Sie sind auf Seite 1von 39

1

BIDDING DOCUMENTS
Selection of System Integrator for Design,
Implementation, Operation and Maintenance
of Integrated Enhanced Customs Processing
System and National Single Window for the
Government of the Philippines:
Component I: Design, Implementation, Operation and Maintenance
of Enhanced Customs Processing System for the Bureau of Customs;
and
Component II: Development and Operationalization of Philippine
National Single Window Phase 2 Project for the Government of the
Philippines
for the
BUREAU OF CUSTOMS (BOC)
2
TABLE OF CONTENTS
PART I
CHECKLISTOF ELIGIBILITYOF REQUIREMENTS............................. 3
BRIEF DESCRIPTIONOF THEPROJECT.................................................. 9
SECTION I. REQUEST FOR EXPRESSION OF INTEREST........................................ 4
SECTION II. ELIGIBILITY DOCUMENTS............................................................... 9
SECTION III. ELIGIBILITY DATA SHEET........................................................... 16
SECTION IV. BIDDING FORMS..................................................................30
3
CHECKLISTOF ELIBILITYREQUIREMENTS
I. Class A Documents
Legal Documents
1. Registration certificate from:
Securities and Exchange Commission (SEC) - for partnerships/corporations;
or
Department of Trade and Industry (DTI) - for sole proprietorship; or
Cooperative Development Authority (CDA) for cooperatives.
2. Mayors permit issued by the city or municipality where the principal place of
business of the prospective bidder is located;
3. Tax clearance per Executive Order 398, Series of 2005, as finally reviewed and
approved by the BIR.
Technical Documents
4. Statement of Completed Contracts (Use Annex D)
5. Consultants Project References (Use Annex D.1)
6. Certificate of Good Standing and Satisfactory Completion or equivalent
document
7. Statement of Ongoing and Awarded But Not Yet Started Contracts
(Use Annex E)
8. Statement of the Consultants Nationality (Use Annex B)
9. Curriculum Vitae for the Proposed Professional Staff (Use Annex C)
Financial Document
10. Audited Financial Statements (AFS) for year 2013.
II. Class B Document
Legal Documents
11. Valid Joint Venture Agreement (JVA) if JV is in existence or 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.
4
BRIEF PROJECT DESCRIPTION
The Integrated Enhanced Electronic Customs Processing System and National Single
Window Phase 2 Project aims to achieve a fully electronic, paperless, man contact-
free processing of Customs transactions while allowing traders a single submission of
data and information, and for the Bureau of Customs a single and synchronous
processing of data and information and a single decision-making point for Customs
release and clearance of cargo.
5
Section I. Request for Expression of Interest
6
REQUEST FOR EXPRESSION OF INTEREST
FOR THE
Selection of System Integrator for Design, Implementation, Operation and
Maintenance of Integrated Enhanced Customs Processing System and
National Single Window for the Government of the Philippines:
Component I : Design, Implementation, Operation and Maintenance of
Enhanced Customs Processing System for the Bureau of Customs and;
Component II : Development and Operationalization of Philippine National
Single Window Phase 2 Project for the Government of the Philippines
The Department of Budget and Management Procurement Service (DBM-PS), through the
Bureau of Customs under the GAA 2010 and 2012 intends to apply the sum of
P650,000,000.00 being the Approved Budget for the Contract (ABC) to payments under the
contract for the Integrated Enhanced Customs Processing System and National Single
Window Phase 2 Project / PB No. 2014-082. Bids received in excess of the ABC shall be
automatically rejected at the opening of the financial proposals.
The Department of Budget and Management Procurement Service (DBM-PS) now calls
for the submission of eligibility documents for the Selection of System Integrator for Design,
Implementation, Operation and Maintenance of Integrated Enhanced Customs Processing
System and National Single Window for the Government of the Philippines: (Component
I: Design, Implementation, Operation and Maintenance of Enhanced Customs Processing
System for the Bureau of Customs and; Component II: Development and Operationalization
of Philippine National Single Window Phase 2 Project for the Government of the Philippines)
inclusive of implementing and Consulting Services. The BAC shall hold a Preliminary
Meeting to discuss the terms and conditions under the REI on October 21, 2014, 3:00PM.
Interested consultants must submit their eligibility documents on or before October 28, 2014,
01:00PM at PS Conference Room, DBM Compound, RR Road, Cristobal Street, Paco,
Manila. Applications for eligibility will be evaluated based on a non-discretionary pass/fail
criterion.
The BAC shall draw up the short list of consultants from those who have submitted eligibility
documents/Expression of Interest 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 five (5) prospective bidders who will be entitled to submit bids. The criteria and
rating system for short listing are:
a. Applicable Experience of the Firm; (50%)
b. Qualification of personnel who may be assigned to the job vis--vis extent and
complexity of the undertaking; (30%) and
7
c. Current workload relative to capacity (20%).
Applicable Experience pertains to experience of the consultant and members in case of
joint ventures, considering the overall experiences of the firm;
Qualification of personnel pertains to the personnel who may be assigned to the job vis--
vis extent and complexity of the undertaking;
Job Capacity means the absorptive capacity of the Applicant to do additional works other
than those currently undertaken.
The Rating multiplied by their respective Weights gives the weighted Scores. These
are added to determine the total points for the Applicant. The Applicants shall then be ranked
according to their Total Points and the top five (5) shall be considered as the short list
and qualify them to bid for the contemplated contract. Should less than the required number
apply for eligibility and short listing, pass the eligibility check, and/or pass the minimum
score required in the short listing, the BAC shall consider the same. Further, Applicants must
have a minimum of SIXTY (60) POINTS for each of the above three criteria and must have a
weighted score of SEVENTY (70) POINTS to qualify for short listing.
Prospective bidders must have no pending case or complaint filed against them with the
courts, quasi-judicial body or any other government agency or instrumentalities that arose
due to any violations of the Procurement Law or R.A. 9184. In the case of a JV with a foreign
partner, the foreign JV partner should also have no pending cases filed against their company
and any of their officers with the DBM-PS, BOC and other government agencies regarding
blacklisting of their company due to any illegal conduct of their business in the Philippines
and abroad for the past 3 years.
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.
The Procuring Entity shall evaluate bids using the Quality Based Evaluation/Selection
(QBE/QBS) procedure. The criteria and rating system for the evaluation of bids shall be
provided in the Instructions to Bidders.
The contract shall be completed within Twenty Four (24) months from effective date
indicated in the Notice to Proceed (NTP).
The Department of Budget and Management Procurement Service (DBM-PS) 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.
8
For further information, please refer to:
The BAC Secretariat Office
DBM Compound, RR Road,
Cristobal St., Paco Manila
bacsec@procurementservice.gov.ph
561-7025 / 689-7750 loc. 4017
October 15, 2014
(Sgd.) DIR. ROSA MARIA CLEMENTE
Chairman, BAC III
9
Section II. Eligibility Documents
10
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 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.
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
11
(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) Mayors permit issued by the city or municipality where the
principal place of business of the prospective bidder is located;
(iii) Tax clearance per Executive Order 398, Series of 2005, as
finally reviewed and approved by the BIR.
Technical Documents
(iv) Statement of the prospective bidder of all its ongoing and
completed government and private contracts, including
contracts awarded but not yet started, if any, whether similar or
not similar in nature and complexity to the contract to be bid,
within the relevant period provided in the EDS. The statement
shall include, for each contract, the following:
(iv.1) the name and location of the contract;
(iv.2) date of award of the contract;
(iv.3) type and brief description of consulting services;
(iv.4) consultants role (whether main consultant,
subcontractor, or partner in a JV)
(iv.5) amount of contract;
(iv.6) contract duration; and
(iv.7) certificate of satisfactory completion or equivalent
document specified in the EDS issued by the client, in
the case of a completed contract;
(v) Statement of the consultant specifying its nationality and
confirming that those who will actually perform the service are
registered professionals authorized by the appropriate
regulatory body to practice those professions and allied
professions in accordance with Clause 1.2.
Financial Document
(vi) The consultants audited financial statements, showing, among
others, the consultants 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.
12
(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 consultants 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.
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.
13
4. Sealing and Marking of Eligibility Documents
4.1. Unless otherwise indicated in the EDS, prospective bidders shall enclose their
original eligibility documents described in Clause 2.1, in a sealed envelope
marked ORIGINAL ELIGIBILITY DOCUMENTS. Each copy of shall
be similarly sealed duly marking the envelopes as COPY NO. ___ -
ELIGIBILITY DOCUMENTS. These envelopes containing the original and
the copies shall then be enclosed in one single envelope.
4.2. The original and the number of copies of the eligibility documents as indicated
in the EDS shall be typed or written in indelible ink and shall be signed by the
prospective bidder or its duly authorized representative/s.
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 Entitys 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 Entitys 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
14
marked as ELIGIBILITY MODIFICATION and stamped received by the
BAC. Modifications received after the applicable deadline shall not be
considered and shall be returned to the prospective bidder unopened.
7.2. A prospective bidder may, through a letter of withdrawal, withdraw its
eligibility documents after it has been submitted, for valid and justifiable
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 Entitys 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 bidders
representative is present during the opening, the original eligibility documents
and all copies thereof shall be returned to the representative during the
opening of eligibility documents. If no representative is present, the eligibility
documents shall be returned unopened by registered mail.
8.3. A prospective bidder determined as ineligible has seven (7) calendar days
upon written notice or, if present at the time of the opening of eligibility
documents, upon verbal notification, within which to file a request for
reconsideration with the BAC: Provided, however, that the request for
reconsideration shall not be granted if it is established that the finding of
failure is due to the fault of the prospective bidder concerned: Provided,
further, that the BAC shall decide on the request for reconsideration within
seven (7) calendar days from receipt thereof. If a failed prospective bidder
signifies 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:
15
(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--vis a checklist of the required documents.
8.5. The eligibility of each prospective bidder shall be determined by examining
each bidders eligibility requirements or statements against a checklist of
requirements, using non-discretionary pass/fail criterion, as stated in the
Request for Expression of Interest, and shall be determined as either eligible
or ineligible. If a prospective bidder submits the specific eligibility
document required, he shall be rated passed for that particular requirement.
In this regard, failure to submit a requirement, or an incomplete or patently
insufficient submission, shall be considered failed for the particular
eligibility requirement concerned. If a prospective bidder is rated passed for
all the eligibility requirements, he shall be considered eligible to participate in
the bidding, and the BAC shall mark the set of eligibility documents of the
prospective bidder concerned as eligible. If a prospective bidder is rated
failed in any of the eligibility requirements, he shall be considered ineligible
to participate in the bidding, and the BAC shall mark the set of eligibility
documents of the prospective bidder concerned as ineligible. In either case,
the BAC chairperson or his duly designated authority shall countersign the
markings.
9. Short Listing of Consultants
9.1. Only prospective bidders whose submitted contracts are similar in nature and
complexity to the contract to be bid as provided in the EDS shall be
considered for short listing.
9.2. The BAC of the Procuring Entity shall draw up the short list of prospective
bidders from those declared eligible using the detailed set of criteria and rating
system to be used specified in the EDS.
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.
16
Section III. Eligibility Data Sheet
17
Eligibility Data Sheet
Eligibility
Documents
1.2 No further instructions.
1.3 Direct participation of foreign entities is not allowed.
2.1(a)(i)(i) No additional Requirements.
2.1(a)(iv) The statement of all ongoing and completed government and private
contracts shall include all such contracts within last ten years prior to the
deadline for the submission and receipt of eligibility documents.
Attached as Annexes D and E in Section IV. Bidding Forms are the
standard forms for this requirement including the instructions and
guidelines in the accomplishment of said forms.
2.1(a)(iv.7) Proponent must show certification or any equivalent document from each
of their client, as stated in the Statement of Completed Contracts form,
that they are in good standing and have implemented similar projects
(clause 9.1) to their clients expectation. This particular requirement of
submitting certification or equivalent document shall only apply to
contracts that are similar in nature to the project at hand.
The documents must be in English. A translation of the documents in
English certified by the appropriate embassy or consulate in the
Philippines must accompany said documents if they are in other foreign
language.
A translation of the documents in English certified by the Philippine
Embassy/ Consulate in the country where the document is coming from
shall likewise be accepted.
4.2 Each prospective bidder shall submit one (1) original and one (1)
additional copy of its eligibility documents.
4.3(c) Department of Budget and Management Procurement Service Bids and
Awards Committee (DBM-PS BAC) Bidding Room A, 2
nd
Floor PS
Bldg., Cristobal Street, Paco, Manila
4.3(d) Name of the Project: Integrated Enhanced Customs Processing System
and National Single Window Phase 2 Project.
Brief Description of Services: Selection of System Integrator for Design,
Implementation, Operation and Maintenance of Integrated Enhanced
Customs Processing System and National Single Window for the
Government of the Philippines
18
5 Department of Budget and Management Procurement Service Bids and
Awards Committee (DBM-PS BAC) Bidding Room A, 2
nd
Floor PS
Bldg., Cristobal Street, Paco, Manila
8.1 The place of opening of eligibility documents is Department of Budget
and Management Procurement Service Bids and Awards Committee
(DBM-PS BAC) Bidding Room A, 2
nd
Floor PS Bldg., Cristobal Street,
Paco, Manila.
The date and time of opening of eligibility documents is October 28,
2014, 01:00PM.
9.1
Bidder should comply with the following requirements:
(a) The Bidder must have completed by itself, or through member
firms, if a JV, as a Solutions Provider (SP), provided that the SP
has at least 40% ownership of the JV, at least two similar contracts
of Integrated Customs Processing System and Single Window
projects within the last ten (10) years prior to the date of
submission and receipt of bids, and whose aggregate value,
adjusted to current prices using the National Statistics Office
consumer price indices, must be at least two hundred percent
(200%) of the ABC;
(b) The largest of the similar contract must be equivalent to 100% of
the ABC;
(c) The SP must own the solution to be implemented; and
(d) The Bidder must submit the following certifications:
(i) ISO 9001:2008 for Quality Management
(ii) ISO/IEC 27001:2005 for Information Security
Management
(iii) ISO/IEC 20000-1:2011 for IT Service Management
(iv) ISO 29990:2010 for Training Services
(v) CMMI Level 3 (Capability Maturity Model Integration)
For this purpose, similar contracts shall refer to an Integrated Customs
Processing System and Single Window project at National level or Trans-
National level.
An SP is a systems integrator, hardware solutions provider, operations
and/or service maintenance provider, among others, of an ICT System.
Failure of the bidder to submit the certifications in Item D above shall
result to disqualification.
9.2
Evaluation Criteria for Short listing of bidders for the Selection of System
Integrator for Design, Implementation, Operation and Maintenance of
Integrated Enhanced Customs Processing System and National Single
Window for the Government of the Philippines:
Component I : Design, Implementation, Operation and Maintenance of
Enhanced Customs Processing System for the Bureau of Customs; and
19
Component II : Development and Operationalization of Philippine National
Single Window Phase 2 Project for the Government of the Philippines
Shortlisting Evaluation
Criteria
Criteria Score % % % Pts
Applicable experience of the consultant and
members in case of joint ventures, considering
both overall experiences of the company
50
I. Firms Qualification 40
A. Must have at least five (5) years
experience in the design, implementation,
operation and/or maintenance of Web-
based and integrated IT systems for
Customs Administration (Import and
Export, Formal//Informal Entries, e-
Payment, Hold and Alert, Trans-shipment
Entries, Custom Bonded Warehouse,
Value Reference System, Client Profile
Registration, Risk Management, Post
Entry Audit, Legal/Case Management,
Executive Dashboard) and Single Window
at National or Trans-National level.
60
9 and above 100
6 - 8 85
5 70
4 and below 0
B. No. of similar projects at:
40
b.1 trans-national level 60
3 and above
100
2
85
1
70
0
0
b.2 national level
40
3 and above
100
2
85
1
70
0
0
II. Work Experience 60
A. Single largest similar project from 2009 to
2014 (completed)
40
> 100% of the ABC 100
100% of the ABC 70
below 100% of the ABC 50
B. No of similar projects from 2009 to 2014
(completed)
40
b.1 trans-national level 60
6 & above
100
20
4 - 5
85
3
70
1 - 2
50
0
0
b.2 national level
40
6 & above
100
4 - 5
85
3 70
1 - 2 50
0 0
C. Total value of projects from 2009 to 2014
(completed )
20
> 100% of the ABC 100
100% of the ABC 70
below 100% of the ABC 50
D. Total No. of projects from 2009 to 2014
(completed )
20
b.1 trans-national level 60
6 & above 100
4 - 5 85
3 70
1 to 2 50
0 0
b.2 national level 40
6 & above 100
4 - 5 85
3 70
1 to 2 50
0 0
Qualification of Key Personnel 30
A. Resident Project Manager 5
1. Education 15
PhD (IT Related) 100
With PhD Units (IT-Related) 95
Masters Degree (IT-Related) 90
With Masters Degree Units (IT-
Related)
85
Bachelors Degree (IT-Related) 80
PhD (Non-IT) 75
With PhD Units (Non-IT) 60
Masters Degree (Non-IT) 55
With Masters Degree Units (Non-
IT)
50
Bachelors Degree (Non-IT) 45
2. Experience in ICT Project Management
as Lead / Deputy
45
7 yrs and above 100
5 to 6 yrs 85
3 to 4 yrs 70
21
1 to 2 50
0 0
3. Trainings Attended on ICT or Project
Management
20
161 man-hours and above 100
121 to 160 man-hours 90
81 to 120 man-hours 80
40 to 80 man-hours 70
less than 40 man-hours 50
4. Credentials / Certifications related to
ICT or Project Management
15
4 and above 100
2 to 3 85
1 70
0 0
5. Experience in Customs IT Systems 5
4 and above 100
2 to 3 85
1 70
0 0
B. Domain Expert: Customs Specialist 3
1. Education 10
PhD (IT Related) 100
With PhD Units (IT-Related) 95
Masters Degree (IT-Related) 90
With Masters Degree Units (IT-
Related)
85
Bachelors Degree (IT-Related) 80
PhD (Non-IT) 75
With PhD Units (Non-IT) 60
Masters Degree (Non-IT) 55
With Masters Degree Units (Non-
IT)
50
Bachelors Degree (Non-IT) 45
2. Experience in Customs Business
Process
70
7 yrs and above 100
5 to 6 yrs 85
3 to 4 yrs 70
1 to 2 50
0 0
3. Trainings Attended on ICT or Customs
Business Process
10
161 man-hours and above 100
121 to 160 man-hours 90
81 to 120 man-hours 80
40 to 80 man-hours 70
less than 40 man-hours 50
4. Credentials / Certifications related to
ICT or Customs Business Process
5
22
4 and above 100
2 to 3 85
1 70
0 0
5. Experience in Customs IT Systems 5
4 and above 100
2 to 3 85
1 70
0 0
C. Application Development Lead 4
1. Education 20
PhD (IT Related) 100
With PhD Units (IT-Related) 95
Masters Degree (IT-Related) 90
With Masters Degree Units (IT-
Related)
85
Bachelors Degree (IT-Related) 80
PhD (Non-IT) 75
With PhD Units (Non-IT) 60
Masters Degree (Non-IT) 55
With Masters Degree Units (Non-
IT)
50
Bachelors Degree (Non-IT) 45
2. Experience in Application
Development as Lead/Deputy
45
7 yrs and above 100
5 to 6 yrs 85
3 to 4 yrs 70
1 to 2 50
0 0
3. ICT Trainings Attended 20
161 man-hours and above 100
121 to 160 man-hours 90
81 to 120 man-hours 80
40 to 80 man-hours 70
less than 40 man-hours 50
4. Credentials / Certifications related to
ICT
10
4 and above 100
2 to 3 85
1 70
0 0
5. Experience in Customs IT Systems 5
4 and above 100
2 to 3 85
1 70
0 0
D. System Integration / Implementation Lead 4
1. Education 20
23
PhD (IT Related) 100
With PhD Units (IT-Related) 95
Masters Degree (IT-Related) 90
With Masters Degree Units (IT-
Related)
85
Bachelors Degree (IT-Related) 80
PhD (Non-IT) 75
With PhD Units (Non-IT) 60
Masters Degree (Non-IT) 55
With Masters Degree Units (Non-
IT)
50
Bachelors Degree (Non-IT) 45
2. Experience in IT System
Implementation and Integration
45
7 yrs and above 100
5 to 6 yrs 85
3 to 4 yrs 70
1 to 2 50
0 0
3. ICT Trainings Attended 20
161 man-hours and above 100
121 to 160 man-hours 90
81 to 120 man-hours 80
40 to 80 man-hours 70
less than 40 man-hours 50
4. Credentials / Certifications related to
ICT
10
4 and above 100
2 to 3 85
1 70
0 0
5. Experience in Customs IT Systems 5
4 and above 100
2 to 3 85
1 70
0 0
E. Quality Assurance Lead 2
1. Education 25
PhD (IT Related) 100
With PhD Units (IT-Related) 95
Masters Degree (IT-Related) 90
With Masters Degree Units (IT-
Related)
85
Bachelors Degree (IT-Related) 80
PhD (Non-IT) 75
With PhD Units (Non-IT) 60
Masters Degree (Non-IT) 55
With Masters Degree Units (Non-
IT)
50
Bachelors Degree (Non-IT) 45
24
2. Experience in IT systems testing and
quality assurance
45
7 yrs and above 100
5 to 6 yrs 85
3 to 4 yrs 70
1 to 2 50
0 0
3. IT Quality Assurance or IT Trainings
Attended
20
161 man-hours and above 100
121 to 160 man-hours 90
81 to 120 man-hours 80
40 to 80 man-hours 70
less than 40 man-hours 50
4. Credentials / Certifications related to
Quality Assurance or IT
5
4 and above 100
2 to 3 85
1 70
0 0
5. Experience in Customs IT Systems 5
4 and above 100
2 to 3 85
1 70
0 0
F. Training / Change Management Lead 2
1. Education 15
With PhD Units (IT-Related) 95
Masters Degree (IT-Related) 90
With Masters Degree Units (IT-
Related)
85
Bachelors Degree (IT-Related) 80
PhD (Non-IT) 75
With PhD Units (Non-IT) 60
Masters Degree (Non-IT) 55
With Masters Degree Units (Non-
IT)
50
Bachelors Degree (Non-IT) 45
2. Experience in organizational
development, capacity building or
people change management related
activities
55
7 yrs and above 100
5 to 6 yrs 85
3 to 4 yrs 70
1 to 2 yrs 50
0 0
3. Trainings related to Change
Management or ICT
15
161 man-hours and above 100
121 to 160 man-hours 90
25
81 to 120 man-hours 80
40 to 80 man-hours 70
less than 40 man-hours 50
4. Credentials / Certifications related to
Change Management or ICT
5
4 and above 100
2 to 3 90
1 70
0 0
5. Experience in Customs IT Systems 5
4 and above 100
2 to 3 85
1 70
0 0
G. ICT Infrastructure Implementation
Manager / Solutions Architect
4
1. Education 25
PhD (IT Related) 100
With PhD Units (IT-Related) 95
Masters Degree (IT-Related) 90
With Masters Degree Units (IT-
Related)
85
Bachelors Degree (IT-Related) 80
PhD (Non-IT) 75
With PhD Units (Non-IT) 60
Masters Degree (Non-IT) 55
With Masters Degree Units (Non-
IT)
50
Bachelors Degree (Non-IT) 45
2. Experience in IT infrastructure design,
implementation and management
related activities
45
7 yrs and above 100
5 to 6 yrs 85
3 to 4 yrs 70
1 to 2 yrs 50
0 0
3. Infrastructure Implementation or ICT
Trainings Attended
20
161 man-hours and above 100
121 to 160 man-hours 90
81 to 120 man-hours 80
40 to 80 man-hours 70
less than 40 man-hours 60
4. Credentials / Certifications related to
Infrastructure Implementation or ICT
5
4 and above 100
2 to 3 85
1 70
0 0
26
H. IT Security Lead 3
1. Education 15
PhD (IT Related) 100
With PhD Units (IT-Related) 95
Masters Degree (IT-Related) 90
With Masters Degree Units (IT-
Related)
85
Bachelors Degree (IT-Related) 80
PhD (Non-IT) 75
With PhD Units (Non-IT) 60
Masters Degree (Non-IT) 55
With Masters Degree Units (Non-
IT)
50
Bachelors Degree (Non-IT) 45
2. Experience in IT security
infrastructure and solutions design,
implementation and management
related activities
55
7 yrs and above 100
5 to 6 yrs 85
3 to 4 yrs 70
1 to 2 yrs 50
0 0
3. IT Security Trainings Attended 20
161 man-hours and above 100
121 to 160 man-hours 90
81 to 120 man-hours 80
40 to 80 man-hours 70
less than 40 man-hours 60
4. Credentials / Certifications related to
IT Security
5
4 and above 100
2 to 3 85
1 70
0 0
5. Experience in Customs IT Systems 5
4 and above 100
2 to 3 85
1 70
0 0
I. Database Administrator (DBA) 3
1. Education 10
PhD (IT Related) 100
With PhD Units (IT-Related) 95
Masters Degree (IT-Related) 90
With Masters Degree Units (IT-
Related)
85
Bachelors Degree (IT-Related) 80
PhD (Non-IT) 75
27
With PhD Units (Non-IT) 60
Masters Degree (Non-IT) 55
With Masters Degree Units (Non-
IT)
50
Bachelors Degree (Non-IT) 45
2. Experience in Database systems
design, implementation and
management
55
7 yrs and above 100
5 to 6 yrs 85
3 to 4 yrs 70
1 to 2 yrs 50
0 0
3. Database Administration Trainings
Attended
15
161 man-hours and above 100
121 to 160 man-hours 90
81 to 120 man-hours 80
40 to 80 man-hours 70
less than 40 man-hours 60
0 0
4. Credentials / Certifications related to
Database Administration
15
4 and above 100
2 to 3 85
1 70
0 0
5. Experience in Customs IT Systems 5
4 and above 100
2 to 3 85
1 70
0 0
Current Workload 20
A. Current Project Workload 60
0 to 1 100
2 to 3 85
4 and above 70
B. Financial Capacity 40
more than the ABC 100
100% of the ABC 70
below 100% of the ABC 55
Total 100
The project references provided by the bidders should clearly indicate
the following minimum details in Description of Actual Services
Provided by Your Staff in Annex D.1: (i) functionality of similar
systems implemented by the bidders, (ii) size of the implemented systems
(number of users, geographical spread), (iii) number of years system is
in use and related functionality used by the clients, (iv) value of the
28
project including breakup of cost for implementation phase and
maintenance phase)
The project references provided by the bidders should clearly indicate
the following minimum details in Description of Actual Services
Provided by Your Staff in Annex D.1: (i) specific application software
for which IT infrastructure solution was implemented, (ii) total number
of users and concurrent users supported by the system (geographical
spread national level), (iii) IT infrastructure solution components
implemented by the bidder, (iv) specific scope of services provided by
the bidder etc.)
NOTES:
1. Based on the above criteria, the bidders shall be ranked
according to their total equivalent points.
2. Only the top five (5) bidders meeting the cut-off score of seventy
(70) points shall be included in the shortlist.
3. One person per key position.
4. The table below shows the key positions, with the corresponding
nationality.
Key Position Nationality
Resident Project Manager Domestic / Foreign
Position
Application Development Lead
Domestic / Foreign
Position
Domain Expert: Customs
Specialist
Domestic / Foreign
Position
System Integrator /
Implementation Lead
Domestic / Foreign
Position
Quality Assurance Lead
Domestic / Foreign
Position
Training and Change
Management Lead
Domestic / Foreign
Position
ICT Infrastructure / Solutions
Architect
Domestic / Foreign
Position
IT Security Lead Domestic / Foreign
Position
29
Database Administrator Domestic / Foreign
Position
30
Section IV. Bidding Forms
Eligibility Documents Submission Form (Annex A)............................................................ 31
Statement of the Consultants Nationality (Annex B) ......................................................... 32
Format of Curriculum Vitae (CV) for Proposed Professional Staff (Annex C) ............... 34
Statement of Completed Contracts (Annex D)................................................................... 36
Consultants Project References (Annex D.1)..............................................................37
Statement of (i) Ongoing Contracts and (ii) Awarded But Not Yet Started Contracts
(Annex E) ................................................................................................................................38
31
(ANNEXA)
ELIGIBILITY DOCUMENTS SUBMISSION FORM
[Date]
[Name and address of the Procuring Entity]
Ladies/Gentlemen:
In connection with your Request for Expression of Interest dated [insert date] for
[Title of Project], [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 Entitys 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
32
(ANNEX B)
STATEMENT OF THE CONSULTANTS NATIONALITY
[Name and address of the Procuring Entity]
Ladies/Gentlemen:
In compliance with the requirements of the Department of Budget and Management
Bids and Awards Committee (DBM-PS BAC) for the bidding of the (Name of the
Project/Public Bidding No. __), I/we hereby declare the following:
1. [Select one and delete the rest].
[If domestic entity bidder] That (Name of the bidder) is a domestic sole
proprietorship/partnership/corporation/joint venture organized or formed under the
laws of the Philippines;
[If foreign entity bidder] That (Name of the bidder) is a foreign sole
proprietorship/partnership/corporation/joint venture organized or formed under the
laws of the (Name of the country);
[If foreign entity bidder] That (Name of the bidder) is registered with the Securities
and Exchange Commission and/or any agency authorized by the laws of the
Philippines;
2. That the following are/is the proposed Consultants:
Name of Proposed
Consultant
Proposed Position Nationality Proof of Identification
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
33
3. That attached herewith are the Curriculum Vitae of the abovementioned personnel
(Annex/es ____); and
4. That the undersigned is/are the authorized representative/s for this public bidding as
evidenced by herewith attached notarized authority.
Very truly yours,
Signature: ____________________________
Name and Title of Authorized Signatory: _________________________
Name of Consultant/Company: __________________________
Address: _______________________Contact No/s.__________________
34
(ANNEXC)
FORMAT OF CURRICULUMVITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
Proposed Position:
Name of Firm:
Name of Staff:
Profession:
Date of Birth:
Years with Firm/Entity: Nationality:
Membership in Professional Societies:
Detailed Tasks Assigned:
Key Qualifications:
[Give an outline of staff members experience and training most pertinent to tasks on project. Describe degree
of responsibility held by staff member on relevant previous projects and give dates and locations. Use about
half a page.]
Education:
[Summarize college/university and other specialized education of staff members, giving names of schools, dates
attended, and degrees obtained. Use about one quarter of a page.]
35
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by staff
member since graduation, giving dates, names of employing organizations, titles of positions held, and locations
of projects. For experience in last ten years, also give types of activities performed and client references, where
appropriate. Use about two pages.]
Languages:
[For each language, indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications, and my experience.
Date:
[Signature of staff member and authorized representative of the firm] Day/Month/Year
Full name of staff member: _______________________________________________
Full name of authorized representative:
36
STATEMENT OF COMPLETED CONTRACTS (ANNEXD)
This is to certify that (consultant) has the following completed contracts for the period CY 2004-2014:
Date of
Contract
Name of Contract
Location the of
Contract
Date of
Award of
Contract
Type and Brief
Description of
Consulting Service
Consultant is:
a. main consultant
b. subcontractor
c. partner in a JV
Amount of
Contract
Contract
Duration
Name and Signature of Authorized Date
Representative
*Instructions:
a) Cut-off date is May ___, 2014.
b) Name of Contract. Indicate here the Nature/ Scope of the Contract for the Procuring Entity to determine the relevance of the entry
with the Procurement at hand. Example: Supply and Delivery of Generator Set
c) Consultant is: . Indicate here whether the bidder is a main consultant, subcontractor or a partner in a Joint Venture.
37
CONSULTANTS PROJECT REFERENCES (ANNEXD.1)
Using the format below, provide information on similar projects and other ICT projects involving
similar services.
Project Name: Country:
Location within Country: Professional Staff Provided by
Your Firm/Entity(profiles):
Name of Client: N
o
of Staff:
Address: N
o
of Staff-Months; Duration of
Project:
Start Date (Month/Year): Completion Date
(Month/Year):
Approx. Value of Services (in
Current US$):
Name of Associated Consultants, if any: N
o
of Months of Professional
Staff Provided by Associated
Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions
Performed:
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:
38
Statement of (i) Ongoing Contracts and (ii) Awarded But Not Yet Started Contracts (ANNEX E)
This is to certify that (consultant) has the following ongoing and awarded but not yet started contracts:
Date of
Contract
Contracting
Party
Name of Contract
Type and
Brief
Description of
Consulting
Service
Amount of
Contract
Value of
Outstanding
Contract
Consultant is:
a. main consultant
b. subcontractor
c. partner in a JV
Name and Signature of Authorized Representative Date
*Instructions:
a) State all ongoing contracts including those awarded but not yet started (government and private contracts which may be similar or
not similar to the project called for bidding) as of:
i. Cut-off date is May ___, 2014.
ii. If there is no ongoing contract including awarded but not yet started as of the aforementioned period, state none or equivalent
term.
b) Value of Outstanding Contract. Indicate here the Value of the Contract that has not yet been accepted and paid by the End-user.
c) Consultant is: . Indicate here whether the bidder is a main consultant, subcontractor or a partner in a Joint Venture

Das könnte Ihnen auch gefallen