Call Center Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice page 13 Of 13 *= Required Field sources Sought Notice page 1 Of 13 this Request For Information (rfi) Sources Sought Is Issued Solely For Market Research And Planning Purposes Only And Does Not Constitute A Solicitation 1. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research Only To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Small Businesses , Including Service-disabled Veteran-owned Small Businesses And Veteran-owned Small Businesses (sdvosb/vosb), Who Are Interested In Submitting Proposals For This Procurement And Who Are Capable Of Performing The Work Required For This Procurement. 2. The Naics For This Requirement Is 541512 Computer Systems Design Services 3. The Contractor Shall Provide Audiocare Prefill Software Prescription Refill For The Southern Arizona Va Healthcare System (savahcs) (see Attached Draft Sow). The Required Products Shall Be Provided By The Contractor Along With All Resources Necessary To Accomplish The Deliverables Described In The Attached Draft Statement Of Work (sow). 4. Interested And Capable Contractors Are Encouraged To Respond To This Notice Not Later Than Wednesday, Mar 11th 2025, At 11:00 Am Pst, By Providing The Following Information Via Email Only To Jose.espinoza3@va.gov. (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email Of Primary Point Of Contact (e) Contractor S Unique Entity Id (sam) Number (f) Type Of Small Business, If Applicable, (e.g. Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), 8(a), Hub-zone, Woman Owned Small Business, Small Disadvantaged Business, Or Small Business). (g) Statement Indicating Whether Your Company Is Considered Small Under The Size Standard For The Naics Code Identified Under This Rfi. (h) Statement Indicating The Product Name Of The Audiocare Prefill Software Prescription Refill For The Savahcs Product Referenced Above That You Intend To Provide For This Procurement. (i) Statement Indicating Whether You Are The Manufacturer Of The Audiocare Prefill Software Prescription Refill For The Savahcs That You Intend To Provide For This Procurement. If You Intend To Provide Products Manufactured By A Company Other Than Your Own, State The Name Of The Company Whose Audiocare Prefill Software Prescription Refill For The Savahcs Product You Intend To Provide, The Country Of Origin, And Whether The Company That Manufactures That Product Is A Small Business Under The Size Standard For The Naics Code Identified Under This Rfi. (j) Statement Indicating If You Have A Current Contract To Provide The Audiocare Prefill Software Prescription Refill That You Intend To Provide For This Procurement, Along With The Installation, Configuration, Validation, Support, And Maintenance Services Required By This Procurement, Under Either The General Services Administration (gsa) Federal Supply Schedule (fss) Or With The Va National Acquisition Center (nac), National Aeronautics And Space Administration (nasa) Solutions For Enterprise-wide Procurement (sewp), Or Any Other Federal Contract. If Yes, Provide The Contract Type And Contract Number, As Well As The Identity Of The Federal Agency With Whom You Hold That Contract. (k) Statement Indicating If Your Product That You Intent To Provide For This Procurement Was Assessed By Va Technical Reference Model Management Group And Currently Approved For Use In The Va. (l) Statement Indicating How Many Calendar Days You Estimate It Would Take You To Implement, Configure, And Validate The Audiocare Prefill Software Prescription Refill For The Savahcs That You Intend To Provide For This Procurement In A Medical Center Similar To The Va Medical Center. (m) General Pricing For Your Products/solutions For Market Research Purposes. (n) A Capability Statement That Provides Detailed Information For One Or More Reference Contracts That Demonstrate Your Experience Providing Requested Products That Meets The Requirements Described In The Attached Draft Salient Characteristics And Demonstrates Your Experience Providing The Installation, Configuration, Validation, Support, And Maintenance Services Required By This Procurement. General Statements Of Capability Are Not Acceptable. Respondents Must Provide The Following Information For Each Reference Contract The Respondent Identifies As Evidence Of The Respondent S Capability To Perform The Work Required By This Procurement. Respondents Must Provide The Following Information For Each Reference Contract: (1) The Legal Name Of Entity With Whom The Respondent Held The Contract; (2) The Contract Number; (3) A Description Providing Details Of The Specific Tasks The Respondent Performed Under That Contract; (4) The Dates During Which The Respondent Performed The Contract; (5) The Name, Phone Number, And Email Address Of A Person At The Entity With Whom The Respondent Held The Contract Who Can Verify The Information The Respondent Provides regarding This Reference Contract. if A Respondent Offers To Demonstrate Experience Through The Proposed Use Of Subcontractors, The Respondent Must Provide All Of The Information Required Above For One Or More Reference Contracts Performed By Each Subcontractor The Respondent Intends To Use. note: The Information Requested Above Is Required For The Government To Evaluate Whether There Are Sufficient Small Business Concerns Of A Particular Type Who Are Capable Of Performing The Work Required By This Procurement To Determine If This Procurement Should Be Set Aside For A Given Type Of Small Business Concern. Failure To Submit All Of The Information Requested Above To Support A Respondent S Claimed Experience May Be Viewed By The Government As Evidence That The Respondent Lacks The Ability To Provide The Products Requested In This Procurement. This, In Turn, May Affect The Government S Determination About Whether The Requirements For A Set-aside Procurement Have Been Met. 5. All Offerors Who Provide Goods Or Services To The United States Government Must Be Registered In The System For Award Management (sam) Database Found At Https://www.sam.gov. Registration Must Include Representations And Certifications. 6. Small Business Respondents. (a) If Respondent Is Vosb Or Sdvosb, Respondent Is Encouraged To Provide Proof Of Www.vetbiz.gov Certification. In Addition, Sdvosb/vosb Contractors Are Asked To Acknowledge That They Understand The Limitations On Sub-contracting Pursuant To Far 52.219-14, Limitations On Sub-contracting, Which Will Be Included In The Impending Solicitation. Further Sdvosb/vosb Contractors Are Asked To Respond That They Are Capable Of Providing The Requested Services Keeping Within The Parameters Of This Clause. (b) Small Businesses, Including Sdvosb/vosbs Are Also Advised That Per 13 Cfr, § 125.6 The Prime Contractor's Limitations On Subcontracting Are As Follows: (1) General. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than $150,000, An 8(a) Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That: (2) In The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. (c) Please Note That If Va S Pending Market Research Establishes That Two Or More Verified Vosb Or Sdvosb Can Provide The Services Required, Va Will Set Aside The Underlying Solicitation Per 38 U.s.c. §8127. --end Of Sources Sought Announcement-- disclaimer This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. statement Of Work background: Tucson, Arizona Healthcare System (savahcs) Currently Utilizes Audiocare Software To Help Improve Patient Care. The Additional Of Audiocare Prefill Will Enhance Services That Pharmacy Is Able To Provide Patients. As Savahcs Already Utilizes Audiocare, A Contract Is In Place. at The Conclusion Of Year One With Audiocare Prefill, That Contract Will Be Able To Be Rolled Into The Main Contract With Audiocare. purpose Of Project: Audiocare Is Already A System Used By Icva Pharmacy To Facilitate Communication Between Staff And Patients. Per Audiocare Contact, Prefill Has Started To Roll Out To Other Visns With Impressive Data Being Gathered. Call Centers Are Seeing A Reduction In Refill And Renewal Calls And Sites Are Seeing Up To 2-3 Times Their Previous Rxs Processed Via Their Automated Line. As The Va Does Not Utilize Automatic Refilling, It Is Common For Patients To Wait To Long To Refill/renew Their Prescriptions Which Leads To An Increase In Overnight Shipping Costs As The Local Facility Needs To Then Overnight The Prescription To The Patient To Avoid An Interruption Of Therapeutic Care. These Overnight Shipping Costs Are Quite A Financial Burden To The Facility. Prefill Can Help Combat This And Increase Patient Safety, Patient Satisfaction, And Employee Satisfaction. statement Of Work: The Addition Of Prefill To The Existing Audiocare Software Will Make Managing Prescriptions Easier And More Convenient For Patients. As Savahcs Already Has Audiocare, Installation Would Be Able To Begin Immediately. This Installation Would Involve Savahcs It And Pharmacy Staff. this Procurement Shall Include Any Necessary Networking Equipment, Infrastructure, And Licensing To Properly Integrate Into Savahcs S Existing Service Contract With Audiocare. the Installations Associated With The Infrastructure Are To Be Included In This Procurement. Installation Includes, But Is Not Limited To: project Management And Coordination Of The Install: appropriate Savahcs Staff Shall Assist As Needed To Maintain The Integrity Of Va Sensitive Information. if Applicable, Shipping And Handling Of The Agreed Upon Equipment And Infrastructure And Ensuring It Reaches The Appropriate Destination. installation Of All Agreed Upon Software, Licensure, And Networking Infrastructure. installation Of Prefill Shall Result In A Fully Functioning System. savahcs Information Technology And Pharmacy Staff Shall Assist Contractors As Necessary To Ensure The Integrity Of Any Va Sensitive Information. confirming The Integration Of Audiocare Prefill With The Existing Audiocare Platform. contractor Qualifications: If A Contractor Is Required The Contractor Must Be Certified To Perform Any Installation By The Original Equipment Manufacturer And Have At Least Two Years Prior Of Experience Performing The Install Work. Joint Commission And Accreditation Agencies Are Applicable To This Procurement. evaluation And Award Factors: Award Shall Be Made To The Offer Representing The Best Value To The Government Considering Technical And Price Factors As Stated Below. Offerors Shall Include In Their Proposal S Specific Information Relative To The Evaluation Factors Listed Below To Ensure Proper Evaluation Of Their Proposal. The Technical Evaluation Factors Shall Be Considered More Important Than The Remaining. past Performance specialized Skills, Expertise, And Knowledge ability To Integrate With Existing Audiocare Platform. price program Office Point Of Contact And/or Contracting Officer Technical Representative (cotr): r, Pharmacy Informatics Chief Will Be Identified Upon Award contractor Personnel Security Requirement: Any Contracted Personnel Shall Need Access To Sensitive Patient Data And Systems During Install Of Software To Verify And Test Functionality. market Research: Please Refer To Market Research Document For Information On The Performed Market Research. delivery & Package, Inspection/acceptance Requirements, Warranty: Software Shall Be Combined With Existing Contract After 1 Year. Warranty Would Become Part Of That Contract.

Credit Information Corporation Tender

Software and IT Solutions
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 863.3 K (USD 15 K)
Details: Description Request For Quotation No.2025-cims(006)-npsvp-0007 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Finance And Administration Group Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Business Starter 210 User Php3,753.80 Php788,298.00 Business Standard 10 User Php7,507.60 Php75,076.00 Total Php863,374.00 Contract Duration: March 23, 2025 To October 22, 2025 (7 Months) Delivery Site: 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Note: Manner Of Award Will Be On A Lot Basis. Bids Received In Excess Of The Approved Budget For Contract (abc) Shall Be Automatically Rejected At The Opening Of The Quotations. Supplier/s Who Submits The Lowest Calculated And Responsive Quotation Shall Be Eligible For Award. Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than March 11, 2025, 5:00 P.m. Philgeps Certificate/number; Mayor’s/business Permit For The Current Year; Latest Income/business Tax Returns; Notarized Omnibus Sworn Statement (annex C); And For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(006)-npsvp-0007, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Business Starter 210 User Business Standard 10 User Total Total Bid Price In Words: __________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: Annex "b" Compliance Form Technical Specifications Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Credit Worthiness Of Borrowers. Email System, Productivity Tools, And Online Collaboration Tools Play An Important Role In The Communication, Messaging And Computing Operations Of The People Supporting And Maintaining The Credit Information System (cis). Cic Needs An Online Suite Or Workspace/solution With The Following Features: Web-based Email Service With 99.9% Guaranteed Uptime With Zero Scheduled Downtime For Maintenance, 30gb Of Storage Space (business Starter), 2tb Of Storage Space (business Standard) And 24/7 Phone And Email Support Cloud File Storage And Synchronization Service That Can Be Shared With Others, And Access The Files From Any Computer, Tablet, Or Smartphone Collaborative Software That Allows User To View And Edit Documents, Spread Sheets And Presentations Together In Real-time Through A Web Browser Or Mobile Device An Online Survey Application Or Forms Having The Features Of All Of The Collaboration And Sharing Features Found In Docs, Sheets, And Slides; Can Also Be Used To Create Quizzes Online Calendar That Comes With Additional Features Designed For Business Use, Including Smart Scheduling Of Meetings, Where The Service Finds Available Times And Appropriate Locations Based On Coworkers' Schedules, And Public Calendars For Consumers To See A Business' Upcoming Events A Communication Software That Provides Direct Messages And Team Chat Rooms Can Accommodate 100 Participant Video Meetings (business Starter) Can Accommodate 150 Participant+ Recording, Noise Cancellation (business Standard) Admin Panel For Managing Users And Services. Purpose The Cic Aims To Procure The License For The Existing Email, Productivity Tools, And Cloud Collaboration Solution To Continually Provide An Easy-to-manage Technology That Integrate With Other It Tools And Software Solution Of The Cic To Improve Its Overall It Communication, Productivity And Collaboration While Overcoming Its Limited Budget And Man-power Resources. Scope The Paid License Covers To Receive Online Collaboration Services, Product Updates And Versions, And Access To Technical Support For Seven Months. Definition Of Terms Term Definition Cloud Computing Is The On-demand Availability Of Computer System Resources, Especially Data Storage (cloud Storage) And Computing Power, Without Direct Active Management By The User. The Term Is Generally Used To Describe Data Centers Available To Many Users Over The Internet. Collaboration Tool Or Collaborative Software Is Application Software Designed To Help People Working On A Common Task To Attain Their Goals; May Be Divided Into: Real-time Collaborative Editing Platforms That Allow Multiple Users To Engage In Live, Simultaneous And Reversible Editing Of A Single File (usually A Document), And Version Control (also Known As Revision Control And Source Control) Platforms, Which Allow Separate Users To Make Parallel Edits To A File, While Preserving Every Saved Edit By Every User As Multiple Files (that Are Variants Of The Original File) Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User. System Uptime Uptime Is A Measure Of System Reliability, Expressed As The Percentage Of Time A Machine, Typically A Computer, Has Been Working And Available. Uptime Is The Opposite Of Downtime. Duties And Responsibilities Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: The Delivery And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay Provide Account Support Via Phone Or Email, Including Requests For Additional Licenses, Storage, Billing Management, And Information About The Use Of The System, Along With Other Product Details. Provide 24x7 Online Technical Support Facility And Capability, Consisting Of Online Helpdesk Facility And Competent Technical Support Personnel Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: Monitor The Provided Services And Verify If The Parameters Under The Service Level Agreement Are Met And Performed By The Sp. Issuance Of A Certificate Of Inspection And Acceptance To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. Requirements General Items Requirements Statement Of Compliance (“comply Or Not Comply” Against Each Specification) Proof Of Compliance Service Provider Duly Notarized Statement That The Sp Is An Authorized Partner (at Least Partner Level) And Has Been In Business Of Providing The Cic’s Existing Email System For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. The Sp Must Establish A Single Point Of Contact Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem Related Issues. The Sp Should Provide Unlimited Phone, Email, Chat And Any Form Of Electronic Communications And Messaging Support For One Year. Service Provider Roles And Responsibilities The Service Provider Shall Deliver Comprehensive And Ongoing Support For The Following Issues, Including, But Not Limited To: Login Issues Forgotten Password, Account Locked And Two-factor Authentication (2fa) Issues Email Issues (gmail) Not Receiving Emails, Sending Errors And Outlook Or Third-party Email Clients Google Drive/docs/sheets/slides Issues File Syncing Problems, File Access Issues And Corrupted Files Google Calendar Issues Event Sync Problems And Permissions Issues Google Meet And Google Chat Issues Audio/video Issues In Google Meet, Connectivity Issues And Chat Not Working Google Admin Console Issues Admin Access Problems And User Creation Issues Google Workspace Marketplace Problems App Installations Not Working Google Workspace Mobile App Issues App Crashes Or Freezes And Syncing Problems General Connectivity And Performance Issues Slow Performance And Browser Compatibility Security And Compliance Issues Suspicious Activity And Data Loss Or Backup Issues Licensing Issues License Not Applied The Service Provider Shall Deliver Comprehensive Training Programs For Both Administrators And Users To Ensure Effective Usage And Management Of Google Workspace. The Training Will Include, But Is Not Limited To, The Following Areas: Administrator Training User Training Ongoing Support And Refresher Training Technical Requirements Items Requirements Statement Of Compliance (“comply Or Not Comply” Against Each Specification) Proof Of Compliance System Overview Google Workspace Business Starter Number Of Users : 210 Coverage Period : March 23, 2025 – October 22, 2025 Plan Type : 7 Months 100 Participant Video Meetings 30 Gb Pooled Storage Per User Google Workspace Business Standard Number Of Users : 10 Coverage Period : March 23, 2025 – October 22, 2025 Plan Type : 7 Months 150 Participant Video Meetings + Recording, Noise Cancellation 2tb Pooled Storage Per User Terms Of Payment Payment Shall Be Made On The Following: Payment Shall Be Made On A One-time Basis (100%) Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance”. Statement Of Compliance Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: Annex "c" 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: 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]; 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;)]; [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; 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; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [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; 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. _____________________________________ Bidder’s Representative/authorized Signatory 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 [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.

Credit Information Corporation Tender

Software and IT Solutions
Philippines
Closing Date27 Mar 2025
Tender AmountPHP 970 K (USD 16.9 K)
Details: Description March 21, 2025 Request For Quotation No.: 2025-cims(016)-npsvp-0011 Procurement Of Existing Cloud-based Web Application Firewall (waf) Solution (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php Procurement Of Existing Cloud-based Web Application Firewall (waf) Solution * With One (1) Website Included * Three (3) Additional Websites 1 Lot 970,000.00 970,000.00 Contract Duration: One (1) Calendar Year Or May 20, 2025 To May 19, 2026 Delivery Schedule: Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Delivery Site: 4f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than March 27, 2025, 5:00 P.m. 1. Philgeps Certificate/number; 2. Mayor’s/business Permit For The Current Year; 3. Latest Income/business Tax Returns; 4. Notarized Omnibus Sworn Statement (annex C); And 5. For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: _________________ Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(016)-npsvp-0011, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Qty Uom Particulars Unit Price (in Php) Total Bid Price In Php (inclusive Of Vat) 1 Lot Procurement Of Cloud-based Web Application Firewall (waf) Solution * With One (1) Website Included * Three (3) Additional Websites Contract Duration: One (1) Calendar Year Or May 20, 2025 To May 19, 2026 Total Bid Price In Words: ______________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: ___________________ Annex "b" Compliance Form Technical Specifications Procurement Of Existing Cloud-based Web Application Firewall (waf) Solution 1. Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Credit Worthiness Of Borrowers. Cic Needs And Uses A Cloud-based Web Application Firewall (waf) Service That Offers Powerful Way To Protect Critical Web Applications Of Cic, And To Efficiently Manage And Optimize Website Performance Where The Submitting Entities (ses) And Accessing Entities (aes) Access The Credit Data And Reports Securely. Cic Uses The Cloud-based Web Application Firewall (waf) Solution With The Following Features And Capabilities: 1. 99.99% Uptime 2. Can Block Over 600 Million Attacks Per Day 3. Enterprise Reporting And Analytics 4. Security At The Speed Of Devops 5. Flexible Deployment Options 6. Use The Web Application Firewall To Secure: A. Active And Legacy Applications B. Third-party Applications C. Apis & Micro Services D. Cloud Applications, Containers, Virtual Machines And More 2. Purpose The Cic Aims To Renew The Existing Of Existing Cloud-based Waf Solution To Continually Provide A Secure And Easy-to-manage Technology That Integrate With Other Credit Information System (cis) Infrastructure And Systems Of The Cic To Secure, Protect, And Reduce Web Application Risks While Overcoming Its Limited Budget And Man-power Resources. 3. Scope The Paid License Covers To Receive Professional Services, Product Updates And Versions, And Access To Technical Support For One (1) Year. 4. Definition Of Terms Term Definition Cyber Threats In Computer Security, A Threat Is A Potential Negative Action Or Event Facilitated By A Vulnerability That Results In An Unwanted Impact To A Computer System Or Application Ddos In Computing, A Denial-of-service Attack Is A Cyber-attack In Which The Perpetrator Seeks To Make A Machine Or Network Resource Unavailable To Its Intended Users By Temporarily Or Indefinitely Disrupting Services Of A Host Connected To The Internet. Firewall In Computing, A Firewall Is A Network Security System That Monitors And Controls Incoming And Outgoing Network Traffic Based On Predetermined Security Rules. A Firewall Typically Establishes A Barrier Between A Trusted Network And An Untrusted Network, Such As The Internet. Https Hypertext Transfer Protocol Secure (https) Is An Extension Of The Hypertext Transfer Protocol (http). It Is Used For Secure Communication Over A Computer Network, And Is Widely Used On The Internet. In Https, The Communication Protocol Is Encrypted Using Transport Layer Security (tls) Or, Formerly, Secure Sockets Layer (ssl). The Protocol Is Therefore Also Referred To As Http Over Tls, Or Http Over Ssl. Key Exchange Key Exchange (also Key Establishment) Is A Method In Cryptography By Which Cryptographic Keys Are Exchanged Between Two Parties, Allowing Use Of A Cryptographic Algorithm. Multi-factor Authentication (mfa Or Sometimes 2fa) Multi-factor Authentication Is An Electronic Authentication Method In Which A Computer User Is Granted Access To A Website Or Application Only After Successfully Presenting Two Or More Pieces Of Evidence To An Authentication Mechanism: Knowledge, Possession, And Inherence. Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User Web Application Firewall A Web Application Firewall Is A Specific Form Of Application Firewall That Filters, Monitors, And Blocks Http Traffic To And From A Web Service. Website A Collection Of Web Pages And Related Content That Is Identified By A Common Domain Name And Published On At Least One Web Server --definitions Are Retrieved From Wikipedia.com, Techopedia.com 5. Duties And Responsibilities 5.1. Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: 1. The Renewal And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay. 5.2. Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: 1. Grant The Sp’s Authorized Representative Access To Its Premises, Equipment And Facilities Located Therein To Perform Its Obligations, Provided That Such Representative Shall Be Accompanied By The Duly Assigned Personnel Of The Cic Technical Support Department. 2. Secure The Necessary Access Pass And Building Permit Required By The Building Administrator And Assumes Responsibility For The Safe Custody And Use Of The Equipment. 3. Monitor The Provided Services And Verify If The Parameters Under The Service Level Agreement Are Met And Performed By The Sp. 4. Issuance Of A Certificate Of Inspection And Acceptance To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. 5. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. 6. Conducts Assessment/evaluation Of The Sp 60 Days Before The End Of The Contract. 6. Requirements 6.1. General Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Service Provider A) Duly Notarized Statement That The Sp Has Been In Business Of Providing The Cic’s Existing Cloud-based Web Application Firewall Solution For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. B) The Sp Must Establish A Single Point Of Contact Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem Related Issues. C) The Sp Must Provide Escalation Or Incident Management Procedures, Including The Complete Names Of Contact Persons, Positions, Email Address, Mobile And Landline Numbers. The Sp Shall Inform Cic Of Any Changes On The Escalation Or Incident Management Procedure Immediately. D) The Sp Should Provide Unlimited Phone, Email, Chat And Any Form Of Electronic Communications And Messaging Support For One (1) Year. 8x5 (monday To Friday) For Local Support, And 24x7 For International Helpdesk Support. E) The Sp Should Provide A Consumable 8x5 Onsite Support With Next Business Day Response Time For One Year. Four (4) Visits Of Free Onsite Support During The Contract Period. F) Implement Recommended Remedial Action, Security Updates, System Upgrades As Needed. 2. Service Delivery Manager A) The Sp Should Assign A Service Delivery Manager (sdm) To Cic For The Project To Ensure All Requirements Of This Contract Are Successfully Delivered To Cic. B) The Sdm Should Have At Least Two (2) Year Service Delivery Or Project Management Experience In Handling Similar Project Implementation. (provide Curriculum Vitae And Related Certifications.) 3. Technical Support Staff A) The Sp Should Assign At Least Two (2) Technical Support/engineers To The Cic Project. They Must Be Permanent Employees Of The Service Provider For At Least One And Half (1 ½) Years. (provide Certificate Of Employment, Updated Curriculum Vitae & Related Certifications.) 6.2. Technical Requirements Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance System Overview 1. A Cloud-based Web Application Firewall (waf) Service That Offers Powerful Way To Protect Critical Web Applications And Optimize Website Performance. A) Cloud-based Web Application Firewall (waf) With 1 Website Included; B) Three (3) Additional Websites; C) Coverage Period: May 20, 2025 - May 19, 2026 2. The Solution Must Leverage Accurate Rule-sets To Protect Websites Against Known And Emerging Cyber Threats, Such As Sql Injection, Cross-site Scripting (xss), Spam, Site Scraping, Malicious Bots, And Other Owasp Top Ten Vulnerabilities 3. Ddos Attack Mitigation And Defense For All Types Of Ddos Attacks. 4. Content Delivery Network Function To Improve Website Responsiveness, Lower Web Server Utilization, And Reduces Bandwidth Consumption. The Solution Should Automatically Cache And Serve Website Content From Distributed Data Centers, To Eliminate Bottlenecks At Central Servers, And Ensure That Website Visitor Is Receiving Content From The Data Center With Closest Proximity To Their Geographical Location. 5. Provides Automated Pci Reporting Without Impacting Web Development Processes And Does Not Require In-house Pci Expertise On Involved Pci Consulting Projects. 6. Cloud-based Deployment. 7. Protect Log-in Pages Of Publicly Available Web Applications With Strong Two-factor Authentication Without Integration, Coding Or Software Changes. End User Should Be Able To Manage And Control Multiple Logins Across Several Websites In A Centralized Manner. 8. Two Factor Authentication Is Supported Using Either Email, Sms Or Google Authenticator. 9. The Solution Must Be The Same With The Existing Cloud-based Waf Solution And Login Protect Licenses Of The Cic. 6.3. Service Level Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Change Requests Cr Must Be Acknowledged By The Sp Within Two (2) Hours Upon Receipt, Mondays To Fridays, 8:00-5:00 Pm. 2. Incident Response A) Help-desk Facility Available Twenty-four By Seven (24x7) To Receive Report On Any Issues B) Incident Response/support Tickets Relayed Through Helpdesk, Email, Phone, Or Instant Messaging Must Be Acknowledged By The Service Provider Within Two (2) Hours Upon Receipt, And C) Resolve Issues Within Six (6) Hours Upon Acknowledgement. 3. Service Report A) The Sp Must Provide Service Reports For Each Onsite Or Remote Support Service Performed And Shall Be Verified And Acknowledged By Cic Authorized Personnel. B) The Sp Shall Submit A Detailed Problem Resolution Report For Every Service Requested Within 24 Hours. It Shall Include Details Of Actions Taken In Resolving The Problem Duly Acknowledged By The Authorized Cic Personnel. 7. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Services Within 30 Calendar Days (lead Time For Delivery For Non-stock Items) Upon Receipt Of The Notice To Proceed. 8. Terms Of Payment Payment Shall Be Made On The Following: 1. Payment Shall Be Made On A One-time Basis, Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. 2. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance” By The Cic Inspection Committee. 3. Payment Shall Be Subject To The “warranty” Provisions In The Form Of Retention Money In An Amount Equivalent To At Least One Percent (1%) Of The Contract Price Required In Section 62 Of R.a. 9184 And Its Irr. Statement Of Compliance Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: ___________________ Annex "c" 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, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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. _____________________________________ Bidder’s Representative/authorized Signatory 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 [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.

Credit Information Corporation Tender

Software and IT Solutions
Philippines
Closing Date19 May 2025
Tender AmountPHP 200 K (USD 3.5 K)
Details: Description May 13, 2025 Request For Quotation No.: 2025-cims(031)-npsvp-0023 Procurement Of Cloud Compute And Storage Services - Data Analytics Tool (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php Procurement Of Cloud Compute Storage And Storage Services - Data Analytics Tool 1 Lot 200,000.00 200,000.00 Contract Duration: One (1) Calendar Year Delivery Schedule: Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. Delivery Site: 4f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than May 19, 2025, 5:00 P.m. 1.philgeps Certificate/number; 2.mayor’s/business Permit For The Current Year; 3.notarized Omnibus Sworn Statement (annex C); And 4.for Authorized Representatives: Spa (sole Proprietorship/partnership),secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Rfq No. 2025-cims(031)-npsvp-0023 Page 1 Of 14 Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Rfq No. 2025-cims(031)-npsvp-0023 Page 2 Of 14 Annex "a" Price Proposal Form Date: Administration Unit Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(031)-npsvp-0023, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Particulars Qty Uom Unit Price (in Php) Total Bid Price In Php (inclusive Of Vat) Procurement Of Cloud Compute Storage And Storage Services - Data Analytics Tool 1 Lot Contract Duration: One (1) Calendar Year Delivery Schedule: Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. Total Bid Price In Words: _______________________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. Rfq No. 2025-cims(031)-npsvp-0023 Page 3 Of 14 We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: Rfq No. 2025-cims(031)-npsvp-0023 Page 4 Of 14 Annex "b" Compliance Form Technical Specifications Procurement Of Cloud Compute Storage And Storage Services - Data Analytics Tool 1. Overview The Credit Information Corporation (cic), Established In 2008 Through Republic Act No. 9510, Also Known As The Credit Information System Act (cisa), Is A Government-owned And Controlled Corporation (gocc). The Cic's Mandate Is To Develop A Centralized And Comprehensive Credit Information System That Facilitates The Collection And Dissemination Of Accurate And Fair Data. This Data Pertains To Credit And Credit-related Activities Across Various Entities Within The Financial System, Including But Not Limited To Retail, Trade, Utilities, And Other Service And Product Providers That Offer Valuable Insights Into Creditworthiness And Payment Behavior. The Cic Generates Reports And Dashboards Sourced From Its Production System, Which Is The Credit Information System (cis), Primarily Focused On The Cis Data And Borrowers' Information. These Reports And Dashboards Serve Descriptive Analytics Purposes, Helping To Identify The Causes Behind Events And To Inform The Development Of Appropriate Response Strategies, Particularly In Loading, Submission, And Reporting Of Statistics To Cic Management. With The Integration Of Advanced Data Analytics Tools, Dedicated Data Management Will Now Be Able To Leverage These Tools To Enhance Data Management Practices, Offering Dynamic Data Visualizations And Detailed Reports For Management Decision-making. Refining The Organization's Approach To Data Analytics Is Essential To Shift From A Reactive To A Proactive Strategy. Adopting A Proactive Approach Will Allow The Cic To Anticipate Potential Issues By Analyzing Historical Data Through Predictive Analytics. By Utilizing Business Data Analytics Tools Capable Of Producing High-quality Reports For Data Visualization And Data Storytelling, The Cic Can Better Mitigate Risks And Prevent Undesirable Outcomes, Thus Enhancing Its Overall Effectiveness In Credit Information Management. 2. Purpose To Improve The Data Analytics And Reporting That Will Yield Efficient Report Generation And Improvements In The Processing Of The Credit Information System (cis) By Producing High-quality Of Data Reporting And Data Storytelling Based On The Data Visualization Output By The Data Analytics Tool 3. Scope The Project Shall Cover The Delivery And Implementation Of A Data Analytics Tool That Includes Licenses And Training On How To Use The Data Analytics Tool And Provide Samples On The Development And Design Of Required Dashboards And Statistical Reports. Rfq No. 2025-cims(031)-npsvp-0023 Page 5 Of 14 4. Definition Of Terms Term Definition Dashboard It Is A Visual Interface That Displays Key Data And Metrics In An Organized And Interactive Way, Enabling Users To Monitor Performance, Analyze Trends, And Make Informed Decisions. Data Analytics Tool It Is A Cloud-based Software That Enables Data Processing, Visualization And Reporting To Support Data-driven Decision Making Within Cic. Data Storytelling It Is A Practice Of Using Data, Visuals, And Narrative Techniques To Communicate Insights And Convey A Clear, Compelling Message. It Blends The Technical Analysis Of Data With The Art Of Storytelling To Help Audiences Understand Complex Information And Drive Decision- Making Data Visualization It Is A Representation Of Data And Information In A Graphical Or Visual Format, Such As Charts, Graphs, Maps, And Dashboards. Pro License It Is A Type Of User License That Provides Access To Advanced Data Analytics Features, Allowing Users To Create, Publish And Share Dashboards And Reports Service Provider This Refers To The External Entity That Will Supply, Implement And Provide Support For The Cloud-based Data Analytics Tool Under The Terms Specified In This Document. 5. Duties And Responsibilities 5.1. Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: 1. The Delivery And Installation Of The License Must Be Completed Within Fifteen (15) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One-tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay. 2. Provide Account Support Via Phone Or Email, Including Requests For Additional Support, Billing Management, Information About The Use And Administration Of The System, And Other Data Analytics Tool Details. 3. Provide 24x7 Online Technical Support Facility And Capability, Consisting Of An Online Helpdesk Facility And Competent Technical Support Personnel. Rfq No. 2025-cims(031)-npsvp-0023 Page 6 Of 14 5.2. Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: 1. Monitor The Services Provided And Verify If The Parameters Under The Service Level Agreement Are Met And Performed By The Sp. 2. Issuance Of A Certificate Of Inspection And Acceptance To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. 3. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019 2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided, Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. 6. Requirements 6.1. General Items Requirements Statement Of Compliance “comply” Or “not Comply Proof/evidence Of Compliance 1. Service Provider A. Duly Notarized Statement That The Service Provider (sp) Is An Authorized Partner (at Least Partner Level) And Has Been In Business Of Providing Other Procurement Entities And Other Agencies Of Any Data Analytics Tool Or Services For At Least Two (2) Years Prior To The Deadline For The Submission Of Bids. B. Sp Trainer’s Certification Of Any Of The Following: Certified Data Analyst (cda), Microsoft Certified Data Analyst Associate, Microsoft Power Bi Data Analyst Professional Certificate Or Ibm Data Analyst Professional Or Similar Certifications Related To Data Analytics C. The Sp Must Establish A Single Point Of Contact Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation, And Field Support For All Problem-related Rfq No. 2025-cims(031)-npsvp-0023 Page 7 Of 14 Issues. D.the Sp Should Provideunlimited Phone, Email, Chat,and Any Form Of Electroniccommunications Andmessaging Support For One (1)year For The Data Analytics Toollicense Subscription. 6.2. Technical Rfq No. 2025-cims(031)-npsvp-0023 Page 8 Of 14 Items Requirements Statement Of Compliance “comply” Or “not Comply Proof/evidence Of Compliance 1. System Overview 1.data Analytics Tool Licensedescription: A.license Coverage The License Shall Be Valid Fora Period Of One (1) Year, Starting From The Date Of Activation. B.subscription Plan Annual C. Deployment And Accessibility Cloud-based Solution Accessible Via Web Browser, With A Desktop Application Available For Dashboard Development D.user Licensing At Least Twenty (20) Prolicenses For Twenty (20) Users E.content Sharing Andpublishing -publish Content Toworkspaces -share Dashboards With Users -subscribeto Dashboards -grant Access To Prolicense -distribute Content Tofree Or Pro Users 7. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Services Within 15 Calendar Days (lead Time For Delivery For Non-stock Items) Upon Receipt Of The Notice To Proceed (ntp). Rfq No. 2025-cims(031)-npsvp-0023 Page 9 Of 14 F. Support And Service Level Agreement 24/7 Premium Technical Support With Guaranteed Uptime Of 99.99% G. Capacity Building And Training Conduct At Least Eight (8) Hours Of Onsite Or Virtual Training Covering The Following Topics: - Overview Of Data Analytics Tools And Capabilities - Data Preparation And Transformation - Data Modeling - Data Visualization And Dashboard Design - Advanced Data Processing And Analytics Features - Content Sharing, Collaboration And Automation - Security And Administration - Best Practices H. Documentation Provision Of User Manuals And Technical Documentation On Data Analytics Tool - Installation, Configuration And Administration (guidelines For Setup, Deployment And System Management) - Functionalities And Features (tool Capabilities And Usage) - Troubleshooting And Support Procedures (common Issues, Resolution Steps And Technical Support Guidelines) 8. Terms Of Payment Payment Shall Be Made On A One-time Basis Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, And Subject To The Issuance Of Following: A. Proof Of Provision Of Data Analytics Tool For One (1) Year Subscription; And B. Certificate Of Completion And Participation For The Conducted Training Issued By Sp To The Selected Cic Participants. 9. Contract Termination Both Parties Have The Option Or Terminate The Contract Acceptable To Both Parties Based On The Philippine Government Procurement Reform Act And Its Implementing Rules And Regulations, Gppb Guidelines Or Its Issuances, And Other Philippine Laws As Applicable. Pursuant To Annex I Of The 2016 Revised Implementing Rules And Regulations, As Of 15 July 2022, Of The Republic Act No. 9184, The Cic Reserves The Right To Terminate The Procurement Of Cloud Compute Storage And Manage Services - Cic Business Support Application Tool On The Following Grounds: A. Termination By Default: 1. Pursuant To Section 68 Of The 2016 Revised Irr, When Outside Of Force Majeure, The Sp Fails To Deliver Or Perform Any Or All Of The Contract Deliverables Within The Period Specified In The Contract, Or Within Any Extension Thereof Granted By The Cic Pursuant To A Request Made By The Sp Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; 2. Pursuant To Section 68 Of The 2016 Revised Irr, The Sp, As A Result Of The Force Majeure, Is Unable To Deliver Or Perform Any Or All Of The Contract Deliverables, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of Notice From The Cic Stating That The Circumstances Of Force Majeure Is Deemed To Have Ceases; Or 3. The Sp Fails To Perform Any Other Obligation Under The Contract. B. Termination For Convenience, In Whole Or In Part. If The Cic Has Determined The Existence Of Conditions That Make The Contract Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event/s Or Changes In Law And National Government Policies. C. Termination For Insolvency. If The Sp Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. D. Termination For Unlawful Acts. In Case It Is Determined Prima Facie That The Sp Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Rfq No. 2025-cims(031)-npsvp-0023 Page 10 Of 14 Statement Of Compliance Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: Rfq No. 2025-cims(031)-npsvp-0023 Page 11 Of 14 Annex "c" 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; Rfq No. 2025-cims(031)-npsvp-0023 Page 12 Of 14 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, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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. _____________________________________ Bidder’s Representative/authorized Signatory Rfq No. 2025-cims(031)-npsvp-0023 Page 13 Of 14 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 [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. . Witness My Hand And Seal This Day Of [month] [year]. Name Of Notary Public Doc. No. Page No. Book No. Series Of . Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic. Rfq No. 2025-cims(031)-npsvp-0023 Page 14 Of 14

East Avenue Medical Center Tender

Civil And Construction...+2Others, Building Construction
Philippines
Closing Date23 Jun 2025
Tender AmountPHP 10.5 Million (USD 183.4 K)
Details: Description The East Avenue Medical Center (hereinafter Called “procuring Entity” Has Received Financing (hereinafter Called “funds”) From Gaa/income 2025 (hereinafter Called The “funding Source”) Toward The Cost Of Bidding For Consultancy Services For 3d Laser Scanning And As-built Services Of East Avenue Medical Center (eamc) Main Building. The Procuring Entity Intends To Apply A Portion Of The Funds In The Amount Of Ten Million Five Hundred Thousand Pesos (₱ 10,500,000.00) To Eligible Payments Under The Contract For Bidding For Consultancy Services For 3d Laser Scanning And As-built Services Of East Avenue Medical Center (eamc) Main Building For Which The Bidding Documents Is Issued. 2. The Procuring Entity Now Invites Bids To Provide The Following Consulting Services: Bidding For Consultancy Services For 3d Laser Scanning And As-built Services Of East Avenue Medical Center (eamc) Main Building To Determine The Existing Condition Of The Main Building's Structural Integrity And The Electrical Capacity In Preparation For The Solar Panel Installation And In Compliance With Section 104, 301, 309 Of Pd 1096. Additionally, The As-built Documentation Will Serve As A Valuable Resource For Future Renovations Of The Entire Architectural, Structural, Electrical & Auxiliary, Plumbing & Sanitary System Within The Main Building. More Details On The Services Are Provided In The Approved Terms Of Reference (tor) For The Project. 3. The Consultant Shall Be Selected And Employed In Accordance With Quality Based Evaluation/selection Procedures As Described In The Bidding Documents. 4. This Notice Has Been Addressed To Shortlisted Firm Only. 5. It Is Not Permissible To Transfer This Invitation To Any Other Consultant. 6. The Bidding Documents May Be Acquired At Procurement Section During Office Hours, 8:00 A.m. To 5:00 P.m. Mondays To Fridays Upon Payment Of A Non-refundable Fee Of Ten Thousand Pesos (₱ 10,000.00) For The Bidding Documents, Pursuant With The Latest Guidelines Issued By The Gppb. 7. The East Avenue Medical Center Will Hold A Pre-bid Conference On March 25, 2025, 10:00 Am, 7th Floor Conference Room 4, Eamc Main Building, Which Shall Be Open To Short-listed Consultant/s. 8. Technical And Financial Bids Must Be Submitted To The Address Below On April 10, 2025, At 10:00 Am, 7th Floor Conference Room 2a, Eamc Main Building. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Eamc Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. 10. For Further Information, Please Refer To: Maria Charity A. Manalili Head, Bac Secretariat East Avenue Medical Center East Avenue Diliman, Quezon City Tel. No: 89280611 Loc 224/560 Email: Procurement@eamc.doh.gov.ph

Credit Information Corporation Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Details: Description February 14, 2025 Request For Quotation No.: 2025-cims(021)-npsvp-0001 Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Qty Uom Particulars Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Lot Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance - 2240 Pvu - One (1) Year Maintenance/renewal *deployment - Deployment, Installation And/or Renewal Costs *on-site And Online Support Services - One (1) Year Maintenance 8x7 Online Support - One (1) Year Unlimited Phone And Email Support - Customer Is Entitled To Four (4) Visits Of Onsite Support During The Contract Period - Quarterly Onsite Visit With Reports And Recommendation By Certified Ibm Engineers 1,000,000.00 1,000,000.00 Contract Duration: One (1) Calendar Year Or March 1, 2025 To February 28, 2026 Delivery Schedule: Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Delivery Site: 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than February 18, 2025, 5:00 P.m. Philgeps Certificate/number; Mayor’s/business Permit For The Current Year Or Official Receipt As Proof That The Bidder Has Applied For Renewal, If The Updated Mayor’s Permit Is Not Yet Available; Latest Income/business Tax Returns; Notarized Omnibus Sworn Statement (annex C); And For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: _________________ Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(021)-npsvp-0001, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Qty Uom Particulars Unit Price (in Php) Total Bid Price In Php (inclusive Of Vat) 1 Lot Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance - 2240 Pvu - One (1) Year Maintenance/renewal *deployment - Deployment, Installation And/or Renewal Costs *on-site And Online Support Services - One (1) Year Maintenance 8x7 Online Support - One (1) Year Unlimited Phone And Email Support - Customer Is Entitled To Four (4) Visits Of Onsite Support During The Contract Period - Quarterly Onsite Visit With Reports And Recommendation By Certified Ibm Engineers Contract Duration: One (1) Calendar Year Or March 1, 2025 To February 28, 2026 Total Bid Price In Words: ______________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: ___________________ Annex "b" Compliance Form Technical Specifications Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance 1. Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Creditworthiness Of Borrowers. Cic Needs And Uses A Workload Automation Solution That Enables The Organization To Automate, Plan, And Control The Processing Of Credit Information System (cis) Workloads. The Tool Or Solution Allows The Cic To Manage Workflows From A Single Point Of Control Across Multiple Platforms And Business Applications. The Existing Workload Scheduler That The Cic Utilizes Has The Following Key Features And Capabilities: 1. Hybrid Workload Automation From A Single Point Of Control Monitor Workloads And Resources Through A Single Point Of Control Across Different Platforms And Systems. Monitor Critical Job, Sla Compliance Risk Level And Be Alerted To The Risk Of Sla Constrains And Potential Violations In Advance Through Specific Report And Dashboards. 2. Wide Variety Of Application Plug-ins For Business Processes Automation Automate Beyond Boundaries And Expand Your Automation Outreach To New Domains Thanks To A Large Variety Of Application Specific Plug-ins Available Out Of The Box 3. High Scalability (millions Of Daily Jobs Managed) Manage Organizations Growth And Increasing Demands With A Single Controlling System, Reducing Costs And Risks And Increasing Stability. Automatically Adapts Workload Submission To Support On Demand Processes, Allowing Easy And Safe Integrations Across A Hybrid Environment. 4. Easy Integration In Hybrid-cloud Application Through Rest Api Modelling Rest Apis Are Available To Add/update/delete Scheduling Resources As Well As Retrieve List Of Resources Or Models. Planning Api Are Available To Act On The Scheduling Plan Enabling The Add And Update Actions On All The Resources In The Scheduling Plan Itself. 2. Purpose The Cic Aims To Renew The Ma Of Existing Workload Scheduler Solutions And Licenses To Automate, Plan And Control The Processing Of Workloads Of The Credit Information System (cis) While Overcoming Its Limited Budget And Manpower Resources. 3. Scope The Paid License Covers Receiving 2240 Processor Value Units (pvus) To The Existing Workload Scheduler Solution Of The Cic. 4. Definition Of Terms Term Definition Job Scheduling Job Scheduling Allows Businesses To Automate Batch Jobs On A Single System And To Submit These Batch Jobs For Execution As A Result Of A Specific Event Or At A Certain Time. Traditional Job Scheduling Software Works On One Machine And Is Pretty Inflexible. In Complex Systems, Job Scheduling Has Its Limitations And Inherently Leads To A Lack Of Coordination Between Operating Systems, A High Level Of Complexity When It Comes To Scheduling Jobs And Maintenance, The Need For Lots Of Manual Intervention As Well As The Need For Frequent Programming To Fill Gaps. Scalability Is The Property Of A System To Handle A Growing Amount Of Work By Adding Resources To The System. Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User Workload Refers To A Computer System’s Ability To Handle And Process Work. Workload Automation Is The Process Of Using Software To Schedule, Initiate, And Execute Business Processes, Transactions, Workflows, And Other Related Tasks. It Also Allows Businesses To Configure Or Stop Processes. The Use Of Workload Automation Allows For All Of This Processing To Happen Without Human Or Manual Intervention. Workload Scheduler Is A Workload Automation Solution That Enables Organizations To Automate, Plan And Control The Processing Of Complex Systems' Workloads. It Allows You To Manage Workflows From A Single Point Of Control Across Multiple Platforms And Business Applications. --definitions Are Retrieved From Https://www.wikipedia.com, Https:/www.ibm.com, Https://www.bmc.com, Https://www.nutanix.com 5. Duties And Responsibilities 5.1. Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: The Renewal And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay. 5.2. Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: Issuance Of A Certificate Of Inspection And Acceptance From The Inspection And Acceptance Committee To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. Conducts An Assessment/evaluation Of The Sp Sixty (60) Days Before The End Of The Contract. 6. Requirements 6.1. General Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Service Provider Duly Notarized Statement That The Sp Has Been In Business Of Providing Workload Scheduler Solutions For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. The Sp Must Establish A Single Point Of Contact (spoc) Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem-related Issues. The Sp Must Provide Escalation Or Incident Management Procedures, Including The Complete Names Of Contact Persons, Positions, Email Address, Mobile And Landline Numbers. The Sp Shall Inform Cic Of Any Changes In The Escalation Or Incident Management Procedure Immediately. The Sp Should Provide Unlimited Phone, Email, Chat, And Any Form Of Electronic Communications And Messaging, And Online Or Remote Support For One (1) Year. Monday To Friday, 8x5, For Local Support; And 24x7 For International Helpdesk Support. The Sp Should Provide A Consumable 8x5 Onsite Support With Next Business Day Response Time For One Year. Four (4) Visits Of Onsite Support During The Contract Period. The Sp Must Provide Preventive Maintenance And Health Checks With Reports And Recommendations Every Four (4) Months. Implement Recommended Remedial Action, Security Updates, System Upgrades As Needed. 2. Service Delivery Manager The Sp Should Assign A Service Delivery Manager (sdm) To Cic For The Project To Ensure All Requirements Of This Contract Are Successfully Delivered To Cic. The Sdm Should Have At Least Two (2) Year Service Delivery Or Project Management Experience In Handling Similar Project Implementation. (provide Curriculum Vitae And Related Certifications) 3. Technical Support Staff The Sp Should Assign Two (2) Technical Support/ibm Engineers To The Cic Project (provide Certificate Of Employment, Updated Curriculum Vitae & Related Certifications). At Least Eighteen Months Of Experience In The Configuring, Maintaining, And Troubleshooting Of The Cic’s Existing Workload Scheduler. 6.2. Technical Requirements Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. System Overview Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance Renewal A) 2240 Pvu B) One (1) Year Maintenance/renewal (march 1, 2025 To February 28, 2026) 2. Installation And Configuration Shall Work With Cic To Define Policies, Configuration And Other Requirements As Needed By The System 3. Troubleshooting A) When Workload Scheduler Solution Is Determined To Be Causing Job Scheduling And Automation-related Problems, The Sp Shall Assist The Cic Examining The Solution’s Configuration And Functionality For Potential Issues. A Ticket Will Be Filed By Cic To The Sp’s Service Desk Facility To Trigger The Support Activity. B) The Sp Will Implement Cic’s Change Request Within A 24-hour Period For Simple Change And Up To A Maximum Of Five (5) Days For Complex Changes. 4. Software Updates And Upgrades A) The Sp Must Immediately Apply Updates Whenever Software Updates/bug Fixes Are Available To Mitigate Security Threats. B) Software Updates Or Upgrades Are Separate From The Change Request. 5. Health Checks And Preventive Maintenance A) The Sp Shall Conduct System Health Checks Every Four (4) Months To Determine Potential Issues And Improve Workload Automation Services. 6.3. Service Level Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Change Requests (cr) Cr Must Be Acknowledged By The Sp Within Two (2) Hours Upon Receipt, Mondays To Fridays, 8:00-5:00 Pm. 2. Incident Response Help-desk Facility Available Twenty-four By Seven (24x7) To Receive Reports On Any Issues Incident Response/support Tickets Relayed Through Helpdesk, Email, Phone, Or Instant Messaging Must Be Acknowledged By The Service Provider Within Two (2) Hours Upon Receipt, And Resolve Issues Within Six (6) Hours Upon Acknowledgement. 3. Service Report The Sp Must Provide Service Reports For Each Onsite Or Remote Support Service Performed And Shall Be Verified And Acknowledged By Cic Authorized Personnel. The Sp Shall Submit A Detailed Problem-resolution Report For Every Service Requested Within 24 Hours. It Shall Include Details Of Actions Taken In Resolving The Problem Duly Acknowledged By The Authorized Cic Personnel. 4. Knowledge Transfer At Least Half (1/2) Day Of Training For Basis Users For Viewing And Monitoring Of Job Streams, Workload And Scheduled Jobs. At Least Three (3) Participants For The Basic/viewers Training At Least Half (1/2) Day Of Training Of Administrators And Advanced Users To Cover Management, Administration And Operation, Including Troubleshooting. At Least Three (3) Participants For The Advanced Users /administrators Training Provision Of User Manual And Guides 7. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Services Within 30 Calendar Days (lead Time For Delivery For Non-stock Items) Upon Receipt Of The Notice To Proceed. 8. Terms Of Payment Payment Shall Be Made On The Following: Payment Shall Be Made On A One-time Basis (100%) Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance” By The Cic Inspection Committee. Payment Shall Be Subject To The “warranty” Provisions In The Form Of Retention Money In An Amount Equivalent To At Least One Percent (1%) Of The Contract Price Required In Section 62 Of R.a. 9184 And Its Irr. 9. Contract Termination Both Parties Have The Option Or Terminate The Contract Acceptable To Both Parties Based On The Philippine Government Procurement Reform Act And Its Implementing Rules And Regulations, Gppb Guidelines Or Its Issuances, And Other Philippine Laws As Applicable. Pursuant To Annex I Of The 2016 Revised Implementing Rules And Regulations, As Of 15 July 2022, Of The Republic Act No. 9184, The Cic Reserves The Right To Terminate The Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance On The Following Grounds: Termination By Default: Pursuant To Section 68 Of The 2016 Revised Irr, When Outside Of Force Majeure, The Sp Fails To Deliver Or Perform Any Or All Of The Contract Deliverables Within The Period Specified In The Contract, Or Within Any Extension Thereof Granted By The Cic Pursuant To A Request Made By The Sp Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; Pursuant To Section 68 Of The 2016 Revised Irr, The Sp, As A Result Of The Force Majeure, Is Unable To Deliver Or Perform Any Or All Of The Contract Deliverables, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of Notice From The Cic Stating That The Circumstances Of Force Majeure Is Deemed To Have Ceases; Or The Sp Fails To Perform Any Other Obligation Under The Contract. Termination For Convenience, In Whole Or In Part. If The Cic Has Determined The Existence Of Conditions That Make The Contract Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event/s Or Changes In Law And National Government Policies. Termination For Insolvency. If The Sp Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. Termination For Unlawful Acts. In Case It Is Determined Prima Facie That The Sp Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Statement Of Compliance Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: ___________________ Annex "c" 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: 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]; 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;)]; [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; 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; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [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; 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. _____________________________________ Bidder’s Representative/authorized Signatory 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 [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.

Credit Information Corporation Tender

Software and IT Solutions
Philippines
Closing Date28 Mar 2025
Tender AmountPHP 887.4 K (USD 15.5 K)
Details: Description March 22, 2025 Request For Quotation No.: 2025-cims(030)-npsvp-0012 Procurement Of Three Hundred (300) License For 2fa On Existing Cloud-based Waf (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc In Php) 1 Procurement Of Three Hundred (300) Licenses For 2fa On Existing Cloud-based Waf 1. Login Protect, Renewal Of User Licenses 150 License 2,958.00 443,700.00 2. Login Protect, Procurement Of Additional User Licenses 150 License 2,958.00 443,700.00 Total Abc In Php (inclusive Of Vat) 887,400.00 Contract Duration: 1.) May 20, 2025 To May 19, 2026 2.) One (1) Calendar Year Delivery Schedule: Consistent With The Schedule In “annex B” Delivery Site: 4f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than March 28, 2025, 5:00 P.m. 1. Philgeps Certificate/number; 2. Mayor’s/business Permit For The Current Year; 3. Latest Income/business Tax Returns; 4. Notarized Omnibus Sworn Statement (annex C); And 5. For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: _________________ Administration Unit Credit Information Corporation 4f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(030)-npsvp-0012, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot Particulars Qty Uom Unit Price (in Php) Bid Price In Php (inclusive Of Vat) 1 Procurement Of Three Hundred (300) License For 2fa On Existing Cloud-based Waf 1. Login Protect, Renewal Of User Licenses 150 License 2. Login Protect, Procurement Of Additional User Licenses 150 License Total Bid Price In Php (inclusive Of Vat) Contract Duration: 1.) May 20, 2025 To May 19, 2026 2.) One (1) Calendar Year Total Bid Price In Words: ______________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Both Parties Has The Option To Rescind Or Terminate The Contract Acceptable To Both Parties And Or Existing Laws. Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: ___________________ Annex "b" Compliance Form Technical Specifications Procurement Of Three Hundred (300) License For 2fa On Existing Cloud-based Waf 1. Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Credit Worthiness Of Borrowers. Cic Needs And Uses A Cloud-based Web Application Firewall (waf) Service That Offers Powerful Way To Protect Critical Web Applications Of Cic, And To Efficiently Manage And Optimize Website Performance Where The Submitting Entities (ses) And Accessing Entities (aes) Access The Credit Data And Reports Securely. Cic Uses The Cloud-based Web Application Firewall (waf) Solution With The Following Features And Capabilities: 1. 99.99% Uptime 2. Can Block Over 600 Million Attacks Per Day 3. Enterprise Reporting And Analytics 4. Security At The Speed Of Devops 5. Flexible Deployment Options 6. Use The Web Application Firewall To Secure: A. Active And Legacy Applications B. Third-party Applications C. Apis & Micro Services D. Cloud Applications, Containers, Virtual Machines And More 2. Purpose The Cic Aims To Secure Three Hundred (300) Licenses For 2fa Of Existing Cloud-based Waf Solution To Continually Provide A Secure And Easy-to-manage Technology That Integrate With Other Credit Information System (cis) Infrastructure And Systems Of The Cic To Secure, Protect, And Reduce Web Application Risks While Overcoming Its Limited Budget And Man-power Resources. 3. Scope The 2fa Covers To Receive Three Hundred (300) Licenses For 2fa Of Existing Cloud-based Waf For One (1) Year. 4. Definitions Of Terms Term Definition Cyber Threats In Computer Security, A Threat Is A Potential Negative Action Or Event Facilitated By A Vulnerability That Results In An Unwanted Impact To A Computer System Or Application Ddos In Computing, A Denial-of-service Attack Is A Cyber-attack In Which The Perpetrator Seeks To Make A Machine Or Network Resource Unavailable To Its Intended Users By Temporarily Or Indefinitely Disrupting Services Of A Host Connected To The Internet. Firewall In Computing, A Firewall Is A Network Security System That Monitors And Controls Incoming And Outgoing Network Traffic Based On Predetermined Security Rules. A Firewall Typically Establishes A Barrier Between A Trusted Network And An Untrusted Network, Such As The Internet. Https Hypertext Transfer Protocol Secure (https) Is An Extension Of The Hypertext Transfer Protocol (http). It Is Used For Secure Communication Over A Computer Network, And Is Widely Used On The Internet. In Https, The Communication Protocol Is Encrypted Using Transport Layer Security (tls) Or, Formerly, Secure Sockets Layer (ssl). The Protocol Is Therefore Also Referred To As Http Over Tls, Or Http Over Ssl. Key Exchange Key Exchange (also Key Establishment) Is A Method In Cryptography By Which Cryptographic Keys Are Exchanged Between Two Parties, Allowing Use Of A Cryptographic Algorithm. Multi-factor Authentication (mfa Or Sometimes 2fa) Multi-factor Authentication Is An Electronic Authentication Method In Which A Computer User Is Granted Access To A Website Or Application Only After Successfully Presenting Two Or More Pieces Of Evidence To An Authentication Mechanism: Knowledge, Possession, And Inherence. Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User Web Application Firewall A Web Application Firewall Is A Specific Form Of Application Firewall That Filters, Monitors, And Blocks Http Traffic To And From A Web Service. Website A Collection Of Web Pages And Related Content That Is Identified By A Common Domain Name And Published On At Least One Web Server --definitions Are Retrieved From Wikipedia.com, Techopedia.com 5. Duties And Responsibilities 5.1. Service Provider (sp) The Sp's Responsibilities With Respect To This Project Are As Follows: 1. The Renewal And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1 %) Of The Total Contract Price For Every Calendar Day Of Delay. 5.2. Credit Information Corporation Cic's Responsibilities With Respect To This Project Are As Follows: 1. Grant The Sp’s Authorized Representative Access To Its Premises, Equipment And Facilities Located Therein To Perform Its Obligations, Provided That Such Representative Shall Be Accompanied By The Duly Assigned Personnel Of The Cic Technical Support Department. 2. Secure The Necessary Access Pass And Building Permit Required By The Building Administrator And Assumes Responsibility For The Safe Custody And Use Of The Equipment. 3. Monitor The Provided Services And Verify If The Parameters Under The Service Level Agreement Are Met And Performed By The Sp. 4. Issuance Of A Certificate Of Inspection And Acceptance To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. 5. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. 6. Conducts Assessment/evaluation Of The Sp 60 Days Before The End Of The Contract. 6. Requirements 6.1. General Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Service Provider A) Duly Notarized Statement That The Sp Has Been In Business Of Providing The Cic’s Existing Cloud-based Web Application Firewall Solution For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. B) The Sp Must Establish A Single Point Of Contact Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem Related Issues. C) The Sp Must Provide Escalation Or Incident Management Procedures, Including The Complete Names Of Contact Persons, Positions, Email Address, Mobile And Landline Numbers. The Sp Shall Inform Cic Of Any Changes On The Escalation Or Incident Management Procedure Immediately. D) The Sp Should Provide Unlimited Phone, Email, Chat And Any Form Of Electronic Communications And Messaging Support For One (1) Year. 8x5 (monday To Friday) For Local Support, And 24x7 For International Helpdesk Support. E) The Sp Should Provide A Consumable 8x5 Onsite Support With Next Business Day Response Time For One Year. Four (4) Visits Of Free Onsite Support During The Contract Period. F) Implement Recommended Remedial Action, Security Updates, System Upgrades As Needed. 2. Service Delivery Manager A) The Sp Should Assign A Service Delivery Manager (sdm) To Cic For The Project To Ensure All Requirements Of This Contract Are Successfully Delivered To Cic. B) The Sdm Should Have At Least Two (2) Year Service Delivery Or Project Management Experience In Handling Similar Project Implementation. (provide Curriculum Vitae And Related Certifications.) 3. Technical Support Staff A) The Sp Should Assign At Least Two (2) Technical Support/engineers To The Cic Project. They Must Be Permanent Employees Of The Service Provider For At Least One And Half (1 ½) Years. (provide Certificate Of Employment, Updated Curriculum Vitae & Related Certifications.) 6.2 Technical Requirements Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. System Overview A) Renewal Of One Hundred Fifty (150) Licenses For 2fa Of Existing Cloud-based Waf For One (1) Year. Coverage Period: May 20, 2025 – May 19, 2026 B) Additional Of One Hundred Fifty (150) Licenses For 2fa Of Existing Cloud-based Waf For One (1) Year. C) Other Details Will Be Provided Upon Request 6.3. Service Level Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Change Requests (cr) A) Cr Must Be Acknowledged By The Sp Within Two (2) Hours Upon Receipt, Mondays To Fridays, 8:00-5:00 Pm. 2. Incident Response A) Help-desk Facility Available Twenty-four By Seven (24x7) To Receive Report On Any Issues B) Incident Response/support Tickets Relayed Through Help-desk, Email, Phone, Or Instant Messaging Must Be Acknowledged By The Service Provider Within Two (2) Hours Upon Receipt, And C) Resolve Issues Within Six (6) Hours Upon Acknowledgement. 3. Service Report A) The Sp Must Provide Service Reports For Each Onsite Or Remote Support Service Performed And Shall Be Verified And Acknowledged By Cic Authorized Personnel. B) The Sp Shall Submit A Detailed Problem Resolution Report For Every Service Requested Within 24 Hours. It Shall Include Details Of Actions Taken In Resolving The Problem Duly Acknowledged By The Authorized Cic Personnel. 7. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Following Licenses: 1. First Batch Of Additional Fifty (50) Licenses Within 15 Calendar Days (lead Time For Delivery For Non-stock Items) Upon Receipt Of The Notice To Proceed. 2. Second Batch Of Additional Fifty (50) Licenses After 30 Days From The Delivery Of First Batch 3. Third Batch Of Additional Fifty (50) Licenses After 30 Days From The Delivery Of Second Batch 4. Renewal Of One Hundred Fifty (150) Licenses Before May 20, 2025 8. Terms Of Payment Payment Shall Be Made On The Following: 1. Payment Shall Be Made On The Below Payment Schedule, Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. Payment Schedule Payment Of The Total Contract Price 1. Upon Deployment Of First Batch Of Additional Fifty (50) Licenses 16% Of The Total Contract Price 2. Upon Deployment Of First Batch Of Additional Fifty (50) Licenses 16% Of The Total Contract Price 3. Upon Deployment Of First Batch Of Additional Fifty (50) Licenses 18% Of The Total Contract Price 4. Upon Deployment Of Renewal Of One Hundred Fifty (150) Licenses 50% Of The Total Contract Price 2. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance”. 3. Payments Shall Be Subject To The “warranty” Provisions In The Form Of Retention Money In An Amount Equivalent To At Least One Percent (1%) Of The Contract Price Required In Section 62 Of R.a. 9184 And Its Irr. 9. Contract Termination Both Parties Have The Option Or Terminate The Contract Acceptable To Both Parties Based On The Philippine Government Procurement Reform Act And Its Implementing Rules And Regulations, Gppb Guidelines Or Its Issuances, And Other Philippine Laws As Applicable. Pursuant To Annex I Of The 2016 Revised Implementing Rules And Regulations, As Of 15 July 2022, Of The Republic Act No. 9184, The Cic Reserves The Right To Terminate The Procurement Of Three Hundred (300) License For 2fa On Existing Cloud-based Waf On The Following Grounds: A. Termination By Default: 1. Pursuant To Section 68 Of The 2016 Revised Irr, When Outside Of Force Majeure, The Sp Fails To Deliver Or Perform Any Or All Of The Contract Deliverables Within The Period Specified In The Contract, Or Within Any Extension Thereof Granted By The Cic Pursuant To A Request Made By The Sp Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; 2. Pursuant To Section 68 Of The 2016 Revised Irr, The Sp, As A Result Of The Force Majeure, Is Unable To Deliver Or Perform Any Or All Of The Contract Deliverables, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of Notice From The Cic Stating That The Circumstances Of Force Majeure Is Deemed To Have Ceases; Or 3. The Sp Fails To Perform Any Other Obligation Under The Contract. B. Termination For Convenience, In Whole Or In Part. If The Cic Has Determined The Existence Of Conditions That Make The Contract Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event/s Or Changes In Law And National Government Policies. C. Termination For Insolvency. If The Sp Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. D. Termination For Unlawful Acts. In Case It Is Determined Prima Facie That The Sp Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Statement Of Compliance Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: ___________________ Annex "c" 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]; 0. 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;)]; 0. [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; 0. 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; 0. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 0. Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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, Procurement Agent If Engaged, 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; 0. [name Of Bidder] Complies With Existing Labor Laws And Standards; 0. [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]. 0. [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. 0. 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. _____________________________________ Bidder’s Representative/authorized Signatory 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 [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.

East Avenue Medical Center Tender

Healthcare and Medicine
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 10.5 Million (USD 181 K)
Details: Description Request For Expression Of Interest For Bidding For Consultancy Services For 3d Laser Scanning And As-built Services Of East Avenue Medical Center (main Building) 1. The East Avenue Medical Center, Through The Gaa/income 2024 Intends To Apply The Sum Of Ten Million Five Hundred Thousand Pesos (₱10,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bidding For Consultancy Services For 3d Laser Scanning And As-built Services Of East Avenue Medical Center (main Building). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The East Avenue Medical Center Now Calls For The Submission Of Eligibility Documents For Bidding For Consultancy Services For 3d Laser Scanning And As-built Services Of East Avenue Medical Center (main Building). Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat Through Manual Submission On March 5, 2025, 2:00pm At East Avenue Medical Center, 7th Floor Conference 2a. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From East Avenue Medical Center – Procurement Section, Lower Ground Floor And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays, 8:00 Am To 5:00 Pm . 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 To March 5, 2025, From The Address Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (₱ 10, 000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Three (3) Consultants Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: 6. Shortlisting Criteria Maximum Points I Applicable Experience Of The Consultant (meaning The Consulting Firm) 50 Ii Qualification Of Principal And Key Staff 30 Iii Current Workload Relative To Capacity 20 Grand Total 100 Passing Score: 70 Points 7. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 8. The Procuring Entity Shall Evaluate Bids Using The Quality Based Evaluation/selection (qbe) Procedure. The Criteria And Rating System For The Evaluation Of Bids Are Provided In The Instructions To Bidders. 9. The Contract Shall Be Completed Within 120 Calendar Days. 10. The East Avenue Medical Center 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 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Procurement Section East Avenue Medical Center East Avenue, Diliman, Quezon City 89280611 Loc 224/560 Procurement@eamc.doh.gov.ph February 26, 2025 _________________________________ Willie N. Saludares, Md (sgd) Hbac-c Chairperson

PROFESSIONAL REGULATION COMMISSION REGIONAL OFFICE IV B Tender

Others
Philippines
Closing Date20 May 2025
Tender AmountPHP 80 K (USD 1.4 K)
Details: Description Request For Quotation (rfq) No. 2025-08 Date: Contact Person: Name Of Company: Address: Contact Details: Philgeps Registration Number (required): Dear Sir/madam: The Professional Regulation Commission (prc) Regional Office (ro) Iv-b, With Address At 4th Floor Sunnymede It Center, 1614 Quezon Avenue, South Triangle, Quezon City, Through Its Regional Bids And Awards Committee (rbac), Will Undertake A Negotiated Procurement Under Section 53.9 – Small Value Procurement Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act No. 9184 For The Project: Provision Of Postage And Courier Services Bidders Who Are Legally, Technically, And Financially Capable May Submit Their Accomplished Open Quotation/proposal Personally, By Mail/courier, Or Via Email At Bac.4b@prc.gov.ph, Using The “prc Official Forms” Provided Herein, Duly Signed By The Owner Or His Duly Authorized Representative Not Later Than 20 May 2025 At 9:00 Am. Evaluation Of Quotation/proposal Will Be On 20 May 2025 At 10:00 Am At The Prc Regional Office Iv-b, 4th Floor Sunnymede It Center, 1614 Quezon Ave., South Triangle, Quezon City. Bidder/s Or Its Duly Authorized Representative/s Who Wish To Attend The Evaluation Of Bids Must Submit A Letter Of Intent To The Rbac Email Address. In Addition To The Quotation/proposal, Copies Of The Following Eligibility Requirements (or Its Equivalent/ Or If Applicable) Are Required To Be Submitted: 1. Valid Mayor’s / Business Permit (in Exceptional Cases Where The Lgu Concerned Has Not Yet Released The Mayor’s Permit, Bidders, In Lieu Of The Valid Mayor’s Permit May Submit A Substantial Proof Of Renewal Of Mayor’s Permit, Such As Official Receipt Of Payment) 2. Valid Philgeps Registration Number 3. Latest Income/business Tax Return (for Abcs Above P500,000.00) 4. Duly Notarized Omnibus Sworn Statement 5. Duly Notarized Secretary’s Certificate With A Copy Of Valid Government Issued Id Of The Corporate Secretary (for Partnership, Corporation, Cooperative, Or Joint Venture) / Special Power Of Attorney As Representative (if Sole Proprietorship).  For Individual (only The Bir Certificate Of Registration Shall Be Submitted In Lieu Of Dti Registration And Mayor’s Permit)  For Procurement Requiring Mayor’s Permit And Philgeps Registration Number, Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. Prc Assumes No Responsibility Whatsoever To Compensate Or Indemnify Proponents For Any Expenses Incurred In The Preparation Of The Proposal. Prc Reserves The Right To Accept Or Reject Any Or All Quotations, And To Impose Additional Terms And Conditions As It May Deem Proper. We Are Furnishing You Herewith A Copy Of The Posted Request For Quotation With Annexes “a-e” For Your Reference. For Inquiries You May Send An E-mail To Rbac Secretariat At Bac.4b@prc.gov.ph Or Call At Tel. No. (02)8733-1045. Thank You. Very Truly Yours, Mayrose L. Quezon Rbac Chairperson Annex “a”  Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. The Bidder Shall Submit Their Proposal Through Their Duly Authorized Representative Using The Provided Official Forms (annex “a-d”). 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of The Submission Of The Quotation. 4. Price Quotation/s To Be Denominated In The Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Automatically Rejected. 6. Lowest Calculated Bidder May Be Subjected To Post Qualification Conference Whenever Necessary. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 8. Any Erasures Or Overwriting Shall Be Valid Only If They Are Properly Signed By The Owner Or His/her Authorized Representative. 9. Payment Shall Be Made Within 15-30 Days Upon Receipt Of The Statement Of Account/billing Statement, On A Bank-to-bank Basis.  Terms Of Reference Name Of Project: Provision Of Postage And Courier Services Approved Budget For The Contract: The Supplier Shall Bid For The Item Described In This Terms Of Reference, Which Shall Not Exceed The Approved Budget For The Contract (abc) In The Amount Of Eighty Thousand Pesos (php80,000.00), Inclusive Of All Applicable Bank And Government Charges. Location: Professional Regulation Commission Regional Office Iv-b - 4th Floor Sunnymede It Center, 1614 Quezon Avenue, South Triangle, Quezon City No. Scope Of Work/ Schedule Of Requirements Schedule Of Delivery 1 All Cargoes, Documents And Records Of Prc Regional Office Iv-b Shall Be Handled With Care And Picked Up By The Winning Bidder At The Following Addresses: 1. Prc Regional Office Iv-b – 4th Floor Sunnymede It Center, 1614 Quezon Avenue, South Triangle, Quezon City 2. Prc Palawan Service Center - 2nd Floor, Robinsons Place Palawan, Puerto Princesa City, Palawan. 3. Prc Calapan City Service Center – Mindoro State University, Calapan City, Oriental Mindoro. And Be Delivered To Its Clienteles And Its Central Office In Prc Manila, As Well As To Fifteen (15) Other Regional Offices, Satellite Offices, And Off-site Service Centers. During Contract Implementation 2 Nationwide Coverage Of Its Services Originated At Prc Regional Office Iv-b (mimaropa), Stationed In Metro Manila To Its Clienteles And Its Central Office In Prc Manila, As Well As To Fifteen (15) Other Regional Offices, Satellite Offices, And Off-site Service Centers. The Fifteen (15) Other Regional Offices Are In National Capital Region, Cordillera Administrative Region (baguio City), Regional Office I (rosales), Regional Office Ii (tuguegarao City), Regional Office Iii (san Fernando City), Regional Office Iv-a (lucena City), Regional Office V (legazpi City), Regional Office Vi (iloilo City), Regional Office Vii (cebu City), Regional Office Viii (tacloban City), Regional Office Ix (pagadian City), Regional Office X (cagayan De Oro City), Regional Office Xi (davao City), Regional Office Xii (koronadal), Regional Office Xiii (butuan City). The Satellite Office Is Located In Zamboanga City. The Off-site Service Centers Are Located In: Gt Town Center Koronadal Service Center Kidapawan Service Center Tagbilaran Service Center Robinsons Place Bacolod City Robinsons Galleria Cebu City Robinsons Place Dasmarinas, Cavite Robinsons Place Dumaguete City Robinsons Place Iligan City Robinsons Place Ilocos Robinsons Place Iloilo City Robinsons Place Naga City Robinsons Place Ormoc City Robinsons Place Palawan Robinsons Place Pangasinan Robinsons Place Santiago, Isabela Robinsons Place Sta.rosa, Laguna Robinsons Starmills Robinsons Place Tagum, Davao Ossco Clark, Angeles City Ossco Davao City Ossco Palayan City Ayala Mall Manila Bay Calapan City Service Center Lucky Chinatown, Binondo, Manila Maasin City, Tacloban Robinsons North Tacloban Digos Business Center, Digos City, Davao Del Sur Festive Walk Mall Iloilo My Metro Town Mall Tarlac Candon City Sports Complex Service Center During Contract Implementation 3 Except In Case Of Force Majeure, The Winning Bidder Shall Give Priority To All Prc Cargoes In The Shipment Via Air Or Sea Of The Same And Shall Make Sure That They Are Delivered On Time To The Specified Consignee In Undamaged Condition, At 4:00 P.m. Cut-off Time. Due To The Current Situation That We’re In And Limited Airline Flights And Ship Movements The Lead Time Shall Now Be Adjusted, As Reflected On The Table Below. Serviceable Area (sa) Lead Time Ncr 1-3 Days Luzon 3-5 Days Visayas 5-8 Days Mindanao 5-8 Days Outside Serviceable Area (osa) Lead Time Luzon 7-8 Days Visayas 10-14 Days Mindanao 10-14 Days During Contract Implementation 4 Winning Bidder Shall Bill Prc Regional Office Iv-b In Accordance With The Rates Provided In The Contract On A Monthly Basis Attaching Therein A List Of Statement Of Charges And Waybills Of Winning Bidder For All Deliveries Made Within The Month. During Contract Implementation 5 In Excess Of The Minimum Guaranteed Weight/volume Of Four Hundred Forty (440) Kilograms, Winning Bidder Shall Bill Prc In Accordance With The Rates Provided In The Contract. During Contract Implementation 6 Prc Regional Office Iv-b Shall Pay The Winning Bidder Within Ten (10) Days Upon Receipt Of Billing With Complete Documents. Winning Bidder Shall, Upon Receipt Of Payment Issue The Corresponding Official Receipt, Or At Least Within 24 Hours From Receipt Of Payment. During Contract Implementation 7 Except In Cases Of Force Majeure And Fortuitous Events, Winning Bidder Shall Be Precluded From: 7.1 Bumping-off Prc Cargo In Favor Of Other Clients; 7.2 Refusing To Transport, Ship And Deliver Prc Cargo; 7.3 Exercising Stoppage In Transit, Or When A Co-loader Or Subcontractor Fails, For Any Justifiable Reason, To Fulfill The Terms And Conditions Of Co-loading Or Subcontracting Agreements With Winning Bidder; And 7.4 Ceasing Transport, Shipment And Delivery Operations Involving Prc Cargo. During Contract Implementation 8 Winning Bidder Shall, Upon Prior Notice, Facilitate The Entry Of Prc Representatives Into Warehouses And Cargo Loading Or Unloading Areas During Reasonable Office Hours For Purposes Of Inspection. During Contract Implementation 9 Winning Bidder Shall Deliver Cargo Only To The Consignee Or A Duly Authorized Prc Representative On The Address As Specified On The Top Portion Of Prc Bill Of Lading Which Should Be The Same Consignee Indicated In Winning Bidder Waybill. Any Delivery Made To A Person Or Entity Other Than The Intended Consignee Or Duly Authorized Representative Shall Be Deemed A Failure Of Delivery For Which The Winning Bidder Is Liable To Re-deliver And Take The Fastest Means Available, And Charge The Difference In The Shipment Of Freight Cost To Itself, If Necessary. During Contract Implementation 9.a. In Cases Where The Winning Bidder Has No Delivery For Far- Flung Areas Or Out Of Service Areas, E.g. Barangays, Document Drop-off Points Shall Be At The Office Of The Winning Bidder Within The City/town Proper Or At The Nearest Branch. The Winning Bidder Shall Inform The Client Of The Availability Of Documents For Pick-up. During Contract Implementation 10 The Winning Bidder Has The Right But Not The Obligation To Inspect Any Shipment, But Shall Not Be Authorized To Open The Shipment. During Contract Implementation 11 Winning Bidder Shall Exercise Extra-ordinary Diligence In The Handling Of Shipment. Except In Cases Of Force Majeure Or Fortuitous Event, Winning Bidder Agrees To Compensate Prc’s Claim Of Damages And Losses Based On The Formal Claim Letter Duly Filed With Complete Documents Attached, Accepted, Processed And Determined As The Fault Of Winning Bidder. Such Claims Must Be Filed Within Thirty (30) Days From Date Of Damages Or From The Time The Consignee Receives The Shipment From Winning Bidder. Payment Of Such Claim Shall, However, Be Limited To The Reasonable And Correct Value Appearing On The Bill Of Lading Or Has Been Fairly And Freely Agreed Upon By Both Parties. During Contract Implementation 12 In Cases Where The Goods Of Prc, Are Already Covered By A Separate Bill Of Lading Or Consignment Note (“bl/cn”), The Parties Agree That Such Goods Shall Be Governed By The Terms And Conditions Of The Bl/cn, It Being Understood That In Case Of Conflict Between Such Conditions And This Agreement, The Conditions In The Bl/cn Shall Prevail And The Conditions Of This Agreement Shall Only Be Supplementary In So Far As There Is No Conflict. During Contract Implementation 13 The Winning Bidder Shall Not Be Responsible For Any Failure To Comply With, Or For Any Delay In Performance Of The Terms Of The Contract Where Failure Or Delay Is Due To Causes Beyond Winning Bidder Reasonable Control Included, But Not Limited To, Acts Of God Or The Public Enemy, War, Riot, Embargo, Fire Explosion, Sabotage, Flood, Accident, Labor Disputes, Default Of Common Carrier And Any Other Similar Or Analogous Causes. During Contract Implementation 14 The Liability Of Winning Bidder For Any Direct Loss, Theft, Damage, Or For Any Other Similar Cause To The Cargoes Shall Be Governed Exclusively By The Terms And Conditions Of Winning Bidder Waybill, Whether Or Not The Waybill Is Actually Issued. However, In The Event Of Loss Or Theft Of The Cargo, Beyond The Control Of The Winning Bidder Shall Notify The Prc In Accordance With The Notice Provisions Herein Stated Below, Within Seven (7) Working Days From Winning Bidder Discovery Of Such Loss Or Theft. Notwithstanding The Preceding Provisions, Winning Bidder Shall Not Be Held Liable For Any Unsuccessful Deliveries Due To The Following Causes: 14.1 Wrong Or Incomplete Address Of The Consignee; 14.2 Changes In Address Of Prc Regional Office With Winning Bidder Not Duly Notified; 14.3 Force Majeure Or Other Similar Causes As Stated In Paragraph 11; 14.4 Causes Other Than The Force Majeure And Which Cause Is Beyond The Control Of Winning Bidder; And 14.5 Other Causes Analogous To The Above Statement. During Contract Implementation 15 The Winning Bidder Shall Provide Packaging And Crating Services For Fragile Shipments With Charge To Be Included In Monthly Billing And Specifically Identified In The List Of Statement Of Charges. During Contract Implementation 16 Courier Services Shall Include The Hauling Of Office Supplies, Examination Materials And Office Equipment. The Winning Bidder Shall Provide The Following Add-on Services, As Provided For In Its Technical Bid, At No Cost To Prc: 16.1 Boxes, Pouches, Packaging Tapes, And Forms For Prc’s Consumption In Transporting Their Goods; 16.2 Electronic Cargo Tracking And Monitoring System For Fast, Regular And Accurate Information On Prc Shipment; 16.3 Specifically Designated And Secure Area With A Dedicated Team At Winning Bidders Sorting Hub Exclusively For Prc Cargoes And Documents; 16.4 Customized Risk-based Delivery Systems For Accountable Forms, Checks And Other Sensitive Official Documents; 16.5 Assignment Of Special Team To Handle The Prc Account To Ensure Full Implementation Of Winning Bidder Contractual Obligations; 16.6 Delivery Of Unclaimed Prc Documents To Clientele With Secure, And Fool-proof System At The Option Of The Consignee; 16.7 Call Center Facility With Courier Services; And 16.8 Assistance In Public Information, Surveys And Social Marketing Programs. During Contract Implementation 17 All Notices Required Under This Agreement Shall Be Deemed Given, If And When Personally Delivered In Writing To The Party Or Its Designated Agent/representative, Faxed, Or Mailed By Registered Mail Or Sent By Reputable Courier Services Or By Means Of Electronic Mail, Return Receipt Requested, Postage Prepaid And Properly Addressed. Such Notices Shall Be Deemed Given Upon Three (3) Business Days After Mailing. All Notices, Requests, Consents And Other Documents (“notices”) Shall Be Deemed Served Or Given. During Contract Implementation 18 18.1 If Personally Served By Being Left At The Address Of The Party To Whom The Notice Is Given Between The Hours Of 8:00 A.m. And 5:00 P.m. On Any Business Day Then In Such Case At The Time Notice Is Duly Received; 18.2 If Sent By Facsimile, Then In Such Case When Successfully Transmitted During Business Hours, Or If Not During Business Hours, Then On The Next Business/working Hours; And 18.3 If Sent By Electronic Mail, Then Upon Receipt By Sender Of The Acknowledgment Of The “receipt Requested” Message From The Recipient. Any Party May Change Its Address For Receipt Of Notices At Any Time By Giving Notice Thereof To The Party. The Duly Authorized Representative Of That Party May Sign Any Notice Given Under This Agreement On Behalf Of Any Party. Either Party May Change The Manner By Which Notice Is To Be Given Provided That The Other Party Was Advised Of Such Change In Writing, Duly Received. During Contract Implementation 19 Except In Cases Of Force Majeure, The Service Areas With Corresponding Lead Times Are As Follows: Serviceable Area (sa) Lead Time Ncr 1-3 Days Luzon 3-5 Days Visayas 5-8 Days Mindanao 5-8 Days Outside Serviceable Area (osa) Lead Time Luzon 7-8 Days Visayas 10-14 Days Mindanao 10-14 Days 19.1 Should Any Loss, Theft, Damage Or Any Other Similar Cause Occur While Shipment Is In Custody Of Winning Bidder, It Is Understood That Arrangements For Its Replacement Including Assistance, Costs Among Others Shall Be Limited To Winning Bidder And The Applicant And Vice Versa. 19.2 The Agreed Upon Procedures And Lead Times For Return To Sender (rts) Are As Follows: A) Undelivered Transactions Due To Bad Address Or Unknown Consignee – For Both Manila And Other Provincial Transactions – 3 Delivery Attempts. B) Undelivered Transactions After Making 3 Delivery Attempts – For Manila Transactions - The Document Will Stay At The Winning Bidder. 19.3 If The Consignee Calls Winning Bidder Within 5 Days: A) 1st Option – Pick Up At Winning Bidder B) 2nd Option – If Not Accessible To The Applicant, Pick Up At The Nearest Winning Bidder Outlet. 19.4 If The Consignee Does Not Call Winning Bidder Within 5 Days, All Undelivered Transactions Should Be Returned To Prc Regional Office Iv-b Within Twenty-four (24) Hours From The Said 5th Day. 19.5 For Provincial Transactions – The Document Will Stay At The Branch/agent Office For 10 Days. I. If The Consignee Calls Winning Bidder Within 10 Days: A) 1st Option – Pick Up At Branch/agent Office. B) 2nd Option – If Not Accessible To The Client, Pick Up At The Nearest Winning Bidder Outlet. Ii. If The Consignee Does Not Call Winning Bidder Within 10 Days, All Undelivered Transactions Should Be Returned To Prc Regional Office Iv-b C/o Winning Bidder Within Twenty Four (24) Hours From The Said 5th Day. During Contract Implementation 20 The Winning Bidder Acknowledges That The Services Rendered Under The Contract Entered Into With Prc Shall Be Solely As An Independent Contractor. Winning Bidder Shall Not Enter Into Any Memorandum Of Agreement Or Commitment In Behalf Of Prc. Winning Bidder Further Acknowledges That It Is Not Entitled To Any Employment Rights Or Benefits. It Is Expressly Understood That The Contract Is Not A Joint Venture Between Prc And The Winning Bidder. During Contract Implementation 21 Winning Bidder Expressly Agrees That The Contract Entered Into With Prc And All Its Terms And Conditions Are Subordinate To The Rules And Regulations Which May Be Imposed From Time To Time By Government Regulatory Bodies, Instrumentalities Or Agencies. During Contract Implementation 22 The Contract Between Prc And The Winning Bidder Shall Be For A Period Of Six (6) Months Commencing Upon The Execution Of The Contract With Prc. Provided However, That The Services Of The Winning Bidder Are Automatically Extended Until Such Time That A New Courier Contract Shall Have Been Executed. During Contract Implementation 23 This Contract Shall Not Be Assigned By The Winning Bidder To Any Party Without The Prior Written Consent Of The Prc Regional Office Iv-b. During Contract Implementation Acknowledgment And Compliance With The Terms Of Reference For Provision Of Postage And Courier Services ________________________________ Signature Over Printed Name Of Authorized Representative, Designation And Printed Name Of Company Annex “b” Technical Specifications Item/description Bidder’s Statement Of Compliance 1. Nationwide Coverage Of Its Services Originated At Prc Regional Office Iv-b (mimaropa), Stationed In Metro Manila To Its Clienteles And Its Central Office In Prc Manila, As Well As To Fifteen (15) Other Regional Offices, Satellite Offices, And Off-site Service Centers. The Fifteen (15) Other Regional Offices Are In National Capital Region, Cordillera Administrative Region (baguio City), Regional Office I (rosales), Regional Office Ii (tuguegarao City), Regional Office Iii (san Fernando City), Regional Office Iv-a (lucena City), Regional Office V (legazpi City), Regional Office Vi (iloilo City), Regional Office Vii (cebu City), Regional Office Viii (tacloban City), Regional Office Ix (pagadian City), Regional Office X (cagayan De Oro City), Regional Office Xi (davao City), Regional Office Xii (koronadal), Regional Office Xiii (butuan City). The Satellite Office Is Located In Zamboanga City. The Off-site Service Centers Are Located In: Gt Town Center Koronadal Service Center Kidapawan Service Center Tagbilaran Service Center Robinsons Place Bacolod City Robinsons Galleria Cebu City Robinsons Place Dasmarinas, Cavite Robinsons Place Dumaguete City Robinsons Place Iligan City Robinsons Place Ilocos Robinsons Place Iloilo City Robinsons Place Naga City Robinsons Place Ormoc City Robinsons Place Palawan Robinsons Place Pangasinan Robinsons Place Santiago, Isabela Robinsons Place Sta.rosa, Laguna Robinsons Starmills Robinsons Place Tagum, Davao Ossco Clark, Angeles City Ossco Davao City Ossco Palayan City Ayala Mall Manila Bay Calapan City Service Center Lucky Chinatown, Binondo, Manila Maasin City, Tacloban Robinsons North Tacloban Digos Business Center, Digos City, Davao Del Sur Festive Walk Mall Iloilo My Metro Town Mall Tarlac Candon City Sports Complex Service Center During Contract Implementation 1.1. Description Of Door-to-door Pick-up And Delivery Of Parcel And Cargoes From The Prc Regional Office Iv-b To Prc Central Office And Fifteen (15) Other Regional Offices, Satellite Offices, And Off-site Service Centers. During Contract Implementation 1.2. List Of Branches Nationwide With The Name Of Contact Persons/agents And Contact Details (contact/fax Numbers And E- Mail/skype Address). During Contract Implementation 1.3. Weekly/monthly Schedule Of The Assigned Personnel To Pick- Up The Daily Shipment At Prc (cut-off Time Is 4:00 P.m.). During Contract Implementation 1.4. Schedule Of Next Day Delivery Or Lead Time For Ordinary Delivery For Prc. During Contract Implementation 1.5. Schedule Of Next Day Delivery For Rush Shipments With 3:00 Pm Cut-off Time For Prc. During Contract Implementation 1.6. Packaging And Crating Services For Fragile Shipments For Prc. During Contract Implementation 1.7. Cargo Tracking And Monitoring System For Prc. During Contract Implementation 2. With Cargo Tracking And Monitoring System By Both Consignee And Consignor Through On-line Website And Sms Inquiry Facilities. During Contract Implementation 2.1. Description Of Cargo Tracking And Monitoring System Through On-line Website And Sms Inquiry Facilities. During Contract Implementation 2.2. Customer Service Hotline For Inquiries. During Contract Implementation Acknowledgment And Compliance With The Terms Of Reference For Provision Of Postage And Courier Services ________________________________ Signature Over Printed Name Of Authorized Representative, Designation And Printed Name Of Company Annex “c” Applicable Rates Documents/pouch (weight) Intra City Luzon Visayas Mindanao Islander Ordinary (20 Grams – 100 Grams) 110.00 130.00 150.00 170.00 200.00 Regular (minimum Of 100-500 Grams) 180.00 210.00 230.00 270.00 300.00 Large (minimum 500 Grams – 2 Kgs) 200.00 220.00 245.00 290.00 320.00 Extra-large (minimum Of 2 Kgs – 2.5 Kgs) 230.00 275.00 300.00 330.00 350.00 Add On Per Exceeding Kilogram 30.00 40.00 55.00 75.00 85.00 Origin: Metro Manila (quezon City) Origin: Metro Manila (quezon City) * Visayas Rate Will Apply To Palawan Above Rates Is Inclusive Of Vat Parcel/cargo/kilobox Intra City Luzon Visayas Mindanao Islander Minimum Of 3.1 Kgs 300.00 320.00 335.00 350.00 360.00 Add On Per Exceeding Kilogram 120.00 135.00 150.00 160.00 175.00 * Visayas Rate Will Apply To Palawan Above Rates Is Inclusive Of Vat * Sector 1 = Luzon; Sector 2 = Visayas; Sector 3 = Mindanao/islander Applicable Rates For Sectors Important Reminder/s: Pick-up And Delivery Within City Is Chargeable As “intracity” Sector. Acknowledgment And Compliance With The Terms Of Reference For Provision Of Postage And Courier Services ________________________________ Signature Over Printed Name Of Authorized Representative, Designation And Printed Name Of Company Annex “d” Price Quotation Sheet Financial Bid Having Read, Examined And Accepted The Terms Of Reference On The Subject Request For Quotation (rfq), I/we Submit Our Quotation/s For The Item/s As Follows: Total Bid Price For The Project: (inclusive Of All Taxes And Bank Charges) Provision Of Postage And Courier Services In Figures: In Words: * The Bid/quoted Price Shall Not Exceed The Approved Budget For The Contract Inclusive Of Vat, All Taxes, And Bank Charges. _________________________________________ Bidder’s Authorized Signature Over Printed Name Designation: Name Of Company: Address: Contact No: Annex E Detailed Cost Breakdown Delivery Charges For Domestic Documents/mails/parcels (inclusive Of All Applicable Taxes) Fy 2025 Bid Form For Procurement Of Courier Services Weight Within Metro Manila (intracity) Manila To Luzon (sector 1) Manila To Visayas (sector 2) Manila To Mindanao (sector 3) Projected Quantity Up To December Average Ceiling Price/docu Ment/parc El (php) Offered Unit Cost/mail (php) Total Delivery Charges (php) Approx. Quantity Ceiling Price/doc Ument/pa Rcel (php) Offered Unit Cost/mail (php) Total Delivery Charges (php) Approx. Quantity Ceiling Price/doc Ument/pa Rcel (php) Offered Unit Cost/mail (php) Total Delivery Charges (php) Approx. Quantity Ceiling Price/doc Ument/pa Rcel (php) Offered Unit Cost/mail (php) Total Delivery Charges (php) (a) (b) (c) (a) X (c) = (d) ( E ) (f) (g) (e ) X (g) = (h) (i) (j) (k) (i) X (k) =(l) (m) (n) (o) (m) X (o) =(p) A. Documents Ordinary 20 Grams Up To 100 Grams 20 110.00 45 130.00 35 150.00 35 170.00 Regular 101 Grams To 0.5 Kgs. 20 180.00 40 210.00 30 230.00 25 270.00 Large 0.6 Kgs. To 2 Kgs. 20 200.00 35 220.00 25 245.00 25 290.00 X-large 2.1 Kgs To 3 Kgs. 5 230.00 20 275.00 5 300.00 5 330.00 67 140 95 90 B. Parcels/kilobox (non-documents) Minimum 3 Kgs. 3 300.00 5 320.00 5 335.00 5 350.00 "rate Per Kg. In Excess Of 3 Kgs. (inclusive Of Crating For Fragile Shipments)" 120.00 135.00 150.00 160.00 3 5 5 5 Submitted By : Signature Over Printed Name Of The Bidder/authorized Representative Name Of Courier Service Provider/address Date

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Solid Waste Management
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: The Network Contracting Office (nco-10) Is Seeking Vendors To Perform The Following Services, Scrap Metal Recycling Services At The Cincinnati Va Medical Center. this Is A Sources Sought To Seek Capable Sources And Request Industry Feedback Only. This Notice Does Not Constitute A Commitment By The Government. Interested Parties Are Asked To Answer Questions Below And Submit Capability Statement That Clearly And Convincingly Identifies Their Ability To Fulfill The Requirements. Detailed Capabilities Must Be Submitted By Email To Contract Specialist Josh Kovar At Joshua.kovar@va.gov In An Electronic Format, No Later Than 1330 Est 1:30 Pm Est | January 08, 2025. As Part Of Market Research, This Sources Sought Is To Determine If There Exists An Adequate Number Of Qualified Interested Contractors Capable Of Providing The Requirement. industry Feedback To The Information Below Is Requested To Ensure The Va Has Not Created A Defacto Sole Source Requirement. The Government May Use The Responses To This Sources Sought For Information And Planning Purposes. draft Scope: contractor Shall Provide A Scrap Metal Recycling Dumpster For Daily Use And Collection. The Medical Center Will Call When The Scrap Metal Dumpster Is Full. The Contractor Shall Pick Up The Full Scrap Metal Dumpster And Replace With An Empty One. Contractor Shall Recycle The Scrap Metal And Provide A Check For The Proceeds Of Scrap To The Medical Center Within A Certain Time Frame From The Pickup. Contractor Shall Provide Detailed Reports Of Materials Recycled To Identified Medical Center Personnel Within A Certain Time Frame Of Pickup. This Container Shall Be Used For Scrap Metals Only And Not Paper, Plastic, Or Cardboard, However There Is The Possibility Of Some Items Containing Plastics, Paper Etc.. estimated Weight Per Year Averages 1.3-1.5 Tons, However This Is Just An Estimate And May Vary Depending On Facility Operations. estimated Number Of Pickups To Be 6 Per Year. we Are Proposing A Base + 4 (1-year) Option Periods Contract For This Requirement. questions For Industry: question #1: response, Are You Interested In Providing A Quote For This Requirement? Yes / No (choose One) question #2: response: If Your Firm Is A Small Business, Please Provide The Following: please Provide Your Company Name, Address, Uei And Primary Point Of Contact Information. sba Certifications, If Any Regarding The Socio-economic Status Of Your Company Including, Sdvosb, Vosb, Wosb, Edwosb, Hub, 8a, Small Business, Etc. question #3: will You Provide Your Current Scope Of Operations And Locations Of Service/capability? Where Do You Currently Work And What Is Your Maximum Service Area? question #4: can Your Firm Provide Three (3) Customer References For Similar Services Performed Within The Past 3 Years. Information? Please Provide The References As A Bulleted List Including The Following: name/company Of Customer Reference period Of Performance what Service Was Being Provided By Your Firm? did You Use Any Subcontractors For This Requirement? capability Statement: please Provide Your Capability Statement, Which Adequately Supports This Requirement. the Applicable Naics Code For This Requirement Is Naics 562119 Other Waste Collection With A Small Business Size Standard Of $47.0 Million Dollars. The Product Service Code Is P100 Salvage- Preparation And Disposal Of Excess/surplus Property. businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement And Answer Questions Above. this Sources Sought Is Only For The Purpose Of Identifying Potential Sources As Part Of Market Research. No Request For Proposal (rfp), Quote (rfq), Or Invitation For Bid (ifb) Exists. Responses To This Sources Sought Are Not Quotes, Proposals, Or Bids On Which The Va Can Issue Any Contract. This Notice Is Issued For Information And Planning Purposes Only And Does Not Itself Constitute An Rfp, Rfq Or Ifb. The Government Does Not Intend To Award A Contract Based Only On Responses To This Sources Sought. Responses To The Notice Will Not Be Returned. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought. The Va Will Not Pay For Information Received In Response To This Notice. Do Not Submit Pricing Information In Response To This Notice.
341-350 of 362 archived Tenders