SIEM Invitation To Bid & Bidding Documents - FINAL

Download as pdf or txt
Download as pdf or txt
You are on page 1of 95

PHILIPPINE BIDDING DOCUMENTS

FOR
ONE (1) LOT – BSP SECURITY INFORMATION
AND EVENTS MANAGEMENT (SIEM) SYSTEM
UPGRADE, INCLUSIVE OF HARDWARE
REPLACEMENT, SOFTWARE SUBSCRIPTION
UPGRADE AND MAINTENANCE, AND
PROFESSIONAL SERVICES, AS PER BSP
TERMS OF REFERENCE AND ANNEXES

BIDS AND AWARDS COMMITTEE-INFORMATION TECHNOLOGY,


INFRASTRUCTURE AND OTHER RELATED SERVICES

Room 213, 2ndFlr. 5-Storey Bldg.


A. Mabini and P. Ocampo Sts., Malate, Manila
Tel Nos.: 5306-2798/5306-2800/8708-7173
Fax No.: 8708-7116
Email Address: [email protected]

Sixth Edition
July 2020

1
Table of Contents

Glossary of Acronyms, Terms, and Abbreviations 4


Section I. Invitation to Bid 7
Section II. Instructions to Bidders 11
1. Scope of Bid 12
2. Funding Information 12
3. Bidding Requirements 12
4. Corrupt, Fraudulent, Collusive, and Coercive Practices 13
5. Eligible Bidders 13
6. Origin of Goods 13
7. Subcontracts 13
8. Pre-Bid Conference 14
9. Clarification and Amendment of Bidding Documents 14
10. Documents comprising the Bid: Eligibility and Technical Components 14
11. Documents comprising the Bid: Financial Component 14
12. Bid Prices 15
13. Bid and Payment Currencies 15
14. Bid Security 15
15. Sealing and Marking of Bids 16
16. Deadline for Submission of Bids 16
17. Opening and Preliminary Examination of Bids 16
18. Domestic Preference 16
19. Detailed Evaluation and Comparison of Bids 17
20. Post-Qualification 17
21. Signing of the Contract 17
Section III. Bid Data Sheet 18
Section IV. General Conditions of Contract 21
1. Scope of Contract 22
2. Advance Payment and Terms of Payment 22
3. Performance Security 22
4. Inspection and Tests 22
5. Warranty 23
6. Liability of the Supplier 23
Section V. Special Conditions of Contract 24
SPECIAL CONDITIONS OF CONTRACT 25
Section VI. Schedule of Requirements 30
Section VII. Technical Specifications 31
Technical Specifications 32

2
Section VIII. Checklist of Eligibility (Legal, Technical and Financial), Financial Proposal and
Other Documents 33
BIDDING FORMS 51
CONTRACT FORMS 51
ANNEXES 51

3
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.”

4
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

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

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PhilGEPS - Philippine Government Electronic Procurement System.

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


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

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

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

UN – United Nations.

6
Section I. Invitation to Bid
Notes on the Invitation to Bid
The Invitation to Bid (IB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The IB shall be posted in accordance with
Section 21.2 of the 2016 revised IRR of RA No. 9184.

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

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

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

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

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

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

7
BIDS AND AWARDS COMMITTEE – INFORMATION TECHNOLOGY
INFRASTRUCTURE AND OTHER RELATED COMPONENTS

INVITATION TO BID

1. The Bangko Sentral ng Pilipinas (BSP), through its Bids and Awards Committee –
Information Technology, Infrastructure and Other Related Components (BAC-ITIO),
invites bidders to apply for eligibility and to bid for -
Procurement Project/ One (1) Lot – BSP Security Information and Events
Brief Description Management (SIEM) System Upgrade, inclusive of
Hardware Replacement, Software Subscription Upgrade
and Maintenance, and Professional Services, as per BSP
Terms of Reference and Annexes

Project Identification BAC-ITIO GS No. 2021-0034 dated 12 October 2020


Number (PIN)
Approved Budget for the Php16,000,000.00, inclusive of all applicable taxes and
Contract (ABC) other charges

(Bids exceeding the above amount shall be automatically


rejected at bid opening, or during bid evaluation.)

Funding Source BSP Corporate Fund: Approved Budget of Information


Technology Office (ITO). The appropriation of funds shall
be done annually.

Contract Period Project Period - Within 120 calendar days reckoned from
the date stipulated in the Notice to Proceed (NTP) to be
issued by ITO.

Hardware and Software Maintenance Subscription and


Technical Support Service – One (1) year to commence
upon project acceptance by the ITO.

2. Bidders should have completed from Y2015 to present a single largest contract similar to
the requirement as stated in the Clause 5.3 Bid Data Sheet (BDS) and Item 3 of the
Checklist of Requirements for Bidders (Checklist).

3. The Eligibility Check/Screening and Preliminary Examination of Bids shall use non-
discretionary “pass/fail” criterion as stated in Section 30.1 of the 2016 Revised
Implementing Rules and Regulations of Rep. Act No. 9184 (2016 Revised IRR).

4. Bidding is restricted to Filipino citizens, sole proprietorship, partnership, corporation,


cooperative or organizations with at least sixty percent (60%) interest or outstanding

8
capital stock belonging to citizens of the Philippines, and to citizens or organizations of a
country the laws or regulations of which grant similar rights or privileges to Filipino
citizens, pursuant to Rep. Act. No. 5183.

5. All particulars and activities regarding the Eligibility of Bidders, Bid Security, Pre-Bid
Conference/s, Evaluation of Bids, Post-qualification, Award of Contract, Performance
Security, procedures and other documents, shall be governed by Rep. Act No. 9184 and
the 2016 Revised IRR.

Venue/Contact Person/
Activities1 Schedule
Contact Number
a. Issuance of Bid Starting 19 November 2020 Due to the COVID-19 pandemic,
Documents (from 9:00 A.M. to 2:00 P.M. only) hard copies of documents are no
longer issued for the duration of
community restrictions.
b. Pre-Bid Conference 26 November 2020, 9:30 A.M. MR2B Conference Room, 2nd
Floor, 5-Storey Building, BSP
Main Complex, Malate, Manila

(For interested bidders and


observers, see Item 6 below.)

c. Deadline for Manual submission:


Submission of Bids Gate 3 Reception Lobby, Bangko
Sentral ng Pilipinas, A. Mabini
corner P. Ocampo Sr. Sts., Malate,
Manila.

09 December 2020, 10:00 A.M. Electronic submission:2


(Philippine Time) Email address:
[email protected]

Late bids shall not be accepted.

d. Opening of Bids MR2B Conference Room, 2nd


Floor, 5-Storey Building, BSP
Main Complex, Malate, Manila
e. All Written The Bids and Awards Committee (BAC) – Information Technology,
Requests Infrastructure and Other Related Components
Through: The BAC Secretariat
Room 213, 2ndFlr. 5-Storey Bldg.
A. Mabini and P. Ocampo Sts., Malate, Manila
Tel Nos.: 5306-2798/5306-2800/8708-7173
Fax No.: 8708-7116
Email Address: [email protected]

Note: All requests shall be in writing and addressed to the BAC


Secretariat.

6. The pre-bid conference shall be open to interested bidders and observers. The conduct of
pre-bid conference shall be through videoconferencing using the Microsoft Teams
platform.

1 See Annexes “B” and “C” for the Guidelines in the conduct of Pre-Bid Conference, Submission and Opening of Bids.
2 The BSP system can accommodate attachments with file size limit of up to 100MB.

9
7. A bidder can submit a bid manually or electronically, but cannot use both modes of
submission, to preserve the integrity of the bid. For the procedures on submission of
electronic bids, refer to Annex “C”.

8. All Bids must be accompanied by a Bid Security in any of the acceptable forms and in the
amount stated in the Instructions to Bidders and Clause 14.1 of the BDS.

9. The BSP does not assume any responsibility to compensate or indemnify any bidder for
expenses incurred in the preparation of bid.

10. The BSP reserves the right to reject any and all bids, declare a failure of bidding, or not
award the contract at any time prior to contract award in accordance with Section 35.6 and
41 of the 2016 Revised IRR, without incurring liability to the affected bidder or bidders.

11. Further information may be obtained from the following:

1. Sale of bidding documents The Bids and Awards Committee (BAC) – Information
2. Submission of bids (manual or Technology, Infrastructure and Other Related Components
electronic) Through: The BAC Secretariat
3. Links for online connectivity Room 213, 2nd floor, 5-Storey Building
for procurement activities A. Mabini and P. Ocampo, Sr. Sts., Malate, Manila
4. Written clarifications on the Tel. Nos.: 5306-2798/5306-2800/8708-7173
project Fax No.: 8708-7116
Email Address: [email protected]
Details on the issuance and The BAC – Head Office
uploading of bidding documents Through: Procurement Office
Tel. Nos.:
Fax No.: 8708-7115
Email Address: [email protected]

12. A complete set of bid documents is downloadable, FREE OF CHARGE, from the following
websites: www.philgeps.gov.ph and www.bsp.gov.ph; however, a participating bidder is
required to pay the bid documents fee in the amount of Php50,000.00. Proof of payment
shall be presented prior to submission of bids, by facsimile or through email. To pay the bid
documents, send an email citing the PIN and title of above requirement to the
[email protected] The procedures for ONLINE or OVER-THE-
COUNTER BANK payments are specified in Items D and E of Clause 8 of the Bid Data
Sheet (BDS).4

SGD
JOSEFA ELVIRA E. DITCHING-LORICO
Chairperson

3 For new bidders, submit clear photocopies of the following documents:


a) Business Registration with SEC/DTI/Other Government Agency, whichever is applicable; and
b) BIR Certificate of Registration (BIR Form No. 2303), if applicable.
4 For the duration of the pandemic, the acceptance of direct cash payments at BSP teller counters are suspended.

10
Section II. Instructions to Bidders

Notes on the Instructions to Bidders


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

11
1. Scope of Bid
The Procuring Entity, BANGKO SENTRAL NG PILIPINAS (BSP) wishes to receive
Bids for ONE (1) LOT – BSP SECURITY INFORMATION AND EVENTS
MANAGEMENT (SIEM) SYSTEM UPGRADE, INCLUSIVE OF HARDWARE
REPLACEMENT, SOFTWARE SUBSCRIPTION UPGRADE AND
MAINTENANCE, AND PROFESSIONAL SERVICES, AS PER BSP TERMS OF
REFERENCE AND ANNEXES, with PIN: BAC- ITIO GS No. 2021-0034 dated 12
October 2020.

[Note: The Project Identification Number is assigned by the Procuring Entity based on
its own coding scheme and is not the same as the PhilGEPS reference number, which
is generated after the posting of the bid opportunity on the PhilGEPS website.]

The Procurement Project (referred to herein as “Project”) is composed of ONE (1) LOT
– BSP SECURITY INFORMATION AND EVENTS MANAGEMENT (SIEM)
SYSTEM UPGRADE, INCLUSIVE OF HARDWARE REPLACEMENT,
SOFTWARE SUBSCRIPTION UPGRADE AND MAINTENANCE, AND
PROFESSIONAL SERVICES, AS PER BSP TERMS OF REFERENCE AND
ANNEXES, the details of which are described in Section VII (Technical
Specifications).

2. Funding Information
2.1. The BSP through the source of funding as indicated below in the amount of
Php16,000,000.00, INCLUSIVE OF ALL APPLICABLE TAXES AND
OTHER CHARGES.

2.2. The source of funding is: BSP CORPORATE FUND: APPROVED BUDGET
OF INFORMATION TECHNOLOGY OFFICE. THE APPROPRIATION OF
FUNDS SHALL BE DONE ANNUALLY.

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

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

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

12
4. Corrupt, Fraudulent, Collusive, and Coercive Practices
The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184
or other integrity violations in competing for the Project.

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

5.2. BIDDING IS RESTRICTED TO FILIPINO CITIZENS, SOLE


PROPRIETORSHIP, PARTNERSHIP, CORPORATION, COOPERATIVE
OR ORGANIZATIONS WITH AT LEAST SIXTY PERCENT (60%)
INTEREST OR OUTSTANDING CAPITAL STOCK BELONGING TO
CITIZENS OF THE PHILIPPINES, AND TO CITIZENS OR
ORGANIZATIONS OF A COUNTRY THE LAWS OR REGULATIONS OF
WHICH GRANT SIMILAR RIGHTS OR PRIVILEGES TO FILIPINO
CITIZENS, PURSUANT TO REP. ACT. NO. 5183.

5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder
shall have an SLCC that is at least one (1) contract similar to the Project the
value of which, adjusted to current prices using the PSA’s CPI, must be at least
equivalent to IN THE AMOUNT AT LEAST EQUIVALENT TO FIFTY
PERCENT (50%) OF THE ABC. A SIMILAR CONTRACT REFERS TO
ANY CONTRACT WHICH INVOLVES SUPPLY AND DELIVERY,
INSTALLATION, AND CONFIGURATION AND/OR SUPPORT AND
MAINTENANCE OF SECURITY INFORMATION AND EVENT
MANAGEMENT (SIEM) IBM QRADAR.

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
7.1. The Procuring Entity has prescribed that: Subcontracting is not allowed.

13
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address and/or through
videoconferencing/webcasting as indicated in the IB.

9. Clarification and Amendment of Bidding Documents


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

10. Documents comprising the Bid: Eligibility 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 the relevant period as provided in the IB AND ITEM 3/E-DOC3 OF THE
CHECKLIST prior to the deadline for the submission and receipt of bids.

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

11. Documents comprising the Bid: Financial Component


11.1. The second bid envelope shall contain the financial documents 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 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.

14
12. Bid Prices
12.1. Prices indicated on the Price Schedule shall be entered separately in the
following manner:

a. For Goods offered from within the Philippines:

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


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

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

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


delivery of the Goods to their final destination; and

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

b. For Goods offered from abroad:

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

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


VII (Technical Specifications).

13. Bid and Payment Currencies


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

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

14. Bid Security


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

14.2. The Bid and bid security shall be valid for 120 CALENDAR DAYS FROM
THE DATE OF DEADLINE FOR SUBMISSION OF BIDS. Any Bid not

15
accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.

15. Sealing and Marking of Bids


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

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

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

THE GUIDELINES AND PROCEDURES FOR THE PREPARATION AND


SUBMISSION OF MANUAL AND ELECTRONIC BIDS ARE SPECIFIED IN
ANNEX “C”.

16. Deadline for Submission of Bids


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

17. Opening and Preliminary Examination of Bids


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

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.

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


2016 revised IRR of RA No. 9184.

THE GUIDELINES AND PROCEDURES FOR THE OPENING OF BIDS ARE


SPECIFIED IN ANNEX “C”.

18. Domestic Preference


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

16
19. Detailed Evaluation and Comparison of Bids
19.1. The Procuring BAC shall immediately conduct a detailed evaluation of all Bids
rated “passed,” using non-discretionary pass/fail criteria. The BAC shall
consider the conditions in the evaluation of Bids under Section 32.2 of the 2016
revised IRR of RA No. 9184.

19.2. The Project allows partial bids. Bidders may submit a proposal on any of the
lots or items, and evaluation will be undertaken on a per lot or item basis, as the
case maybe. In this case, the Bid Security as required by ITB Clause 15 shall be
submitted for each lot or item separately.

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

19.4. THE PROJECT SHALL BE AWARDED AS ONE (1) CONTRACT OR ON A


LOT BASIS.

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

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

21. Signing of the Contract


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

17
Section III. Bid Data Sheet

Notes on the Bid Data Sheet


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

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

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

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


incorporated.

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


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

18
Bid Data Sheet
ONE (1) LOT – BSP SECURITY INFORMATION AND EVENTS MANAGEMENT
(SIEM) SYSTEM UPGRADE, INCLUSIVE OF HARDWARE REPLACEMENT,
SOFTWARE SUBSCRIPTION UPGRADE AND MAINTENANCE, AND
PROFESSIONAL SERVICES, AS PER BSP TERMS OF REFERENCE AND ANNEXES,
(PIN: BAC- ITIO GS No. 2021-0034 dated 12 October 2020)

ITB
Clause
5.3 Statement of the Bidder’s Single Largest Completed Contract (SLCC) similar to
the contract shall be:
a. A SIMILAR CONTRACT REFERS TO ANY CONTRACT WHICH
INVOLVES SUPPLY AND DELIVERY, INSTALLATION, AND
CONFIGURATION AND/OR SUPPORT AND MAINTENANCE OF
SECURITY INFORMATION AND EVENTS MANAGEMENT (SIEM)
IBM QRADAR.
b. Completed from Y2015 to present as provided in the Invitation to Bid; and
c. IN THE AMOUNT OF AT LEAST 50% OF THE APPROVED BUDGET
FOR THE CONTRACT.

7.1 Sub-contracting is not allowed.

12 Not applicable.

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 Php320,000.00 [the amount equivalent to 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 Php800,000.00 [the amount equivalent to five
percent (5%) of ABC] if bid security is in Surety Bond.
i. THE SURETY COMPANY SHALL NOT BE INCLUDED IN THE
GPPB’S NEGATIVE LIST OF INSURERS PURSUANT TO GPPB
GUIDELINES FOR THE ESTABLISHMENT OF NEGATIVE LIST
OF SURETY AND/OR INSURANCE COMPANIES [APPENDIX 29
OF THE 2016 REVISED IRR].
ii. BID SECURITY (IN THE FORM OF SURETY BOND) ISSUED BY
A PRIVATE INSURANCE FIRM IS ACCEPTABLE PROVIDED
THAT THE SAID FIRM IS DULY AUTHORIZED BY THE
INSURANCE COMMISSION (IC) TO ISSUE SURETY BONDS
AND HAS NOT BEEN ISSUED A CEASE OR DESIST ORDER
FROM THE IC OR IS CURRENTLY NOT INCLUDED IN THE
BLACKLISTED FIRMS.
iii. THE BSP HEREBY REQUESTS THAT THE SUPPLIER OBTAIN
ITS SURETY FROM THE ATTACHED LIST OF EVALUATED
SURETY COMPANIES.

19
FOR ONLINE OR ELECTRONIC BID SUBMISSION, THE BIDDER IS
ALLOWED TO SUBMIT SCANNED COPY OF THE BID SECURING
DECLARATION OR OTHER ACCEPTABLE FORMS OF BID SECURITY,
EXCLUDING CASH, SUBJECT TO SUBMISSION OF THE ORIGINAL
COPY THEREOF DURING POST-QUALIFICATION STAGE UNDER
ENVELOPE NO. 3.

19.3 ONE (1) LOT – BSP SECURITY INFORMATION AND EVENTS


MANAGEMENT (SIEM) SYSTEM UPGRADE, INCLUSIVE OF
HARDWARE REPLACEMENT, SOFTWARE SUBSCRIPTION UPGRADE
AND MAINTENANCE, AND PROFESSIONAL SERVICES, AS PER BSP
TERMS OF REFERENCE AND ANNEXES

ABC: Php16,000,000.00, INCLUSIVE OF ALL APPLICABLE TAXES AND


OTHER CHARGES

20.2 REFER TO OTHER DOCUMENTS IN THE CHECKLIST OF


REQUIREMENTS FOR BIDDERS TO BE SUBMITTED UNDER SECTION
34.2 OF THE REVISED IRR, AS CONTAINED IN ENVELOPE NO. 3. .

21.2 IN ADDITION TO THE BIDDING DOCUMENTS AND THE SUBMISSIONS


OF THE WINNING BIDDER DURING THE BIDDING, THE FOLLOWING
DOCUMENTS SHALL ALSO FORM PART OF THE CONTRACT
AGREEMENT:
a. CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT;
b. CERTIFICATION OF AVAILABILITY OF FUNDS;
c. NOTICE OF AWARD;
d. PERFORMANCE SECURITY;
e. NOTICE TO PROCEED;
f. WARRANTY SECURITY, IF APPLICABLE;
g. AMENDMENT TO ORDER/VARIATION ORDER, IF APPLICABLE;
AND
h. OTHER DOCUMENTS WHICH ARE ISSUED AFTER CONTRACT
EXECUTION (E.G., NOTICE OF SUSPENSION, RESUMPTION, AND
EXTENSION OF CONTRACT).

20
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.

21
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can
be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable in
contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

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

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

2. Advance Payment and Terms of Payment


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

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

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

4. Inspection and Tests


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

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

22
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.

23
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.

24
SPECIAL CONDITIONS OF CONTRACT
ONE (1) LOT – BSP SECURITY INFORMATION AND EVENTS MANAGEMENT
(SIEM) SYSTEM UPGRADE, INCLUSIVE OF HARDWARE REPLACEMENT,
SOFTWARE SUBSCRIPTION UPGRADE AND MAINTENANCE, AND
PROFESSIONAL SERVICES, AS PER BSP TERMS OF REFERENCE AND ANNEXES,
(PIN: BAC- ITIO GS No. 2021-0034 dated 12 October 2020)

GCC
Clause
1 REFER TO BSP TERMS OF REFERENCE AND ANNEXES.

2.2 REFER TO BSP TERMS OF REFERENCE AND ANNEXES.

3 The winning bidder is required, within ten (10) calendar days from receipt of the
Notice of Award, to submit the following:5
a. VALID JOINT VENTURE AGREEMENT, IF APPLICABLE;
b. IF NOT SUBMITTED UNDER ENVELOPE NO. 1:
i. CURRENT AND VALID MAYOR’S/BUSINESS PERMIT;
ii. ORIGINAL NOTARIZED PROOF OF APPOINTMENT OF BIDDER’S
AUTHORIZED REPRESENTATIVE;
iii. ORIGINAL NOTARIZED OMNIBUS SWORN STATEMENT; AND
iv. ORIGINAL NOTARIZED STATEMENT OF ALL ONGOING
CONTRACTS (FORM NO. 2), IF APPLICABLE;
c. THE SECURITIES EXCHANGE COMMISSION (SEC) CERTIFICATE
OF REGISTRATION OF THE FOREIGN CORPORATION, OR THE SEC
CERTIFICATE OF REGISTRATION OF THE FOREIGN CONSULTING
FIRM, AND/OR THE AUTHORITY OR LICENSE FROM THE
APPROPRIATE GOVERNMENT AGENCY OR PROFESSIONAL
REGULATORY BODY OF THE FOREIGN PROFESSIONALS
ENGAGING IN THE PRACTICE OF REGULATED PROFESSIONS AND
ALLIED PROFESSIONS, WHERE APPLICABLE (REVISED AS PER
GPPB RESOLUTION NO. 25-2019); AND
d. To submit its Performance Security in any of the following acceptable forms:

AMOUNT OF
PERFORMANCE
SECURITY (NOT LESS
ACCEPTABLE FORMS OF
THAN THE REQUIRED DETAILS/REMARKS
PERFORMANCE SECURITY
PERCENTAGE OF THE
TOTAL CONTRACT
PRICE)
1. CASH OR CASHIER’S/MANAGER’S FIVE PERCENT (5%) THE POSTED SECURITY
CHECK ISSUED BY A UNIVERSAL SHALL BE RETAINED BY
BSP FOR THE DURATION

5 Important Notice: Section 37.2.1. of the 2016 IRR of Rep. Act No. 9184 (Rep. Act No. 9184) requires the winning bidder
to post the Performance Security and enter into a contract with the procuring entity within ten (10) calendar days from
receipt by the winning bidder of the Notice of Award. It also requires the procuring entity to enter into contract with the
winning bidder within the same ten (10) day period, provided that all the documentary requirements are complied with. To
enable the winning bidder and the BSP to enter into contract within the ten (10) day period, the winning bidder is
requested to post the Performance Security not later than five (5) days from receipt thereof. The remaining five (5)
days shall be allotted for the execution of the Purchase Order/Job Order/Contract.

25
BANK (UB) OR COMMERCIAL OF THE CONTRACT UNTIL
BANK (KB). ITS COMPLETION.
2. BANK DRAFT / GUARANTEE OR FIVE PERCENT (5%) VALID FROM THE DATE OF
IRREVOCABLE LETTER OF ISSUANCE OF
CREDIT ISSUED BY A UB OR KB: PERFORMANCE SECURITY
PROVIDED, HOWEVER, THAT IT UNTIL ISSUANCE OF
SHALL BE CONFIRMED OR CERTIFICATE OF FINAL
AUTHENTICATED BY A UB OR KB, ACCEPTANCE BY THE
IF ISSUED BY A FOREIGN BANK END-USER.
(FOR A LIST OF UBS/KBS, REFER
TO HTTP://WWW.BSP.GOV.PH). CONDITIONS:
3. SURETY BOND CALLABLE UPON THIRTY PERCENT (30%) a. MUST BE VALID
DEMAND ISSUED BY A SURETY UNTIL ISSUANCE OF
OR INSURANCE COMPANY DULY THE CERTIFICATE OF
AUTHORIZED BY THE INSURANCE FINAL ACCEPTANCE
COMMISSION TO ISSUE SUCH BY THE END-USER
SECURITY. DEPARTMENT;
b. MUST GUARANTEE
NOTES: THE FAITHFUL
a. THE SURETY COMPANY SHOULD PERFORMANCE
BE AUTHORIZED BY THE UNDER THE
INSURANCE COMMISSIONER TO CONTRACT IN
GRANT AUTHORITY TO PRIVATE ACCORDANCE WITH
INSURANCE COMPANIES TO ACT THE BIDDING
AS SURETIES IN GOVERNMENT DOCUMENTS;
TRANSACTIONS IN ACCORDANCE c. POSTED IN FAVOR OF
WITH IC CIRCULAR NO. 2014-24 THE BANGKO
DATED 28 MAY 2014. SENTRAL NG
b. THE SURETY COMPANY SHALL PILIPINAS (BSP); AND
NOT BE INCLUDED IN THE GPPB’S d. SHALL BE FORFEITED
NEGATIVE LIST OF INSURERS IN CASE OF DEFAULT
PURSUANT TO GPPB GUIDELINES BY THE SUPPLIER IN
FOR THE ESTABLISHMENT OF ANY OF ITS
NEGATIVE LIST OF SURETY OBLIGATIONS UNDER
AND/OR INSURANCE COMPANIES THE CONTRACT.
[APPENDIX 29 OF THE 2016
REVISED IRR].
c. THE BSP SHALL NOT ACCEPT
SURETY BOND WITH LIMITING
CONDITIONS.
d. THE BSP HEREBY REQUESTS
THAT THE SUPPLIER OBTAIN ITS
SURETY FROM THE ATTACHED
LIST OF EVALUATED SURETY
COMPANIES.

4. NOTARIZED PERFORMANCE NO RATE PSD SHALL CEASE TO BE


SECURING DECLARATION (PSD), VALID UPON:
(USE GPPB-PRESCRIBED FORM AS a. ISSUANCE BY THE
PER GPPB RESOLUTION NO. 16- PROCURING ENTITY OF
2020). THE CERTIFICATE OF
FINAL ACCEPTANCE,
NOTES: SUBJECT TO THE
a. AN UNNOTARIZED PSD MAY BE FOLLOWING
ACCEPTED, SUBJECT TO CONDITIONS:
SUBMISSION OF A NOTARIZED i. PROCURING ENTITY
PSD BEFORE PAYMENT, UNLESS HAS NO CLAIMS
THE SAME IS REPLACED WITH A FILED AGAINST THE
PERFORMANCE SECURITY IN ANY CONTRACT
OF THE ACCEPTABLE FORMS AWARDEE;
ABOVE. ii. NO CLAIMS FOR
b. THE END-USER MAY REQUIRE LABOR AND
THE WINNING BIDDER TO MATERIALS WAS
REPLACE THE SUBMITTED PSD FILED AGAINST THE
WITH A PERFORMANCE CONTRACTOR; AND
SECURITY IN ANY OF

26
ACCEPTABLE FORMS ABOVE, iii. OTHER TERMS OF
UPON LIFTING OF THE STATE OF THE CONTRACT; OR
CALAMITY, OR COMMUNITY b. REPLACEMENT OF THE
QUARANTINE OR SIMILAR SUBMITTED PSD WITH
RESTRICTIONS, AS THE CASE A PERFORMANCE
MAY BE. SECURITY IN ANY OF
THE PRESCRIBED
FORMS UNDER
SECTION 39.2 OF THE
2016 REVISED IRR, AS
REQUIRED BY THE
END-USER
DEPARTMENT.
c. WINNING BIDDER
ACCEPTS THAT IT WILL
BE AUTOMATICALLY
DISQUALIFIED FROM
BIDDING FOR ANY
PROCUREMENT
CONTRACT WITH ANY
PE FOR A PERIOD OF
ONE (1) YEAR FOR THE
FIRST OFFENSE, OR
TWO (2) YEARS FOR
THE SECOND OFFENSE,
UPON RECEIPT OF
BLACKLISTING ORDER
IF IT HAS VIOLATED ITS
OBLIGATIONS UNDER
THE CONTRACT.

NOTES:

a. PERFORMANCE SECURITY (IN THE FORM OF SURETY BOND)


ISSUED BY A PRIVATE INSURANCE FIRM IS ACCEPTABLE
PROVIDED THAT THE SAID FIRM IS DULY AUTHORIZED BY THE
INSURANCE COMMISSION (IC) TO ISSUE SURETY BONDS AND
HAS NOT BEEN ISSUED A CEASE OR DESIST ORDER FROM THE IC
OR IS CURRENTLY NOT INCLUDED IN THE BLACKLISTED FIRMS.
b. FURTHERMORE, SURETY BOND WITH THE FOLLOWING OR
SIMILAR CONDITION/PHRASE SHALL NOT BE ACCEPTED:
i. “IN CASE OF DEFAULT OF THE PRINCIPAL, THIS BOND SHALL
ONLY ANSWER FOR THE DIFFERENCE IN THE BID PRICE OF
THE WINNING BIDDER AND THAT OF THE NEXT LOWEST
COMPLYING BIDDER OR THAT OF THE NEW WINNING BIDDER
IN CASE OF RE-BIDDING PLUS NECESSARY EXPENSES
INCURRED BY THE OBLIGEE IN THE RE-BIDDING WHICH
LIABILITY SHALL IN NO CASE EXCEED THE AMOUNT OF THE
BOND”;
ii. “THAT THE AMOUNT OF LIABILITY OF THE SURETY UNDER
THIS BOND IS LIMITED TO THE ACTUAL LOSS OR DAMAGE
SUSTAINED AND DULY PROVEN BY THE OBLIGEE”; OR
iii. “IT IS HEREBY FURTHER AGREED AND UNDERSTOOD THAT
NO ACTION AT LAW OR EQUITY SHALL BE BROUGHT
AGAINST THE SURETY UNDER THIS BOND UNLESS THE SAME
IS BROUGHT BEFORE A COMPETENT COURT WITHIN ONE
YEAR FROM THE DATE SAID WRITTEN NOTICE OF ANY
27
EXISTING OBLIGATION IS RECEIVED BY THE SURETY, AS
HEREIN STIPULATED.”
c. THE CONTRACT AWARDEE UNDERTAKES THAT, FOR ITS OWN
ACCOUNT, IT SHALL CAUSE THE EXTENSION OF THE VALIDITY
OF THE PERFORMANCE SECURITY WHEN THE IMPLEMENTATION
OF THE AWARDED CONTRACT HAS NOT YET BEEN ACCEPTED.

4 REFER TO BSP TERMS OF REFERENCE AND ANNEXES.

5 WARRANTY FOR PARTS AND SERVICES OF REPLACEMENT UNITS FOR


HARDWARE – ONE (1) YEAR FROM THE DATE OF BSP ACCEPTANCE BY
THE END-USER.

DURING THE WARRANTY PERIOD, THE AWARDEE SHALL RESPOND TO


THE SERVICE REQUESTS AS INDICATED IN THE BSP TERMS OF
REFERENCE AND IN THE EVENT THE SYSTEM BECOMES INOPERABLE
BASED ON THE BSP SERVICE LEVEL AGREEMENT. FAILURE TO COMPLY
WITH THE WARRANTY TERMS SHALL BE CONSIDERED AN INFRACTION
AND BSP SHALL IMPOSE CORRESPONDING DEDUCTION TO THE
WARRANTY BOND.

The obligation for the warranty shall be covered by, at the supplier’s option, either
Retention Money in an amount equivalent to ten percent (10%) of every progress
payment, or a Special Bank Guarantee issued by a UB or KB equivalent to ten percent
(10%) of the cost for hardware. The said amount shall only be released after the lapse
of the warranty period: Provided, however, that the GOODS supplied are free from
patent and latent defects and all the conditions imposed under the Contract have been
fully met.

THE SPECIAL BANK GUARANTEE SHALL REFLECT INFORMATION SUCH


AS BUT NOT LIMITED TO THE FOLLOWING:
• ISSUING BANK’S MACHINE VALIDATION OF BANK NAME AND
AMOUNT OF GUARANTEE;
• PURPOSE WHICH IS TO ASSURE THAT MANUFACTURING
DEFECTS SHALL BE CORRECTED BY THE
SUPPLIER/MANUFACTURER/ DISTRIBUTOR AFTER DELIVERY;
• DETAILS OF THE PURCHASE CONTRACT/AGREEMENT SUBJECT
OF GUARANTEE; AND
• MATURITY/EXPIRATION PERIOD OF THE GUARANTEE.

FOR THE SPECIAL BANK GUARANTEE, THE PREFERRED ISSUING BANK


IS THE DESIGNATED DEPOSITORY BANK IN THE AUTHORITY TO CREDIT
BANK ACCOUNT EXECUTED BY THE CONTRACT AWARDEE UNDER THE
BSP CHECKLESS PAYMENT SYSTEM. SPECIAL BANK GUARANTEE
ISSUED BY ANOTHER BANK SHALL BE JUSTIFIED.

Replacement of form of warranty from retention money to special bank guarantee


shall be allowed only subject to approval by the BSP official authorizing the covering
purchase contract/agreement and prior to payment. No substitution of form of

28
warranty shall be allowed after payments have been made. (Section 62.1 of the 2016
IRR).

Further, Warranty Security is not applicable for software maintenance and


subscription component of the requirement (Section 62.1 of 2016 Revised IRR),
which is neither expendable nor non-expendable supplies. (GPPB NPM No. 018-
2019 dated 05 August 2019, rendered to BSP)

29
Section VI. Schedule of Requirements
ONE (1) LOT – BSP SECURITY INFORMATION AND EVENTS MANAGEMENT
(SIEM) SYSTEM UPGRADE, INCLUSIVE OF HARDWARE REPLACEMENT,
SOFTWARE SUBSCRIPTION UPGRADE AND MAINTENANCE, AND
PROFESSIONAL SERVICES, AS PER BSP TERMS OF REFERENCE AND ANNEXES,
(PIN: BAC- ITIO GS No. 2021-0034 dated 12 October 2020)

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

REFER TO BSP TERMS OF REFERENCE AND ANNEXES.

Item Delivered,
Description Quantity Total
Number Weeks/Months

30
Section VII. Technical Specifications

Notes for Preparing the Technical Specifications


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

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

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

Sample Clause: Equivalency of Standards and Codes

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

31
Reference to brand name and catalogue number should be avoided as far as possible; where
unavoidable they should always be followed by the words “or at least equivalent.”
References to brand names cannot be used when the funding source is the GOP.

Where appropriate, drawings, including site plans as required, may be furnished by the
Procuring Entity with the Bidding Documents. Similarly, the Supplier may be requested to
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.

Technical Specifications
ONE (1) LOT – BSP SECURITY INFORMATION AND EVENTS MANAGEMENT
(SIEM) SYSTEM UPGRADE, INCLUSIVE OF HARDWARE REPLACEMENT,
SOFTWARE SUBSCRIPTION UPGRADE AND MAINTENANCE, AND
PROFESSIONAL SERVICES, AS PER BSP TERMS OF REFERENCE AND ANNEXES,
(PIN: BAC- ITIO GS No. 2021-0034 dated 12 October 2020)

REFER TO BSP TERMS OF REFERENCE AND ANNEXES

32
Section VIII. Checklist of Eligibility (Legal,
Technical and Financial), Financial Proposal
and Other 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.

GENERAL INSTRUCTIONS ON SUBMISSION OF BIDS

FOR MANUAL SUBMISSION OF BIDS:

Submit one (1) set (Original/Photocopy) of Envelope No. 1, containing the Eligibility
Documents: LEGAL,TECHNICAL AND FINANCIAL) & ENVELOPE NO. 2, containing
the FINANCIAL BID PROPOSAL.

FOR ELECTRONIC SUBMISSION OF BIDS:

1. Submit ENVELOPE 1 (ELIGIBILITY DOCUMENTS) and ENVELOPE 2


(FINANCIAL BID PROPOSAL) in separate zipped folders with different passwords (ie.
one (1) password for ENVELOPE 1 and another password ENVELOPE 2) .
2. Password shall be known only to the bidder or its duly authorized representative/s shall
not be disclosed to any BSP personnel before the opening of bids.
3. Save the documents in compressed or zipped folder (use 7-zip compression tool).
4. Bid submission without electronic key or passwords shall be considered unsealed bid
submission while those which are not compressed is not complying with two-factor
security procedure and hence, shall be rejected during bid opening.
5. For the detailed procedures, refer to ANNEX C. GUIDELINES ON MANUAL AND
ELECTRONIC SUBMISSION OF BIDS.

33
Checklist of Eligibility (Legal, Technical and
Financial) and Financial Proposal Documents
Project Title : One (1) Lot – BSP Security Information and Events Management
(SIEM) System Upgrade, inclusive of Hardware Replacement,
Software Subscription Upgrade and Maintenance, and Professional
Services, as per BSP Terms of Reference and Annexes

P.I.N : BAC-ITIO GS No. 2021-0034 dated 12 October 2020

Approved Budget for : Php16,000,000.00, inclusive of all applicable taxes and other charges
the Contract (ABC)

Bidder : __________________________________________________

ENVELOPE NO. 1 – ELIGIBILITY REQUIREMENTS (LEGAL,


TECHNICAL AND FINANCIAL DOCUMENTS)
[For organized checking of electronic documents, arrange your ELIGIBILITY AND
TECHNICAL DOCUMENTS/PROPOSALS with corresponding FILE NAMES as listed
below (i.e., E-DOC1 to E-DOC10). Save the documents in a zipped folder with password.]

(To be filled-up by the BSP Evaluator during the Preliminary Examination of Bids)

P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
I. ELIGIBILITY DOCUMENTS
Class “A” Documents
1./E-DOC1

APPLICABLE TO LOCAL BIDDER:

Philippine Government Electronic Procurement System


(PhilGEPS) Platinum Membership:
 Current PhilGEPS Certificate of Registration -
Platinum Membership including Annex “A”
showing the following documents:
 Registration Certificate (SEC, DTI, OR CDA);
 Y2020 Mayor’s/Business Permit,6 or in cases of
recently expired Mayor’s/Business Permit, copy
of recently expired Permit and Official Receipt
for renewal, subject to submission of Business
or Mayor’s permit after award of contract but
before payment; AND

6 Or equivalent document of Mayor’s/Business Permit for Exclusive Economic Zones or Areas.

34
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
 Current7 Tax Clearance Certificate (TCC).8

Notes:
i. In case the PhilGEPS Certificate of Registration has
expired on bidding date, the bidder shall submit the
same as a post-qualification requirement under
Envelope No. 3.
ii. In case a document in Annex “A” has expired on
bidding date, the bidder shall attach a copy of the
renewed/updated document to the PhilGEPS
Certificate of Registration. Otherwise, the
submission shall be considered “failed”.
iii. If the Bidder claims preference as a Domestic
Bidder/Domestic Entity:

 Certification from the Department of Trade and


Industry stating that the articles forming part of
its bid are substantially composed of articles,
materials, or supplies grown, produced, or
manufactured in the Philippines.

iv. If bidding as a Joint Venture (JV), all partners must


submit the document.

APPLICABLE TO FOREIGN BIDDER:

Philippine Government Electronic Procurement System


(PhilGEPS) Platinum Membership:

 Current PhilGEPS Certificate of Registration -


Platinum Membership including Annex “A”
showing the following documents:
 Registration Certificate;
 Y2020 Mayor’s/Business Permit, or equivalent
document;
 Current Tax Clearance Certificate (TCC); AND

 Certification from the relevant government office of


its country stating that Filipinos are allowed to

7 The TCC must bevalid or effective (not expired) on the date of the opening of bids and must be valid for BIDDING PURPOSES. Once
duly filed with the BIR, the Tax Clearance shall be accepted upon submission for all biddings that will be undertaken within the period of
effectivity of the Tax Clearance.However, the Bidder shall still submit a photocopy of the Tax Clearance and indicate therein that it has
already submitted the same to BSP as part of the Class “A” documents.
8 The TCC refers to the clearance issued by the Accounts Receivable Monitoring Division (ARMD) or appropriate office of the Bureau of

Internal Revenue, which is valid for bidding purposes, attesting that the taxpayer has no outstanding Final Assessment Notice and/or
delinquent account. As with other bidding requirements, the BSP validates the TCC as against the BIR list of entities with validly issued
TCCs.

35
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
participate in their government procurement
activities for the same item/product;
OR
 Copy of legislation from the country of the bidder
allowing foreign bidders to participate in their
government procurement, if applicable.

Notes:
i. Foreign Bidder refers to a citizen of a foreign
country or an entity where Filipino ownership or
interest is less than sixty percent (60%) who is
engaged in the manufacture or sale of the
merchandise or performance of the general services
covered by his bid, as per Appendix 9 – Guidelines
in the Determination of Eligibility of Foreign
Suppliers, Contractors, and Consultants to
Participate in Government Procurement Projects, of
the 2016 Revised Implementing Rules and
Regulations of Rep. Act No. 9184.
ii. In case the PhilGEPS Certificate of Registration has
expired on bidding date, the bidder shall submit the
same as a post-qualification requirement under
Envelope No. 3.
iii. In case a document in Annex “A” has expired on
bidding date, the bidder shall attach a copy of the
renewed/updated document to the PhilGEPS
Certificate of Registration. Otherwise, the
submission shall be considered “failed”.
iv. In case a copy of the recently expired
Mayor’s/Business Permit and Official Receipt for
Renewal were submitted on bidding date, the bidder
shall submit a copy of the current and valid
Mayor’s/Business Permit after award of contract but
before payment.
v. The above documents or its equivalent document/s
may be substituted by the appropriate equivalent
documents in English, if any, issued by the country
of the bidder concerned. Otherwise, it must be
accompanied by a translation of the documents in
English issued by the relevant foreign government
agency, the foreign government agency authorized
to translate documents, or a registered translator in
the foreign bidder’s country; and shall be apostilled9

9 An Apostille is a certificate that authenticates the origin of a public document. It is issued by a country that is party to the Apostille
Convention to be used in another country which is also a party to the Convention. On 14 May 2019, the Philippines officially

36
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
in apostille countries or authenticated by the
appropriate Philippine foreign service
establishment/post or the equivalent office having
jurisdiction over the foreign bidder’s affairs in the
Philippines.
vi. If bidding as a JV, all partners must submit the
document.

II. TECHNICAL DOCUMENTS


2./E-DOC2

 STATEMENT BY THE BIDDER OF ALL ITS


ONGOING GOVERNMENT AND PRIVATE
CONTRACTS AS OF 31 OCTOBER 2020,
including all contracts awarded but not yet started, if
any, whether similar or not similar in nature and
complexity to the contract to be bid (Use BSP-
prescribed Statement Form No. 1 and/or Statement
Form No. 2, whichever is applicable).

The statement shall include, for each contract, the


following:
a. Name of the client and description of project;
b. Contract reference and date;
c. Amount of contract and percentage of
accomplishment; AND
d. Value of outstanding contracts.

Notes:
i. Use Statement Form No. 1 (Form 1) if bidder’s
ongoing government and private contracts are not
covered by a Non-Disclosure Agreement (NDA);
ii. Use Statement Form No. 2 (Form 2) if the bidder’s
ongoing government and private contracts are
covered by NDA). The statement, which must be
NOTARIZED, must include, for each contract, the
following:
(a) Indicative Aggregate Amount of the Contract;
(b) Percentage of Accomplishment; and

became a party to the Apostille Convention. Authentication is still required for all Philippine documents to be used abroad, but
this time with an Apostille instead of an Authentication Certificate ("red ribbon") as proof of authentication. After authentication
by the Department of Foreign Affairs - Office of Consular Affairs (DFA-OCA), as Competent Authority, there is no more need
for authentication (legalization) by Foreign Embassies or Consulates except for countries that have not acceded to the
the Convention and countries that objected to the Philippine accession (Source:https://www.dfa.gov.ph/dfa-news/dfa-
releasesupdate/22280-question-and-answer-and-infographics-onauthenticationthrough-apostille).

37
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
(c) Indicative Aggregate Value of Outstanding
Works/Undelivered Portion;

iii. The Bidder is allowed to submit an unnotarized


Form 2 subject to submission of the NOTARIZED
Form 2 after award of contract but BEFORE
payment.
iv. Bidders shall include all ongoing contracts with the
BSP, including all contract/s awarded but not yet
started for the said period, if any;
v. The bidder shall declare the project name and
description, name of clients and contact details; and
vi. If bidding as a JV, the Statement shall be submitted
by any of the JV partners.
3./E-DOC3

 Statement of the Bidder’s SINGLE LARGEST


COMPLETED CONTRACT (SLCC) SIMILAR TO
THE CONTRACT TO BE BID (Use BSP-suggested
form). A similar contract refers to ANY
CONTRACT WHICH INVOLVES SUPPLY AND
DELIVERY, INSTALLATION, AND
CONFIGURATION AND/OR SUPPORT AND
MAINTENANCE OF SECURITY
INFORMATION AND EVENTS MANAGEMENT
(SIEM) IBM QRADAR.

The SLCC shall be supported by the following


documents:

 a. Copy of SLCC completed from Y2015 to


present amounting to at least 50% the ABC
(Contract/Agreement can be any or all of the
following: Contract/Job Order/Purchase
Order/Notice of Award/Notice to Proceed/
Sales Invoice/Official Receipt or any other
duly executed document proving/showing
the name/nature of project or project
description and contract cost);
AND
 b. Proof of Completion and Acceptance for the
aforesaid SLCC (Proof of completion and
acceptance can be any or all of the following:
Official Receipt/Certificate of Completion/
Certificate of Acceptance/Certificate of
Satisfactory Performance/Sales Invoice/

38
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
Statement of Account showing
payment/Delivery Receipt duly
acknowledged by the client).
Notes:
i. The submitted document/s must show the following
mandatory information:
 (a) Contract is similar to the requirement;
 (b) Contract cost is at least 50% of the ABC;
and
 (c) Contract must have been completed as of
date of bidding;
ii. If all details needed in items 3a and 3b can be
established in a single document, the same is
acceptable as submission for the two (2) items;
iii. If Sales Invoice/Official Receipt/Statement of
Account is submitted, it must reflect the full
payment of the contract price of aforesaid
completed project;
iv. If bidding as a JV, the statement shall be submitted
by any of the JV partners;
v. A Filipino citizen/sole proprietorship, partnership,
corporation, or cooperative may submit a contract
which it previously entered into in partnership with
another person/entity as a JV in compliance with the
SLCC [Single Largest Completed Contract]
requirement, provided that such JV was
unincorporated or contractual in nature. Otherwise,
the contract of said JV shall not be considered as an
individual experience of any of the JV partners for
purposes of complying with the above technical
eligibility requirement; and
vi. If the bidder’s single largest completed contract
similar to the requirement is covered by a
confidentiality agreement, it shall submit a
certification from its client stating the following
details:
(a) Name of client;
(b) Contact information of client;
(c) Nature/type of goods and services provided,
with the indicative amount of the contract;
(d) The contract has been successfully completed
as of bidding date; and
(e) A statement that the disclosure of the contract
is restricted by a confidentiality agreement.

39
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
4./E-DOC4

BID SECURITY

 Bid Securing Declaration (BSD) (Use GPPB-


prescribed form); or

Any of the following forms and amounts (refer to


CLAUSE 14.1 of BDS for applicable amounts):

 Cash or Cashier’s/Manager’s Check issued by a


UB or KB;
 Bank draft/guarantee or irrevocable letter of credit
issued by a UB or KB: Provided, however, that it
shall be confirmed or authenticated by a UB or KB,
if issued by a foreign bank (for a list of UBs/KBs,
refer to http://www.bsp.gov.ph); OR
 Surety Bond callable upon demand issued by a
surety or insurance company duly authorized by the
Insurance Commission to issue such security.

Notes:
i. If Cash is posted as bid security, it must be put in a
separate envelope with amount stated therein,
sealed, and placed inside Envelope No. 1. If bid
security is paid through Union Bank or
Debit/Credit/(Visa/Master) Card Payment, a copy
of the deposit slip or screenshot of the online
payment shall be included in Envelope 1.
ii. The Bidder is allowed to submit an unnotarized Bid
Securing Declaration, subject to submission of the
NOTARIZED Bid Securing Declaration during
post-qualification stage under Envelope No. 3.
iii. For online or electronic bid submission, the bidder
is allowed to submit scanned copy of the Bid
Securing Declaration or other acceptable forms,
excluding Cash, subject to submission of the
original copy thereof during post-qualification stage
under Envelope No. 3.
iv. If bidding as a JV, the document/s shall be
submitted by any of the JV partners.

40
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
5./E-DOC5

TECHNICAL SPECIFICATIONS/ TERMS OF


REFERENCE

 5.1 BSP Terms of Reference (TOR)


 5.2 Annex A – BSP Service Level Agreement
 5.3 Annex B – Service Response
 5.4 Annex C – BSP Confidentiality and Non-
Disclosure Agreement

Notes: The above document/s must likewise be


signed/initialed by the Bidder’s
authorized representative/s on the
appropriate portion/s, and submitted as
part of the Technical Documents. Revised
technical documents (i.e., revised pages
of the TOR and Annexes), which are
issued through bid bulletins, must
likewise be signed by and/or submitted
by the bidder as part of the technical
documents to signify conformity to the
changes in the revised documents.

 5.5 Technical staff who will provide support


to BSP for the duration of the contract
with the following minimum
qualifications:
 a. At least one (1) Certified or
Trained Product Engineer of IBM
QRadar SIEM System with a
minimum of one (1) year
experience in providing on-site
support and consultation,
supported by the following
documents:
• Certificate of Employment
issued by the bidder;
• Curriculum Vitae (CV) duly
signed by the nominated
technical staff;
• Training certificate issued by
the Principal or authorized
training provider/partner taken
within the last five (5) years;
and/or
41
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
• Certification issued by the
Principal or authorized training
provider/partner which would
be valid for at least one (1)
year.

 b. At least one (1) trained Project


Manager with a minimum of one
(1) year IT Project Management
experience, supported by the
following documents:
• Certificate of Employment
issued by the bidder;
• CV duly signed by the
nominated Project Manager.

 5.6 If Dealer/Distributor/Supplier/Channel
Partner/Vendor, submit Certification of
Authority to Distribute Security
Information and Events Management
(SIEM) IBM QRADAR issued by the
Manufacturer/Developer/Principal;
OR
If Reseller, submit Authority to Resell
Security Information and Events
Management (SIEM) IBM QRADAR
issued by the Dealer/ Distributor/
Supplier/ Channel Partner AND the
Manufacturer/ Developer/ Principal’s
Certificate.

Note: If bidding as a JV, the document/s shall be


submitted by any of the JV partners.

6./E-DOC6

 Omnibus Sworn Statement (OSS) of the bidder


containing the following: (Use GPPB prescribed
form as per GPPB Resolution No. 16-2020)

 a. Appointment of the Bidder’s Authorized/


Designated Representative;
 b. Authority of the Bidder’s Authorized/
Designated Representative;
 c. Non-inclusion in the Blacklist;

42
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
 d. Authenticity of the Submitted Documents;
 e. Authority to Validate Submitted
Documents;
 f. Disclosure of No Relationship;
 g. Compliance with Labor Laws and
Regulations;
 h. Bidder’s Responsibilities;
 i. Compliance with GPPB Resolution No. 22-
2013 in relation to BSP’s “No Gift Policy”
under Office Order No. 0485, Series of
2014; AND
 j. Provision on Advance Payment.

Notes:
i. Omission of any of the aforesaid provisions in the
OSS shall be considered as “failed”;
ii. The Bidder is allowed to submit an unnotarized
OSS, subject to submission of the NOTARIZED
OSS after award but BEFORE payment;
iii. For online or electronic bid submission, the bidder
is allowed to submit scanned copy of the OSS
subject to submission of the original copy thereof
during post-qualification stage under Envelope No.
3;
iv. Refer to the BSP website for the list of BSP
personnel involved in the procurement. For the list
of BSP personnel involved in project, refer to the
BSP Terms of Reference (for disclosure of no
relationship); and
v. If bidding as a JV, all partners must submit the
document.

AND

PROOF OF APPOINTMENT OF BIDDER’S


AUTHORIZED REPRESENTATIVE/S (Proof of
Appointment)

 NOTARIZED Certificate issued by the


Corporate Secretary (for Corporation/
Cooperative/ Joint Venture) or issued by the
Managing Partner or President (for
Partnership), attesting the appointment of the
bidder’s representative/s (Refer to Sample
Form); OR

43
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
 NOTARIZED Special Power of Attorney, for
Sole Proprietorship (Refer to Sample Form).

Notes:
i. The Proof of Appointment shall include, among
others, the following details:
(a) Resolution Number/Order, if applicable;
(b) Government-issued ID of the Affiant; and
(c) Government-issued ID of the Authorized
Representative/s with specimen signature/s.
ii. If bidding as a JV, which is already formed, JV can
submit one NOTARIZED Certificate appointing
bidder’s representative/s;
iii. If JV is not yet formed, all partners must submit the
Notarized Certificate;
iv. The Bidder is allowed to submit an unnotarized
Proof of Appointment, subject to submission of the
NOTARIZED Proof of Appointment prior to
execution of the Purchase Order/Job Order or
Contract, if the bidder’s representative will be the
one to sign the same on behalf of the winning
bidder.
v. Frequent or past bidders of the BSP who maintain
or retain the same bidders’ representative can
submit a copy of the same Secretary’s Certificate or
SPA used in another bidding.

III. FINANCIAL DOCUMENTS


7./E-DOC7

APPLICABLE TO LOCAL BIDDER:

 BIDDER’S AUDITED FINANCIAL


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

Notes:
i. Submission of a consolidated AFS is allowed,
provided, that the data for the participating Bidder
can be extracted to establish the financial capacity of
the Bidder;

44
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
ii. If bidding as a Joint Venture (JV), the AFS shall be
submitted by any of the JV partners.

APPLICABLE TO FOREIGN BIDDER:

 BIDDER’S AUDITED FINANCIAL


STATEMENT (AFS), showing, among others, the
Bidder’s total and current assets and liabilities, for
the preceding calendar year which should not be
earlier than two (2) years from the date of bid
submission.
Notes:
i. Submission of a consolidated AFS is allowed,
provided, that the data for the participating Bidder
can be extracted to establish the financial capacity of
the Bidder.
ii. In case a foreign bidder is not required to submit AFS
pursuant to the laws in its jurisdiction, it shall submit
the following:
a.  A certification from the relevant foreign
government agency stating to the effect that
submission of AFS is not required under its
laws; AND
b.  In lieu of the AFS, Financial Statement
stamped received by its appropriate tax
authority for the preceding year, shall be
submitted. In case a Financial Statement
stamped received by the tax authority is not
yet available, submission of a Financial
Statement for the required year is allowed,
together with a Notarized Certification from
the accounting firm, which prepared the
Financial Statements stating that it has
prepared the said Financial Statements in
accordance with all pertinent laws and
regulations under its jurisdiction.

iii. If bidding as a Joint Venture (JV), the AFS shall be


submitted by any of the JV partners.

8./E-DOC8

 Computation of Net Financial Contracting Capacity


(NFCC) which must be at least equal to the ABC,
based on submitted AFS under Annex A of

45
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
PhilGEPS Certificate or submitted AFS under
item7/E-DOC7, and list of ongoing project/s under
item 2/E-DOC2, computed as follows:

NFCC = [(Current assets minus current liabilities)


(15)] minus the value of all outstanding or
uncompleted portions of the projects under ongoing
contracts, including awarded contracts yet to be
started, coinciding with the contract to be bid.
OR
Committed Line of Credit issued by a Universal
Bank (UB) or Commercial Bank (KB), which must
be at least equal to ten percent (10%) of the ABC;
Provided, that if the same is issued by a foreign UB
or KB, it shall be confirmed or authenticated by a
local UB or KB.

Notes:
i. The values of the domestic bidder’s current assets
and current liabilities shall be based on the latest
AFS submitted to the BIR.
ii. If bidding as a JV, the document shall be submitted
by any of the JV partners provided, that the partner
responsible to submit the NFCC shall likewise
submit the Statement of all ongoing contracts and
AFS.

Class “B” Documents


9./E-DOC9

If bidding as a FORMED Joint Venture (JV)


 Valid JV Agreement (JVA) showing that
Filipino ownership or interest of the JV
concerned shall be at least 60%.

If bidding as a JV TO BE FORMED
 In the absence of a JVA, a NOTARIZED
statement(s) from each/all the potential JV
partners stating that they will enter into and abide
by the provisions of the JVA in the instance that
their bid is successful.

Note: The Bidder is allowed to submit an unnotarized


statement from each/all the potential JV partners
stating that they will enter into and abide by the

46
P F
CONTENTS/ A A
DOCUMENTS REMARKS
DESCRIPTION S I
S L
provisions of the JVA in the instance that their
bid is successful, subject to submission of the
valid JVA within ten (10) calendar days from
receipt of the Notice of Award.
Checked by: ________________________
Signature Above Name

Date: ____________________________

FOR MANUAL SUBMISSION OF FINANCIAL PROPOSALS:

THE MANUAL FINANCIAL BID FORM INCLUDING ALL ATTACHMENTS (IF


ANY) SHALL BE SIGNED/INITIALED/E-SIGNED BY THE BIDDER OR BIDDER’S
AUTHORIZED REPRESENTATIVE/S ON EACH AND EVERY PAGE. FAILURE TO
DO SO SHALL BE A GROUND FOR REJECTION OF THE BID.

FOR ELECTRONIC TRANSMITTAL OF FINANCIAL PROPOSALS (E-DOCUMENT):

THE ELECTRONIC FINANCIAL BID FORM INCLUDING ALL ATTACHMENTS (IF


ANY) SHALL CONTAIN THE E-SIGNATURE OF THE BIDDER’S AUTHORIZED
REPRESENTATIVE/S ON EACH AND EVERY PAGE. FAILURE TO DO SO SHALL
BE A GROUND FOR REJECTION OF THE BID.

ENVELOPE NO. 2 – FINANCIAL BID PROPOSAL


(For organized checking of e-documents, arrange the FINANCIAL PROPOSAL
DOCUMENTS with the following file names: F-DOC1 and F-DOC2, corresponding to the
list below. Save the documents in a zipped folder with password.)

In case one or more of the requirements in Envelope No. 2 is missing, incomplete or patently
insufficient, and/or if the submitted total bid price exceeds the ABC, the BAC shall rate the bid
as “failed”. (Sec. 30.2, Rule IX, IRR)

Bids not addressing or providing all the required items in the Bidding Documents including,
where applicable, Bid Cost Sheet, shall be considered non-responsive and, thus, automatically
disqualified. In this regard, where a required item is provided, but no price is indicated, the
same shall be considered as non-responsive, but specifying a “0” (zero) or “-” (dash) for the
said item would mean that it is being offered for free to the government, except those required
by law or regulations to be provided for. (Sec 32.2.1(a), Rule IX, IRR) To ensure completeness
of the bid, bidders must ensure that ALL items, columns or matrices in the prescribed forms
are appropriately filled-up and no item, column, or matrix is left blank.

47
Further, bidders are not allowed to revise the quantities/unit of measurement indicated therein.
During the conduct of bid evaluation, if quantity/unit of measurement is revised, the bid shall
be recalculated based on the quantities/unit of measurement indicated in the final Bid Cost
Sheet. This is to ensure that all bids are evaluated on equal footing pursuant to Section 32.2.2
of the 2016 Revised IRR.

P F
CONTENTS OF A A
REMARKS
DOCUMENT S I
S L
1./F-DOC1
FINANCIAL BID FORM, two (2) pages (Use
prescribed form)
2./F-DOC2
Bid Cost Sheet, one (1) page (Use BSP-prescribed
form)

Checked by: ____________________________


Signature Above Name
Date: _________________________________

ENVELOPE No. 3 – OTHER DOCUMENTS REQUIRED FROM THE LOWEST/SINGLE


CALCULATED BIDDER (L/SCB) UNDER SECTION 34.2 OF THE REVISED IRR

• Documents must be submitted within five (5) calendar days from receipt of
notice/advice from the BAC.
• The bidder may also opt to submit the documents on date of bidding.
• Documents may be submitted manually or electronically (except items 6 and 7).
SUBMITTED
NOT
During During post- SUBMITTED
bidding qualification
1. Y2018 or Y2019, if available, INCOME TAX
RETURNS (ITR) duly filed thru Electronic Filing and
Payment System (eFPS) of the BIR, as provided for
under Executive Order (E.O.) No. 398 or Revenue
Regulations (RR) 3-2005, together with the Filing and
Payment References.
Note: If bidding as a JV, all partners shall submit the
document.

2. BUSINESS TAX RETURNS (Quarterly Value-Added


Tax Form 2550-Q) for the quarter ending 30 JUNE 2020
or 30 SEPTEMBER 2020, if available, per RR 3-2005.

48
SUBMITTED
NOT
During During post- SUBMITTED
bidding qualification
Note: If bidding as a JV, all partners shall submit the
document.

3. COMPANY PROFILE indicating the following:


a. Current composition of the Board of Directors;
b. Principal Officers;
c. Principal Stockholders; and
d. Line of works / services.
Note: If bidding as a JV, all partners shall submit the
document.

Additional requirement applicable only to a Bidder


who/which is a previous/current supplier of BSP:
4. CERTIFICATE OF SATISFACTORY
PERFORMANCE issued by the end-user department for
the following, if any:
a. Most recent completed BSP project; and
b. All ongoing BSP project/s with at least 20%
accomplishment.
Note: If bidding as a JV, all partners shall submit the
document.

5. CURRENT PHILIPPINE GOVERNMENT


ELECTRONIC PROCUREMENT SYSTEM
(PHILGEPS) PLATINUM MEMBERSHIP, in case said
document was not submitted in Envelope No. 1.
Note: If bidding as a JV, all partners shall submit the
document.

6. ORIGINAL COPY OF NOTARIZED BID SECURING


DECLARATION (BSD) or any one of the following
acceptable forms of Bid Security, in case an unnotarized
or scanned document was submitted in Envelope No. 1:
 Cash or Cashier’s/Manager’s Check issued by a UB
or KB;
 Bank draft/guarantee or irrevocable letter of credit
issued by a UB or KB: Provided, however, that it
shall be confirmed or authenticated by a UB or KB,
if issued by a foreign bank (for a list of UBs/KBs,
refer to http://www.bsp.gov.ph); OR
 Surety Bond callable upon demand issued by a
surety or insurance company duly authorized by the
Insurance Commission to issue such security.

49
SUBMITTED
NOT
During During post- SUBMITTED
bidding qualification
Notes:
i. If Cash is posted as bid security, it must be put in a
separate envelope with amount stated therein, sealed, and
placed inside Envelope No. 3. If bid security is paid
through Union Bank OR
DEBIT/CREDIT/(VISA/MASTER) CARD
PAYMENT, a copy of the deposit slip or screenshot of
the online payment shall be included in Envelope 3.
ii. If bidding as a JV, the document/s shall be submitted by
any of the JV partners.
7. ORIGINAL COPY OF OMNIBUS SWORN
STATEMENT (OSS), in case scanned copy thereof was
submitted in Envelope No. 1 for online or electronic bid
submission.
Notes:
i. Omission of any of the aforesaid provisions in the OSS
shall be considered as “failed”;
ii. If bidding as a JV, all partners must submit the
document.

Received by: _______________________


Signature Above Name
Date: ____________________________

IMPORTANT NOTICE:

1. In case of any inconsistency between the Invitation to Bid (IB) and all other documents, the IB shall
prevail. In case of inconsistency between the listed documents in the Instructions to Bidders (ITB)
and the Bid Data Sheet (BDS) and Checklist of Requirements for Bidders, the ITB and BDS shall
prevail
2. The actual signature of the authorized representative of the prospective bidder, cropped and pasted
handwritten signatures, adobe-created signatures, unique figures and symbols and stamped signatures
are ACCEPTABLE as e-signatures. However, text-typing the name of the bidder and/or the words
“SGD. or ORIGINAL SIGNED” and the like without distinctive features are NOT ACCEPTABLE;
and
3. An electronically signed document submitted by the bidder shall be presumed to belong to that of the
bidder if signed by its duly authorized representative and sent to the email of the Bid Recipient.

50
BIDDING FORMS
File Name for Bid
DESCRIPTION OF DOCUMENT
Submission
UNDER ENVELOPE NO. 1 – ELIGIBILITY REQUIREMENTS (LEGAL, TECHNICAL AND
FINANCIAL DOCUMENTS)
1 2./E-DOC2 Statement of On-going Government and Private Contracts
a. Statement Form No. 1; and/or
b. Statement Form No. 2.
2 3./E-DOC3 Statement of Single Largest Completed Contract Similar to the
Requirement
3 4./E-DOC4 Bid Securing Declaration Form
4 Omnibus Sworn Statement
5 6/E-DOC6 Corporate Secretary’s Certificate
6 Special Power of Attorney
UNDER ENVELOPE NO. 2 – FINANCIAL BID PROPOSAL
7 1./F-DOC1 Financial Bid Form
8 2./F-DOC2 Bid Cost Sheet

CONTRACT FORMS
(TO BE SUBMITTED BY THE WINNING BIDDER)

File Name DESCRIPTION OF DOCUMENT


1 NOA Notice of Award with Conformity
Performance Securing Declaration (Allowed During State
2 PSD
of Calamity)
3 CONTRACT Contract Agreement
4 JVA If JV: Joint Venture Agreement (Sample Only)

ANNEXES
ANNEX GUIDELINES AND PROCEDURES
A Procedures in the Payment of Bidding Documents
B Guidelines in the Conduct of Pre-Bid Conference and Opening of Bids
C Guidelines in the Submission of Bids (Manual and Electronic)

51
Bid Form for the Procurement of Goods
[shall be submitted with the Bid]
(If submitted as an electronic document use F-DOC1 as file name)
_________________________________________________________________________

BID FORM
Date : _________________
Project Identification No. : _________________

To: BIDS AND AWARDS COMMITTEE- INFORMATION TECHNOLOGY, INFRASTRUCTURE AND


OTHER RELATED COMPONENTS
BANGKO SENTRAL NG PILIPINAS

Having examined the Philippine Bidding Documents (PBDs) including the issued
Supplemental or Bid Bulletin Numbers, the receipt of which is hereby duly acknowledged, we,
the undersigned, offer the following:

Approved Budget for the Total Bid Price,


Description of Contract (ABC), inclusive of all applicable taxes
Requirement/Project inclusive of all applicable and other charges
taxes and other charges (in Figures and in Words)

One (1) Lot – BSP Security Php16,000,000.00 Php___________________


Information and Events (in figures)
Management (SIEM) System Any bid with financial
Upgrade, inclusive of Peso:
proposal exceeding the
Hardware Replacement, amount shall not be
Software Subscription accepted.
Upgrade and Maintenance,
and Professional Services, as (in words)
per BSP Terms of Reference
and Annexes [In accordance with the Price Schedules
(Bid Cost Sheet). If submitted as an
electronic document use F-DOC2 as file
name.]

1. We understand that the above submitted bid price, as read, shall still be evaluated
and corrected for computational errors, and other bid modifications in accordance
with the Price Schedules attached herewith and made part of this Bid.

Signature Above Printed Name/E-Signature* of the


Bidder’s Duly Authorized Representative
2. The total bid price includes the cost of all taxes, such as, but not limited to the
applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes, and (iv)
other fiscal levies and duties, which are itemized herein or in the Price Schedules;
3. If our Bid is accepted, we undertake:
a. to deliver the goods in accordance with the delivery schedule specified in the
Schedule of Requirements of the Philippine Bidding Documents (PBDs);
b. to provide a performance security in the form, amounts, and within the times
prescribed in the PBDs;
c. to abide by the Bid Validity Period specified in the PBDs and it shall remain
binding upon us at any time before the expiration of that period.
4. Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your Notice of Award, shall be binding upon us;
5. We understand that you are not bound to accept the Lowest Calculated Bid or any Bid
you may receive;
6. We certify/confirm that we comply with the eligibility requirements pursuant to the
PBDs;
7. The undersigned is authorized to submit the bid on behalf of the bidder as evidenced
by the attached Special Power of Attorney/Secretary’s Certificate/ Certification from
the Bidder/Authority issued by the bidder.

We acknowledge that failure to sign each and every page of this Bid Form, including
the attached Schedule of Prices, shall be a ground for the rejection of our bid.

Name/Legal
Capacity/Position:
Signature Above Printed Name/E-Signature* of the
Bidder’s Duly Authorized Representative
Duly authorized to sign Bid
for and on behalf of:
____________________________________________________
(Name of Bidder)
Date:

No. & Street Building/Barangay


Address:
City/Town//Province Postal/Zip Code

Telephone No.
Fax No.
Email Address:
BID COST SHEET
One (1) Lot BSP Security Information and Events Management (SIEM) System Upgrade
Quantity Other Applicable Charges Total Cost in PHP
Description Unit Price in PHP
and/or Taxes
Software Subscription and Support (Renewal) 1/
IBM Security QRadar SIEM All-in-One 31XX Install
1
Annual Software Subscription and Support Renewal
IBM Security QRadar SIEM Event Capacity Increase from 1K to 2.5K EPS Install Annual SW
1
Subscription & Support Renewal
IBM Security QRadar SIEM Event Capacity Pack Increase of 2.5K EPS Install Annual SW
1
Subscription & Support Renewal
Software Subscription and Support Upgrade 1/
IBM QRadar Event Capacity 2.5K Events Per Second License + SW Subscription & Support 12 2
Months
Subtotal
Hardware Upgrade and Maintenance Services 2/
IBM QRadar Core Appliance xx29 G2 Appliance Install Appliance + Subscription and Support
1
12 Months
IBM QRadar Core Appliance xx29 G2 Business Critical Service Upgrade Appliance Install Initial
1
License + Subscription and Support 12 Months
IBM QRadar Core Appliance xx29 G2 Hard Drive Retention Service Upgrade Appliance Install
1
Initial License + Subscription and Support 12 Months
Subtotal
Project Management and Migration Services 1 lot
Technical Support Services (email, phone, on-site support and inclusive of semi-annual
1 lot
system health check)
Subtotal
TOTAL BID COST Inclusive of all Applicable Charges and/or Taxes
1/ Events Per Second (EPS) Software Subscription/Entitlement should be 10K EPS.
2/ Appliance Minimum Requirement Should be able to accommodate the EPS Increase, and provide optimal Performance with 70% maximum threshold on all components/resources,
and should comply with the Deliverables requirement in the Terms of Reference as stated:
“Replace the existing Hardware of the BSP SIEM System with equal or better quality inclusive of warranty and maintenance support and services – and should be capable of delivering optimal
performance for the EPS INCREASE REQUIREMENT from 5K Events Per Second (EPS) to 10K EPS.”
In no case shall advance payment be made and actual payment shall only cover the actual period/services rendered.

Name of bidder: __________________________________


By: ______________________________________________
Signature of Authorized Representative Above Printed Name
Date: ___________________

Place Authorized End User Signature(s) here: (1)___________ (2)____________


ANNEXES
ANNEX A

PROCEDURES IN THE PAYMENT OF BIDDING DOCUMENTS

BIDDING DOCUMENTS FEE

A complete set of Bidding Documents may be acquired by Interested Bidders1 by sending an e-mail
request to [email protected] and [email protected] or it may also be
downloaded from the websites of the Philippine Government Electronic Procurement System
(www.philgeps.gov.ph) and the Bangko Sentral ng Pilipinas (www.bsp.gov.ph). The cost for the
bidding documents is Php25,000.00.

PAYMENT OPTIONS/INSTRUCTIONS

Note: PAYMENT SHALL BE MADE NOT LATER THAN THE DATE AND TIME OF BID SUBMISSION AND
OPENING. However, prospective bidders are encouraged to pay the bid documents fee at least
one (1) day before the deadline for submission and opening of bids.

STEP 1:
Request for “Order of Payment” (OP) from the BAC Secretariat at [email protected]
and [email protected] and indicate the following:

 Company Name (Bidder)


 Valid Email Address
 Valid Phone Number
 Project Name (that the bidder will participate in). If bidding for several lot items,
please indicate the specific lots that the bidder will participate in.
STEP 2:
An email notification and copy of the OP will be received through the provided email address or you
may contact the BAC-Secretariat at (632)(5)306-2798/2800/3075) or send an email at
[email protected] for the OP details. Verify all the details in the received OP
copy/email notification and take note of the PAYMENT DUE DATE.

1F
or new bidders, please submit clear photocopies of the following documents:
a) Business Registration with SEC/DTI/Other Government Agency, whichever is applicable; and
b) BIR Certificate of Registration (BIR Form No. 2303), if applicable.
SAMPLE ORDER OF PAYMENT

STEP 3: : PAYMENT THROUGH PAYMENT CHANNELS

1. Via Accredited Collecting Agent – Union Bank of the Philippines (UBP)


a. Cash or Check via Over-the-Counter (OTC) Bills Payment in any UBP Branch
b. Online Banking Bills Payment (payor must be an account holder)
• Payment for/Biller: Bangko Sentral ng Pilipinas
• Client Name: Indicate Company Name (Bidder)
• Amount: As indicated in the Order of Payment
• OP Reference Number: As indicated in the OP document (see sample OP)
• Remarks: Indicate a short version of the Project Name the bidder is
participating on (e.g., “Office Furniture”)

2. Via Debit/Credit (Visa/Master) Card Payment


• Clients with no UBP account can pay online through the Visa/MasterCard
Payment Gateway
• Access the BSP Website at www.bsp.gov.ph
• Click NOPS Portal under Quick Links
• Input the OP reference number in the field provided and click Inquire Status or
Pay Online
After payment is confirmed, the Receipt is displayed. Print the receipt for
presentation or email to the BAC Secretariat at [email protected]
and to the Procurement Office at [email protected].

Note: For both payment channels, the bidder will receive an email notification with the attached
Official Receipt.

3. Via BSP Head Office’s CASH DEPARTMENT


Prospective bidders are highly encouraged to pay through the Payment Channels
as indicated under Items 1 and 2 above as entry of visitors in the BSP-HO are limited
to certain areas only. In extraordinary circumstance however, prospective
bidders/suppliers paying through the BSP’s Cash Department are requested to inform
the BAC, through the BAC-Secretariat and/or Procurement Office, at least two (2)
days in advance to assist the bidders in the payment process.
Transaction Schedule: 9:00 AM – 2:00 P.M., Mondays to Thursdays

(Please allow time for possible queues including, but not limited to, the precautionary and
security measures being implemented in the BSP-Head Office in view of COVID-19)

STEP 4:
Submit a copy of proof of payment (i.e., Bills Payment Slip, screenshot of proof of online/mobile
payment, or copy of the Official Receipt) to the BAC Secretariat prior to or together with the
submission of bidding documents.
OTHER REMINDERS

1. The BSP does not issue Certification on the conduct of Conferences/Meetings and/or
Submission and Opening of Bids for purposes of Checkpoint clearance. Prospective bidders
may print the Invitation to Bid/Bid Bulletins/ Advisories/Notices issued by the BSP showing
the scheduled activities.
2. Additional queries, especially with regard to the procedures for the Microsoft Teams
connection, may be submitted in advance to the BAC-Secretariat at BACSecretariat-
[email protected], to allow BSP’s IT Group to respond accordingly.
ANNEX B

GUIDELINES IN THE CONDUCT OF PRE-BID CONFERENCE


1. With due observance of social distancing measures, when necessary, Pre-bid Conferences,
whenever scheduled, shall refer to the conduct of face-to-face pre-bid conference, online
teleconferencing or videoconferencing. The date, time and online platform shall be stated
in the procurement opportunity (i.e., Invitation to Bid, Request for Expression of Interest,
etcetera) or in duly issued Bid Bulletin.
2. Prior to the scheduled pre-bid conference, prospective bidders shall signify their intention
to participate in the scheduled pre-bid conference by submitting/registering their contact
information and e-mails where the online invitation to participate shall be sent.
Prospective bidders who fail to participate in the pre-bid conference shall not be
disqualified.
3. Participating bidders are highly encouraged to download the bidding documents from the
BSP or PhilGEPS websites.
4. For expedient conduct of the Conference/Meeting, the bidders shall be expected to have
read and sufficiently understood the issued bidding documents and requirements prior to
the scheduled Conference/Meeting. Bidders may send their questions or requests for
clarification in advance at least one (1) day prior to the date of Pre-bid
Conference/Meeting to [email protected] and to [email protected].
Participating bidders may also use the online messaging facility during the meeting, which
shall form part of the Minutes. The discussions will focus on the documentary
requirements that need emphasis, as deemed necessary, and on the queries/clarifications
received from the prospective bidders.
5. Those who were not able to participate in the pre-bid conference may still submit manual
or electronic bids.
6. The minutes of the pre-bid conference shall be made available to the prospective bidders
not later than five (5) calendar days after the pre-bid conference, upon written request.
The same shall likewise be posted in the website of the BSP.

INSTRUCTIONS ON CONNECTION TO MICROSOFT TEAMS

1. The conduct of Pre-bid Conference/Pre-Eligibility/Preliminary Meeting shall be through


online teleconferencing or videoconferencing using the Microsoft Teams platform. Please
be guided by the following:

Instructions to
Participating Suppliers/Bidders
Participating bidders are requested to submit their contact information and email addresses to
be used for the videoconferencing to [email protected], at least one (1) day
before the conduct of activity for the sending of meeting invitation.
Instructions to
Participating Suppliers/Bidders
Only one (1) authorized representative from the participating bidder shall have access privilege
in the videoconference proceedings to easily monitor and facilitate the conduct of the activity.

The same email address submitted by the participating bidder shall be used by the BSP in sending
the Microsoft Teams meeting invitation for the Conference/Meeting proper.

Note:
In case the participating bidder/supplier was not able to submit its email to the BAC-Secretariat
in advance, it may still join the videoconferencing by submitting an email to the BAC-
Secretariat at least thirty (30) minutes before the time of the Pre-Bid Conference. The
participating bidder shall be responsible in ensuring that it has the required Microsoft
Teams/capable facility/device to successfully connect to the Microsoft Teams Meeting Room.

2. Representatives of the bidders shall be prepared to log-in and are advised to be on standby
at least twenty (20) minutes before the start of the Conference/Meeting to check if
connection to Microsoft Teams is successful. Failure to join on the set date and time shall
be marked as late and shall constitute as waiver to be present for the activities that have
lapsed until he/she joined the meeting.

3. Additional Reminders:
• In order to properly acknowledge the bidders participating in the Conference/Meeting
for records purposes, bidders are advised at the start of the activity to turn on the
Video of the laptops or mobile devices being used. After the BAC/BAC-Secretariat has
completed the roll call, participants to the videoconferencing will be requested to turn
off the Video to avoid possible lags in connection.
• In joining the videoconferencing, prospective bidders are requested to indicate their
respective full/complete name and the company being represented.
• For orderly conduct of the conference, answering of queries/requests for clarification
will be done per bidder/supplier. In case there will be follow-up queries, the same can
be done after all the bidders/suppliers have been called.

CONNECTION TO MICROSOFT TEAMS FACILITY


USING DESKTOP PC/LAPTOP
1. To join the Microsoft Teams session, click the link provided in the meeting invite. It will
open a web browser and redirect you to Microsoft Teams.
2. On the login page, enter your name and e-mail address then click “Join”
3. Click “Join from your browser” at the bottom page to redirect to online meeting room.
4. Click the drop-down button at the bottom of the screen and choose “Use computer
for audio”.
5. Click “Join Meeting” to join the Microsoft Teams meeting. If prompted with password,
enter the password provided in the e-mail.
USING SMART PHONE
1. To join the Microsoft Teams session, open Google Play Store (Android) or App Store
(iPhone).
2. Search and Install “Microsoft Teams”.
3. Once downloaded, tap “Open” to launch Microsoft Teams application then tap “Join
Meeting”.
4. On the login page, enter the Meeting ID, your name and e-mail address. Meeting ID
will be provided by the host via e-mail or message.
5. Click “Join” to join the Microsoft Teams meeting. If prompted with password, enter the
password provided by the host.
ANNEX C

GUIDELINES IN THE SUBMISSION OF BIDS


(MANUAL AND ELECTRONIC) AND OPENING OF BIDS

Prospective bidders have the option to submit their bids MANUALLY (physical or hard copy) OR
ELECTRONICALLY (online transmittal). However, bidders cannot avail of both methods.

MANUAL SUBMISSION OF BIDS:

1. The address for submission of hard copy of bids is at Gate 3, Bangko Sentral ng Pilipinas, A.
Mabini, corner P. Ocampo Sr. Sts., Malate, Manila. Bid boxes are situated at the reception
area of Gate 3 where bids can be dropped.

2. As precautionary measure, participating bidders are strongly advised to wrap/enclose their


respective bidding documents with plastic, preferably clear, to facilitate
disinfection/sanitation and quick evaluation on the proper sealing and marking of bid
envelopes.

3. The schedule of the submission of bidding documents/eligibility documents/BAFO shall be


on the date and time as indicated in the Invitation to Bid/Request for Expression of Interest
or Bid Bulletins issued. Bidders are advised to submit their documents at least thirty (30)
minutes before the scheduled deadline of submission to allow time for possible queuing due
to conduct of thermal scanning, and for sanitation of the bid envelope(s) and transit of the
documents to the designated bidding room.

4. As social distancing measure, Bid Box(es) will be strategically placed at Gate 3 of BSP-HO for
dropping/submission of bid documents.

5. The representative of the bidder or courier service provider shall fill-up the Bid Submission
Form available at the reception area at Gate 3 which shall be attached to the bid documents
to be submitted.

6. The procedures on the submission of bids under the 2016 Revised Implementing Rules and
Regulations of Republic Act No. 9184 (2016 Revised IRR) shall continue to be observed.

Note: Pursuant to Section 25.9 of the 2016 Revised IRR of RA No. 9184, Unsealed and/or
Unmarked bids shall be rejected.

ELECTRONIC SUBMISSION OF BIDS

A. ELECTRONIC SUBMISSION (E-DOCUMENTS) COMPRISING THE BID


1. The e-documents comprising the bids are: (i) ELIGIBILITY AND TECHNICAL
DOCUMENTS/PROPOSALS (ENVELOPE NO.1); and (ii) FINANCIAL DOCUMENTS/PROPOSAL
(ENVELOPE NO.2).

2. The specific documents for each envelope shall be as enumerated in the Checklist of
Requirements for Bidders.

3. For organized submission of bids and checking thereof, the bidders shall observe the
following procedures:

3.1 Fill-out all bid forms, convert the same in PDF or scanned format and affix electronic
signatures (e-signatures) in specified portions of the forms. Photographed
documents in JPG or PNG files are acceptable; provided that, these are clear and
readable and comply with the procedures below.

3.2 Save the documents as separate files and name each file as follows: (i) “E-doc1, E-
doc2” and so on for ELIGIBILITY AND TECHNICAL DOCUMENTS/PROPOSALS
(Envelope 1); and (ii) “F-doc1”, “F-doc2”, and so on for the FINANCIAL
DOCUMENTS/PROPOSAL (Envelope 2). Do not scan the documents into one (1)
continuous document file.

3.3 Save, copy or transfer all electronic documents in separate compressed/zipped


folders, entitled or named, as follows:
a. “ENVELOPE1” (for the ELIGIBILITY DOCUMENTS AND TECHNICAL PROPOSAL
FOLDER); and
b. “ENVELOPE2” (for the FINANCIAL PROPOSAL FOLDER).

3.4 Arrange the documents in the order of enumeration in the Checklist of Requirements
for Bidders.

3.5 Input different electronic keys or passwords for ENVELOPE1 and ENVELOPE2 ZIPPED
FOLDERS to prevent accidental or premature opening thereof. ENVELOPE3 ZIPPED
FOLDER does NOT need to have a password. Bid envelopes containing the same
electronic key or password shall be rated as “FAILED”.

3.6 ENVELOPE1 AND ENVELOPE2 WHICH ARE NOT IN COMPRESSED OR ZIPPED FOLDER
AND THOSE WITHOUT ELECTRONIC KEY OR PASSWORD shall be considered as
unsealed bid submissions and not complying with the two (2)-factor security
procedure,2 and hence, shall be rejected during the opening of bids. However, bid
envelopes that are not properly compressed and password-protected, as required in
the Bidding Documents, shall be accepted, provided that the bidder or its duly
authorized representative shall acknowledge such condition of the bid as submitted.
The BAC shall assume no responsibility for the misplacement of the contents of the
improperly compressed or password-protected folder, or for its premature opening.3

3.7 Zipped electronic bid folders to be submitted can be opened using the 7-zip
compression tool.

3.8 Ensure that the bid envelopes are compressed and password-protected. In case the
submitted electronic bid envelopes are not in compressed format and/or not
password protected, the bidder may submit new electronic bid envelopes which shall
be considered as “modification” of bids, following the procedures under Section 7.6
of herein Guidelines.

3.9 Compressed or zipped folder and password protected electronic bid documents
should be submitted to [email protected] prior to the time of bid
opening. Bidders are encouraged to submit the electronic bid documents at least
two (2) hours prior to the time of bid opening in order to ensure receipt of documents
by the BAC-Secretariat within the deadline set for the submission of bids

3.10 The bidder should receive an Electronic Acknowledgement Receipt (EAR) in every
successful submission of electronic bid documents as proof that its bid/s had/have
been received by the Bid Recipient. Kindly contact the Bid Recipient (BAC Secretariat)
in case no EAR was received within thirty (30) minutes from sending.

3.11 In case of email bounce or quarantine notification, the bidder shall immediately send
an email to the BAC Secretariat (as indicated in the Bid Data Sheet), with the subject
matter – SENDING BOUNCED; SENDING QUARANTINED – (name of bidder) and
append a screen shot of the notification or forward the message indicating that the
email had not been received.

2 As required under GPPB Resolution No. 09-2020, Section 4.2 which provides:
“Bid submission may be done through any electronic means available to the [Procuring Entities], provided that the same:
a. Uses a two-factor security procedure consisting of an archive format compression and password protection to ensure the security,
integrity and confidentiality of the bids submitted; xxx.
3 Pursuant to GPPB-Resolution No. 09-2020, which revised Section 25.9 of the 2016 Revised IRR.
For inquiries on the submission and dropping of bids/eligibility documents/BAFO, the BAC-
Secretariat may be reached at (632)(5)306-2798/2800/3075.

B. ELECTRONIC SIGNATURE

1. Whenever required in specified portions of the response or bid forms, particularly in the
FINANCIAL PROPOSAL E-DOCUMENTS, the e-signature of the Bidder or the Bidder’s
Authorized Representative shall be affixed in the document.

2. The scanned actual signature of the authorized representative of the prospective bidder,
cropped and pasted handwritten signatures, adobe-created signatures, unique figures and
symbols and stamped signatures are ACCEPTABLE as e-signatures. Provided, that original
documents not using digital signatures shall be transmitted during contract execution.
However, text-typing the name of the bidder and/or the words “SGD. or ORIGINAL SIGNED”
and the like without distinctive features are NOT ACCEPTABLE.
3. An electronically signed document submitted by the bidder shall be presumed to belong to
that of the bidder if signed by its duly authorized representative and sent to the e-mail of
the Bid Recipient.

C. TIME AND MANNER OF SENDING AND RECEIPT OF E-DOCUMENTS

1. The deadline for the submission of bids shall observe the time indicated in the official
website of BSP.

2. The actual time of bid submission shall be the “time received” by the Bid Recipient as
indicated in the Electronic Acknowledgment Receipt (EAR). In case of delayed time stamp in
the EAR, the bidder shall inform the BAC- Secretariat that the e-mail was sent before the
deadline for submission of bids. The Bid Recipient shall seek the assistance of the BSP-
Information Technology (BSP-IT) in validating the actual time of receipt by the BSP e-mail
gateway server. The bidder may also call/inquire with the BAC-Secretariat to confirm if
sending has been successful in case no EAR has been received within thirty (30) minutes
from sending.

3. The designated Bid Recipient shall have an EAR to document official receipt of the bid
submission. The EAR or e-mail acknowledgment shall serve as proof by the bidder that its
bid had been received by the Bid Recipient. Without an EAR, the bidder shall immediately
contact the Bid Recipient or the BAC Secretariat. The EAR shall be evidence ONLY of the
electronic bid submission and receipt thereof, and NOT of the completeness, correctness
and veracity of the contents of the electronic bid, which shall be determined during
preliminary examination of bids, bid evaluation and/or post-qualification. It is also the
responsibility of the bidder to ensure that the e-mail to be sent contains the required
attachments.
4. In instances where automatic EARs were not generated despite successful submission and
receipt of the electronic bid envelopes, or in case of quarantined e-mails, the Bid Receiver
may also issue a Manual Acknowledgement once the submission was confirmed from the
BAC-Secretariat mail and/or from BSP-IT.

5. In case of e-mail bounce or quarantine notification, the bidder shall immediately send an e-
mail to the BAC Secretariat (as indicated in the Bid Data Sheet), with the subject matter –
SENDING BOUNCED; SENDING QUARANTINED – (name of bidder) and append a screen shot
of the notification or forward the message indicating that the e-mail had not been received.
A bounced e-mail shall NOT be considered as having been received; while a quarantined e-
mail before the deadline for submission of bid shall be considered as having met the
4
deadline.
6. The subject matter of the e-mail shall state the short title of the requirement to be procured
as stated in the procurement opportunity, name of bidder (all caps) and the folder and batch
number of the documents sent (e.g. ENVELOPE1-first batch of three-1/3).

7. Similar to manual submission of bids, the bidders shall submit ENVELOPE 1 AND ENVELOPE
2 COMPRESSED/ZIPPED FOLDERS simultaneously or in one (1) e-mail sending. If the file will
exceed the designated limits, the submitted files may be sent in batches. In case of several
sending of batches or folders, the time indicated in the EAR for the last batch or folder shall
5
be the time of receipt of the bid.

4 Illustration. Assume: Deadline of submission of bids is 2:00 p.m.


SUBMITTED
Time of Sending Time of Receipt WITHIN/BEYOND DEADLINE
ENVELOPES
1:50 P.M. 1:51 P.M. E-MAIL BOUNCE Within deadline
NOTIFICATION * The quarantine notification shall mean
ENVELOPE 1 & 1:55 P.M. (resending) 1:55 P.M. E-MAIL BOUNCE that the e-mail reached the designated
ENVELOPE 2 NOTIFICATION e-mail account at 1:59 P.M. The
1:58 P.M.(resending) 1:59 P.M. QUARANTINE quarantined e-mail shall be considered
NOTIFICATION as the bid submission and not the e-
1:59 P.M.(resending) 2:01 P.M. EAR mail sending as of 2:01 P.M.
5 Illustrations. Assume: Deadline of submission of bids is 2:00 p.m.
SUBMITTED
Time of Sending Time of Receipt (EAR Time) WITHIN/BEYOND DEADLINE
ENVELOPES
1. ENVELOPE1 &
1:59 P.M 2:00 P.M. Within deadline
ENVELOPE2
2. ENVELOPE1 1:58 P.M. 1:59 P.M.
Beyond deadline
ENVELOPE2 2:01 P.M 2:01 P.M.
1:01 P.M.
3. ENVELOPE 1 1:00 P.M. If no EAR: Call BAC Sec as this
Within deadline (if BSP IT confirms receipt
means non-receipt
through the BSP gateway server on or
If no EAR: Call BAC Sec as this
1:50 P.M. (resending) before 2 P.M.
ENVELOPE 2 means non-receipt
1:59 P.M. (resending) 2:01 P.M.
4. ENVELOPE1 1:58 P.M. 1:58 P.M.
Within deadline
ENVELOPE2 1:59 P.M. 2:00 P.M.
*(ENV.3 is not part of bid submission)
ENVELOPE3 2:00 P.M 2:01 P.M.*
8. To avoid the tampering or alteration of electronic documents, files shall be sent as
attachment/s to the e-mail and not through a file sharing link. All eligibility and technical
documents/proposals bid documents must be submitted as one file including the required
brochures, manuals, etc., unless such submission will exceed the file size limit.

9. The BSP system can accommodate attachments with file size limit of up to 100MB. If the
bidder’s e-mail has a smaller file size limit (e.g., in case of free mails, such as gmail and
yahoomail), it may send files in batches.

10. Bidders shall submit their bids to the e-mail of Bid Recipient as indicated in the posted
procurement opportunity. It is encouraged that submissions be made at least two (2) hours
prior to the time of bid opening in order to ensure receipt of documents by the Bid Recipient
within the deadline set for the submission of bids.

D. MODIFICATION AND WITHDRAWAL OF BIDS

1. As with manual submission, bidders may modify or withdraw their bid at any time before
the deadline for the submission and receipt of bids. Where a bidder modifies its bid, it shall
not be allowed to retrieve its original bid and shall only be allowed to submit another. For
electronic bid submission, bidders shall send another bid equally secured, properly
identified, and labelled as a “modification” of the one previously submitted. The time
indicated in the latest electronic acknowledgment receipt (EAR) shall be the official time of
submission. Bids submitted after the deadline shall not be accepted.

2. In modifying the bid, the bidder may send the ENTIRE FILE/S or FOLDER/S or the particular
document being modified. Bidders modifying their bids shall still observe the manner of
submission of the original bid or particular document being modified.

3. Bid documents submitted electronically can only be modified electronically. In the same
manner, bids submitted manually can only be modified manually. Manual bid modification
shall follow the procedures provided for under Section 26 of Rep. Act No. 9184 and its IRR.

4. For various sending or re-sending of electronic bids from the same bidder or from different
Bidder’s Authorized Representatives, the LATEST SENDING meeting the deadline for the
submission of bids shall be construed as the submitted bid, it being the manifestation of
the latest intent of the bidder.

OPENING OF BIDS

A. ATTENDANCE AND PRELIMINARIES

1. Bidders shall be prepared to login in the tele/videoconferencing facility of the BSP at least
twenty (20) minutes before the scheduled deadline and opening of bids. Failure to join on
the set date and time shall be marked as late and shall constitute a waiver to be present for
the activities that have lapsed until he/she joined the meeting.

2. Only one (1) bidder’s authorized representative shall have access privilege to participate in
the tele/videoconference proceedings. However, depending on the nature of item being
procured, additional representatives may be allowed (e.g., when local and principal firms
will be attending the pre-bid conference or in case of joint ventures).

3. Representatives of the bidders shall be prepared to login and are advised to be on standby
at least twenty (20) minutes before the scheduled deadline and opening of bids to check if
connection to Microsoft Teams is successful. Failure to join on the set date and time shall
be marked as late and shall constitute a waiver to be present for the activities that have
lapsed until he/she joined the meeting. The bidder cannot question activities that were
conducted in his/her absence.

4. Immediately after the stated deadline for submission of bids, but before the opening
thereof, the Bid Recipient shall provide access to the electronic documents submitted by all
bidders to the account processor/s who had been designated as the Bid Opener/s. To
facilitate the conduct of the opening of electronic bid documents and to address access
issues by the Bid Opener/s, if any, access may also be given to the Bid Opener/s thirty (30)
minutes before the schedule of opening of bids.

5. The BAC Secretariat shall proceed with the roll call to record the attendance and determine
the presence of a quorum.

6. Thereafter, the BAC shall officially announce the start of the bid opening.

B. INSTRUCTIONS ON CONNECTION TO MICROSOFT TEAMS PLATFORM

1. The conduct of opening of bids/eligibility documents/BAFO shall be through


videoconferencing using the Microsoft Teams platform. Please be guided by the following:

Instructions to
Participating Suppliers/Bidders
Participating bidders are requested to submit their contact information and email addresses to
be used for the videoconferencing to [email protected] at least one (1) day before
the scheduled meeting necessary for the sending of meeting invitation.

Only one (1) authorized representative from the participating bidder shall have access privilege
in the videoconference proceedings to easily monitor and facilitate the conduct of the activity.

The same email address submitted by the participating shall be used by the BSP in sending the
Microsoft Teams meeting invitation for the Opening of Bids proper.
Instructions to
Participating Suppliers/Bidders
Note:
In case the participating bidder/supplier was not able to submit its email to the BAC-
Secretariat in advance, it may still join the videoconferencing by submitting an email to the
BAC-Secretariat at least thirty (30) minutes before the time of the Opening of Bids. The
participating bidder shall be responsible in ensuring that it has the required Microsoft Teams
application/capable facility/device to successfully connect to the Microsoft Teams Meeting
Room.

C. CONNECTION TO MICROSOFT TEAMS PLATFORM

USING DESKTOP PC/LAPTOP

a. To join the Microsoft Teams session, click the link provided in the meeting invite. It
will open a web browser and redirect you to Microsoft Teams.
b. On the login page, enter your name and e-mail address then click “Join”
c. Click “Join from your browser” at the bottom page to redirect to online meeting
room.
d. Click the drop-down button at the bottom of the screen and choose “Use computer
for audio”.
e. Click “Join Meeting” to join the Microsoft Teams meeting. If prompted with
password, enter the password provided in the e-mail.

USING SMART PHONE

a. To join the Microsoft Teams session, open Google Play Store (Android) or App Store
(iPhone).
b. Search and Install “Microsoft Teams”.
c. Once downloaded, tap “Open” to launch Microsoft Teams application then tap “Join
Meeting”.
d. On the login page, enter the Meeting ID, your name and e-mail address. Meeting ID
will be provided by the host via e-mail or message.
e. Click “Join” to join the Microsoft Teams meeting. If prompted with password, enter
the password provided by the host.

D. OPENING OF ELIGIBILITY AND TECHNICAL DOCUMENTS (Envelope No. 1)

1. The BAC Secretariat shall announce the list of participating bidders and their respective
mode of submission of bids, i.e., electronic or manual. Manually submitted bids shall be
opened first before the electronically submitted bids.
2. The BAC Chairperson shall then motion to open and conduct eligibility check, examination
of technical documents and recording of the manually submitted bid/s, if any.

3. While opening of manually submitted bids is ongoing, the BAC Chairperson shall give the
go-signal for sending of the password for “ENVELOPE1” by the online bidders, through
online chat or thru e-mail directly to the BAC, BAC Secretariat and Bid Opener/s.

4. After receipt of the password for “ENVELOPE1”, the electronic documents shall be opened.
If ENVELOPE1 cannot be opened by anyone, the bidder shall be permitted to re-submit its
password up to a maximum of three (3) chances, WITHOUT SENDING ANOTHER FILE and
only while the proceeding for opening of ENVELOPE NO. 1 is still ongoing.

5. Electronic bid folders shall automatically undergo virus or malware scanning. If “cleaning”
of the electronic documents by the existing BSP anti-virus system is successful, the said
documents can be accepted and opened. Otherwise, the bid shall be declared as
“FAILED”. Disqualification of the bid shall also apply for those bid submissions which
already have undergone “cleaning” but certain pages turned-out to be corrupted. Thus, if
the e-document could not be opened, is corrupted or truncated or infected by a virus or
malware even if scanned, the e-document shall be rated as “FAILED”.

6. The Bid Opener/s shall confirm receipt of particular e-documents by enumerating them in
the order that they are received. The bidders shall have the opportunity to confirm or raise
questions on the enumeration of documents.

7. In order to ensure that the electronic bid envelopes submitted through e-mail are the
same electronic bid envelopes being opened, the file properties of the bid envelopes may
be shown to the bidders before the actual opening thereof.

8. Thereafter, the checking of eligibility and technical documents and recording of e-


documents shall be undertaken by the Bid Opener/s in accordance with the procedure for
preliminary examination of bids under Section 30 of the IRR.

9. As similarly observed during the manual submission of bids, Bid Opener/s shall indicate
his/her readiness to make a presentation of the opened eligibility and technical
documents and be allowed by the BAC Chairperson to proceed.

10. Details of each document received shall be read by the Bid Opener and flashed on screen.
Bidders may raise questions on the documents.

11. The BAC Chairperson shall announce the names of the bidders whose bids have been rated
as “PASSED”. Bidders whose eligibility and technical documents/proposals have been
rated “PASSED” shall be on stand-by for the opening of the Financial Documents. Bidders
whose eligibility documents were rated “FAILED” may remain as observers.
E. OPENING AND EVALUATION OF FINANCIAL DOCUMENTS (Envelope No. 2)

1. Manually submitted financial proposals shall be opened first before electronically


submitted proposals.

2. The BAC Chairperson shall then motion to open and conduct preliminary evaluation and
recording of the manually submitted financial proposal, if any.

3. The eligible bidders shall then send the password for “ENVELOPE2” in the same manner
that passwords were sent for “ENVELOPE1”.

4. After receipt, the Bid Opener/s shall then proceed to open the Financial Proposals of the
eligible bidders.

5. The same procedures in “ENVELOPE1” shall be observed in the presentation or reading of


“ENVELOPE2”.

6. After each presentation, the Bid Opener shall enumerate and present the submitted
financial proposals of the Bidders from the lowest to the highest bid.

7. If there are no issues involved, the BAC Chairperson shall adjourn the conduct of
examination of bids and excuse the participating bidders. The Abstract of Bids as read,
and the minutes of the bid opening shall be prepared and be made available to the
participating bidders and the public upon written request.

8. The BAC may proceed with the conduct of detailed evaluation of bids on the same day as
the bid opening date, or set the conduct of bid evaluation to another date and time
pursuant to Sections 32 and 33 of the 2016 Revised IRR.
21 September 2020
Page 1 of 7

INFORMATION TECHNOLOGY OFFICE

TERMS OF REFERENCE FOR THE ONE (1) LOT BSP SECURITY INFORMATION AND EVENTS
MANAGEMENT (SIEM) SYSTEM UPGRADE
A. DESCRIPTION
This service consists of on-call support, system hardware upgrade and maintenance, and
software upgrade/updates. For purposes of this Terms of Reference (ToR), the Solution/Service
Provider shall refer to as the prospective company (principal/distributor/partner/reseller)
authorized or qualified to support specialized technical services.
This BSP Information Technology Office (ITO) sponsored service shall be called ONE (1) LOT BSP
SECURITY INFORMATION AND EVENTS MANAGEMENT (SIEM) SYSTEM UPGRADE. The objectives
of this service are:
1. To replace the existing BSP SIEM System Hardware due to the end of support from
the principal manufacturer;
2. To upgrade of the existing software components; and,
3. To ensure continuity of technical support services.
This is to ensure availability and effectiveness of the system to support end-users and maximize
serviceable life.The existing maintenance contract for the BSP SIEM System (IBM QRadar) will
end on 31 December 2020.

Definition of Terms
a. "Maintenance Subscription" means (1) any warranty or guarantee program offered by
the original equipment manufacturer for the upkeep of equipment and/or protection
against software and/or hardware failure (2) and/or value-added service to provide
continuous right for end-user to access proprietary online application and/or download
the latest content updates and software enhancements to ensure the optimum
operation and upkeep of the system. This service is an obligation of the solution/service
provider to allow end-user unlimited accessp on an agreed period including access or
download to contents such as/but not limited to the following resources:
• Updates and Upgrades
b. "Technical Support Service" means on-site support service, online access to products
and/or services, value added resources, hardware repair and/or replacement. This
service includes the following:
• On-site/Online/On-call technical support
• Troubleshooting and repairs
• System-related technical training and update reviews
c. Update or Maintenance Release - means delivery of next higher release, maintenance
corrections, patches, minor enhancements or fixes only.
d. Upgrade or Major Release - means delivery of next higher version or advanced edition,
has new features and major enhancements or changes in functions.

B. TIMELINES

Project Period
Within one hundred twenty (120) Calendar days reckoned from the date stipulated in the Notice
to Proceed (NTP) to be issued by ITO.

Hardware and Software Maintenance Subscription and Technical Support Service


One year to commence upon project acceptance by the ITO.

Place Authorized End User Signature(s) here: (1)___________ (2)____________


One (Lot) BSP Security Information And Events Management (SIEM) System Upgrade 21 September 2020
Page 2 of 6
C. DELIVERABLES
• Provide Proof of Entitlement/Maintenance Agreement for One (1) year to commence upon
BSP project completion and acceptance.
• Replace the existing Hardware of the BSP SIEM System with equal or better quality inclusive
of warranty and maintenance support and services – and should be capable of delivering
optimal performance for the EPS INCREASE REQUIREMENT from 5K Events Per Second (EPS)
to 10K EPS.
• Migrate at least 100 log sources, with three months of log data, from the BSP’s existing SIEM
System to the new SIEM System.
• Integrate the new SIEM System with the BSP’s existing Security Orchestration Automation
and Response System and Enterprise Backup Solution.
• Perform upgrade of SIEM System stated in this Terms of Reference to the latest version or as
required by the BSP.
• Must be able to conform to the service level requirements as stated in the Service Level
Agreement of BSP (Annex A).
• Submit latest solution/software/product roadmap of the solution being offered. It should
include the date of End-of-Sale, End-of-Life and End-of-Support (If available).

Table C.1. Existing Software/Firmware Component – for Upgrade


Item code Description Quantity Location
E0F4PLL IBM Security QRadar SIEM All-in-One 31XX 1
Annual Software Subscription and Support Renewal
Information Technology
E0F4QLL IBM Security QRadar SIEM Event Capacity Pack 1
Office,
Increase of 2.5K EPS
Bangko Sentral ng Pilipinas,
Annual Software Subscription and Support Renewal
Malate, Manila
E0G2VLL IBM Security QRadar SIEM Event Capacity Increase 1
from 1K to 2.5K EPS
Annual Software Subscription and Support Renewal
Table C.2. Existing Hardware Component – for Replacement
Item code Description Quantity Location
E0JGVLL IBM Security QRadar Core Appliance 1
XX05 G2 Appliance
Information Technology
Annual Appliance Maintenance,
Office,
Subscription and Support Renewal
Bangko Sentral ng Pilipinas,
Appliance Information:
Malate, Manila
Machine Type: 4380 Model: Q1E
Serial: 7871790
Customer No.: 120903
*Item code may vary as long as it is equivalent to or higher than BSP’s requirement.

D. HARDWARE REQUIREMENTS
1. To attain the responsive SIEM System requirements, the Solution/Service Provider must
deliver all the necessary hardware resources such as, but not limited to the following:
• CPU(s) • I/O Interfaces
• Memory • Tools/Utilities
• Storage System • Required Modules/components/peripherals
• Network Interface Cards • Any additional hardware resources
2. All hardware server/appliance deliverables should have 220VAC or auto-volt power supply
rating and form factor mountable to the standard 19” rack data cabinet complete with
accessories and mounting kits;
3. All hardware server/appliance deliverables must be brand new, tested, quality checked,
manufacturer approved, and compliant with the solution manufacturer recommended
specification; and
4. The Solution/Service Provider must deliver all additional resources built-in to the SIEM
System or used to operate and meet the target performance level. Should any deliverables
fail to meet the minimum working parameters during replacement/implementation, the

Place Authorized End User Signature(s) here: (1)___________ (2)____________


One (Lot) BSP Security Information And Events Management (SIEM) System Upgrade 21 September 2020
Page 3 of 6
Solution/Service Provider should find the necessary resources, upgrades, changes or
replacements of the component(s) or the whole solution to meet objectives. By default, all
Replacements should be of equal or superior in quality and/or quantity without cost
variations.

E. PROJECT IMPLEMENTATION AND SCOPE OF WORK

Pre-project Implementation

a. IT Project Manager with at least (1) year IT PM experience to actively manage, monitor,
report, etc. on key milestones/deliverables to BSP;
b. Technical Specialist, with training certification from product manufacturer, distributor or
principal being offered and at least one (1) year related experience;
c. Secure from ITO all necessary entry and work permits for their authorized personnel who
shall perform work services at the BSP site;
d. Schedule project planning session(s) with BSP and submit the following documentations
based on the BSP Quality Project Management Methodology (QPMM) templates:
1. Proposed Designs, Start-up Policy Rules and Connection Diagram;
2. Test Scripts validating Functionalities and Features;
3. Project Documentations:
i. Responsibility Assignment Matrix (RAM);
ii. Project Gantt Chart;
iii. Work Breakdown Structure and Activity List;
iv. Communications Plan;
v. Acceptance Plan and Test Script;
vi. Identified Risks and Alternative Options
e. Facilitate approval of all documents, including the Project Plan, Project Test and Acceptance
Documents/Scripts, and Acceptance Plan before proceeding with the project
implementation;
f. The Solution/Service Provider’s personnel/representatives shall abide by existing BSP rules
and regulation at all times; and
g. The Solution/Service Provider shall schedule and arrange briefings, planning and project
kickoff/launching.

Project Implementation

h. Execute project plans and deliverables defined in Part C Deliverables to operate, meet
performance target and project objectives;
i. Project Reporting - submit project accomplishment report every end of the month and as
requested by BSP;
j. Change Management - process Project Change Request through approval process involving
all concerned parties. BSP standard Change Request Forms shall be used to facilitate change
requests;
k. Project Completion - conduct technical testing and quality assurance of services and
deliverables;
l. Perform necessary fine-tuning, upgrade, redesign or replacement of solution to a superior
quality and/or quantity should the performance, capacity or any deliverables in the ToR fails
to meet the required result or any functionality fails to satisfy the project objectives;
m. Facilitate approval of plans and shall only implement BSP approved designs, Solutions, Plans
and Policy;
n. Allocate Project Manager to manage the project and at least one (1) SIEM Technical
Specialist or equivalent to extend technical support when requested by BSP during
implementation;
o. Only qualified, trained and experienced staff shall implement the SIEM Upgrade; and

Place Authorized End User Signature(s) here: (1)___________ (2)____________


One (Lot) BSP Security Information And Events Management (SIEM) System Upgrade 21 September 2020
Page 4 of 6
p. All functionalities and features must be tested, quality assured and certified to be in
optimum performance before presenting to BSP for final acceptance.

Post Project Implementation

q. Facilitate Project Acceptance and Close-Out meeting with BSP, complete all remediation
works and submission of all approval of pertinent Project Documentation.

F. TECHNICAL DOCUMENTATIONS
The Solution/Service Provider shall be responsible in collecting, developing or customizing the
following technical documentations:
• Configuration details, Policy Rules, Connection Diagram of the SIEM solution and other
supporting components;
• Successful User Acceptance Tests (UAT);
• Backup, Restore, Archive and Escalation procedures; and
• Submit All Reference Documentation Materials/Manuals in Softcopy or Hardcopy Manuals
including documents in Section E. PROJECT IMPLEMENTATION AND SCOPE OF WORK

G. COMPLETION REQUIREMENTS
The SIEM Upgrade project is considered successfully completed when the BSP validated and
accepted all of the following metrics:

Project Period
• Upon completed delivery of all hardware components and successful system acceptance
tests for the migration of the existing 100 log sources
• Submission of of Proof-of-Entitlement or Subscription Certificate for One (1) Year from the
date of BSP acceptance
• Submission of all the required technical documentations in Part F. TECHNICAL
DOCUMENTATIONS
• Upon BSP Acceptance and Project Closeout

H. SUPPORT LEVEL
• The Solution/Service Provider should be an authorized and/or registered
manufacturer/distributor/reseller/partner of the BSP’s SIEM System and should be valid
during the entire maintenance period.
• The technical staff of the Solution/Service Provider should:
o be Certified or Trained Solution/Product Technical Support/Engineer of IBM QRadar and;
o have a minimum of one (1) year experience in providing on-site support and
consultation (supported by Curriculum Vitae duly signed by the technical staff)

I. NON-DISCLOSURE AGREEMENT
The Solution/Service Provider must not disclose any documents, materials, hardware
configurations and any other information from BSP and must adhere to the provision of RA
10173 or the Data Privacy Act of 2012. The Service Provider must maintain the information
obtained from the BSP in strict confidentiality. The supplier must agree and sign the BSP’s
Confidentiality and Non-Disclosure Agreement Form in Annex C.

J. LIABILITY
The Solution/Service Provider is responsible to find remediation, alternative solution or
replacement of the required services listed in the BSP ToR should the principal source of online
service subscription ceases to operate, become unresponsive or unable to deliver the complete
requirements in this ToR due to closure, buyout, merger or acquisitions. The Solution/Service
Provider should propose the alternative solutions to BSP and confirm approval thereof before

Place Authorized End User Signature(s) here: (1)___________ (2)____________


One (Lot) BSP Security Information And Events Management (SIEM) System Upgrade 21 September 2020
Page 5 of 6
proceeding with the replacement. The alternative solution should be of equal or superior in
quantity, quality, period and performance of the required services.

The Solution/Service Provider shall defend, indemnify and hold harmless the BSP, from and
against all costs, charges and expenses arising from any third party claim, action, suit, or
proceeding against any action by a third party against BSP that is based on any claim that the
Software or any services performed under this Agreement infringe a patent, copyright or other
proprietary right or violate a trade secret.

The Solution/Service Provider must be liable for damages caused to any BSP property due to the
fault or negligence of their personnel. Damages must be repaired by the Solution/Service
Provider at their own expense and to the satisfaction of BSP. In case of failure by the
Solution/Service Provider to affect repair on damaged property, BSP may cause the repair and
deduct the entire cost thereon from any amount due to the Solution/Service Provider.

K. LIQUIDATED DAMAGES
The Service Provider shall be charged as liquidated damages, the applicable rate of one tenth
(1/10) of one percent (1%) of the cost of the unperformed portion for every day of delay until
actual delivery or performance, if it fails to satisfactorily deliver any or all of the Goods and/or to
perform the Services within the period(s)/schedules specified in this Contract, inclusive of duly
granted time extensions if any, which shall be deductible from the Contract Price, without
prejudice to other remedies under this Contract and under the applicable law. Once the amount
of Liquidated Damages reaches ten percent (10%), the Procuring entity may rescind or terminate
the Contract pursuant to GCC Clause 23, without prejudice to other courses of action and
remedies open to it.

L. SERVICE LEVEL AGREEMENT


The Solution/Service Provider must agree with all items in the SLA (Annex A). Non-compliance
thereof such as, but not limited to delay, partial or unsatisfactory delivery of solution or service,
BSP shall impose a corresponding penalty.

M. COVID-19 PROVISIONS
The following provisions in cases of disruptions similar to the COVID-19 pandemic shall be
observed and performed by the Solution/Service Provider:

• The Solution/Service Provider shall ensure that its deployed employees are fit to work and
not infected with the COVID-19 virus. Infected personnel shall be immediately isolated and
not be allowed to report for work.
• Solution/Service Providers are also mandated to comply with DOH and other government
agency protocols in the management of the safety and health of their deployed workers.
• The Solution/Service Provider shall ensure that all deployed personnel shall strictly observe
precautionary measures implemented by the BSP to keep the workplace free from COVID-19
or other similar virus, and to prevent its transmission, e.g. physical distancing, frequent hand
washing, wearing of face masks, and temperature checks at entry points, and other
measures/guidelines that will be implemented/issued by the BSP.
• The Solution/Service Provider shall supply the necessary personal protective equipment
(PPE) and related supplies for all its personnel, such as face masks, face shield, etc., in
connection with the onsite performance of their personnel duties.
• Any infraction committed by the personnel against such measures shall be a ground for the
BSP ITO to request for replacement and/or terminate the deployment of said personnel.

Place Authorized End User Signature(s) here: (1)___________ (2)____________


One (1) Lot BSP Security Information and Events Management (SIEM) System Upgrade 15 September 2020

ANNEX A:
SERVICE LEVEL AGREEMENT (“SLA”)
The Solution/Service Provider shall conform to the service level requirements stated in this Service Level
Agreement, which shall include the following:

1. SERVICE COVERAGE
The Solution/Service Provider shall cover all items listed in Table C.1. and C.2. in the TERMS OF
REFERENCE and, the hardware upgrade/replacement. The cost shall be inclusive of any incidental
expenses to fulfill the ToR such as but not limited to deliveries, telephone call charges, on-site
transportation costs, necessary adjustments, shipping, reinstatement and synchronization fees. The
detailed service coverage of the ToR shall include the following:

1.1. Maintenance Service, On-site and On-call Technical Support


1.1.1. Upon request of BSP, the Solution/Service Provider shall be available on-site where the
SIEM System is physically located to maintain or extend technical assistance.
1.1.2. The Solution/Service provider must provide the Escalation Procedure as stated in the
Terms of Reference
1.1.3. The Solution/Service Provider must provide a hotline number to facilitate the responsive
trouble reporting, timely incident handling, problem escalation and field support
coordination for all problem and maintenance related issues.
1.1.4. The Solution/Service Provider shall respond to service requests in the event the SIEM
System becomes inoperable based on Support Service Response defined in Annex B.
1.1.5. The Solution/Service Provider shall conduct semi-annual system health check and
preventive maintenance upon request, to ensure all versions of the SIEM System are
updated and operational.
1.1.6. The Solution/Service Provider shall extend consultation and technical advice when
requested without additional cost.
1.1.7. The Solution/Service Provider must certify that it has business continuity and disaster
recovery plans in case of fortuitous events such as, but not limited to, natural disaster and
pandemic.
1.2. Subscription Services
1.2.1. The Solution/Service Provider shall supply, facilitate and process all the necessary
registration, logon credentials, and configuration for BSP to download, access or enable the
continuous use of Subscription Services.
1.2.2. The Solution/Service Provider shall make necessary adjustments or changes to meet the
Service Subscription period.
1.3. Quality of Replacement Service of Hardware
1.3.1. The Solution/Service Provider shall be responsible to troubleshoot and/or replace the
defective equipment, module, or subcomponent with new and original unit(s) of similar or
higher in specification or capacity than the defective item(s) listed in Table B.2. in the
TERMS OF REFERENCE without additional cost to BSP. Replacement units for defective
equipment shall include warranty on parts and services until the end of contract period.
1.3.2. The Solution/Service Provider shall conduct testing, quality assurance and client
acceptance for every service accomplished.
1.3.3. The Solution/Service Provider must provision cost for any defective hard disk or storage
media intended for replacement necessary to conform to the BSP
Media/Disk Destruction and Sanitation standard procedure.
1.3.4. The Solution/Service Provider shall coordinate with the Software and/or Equipment
manufacturer for any replacements or upgrades before proceeding with task.
1.3.5. If the System has existing built-in warranty on hardware components, the scope of service
shall cover only the period immediately after the warranty date expires, until effective end
date of this ToR. While the warranty period is in effect, the Solution/Service Provider shall
honor the remaining terms of the built-in warranty and shall be responsible in coordinating
with the original equipment manufacturer for any repair or replacement works.

Page 1 of 2
Place Authorized End User Signature(s) here: (1)______ (2)_______
One (1) Lot BSP Security Information and Events Management (SIEM) System Upgrade 15 September 2020
2. MANAGEMENT OF SOFTWARE UPDATES AND UPGRADES
2.1. The Solution/Service Provider must perform installation services for all software version upgrades
including security patches, fixes and other software updates as required.
2.2. The Solution/Service Provider must ensure that the software upgrade, fixes and patches to be
applied are substantially in accordance with its technical documentation that describes
compatibility with the third party components by providing the necessary drivers, fixes, patches
and updates at no additional cost to BSP.
2.3. The Solution/Service Provider must provide technical assistance for software upgrade activities.
2.4. The Solution/Service Provider shall regularly send advisories of the latest software i.e. product
version or release updates, when available.
2.5. The Solution/Service Provider shall apply the necessary software or system upgrade/update using
the safest, tested and stable version to keep intended application running at an optimum, efficient
and vulnerable free environment. This includes performing necessary backup, installation or
reinstallation services.

3. SERVICE REPORTING
3.1 Upon resolution of any incident escalated by BSP, the Solution/Service Provider must submit a
service report within 24 hours. Submission applies to both onsite and offsite support requests. The
service report should contain the following:
a) Reported downtime and uptime
b) Root cause of the problem
c) Actions taken in resolving the problem
d) Technical and supervising personnel involved in the problem resolution
e) Recommendations/Action Plans
3.2 The Solution/Service Provider must submit daily progress report on the status of an incident call
where duration of resolution extends beyond 24 hours.
3.3 The Solution/Service Provider shall submit a report for every system health check, preventive
maintenance, back-up and review conducted using the BSP-ITO prescribed format.

4. PENALTIES
Non-compliance thereof such as, but not limited to delay, partial or unsatisfactory delivery of
solution/service/devices, BSP shall impose applicable penalty as follows:

Description Applicable Penalties


1. Non-compliance with Service Initial Non-compliance: Written Warning
Response such as, but not limited
to, un-performed or unsatisfactory Succeeding Non-Compliance: Liquidated Damages
service of:
Note: Kindly refer to Annex B: Service Response Time. Liquidated
Damages will be computed based on the length of delay to
a. Software Upgrades/Updates
deliver/perform the required service.
4 hours = 0.5 days
b. Hardware
8 hours = 1 day
Maintenance/Replacement

2. Non-satisfactory Performance of Forfeiture of Warranty/Performance Bond pursuant to RA 9184 and


Services rendered its IRR and Non-issuance of Certificate of Satisfactory Performance

For Bidders only


This is to certify that our company is amenable with Bangko Sentral ng Pilipinas Terms of Reference and Service Level Agreement
for the One (1) Lot BSP Security Information and Events Management (SIEM) System Upgrade and is capable of satisfying the
requirements.
Place Authorized End User Signature(s) here: (1)______ (2)_______

_______________________________
CONFORME: Bidder’s Authorized Representative
Signature over Printed Name

Page 2 of 2
Place Authorized End User Signature(s) here: (1)______ (2)_______
ANNEX B

SUPPORT SERVICE RESPONSE

Service requests and in the event the SIEM System becomes inoperative shall be responded
according to the following service response:

Phone and Email Support Availability: 24 Hours x 7 Calendar Days


On Demand On-site Support Availability for on-site support as may be needed:
8 Hours X 5 Working Days
On-site Support Response time Within four (4) hours upon receipt of incident call*
Resolution Time Within seventy-two (72) hours upon receipt of incident call**
Service Unit delivery and installation* Within fifteen (15) calendar days
Defective Unit/Module replacement* Within forty-five (45) calendar days after receipt of incident
report
*Required for Hardware Maintenance
** The specified Resolution time applies if the reported incident has no operational dependency from
integrated system (i.e. Lotus Notes)

For Bidders only

This is to certify that our company is amenable with Bangko Sentral ng Pilipinas Terms of Reference and Service Level Agreement for
the One (1) Lot BSP Security Information and Events Management (SIEM) System Upgrade and is capable of satisfying the
requirements.

_______________________________

CONFORME: Bidder’s Authorized Representative


Signature over Printed Name

Place Authorized End User Signature(s) here: (1)___________ (2)____________


ANNEX C

CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

The mutual objective under this Agreement is to provide protection for confidential information while maintaining our ability
to conduct our respective business activities. Confidential Information is any non-public information disclosed by BSP to the
Recipient which is expressed to be confidential or which by its nature is intended to be confidential.

Each of us agrees that the following terms apply when one party (Discloser) discloses information to the other (Recipient):

1. Method of Disclosure

Information will be disclosed either:


a. in writing;
b. by terms of delivery;
c. by initiation of access to information, such as may be in a database; or
d. by oral or visual presentation.

2. Obligations

a. Recipient must not disclose any documents, materials, project manuals, software (applications and
platforms used) and hardware inventory lists, solutions used, and or any information that would
compromise the position of the Bank.
b. Recipient must maintain the information obtained from BSP in strict confidence.
c. Notwithstanding any provisions hereof, Recipient shall not be liable for use, release or disclosure of any
information that:
i. is required by judicial action after all available legal remedies to maintain the information in secret
have been exhausted;
ii. is known to provider prior to the disclosure to provider by BSP;
iii. is independently developed by provider or one of its divisions/groups without any breach of this
agreement; or
iv. is approved by BSP for use or public release.

3. Exceptions to Obligations

The Recipient may disclose, publish, disseminate, and use information that is:
a. already in its possession without obligation of confidentiality;
b. developed independently;
c. obtained from a source other than the Discloser without obligation of confidentiality;
d. publicly available when received, or subsequently becomes publicly available through no fault of the
Recipient; or
e. disclosed by Discloser to another without obligation of confidentiality.

This Agreement does not require either party to disclose or receive information.

Only a written agreement signed by both the Discloser and Recipient can modify this Agreement.

This Agreement is the complete and exclusive agreement regarding our disclosures of information, and replaces any prior oral
or written communications between both parties regarding these disclosures.

Bangko Sentral ng Pilipinas


Place Authorized End User Signature(s) here: (1)___________ (2)____________
CONFIDENTIALITY AND NON-DISCLOSURE AGREEMENT

In case of breach of the Agreement, BSP shall have the right to terminate the same and the Recipient shall indemnify BSP for
any liability, loss, damage, cost, claim or expense, including reasonable attorney’s fees, without prejudice to any other legal
remedies available to BSP.

By signing below, each party agrees to the terms of this Agreement. Once signed, any reproduction of this Agreement made
by reliable means (i.e. photocopy or facsimile) is considered an original.

Agreed to: Bangko Sentral ng Pilipinas Agreed to:


Discloser (Name of Company)
Recipient

By: By:
Signature over Printed Name Signature over Printed Name

In witness hereof, I hereunto sign my name this _____ day of ____________________, at Bangko Sentral ng
Pilipinas, Manila.

SUBSCRIBED AND SWORN TO before me this _____ day of ____________________, affiant exhibiting to me his
residence certificate no. ________________ issued at ____________________ on ____________________.

NOTARY PUBLIC

Bangko Sentral ng Pilipinas


Place Authorized End User Signature(s) here: (1)___________ (2)____________
STATEMENT FORM NO. 1
(IF NOT COVERED BY NON-DISCLOSURE AGREEMENT)

STATEMENT OF ALL ONGOING GOVERNMENT AND PRIVATE CONTRACTS

I/We _____________________, do hereby state that:

1. I/We am/are the authorized and designated representative/s of _____(Name of Bidder)________________ with office address at
______________________; and
2. I/we am/are making this Statement of All Ongoing Government and Private Contract/s as of _______________ in compliance with
Sections 23.1 and 24.1 of the revised IRR of R.A. 9184 and in accordance with the requirements of the Bangko Sentral ng Pilipinas – Bids
and Awards Committee:

ONGOING GOVERNMENT AND PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED

Contract
a. Client Name % of Value of
References (e.g.
Project Name and b. Contact Person; Accomplishment Outstanding
Purchase Order/
Description c. Address; Date Contract Amount Works/Undelivered
Job Order/
d. Contact Nos. Planned Actual Portion
Contract
Agreement)
GOVERNMENT

PRIVATE

Total Cost
(Note: Please use additional sheets, if necessary)

(Signature above Printed Name of Bidder’s Duly Authorized Representative)

Pro Form No. 02-025 • Version: __ • Updated: ______________________ ]


STATEMENT FORM NO. 2
(IF COVERED BY NON-DISCLOSURE AGREEMENT)

STATEMENT OF ALL ONGOING GOVERNMENT AND PRIVATE CONTRACTS

I/We _____________________, do hereby state that:

1. I/We am/are the authorized and designated representative/s of _____(Name of Bidder)________________ with office address at
______________________; and
2. I/we am/are making this Statement of All Ongoing Government and Private Contract/s as of _______________ in compliance with
Sections 23.1 and 24.1 of the revised IRR of R.A. 9184 and in accordance with the requirements of the Bangko Sentral ng Pilipinas – Bids
and Awards Committee:

ONGOING GOVERNMENT CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED

a. Client Name Contract References Indicative Aggregate


Indicative % of
Project Name and b. Contact Person; (e.g. Purchase Value of Outstanding
Date Aggregate Contract Accomplishment
Description c. Address; Order/ Job Order/ Works/Undelivered
Amount
d. Contact Nos. Contract Agreement) Planned Actual Portion
GOVERNMENT

Total Cost

ONGOING PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED

a. Client Name Contract References Indicative Aggregate


Indicative % of
Project Name and b. Contact Person; (e.g. Purchase Value of Outstanding
Date Aggregate Contract Accomplishment
Description c. Address; Order/ Job Order/ Works/Undelivered
Amount
d. Contact Nos. Contract Agreement) Planned Actual Portion
PRIVATE

Total Cost
(Note: Please use additional sheets, if necessary)

(Signature above Printed Name of Bidder’s Duly Authorized Representative)

Pro Form No. 02-025 • Version: __ • Updated: ______________________ ]


SUBSCRIBED AND SWORN to before me this day of [month] [year] at [place of execution], Philippines. Affiant/s is/are personally known to me
and was/were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC).
Affiant/s exhibited to me his/her [any government-issued ID, please specify], with his/her photograph and signature appearing thereon, with no.
______ issued on _______ at _________.

Witness my hand and seal this day of [month] [year].

Name of Notary Public


Serial No. of Commission____
Notary Public for _________ until ___
Roll of Attorneys No. __________
PTR No. , [date issued], [place issued]
IBP No. , [date issued], [place issued]
Doc. No. _______
Page No. _______
Book No. _______
Series of _______.

Pro Form No. 02-025 • Version: __ • Updated: ______________________ ]


Statement of Single Largest Completed Contract Similar to the Requirement

Title of Single Contract:


______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
Parties to the Contract: __________________________________________________________
Amount of the Contract: _____________________________
Date of Completion: _________________________________
Description of Similar Contract: (description should show similarity with the requirement)
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
Supporting Documents attached showing the above information: (See item ___ of the Checklist
on what are acceptable documents (Copy of Contract, O.R., etc…)
1. ___________________
2. ___________________
3. ___________________
4. ___________________
5. ___________________
6. ___________________
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)


CITY OF _______________________) S.S.

BID SECURING DECLARATION


Project Identification No.: [Insert number]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of two (2) years upon receipt
of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under
Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15)
days from receipt of the written demand by the procuring entity for the commission of
acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b),
34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other
legal action the government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the
following circumstances:

a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such
effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a
waiver to avail of said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and
I/we have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
Omnibus Sworn Statement
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state
that:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of


Bidder] with office address at [address of Bidder];

[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]

[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of
[Name of Bidder], I have full power and authority to do, execute and perform any and all
acts necessary to participate, submit the bid, and to sign and execute the ensuing contract
for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached
duly notarized Special Power of Attorney;

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit the
bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name
of the Procuring Entity], as shown in the attached [state title of attached document showing
proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership
Resolution, or Special Power of Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign
government/foreign or international financing institution whose blacklisting rules have
been recognized by the Government Procurement Policy Board, by itself or by relation,
membership, association, affiliation, or controlling interest with another blacklisted
person or entity as defined and provided for in the Uniform Guidelines on
Blacklisting;

4. Each of the documents submitted in satisfaction of the bidding requirements is an


authentic copy of the original, complete, and all statements and information provided
therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office or
the end-user unit, and the project consultants by consanguinity or affinity up to the third
civil degree;

[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is
related to the Head of the Procuring Entity, members of the Bids and Awards Committee
(BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project
Management Office or the end-user unit, and the project consultants by consanguinity or
affinity up to the third civil degree;

[If a corporation or joint venture:] None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members
of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of the
Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if
any; and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the
Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or
any form of consideration, pecuniary or otherwise, to any person or official, personnel or
representative of the government in relation to any procurement project or activity.

10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to
constitute criminal liability for Swindling (Estafa) or the commission of fraud with
unfaithfulness or abuse of confidence through misappropriating or converting any
payment received by a person or entity under an obligation involving the duty to
deliver certain goods or services, to the prejudice of the public and the government
of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or
the Revised Penal Code.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant
ACKNOWLEDGEMENT

REPUBLIC OF THE PHILIPPINES


CITY OF ________________ S.S.

BEFORE ME, a Notary Public, for and in the City of Manila, Philippines, this __ day
of ______________ 2020 personally appeared:

GOVERNMENT-ISSUED I.D. DATE/PLACE OF


NAME
NO. ISSUE

identified by me through competent evidence of identity to be the same person who executed the
foregoing instrument and who acknowledged to me that the same is his/her own free and voluntary
act and deed and that of ____________ whom he/she represents with full authority to sign the
instrument.

This instrument consisting of three (3) pages is signed by the parties, together with their
instrumental witnesses, on all pages including this page whereon the acknowledgement is written.

WITNESS MY HAND AND SEAL at the place and on the date first above written.

Doc. No. ___________;


Page No. ___________;
Book No. ___________;
Series of 2020.
CERTIFICATE*
[*To be issued by the Corporate Secretary (for Corporation/Cooperative/Joint
Venture) or by the Managing Partner or President (for Partnership), attesting the
appointment of the bidder’s representative.]

AUTHORITY OF SIGNATORY

I, [Name of Corporate/Partnership/Cooperative/Joint Venture (JV) Secretary or


Authorized Representative], a duly elected and qualified Secretary of [Name of
Corporation/Partnership/Cooperative/JV], a Corporation/Partnership/Cooperative/
JV, duly organized and existing under and by virtue of the laws of the Republic of the
Philippines, DO HEREBY CERTIFY, that:

1. In a regular/special meeting of the Board of Directors of the said


Corporation/Partnership/Cooperative held on [Date of Board Meeting], the following
Resolution was approved:

RESOLUTION NO. _________________

“RESOLVED, that any of the following:

Name of Duly Authorized With Conformity:


Position
Representative/s Signature Initials
1)
2)
3)
4)

is/are hereby duly authorized and designated in the name of the


Corporation/Partnership/Cooperative/JV, to participate in the public bidding of the
Bangko Sentral ng Pilipinas (BSP); to submit a bid, make, sign, execute, deliver and
receive contracts, agreements, and any and all documents and other writings of
whatever nature or kind, transact with BSP, and execute and perform any and all acts
necessary for the purposes indicated herein.”

2. I hereby certify to the correctness of the foregoing resolution and that the
same is existing and has not been suspended, amended, modified or revoked.

IN WITNESS WHEREOF, I have hereunto set my hand this ____________ day of


__________________, 20___, in the City of __________________, Philippines.

___________________
Affiant

SUBSCRIBED AND SWORN to before me this day of [month] [year] at


[place of execution], Philippines. Affiant/s is/are personally known to me and
was/were identified by me through competent evidence of identity as defined in
the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to
me his/her [any government-issued ID, please specify], with his/her photograph
and signature appearing thereon, with no. ______ issued on _______ at _________.

Pro Form No. 02-024 • Version: 4 • Updated: (For enrollment in PrO-QMS


Witness my hand and seal this day of [month] [year].

Name of Notary Public


Serial No. of Commission____
Notary Public for _________ until ___
Roll of Attorneys No. __________
PTR No. , [date issued], [place issued]
IBP No. , [date issued], [place issued]

Doc. No. _______


Page No. _______
Book No. _______
Series of _______.

Pro Form No. 02-024 • Version: 4 • Updated: (For enrollment in PrO-QMS


SPECIAL POWER OF ATTORNEY
(For Sole Proprietorship)

I ___________________________, [Chief Executive Officer/ President/


General Manager] of [Name of Company], a sole proprietorship established and
duly registered under the laws of the [Country], with its registered office at [Office
Address], do hereby make, constitute and appoint any of the following [Name of
duly authorized representative/s, positions]:

Name of Duly Authorized With Conformity:


Position
Representative/s Signature Initials
1)
2)
3)
4)

to be the true and lawful attorney/s, for it and its name, place and stead, to submit a
bid, make, sign, execute, deliver and receive contracts, agreements, and any and all
documents and other writings of whatever nature or kind, transact with BSP, and
execute and perform any and all acts necessary, and/or represent [Name of Sole
Proprietorship], in the public bidding of the Bangko Sentral ng Pilipinas (BSP); as fully
and effectively as the sole proprietorship might do if personally present with full
power of substitution and revocation and hereby confirming all that said
representative/s shall lawfully do or cause to be done by virtue hereof.

IN WITNESS WHEREOF, I have hereunto set my hand this ____________ day


of __________________, 20___, in ____________________________.

_____________________
Affiant
SUBSCRIBED AND SWORN to before me this day of [month] [year] at
[place of execution], Philippines. Affiant/s is/are personally known to me and
was/were identified by me through competent evidence of identity as defined in
the 2004 Rules on Notarial Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to
me his/her [any government-issued ID, please specify], with his/her photograph
and signature appearing thereon, with no. ______ issued on _______ at _________.

Witness my hand and seal this day of [month] [year].

Name of Notary Public


Serial No. of Commission____
Notary Public for _________ until ___
Roll of Attorneys No. __________
PTR No. , [date issued], [place issued]
IBP No. , [date issued], [place issued]
Doc. No. _______
Page No. _______
Book No. _______
Series of _______.

Pro Form No. _______ • Version: 1 • Updated: ______________


REPUBLIC OF THE PHILIPPINES)
CITY OF _______________________) S.S.

x------------------------------------------------------x

PERFORMANCE SECURING DECLARATION


Invitation to Bid: [Insert Reference Number indicated in the Bidding Documents]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, to guarantee the faithful


performance by the supplier/distributor/manufacturer/contractor/consultant of its
obligations under the Contract, I/we shall submit a Performance Securing Declaration
within a maximum period of ten (10) calendar days from the receipt of the Notice of
Award prior to the signing of the Contract.

2. I/We accept that: I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of one (1) year if in case it is
my first offense, or two (2) years for the second offense, upon receipt of your Blacklisting
Order if I/we have violated my/our obligations under the Contract.

3. I/We understand that this Performance Securing Declaration shall cease to be valid
upon:

a. issuance by the Procuring Entity of the Certificate of Final Acceptance, subject to the
following conditions:
i. Procuring Entity has no claims filed against the contract awardee;
ii. It has no claims for labor and materials filed against the contractor; and
iii. Other terms of the contract; or

b. replacement by the winning bidder of the submitted PSD with a performance


security in any of the prescribed forms under Section 39.2 of the 2016 IRR of RA No.
9184 as required by the end-user.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER’S AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of execution],
Philippines.
[Select one of the two following paragraphs and delete the other]
Affiant/s is/are personally known to me and was/were identified by me through
competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M. No.
02-8-13-SC).
Affiant/s exhibited to me his/her [insert type of government identification card used]
with no. ___________ issued on __________ at ____________.

Witness my hand and seal this ___ day of [month] [year].

NAME OF NOTARY PUBLIC


Serial No. of Commission _______________
Notary Public for _______ until __________
Roll of Attorneys No. __________________
PTR No. ______ [date issued], [place issued]
IBP No. ______ [date issued], [place issued]

Doc. No. _____


Page No. _____
Book No. _____
Series of _____
THE FOLLOWING INSURERS ARE INCLUDED IN THE BSP’S EVALUATED INSURERS BASED ON
THE INSURANCE COMMISSION’S DATA ON NET INCOME, NET WORTH, NET PREMIUMS
WRITTEN, GROSS PREMIUMS WRITTEN, PREMIUMS EARNED, PAID-UP CAPITAL, ASSETS
AND INVESTED ASSESTS:1

Name of Insurance Company


Alliedbankers Insurance Corp. Mercantile Insurance Company, Inc.
Pacific Cross Insurance, Inc. (Blue Cross
Alpha Insurance & Surety Company, Inc.
Insurance, Inc.)
Asia Insurance (Philippines) Corp. Pacific Union Insurance Company
BPI/MS Insurance Corp. People’s General Insurance Corp.
Card Pioneer Microinsurance, Inc. Philippine First Insurance Company. Inc.
Charter Ping An Insurance Corp. Pioneer Insurance & Surety Corp.
Cibeles Insurance Corp. PNB General Insurers Company, Inc.
Commonwealth Insurance Company Prudential Guarantee & Assurance, Inc.
FPG Insurance Co., Inc. Standard Insurance Company, Inc.
MAA General Assurance Phils., Inc. Stronghold Insurance Company, Inc.
Malayan Insurance Company, Inc. Travellers Insurance & Surety Corp.
Mapfre Insular Insurance Corp. UCPB General Insurance Company, Inc.

1 This is not tantamount to an endorsement of the above surety companies and is not a conclusion that other insurance companies not
included in the above list are not authorized to issue surety bonds for government transactions.

You might also like