Three (3) Years ATM Cash Loading and First Level Ma - Land ...

39
SUPPLEMENTAL BID BULLETIN NO. 10 For LBP-HOBAC-ITB-GS-20200217-01 PROJECTS : Three (3) Years ATM Cash Loading and First Level Maintenance Services for 600 LANDBANK ATM Units IMPLEMENTOR : Procurement Department DATE : July 22, 2020 This Supplemental Bid Bulletin is issued to modify, amend and/or clarify certain items in the Bid Documents. This shall form an integral part of the Bid Documents. Modifications, amendments and/or clarifications: 1) The prospective bidder/s who would like to participate in the bidding for the above project must send a duly filled-up LBP Secure File Transfer Facility (SFTF) User Registration Form (attached as Annex J) to [email protected] on or before 2:00 PM of July 27, 2020. The LBP SFTF User Registration Form can be obtained from Procurement Department by sending a request to the aforementioned e-mail address quoting “SFTF – ITB-GS-20200217-01” as subject. 2) The prospective bidder/s who have submitted a duly filled-up LBP SFTF User Registration Form together with copies of LANDBANK Official Receipt and Payment Acceptance Order for non-refundable bidding fee to the HOBAC Secretariat shall receive an e-mail with log-in credentials to access the LBP SFTF. 3) Item Nos. 6 & 7 of the Invitation to Bid, ITB Clauses 9.1, 19, 20, 20.3, 21, 23 & 24 of the Bid Data Sheet (Section III), Item Nos. 23.1 to 23.5 of the General Conditions of the Contract (Section IV), Schedule of Requirements (Section VI), Specifications (Section VII), Schedule of Prices (Form No. 2), Omnibus Sworn Statement (Form No. 6), and Checklist of the Bidding Documents (Item Nos. 12,14.1 to 14.5, & 21.1 of the Eligibility & Technical Components and Item No. 2 of the Financial Component) have been revised. The Annexes shall be now identified as follows: Annex From To Terms of Reference A-1 to A-24 D-1 to D-24 List of LANDBANK Offsite ATMs B-1 to B-2 E-1 to E-2 Vendor/Provider Competency C F System & Security D G List of LANDBANK Officers, Employees and Consultants E-1.1 to E-1.2 H-1.1 to H-1.2 List of Debit Cards and ATM Management Department Employees E-1.2.1 H-1.2.1 Please see attached revised specified sections of the Bidding Documents. 4) The list of ATMs for expansion (Annexes I-1 to I-5) has been added. Please see attached Annexes for your reference. 5) The deadline for the submission of electronic eligibility/technical and financial documents/proposals for the above project is re-scheduled on July 29, 2020 at 10:00 A.M.

Transcript of Three (3) Years ATM Cash Loading and First Level Ma - Land ...

SUPPLEMENTAL BID BULLETIN NO. 10 For LBP-HOBAC-ITB-GS-20200217-01

PROJECTS : Three (3) Years ATM Cash Loading and First Level Maintenance Services for 600 LANDBANK ATM Units

IMPLEMENTOR : Procurement Department

DATE : July 22, 2020

This Supplemental Bid Bulletin is issued to modify, amend and/or clarify certain items in the Bid Documents. This shall form an integral part of the Bid Documents.

Modifications, amendments and/or clarifications:

1) The prospective bidder/s who would like to participate in the bidding for the above project must send a duly filled-up LBP Secure File Transfer Facility (SFTF) User Registration Form (attached as Annex J) to [email protected] on or before 2:00 PM of July 27, 2020. The LBP SFTF User Registration Form can be obtained from Procurement Department by sending a request to the aforementioned e-mail address quoting “SFTF – ITB-GS-20200217-01” as subject.

2) The prospective bidder/s who have submitted a duly filled-up LBP SFTF User Registration Form together with copies of LANDBANK Official Receipt and Payment Acceptance Order for non-refundable bidding fee to the HOBAC Secretariat shall receive an e-mail with log-in credentials to access the LBP SFTF.

3) Item Nos. 6 & 7 of the Invitation to Bid, ITB Clauses 9.1, 19, 20, 20.3, 21, 23 & 24 of the Bid Data Sheet (Section III), Item Nos. 23.1 to 23.5 of the General Conditions of the Contract (Section IV), Schedule of Requirements (Section VI), Specifications (Section VII), Schedule of Prices (Form No. 2), Omnibus Sworn Statement (Form No. 6), and Checklist of the Bidding Documents (Item Nos. 12,14.1 to 14.5, & 21.1 of the Eligibility & Technical Components and Item No. 2 of the Financial Component) have been revised.

The Annexes shall be now identified as follows:

Annex

From To Terms of Reference A-1 to A-24 D-1 to D-24

List of LANDBANK Offsite ATMs B-1 to B-2 E-1 to E-2

Vendor/Provider Competency C F

System & Security D G

List of LANDBANK Officers, Employees and Consultants

E-1.1 to E-1.2 H-1.1 to H-1.2

List of Debit Cards and ATM Management Department Employees

E-1.2.1 H-1.2.1

Please see attached revised specified sections of the Bidding Documents.

4) The list of ATMs for expansion (Annexes I-1 to I-5) has been added. Please see attached Annexes for your reference.

5) The deadline for the submission of electronic eligibility/technical and financial documents/proposals for the above project is re-scheduled on July 29, 2020 at 10:00 A.M.

Supplemental Bid Bulletin No. 10 For LBP-HOBAC-ITB-GS-20200217-01 Three (3) Years ATM Cash Loading and First Level Maintenance Services for 600 Units LANDBANK ATM

2

6) The prospective bidder/s are requested to observe the prescribed procedures in the

submission and opening of electronic bid (attached as Annexes C-1 to C-6).

7) Response to request for clarification:

8) Changes in the Terms of Reference (Annex D):

9) Change in the Systems and Security (Annex G):

ALWIN I. REYES Assistant Vice President

Head, Procurement Department and HOBAC Secretariat

Bidder’s Queries/Clarification LANDBANK Response

The bidder clarified on the definition of “static terrorism”.

“Static terrorism” is defined as the risk that is caused by destructive human behavior in connection with the acts of terrorism such as but not limited to theft and fire.

From To

Annexes D-1 to D-2, Item No. 1 – Coverage and Expansion under Item a. Procurement Conditions: The two (2) lots shall undergo bidding with the following conditions:

In case there are at least two (2) bidders, the first lot will be awarded to the Lowest Calculated Bidder (LCB) on both lots, while the 2nd LCB may win the bid for the second lot by adjusting his bid to equal the bid of the LCB. If the 2nd LCB cannot accede to the lowest bid price, the LCB may also win the bid for the second lot.

In the event that there is only one (1) bidder for the services, the lone bidder may win on both lots.

The two (2) lots shall undergo bidding with the following conditions:

The two (2) lots shall simultaneously undergo separate competitive bidding;

Each lot shall be awarded to the respective LCB;

A service provider may cast its bid and win on both lots;

In the event that there is only one (1) bidder for the services, the lone bidder may win on both lots.

From To

Item No. 1 under Cash-In Transit:

With fully Armored Vehicle Fleet with G2 level.

With fully Armored Vehicle Fleet with British G2 level.

LBP-HObAC-lTB-GS-2020021 7-0 1

Revised 07.22.20

Land Bank of the Philippines

lnvitation to Bid For

Three (3) Years ATM Cash Loading and First LevelMaintenance (FLM) Services for

600 LANDBANK ATM Units

1. The LAND BANK OF THE PHILIPPINES (LANDBANK), through its Corporate

Budget for the contract approved by the Board of Directors lor 2020 intends to

appty tne total sum of Five Hundred Seventy Six Million Seven Hundred Forty

Seven Thousand Six Hundred Forty Eight Pesos Only (PhP 576'747,648.00)being the Approved Budget for the contract to payments under the contract for

tfrreL (g) Years ATM Cash Loading and First Level Maintenance (FLM)

Services for 600 LANDBANK ATM Units / ITB No. LBP-HOBAC-ITB-GS-

20200217-01, broken down as follows:

LotNo.

Item/DescriptionApproved Budget for the

Contract

1 3OO LANDBANK ATM UNitS P 288,373,824.00

2 300 LANDBANKATM Units 288,373,824.00

2.

Bids received in excess of the above ABC shall be automatically rejected at bid

opening.

The LANDBANK now invites bids for the Three (3) Years ATM Cash Loading

and First Level Maintenance (FLM) Services for 600 LANDBANK ATM Units.

Delivery period is indicated in Section vl, schedule of Requirements. Bidders

should have completed, within the last five (5) years from the date of submission

and receipt of bids, a contract similar to the Project. The description of an eligible

bidder is contained in the Bidding Documents, particularly, in section ll.

lnstructions to Bidders.

Bidding will be conducted through open competitive bidding procedures using a

non-diicretionary "passifail" criterion as specified in the lmplementing Rules and

Regulations (fini of Republic Act (RA) 9184, otherwise known as the

"Government Procurement Reform Act".

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or

organiiations with at least sixty percent (600/o) interest or outstanding capital

stJck belonging to citizens of the Philippines, and to citizens or organizations of a

country the Iaw-s or regulations of which grant similar rights or privileges to Filipino

citizens, pursuant to R.A. 5183.

J.

LBP-HOBAC-lTB-GS-2020021 7 -0 1

Revised 07.22.20

4. lnterested bidders may obtain further information from LANDBANK and inspect

the Bidding Documents at the address given below during office hours from 8:00

A.M. to 5:00 P.M.:

Procurement DePartmentLand Bank of the PhiliPPines25th Floor LANDBANK Plaza Building'1598 M.H. Del Pilar cor. Dr. J. Quintos Sts.1004 Malate, [email protected]

5. A complete set of Bidding Documents may be purchased by interested Bidders

^n from the address indicated above

and upon payment of a Bidding Documents in the amount as follows:

Lot 1 Fifty Thousand Pesos Only P50,000.00

Lol2 Fifty Thousand Pesos OnlY 50,000.00

6.

It may also be downloaded free of charge from the website of the Philippine

Goveinment Electronic Procurement System (PhilGEPS) and the LANDBANK

website, provided that Bidders shall pay the corresponding Bidding Documents

Fee not later than the submission of their bids.

The LANDBANK will hold a Pre-Bid conference on Jg!y.ll,-?@ through

videoconferencing using Microsoft (MS) Teams Application'

Bidders who would like to participate in the said conference must send a

arlv nrr"o-up pre_Bid conference Registration (PBGR) Form (attached a_s

Aniex Al to'lbphobac@mail. on or before 2:00 Plt of 'lulV 15'

2020. The PB-CR Form can atso Ue aownloaded at the PhiIGEPS website or

Iequested from Ms. Ma. Angela O' Emeterio at

ulEftaliintotamait.unafanr.con ald MaEMETERIO@qmail" Bidders

@0200217-01" as the email's subject.

Bidders who have registered for the videoconferencing sha-ll be provided

with an e-mail invitation containing a link that would enable them to access

iir" A"=ign"t"d Microsoft Teams ihannel, post messages therein and join

the online meeting'

For the detailed procedures in the conduct of Pre-Bid conference through

videoconferencing, please refer to the attached Annex B'

For new bidders, a briefing through video conferencing on salientpi""i"ion= of the zbt e Revised- lmplementln-s Rules and Regulations of R.A.

5ia4;;J pointers in the preparation of bid proposals will be conducted

;il; 6 the schedulea fre-bia Conference' Potential bidders who are

i"i"i""t"O in ioining the briefing shall log-on to the designated MS Teams

Ctrannet on" (f 1 now before the scheduled Pre'Bid Conference'

7.

8.

9.

,-rr-rol.-,.8-cs-2020021 7-01Revised 07.22.20

All bids shall be submitted electronically. The procedures that will befollowed in the submission and opening of electronic bids are described inthe Detailed Procedures in Submission and Opening of Electronic Bids perattached Annexes C-1 to C-6.

The LANDBANK reserves the right to (a) reject any and all bids at any time priorto the award of the contract; (b) waive any minor formal requirements in the biddocuments; (c) accept such bids it may consider to be advantageous andbeneficial to the Bank, without thereby incurring any liability to the affectedbidder or bidders.

For further information, please refer to:

Mr. Alwin l. Reyes, CSSPAssistant Vice PresidentHead, Procurement Department1598 M.H. Del Pilar cor. Dr. J. Quintos Sts.1004 Malate, ManilaTel (+6321 8-522-0000 or 8-551-2200 local 7370Fax (+632) 8-528-8587Email [email protected]

(Siqned)ar-ex a. LoRAY=5

Senior Vice PresidentChairman, Bids and Awards Committee

LB P- H O oAC- I T B-G S-20200217 -0 1

Revised 07.22.20

Bid Data Sheet

ITBClause

1.1 The Procuring Entity is LAND BANK OF THE PHILIPPINES(LANDBANK).

The name of the Contract is Three (3) Years ATM Cash Loading and

First Level Maintenance (FLM) Services for 600 LANDBANK ATM

Units

The identification number of the Contract is LBP-HOBAC-ITB-GS-20200217-01

1.2The lots and references are:

1

2

300 LANDBANK ATM Units

300 LANDBANK ATM Units

2 The Funding Source is:

The Government of the Philippines (GOP) through the Corporate

Budget for the contract approved by the LANDBANK Board of

Direltors for 2O2O in the total amount of Five Hundred Seventy Six

Million Seven Hundred Forty Seven Thousand Six Hundred Forty

Eight Pesos Only (PhP 576,747,648.00).

Project:

Three (3) Years ATM Cash Loading and First Level Maintenance

(FLM) Services for 600 LANDBANK ATM Units

3.1 No further instructions.

5.1 ffiegative dealings with LANDBANK or itssubsidiaries.

5.2 @nder ITB Clause 5.2 (b) and/or doing

business in the Philippines may participate in this Project provided

they meet the requirements under Section 23.4.1.2 of the Revised

IRR of RA 9184.

5.4 fne gidder must have completed, within the last five (5) years trom

the date of submission and receipt of bids, a single contract that is

similar to this Project, equivalent to at least fifty percent (50%) of the

ABC.

For this purpose, similar contracts shall refer to contracts involving

ATM cash loading services.

Bidders must submit proof of their respective Single Largest

LB P-H O BAC- trB-G 3-20200217 -01Revised 07.22.20

Completed Contract. Proofs shall be:

. Copy of the contract or purchase order; or

. Copy of official receipUcollection receipt or Certificate ofSatisf, Performance from bidder's client.

No further instructions.Subcontracting is allowed for guards and escorts. Subcontractors mustcomply with the eligibility criteria and the documentary requirementsapplicable to the Bidder.

Not applicable.

The LANDBANK will hold a Pre-Bid Conference on Julv 15.

2020 through videoconferencing using Microsoft (MS) TeamsApplication.

Bidders who would like to participate in the said conferencemust send a duly filled-up Pre-Bid Conference Registration(PBCR) Form (attached as Annex A) [email protected] on or before 2:00 PM of Julv 15.

2020. The PBCR Form can also be downloaded at theptrilCepS website or requested from Ms. Ma. Angela a.Emeterio at [email protected] [email protected]. Bidders shall quote "PBCR-ITB-GS-20200217-01" as the email's subiect.

Bidders who have registered for the videoconferencing shallbe provided with an e-mail invitation containing a link thatwould enable them to access the designated Microsoft Teamschannel, post messages therein and ioin the online meeting.

For the detailed procedures in the conduct of Pre-BidConference through videoconferencing, please refer to theattached Annex B.

For new bidders, a briefing through video conferencing onsalient provisions of the 2016 Revised lmplementing Rules andRegulations of R.A. 9184 and pointers in the preparation of bidproposals will be conducted prior to the scheduled Pre-BidConference. Potential bidders who are interested in joining thebriefing shall log-on to the designated MS Teams Channel one1) hour before the scheduled Pre-Bid Conference.

The Procuring Entity's address is:

Land Bank of the PhiliPPines25th Floor, LANDBAN K Plaza Building1598 M.H. Del Pilar corner Dr. J. Quintos Streets1004 Malate, Manilawww.landbank.com

Contact person :

Mr. Alwin l.

78.1

8.2

9.1

10.1

LB P-H O -, 1C- ITB-G 3-20200217 -0 1

Revised 07.22.20

Assistant Vice PresidentHead, Procurement Department1598 M.H. Del Pilar cor. Dr. J. Quintos Sts.1004 Malate, ManilaTel. (+632) 8-522-0000 or 8-551 -2200 local 7370Fax (+632; 8-528-8587lbphobac@mail. landbank.com

12.1(a) Bidders may still submit their Class "A" Eligibility Documents requiredto be uploaded and maintained current and updated in the Ph|IGEPSpursuant to Section 8.5.2 of the same lRR, or if already registered inthe PhiIGEPS under Platinum category, their Certificate ofRegistration and Membership in lieu of their uploaded file of Class "A"

Documents, or a combination thereof. ln case the bidder opted tosubmit their Class "A" Documents, the Certificate of PhiIGEPSRegistration (Platinum Membership) shall remain as a post-qualification requirement to be submitted in accordance with Section34.2 of the 2016 Revised IRR of RA 9184.

12.1 (a)(ii) The statement of all ongoing government and private contracts (useForm No. 3) and Single Largest Completed Contract (use Form No.

4) similar to the contract to be bid shall include all such contractswithin five (5) years prior to the deadline for the submission and

receipt of bids.

13.1 Bidders are required to use the Bid Form provided in Section Vlll. Bid

Form (use Form Nos.1and2).

13 1(b) No further instructions.

13.1(c) No further instructions.

13.2 The Approved Budget for the Contract (ABC) is Five Hundred

Seventy Six Million Seven Hundred Forty Seven Thousand Six

Hundred Forty Eight Pesos Only (PhP 576,747,648.00).

Any bid with a financial component exceeding this amount shall not

be accepted.

LotNo.

Item/DescriptionApproved Budget for

the Contract

1 300 LANDBANK ATM Units P 288,373,824.00

2 300 LANDBANK ATM Units 288,373,824.00

15.4(a)(iv) Please refer to Clause 6.2 of the Special Conditions of the Contractfor the incidental services required.

15.4(b) Please refer to Clause 6.2 of the Special Conditions of the Contractfor the incidental services required. The price of the Goods shall bequoted DDP specified delivery site/s.

16.1(b) ffre AiO Prices for the Goods supplied from outside of the Philippinesshall be quoted in Philippine Pesos.

LB P-H o lc- rrB-cs -zozoozl.. -01

Revised 07.22.20

16.3 Not applicable.

17.1 Bids will be valid until 120 calendar days rrom date of openingrct oios

18.1 The bid security shall be limited to Bid securing Decraration or anyother form in accordance with the following minimum amount:

Form of Bid Security Minimum Amount of BidSecurity

(a) Cash or cashier's/ manager'scheck issued by a Universal orCommercial Bank;

Lot 1 P 5,767,476.49Lot2 5,767,476.49(b) Bank drafUguarantee or

irrevocable letter of creditissued by a Universal orCommercial Bank; Provided,however, that it shall beconfirmed or authenticated bya Universal or CommercialBank, if issued by a foreignbank; and

(c) Surety bond callable upondemand issued by a suretyor insurance company dulycertified by the lnsuranceCommission as authorized toissue such security.

1. lf bid security is in the form of cash, a bidder is required to securea Payment Acceptance Order (PAO) from LANDBANKProcurement Department. The PAO shall then be presented toany of the Tellers at the Cash Department (Ground Floor,LANDBANK Plaza Building) together with the corresponding cash.The Cash Department Teller shall issue a machine validatedOfficial Receipt (OR) evidencing payment of the bid security. Theoriginal and/or certified true copy of the Official Receipt shall beenclosed in Bid Envelope No. 1 (Eligibility and TechnicalProposal/Documents). The original official receipt shall bereturned by the BAC Secretariat to the bidder immediately afterthe opening of bids.

lf bid security is in the form of cashier's/manager's check, thecheck should be payable to LAND BANK OF THE PHILIPPINES.

lf in the form of bank drafUguarantee, the bidder may use thestandard format of the issuing Bank, provided the ITB No. andName of the Project are indicated.

lf in the form of Standby Letter of Credit, it may be securedthrouqh LANDBANK Corporate Bankinq Department 2 rcBD 2\

4.

LB P-H o lc- rrB-cs -20200217 -o 1

Revised 07.22.20

and Small and Medium Enterprises - Market Lending Department I

2 (SME-MLD 2) with the following contact details: I

a) CBD 2 - 18th Floor, LANDBANKPIaza Building I

Ms. Erlin G. Del Rosario - Account Officer I

Telephone No. 8-405-7345 local2117 |

(For Assets 1 Billion and up) I

b) SME-MLD 2 - 18th Floor, LANDBAN KPlazaBuilding I

Mr. Ronaldo Robles - Account Officer I

Telephone No. 8-405-7431 local7431 I

(For Assets below 1 Billion) |

5. lf in the form of surety bond, it should be issued by a surety or. I

insurance company duly accredited by the lnsurance Commission(lC) and has not been issued a cease and desist order by the lCor is currentty not included in the list of blacklisted firms.

The surety bond may be secured through LANDBANK lnsurance

Brokerage, lnc. (LlBl) with the following contact details:

(a) LlBl-Forex1 4th Floor, LANDBAN K Plaza BuildingTelephone 8-710'7114(Every Tuesday and ThursdaY)

(b) 12th Floor, SSHG Law Center Btdg.

105 Paseo de Roxas, LegasPiVillageMakati CityTelephones 8-81 2-4911 and 867-1064

Surety bonds with the following or similar conditions/phrases shall not

be accepted:

(a) "ln case of default by the Principal, this bond shall only answer

for the difference in the bid price of the winning bidder and

that of the next lowest complying bidder or that of the new

winning bidder in case of re-bidding plus necessary expenses

incurred by the obligee in the re-bidding which liability shall inno case exceed the amount ofthe bond"; or

(b) ,,That the amount of liability of the Surety under this bond is

limited to the actual loss or damage sustained and dulyproven by the Obligee."

I

I O. lf in the form of Bid Securing Declaration, the attached form (Form

I tto. 8) must be used.

18.2 @ valid until 120 calendar days from date ofopening bids.

19 t and Financial Component files shallbe in PDF format and password-protected. All the requireddocuments shall be sequentially arranged following theChecklist in the bidding documents and must be signe

LB P-H o lc- rrB-G s -20200217 -o IRevised 07.22.20

authorized signatory/ies when required in the form.20 The prospective bidder

uploading the same in the LBP- SFTF (prease refer to the Guidlin Accessing LBP Secure File Transfer Facirity below). Theelectronic bid consisting of two copies/fires must be labelledwith bidder's preferred short name, last six (G) digits of thebidding reference number and bid copy number, each separatedwith a dash sign. Thus, for a project with bidding referencenumber LBP- HOBAC-!TB-GS-20200S21-01 that XyZ Companywants to bid on, the archived files shall be labelled as xyz-052101-C1 and XYZ-052101-C2. The archived fites shail begenerated using either WinZip, 7-zip or WinRAR and must bepassword-protected.

Each of the above mentioned archived files shall contain theTechnica! Proposal and Financial Proposal files. The files shallbe labelled as above plus the word "Tech" or "Fin" in the caseof the Technical Proposal and Financial Proposal, respectively.Thus, using the above example, XYZ-052101-Cl shall contain thePDF files labelled XYZ- 052101-C1-Tech and XYZ-052101-C1-Finwhile XYZ-052101-C2 shall contain the PDF files labelled XYZ-0521 01-C2-Tech and XYZ-0 521 01-C2-Fi n.

The Technical Gomponent and Financial Component files shallbe in PDF format and password-protected. Al! the requireddocuments shall be sequentially arranged following theChecklist in the bidding documents and must be signed by theauthorized signatory/ies when required in the form.

The prospective bidder shall receive an acknowledgementreceipt via email upon successful uploading of its/his electronicbid. lf no email is received within one (1) hour after successfuluploading, the bidder shall call the HOBAC Secretariat at (02)8522- 0000 Iocal 2609 to confirm whether the submission hasbeen received, and if so, request for the acknowledgment ofreceipt of the electronic bid.

20.3 Each Bidder shall submit PDF files labeled XYZ- 052101-C1-Techand XYZ-O52101-C1-Fin while XYZ-052101-C2 shall contain thePDF fi Ies Iabel led XYZ-0521 01 -C2-Tech and XYZ-O 521 01-G2-Fi n.

21 All bids shall be submitted electronically. The procedures thatwill be followed in the submission and opening of electronicbids are described in the Detailed Procedures in Submissionand Opening of Electronic Bids per attached Annexes C-l toc-6.

23 ln case of modification of bid, "Mod" shall be added at the endof the specified filenames (e.9. XYZ-052101-C1- Mod and XYZ-O521O1-C1-Tech-Mod).

24 On the bid opening date, the bidder shall confirm its/hisparticipation in the online meeting with the HOBAC Secretariat

LB P-H olc-rrB-cs -zozooz17 -ojRevised 07.22.20

at Ieast one (1) hour before the schedr@accounuconnection per participating bidder shall be allowed tojoin the meeting. lf the bidder has more than one (1)representatives, the said representatives may take turns in usingthe accounUconnection.

Projects with participating bidders in attendance shalt be givenpriority in the queuing.

Upon the instruction of the HOBAC Chairperson to start the bidopening activity, the HOBAC Secretariat connects theparticipating bidder/s to the videoconferencing/group callingsession. The HOBAC Secretariat shall record the session andact as Moderator of the meeting all throughout.

Once the connections are in place, the HOBAC, with theassistance of the HOBAC Secretariat, retrieves the archived filefrom the LBP-SFTF and opens the same. The Technical Proposalshall be opened first. Upon instruction from the HOBAC, thebidder concerned shall disclose the passwords for the archivedfile and the PDF file of the Technical Proposal. The retrieval,opening and page-by-page review of documents shall be shownto the participants through screen sharing.

The HOBAC then determines the eligibility of the specific bidderusing a non- discretionary "pass/fail" criteria. Only bidders thathave been rated "Passed" shall be allowed to participate in thesucceeding stages of the bidding process.

The HOBAC, with the assistance of the HOBAC Secretariat, shallthen open the Financial Proposals of those bidders that havebeen rated "Passed". Upon instruction from the HOBAG, thebidder concerned shall disclose the password for its/hisFinancial Proposal. The opening and page-by-page review ofdocuments shall still be shown to the participants throughscreen sharing.

The HOBAG, with the assistance of the HOBAC Secretariat,conducts bid evaluation and ranking of the bids. The results ofbid evaluation and ranking shall be recorded in the Abstract ofBids, which shall be signed by the HOBAC Members andObservers. The result of evaluation and raking shall also beannounced to the participants.

The access of the bidders to the session shall be terminatedonce the Chairman has declared that the bid opening activity fora specific project has been finished.

24.2 No further instructions.24.3 No further instructions.27.1 No further instructions.

I

LB P- H o ;c-rrB-cs -20200217 -o 1

Revised 07.22.20

28.3 (a) All Goods are grouped in lots listed below. Bidders shall have theoption of submitting a proposal in any or all lots and; evaluation andcontract award will be undertaken on a per lot basis. Lots shall not bedivided further into sub-lots for the purpose of bidding, evaluation andcontract award.

LotNo.

Item/DescriptionApproved Budget for

the Contract

1 300 LANDBANK ATM Units P 288,373,824.00

2 300 LANDBANK ATM Units 288,373,824.00

28.4 No fu rther instructions.

29.2 Certified true copy of Value Added Tax (VAT) or Percentage Tax (PT)Returns for the last two (2) quarters filed manually or through the BIRElectronic Filing and Payment System (EFPS). Only tax returns filedmanually or through EFPS and taxes paid shall be accepted.

32.4(f) No additional requirement.

33.2 lf in the form of Standby Letter of Credit, it may be secured throughLANDBANK Corporate Banking Department 2 (CBD 2) and Smalland Medium Enterprises - Market Lending Department 2 (SME-MLD2) with the following contact details:

(a) CBD 2-181h Floor, LANDBANKP\aza BuildingMs. Erlin G. Del Rosario - Account OfficerTelephone No. 8-405-7 345 local 21 17(For Assets 1 Billion and uP)

(b) SME-MLD 2 - 18th Floor, LANDBANKP\aza BuildingMr. Ronaldo Robles - Account OfficerTelephone No. 8-405-7 431 local 7 431(For Assets below 1 Billion)

23.

LBP-HOBAC-tTB-c5-2020021 7-0.1

Revised 07.22.20

Termination for Default

23.'l The Procuring Entity may rescind or terminate a contract fordefault, without prejudice to other courses of action andremedies available under the circumstances when, outside forcemajeure, the Supplier fails to deliver or perform any or all of theGoods within the period(s) specified in the contract, or within anyextension thereof granted by the procuring Entity pursuant to irequest made by the Supplier prior to the delay, and such failureamounts to at least ten percent (10%) of the contract price.

23.2 The Procuring Entity mayterminate the contract when, as a resultof force majeure, the Supplier is unable to deliver or perform anyor all of the Goods, amounting to at least ten percent (10%) of thecontract price, for a period of not less than sixty (60) calendardays after receipt of the notice from the procuring Entity statingthat the circumstance of force majeure is deemed to have ceased;

23.3 The Procuring Entity shall terminate the contract when theSupplier fails to perform any other obligations under theContract.

23.4 ln the event the Procuring Entity terminates this Contract inwhole or in part for any of the reasons provided under GCCClause 23 to 26, the Procuring Entity may procure, upon suchterms and in such manner as it deems appropriate, Goods orServices similar to those undelivered, and the Supplier shall beliable to the Procuring Entity for any excess costs for suchsimilar Goods or Services. However, the Supplier shall continueperformance of this Contract to the extent not terminated.

23.5 ln case the delay in the delivery of the Goods and/or performanceof the Services exceeds a time duration equivalent to ten percent(10%) of the specified contract time plus any time extension dulygranted to the Supplier, the Procuring Entity may terminate thisContract, forfeit the Supplier's performance security and awardthe same to a qualified Supplier.

Termination for lnsolvency

The Procuring Entity shall terminate this Contract if the Supplier is declaredbankrupt or insolvent as determined with finality by a court of competentjurisdiction. ln this event, termination will be without compensation to theSupplier, provided that such termination will not prejudice or affect any right ofaction or remedy which has accrued or will accrue thereafter to the ProcuringEntity and/or the Supplier.

Termination for Convenience

25.1 The Procuring Entity may terminate this Contract, in whole orin part, at any time for its convenience. The HoPE may terminate a

24.

25.

Page 60 of 93

L B P- H O BAC- ITB-G 3-20200217 -0 1

Revised 07.22.20

Section Vl. Schedule of RequirementsThe delivery schedule expressed as weeks/months stipulates hereafter a delivery

date which is the date of delivery to the project site.

Conforme:

Name of Bidder

Signature Over Printed Name ofAuthorized ReP resentative

Position

LotNo.

ItemDescription

Qtv. Period Covered & ATM Site

1

2

LANDBANKATM Units

LANDBANKATM Units

300

300

Period Covered:Three (3) Years to commence from the date of takeover of

the first ATM during the pilot implementation

ATM Sites: Please refer to Annex E 1 &E'2

Contact Person:Marissa B. PinedaAssistant Vice PresidentHead, Debit Cards and ATM Management Department

Contact Number: 8405-7 626

Section Vll. Specifications

LB P-H O BAC-rTB-GS-202002 17 -01Revised 07.22.20

Statement of Compliance

Bidders must state here either "Comply"or "Not Comply" against each of the

individual parameters of eachSpecification stating the correspondingperformance parameter of the equipment

offered.

Statements of "Comply" or "Not Comply" mustbe supported by evidence in a Bidders Bid

and cross-referenced to that evidence.Evidence shall be in the form ofmanufacturer's un-amended sales literature,unconditional statements of specification and

compliance issued by the manufacturer,samples, independent test data etc., as

appropriate. A statement that is not supportedby evidence or is subsequently found to be

contradicted by the evidence presented will

render the Bid under evaluation liable forrejection. A statement either in the Bidders

statement of compliance or the supportingevidence that is found to be false either duringBid evaluation, post-qualification or the

execution of the Contract may be regarded as

fraudulent and render the Bidder or supplier

liable for prosecution subject to the provisions

of ITB Clause 3.1(a)(ii) and/or GCC Clause

2.1(aXii)

Please state here either"Comply" or "Not GomPlY"

Three (3) Years ATM Cash Loading and First LevelMaintenance (FLM) Services for 600 LANDBANK

ATM Units

Terms of Reference and other requirements per

attached Annexes D-l to O-24.

1. Bidder's Qualifications:

1.1 Must have a minimum of at least one (1) year (as

of December 2019) satisfactory experience in

providing both ATM cash replenishmenUcashoutsourcing and First Level MaintenanceServices to at least one (1) commercial bank in

the Philippines belonging to top five (5)

commercial banks in terms of number ofinstalled/oPerational ATMs'

1.2 Must have a secured Cash Processing Facilitywith cash processing center, vault, loading bayand offices.

^ LB P-H O -^C- ITB-G 3-20200217 -0 1

Revised 07.22.20

1.3 Must have an office locally.

1.4 Must have at least one (1) client among the topten (10) local banks in terms of number of ATMsbeing managed.

1.5 Must have local staff assigned in ATM servicingoperations excluding the number of manpoweroutsourced to banks under bank control.

1.6 Must have a license subscription or ownership ofthe software product that will be used in itsoperations.

1.7 Must have 50% ATM field technicians with at

least six (6) months experience in the operation.

1.8 Must have maintenance support for ATM

cassettes with no extra cost to the Bank for at

least three (3) Years.

1.9 Must have the ability to support ATM cash

servicing within 2020-2023 and can support all

the identified ATMs included in the initial 2 lots

which are listed in Annex B'

1.10 Must have insurance coverage for all risks in

the entire ATM servicing operation.

1.11Must have a support team that is readily

available to provide support in ATM cash

servicing.

2. Bidder's Cash Processing Center Qualifications:

2.1 Must have a system to monitor the Service Level

Agreement (SLA) comPliance.

2.2 Must be able to generate real time SLA reportgeneration.

2.3 Must have system for trip planning and

monitoring.

2.4 Must have a toolfor cash reload forecasting'

I Z.S Must have a system to monitor ATM keys'

2.6 Must have a dedicated emergency response

team.

3. Bidder's Cash-ln-Transit Qualifications.

3.1 Must have full armored vehicle fleet withBritish G2 level.

3.2 Must have the ability to monitor and track thefleet.

3.3 Must have the ability to control and override fleetaccess operation/fleet movement.

3.4 Must have the ability to remotely observe fleetoperation.

4. Bidder's Vault Qualifications:

4.1 Must have vaults equipped with CCTV, intrusiondetection, motion sensor and remote & dualauthentication system.

4.2 Must have Cash Segregation System.

5. For current and past suppliers of ATM cash loadingservices for LANDBANK, they must have satisfactoryperformance in their dealings with LANDBANK for thepast twelve (12) months (reckoned from the date ofissuance of the Certificate of SatisfactoryPerformance).

LB P-H O BAC- rTB-GS-202002 17 -01Revised 07.22.20

6. The following documents shall be submitted inside the First Envelope:

6.1 Duly accomplished Annexes E and F.

6.2 Certificate of Satisfactory Performance from at least one (1) commercial bank in thePhilippines belonging to top five (5) commercial banks in terms of number ofinstalled/operational ATMs.

6.3 Notarized self-certification from the bidder stating the following:

6.3.1 has a secured Cash Processing Facility with cash processing center, vault,loading bay and offices

6.3.2 has a local office indicating the complete address6.3.3 the total number of staffs involved in ATM servicing operations6.3.4 the number of Field Engineers (FEs) with six (6) months experience6.3.5 will maintain atl ATM cassettes at no extra cost to the Bank for at three (3) years.

6.4 List of local bank clients with corresponding number of ATMs.

6.5 Official license to use or any proof of ownership of software products being used in itsoperations.

6.6 List of depot sites/cash servicing centers and their operational dates as proof that the bidderhas the ability to support ATM cash servicing within 2020-2023 and can support all theidentified ATMs.

6.7 Policy insurance cover for its entire cash outsourcing operations.

6.8 List of hotline numbers or call center numbers that are operational for 2417 as proof that thebidder can ATM cash

LB P- H O BAC-ITB-G 3-20200217 -0 1

Revised 07.22.20

6.9 Certification issued by the bidder that its Cash Processing Center has:

6.9.1 a system to monitor the SLA compliance.

6.9.2 realtime SLA report generation.

6.9.3 a system for trip planning and monitoring'

6.9.4 a toolfor cash reload forecasting.

6.9.5 a system for monitoring branch/facilities keys.

6.9.6 a dedicated emergency response team.

6.10 Certification issued by the bidder stating that its Cash-ln-Transit has:

6.10.1 armored vehicle fleet with British G2 level.

6.10.2 the ability to monitor and track the fleet.

6.10.3 the ability to control and override fleet access operation/fleet movement.

6.10.4 the ability to remotely observe fleet operation'

6.1 1 Certification issued by the bidder that its vault.

6.11.1 is equipped with CCTV, intrusion detection, motion sensor and remote & dual

authentication sYstem.

6.11.2 has a Cash Segregation System.

6.12 Certificate of Satisfactory Performance issued by the Head, Debit Cards and ATM

Management Departmeni lOCnfUD) not earlier than thirty (30) calendar days prior to the

deadline of submission of bid (applicable only for current and past suppliers of ATM cash

loading services). The Certificate shall still be subject to verification during post-

qualification of bid.

NOTE: Certificate of Satisfactory Performance shall be requested in writing from the

Head of DCAMD at 25th Floor, LANDBANK Plaza Building

(Tel. No.: 8405-7676), at least five (5) working days prior to the submission of

bid.

Conforme:

Name of Bidder

Signature Over Printed Name ofAuthorized ReP resentative

Position

L B P- H O BAC- lT B-G S.-20200217 -0 1

Revised 07.22.20

Form No. 2SCHEDULE OF PRICES

)

)

Total Pricedelivered

FinalDestination(col 9) x (col

4)

Cost oflncidental

Services, ifapplicable,

per item

Total Price,per unit

(col5+6+7+8)

Sales andothertaxes

payable ifContract

isawarded,

Transportationand lnsuranceand allother

costsincidentaltodelivery, per

item

Quantity Unit priceEXW per

item

3OO ATMUnits

3OO ATMUnits

3OO ATMUnits

ATM Cash Loading andFirst Level Maintenance(FLM) Services for ThreeYears

./ Excess Service

ATM Cash Loading

FLM

L B P- H O BAC- ITB-G 3-20200217 -01

)

Please credit paYment to:

Name of Bidder Account Name:

Signature over Printed Name ofAuthorized RePresentative

Account Number:

)LBP Branch:

Revised 07.22.20

3OO ATMUnits

3OO ATMUnits

3OO ATMUnits

./ ATM Cash Loading andFirst Level Maintenance(FLM) Services for ThreeYears

,/ Excess Service

ATM Cash Loading

FLM

LBP-HOBAC-lTB-GS-20200217 -0 1

Revised 07.22.20

Omnibus Sworn StatementForm No.6

REPUBLIC OF THE PHILIPPINES )o|TY/MUNICIPALITYOF_ )ss

AFFIDAVIT

l, [Name of Affiant], of legal age, [Civil Status]' fNationaltty], and residing at fAddressof Affiantl, ifter having been duly sworn in accordance with law, do hereby depose and state

that:

1. Serecf ong delete the other:

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

Bidderl with office address at [a ddress of Biddef '

lf a paftnership, corporation, cooperative, or joint venture: l am the duly authorized and

designated representative of lNa me of Bidderl wilh office address at [address of Bidderl,

2. Select one, delete the other:tf a sote proprietorsh,pr As the owner and sole proprietor, or authorized representative of

lName ot aiaoe4, 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 [riame of the Proiect] ol the Land Bank of the Philippines, as shown in the

attached duly notarized Special Power of Aftorney,

lfapaftnership,corporation,Cooperative,orjointventure:lamgrantedfullpowerandauthority 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 Proiect] of the Land

Bank of the enilippines, as shown in the attached [state title of attached document

showingproofofauthorization(e,g.,dulynotarizedSecretarrSCeftificateBoardhainership Resolution, or speciat power of Aftorney, whichever is applicable)L

3'lNameofBidder]isnot,,blacklisted,,orbarredfrombiddingbytheGovernmentgllhe- iif,itippines or a;y of its agencies, offices, corporations, or Local Government Units

foreign governmenuforeign -or

international financing institution whose blacklisting rules

fravioe6n recognized by the Government Procurement Policy Board;

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, lName of Biddel is authorizing the President and cEo of Land Bank of the Philippines or

its duly autnorized representative(s) to verify all the documents submitted;

6. Se/ect one delete the rest:

tfasoleproprietorship:Theownerorsoleproprietornotrelated,byconsanguinityoraffinity up to the thlrd civil degree' to the fol|owing LANDBANK officers, employees and

consu|tants: 1) members of the Board of Directors; 2) President and CEo; 3) members of

the Head office Bids and Awards committee (HOBAC); 4) members of the Technical

WorkingGroup,ifapplicable;5)personnelofProcurementDepartment;6)personnelofthe impiementing unit or the end-user unit, and 7) project consultants, if applicable;

lf a paftnership or cooperative: None of the officers, members, of [Name of Bidder] ale

relaied, by consanguinity or affinity up to the third civil degree, to the following

7.

8

LBP-HOBAC-trB-GS-2020021 7-0 1

Revised 07.22.20LANDBANK officers, employees and consultants: 1) members of the Board of Directors;2) President and CEO; 3) members of the Head Office Bids and Awards Committee(HOBAC); 4) members of the Technical Working Group, if applicable; 5) personnel ofProcurement Departmentl 6) personnel of the implementing unit or the end-user unit, and

7) project consultants, if applicable;r

lf a corporation or joint venture: None of the officers, directors, controlling stockholders of

[Name of Bidder] are related, by consanguinity or affinity up to the third civil degree, to

the following LANDBANK officers, employees and consultants: 1) members of the Board

of Directors; 2) President and CEO; 3) members of the Head Office Bids and Awards

Committee (HOBAC); 4) members of the Technical Working Group, if applicable; 5)

personnel of Procurement Department; 6) personnel of the implementing unit or the end-

user unit; and 7) project consultants, if applicable;'

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

[Name of Bidder] is aware of and has undertaken the following responsibilities as aBidder:

a) Carefully examine all of the Bidding Documents;

b) Acknowledge all conditions, local or otheMise, affecting the implementation of the

Contract;

c) Made an estimate of the facilities available & needed for the contract to be bid, if any;

and

d) lnquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the

Projectl.

Philippines.

Biddeis Representative/Authorized Signatory

Witness my hand and seal this

- day ot [month] [year]'

Notary Public

Doc. No.Page No.Book No.S. of

g.[NameofBidder]didnotgiveorpaydirectlyorindirectly,anycommission,.amount'fee'- 'o,

"ny form of considerati-on, pecuniary or othegise, to any person or official, pelsonnel

or rejresentative of the government in ielation to any procurement project or activity.

lN WITNESS WHEREOF, I have hereunto set my hand this

- day of

-'20

suBscRlBED AND SWORN to before me this

-

day of --'

in

, Affianus is/are personally known to me- and was/were identified by me

th'*sh"",p"t""tevidenceofidentityasdefinedinthe2004RulesonNotarialPracticein rrrr: uo ciz-a-t a-sc). Affianus exhibited to me his/her linsert type of government

identification card usedj, with his/her photograph and signature appearing thereon' with no'

and his/her iommunity Tax Certificate No.

-

issued on

- at

-'

-;_i

"ftr" n'"r*" of specilic LANDBANK officers, employees and consultants being referred to are shown

in Annexes H-, & H-2'

,-rr-rola-,. B-cs-20200217 -o 1

Revised 07.22.20

checklist of Bidding Documents for Procurement of Goods and Services

Documents should be arranged as per this Checklist. Kindly provide

folders or guides, dividers and ear tags with appropriate labels.

PDF File - Eliqibilitv and Technical Components

o The contents of the First PDF File shall contain documents

sequentially arranged as follows:

o Eligibility Documents - Class "A"

Leqal Eliqibilitv Documents

1. Ph|IGEPS Certificate of Registration under Platinum Membership (all

documents enumerated in iG Annex A must be updated); or all of the

following:

o Registration Certificate from SEC, Department of Trade and

lnd"ustry (DTl) for sole proprietorship, or CDA for cooperatives' or

any prooi of such registration as stated in the Bidding Documents;

. Valid and current mayor's/business permit issued by the city or

municipality where the principal place of business of the

prospectiv6 bidder is located, or equivalent document for Exclusive

Economic Zones or Areas; and

. Tax Clearance per Executive Order 398, Series of 2005' as finally

reviewed and aPProved bY the BIR'

Technical Eliqibilitv Documents

2. Duly notarized Secretary's Certificate -attesting that the signatory is-

tn"'Orfy authorized re[resentative of the prospective- bidder' and

granted full power and iuthority to do, execute and perform any and

all acts necessary and/or to represent the prospective bidder in the

bidding, if the prospective bidder is a corporation' partnership'

coopeiative, or joint venture (sample form - Form No' 7)'

3. Duly notarized Revised Omnibus Sworn Statement (sample form

- Form No.6)

4. Statement of the prospective bidder of all its ongoing government and

d,r"G contracts,' including contracts awarded but not yet started' if

lny, *n"tf,"r. similar or not similar in nature and complexity to the-

coniract to be bid, within the last five (5) years from the date of

submission and receipt of bids The statement shall include all

information required in the sample form (Form No 3)'

.rr-roL-,rB-GS-202oo2'1 7-o'rRevised 07.22.20

5. Statement of the prospective bidder identifying its single largestcompleted contract similar to the contract to be bid, equivalent to atleast fifty percent (50%) of the ABC supported with contracVpurchaseorder, end-user's acceptance or official receipt(s) issued for thecontract, within the relevant period as provided in the BiddingDocuments. The statement shall include all information required in thesample form (Form No. 4).

6. Bid security in the prescribed form, amount and validity period (lTB

Clause 18.1 of the Bid Data Sheet).

7. Section Vl - Schedule of Requirements with signature of biddeisauthorized rePresentative.

8. Section Vll - Specifications with response on compliance and

signature of bidder's authorized representative.

Financial Eliqibilitv Documents

9. The prospective bidder's audited financial statements, showing'

among others, the prospective bidders total and current assets and

liabilities, stamped ;received" by the BIR or its duly accredited and

authorized institutions, for the preceding calendar year which should

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

10. The prospective biddeis computation for its Net Financial contracting

Capacity'(NFCC) following the sample form (Form No 5)' or in the

case oi frocurement of Goods, a committed Line of Credit from a

Universal or Commercial Bank.

Eligibility Documents - Class "B"

ll.Validjointventureagreement(JVA),incasethejointventureisalready in existence. ln the absence of a JVA, duly notarized

Statementsfromallthepotentialjointventurepartnersstatingthatthey will enter into and abide by the provisions of the JVA in the

insiance that the bid is successful shall be included in the bid. Failure

to enter into a joint venture in the event of a contract award shall bejround for the iorfeiture of the bid security. Each partner of the joint

ienture shall submit its legal eligibility documents. The submission of

technicalandfinancialeligibilitydocumentsbyanyofthejointventurepartners constitutes compliance, provided' that the partner

iesponsible to submit the NFCC shall likewise submit the statement of

all its ongoing contracts and Audited Financial Statements'

Technical Documents

12. Duly accomplished Annexes E and F'

LBP-HOurrC-lTB-GS-20200217 -0 1

17.

15.

16.

18.

19.

Revised 07.22.20

13. Certificate of Satisfactory Performance from at least one (1 )

commercial bank in the Philippines belonging to top five (5)

commercial banks in terms of number of installed/operational ATMs'

14. Notarized self-certification from the bidder stating the following:

14.1 has a secured Cash Processing Facility with cashprocessing center, vault, loading bay and offices

14.2 has a local office indicating the complete address14.3 the total number of staffs involved in ATM servicing

oPerations14.4 tlie number of Field Engineers (FEs) with six (6) months

experience14.5 wiil maintain all ATM cassettes at no extra cost to the Bank

for at three (3) Years.

List of local bank clients with corresponding number of ATMs'

Official license to use or any proof of ownership of software products

being used in its operations.

List of depot sites/cash servicing centers and their gperational dates

". pioot t'hat the bidder has the ability to support ATM cash servicing

witnin ZOZO-2023 and can support all the identified ATMs'

Policy insurance cover for its entire cash outsourcing operations'

List of hotline numbers or call center numbers that are operational for

iiil- ""- iroot that the bidder can provide ATM cash operations

support.

20,CertificationissuedbythebidderthatitsCashProcessingCenterhas:

20.1 a system to monitor the SLA compliance'

20.2 real time SLA report generation

20.3 a system for trip planning and monitoring'

20.4 a tool for cash reload forecasting'

20.5 a system for monitoring branch/facilities keys'

20.6 a dedicated emergency response team'

2l.CertificationissuedbythebidderStatingthatitsCash.ln-Transithas:

21.1 armored vehicle fleet with British G2 level'

21 .2 the ability to monitor and track the fleet'

LBP-HOunC-lTB-GS-2020021 7-01Revised 07.22.20

override fleet access operation/fleet21.3the ability to control andmovement.

21 .4 the ability to remotely observe fleet operation.

22. Certification issued by the bidder that its vault:

22.1 is equipped with CCTV, intrusion detection, motion sensor and

remote & dual authentication system.

22.2has a Cash Segregation System.

23. Certificate of Satisfactory Performance issued by the Head, Debit

Cards and ATM Management Department (DCAMD) not earlier than

thirty (30) calendar days prior to the deadline of submission of bid

(applicable only for current and past suppliers of ATM cash loading

services). The Certificate shall still be subject to verification duringpost-qualification of bid.

Post-Qualification Documents - [The bidder may submit the followingdocuments within five (5) calendar days after receipt of Notice ofPost-Qualificationl:

24. Business Tax Returns per Revenue Regulations 3-2005 (BlR

No.2550 O) VAT or Percentage Tax Returns for the last two (2)

quarters filed manually or through EFPS.

25. Latest lncome Tax Return filed manually or through EFPS'

PDF File - Financial Component

. The Second PDF File shall contain documents sequentially arrangedas follows:

1. Duly filled out Bid Form signed by the bidder's authorized

representative (sample form - Form No.1)

2. Duly filled out revised Schedule of Prices signed by the bidder'sauthorized representative (sample form - Form No.2)

2.

Procedures in Submission and Opening of Electronic Bid

1. Upon submission of a duly filled-up LBP SFTF User Registration Form together withcopies of LANDBANK Official Receipt and Payment Acceptance Order for non-refundable bidding fee to the HOBAC Secretariat, the prospective bidder shall receive anemail with log-in credentials to access the LBP Secure File Transfer Facility (LBP-SFTF).

The prospective bidder strall submit its electronic bid by uploading the same in the LBP-SFTF (please refer to the Guide in Accessing LBP Secure File Transfer Facility below).The electronic bid consisting of two copies/files must be labelled with bidder's preferredshort name, last six (6) digits of the bidding reference number and bid copy number,each separated with a dash sign. Thus, for a project with bidding reference number LBP-HOBAC-|TB-GS-2020O521-01 that XYZ Company wants to bid on, the archived filesshall be labelled as XYZ-052101-C'l and XYZ-052101-C2. The archived files shall begenerated using either Winzip, 7-zip or WinRAR and must be password-protected.

Each of the above mentioned archived files shall contain the Technical Proposal andFinancial Proposal files. The files shall be labelled as above plus the word "Tech" or"Fin" in the case of the Technical Proposal and Financial Proposal, respectively. Thususing the above example, XYZ-052101-C1 shall contain the PDF files labelled XYZ-O52iO1-C'l-Tech and XYZ-052'101-C1-Fin while XYZ-052101-C2 shall contain the PDF

files labelled xYz-o52101-C2-Tech and XYZ-O52101-C2-Fin. ln case of modification ofbid, "Mod" shall be added at the end of the specified filenames (e g. XYZ-052101-C1-Mod and xY Z-0521O1 -C1 -Tech-Mod).

The Technical component and Financial component files shall be in PDF format and

password-protected. All the required documents shall be sequentially arranged following

ihe Checklist in the bidding documents and must be signed by the authorized

signatory/ies when required in the form.

The passwords for the archived files and the PDFs file shall be disclosed by the bidder

only upon the instruction of HOBAC during the actual bid opening. ln case an

arc'hived/PDF file fails to open due to a wrong password, the specific bidder shall be

allowed to provide the HOBAC with passwords up to five (5) times only. The same

number of attempts shall apply to copy 2 of the bid, in case there is a need to open it. lf

the archived/PDF file still could not be opened after the maximum allowable attempts,

the bidder concerned shall be disqualified from further participating in the bidding

process.

The prospective bidder shall receive an acknowledgement receipt via email upon

successful uploading of its/his electronic bid. lf no email is received within one (1) hour

after successful uploading, the bidder shall call the HoBAC Secretariat al (o2) 8522-

oooo local 2609 to confirm whether the submission has been received, and if so, request

for the acknowledgment of receipt of the electronic bid.

7. On the bid opening date, the bidder shall confirm its/his participation in the online

meeting with the HoBAC Secretariat at least one (1) hour before the scheduled meeting.

only one accounuconnection per participating bidder shall be allowed to join the

4.

Aaw c'l

meeting. lf the bidder has more than one (1) representatives, the said representativesmay take turns in using the accounuconnection.

8. Projects with participating bidders in attendance shall be given priority in the queuing.

9. Upon the instruction of the HOBAC Chairperson to start the bid opening activity, theHOBAC Secretariat connects the participating bidder/s to the videoconferencing/groupcalling session. The HoBAC Secretariat shall record the session and act as Moderatorof the meeting all throughout.

10. Once the connections are in place, the HoBAC, with the assistance of the HoBAC

secretariat, retrieves the archived file from the LBP-SFTF and opens the same. The

Technical Proposal shall be opened first. upon instruction from the HoBAC, the bidder

concerned shall disclose the passwords for the archived file and the PDF file of the

Technical Proposal. The retrieval, opening and page-by-page review of documents shall

be shown to the participants through screen sharing.

11. The HOBAC then determines the eligibility of the specific bidder using a non-

discretionary "pass/fail" criteria. only bidders that have been rated "Passed" shall be

allowed to participate in the succeeding stages of the bidding process'

12. The HOBAC, with the assistance of the HoBAC Secretariat, shall then open the

Financial Proposals of those bidders that have been rated "Passed". upon instruction

from the HOBAC, the bidder concerned shall disclose the password for its/his Financial

Proposal.Theopeningandpage-by-pagereviewofdocumentsshallstillbeshowntothe participants through screen sharing.

.13. The HOBAC, with the assistance of the HOBAC Secretariat, conducts bid evaluation and

ranking of the bids. The results of bid evaluation and ranking shall be recorded in the

Abstrict of Bids, which shall be signed by the HOBAC Members and Observers The

resultofevaluationandrakingShallalsobeannouncedtotheparticipants.

14. The access of the bidders to the session shall be terminated once the chairman has

declaredthatthebidopeningactivityforaSpecificprojecthasbeenfinished.

15. MS Teams Application shall be used in the conduct of online bidding. ln the event.that it

isnotavailable,othervideoconferenoingapplicationsmaybeusedasanalternativeinconducting the meeting.

c-1-

Guide in Accessing LBP Secure File Transfer Facility

1. Open browser and type the url: https://www.sftaccess.com.

-ov,{irr Ui*6:

Z. Log-in with the credentials provided via email. (Note: Log-in credentials will be received

upon submission of a duly filled-up LBP SFTF User Registration Form together with

copies of LANDBANK Official Receipt and Payment Acceptance Order for non-refundable

bidding fee)

Username: IE-mail Address] e.g. [email protected] : I Landba nk-provided password]

c'b

f i;.';i1'r' I SecureTranspon

3. Upon successful login, click'Choose Files'to upload file/s.

Notes:1. Fites should be encrypted/password-protected.2. Please foltow the instructions in ltem 2 of the above Procedures in Submission and

Opening of Electronic Bids.

&:'.r.,;r x +

a g i 5lti<.e5t..3n

*$l nnvay I

-6X

.n* EI*'!:

t/;,t

Chso$e Files :No Jile chosen SetASCll I Change Password

€ ;',-,:.,,' q 1} A tO

Saor*y l

b:

'i@,qNo tile chosen Upload File :Change PasswordSet ASCII l

.''..-*''.,..*',i

G oprn

+ -1 )ftrrPCrDdumst'Nafold.r wt

0rq.niu! - fls loid.r

7ft,pc

-, l! obe.tr

& Diirt.p

5 ,ocufrrtr

+ Dowdoidr

fil. n.m.: i B dd.il 8rd Do(J

\t

::- j 0; r::, !,1 ' 1 I,r.

:i,1r', .i,rii ;j tfi irurin:n::

allirl:l

fE i .*"''

: erdd.n gid Do(r

iI .. , ,. !. ,.", ,, i,

c1

4.

S:*erye?C

Click'Upload File'to upload the selected file/s.

+

a.firii.r:(!r

-3Xv{* fit*lBi

{p Axway I *ax# xBx.r*

ffi!

Change Password

File options

5. Once a successful upload is completed, the files cannot be deleted anymore. The

bidder will also receive a system-generated acknowledgement receipt in its registered

e-mail address. A screenshot of the uploaded Bid/s should be taken by the bidder for

record purposes.

g f,r,:.,.., x +

* . C isfta(ess.:cnr

-rrXa, a? f *tS I

lDti! Axway I :I**#*"f*mu;x**i

bi

:ipi€t1ref No{ire chosen

Nams

EBidderl Bid Docs.zip

Lyggrdl'ri

Successful uplaad

Change PasswordSetASCll i

Jun25 2020 17:52

c-e

Welcome to SecureTran*port

j Cnoose Files iBidderl Bid Docs.zip , Set AsC]l ,

'Siee [B]

709890

File Repository of Bid Documents

All uploaded bid documents will be stored in the dedicated SFTF directory of a particular bidder

and will be accessible by the assigned ProcD personnel.

c-c

List of AYl.ls for Expansion

; City Hall, Pulunq Maraqul, Anqeles Citv, PamDanqa

Filipino - Mimosa, Clark Economic Zone, Clark Field, Pampanga

Hall. porac, pampanqa

office Bldq., Civil Aviation ComDlex, Clark Freeoort zone, Clark Field, Pampanqa

Ciouna ftoor, MuniciDal Hall, Xevera Complex, Brqv Tabun, Mabalacat Pampanqa

CrornO ffoo., Meeters Greeters-Greeters Area, Clark International AirDort Terminal' Clarkfield Pampanga

seiurtty oftice Building, Pam9anqa state universitv, san Aqustin, Y99?l.an-q, Pltp:lqa^ ------siii.,'it2i irpiaio ouiiino st., ctark Freeport Economic zone, clarkfietd, Anqetes city, Pamoanqa

ci,-dn" w"tt gfaq., Aeropark camDus. Global Gatewav, clark' Freeoort zone' PamDanqa

tommissary and Exchanqe Service Bldg,, Air Force Citv Clark AirBase' Pamoanqa

rrsion Road, Bataan Provincial Capitol, Balanga City, Bataan

addressFilioino, Anqeles City, PamPanqa

Area, Limay Municipal Hall Buildinq, Limav, BataanHall of Orani, 8rqv. Centro Uno, Orani, Bataan

Floor. Bataan General Hospital, Balanqa CitvLGU Buildinq, San Ramon Hiqhwav, Dinalupihan Bataan

Hermosa, BataanMunicipal Hall . Municipalitv of Orion, Bataan

GF Municioalitv of Samal. Samal, Bataan

GF MuniciDal Hall. Pilar, BataanMunicipat ComDound Mariveles, BataanMaqtanonq St.. Calavlavan, Abucav, Bataan

. San Jose, Balanqa City, Bataan

. Atilano Ricardo, Bagac, Bataan

s LGU Buildinq, Poblacion, Citv of MalolosFloor, RTC Malolos Compound. Malolos Citv Bulacan

LGIJ - Brqy. Balunqao, Calumpit BulacanComolex, Poblacion, Paombonq, Bulacan

i, lOmln Bldq., BSU comDound, McArthur Highwav, Malolos Citv, Bulacan

Lonqos, Malolos, Bulacan

)

Government of San Leonardo, Barangay Diversion, San Leonardo, Nueva Eciia

92, Maharlika Highway, Bayanihan, Gapan City, Nueva Ecija

Lobby Area, Premier Gen. HosDital. Cabanatuan Citv, Nueva Eciia

7th Infantry (kauqnav) p;r;r;on, p5;lippine Armv-Nueva Eciia, Fort R1T91 !u::-t-I=v'-c:.b-"1:'jY^T:ily' Nueva Eciia

lueva Eciia Universitv of Science & Technoloqy, Gen. Tinio St , Brqv Ouezon District' Cabanatuan Citv

PJGMRMC ComDound, Mabini St., Cabanatuan Citv, Nueva Eciia

Municipal ComDound, Brqv. Rizal, Sta. Rosa, Nueva Eci'ia

Old Caoitol Comoound, Cabanatuan, Nueva Eci'ia

Cabanatuan Citv LGU, KaDt Pepe Subdivision, Cabanatuan Citv

o"pEJ-oiritlon of cabanatuan citv, Maharlika Hiqhwav, Brqv Sanqitan' Cabanatuan citvMunicipal Comoound, Brqv, Poblacion Central, General Tinio, Nueva Eciia

Municioal Hall, Del Pilar Road, Zaraqoza, Nueva Eciia

MuniciDal Hall, Cabiao, Nueva Eciia

General Tinio St., Brqv. Quezon District, Cabanatuan City, Nueva Eciia

Municioal ComDound, Poblacion. Dinqalan, Aurora7th Infantry (Kauqnay) Division, philiopine Army Nueva Eciia, Fort Ramon Maqsaysay. cabanatuan citv, Nueva Eciia

Asian Hiohwav 26 San Leonardo, Nueva Eciia

Local Government Unit (LGU) CaDas, TarlacguiJcan provlnciat Capitol ComDound, McArthur Hiqhwav,. Malolos Citv' Bulacan

67iao.i" riios., eiu compound, McArthur Highwav, Malolos citv, Bulacan

G7F Plaridel LGU compound, Barangay Poblacion, Plaridel, Bulacan

)

Poblacion. Pulilan. BulacanValenzuela St., Ca9itol View Park Subd., Bulihan Citv of Malolos Bulacan

St., Poblacion, San Miquel, BulacanHaqonoy. BulacanNational Hiohwav, Samoaloc, San Rafael, Bulacan

Road. CarDa Village, Sabanq, Baliuaq, Bulacan

aouino Ave,, Baqonq Nayon, Baliuaq, BulacanlioJrne Rrce Research lnst., Mallgaya, Muioz, Nueva Ecija

Science City Hall, Mufioz, Nueva Eciia

Luzon state universitv. Brqv. Bantuq, Muiioz, Nueva Eciia

LGU Taluqtuq, Ouezon District, Taluqtuq. Nueva Eciia

Ouezon Avenue, Dtstnct 1, Cuyapo, Nueva Eciia

Brqy. Saqaba, Sto. Domingo, Nueva Eciia

SF Pampanga City Hall Bldg., Citv of San Fernando, Pampanga

annexf.t

Hall Buildinq, San Jose Citv, Nueva Eciia

ownhall. Onoiianqco cor, luliano Sts . Guimba, Nueva EciiaBrqy. Bitas, Cabanatuan CitY

Prov. Cap. Bldq., Citv of San Fernando, PamDanqa

Olivas Compound, Brqv, San Nicolas, San Fernando Citv, PampanqaStall B IC, Pelayo Bldq., Villa Luisa, Sta. Lucia, Sta. Ana PampangaBrqy Cabambanqan, Bacolor, PamDanqalose Abad Santos Avenue, Sta, Catalina, Lubao, PampanqaSenior Citizens Area, Municipal Hall Compound, Floridablanca, Pampanga

Masantol, Pampanqaer PNP Outpost in front of the New MuniciDal Bldo., Macabebe, PamDanqa

Air Base, Brqy. Basa, Floridablanca, PamDanqaHiqhway, MuniciDal Annex Bldq., San Matias. Sto. Tomas, PamDanoa

Ave., San Juan, Aoalit, PamoanqaDe lesus St. Brqv. Poblacion, Sta. Maria Bulacan

St., Poblacion, Norzaqaray. Bulacanrlity of Bocaue, Bocaue, BulacanFloor. MuniciDal Hall, Poblacion, Guiguinto, Bulacan

Hall Bldq., Poblacion, San Jose del Monte, Bulacan19. Road 1, Minuvan, SaDanq Palav, Citv of San Jose del Monte, Bulacan. Camaliq, CiW of Mevcauavan, Bulacan

Locai Government Unit, Patubiq, Marilao Bulacan, Municioal Hall, Poblacion, Bulakan, Bulacan

Poblacion, Pandi, Bulacan

Hall Buildino, Poblacion, Camilinq, Tarlacarlac colleqe, Brqv,, Malacampa. Camilinq, Tarlac

; Arthur Hiqhwav, Brqv. Anuput, Bamban, TarlacTimbol St.. San Nicolas, Poblacion, Concegcion. Tarlac

Hall, Poblacion Norte, San Clemente, TarlacCompound, Iqnacia St., Poblacion west, Sta. Iqnacia, Tarlac

St. (beside PNP Station), victoria, TarlacAvenue, Poblacion H., Camilinq, TarlacDrive, San Vicente, Tarlac CitY

. Tanedo St., Tarlac CitY, Tarlac

. Tanedo St.. Tarlac Citv, TarlacTarlac Provincial Caoitol. Brqv. San Vicente, Tarlac Citv, Tarlac

Highway corner Espino Street, Poblacion, Bugallon, Pangasinan

LGU Compound, Quezon Avenue, Poblacion, Alaminos City, Pangasinan

Municipal Hall of Sual, Poblacion, Sual, PangasinanMunicipality of Labrador, PangasinanMunicipal Hall Compound, Aguilar, PangasinanPhilippine Military Compound, Loakan Road, Baguio City, BenquetDSWD-CAR, 40 North Drive, Baguio CityICTO, Post Office LooP, Baguio CitYICTO, Post Office LooP, Baguio CitYKayang Street Extension, Baguio CityEenguet Provincial Capitol Bldg., Km. 6, La Trinidad, Benguet

)

G/F Ba;Doint HosDrtal and Medical Center Block 8 Lot 1A and 18. Dewey Avenue CBD Area. Subic Freeport Zone, Olonqaoo Citv

casino FiliDino - Subic, Venezia Hotel, Canal Road, Subic FreeDort, OlonqaDo Citv, Zambales

Brqy. Rizal. San Antonio, zambalesGround Floor. Municioal Buildinq, Subic LGU, zambalesProvincial CaDitol Bldg., zone 5, Iba, ZambalesBrqy. Tamoo, Botolan, zambales

. Rizal, San Antonio, Zambales1F Colleqe of Accountancy and Business Administration Bldq., RMTU, Iba Zambales

Hiqhway, Brqy. San Juan, Castilleios, ZambalesCentral, San Marcelino, ZambalesComDound, Palanqinan, lba, Zambales

Hall, Zone 36, Iba, zambalesTarlac Prov'l Caoitol, Brqv. San Vicente, Tarlac Citv, Tarlac

St. corner Hilario St., Poblacion, Tarlac CityGeneral Seruillano Aquino San Miquel, Tarlac Citv

city Government of OlonqaDo, OlonqaDo CitvBui)ding #225, Water Front Road, Subic Bay Freeport, Olongapo City, zambales

McArthur Hiqhway, Poblacion I, Moncada, TarlacPaniqui LGU Open ground, Gomez St, Poblacion Norte, Paniqui, Tarlac'

Poblacion. Anao, TarlacABC Hall, Municioal ComDound, Poblacion 1, Gerona, Tarlac

Zamba

)

)al Hall Building, Poblacion, Mankayan, BenguetOperations Center, GF Regis Hall Bldg., Philippine Military Academv, Fort Gen

, AdIrir Bldg., Benguet state Unrverslty, Km 5 Balili, La Trinidad, Benguetal Circle, Baguio City, Benquet19 Leonard wood Road, Baguio CitY

nnnex f-z

Gregorio del Pilar, Baguio City, Benguet

Hall; Rizal St., poblacion, Urbiztondo, PangasinanBldg., Brgy. Poblacion, Lingayen, Pangasinan

'ea St., LingaYen, Pangasinanr-a union c-iti Hall, Rizal Avenue, San Fernando city, La Union

Union Provincial Government, San Fernando City, La Union

ITRMC National Highway,Parian, San Fernando City, La Union

lan LGU, Antonio, Balaoan, La UnionMariailo Marcos Memorial State universltv-r"tid La union car^npu:l 9Y:1o11].:i":'-9".t!::-s:l::.:, Ytlt:*tn''

La union

B!!"Xfl'ili;;Xfi:JfiJ;-:rffi"i ;[il] i'iLiriilo c"veinoi r6,iri ioad, sevira, san Fernando citv, La union

Municipal Building, Poblacion, Caba La Unioni',i;;;i;;i iitt or-Aringav, Quezon Avenue, Poblacion, Aringav La union

139A-Poblacion East Rosario La union.

on. San Gabriel, La UnioniJsG r, riorei st., Brgy., catbangen, citv of san Fernando, La union

5. La Trinidad, Benquetu'pin Crtv Ha li, A. B Fernandez Aven^uel. Dug'^?" nii!I:-l:"::.ti'31,,ii ri"iii"r d"nt", Entrance Gate, Arellano St , Dagupan citv, Pangasinan

Dagupan Regional Office, PNR Site, Dagupan City Pangasinan

Calasiao, Pangasinanrmbang t-CU Building, Poblacion, Bayambang, P.gngas]la1

#fi 1, ;;;;;i cent"i z, rueni Blds., Arellano st., Daeupan citv

Poblacion, BinmaleY, PangasinanPoblacion, Mangatarem, PangasinanAdministration Bldg., DepEd san iartos city schools Division, Roxas Blvd., san carlos city, Pangasinan

Magsaysay Avenue, Poblacion, Basista, Pangasinan

Finance Bldg., provincial Cou"rn.-"niof paigasinan, Capitol Compound, Maramba Blvd , Lingayen Pangasinan

Bldg., Capitol Complex, Linqayen, Pangasinan

St., LingaYen, PangasinanPangasinan

cabillero 5t., pobtacion, San Fabian PangasinanDr. Martin B. Pozadas Ave., San Carlos City, Pangasinan

Poblacion, MaPandan, Pangasinan

ttaiional tiighway, San luan, La unionNational Highway, Bacnotan, La Union

Cifiy natt efaq., Alexander St., Urdaneta City, Pangasinan

riiioatitv covlinment of Manaoag, Poblacion, Manaoag, Pangasinan

2; ii;r, Lobby cB Mall, Nancavasan, urdaneta citv, Pangasinan

Poblacion Municipal Bldg., Poblacion Alcala, Pangasinan

MunicrDal Hall Buildrng, Sta, Maria, Pangasinan1st Floor, Villasis Auditorium, Villasis Pangasinan

Poblacron, Rosales Pangasinanof Umingan, Poblacion, Umingan, Pangasinan

'. S"n Qrintin municipal Hall, San Quintin Pangasinan

i.' s"n i'ti.otut, Brgy. 3 National Highway, San Nicolas, Ilocos Norte

Hall, Poblacion East, Natrvidad, Pangasrnan

iublic Market, Asan Sur, Sison, PanqasinanSt., Guiset Sur, San Manuel, Pangasinan

Poblacion, Asingan, Pangasinan

)

)

) vicente Lim Compound, Canlubang-Calamba City, Laguna

nuu wut". District; cwD Main, Lakeview Subd , Brgy Halang' Calamba citynii" arrin"t. center, National Highway Halang, calamba City' Laguna

vicente Lim Compound, Canlubang-Calamba City, Laguna

Vicente Lim, Canlubang, Calamba City, Laguna

rlrii eriloing, camp caitafieda, PNPA, Tartaria, silang cavite

i"ii: stu. n6ia clti Rizal Blvd., Brgv. Poblacion sta Rosa citviity Hutt, grgy, zapote, Biian, LagunaSan peOio City nalt auilding, Barangay Poblacion, San Pedro' Laguna

;; ;i;"1 iaie uedical center of Canlubang, Yulo Ave , Brgv canlul;;; il;"i i"i" ll"oliir c"-,,t"t oi c-utir,ouns, v'io n'" , arsv canlubang' calamba citv' Lasuna

d;t;;"rI. c"piiol, Quuron convention Lenter, Dofia Aurora Blvd ' Lucena citv' Quezon

iu-a"ni city Publi; Market, luarez St., New Public Marke! Brgv 4' Lucena citvcldg., mahutttru Hrghway, Brgy lsabang, Lucena cityriti'iign;uy, corne-t oatai ican Road, lbabanq Dupay, Lucena Crtv' Quezon

Ibabang DuPaY, Lucena CitY, Quezon

ennexf-l

La Union

Quezon Avenue, Lucena, QuezonMabini Street, SariaYa QuezoncJnJ"r*iil,rrni.ipai ariloing, Rizal st., Barangay Poblacion, candelaria Quezon

vicente Street, Poblacion llI, Tiaong Quezonicioal Compound, San Antonio, Quezonptritippine nignway, Brgy Kanlurang Mayao, Lucena City

-i,tririppi"" r-ri6nwav, Brgv. Kanlurang Mavao, Lucena citvBrov. Timuoan, National Road, Los Bafros, Laguna

cil'i."trit-".i Research and Development Bureau college' Los Bafios' Laguna

Citv Hall Compound, San Pablo City, Laguna

Maharlika Hrghway, San Pablo Crty, LagunaMarfori St., Brgy Silangan, Calauan, Lagunarners Fandifro ind Rizal Sts., Brgy. Poblacion 3, Alaminos, Laguna

Pagsanjan, .r. Rizal St, Brgy. Poblacion Uno, Pagsanjan, Laguna

.,p-"i iirf, mrni.ipality of 5ta. Cruz, l. cailles St , Brgv Poblacion 3' Sta cruz' Laguna

Bubukal, Sta. Cruz, Laguna

Guevarra St., Sta. Cruz, LagunaBarangay Bifian, Pagsanjan, LagunaLaguni State Polytechnic University - San Pablo, Laguna

l. De Leon St., Sta. Cruz, Laguna

Ninoy Aquino Blvd,, Brgy. Dela Paz, Antipolo City

Quezon AntiPolo Rizalrca Municipal Building, Calaca, Batangas

Public Market, Calatagan, Batangaslobby, Batangas capitol, Batangas citv

ain Lobby, Batangas Capitol, Batangas City

[, c-o*in."nt oi gatungat Compound, P' Burgos Street, Batangas cityKumintang Ibaba, Batangas CitY

Municipal Compound, Poblacion 2, Cuenca, Batan-gas

ilU;; L;;,1;, corJen clunt.v Homes, Alansilan, Batansas citvcipal-Compound, Poblacion 2, Cuenca, Batangas

Cbmpound, Bihi Road, Kumintang lbaba, Batangas cityL. Quezon Avenue, Angono, Rizal

Hall, Cardona, Rizal

nor"pict compound, Brgy. Sto. Domingo, cainta, Rizal

Poblacion, General Trias City, Cavite

7, Taal BatangasCompound, Poblacion, San Luis, Batangas

eiOg., n, I'4enOoza St, Poblacion, Agoncillo, Batangas

sta. Teresita, BatangasMalvar, Batangas

ando Airbase, Brgy. Sico, Lipa City, Batangas

Jose Municipal Hall Bldg., San lose Proper, Batanqas

Hall Lobby, Barangay Marauoy, Lipa City, Batangas

Poblacion, Balete, BatangasLGU Mataas na Kahoy Bldg., Mataas na Kahoy, Batangas

Brgy. Don Luis, San Jose, BatangasLGU Lian, JP Laurel St, Lian BatangasMartinez Street, Barangay Bucana, Nasugbu, Batangas

LGU Nasugbu, Escalera St., Brgy, 2, Nasugbu, BatangasAvenue, Rosario Batangas

Brgy. Natatas, Tanauan City, Batangas

)

LGU Kawit, Centennial Road, Kawit, CaviteBrgy. Poblacion, Noveleta, CaviteOaima.inas City Hall, Oon Placido Campus St , Dasmarifias, Cavite

oiimarinas citi Hall, Don Placido campus St , Dasmarifias, cavite|SCA Compound, Brgy. Burol, Dasmarifras, Cavite

uinaldo Highway, Brgy. Lalaan I, silang, cavite,;;;;i,; i4;i; i;t;nl'e of Sitang Municiiat H1!tr plurg

!lb:g_g.rp Rizar st., Brsy, Poblacion II, silans, cavite

Bldo.. )M Lovola St., Brgy Poblacion IV, Carmona, Cavite

CoripounO, tongressional Road, Brgv. Poblacion 1, GMI-C?^Yite

eacooi Covernment Center, Bacoor Blvd., Bayanan, City Bacoor, Cavite

i.riCitv n.ff, GF, Lobby, lmus city Hall, Maestro G Tirona, Cavite' 4103

)

Brgy. Bagumbayan, Pililla, Rizal

cfi'or oio nrni.ipal Blds.,.1.P. Rizal st, Brsv' ?A l'91,.B,1lill-R'i,"]iompouna c. Viitarin St. Brgv. special District, lalajala, Rizal

nnnex f'{

). Tomas, Batangastindalo St., Mount View Subd., Poblacion III, Tanauan City, Batangas

East Wing, Municipal Hall Poblacion 2, Laurel, Batangas-el Highway, San Pioquinto, Malvar, Batangas

Municipal Bldg., Tanay, RizalMorong, RizalManila East Arcade, Manila East Road, Taytay, Rizal

Mojica St., RTC Bldg., Poblacion III, Indang, CaviteGuia St., Brgy. IV, Magallanes, Cavite

,, Lobby Area, Ternate Munacipal Hall, Ternate, CaviteIndang-Trece Road, Brgy. Luciano, Trece Martirez, Cavite

3rd and 4th floor, DoLE-RO7 bldg. General Maxilom Avenue corner Gorordo Avenue, cebu citySotto Hospital, B. Rodriguez St., Cebu City

ia Boulevard, Cebu CitY, CebuCity natt - Legaspi St., corner M.C. Briones Avenue,

-Cebu City, Cebu

r.b. vll, cen. Maxilom Ave. cor. Ml cuenca Ave., cebu city1, Port of Cebu, Brgy. San Roque, Cebu City, Cebu

3, Port of Cebu, Brgy. Tinago, Cebu City, Cebu-Cebu, Waterfront Lahug, Salinas Drive Cebu City

W'arehouse Bldg., N. Bacalso Avenue, Brgy. Bulacao, Cebu city) Avenue Lahug Cebu CitY-rfi.,

la"tropoiiian cebu water District Bldg., Magallanes St , Brgy Se6or Sto Nifro' Cebu Citv

Filipino Cebu, waterfront Lahug, Salinas Drive, Cebu City )Sotto Hospital, B, Rodriguez St., Cebu City, Cebu

Main Entrance, Gaisano Fiesta Mall, Talisay City, Cebu

J Prov'l Capitol Bldg., cor M. Velez and Escarios Sts', Cebu City

colden Peak Hotel, cor. Escario and Gorordo St., cebu cityCFI Building, Capitol Compound, Escarillo Street, Cebu City, Cebu

Sudlon, Lahug, Cebu CitYceou piovincat caDitol Bldg., cor' M. Velez and Escarios Sts', Cebu city, cebu

colon and Leon Kilat Street, cebu cityKilat St., Cebu CitYSergio Osmeiia St., Osmeia Blvd., Cebu City

II, Talisay CitY, CebuReclamation Area, Cebu CitY

Bldg., CPA Complex, North Reclamation Area, Cebu City

:oria Plaza Mall, J.P, Laurel Avenue, Bajada, Davao Cityr, JS Gaisano, llustre St., cor. Gov, Duterte St., Davao City

Filipino, Grand Regal Hotel Lanang, Davao Cityriang ianglunsod Bldg., San Pedro St., Davao Cityriang Panglunsod Bldg., San Pedro St., Davao CityPlaz; Mall, L P. Laurel Avenue, Bajada, Davao City

Ground Level, Gaisano Mall of Davao, J,P. Laurel Avenue, Davao City

lP Laurel Avenue, Bajada, Davao CitY

rlurii rora"a Easiern-Mindanao Naval Station, Felix Apolinario, Panacan, Davao cityDiversion Road, Buhangin, Davao Cityoatu iaganiog st., Pen;ptata, Samal District, Island Garden Citv of Samal

-de eugenia Bldg., Mabini St, Davao City, Davao del Sur

118 E. Quirini Avenue, Davao CitYRDL Bldg. F. Torres St. Davao CitY

i-01 i. zos,-GlF oroderm St., c.M. Recto st., Davao citv, Davao Del Sur

J.P. Laurel Avenue, Bajada, Davao Cityn"qionit flrun.e de.rrce Oftice 11, Camp Quintin M Merecido, Buhangin, Davao City

Universitv of Southern Philippines(UsEP), Ifiigo St , Barrio Obrero, Davao City

]ose P. Laurel St., Buhanqin, Davao City, Davao Del Suril.nig". S. aqri"o Hall eidq., G/F Entrance Lobby, Candelaria St, Ecoland Davao City

i Regional Office xI, Km. 7, Lanang, Davao city/D Rigion XI Compound, R. Magsaysay Avenue cor' D' Suazo-, Davao City

er Gro-und Level, Gaisano Mall of Davao, J.P, Laurel Avenue, Davao city,rthur Highway, Matina, Davao City, Davo del SurLanang iremier, Lanang, Davao City, Davao del Sur

)

provision

nnnex !. C

1er MacArthur Highway, Matinga Pangi, Davao CityNear Van Terminal, Quimpo Blvd., Ecoland, Davao City

'ran<nod Terminal. Ecoland (in front of Hall of lustice), Davao City

LBP SECURE FILE TRANSFER FACILITYREGISTRATION FORM

Name of Pafticipating Bidder/"Company"

Contact Number/s:

AUTHORIZED LBP SECURE FILE TRANSFER USER/S:

Contact Number/s:

TERMS AND CONDITIONS:The Company, through its Authorized User/s, shall:

1. Use LBP's Secure File Transfer Facility to securely transmit files to LBP Procurement Depaftment only for

the purpose of online submission of bidding documents'

Z. Be responsible for the confidentiality of its assigned log-in credentials. (i.e. assigned user ID)

3. Only upload agreed upon file formats and shall not upload any file/s containing inappropriate content,

material that violates or infringes in any manner on the intellectual or proprietary rights of others, and any

malwares, softulare virus, "Tiojan Horse" program, "worm" or other harmful or damaging software or

software comPonent.

4. Agree and ensure that the computing devices to be used for LBP's Secure File Transfer Facility have the

,[O"teO anti-virus software and operating system security patches, as minimum requirements in order to

establish connectivity, to maintain and enlure the security, integrity and availabiliV of the LBP secure File

Transfer FacilitY.

5. Agree not to use a public wi-fi/hotspot such as but not limited to those offered in coffee shops, malls,

rekaurant or hotels to access into the LBP Secure File Transfer Facility'

6. Agree that LANDBANK may revoke, block, or permanently disallow the use of this facility without prior

notice due to reasons that may compromise the Bank's security'

AGREEMENT:As an Authorized User, I hereby agree:

To the above terms and conditionsNot to disclose any confidential information regarding the LBP Secure File Transfer Facility.

To avoid using unauthorized users/computers to input credentials; and

That unauthoiized dissemination of information about the LBP Secure File transfer Facility shall be considered a

security breach and is ground for the immediate termination of the account

Authorized User(Signature over Printed Name)

Complete Address of the Company:

Official Email Address:Name of AuthorizedRepresentative:

Please print N/A in blank spaces

Annex J