCUMENTS

CLASS “A” DOCUMENTS

12.1 Legal Documents

i. Registration certificate from the Securities and Exchange Commission (SEC),

Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives

ii. Business/Mayor's permit for 2015 issued by the city or municipality where the principal place of business of the prospective bidder is located

iii. Valid and Current Tax Clearance per Executive Order 398, Series of 2005, as

finally reviewed and approved by the BIR.

Technical Documents

iv. Eligibility Documents Submission Form

v. Statement of the prospective bidder of all its ongoing and completed government

and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid,

within the relevant period provided in the EDS. The statement shall include, for each contract, the following:

a) the name and location of the contract;

b) date of award of the contract; c) type and brief description of consulting services;

d) consultant’s role (whether main consultant, subcontractor, or partner in a JV)

e) amount of contract;

f) contract duration; and g) certificate of satisfactory completion or equivalent document specified in

the EDS issued by the client, in the case of a completed contract;

vi. Statement of Single Largest Completed Contract within the last five (5) years of

similar nature amounting to at least fifty percent (50%) of the ABC

vii. Certificate of Performance Evaluation issued by the bidder’s client for the Single Largest Contract of similar nature

viii. Certificate of Net Financial Contracting Capacity

ix. Statement of the consultant specifying its nationality and confirming that those who will actually perform the service are registered professionals authorized by

the appropriate regulatory body to practice those professions and allied

BAC4IGOV-2015-06-012

INFORMATION AND COMMUNICATIONS TECHNOLOGY OFFICE

ICTO Building, C.P. Garcia Avenue, Diliman, Quezon City 1101, Philippines +63 (02) 920-0101

professions in accordance with Clause 1.2.

Financial Document

x. The consultant’s audited financial statements, showing, among others, the consultant’s total and current assets and liabilities, stamped “received” by the BIR

or its duly accredited and authorized institutions, for the preceding calendar year

which should not be earlier than two (2) years from the date of bid submission

CLASS “B” DOCUMENTS (FOR JOINT VENTURE)

i. For Joint Ventures, bidder to submit either:

1. Copy of the JOINT VENTURE AGREEMENT (JVA) in case the joint venture is already in existence, or

2. Copy of Protocol / Undertaking of Agreement to Enter into Joint Venture signed by all the potential join venture partners, stating that they will enter

into and abide by the provisions of the JVA in the instance that the bid is

successful. (Annex III) The JVA or the Protocol/Undertaking of Agreement to Enter into Joint

Venture (Annex III) must include/specify the company/partner and the name of the office designated as authorized representative of the Joint

Venture.

For Joint Venture, the following documents must likewise be submitted: (a) For Joint Venture Between Two (2) Local Companies, each partner

should submit: 3. Registration Certificate from the Securities and Exchange Commission (SEC)

for corporations, Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives;

1. Business/Mayor's permit for 2015 issued by the city or municipality where the

principal place of business of the prospective bidder is located; 2. Valid and Current Tax Clearance per Executive Order 398, Series of 2005, as

finally reviewed and approved by the BIR.

For item (iv) to (vii) of the required eligibility documents, submission by any of the Joint Venture partner constitutes compliance.

NOTE:

In case of inconsistency between the Checklist of Requirements for Bidders and the provisions in the Instruction to Bidders/Bid Data Sheet, the Instruction

to Bidders/Bid Data Sheet shall prevail