0% found this document useful (0 votes)
18 views44 pages

2024bid-Docs Fmis SGD

The Philippine Bidding Documents outline the procurement process for IT personnel services to customize the Financial Management Information System (FMIS) of an open-source ERP software, with a budget of Php11,595,833.33. Bidding is open to Filipino citizens and organizations, and the documents provide detailed instructions and requirements for bidders. Interested parties can obtain the bidding documents starting January 22, 2024, with a fee of Php12,500.00, and may also download them for free from the PhilGEPS and SEC websites.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
18 views44 pages

2024bid-Docs Fmis SGD

The Philippine Bidding Documents outline the procurement process for IT personnel services to customize the Financial Management Information System (FMIS) of an open-source ERP software, with a budget of Php11,595,833.33. Bidding is open to Filipino citizens and organizations, and the documents provide detailed instructions and requirements for bidders. Interested parties can obtain the bidding documents starting January 22, 2024, with a fee of Php12,500.00, and may also download them for free from the PhilGEPS and SEC websites.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 44

PHILIPPINE BIDDING DOCUMENTS

for the

PROCUREMENT OF SERVICES OF
VARIOUS IT PERSONNEL FOR THE
CUSTOMIZATION OF THE FINANCIAL
MANAGEMENT INFORMATION
SYSTEM (FMIS) OF AN OPEN-SOURCE
ENTERPRISE RESOURCE PLANNING
(ERP) SOFTWARE

Public Bidding No. 2024-003

Sixth Edition
July 2020
Preface
These Philippine Bidding Documents (PBDs) for the procurement of Goods through
Competitive Bidding have been prepared by the Government of the Philippines for use by any
branch, constitutional commission or office, agency, department, bureau, office, or
instrumentality of the Government of the Philippines, National Government Agencies,
including Government-Owned and/or Controlled Corporations, Government Financing
Institutions, State Universities and Colleges, and Local Government Unit. The procedures and
practices presented in this document have been developed through broad experience, and are
for mandatory use in projects that are financed in whole or in part by the Government of the
Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations of
Republic Act No. 9184.

The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract or Framework
Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expected
contract or Framework Agreement duration, the estimated quantity in the case of procurement
of goods, delivery schedule and/or time frame; and (iv) the obligations, duties, and/or functions
of the winning bidder.

Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Goods to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.

Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:

a. All the documents listed in the Table of Contents are normally required for the
procurement of Goods. However, they should be adapted as necessary to the
circumstances of the particular Procurement Project.

b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should contain
neither blank spaces nor options.

c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of
Contract, Schedule of Requirements, and Specifications are not part of the text
of the final document, although they contain instructions that the Procuring
Entity should strictly follow.
d. The cover should be modified as required to identify the Bidding Documents as
to the Procurement Project, Project Identification Number, and Procuring
Entity, in addition to the date of issue.

e. Modifications for specific Procurement Project details should be provided in the


Special Conditions of Contract as amendments to the Conditions of Contract.
For easy completion, whenever reference has to be made to specific clauses in
the Bid Data Sheet or Special Conditions of Contract, these terms shall be
printed in bold typeface on Sections I (Instructions to Bidders) and III (General
Conditions of Contract), respectively.

f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.

1
Table of Contents

Glossary of Acronyms, Terms, and Abbreviations ………………………….3


Section I. Invitation to Bid……………………………………………………..6
Section II. Instructions to Bidders…………………………………………...10
1. Scope of Bid ………………………………………………………………………. 11
2. Funding Information………………………………………………………………. 11
3. Bidding Requirements ……………………………………………………………. 11
4. Corrupt, Fraudulent, Collusive, and Coercive Practices………………………….. 11
5. Eligible Bidders…………………………………………………………………… 11
6. Origin of Goods ………………………………………………………………….. 12
7. Subcontracts ……………………………………………………………………… 12
8. Pre-Bid Conference ………………………………………………………………. 12
9. Clarification and Amendment of Bidding Documents …………………………… 12
10. Documents comprising the Bid: Eligibility and Technical Components ………….12
11. Documents comprising the Bid: Financial Component …………………………... 13
12. Bid Prices …………………………………………………………………………. 13
13. Bid and Payment Currencies ………………………………………………………13
14. Bid Security ………………………………………………………………………. 14
15. Sealing and Marking of Bids ………………………………………………………14
16. Deadline for Submission of Bids …………………………………………………. 14
17. Opening and Preliminary Examination of Bids ………………………………….. 14
18. Domestic Preference ……………………………………………………………… 15
19. Detailed Evaluation and Comparison of Bids ……………………………………. 15
20. Post-Qualification ………………………………………………………………… 15
21. Signing of the Contract …………………………………………………………… 16
Section III. Bid Data Sheet …………………………………………………..17
Section IV. General Conditions of Contract ……………………...………..19
1. Scope of Contract ………………………………………………………………… 20
2. Advance Payment and Terms of Payment ……………………………………….. 20
3. Performance Security ……………………………………………………………. 20
4. Inspection and Tests ……………………………………………………………… 20
5. Warranty …………………………………………………………………………. 21
6. Liability of the Supplier ………………………………………………………….. 21
Section V. Special Conditions of Contract ………………………………….22
Section VI. Schedule of Requirements ……………………………………....24
Section VII. Technical Specifications …………………………………………24
Section VIII. Checklist of Technical and Financial Documents …………..39

2
Glossary of Acronyms, Terms, and
Abbreviations
ABC – Approved Budget for the Contract.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to


and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who


submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical services
or special studies. (2016 revised IRR, Section 5[i])

CDA - Cooperative Development Authority.

Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier
or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;
Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for
Procurement of Consulting Services; as the case may be, as recorded in the Contract Form
signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein.

CIF – Cost Insurance and Freight.

CIP – Carriage and Insurance Paid.

CPI – Consumer Price Index.

DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”

3
DTI – Department of Trade and Industry.

EXW – Ex works.

FCA – “Free Carrier” shipping point.

FOB – “Free on Board” shipping point.

Foreign-funded Procurement or Foreign-Assisted Project– Refers to procurement whose


funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).

Framework Agreement – Refers to a written agreement between a procuring entity and a


supplier or service provider that identifies the terms and conditions, under which specific
purchases, otherwise known as “Call-Offs,” are made for the duration of the agreement. It is in
the nature of an option contract between the procuring entity and the bidder(s) granting the
procuring entity the option to either place an order for any of the goods or services identified
in the Framework Agreement List or not buy at all, within a minimum period of one (1) year
to a maximum period of three (3) years. (GPPB Resolution No. 27-2019)

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as the repair and maintenance of
equipment and furniture, as well as trucking, hauling, janitorial, security, and related or
analogous services, as well as procurement of materials and supplies provided by the Procuring
Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance
services, and other services essential to the operation of the Procuring Entity. (2016 revised
IRR, Section 5[r])

GOP – Government of the Philippines.

GPPB – Government Procurement Policy Board.

INCOTERMS – International Commercial Terms.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,


repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national

4
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,


infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by the agency
which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular
No. 06-2019 dated 17 July 2019)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

Supplier – refers to a citizen, or any corporate body or commercial company duly organized
and registered under the laws where it is established, habitually established in business and
engaged in the manufacture or sale of the merchandise or performance of the general services
covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019). Supplier
as used in these Bidding Documents may likewise refer to a distributor, manufacturer,
contractor, or consultant.

UN – United Nations.

5
Section I. Invitation to Bid
Notes on the Invitation to Bid
The Invitation to Bid (IB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The IB shall be posted in accordance with
Section 21.2 of the 2016 revised IRR of RA No. 9184.

Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:

a. The date of availability of the Bidding Documents, which shall be from the time the
IB is first advertised/posted until the deadline for the submission and receipt of bids;

b. The place where the Bidding Documents may be acquired or the website where it
may be downloaded;

c. The deadline for the submission and receipt of bids; and

d. Any important bid evaluation criteria (e.g., the application of a margin of preference
in bid evaluation).

The IB should be incorporated in the Bidding Documents. The information contained in the
IB must conform to the Bidding Documents and in particular to the relevant information in
the Bid Data Sheet.

6
INVITATION TO BID FOR THE PROCUREMENT OF SERVICES
OF VARIOUS IT PERSONNEL FOR THE CUSTOMIZATION OF
THE FINANCIAL MANAGEMENT INFORMATION SYSTEM
(FMIS) OF AN OPEN-SOURCE ENTERPRISE RESOURCE
PLANNING (ERP) SOFTWARE
1. The Securities and Exchange Commission (SEC), through the FY 2024 Annual
Operating Budget of SEC intends to apply the sum of Eleven Million Five Hundred
Ninety-Five Thousand Eight Hundred Thirty-Three Pesos and 33/100
(Php11,595,833.33) being the ABC to payments under the contract for the
Procurement Project under Public Bidding No. 2024-003. Bids received in excess of
the ABC shall be automatically rejected at bid opening.

2. The SEC now invites bids for the above Procurement Project. Delivery of the Services
is required in FY 2024 as specified in Section VI (Schedule of Requirements) of this
Bidding Document. Bidders should have completed, within five (5) years from the
date of submission and receipt of bids, a contract similar to the Project. The description
of an eligible bidder is contained in the Bidding Documents, particularly, in Section II
(Instructions to Bidders).

3. Bidding will be conducted through open competitive bidding procedures using a non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules
and Regulations (IRR) of Republic Act (RA) No. 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, and to citizens or organizations of a country
the laws or regulations of which grant similar rights or privileges to Filipino citizens,
pursuant to RA No. 5183.

4. Prospective Bidders may obtain further information from the SEC-BAC Secretariat and
inspect the Bidding Documents at the address given below from 9:00 a.m. to 4:00 p.m.

5. A complete set of Bidding Documents may be acquired by interested Bidders on 22


January 2024 from the given address and websites below and upon payment of the
applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by
the GPPB, in the amount of Php12,500.00. The Procuring Entity shall allow the bidder
to present its proof of payment for the fees which will be presented in person, by
facsimile, or through electronic means.

6. It may be downloaded free of charge from the Philippines Government Electronic


Procurement System (PhilGEPS) and SEC websites, provided that the bidders shall pay
the applicable fee for the Bidding Document not later than the submission of their bids.

7
The prospective bidders are advised to send an email at [email protected] to
request for the Payment Assessment Form (PAF), which shall be used for the payment
of the abovementioned applicable fee.

Payments should be done over the counter at any Landbank branch nationwide or
online through eSPAYSEC.

For over the counter payment at LandBank:

• Print 2 copies of PAF:


o 1 Client Copy
o 1 LandBank Copy
• Accomplish the onColl Payment slip per fund account as indicated on the
breakdown summary.
• Use the correct Fund Account and Account No. and provide the below
information:
o Reference Number 1 - PAF No.
o Reference Number 2 - Name of Payor appearing on the PAF
• Present OnColl Payment Slip, together with the PAF, to the LandBank Teller

For online payment:

• Access eSPAYSEC through the link below, enter PAF Reference Number,
select your payment:
https://www.sec.gov.ph/sec-paymentportal
• Enter PAF Reference Number
• Select preferred payment option:
o Debit/Credit Card
o Paymaya Wallet/GCash
• Enter email address and verification code
• Click proceed to payment

7. The SEC will hold a Pre-Bid Conference on 02 February 2024 (Friday), 10:00 a.m.
at The SEC Headquarters, 7907 Makati Ave., Salcedo Village, Bel-Air, Makati City
1209 and through video conferencing or webcasting via Zoom application, which shall
be open to prospective bidders.

8. Bids must be duly received by the BAC Secretariat through manual submission at the
office address indicated below on or before 16 February 2024 (Friday), 10:00 a.m.
Late bids shall not be accepted.

9. All Bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 14.

10. Bid opening shall be on 16 February 2024 (Friday), 10:15 a.m. at The SEC
Headquarters, 7907 Makati Ave., Salcedo Village, Bel-Air, Makati City 1209. Bids
will be opened in the presence of the bidders’ representatives who choose to attend the
activity.

8
11. The SEC reserves the right to reject any and all bids, declare a failure of bidding, or not
award the contract at any time prior to contract award in accordance with Sections 35.6
and 41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any liability
to the affected bidder or bidders.

12. For further information, please refer to:

Procurement Unit
7/F The SEC Headquarters, 7907 Makati Ave.
Salcedo Village, Bel-Air, Makati City 1209
Telephone Number: 8818-5330
Electronic Mail: [email protected]

13. You may visit the following websites:

https://www.sec.gov.ph
https://www.philgeps.gov.ph

25 January 2024

___________________________________
Armando A. Pan Jr.
BAC Chairman

9
Section II. Instructions to Bidders

Notes on the Instructions to Bidders


This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.

10
1. Scope of Bid
The Securities and Exchange Commission wishes to receive Bids for the Procurement
of Services of Various IT Personnel for the Customization of the Financial
Management Information System (FMIS) of an Open-Source Enterprise Resource
Planning (ERP) Software.

The Procurement Project (referred to herein as “Project”) is composed of one (1) lot,
the details of which are described in Section VII (Technical Specifications).

2. Funding Information
2.1. The GOP through the source of funding as indicated below for FY 2023 in the
amount of Eleven Million Five Hundred Ninety-Five Thousand Eight
Hundred Thirty-Three Pesos and 33/100 (Php11,595,833.33).

2.2. The source of funding is FY 2024 Annual Operating Budget of SEC.

3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 revised IRR, including its Generic Procurement Manuals and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or IB by the BAC through the issuance of a
supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have verified and
accepted the general requirements of this Project, including other factors that may affect
the cost, duration and execution or implementation of the contract, project, or work and
examine all instructions, forms, terms, and project requirements in the Bidding
Documents.

4. Corrupt, Fraudulent, Collusive, and Coercive Practices


The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184
or other integrity violations in competing for the Project.

5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.

5.2. Foreign ownership limited to those allowed under the rules may participate in
this Project.
11
5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder
shall have an SLCC that is at least one (1) contract similar to the Project the
value of which, adjusted to current prices using the PSA’s CPI, must be at least
equivalent to at least fifty percent (50%) of the ABC.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the
2016 IRR of RA No. 9184.

6. Origin of Goods
There is no restriction on the origin of goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN, subject
to Domestic Preference requirements under ITB Clause 18.

7. Subcontracts
The Procuring Entity has prescribed that subcontracting is not allowed.

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and at its physical address at The SEC Headquarters, 7907 Makati Ave.,
Salcedo Village, Bel-Air, Makati City and through videoconferencing/webcasting as
indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents


Prospective bidders may request for clarification on and/or interpretation of any part of
the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and receipt
of Bids.

10. Documents comprising the Bid: Eligibility and Technical Components


10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section VIII (Checklist of Technical and Financial
Documents).

10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been completed
within five (5) years prior to the deadline for the submission and receipt of bids.

10.3. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent
office having jurisdiction over the foreign bidder’s affairs in the Philippines.
Similar to the required authentication above, for Contracting Parties to the
Apostille Convention, only the translated documents shall be authenticated
12
through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May
2019. The English translation shall govern, for purposes of interpretation of the
bid.

11. Documents comprising the Bid: Financial Component


11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section VIII (Checklist of Technical and Financial Documents).

11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a


certification issued by DTI shall be provided by the Bidder in accordance with
Section 43.1.3 of the 2016 revised IRR of RA No. 9184.

11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices


provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.

12. Bid Prices


12.1. Prices indicated on the Price Schedule shall be entered separately in the
following manner:

a. For Goods offered from within the Procuring Entity’s country:

i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-


warehouse, ex-showroom, or off-the-shelf, as applicable);

ii. The cost of all customs duties and sales and other taxes already
paid or payable;

iii. The cost of transportation, insurance, and other costs incidental to


delivery of the Goods to their final destination; and

iv. The price of other (incidental) services, if any, listed in the BDS.

b. For Goods offered from abroad:

i. Unless otherwise stated in the BDS, the price of the Goods shall
be quoted delivered duty paid (DDP) with the place of destination
in the Philippines as specified in the BDS. In quoting the price,
the Bidder shall be free to use transportation through carriers
registered in any eligible country. Similarly, the Bidder may
obtain insurance services from any eligible source country.

ii. The price of other (incidental) services, if any, as listed in the BDS.

13. Bid and Payment Currencies


13
13.1. For Goods that the Bidder will supply from outside the Philippines, the bid
prices may be quoted in the local currency or tradeable currency accepted by the
BSP at the discretion of the Bidder. However, for purposes of bid evaluation,
Bids denominated in foreign currencies, shall be converted to Philippine
currency based on the exchange rate as published in the BSP reference rate
bulletin on the day of the bid opening.

13.2. Payment of the contract price shall be made in Philippine Pesos.

14. Bid Security


14.1. The Bidder shall submit a Bid Securing Declaration1 or any form of Bid Security
in the amount indicated in the BDS, which shall be not less than the percentage
of the ABC in accordance with the schedule in the BDS.

14.2. The Bid and bid security shall be valid for 120 calendar days from the date of
the opening of bids. Any Bid not accompanied by an acceptable bid security
shall be rejected by the Procuring Entity as non-responsive.

15. Sealing and Marking of Bids


Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission or any
other electronic means, the Bidder shall submit an electronic copy of its Bid, which
must be digitally signed. An electronic copy that cannot be opened or is corrupted shall
be considered non-responsive and, thus, automatically disqualified.

16. Deadline for Submission of Bids


16.1. The Bidders shall submit on the specified date and time and either at its physical
address or through online submission as indicated in paragraph 7 of the IB.

17. Opening and Preliminary Examination of Bids


17.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance. In case videoconferencing,
webcasting or other similar technologies will be used, attendance of participants
shall likewise be recorded by the BAC Secretariat.

1 In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and
furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of
Notice to Execute Framework Agreement.
14
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.

17.2. The preliminary examination of bids shall be governed by Section 30 of the


2016 revised IRR of RA No. 9184.

18. Domestic Preference


18.1. The Procuring Entity will grant a margin of preference for the purpose of
comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR
of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids


19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of
all Bids rated “passed,” using non-discretionary pass/fail criteria. The BAC
shall consider the conditions in the evaluation of Bids under Section 32.2 of the
2016 revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, bidders may submit a proposal on any of the
lots or items, and evaluation will be undertaken on a per lot or item basis, as the
case maybe. In this case, the Bid Security as required by ITB Clause 14 shall be
submitted for each lot or item separately.

19.3. The descriptions of the lots or items shall be indicated in Section VII (Technical
Specifications), although the ABCs of these lots or items are indicated in the
BDS for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the
2016 revised IRR of RA No. 9184. The NFCC must be sufficient for the total
of the ABCs for all the lots or items participated in by the prospective Bidder.

19.4. The Project shall be awarded as one Project having several items that shall be
awarded as one contract.

19.5. Except for bidders submitting a committed Line of Credit from a Universal or
Commercial Bank in lieu of its NFCC computation, all Bids must include the
NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of RA
No. 9184, which must be sufficient for the total of the ABCs for all the lots or
items participated in by the prospective Bidder. For bidders submitting the
committed Line of Credit, it must be at least equal to ten percent (10%) of the
ABCs for all the lots or items participated in by the prospective Bidder.

20. Post-Qualification
20.2. Within a non-extendible period of five (5) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid,
the Bidder shall submit its latest income and business tax returns filed and paid
through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.

15
21. Signing of the Contract
21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No.
9184 shall form part of the Contract. Additional Contract documents are
indicated in the BDS.

16
Section III. Bid Data Sheet

Notes on the Bid Data Sheet


The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in
detail, information, or requirements included in the ITB found in Section II, which are
specific to each procurement.

This Section is intended to assist the Procuring Entity in providing the specific information
in relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.

The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:

a. Information that specifies and complements provisions of the ITB must be


incorporated.

b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated by


the circumstances of the specific procurement, must also be incorporated.

17
Bid Data Sheet
ITB
Clause
5.3 For this purpose, contracts similar to the Project shall be any contract similar or
analogous to provision of manpower outsourcing services for project-based
software development completed within five (5) year prior to the deadline for the
submission and receipt of bids.
7.1 No further instructions

12 The price of the Goods shall be quoted DDP Makati, NCR or the applicable
International Commercial Terms (INCOTERMS) for this Project.

14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the
following forms and amounts:

a. The amount of not less than Php231,916.67 [two percent (2%) of ABC],
if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee
or irrevocable letter of credit; or

b. The amount of not less than Php 579,791.67 [five percent (5%) of ABC],
if bid security is in Surety Bond.

15 Electronic copy of first and second components of bids shall be submitted upon
instruction of the BAC thru the Secretariat at any time after the Opening of Bids.

19.3 No further instructions

20.2 No further instructions

21.2 No further instructions

18
Section IV. General Conditions of Contract

Notes on the General Conditions of Contract


The General Conditions of Contract (GCC) in this Section, read in conjunction with the
Special Conditions of Contract in Section V and other documents listed therein, should be a
complete document expressing all the rights and obligations of the parties.

Matters governing performance of the Supplier, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in
the GCC and Special Conditions of Contract.

Any complementary information, which may be needed, shall be introduced only through
the Special Conditions of Contract.

19
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can
be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable in
contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the
effectivity of the said amendment.

Additional requirements for the completion of this Contract shall be provided in the
Special Conditions of Contract (SCC).

2. Advance Payment and Terms of Payment


2.1. Advance payment of the contract amount is provided under Annex “D” of the
revised 2016 IRR of RA No. 9184.

2.2. The Procuring Entity is allowed to determine the terms of payment on the partial
or staggered delivery of the Goods procured, provided such partial payment
shall correspond to the value of the goods delivered and accepted in accordance
with prevailing accounting and auditing rules and regulations. The terms of
payment are indicated in the SCC.

3. Performance Security
Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from
the Procuring Entity but in no case later than the signing of the Contract by both parties,
the successful Bidder shall furnish the performance security in any of the forms
prescribed in Section 39 of the 2016 revised IRR of RA No. 9184.

4. Inspection and Tests


The Procuring Entity or its representative shall have the right to inspect and/or to test
the Goods to confirm their conformity to the Project specifications at no extra cost to
the Procuring Entity in accordance with the Generic Procurement Manual. In addition
to tests in the SCC, Section VII (Technical Specifications) shall specify what
inspections and/or tests the Procuring Entity requires, and where they are to be
conducted. The Procuring Entity shall notify the Supplier in writing, in a timely
manner, of the identity of any representatives retained for these purposes.

All reasonable facilities and assistance for the inspection and testing of Goods,
including access to drawings and production data, shall be provided by the Supplier to
the authorized inspectors at no charge to the Procuring Entity.

20
5. Warranty
5.1 In order to assure that manufacturing defects shall be corrected by the Supplier,
a warranty shall be required from the Supplier as provided under Section 62.1
of the 2016 revised IRR of RA No. 9184.

5.2 The Procuring Entity shall promptly notify the Supplier in writing of any claims
arising under this warranty. Upon receipt of such notice, the Supplier shall,
repair or replace the defective Goods or parts thereof without cost to the
Procuring Entity, pursuant to the Generic Procurement Manual.

6. Liability of the Supplier


The Supplier’s liability under this Contract shall be as provided by the laws of the
Republic of the Philippines.

If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

21
Section V. Special Conditions of Contract

Notes on the Special Conditions of Contract


Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in
providing contract-specific information in relation to corresponding clauses in the GCC
found in Section IV.

The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Goods purchased. In preparing this Section, the
following aspects should be checked:

a. Information that complements provisions of the GCC must be incorporated.

b. Amendments and/or supplements to provisions of the GCC as necessitated by the


circumstances of the specific purchase, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of
the provisions of the GCC should be incorporated herein.

22
Special Conditions of Contract
GCC
Clause
1 Delivery and Documents –

For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP”
and other trade terms used to describe the obligations of the parties shall have
the meanings assigned to them by the current edition of INCOTERMS
published by the International Chamber of Commerce, Paris. The Delivery
terms of this Contract shall be as follows:

Delivery of the Goods shall be made by the Supplier in accordance with the
terms specified in Section VI (Schedule of Requirements).

For purposes of this Clause the Procuring Entity’s Representative at the Project
Site is Mr. Archivald S. Navarro.

Incidental Services –

The Supplier is required to provide all of the following services, including


additional services, if any, specified in Section VI. Schedule of Requirements.

The Contract price for the Goods shall include the prices charged by the
Supplier for incidental services and shall not exceed the prevailing rates charged
to other parties by the Supplier for similar services.

Intellectual Property Rights –

The Supplier shall indemnify the Procuring Entity against all third-party claims
of infringement of patent, trademark, or industrial design rights arising from use
of the Goods or any part thereof.
2.2 Payment shall be on a milestone basis based on the attached deliverables. The
contractor shall transmit the billing statements, including the attendance sheets,
accomplishment/completion reports, and the agreed deliverables that will be
indicated on the Project Plan (to be submitted within 15 days from NTP).
4 The inspections and tests that will be conducted in accordance with the
deliverables stipulated in Clause 2.2 of this Section.

23
Section VI. Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is
the date of delivery to the project site.

Item Delivered,
Description Quantity
Number Weeks/Months
1 Procurement of Services of 1 lot Within six (6) months
Various IT Personnel for the reckoned from the
Customization of the issuance of the Notice
Financial Management to Proceed or from the
Information System (FMIS) date indicated therein
of an Open-Source Enterprise
Resource Planning (ERP)
Software

I hereby certify to comply and deliver the above requirements immediately upon receipt of the
Notice to Proceed.

Company Name: ______________________________________________


Authorized Representative
Signature: ______________________________________________
Printed Name: ______________________________________________
Date: ______________________________________________

24
Section VII. Technical Specifications

Notes for Preparing the Technical Specifications


A set of precise and clear specifications is a prerequisite for Bidders to respond realistically
and competitively to the requirements of the Procuring Entity without qualifying their Bids.
In the context of Competitive Bidding, the specifications (e.g. production/delivery schedule,
manpower requirements, and after-sales service/parts, descriptions of the lots or items) must
be prepared to permit the widest possible competition and, at the same time, present a clear
statement of the required standards of workmanship, materials, and performance of the
goods and services to be procured. Only if this is done will the objectives of transparency,
equity, efficiency, fairness, and economy in procurement be realized, responsiveness of bids
be ensured, and the subsequent task of bid evaluation and post-qualification facilitated. The
specifications should require that all items, materials and accessories to be included or
incorporated in the goods be new, unused, and of the most recent or current models, and that
they include or incorporate all recent improvements in design and materials unless otherwise
provided in the Contract.

Samples of specifications from previous similar procurements are useful in this respect. The
use of metric units is encouraged. Depending on the complexity of the goods and the
repetitiveness of the type of procurement, it may be advantageous to standardize the General
Technical Specifications and incorporate them in a separate subsection. The General
Technical Specifications should cover all classes of workmanship, materials, and equipment
commonly involved in manufacturing similar goods. Deletions or addenda should then
adapt the General Technical Specifications to the particular procurement.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for equipment, materials, and workmanship, recognized Philippine
and international standards should be used as much as possible. Where other particular
standards are used, whether national standards or other standards, the specifications should
state that equipment, materials, and workmanship that meet other authoritative standards,
and which ensure at least a substantially equal quality than the standards mentioned, will
also be acceptable. The following clause may be inserted in the Special Conditions of
Contract or the Technical Specifications.

Sample Clause: Equivalency of Standards and Codes

Wherever reference is made in the Technical Specifications to specific standards and codes
to be met by the goods and materials to be furnished or tested, the provisions of the latest
edition or revision of the relevant standards and codes shall apply, unless otherwise
expressly stated in the Contract. Where such standards and codes are national or relate to a
particular country or region, other authoritative standards that ensure substantial equivalence
to the standards and codes specified will be acceptable.

Reference to brand name and catalogue number should be avoided as far as possible; where
unavoidable they should always be followed by the words “or at least equivalent.”
References to brand names cannot be used when the funding source is the GOP.

25
Where appropriate, drawings, including site plans as required, may be furnished by the
Procuring Entity with the Bidding Documents. Similarly, the Supplier may be requested to
provide drawings or samples either with its Bid or for prior review by the Procuring Entity
during contract execution.

Bidders are also required, as part of the technical specifications, to complete their statement
of compliance demonstrating how the items comply with the specification.

In case of Renewal of Regular and Recurring Services, the Procuring Entity must indicate
here the technical requirements for the service provider, which must include the set criteria
in the conduct of its performance evaluation.

26
Technical Specifications
Statement of
Item Specification
Compliance
Scope of Work

The service provider for this project shall be responsible for the
provision of skilled IT personnel who are expected to gather
requirements, design, develop, configure, test, and implement the
FMIS using ERPNext. Implementation should be aligned with the
SEC. Project Management Methodology using an agile approach
to ensure successful implementation.

The Service Provider shall provide flexibility and scalability in


terms of scaling up/down the size of the software development
team as needed, depending on project demands. It shall perform
and provide recruitment, training, and employee benefits to the IT
professionals. It shall also ensure that the IT professionals are
available to deliver their assigned task requirements and deadlines.

Requirements

Pre-Deployment

A. The Service Provider shall provide seven (7) IT


professionals.
B. The Service Provider must guarantee that it has done
background investigation on all its personnel to be
deployed to the SEC. The Service Provider shall bear the
expenses to be incurred. The results of the service
provider's background check must be provided to the SEC.
The SEC, however, may additionally carry out random
background checks on the personnel deployed by the
Service Provider. Lack of proper conduct by the Service
Provider background checks on its employees might
justify the contract's cancellation.
C. The IT professional candidates must go through an
interview and/or a technical examination before being
deployed, as deemed necessary by the SEC. The following
are prerequisites for the screening:
1. Service Provider to submit a roster of outsourced
personnel candidates;
2. For each candidate, a resume certified as true and
correct by the Service Provider; and
3. A certified true copy of the candidate’s (i)
employment certificate or (ii) training certificate. If
these are not readily available, the Service Provider
may still endorse candidates for screening; provided,
however, that the certified true copy of the accepted

27
personnel’s employment and training certificates are
submitted before the actual deployment.
D. To ensure that the software development team are
physically fit to work and to protect the SEC from possible
health risks, all personnel for deployment to the SEC shall
be required by the Service Provider to undergo medical
examination, drug testing and be given a fit to work
clearance prior to reporting for duty.
E. The start of outsourced services shall be within thirty (30)
working days from the effective date indicated in the NTP
by the SEC. All outsourced personnel selected by SEC are
required to report to ISDMD-ICTD within the said period.
The Service Provider shall end the deployment of the
concerned personnel after the lapse of the contract period,
unless otherwise notified by the SEC to extend said
deployment.
F. Failure of the Service Provider to comply shall be subject
to Liquidated Damages (LD) in accordance with the
provisions of the 2016 Revised Implementing Rules and
Regulations (IRR) of Republic Act No. 9184 (2016
Revised IRR). The computation of liquidated damages
shall be based on monthly rate of undeployed personnel
and will start on the 31st day from the effective date
indicated in the NTP.
G. Processing and cost of identification cards and/or access
cards shall be assumed by the Service provider.

Implementation

A Working Hours and Days

The outsourced personnel shall render forty (40) hours of


work per week, onsite or offsite, or as per arranged
shifting/work schedule. Working hours/days may be adjusted
as deemed necessary by the SEC.

B Compliance to Rules and Regulations

When onsite, outsourced personnel shall follow the rules and


regulations of the Commission at all times such as, but not
limited to, wearing of the prescribed office/corporate attire,
office control and security measures, use of SEC equipment,
facilities, and services and working hours, breaks and
attendance.

C Replacement Due to Resignation/Secession

The Service Provider shall duly notify SEC of outsourced


personnel resignation/secession and provide name/s of

28
candidates who are potential replacement/s within thirty (30)
calendar days prior to the effectivity of personnel resignation/
secession. Within this period, the concerned personnel shall
be responsible for securing clearance from the SEC. SEC
reserves the right to hold the payment associated with the
concerned personnel until the said clearance has been
secured.

The replacement shall report to work on the first day after the
effectivity of personnel resignation/secession. Failure of the
Service Provider to replace the resigned/seceded personnel
shall be subject to LD in accordance with the provisions of
the 2016 Revised IRR of R.A. 9184 and shall commence on
the 1st day after the effectivity of the personnel resignation/
secession.

D Replacement Due to Poor/Non-Performance and other Acts


Detrimental to SEC

Outsourced personnel shall be subject to replacement should


the SEC find any of the personnel undesirable, due to poor
and/or non-performance, and/or commission of acts
detrimental to the SEC. The Service Provider shall provide a
replacement within thirty (30) calendar days upon receipt of
a written request from the SEC. Failure to replace the
personnel shall be subject to LD in accordance with the
provisions of the IRR of R.A. 9184 effective on the 31st day
from receipt of written request of SEC.

E Attendance Report

The Service Provider is required to provide a monthly report


on the attendance and accomplishment of the outsourced
personnel assigned to the SEC for monitoring purposes.

F Service Rendered Out of Regular Working Hours

For authorized services rendered over and above the eight (8)
hours of regular working time or during holidays/rest days,
the Service Provider shall charge overtime, premium, night
differential, and holiday pay as the case may be in accordance
with the applicable government rules and regulations and
other laws of the Republic of the Philippines.

G Adjustment in Mandated Benefits

The Employee’s rate per day shall be adjusted in case of


issuance of any legally mandated wage increases, benefits,
and other charges within the contract period.

29
General Terms and Conditions

A The Service Provider and its deployed personnel shall abide


by SEC’s policies, rules, and regulations.
B The Service Provider shall provide a dedicated representative
or coordinator who shall be on-call at all times to address all
concerns regarding the deployment of its personnel to SEC.
C It is clearly understood and acknowledged that the persons
hired by the Service Provider and assigned to the SEC are not
SEC employees but rather employees of the Service Provider.
Therefore, the Service Provider shall be solely responsible for
compliance with all applicable labor laws, rules, and
regulations.
D The Service Provider hereby expresses its intent to maintain
administrative control and supervision while allowing the
SEC to issue direct orders to the personnel assigned during
their term of service. This is not to be construed as a transfer
of authority by the Service Provider from its position as the
employer of its personnel assigned to the SEC.
E The Service Provider shall be liable for losses and damages
on the properties, facilities, and information assets of the SEC
which may be caused through the negligence or fault of their
personnel assigned to the SEC while in the performance of
their official duties.
F The Service Provider and its personnel shall hold and
maintain confidential information that may come into their
possession or knowledge in connection with the performance
of the services. In addition, the personnel assigned must not
engage in unauthorized access or use of IT resources that may
compromise systems. For this purpose, personnel assigned
shall be required to execute a Non-Disclosure Agreement
(NDA).
G The Service Provider shall provide the laptops to be used by
the outsourced IT personnel.

Qualifications of the Outsourced Personnel


1 Project Manager
• With a bachelor’s degree, preferably with a
graduate degree in Management, Technology,
Applied Mathematics, Applied Physics, Data
Science, Engineering, Computer Science,
Information Engineering/Systems/Technology,
and other related programs.
• At least seven (7) years of experience in managing
IT projects related to system development,
implementation, and maintenance
• With experience handling Government projects
• Preferably with Project Management Professional
(PMP) Certification, PRINCE2 Certification,
Scrum Master certified, or other relevant

30
accredited certifications which show expertise in
project management methodologies
• Experience in implementing/customizing
ERPNext software

2 Senior Systems Analyst or Sprint Master


• With a bachelor’s degree, preferably with a
graduate degree in Management, Technology,
Applied Mathematics, Applied Physics, Data
Science, Engineering, Computer Science,
Information Engineering/Systems/Technology,
and other related programs.
• At least four (4) years of experience in a
technology position with a broad knowledge of
network, and software configuration, security, and
troubleshooting
• At least four (4) years of experience with
Scrum/Agile development methodologies
• Should have experience in designing,
implementing, and maintaining complex systems
and should be familiar with different operating
systems, such as Windows, Linux, or Unix
• Should have at least ten (10) years of experience
in implementing and transforming ERP Systems
for complex business operations
• Familiar with virtualization technologies, such as
VMware, Hyper-V, or Xen, and cloud computing
platforms, such as AWS or Azure, Frappe Cloud
and/or Digital Ocean
• Ability to diagnose and correct program and
system failures or malfunctions efficiently and
accurately
• Well versed in automation solutions including
scripting, policy creation, device management
tools and other programming languages such as
Python, Frappe, HTML/CSS, Node JS, React JS
• Preferably with certifications on systems
engineering or information systems from
reputable organizations
• Experience in implementing/customizing
ERPNext software

3 Lead Full Stack Engineer


• With a bachelor’s degree, preferably with a
graduate degree in Management, Technology,
Applied Mathematics, Applied Physics, Data
Science, Engineering, Computer Science,
Information Engineering/Systems/Technology,
and other related programs.

31
• At least four (4) years of hands- on experience
using Python, Frappe, HTML/CSS, Node JS,
React JS Programming Languages.
• Good working knowledge and experience in
UI/UX design softwares and processes, CRM
systems, and native mobile app development
(using IOS Objective C, Swift, and Java), mobile
runtime security (Pen Test)
• Knowledgeable and experienced in server
management, API technologies, cloud
technologies, databases, and agile methodologies
• Knowledgeable and experienced on H5 web
responsive application development, system
architecture, technical design and delivery, and
other programming languages
• With DevOps toolchain experience (ADO, JIRA,
Bitbucket, GitHub, Jenkins, Artifactory, Vx)
• Experience in implementing/customizing
ERPNext software

4 Back End Developer


• With a bachelor’s degree, preferably with a
graduate degree in Management, Technology,
Applied Mathematics, Applied Physics, Data
Science, Engineering, Computer Science,
Information Engineering/Systems/Technology,
and other related programs.
• At least two (2) years of hands- on experience
using Python, Frappe, HTML/CSS, Node JS,
React JS, MariaDB SQL
• Knowledge of other commonly used
programming languages
• Knowledgeable and experienced native mobile
app development, mobile runtime security
• Knowledgeable in databases, web servers, API
technologies, cloud technologies, databases, and
agile methodologies
• Experience in implementing/customizing
ERPNext software

5 Front End Developer


• With a bachelor’s degree, preferably with a
graduate degree in Management, Technology,
Applied Mathematics, Applied Physics, Data
Science, Engineering, Computer Science,
Information Engineering/Systems/Technology,
and other related programs.
• At least two (2) years of experience working on
various front-end web development technologies

32
and tools to create and maintain user-facing
features of both mobile and web applications such
as React, Angular, Vue.js, Bootstrap, Foundation,
Materialize, or Semantic UI.
• With a background in developing and maintaining
user-facing features of mobile and web
applications using programming languages such
as JavaScript, HTML, and CSS.
• Exposure to these tools and technologies is a plus:
o Web performance optimization: Google
PageSpeed Insights or GTmetrix.
o Browser developer tools: Chrome
DevTools, Firefox Developer Tools, or
Safari -Web Inspector.
o Responsive design: Media queries,
Flexbox, or CSS Grid.
o Version control systems: Git
• Experience in implementing/customizing
ERPNext software

6 Senior Quality Assurance Engineer


• With a bachelor’s degree, preferably with a
graduate degree in Management, Technology,
Applied Mathematics, Applied Physics, Data
Science, Engineering, Computer Science,
Information Engineering/Systems/Technology,
and other related programs.
• Engineering or a Software developer in test
experience, with technical leadership experience
in a variety of environments (ETL, API,
Databases,)
• Hands on expertise in a variety of test automation
frameworks/tools (e.g., Selenium, Robot
Framework, TestNG, SOAPUI, Cucumber,
Protractor, Jmeter, LoadRunner, Visual Studio
Load Test Postman), and script development
using scripting languages (e.g. Python, Bash, etc.)
• Hands-on programming experience (e.g., Python,
Java, SQL DB querying, particularly with
MariaDB) and source code configuration tools
(Git, Github, Gitlab)
• Experience in DevOps operations, including
CI/CD principles, deployment pipelines, test
integration with Jenkins, processes and tools
(ALM, JIRA, etc.) is a plus.
• Hands on experience with defining Test strategy
and test approach for projects in Agile and Non-
agile projects

33
• Preferably Lean Six Sigma professional or ISO
certified or knowledgeable in quality management
• Experience in implementing/customizing
ERPNext software

7 Database Engineer
• With a bachelor’s degree preferably with graduate
degree related to Management, Business,
Mathematics, Economics, Engineering, Computer
Science, Information Systems /Technology, or
other related programs
• At least three (3) years of experience in Database
Management and Engineering.
• Should have strong technical skills and
knowledge of various database concepts and tools.
• Expert in managing DBMS, such as MariaDB,
MySQL, Oracle, SQL Server, PostgreSQL, or
MongoDB.
• Familiarity with data warehousing, data
integration, and ETL tools, such as Informatica,
Talend, or SSIS.
• Comfortable with SQL and scripting languages,
such as Python, Perl, or PowerShell
• Knowledge of cloud-related technologies is
essential.
• Have a good understanding of database security
best practices, such as data encryption, access
control, and audit logging, and compliance
regulations.
• Experience in implementing/customizing
ERPNext software

Please submit the curriculum vitae or resumes of the seven (7) IT


professionals recommended for this job.

Coordinate with the BAC Secretariat for the prescribed format


The following are the envisioned requirements to be
developed/customized:
• A system administration module to maintain the
following:
o Chart of Accounts
o Payee/Creditors
o Particulars
o Responsibility Center
o System Users
o Group Manager
o Audit Trail

34
• A module for system administration that will allow SEC to
manage system components and data to:
o Allow for backend application intervention
o Allow for backend database intervention
o Allow for Create, Read, Update, and Delete
(CRUD) data and entity functions.
o Define user access or permissions per modules,
reports, etc.
o Reset and unlock user access
o View and verify audit trails and system logs

• A module for budget management that shall support in


recording the approved budget including support for
changes to the approved budget during the budget
execution.

• A module for payment management that will allow the


FMD to perform the following
o recording the details of contracts/POs signed
including related payment schedules
o recording and processing the invoices from
suppliers/contractors for goods/works/services
rendered and in releasing applicable payments to
such suppliers/contractors
o recording and processing of payments for
employee payroll, benefits and corresponding
remittances
o update the payment transactions in a system with
fund transfer confirmation details received from
banks

• A module for receipt management to support the


monitoring of collection, on a day-to-day basis, through
automated receipt of data from the bank and the balances
in the bank statements/accounts.

• A report module to design, generate, view and download


different reports such as but not limited to the following:
o Registry of Budget, Utilization, and Disbursements
Personnel Services (RBUD-PS)
o Registry of Budget, Utilization and Disbursements
Maintenance and Other Operating Expense
(RBUD-MOOE)
o Registry of Budget, Utilization, and Disbursements
Capital Outlay (RBUD-CO)
o Budget and Financial Accountability Reports
o Allotments and Notice of Cash Allocation
o Appropriations and Allotment
o Index of Payments
o Report of Checks Issued

35
o Report of e-Payment thru WEACCESS
o Report of Cancelled/Stale Checks
o Report of Unreleased Checks
o Report of Checks and Advices To Debit Account
Disbursements Record (CkADADRec)
o Report of Withholding Taxes
o Consolidation of Financial Statements
o Financial Statements
▪ Statement of Financial Position- by Fund
Cluster and All Funds
▪ Statement of Financial Performance- by
Fund Cluster and All Funds
▪ Statement of Changes in Net
Assets/Equity- by Fund Cluster and All
Funds
▪ Statement of Cash Flows- by Fund Cluster
and All Funds
▪ Statement of Comparison of Budget and
Actual Amounts- by Fund Cluster and All
Funds
o Cash in Bank Reconciliation Statements
o Quarterly Reports of Revenues and Other Receipts
o Monthly Reports of Receipts and Disbursements
per Responsibility Centers (i.e., for HO and
Extension Offices)
o Generate Depreciation Schedule
o Generate Amortization Schedule
o Generate Prepayment Schedule
o Journals
▪ Cash Receipts Journal
▪ Cash Disbursements Journal
▪ General Journal
o General Ledgers
o Subsidiary Ledgers of All Real / Balance
Sheet Accounts
o Subsidiary Ledgers of Cash Treasury
Accounts
o Subsidiary Ledgers of Repairs and
Maintenance Accounts
o Trial Balances
▪ Pre-closing and Post-closing Trial Balances
by Fund Cluster
▪ Pre-closing and Post-closing Trial Balances
by All Funds

36
▪ Consolidated Pre-closing and Post-closing
Trial Balances
o Summary of Income and Expenses
o Repair History of Property, Plant and Equipment
o Schedules of Accounts- Accountable Forms
Inventory
o Schedules of Accounts- Office Supplies and
Medical Supplies Inventory
o Stocks Availability
o Due for Reorder
o Schedule of Receivable Accounts
o Ageing Reports of Accounts Receivables
o Schedule of Payable Accounts
o Ageing Reports of Accounts Payables
o Schedule of Cash Advances
o Registry of Accounts Written-Off
o Intangible Item Schedule
o PPE Schedule
o Construction in Progress Schedule
o Amortization Schedule of Prepayments
o Schedule of Subsidiary Ledger Balance
o Recorded Supporting Documents
o List of Journal Entries Voucher No.

• A module to allow system users to submit, view, process,


and approve budget utilization requests, disbursement
vouchers, and payments either through check or fund
transfer via Land Bank of the Philippines.

• A system that allows for uploading of supporting


documents if needed on the transaction

• A system that allows for automatic journal entries but


simultaneously has a module that allows for adjustment of
journal entries.

• Allows automatic email notifications to be sent to users.

• A dashboard to allow users to view pending, ongoing, and


completed transactions.

• An executive dashboard that allows viewing of a summary


of resources for both income and expense that can be
drilled down

37
• Integration with existing Identity and Access Management
System, and Cashiering System

• A backend tool for querying and issuing reports of


submitted entries with:
o A web-based interface
o A RESTFul Web API

I hereby certify that the statement of compliance to the foregoing technical specifications are
true and correct, otherwise, if found to be false either during bid evaluation or post-
qualifications, the same shall give rise to automatic disqualification of our bid.

AUTHORIZED REPRESENTATIVE
Signature : _____________________________________
Company Name : _____________________________________
Printed Name : _____________________________________
Position : _____________________________________
Date : _____________________________________

38
Section VIII. Checklist of Technical and
Financial Documents

Notes on the Checklist of Technical and Financial Documents

The prescribed documents in the checklist are mandatory to be submitted in the Bid, but
shall be subject to the following:

a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a State
of Calamity or other similar issuances that shall allow the use of alternate documents
in lieu of the mandated requirements; or

b. Any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.

The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant to
Section 30 of the 2016 revised IRR of RA No. 9184.

Note: For editable copies of the documents below, you may download the files from the
following link: https://www.sec.gov.ph/procurement/prescribed-templates/#gsc.tab=0

39
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents


Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages)
in accordance with Section 8.5.2 of the IRR;

Technical Documents
⬜ (b) Statement of the prospective bidder of all its ongoing 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; and
⬜ (c) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar
to the contract to be bid, except under conditions provided for in Sections
23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184, within the
relevant period as provided in the Bidding Documents; and
⬜ (d) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission or Original copy of
Notarized Bid Securing Declaration; and
⬜ (e) Conformity with the Technical Specifications, which may include
production/delivery schedule, manpower requirements, and/or after-
sales/parts, if applicable; and
⬜ (f) Original duly signed Omnibus Sworn Statement (OSS) and if applicable,
Original Notarized Secretary’s Certificate in case of a corporation,
partnership, or cooperative; or Original Special Power of Attorney of all
members of the joint venture giving full power and authority to its officer to
sign the OSS and do acts to represent the Bidder.

Financial Documents
⬜ (g) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC) or A committed Line of Credit from a Universal or Commercial
Bank in lieu of its NFCC computation.

Class “B” Documents

⬜ (h) If applicable, a duly signed joint venture agreement (JVA) in case the joint
venture is already 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.

II. FINANCIAL COMPONENT ENVELOPE


⬜ (i) Original of duly signed and accomplished Financial Bid Form; and
⬜ (j) Original of duly signed and accomplished Price Schedule(s).

Other documentary requirements under RA No. 9184 (as applicable)


⬜ (k) [For foreign bidders claiming by reason of their country’s extension of
reciprocal rights to Filipinos] Certification from the relevant government
office of their country stating that Filipinos are allowed to participate in

40
government procurement activities for the same item or product.
⬜ (l) Certification from the DTI if the Bidder claims preference as a Domestic
Bidder or Domestic Entity.

41
42

You might also like