<<

BID BULLETIN NO. 1

24 July 2019

Attention: All prospective bidders for the project:

Bid project: SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF ONE HUNDRED TWENTY-FIVE (125) SETS LOBBY TYPE AND SEVENTY-FIVE (75) SETS THRU-THE-WALL TYPE FOR THE DEVELOPMENT OF THE (DBP) under Bid Reference No. G-2019-23 (ABC: Php Php112,250,000.00 inclusive of all applicable taxes)

Please be informed of the following:

1. The schedule for the submission and opening of bids shall proceed as follows:

SCHEDULE OF SUBMISSION AND OPENING OF ELIGIBILITY, TECHNICAL AND FINANCIAL DOCUMENTS/PROPOSAL Activity Time Venue *Submission of Eligibility, Technical and 01 August 2019 (Thursday) 6/F Executive Lounge-Suite 5 Financial Documents/Proposals *“On or before” 9:00 AM DBP Head Office, Opening of Eligibility, Technical and 01 August 2019 (Thursday) 12/F Executive Lounge-Suite 5 Financial Documents/Proposals 10:00 AM DBP Head Office, Makati City *Late Bids shall not be accepted

2. Replies to queries/clarifications on the Technical Specifications:

B. MINIMUM SPECIFICATIONS B.1 AUTOMATED TELLER MACHINE-HARDWARE FEATURES Query/Clarification Reply N. OPERATOR INTERFACE N.2 OPERATOR INTERFACE N.2. MONITOR N.2 MONITOR N.3. KEYBOARD N.3 KEYBOARD N.4. MOUSE N.4 MOUSE

OR EQUIVALENT TOUCH SCREEN OPERATOR Q: Equivalent Touch Screen Operator Panel in place PANEL WHICH CAN NAVIGATE OR BROWSE FILES of Monitor, Keyboard, Mouse P. CARD READER P. CARD READER P.16 WITH JITTER TECHNOLOGY P.16 WITH JITTER TECHNOLOGY OR ITS EQUIVALENT SKIMMING PROTECTION Q: SPS in place of Jitter Technology SOLUTION S. OTHERS S. OTHERS S.4 BARCODE READER/SCANNER (ONE AND TWO S.4 BARCODE READER/SCANNER READY (ONE DIMENSIONAL) FOR ON-US ACCOUNT AND TWO DIMENSIONAL) FOR ON-US ACCOUNT TRANSACTION ACCESS TRANSACTION ACCESS

Bid Bulletin 1 SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF ONE HUNDRED TWENTY-FIVE (125) SETS LOBBY TYPE AND SEVENTY-FIVE (75) SETS THRU-THE-WALL TYPE AUTOMATED TELLER MACHINE FOR THE DEVELOPMENT BANK OF THE PHILIPPINES (DBP) Bid Reference No. G-2019-23

Q: Machine capable of adding Barcode Reader/Scanner in the future only, Bid will not require machine to have this module at the onset B. MINIMUM SPECIFICATIONS B.1 AUTOMATED TELLER MACHINE-SOFTWARE FEATURES Query/Clarification Reply A. LICENSE AND INSTALLATION A. LICENSE AND INSTALLATION

A.1 ALL SOFTWARE MUST BE LICENSED AND A.1. ALL SOFTWARE MUST BE LICENSED AND PRELOADED (e.g. OPERATING SYSTEM PRELOADED (e.g. OPERATING SYSTEM DATABASE, APPLICATION SOFTWARE, DATABASE, APPLICATION SOFTWARE, COMPENSATING CONTROL TOOLS SUCH AS COMPENSATING CONTROL TOOLS SUCH AS WITELISTING, SECURITY SOFTWARES AND WITELISTING, SECURITY SOFTWARES AND COMPRESSION UTILITIES); TLS VERSION 1.2 OR COMPRESSION UTILITIES); TLS VERSION 1.2 OR HIGHER; END POINT PROTECTION; AND ANTI- HIGHER; END POINT PROTECTION; AND ANTI- MALWARE MALWARE

A.2 ALL APPLICABLE LICENSE RENEWALS (TERMINAL SOFTWARE INSTALLED IN THE ATM) A.2 ALL APPLICABLE LICENSE RENEWALS MUST BE COVERED BY THE VENDOR AFTER THE (TERMINAL SOFTWARE INSTALLED IN THE ATM) DATE OF INSTALLATION MUST BE COVERED BY THE VENDOR FROM THE DATE OF INSTALLATION UP TO THE END OF WARRANTY PERIOD OF 18 MONTHS A.3 INSTALLATION SHALL INCLUDE, BUT NOT BE LIMITED TO THE FOLLOWING: OPERATING A.3 INSTALLATION SHALL INCLUDE, BUT NOT SYSTEM; DATABASE; APPLICATION SOFTWARE; BE LIMITED TO THE FOLLOWING: OPERATING COMPENSATING CONTROL TOOLS SUCH AS SYSTEM; APPLICATION SOFTWARE; WHITELISTING; SECURITY SOFTWARES COMPENSATING CONTROL TOOLS SUCH AS INCLUDING ANTI-SKIMMING SOLUTIONS; WHITELISTING; SECURITY SOFTWARES COMPRESSION UTILITIES; TLS VERSION 1.2 OR INCLUDING ANTI-SKIMMING SOLUTIONS; HIGHER; AND END POINT PROTECTION/ANTI- COMPRESSION UTILITIES; TLS VERSION 1.2 OR MALWARE HIGHER; AND END POINT PROTECTION/ANTI- MALWARE A.4 THE VENDOR SHALL QUARTERLY UPDATE DBP AND SEEK APPROVAL ON ALL LATEST ATM SOFTWARE RELATED UPDATES A.4 THE VENDOR SHALL UPDATE DBP AND SEEK APPROVAL ON ALL LATEST ATM SOFTWARE RELATED UPDATES AS NEEDED WITHIN THE 18- Q: MONTH WARRANTY PERIOD a. End Point Protection & Anti-Malware to be covered by Solicore whitelisting tool b. Vendor shall assume onetime site installation for all additional SW security (TLS & HDE), additional site visit shall be for the account of the bank (if bank is not yet ready to implement said solutions upon initial machine onlining) c. A.2 license renewals to be capped till 18 months d. A.4 Requesting to modify quarterly to Annually; updates are not as frequent as quarterly.

2

B. OPERATING SYSTEM C. OPERATING SYSTEM

B.1. WINDOWS 10 OR ANY HIGHER VERSION. B.1. LATEST OPERATING VERSION OF IN CASE OF END SUPPORT FROM SOFTWARE WINDOWS 10 PROVIDER, UPGRADE OR CHANGE OF OPERATING SYSTEM AND ALL OTHER RELATED COMPONENTS SHALL BE FOR THE ACCOUNT OF THE VENDOR, SUBJECT TO DBP APPROVAL.

Q: Request to remove the upgrade clause since ATM vendor does not have a direct control over OS end of life by the OS manufacturer. This is an additional cost and current ABC is insufficient to meet this criterion. This clause is also open ended and presupposes upgradability for the entire lifespan of the machine. D. ELECTRONIC JOURNAL D. ELECTRONIC JOURNAL

D.10 CAPABLE TO LOG NUMBER OF BILLS D.10 CAPABLE TO LOG EJ FOR THE AFFECTED RETRACTED TRANSACTION THE ERROR PERTAINING TO CASH RETRACTED / CASH RETAINED OR THE NUMBER OF BILLS RETRACTED/RETAINED

D.11 SHALL COMPLY WITH BANK’S STANDARD D.11 SHALL COMPLY WITH BANK’S STANDARD RECONCILIATION SYSTEM FORMAT RECONCILIATION SYSTEM FORMAT (See Annex 1 for format) Q: a. D.10 – only capable to log number of times machine did a retract and not the number of bills retracted. Request to remove this clause b. D.11 – request for bank to provide its reconciliation system and its format (is this a new system?)

K. OTHERS K. OTHERS

K.1. ACCESS AND NAVIGATION OF MAINTENANCE K.1. ACCESS AND NAVIGATION OF MAINTENANCE MODULE THRU THE USE/PRESENCE OF KEYBOARD MODULE THRU THE USE/PRESENCE OF AND MOUSE KEYBOARD AND MOUSE OR ITS EQUIVALENT TOUCH SCREEN OPERATOR PANEL K.14 ALL-WEATHER ATM MODEL K.14 ATM SHALL BE CAPABLE OF OPERATING Q: UNDER NORMAL TEMPERATURES IN THE PHILIPPINES a. K.1. Maintenance Module to be accessed using the touch screen operator panel in place of keyboard and mouse b. K.14 Kindly define the standard of which to follow the description of All-Weather. Lobby Type models are for interior use only.

3

B. MINIMUM SPECIFICATIONS B.1 AUTOMATED TELLER MACHINE-OTHERS Query/Clarification Reply M. DELIVERY AND PAYMENT TERMS M. DELIVERY AND PAYMENT TERMS

M1. ATMs SHALL BE DELIVERED AND INSTALLED, IF M1. ATMs SHALL BE DELIVERED AND INSTALLED, APPLICABLE, TO SITE AND/OR MOTHER BRANCH IF APPLICABLE, TO SITE AND/OR MOTHER BRANCH (See Annex 2 for list of identified sites)

M2. THE ATMs MUST BE READY FOR DELIVERY AND M2. THE ATMs MUST BE READY FOR DELIVERY INSTALLATION WITHIN 60 DAYS UPON RECEIPT OF AND INSTALLATION WITHIN 60 DAYS UPON PURCHASE ORDER RECEIPT OF NOTICE TO DELIVER. (The Notice to Deliver is based on the roll out scheduled to be provided by the Bank)

M3. UPON RECEIPT OF NOTICE TO DELIVER, THE M3. UPON RECEIPT OF NOTICE TO INSTALL, THE WINNING BIDDER SHALL DELIVER THE UNIT(S) AS WINNING BIDDER SHALL DELIVER THE UNIT(S) AS SPECIFIED OR WITHIN FIVE BANKING DAYS IF THE SPECIFIED OR WITHIN FIVE CALENDAR DAYS IF DESTINATION IS VIA LAND TRAVEL ONLY, WHILE 15 THE DESTINATION IS VIA LAND TRAVEL ONLY, BANKING DAYS IF THE DESTINATION IS VIA LAND WHILE 15 CALENDAR DAYS IF THE DESTINATION IS AND SEA TRAVEL VIA LAND AND SEA TRAVEL

Q:

a. M.1. Requesting for bank to provide list of sites

b. M.2. Vendor has cost of warehousing and corporate guideline of not shipping machines that are not yet to be installed. Shipping all machines assumes the bank will take in all units when they arrive. Requesting to modify the clause to: The ATMs must be ready for delivery and installation within 60 days of Scheduled Notice to Deliver as initially prescribed by the Bank. (We will require the bank to provide a roll out date that we will follow for shipment schedule.)

c. M.3. Vendor assumes that the units to be requested for delivery has been forecasted via the Roll Out schedule that bank will provide the vendor from PO issuance. N. SPEED OF NORMAL TRANSACTIONS MUST BE THE FF: This requirement is removed/deleted in the

Revised Technical Specifications per Revised • 10 SECONDS OR LESS FOR BALANCE INQUIRY FORM 7. (FROM PIN ENTRY TO BALANCE DISPLAY)

• 14 SECONDS OR LESS FOR WITHDRAWAL

TRANSACTION (FROM PIN ENTRY TO CASH

PRESENTMENT)

4

Q: Requesting for N. to be removed since this cannot be guaranteed by hardware vendor because this has a lot of dependencies on the switch as well as the connectivity C. OTHER REQUIREMENTS IF AWARDED THE CONTRACT Query/Clarification Reply C.1. SUPPLY, DELIVERY, INSTALLATION, TESTING C.1. SUPPLY, DELIVERY, INSTALLATION, AND COMMISSIONING TESTING AND COMMISSIONING

C.1.1. The Vendor shall assist the Branch in C.1.1. The Vendor shall assist the Branch in securing all the required permits, fees, licenses securing all the required permits, fees, licenses and taxes and comply with all laws and local and taxes and comply with all laws and local ordinances and related government regulations in ordinances and related government regulations in connection with the project. connection with the project. (This requirement is removed/deleted in the Revised Technical C.2. DELIVERY/INSTALLATION PERIOD AND SITES Specifications per Revised FORM 7)

C.2.1 The One Hundred Twenty-Five (125) sets C.2. DELIVERY/INSTALLATION PERIOD AND Lobby Type ATMs and Seventy-Five (75) sets SITES Thru-The-Wall Type ATMs must be ready for delivery and installation within 60 days upon C.2.1 The One Hundred Twenty-Five (125) sets receipt of Purchase Order. Winning supplier Lobby Type ATMs and Seventy-Five (75) sets Thru- must complete the installation per unit within The-Wall Type ATMs must be ready for delivery 15 calendar days after receipt of Notice to and installation within 60 days upon receipt of Install including therein the place/site for Notice to Deliver. Winning supplier must installation. complete the installation per unit within five calendar days via land travel only, while 15 calendar days if the destination is via land and Q: sea travel, after receipt of Notice to Install including therein the place/site for installation. C.1.1. Can this clause be removed since this does not seem to be applicable to the project or bid.

C.2.1. Same comment as item 8 above for M. 2.

C.2.1. Winning supplier must complete installation per unit within 15 calendar days of Notice to Install – Do we follow this? Does this supersede M.3. in page 77 since it assumes 5 banking days if via land and 15 banking days if via land and sea. Requesting for clarification of the criteria. Is notice to deliver different from Notice to Install?

D. SERVICE LEVEL COMMITMENTS DURING D. SERVICE LEVEL COMMITMENTS DURING WARRANTY PERIOD WARRANTY PERIOD

D.2 Coverage should be nationwide; 24 D.2 Coverage should be nationwide; 24 hours a hours a day, 7 days a week. day, 7 days a week. (retained)

5

D.3 Corrective Maintenance (CM)CM shall D.3 Corrective Maintenance (CM) be performed only during the Maintenance CM shall be performed only during the Cover Period (MCP) between 24 hours 7 Maintenance Cover Period (MCP) between 24 days a week and includes legal and special hours 7 days a week and includes legal and special holidays, and declared holidays, except on holidays, and declared holidays, except on days on days on which Typhoon Signal No. 3 is which Typhoon Signal No. 3 is declared by the duly declared by the duly recognized recognized government agency and force government agency and force majeure. majeure, provided that a bank officer is also present and available to assist the Field Engineer.

D.10 Penalty Provision D.10 Penalty ProvisionIn case the SUPPLIER is unable to comply with the terms and In case the SUPPLIER is unable to comply with the conditions of this Agreement or fails to terms and conditions of this Agreement or fails to satisfactorily deliver the Services on time, satisfactorily deliver the Services on time, the the SUPPLIER shall be liable to pay damages SUPPLIER shall be liable to pay damages on on account of such delay and shall pay the account of such delay and shall pay the DBP DBP liquidated damages, , in an amount liquidated damages, , in an amount equal to one- equal to one-tenth (1/10) of one percent tenth (1/10) of one percent (1%) of the Unit Price (1%) of the Unit Price for every day of for every day of delay, until the Software and/or delay, until the Software and/or Services Services (as may be required by the DBP) have (as may be required by the DBP) have been been provided and/or performed. (retained) provided and/or performed.

3. Revision on the Checklist of Requirements:

From To TAB 5- TAB 5-

Statement of single completed contract of similar Statement of single completed contract of similar nature (government or private contract) within the nature (government or private contract) within the last five (5) years equivalent to at least fifty percent last five (5) years equivalent to at least fifty percent (50%) of the ABC (Template per FORM 3), duly (50%) of the ABC (Template per FORM 3), duly signed by the bidder’s authorized representative. signed by the bidder’s authorized representative.

Similar contract refers to Supply, Delivery and Similar contract refers to “Supply, Delivery and Installation of Automated Teller Machines (ATM)” Installation, Testing and Commissioning of Automated Teller Machines (ATM)” Listed completed contract must be supported by the following: Listed completed contract must be supported by the a) Notice of Award (NOA), OR Notice to following: Proceed (NTP), OR Contract c) Notice of Award (NOA), OR Notice to Proceed (NTP), OR Contract, OR Purchase AND Order (PO) b) Any one of the following documents AND b.1) Copy of Certificate of Completion or Certificate of Acceptance or Certificate d) Any one of the following documents of Satisfactory Performance issued by the bidder’s client. b.1) Copy of Certificate of Completion or Certificate of Acceptance or Certificate

6

b.2) Copy of Official Receipt/s or Sales of Satisfactory Performance issued by Invoice/s issued by the bidder to the the bidder’s client. client (ORs/ SIs must sum up to the full b.2) Copy of Official Receipt/s or Sales amount of total contract price of Invoice/s issued by the bidder to the completed project) client (ORs/ SIs must sum up to the full amount of total contract price of completed project)

TAB numberings from 1 to 5 remains the same while TAB numberings from 6 to 13 were adjusted based on the Revised Checklist of Requirements.

Please refer to Annex “A” (attached in this Supplemental Bid Bulletin No. 01 dated 24 July 2019) for the Revised Checklist of Requirements. TAB 6- This requirement is removed/deleted in the Revised Checklist of Requirements. Copy of 2018 or latest Annual Income Tax Return submitted through BIR’s Electronic Filing and However, the submission of the 2018 or latest Payment System (EFPS) together with the following Annual Income Tax Return submitted through BIR’s Audited Financial Statements for the latest or 2018: Electronic Filing and Payment System (EFPS) • Independent Auditor’s Report; together with the Business Tax Returns for the last • Balance Sheet (Statement of Financial six (6) months shall be required upon receipt of the Position); and Notice of the Lowest/Single Calculated Bid (L/SCB) • Income Statement (Statement of for post-qualification purposes. Comprehensive Income) TAB numberings from 1 to 5 remains the same while Each of the above statements must have stamped TAB numberings from 6 to 13 were adjusted based “received” by the Bureau of Internal Revenue (BIR) on the Revised Checklist of Requirements. or its duly accredited and authorized institutions Please refer to Annex “A” (attached in this Supplemental Bid Bulletin No. 01 dated 24 July 2019) for the Revised Checklist of Requirements. TAB 8- TAB 7-

Original Bid Security issued in favor of the Original Bid Security issued in favor of the Development Bank of the Philippines (must be valid Development Bank of the Philippines (must be valid for at least 120 calendar days from the date of bid for at least 120 calendar days from the date of bid opening); any one of the following is acceptable: opening); any one of the following is acceptable: a. Cashier’s/manager’s check issued by a a. Cashier’s/manager’s check issued by a Universal or (at least 2%of Universal or Commercial Bank (at least 2%of ABC; ABC; b. Bank draft/guarantee or irrevocable letter of b. Bank draft/guarantee or irrevocable letter of credit issued by a Universal bank: Provided, credit issued by a Universal bank: Provided, however, that it shall be confirmed or however, that it shall be confirmed or authenticated by a Universal or Commercial authenticated by a Universal or Commercial Bank, if issued by a foreign bank (at least Bank, if issued by a foreign bank (at least 2%of ABC); 2%of ABC); c. Surety bond callable upon demand issued by c. Surety bond callable upon demand issued by a surety or company duly certified a surety or insurance company duly certified by the Insurance Commission as authorized by the Insurance Commission as authorized to issue such security (at least 5% of ABC); to issue such security (at least 5% of ABC);

7

d. Duly notarized Bid Securing Declaration d. Duly notarized Bid Securing Declaration (Template per FORM 5) duly signed by the (Template per FORM 5) duly signed by the bidder’s authorized representative. bidder’s authorized representative. Cashier’s/ Manager’s check, Bank Bid Total ABC in Surety bond draft/ guarantee Securing (Php) (5% of ABC) …..xxxx…… or irrevocable Declaration letter of credit (2% of ABC) Cashier’s/ No required 112,250,000.00 2,245,000.00 5,612,500.00 Manager’s check, Surety percentage Total ABC in Bank draft/ bond Bid Securing (Php) guarantee or (5% of Declaration irrevocable letter of ABC) credit (2% of ABC) …..xxxx…… No required 1,200,000.00 24,000.00 60,000.00 percentage TAB numberings from 1 to 5 remains the same while TAB numberings from 6 to 13 were adjusted based on the Revised Checklist of Requirements.

Please refer to Annex “A” (attached in this Supplemental Bid Bulletin No. 01 dated 24 July 2019) for the Revised Checklist of Requirements. TAB 10- TAB 9-

Conformed Technical Specifications per FORM 7 duly Conformed Technical Specifications per REVISED signed by the bidder’s authorized representative. FORM 7 (attached in this Supplemental Bid Bulletin No. 01 dated 24 July 2019) duly signed by the bidder’s authorized representative.

TAB numberings from 1 to 5 remains the same while TAB numberings from 6 to 13 were adjusted based on the Revised Checklist of Requirements.

Please refer to Annex “A” (attached in this Supplemental Bid Bulletin No. 01 dated 24 July 2019) for the Revised Checklist of Requirements.

4. Revision on the Bidding Forms: From To FORM 4- FORM 4 is being revised as the NFCC Computation shall be based on the 2018 or the CERTIFICATE OF NET FINANCIAL CONTRACTING latest Audited Financial Statement stamped CAPACITY “Received” by the BIR instead of the latest Annual Income Tax Return.

Please refer to Revised FORM 4 (attached in this Supplemental Bid Bulletin No. 01 dated 24 July 2019) for the Revised Certificate of Net Financial Contracting Capacity. FORM 7- Please refer to REVISED FORM 7 (attached in this

Supplemental Bid Bulletin No. 01 dated 24 July TECHNICAL SPECIFICATIONS 2019) for the Revised Technical Specifications.

8

5. Bidders are reminded to use the Revised FORM 4 for the Revised Certificate of Net Financial Contracting Capacity and Revised FORM 7 for the Revised Technical Specifications attached in this Bid Bulletin No. 01 and submit together with ALL other required documents for the Submission and Opening of Eligibility, Technical, and Financial Documents/Proposal.

6. Bidders are also reminded to use the Revised Checklist of Requirements attached as Annex “A” in this Bid Bulletin.

7. The BAC shall no longer entertain any question/request for clarification after the issuance of this Bid Bulletin.

8. Please be advised that bids submitted after the deadline shall only be marked for recording purposes, shall not be included in the opening of bids, and shall be returned to the bidder unopened.

For the guidance and information of all concerned.

FVP RAINIER C. TERESA First Vice Chairperson Bids and Award Committee

9

REVISED FORM 4

(use Bidder’s Official Letterhead)

SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF ONE HUNDRED TWENTY-FIVE (125) SETS LOBBY TYPE AND SEVENTY-FIVE (75) SETS THRU-THE-WALL TYPE AUTOMATED TELLER MACHINE FOR THE DEVELOPMENT BANK OF THE PHILIPPINES (DBP) BID REFERENCE NO. G-2019-23

CERTIFICATE OF NET FINANCIAL CONTRACTING CAPACITY

A. Summary of the Applicant Firm’s/Contractor’s assets and liabilities on the basis of the Audited Financial Statement, stamped “RECEIVED” by the Bureau of Internal Revenue or BIR authorized collecting agent, for the immediately preceding year and a certified copy of Schedule of Fixed Assets particularly the list of construction equipment.

Year 20___ 1. Current Assets 2. Current Liabilities 3. Current Net Worth/Net Working Capital (Item 1 minus Item2)

B. Total value of all outstanding or uncompleted portions of the projects under ongoing contracts (government or private), including awarded contracts yet to be started coinciding with the contract to be bid, (Per FORM 2) ______

C. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as follows:

NFCC = [(Current assets minus current liabilities) (15)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started coinciding with the contract to be bid.

(PLEASE SHOW COMPUTATION)

The values of the domestic bidder’s current assets and current liabilities shall be based on the latest Audited Financial Statements submitted to BIR.

NFCC = P

Submitted by:

______Name of Firm / Contractor

______Name and Signature of Authorized Representative

Date: ______

Note: In case of Joint Venture, the partner responsible to submit the NFCC shall likewise submit the Statement of all its ongoing contracts and the latest EFPS Filed Audited Financial Statements

10

REVISED FORM 7 (Page 1 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative ______Designation ______Date

11

REVISED FORM 7 (Page 2 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative ______Designation ______Date

12

REVISED FORM 7 (Page 3 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative

______Designation

______Date

13

REVISED FORM 7 (Page 4 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative

______Designation ______Date

14

REVISED FORM 7 (Page 5 of 13)

Conforme:

______Bidder’s Company Name ______Name & Signature of Authorized Representative ______Designation

______Date

15

REVISED FORM 7 (Page 6 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative

______Designation ______Date

16

REVISED FORM 7 (Page 7 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative ______Designation ______Date

17

REVISED FORM 7 (Page 8 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative ______Designation ______Date

18

REVISED FORM 7 (Page 9 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative ______Designation ______Date

19

REVISED FORM 7 (Page 10 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative

______Designation

______Date

20

REVISED FORM 7 (Page 11 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative

______Designation

______Date

21

REVISED FORM 7 (Page 12 of 13)

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative ______Designation

______Date

22

REVISED FORM 7 (Page 13 of 13)

23

Conforme: ______Bidder’s Company Name ______Name & Signature of Authorized Representative

______Designation

______Date

24

ANNEX 2

ALLOCATION FOR 200 ATMs

COUNT BBG BRANCH NAME OF CLIENT ATM TYPE 1 CEV NEW BRANCH ON-SITE LAPU LAPU CITY, CEBU TTW 2 CL NEW BRANCH ON-SITE DMGC, SAN FERNANDO, PAMPANGA TTW 3 CL NEW BRANCH ON-SITE ANGELES CITY, PAMPANGA TTW 4 CL NEW BRANCH ON-SITE , NUEVA ECIJA TTW 5 MM NEW BRANCH ON-SITE SSS, TTW 6 NL NEW BRANCH ON-SITE URDANETA, PANGASINAN TTW 7 SM NEW BRANCH ON-SITE , DAVAO DEL NORTE TTW 8 WM NEW BRANCH ON-SITE , MISAMIS OCCIDENTAL TTW 9 BICOL LGU OAS OAS, LOBBY 10 BICOL GUINOBATAN LGU PIGAO LIGAO CITY, ALBAY LOBBY 11 BICOL LGU NABUA, LOBBY NAGA COLLEGE 12 BICOL NAGA M. T. VILLANUEVA ST., LIBOTON, NAGA CITY LOBBY FOUNDATION MARINERS POLYTECHNIC 13 BICOL NAGA BARAS, , CAMARINES SUR LOBBY COLLEGES FOUNDATION 14 BICOL LGU BULAN BULAN MUNICIPAL BUILDING LOBBY 15 BICOL IRIGA LGU BATO, CAMARINES SUR TRES REYES, BATO, CAMARINES SUR TTW 16 BICOL LGU BUENAVISTA, USON, MASBATE TTW 17 BICOL MASBATE LGU , PALANAS, MASBATE TTW 18 BICOL MASBATE LGU BALENO BALENO, MASBATE TTW 19 BICOL MASBATE LGU SAN JACINTO SAN JACINTO, MASBATE TTW 20 CL BALANGA GOVT ARSENAL- DND BESIDE MOTORPOOL, GOVT. ARSENAL, DND LOBBY 21 CL BALANGA CITY HALL OF BALANGA CITY HALL OF BALANGA, BATAAN LOBBY NAYONG PILIPINO NAYONG PILIPINO CLARK CENTENNIAL ROAD, 22 CL CLARK LOBBY FOUNDATION CLARK FREEPORT ZONE PAMPANGA NGAC PHASE 1 JOINT ATHLETES’ (ATHLETICS/HOUSING), 23 CL CLARK LOBBY VENTURE (JV) THE NEW CLARK CITY, CAPAS, TARLAC PAMPANGA MEDICAL JOSE ABAD SANTOS AVE, GUAGUA 24 CL GUAGUA LOBBY SPECIALIST PAMPANGA NEW SITE OF THE CITY HALL OF , 25 CL MALOLOS LGU- CITY OF MALOLOS LOBBY CITY OF MALOLOS, BULACAN MUNICIPAL HALL, MUNICIPAL GOVERNMENT 26 CL LGU LAUR LOBBY OF LAUR, NUEVA ECIJA MUNICIPAL GOVERNMENT OF BONGABON, 27 CL PALAYAN LGU BONGABON LOBBY NUEVA ECIJA CITY HALL BUILDING, RIZAL AVENUE, WEST 28 CL SUBIC LGU CITY LOBBY BAJAC, BAJAC, OLONGAPO CITY TARLAC DOCTORS' MEDICAL 29 CL TARLAC FAIRLANE , LOBBY CENTER MACABULOS DRIVE, SAN ROQUE, 30 CL TARLAC PROV'T GOV'T OF TARLAC LOBBY TARLAC CITY CITY GOV'T. OF 3S+ CENTER BRGY. BIGNAY, 31 CL VALENZUELA LOBBY VALENZUELA VALENZUELA CITY, CITY HALL, ALMACEN ST., 32 CL VALENZUELA CITY GOV'T. OF NAVOTAS LOBBY NAVOTAS CITY, NCR NEW RURAL BANK OF SAN 33 CL GENERAL TINIO, NUEVA ECIJA TTW LEONARDO, INC. NEW RURAL BANK OF SAN 34 CL CABANATUAN PENARANDA, NUEVA ECIJA TTW LEONARDO, INC.

25

COUNT BBG BRANCH NAME OF CLIENT ADDRESS ATM TYPE NEW RURAL BANK OF SAN 35 CL CABANATUAN RIZAL, NUEVA ECIJA TTW LEONARDO, INC. NEW RURAL BANK OF SAN 36 CL CABANATUAN SAN ISIDRO, NUEVA ECIJA TTW LEONARDO, INC. NEW RURAL BANK OF SAN 37 CL CABANATUAN SAN LEONARDO, NUEVA ECIJA TTW LEONARDO, INC. NEW RURAL BANK OF SAN 38 CL CABANATUAN STO. DOMINGO, NUEVA ECIJA TTW LEONARDO, INC. NEW RURAL BANK OF SAN 39 CL CABANATUAN BALIWAG, BULACAN TTW LEONARDO, INC. SAN FERNANDO MEXICO, PAMPANGA MUNICIPAL HALL, 40 CL LGU MEXICO ATM 1 TTW PAMPANGA PARIAN, MEXICO, PAMPANGA SAN FERNANDO MEXICO, PAMPANGA MUNICIPAL HALL, 41 CL LGU MEXICO ATM 2 TTW PAMPANGA PARIAN, MEXICO, PAMPANGA FATIMA APOSTOLATE OF VALENZUELA FAVMPCO BLDG., FATIMA AVE., COR K OF C, 42 CL VALENZUELA TTW MULTIPURPOSE MARULAS, VALENZUELA CITY COOPERATIVE BORBON MUNICIPAL HALL, POBLACION, OF BORBON, 43 CEV BOGO SAGAY-BORBON ROAD, BONGOYAN, LOBBY OF CEBU BORBON, CEBU MUNICIPAL GYMNASIUM, POBLACION, 44 CEV UBAY MUN. OF TALIBON, BOHOL LOBBY TALIBON, BOHOL TALISAY HOSPITAL, SAN ISIDRO, 45 CEV TALISAY TALISAY DISTRICT HOSPITAL LOBBY TALISAY CEBU 6045 BOHOL PUBLIC SCHOOL TEACHER & EMPLOYEES BPSTEMPC BLDG., TAMBOL ST., 46 CEV TAGBILARAN LOBBY MUTI-PURPOSE CITY, PROVINCE OF BOHOL COOPERATIVE DIVISION OF CITY SCHOOLS BLDG., RAJAH 47 CEV TAGBILARAN DEP-ED TAGBILARAN LOBBY SIKATUAN ST., TAGBILARAN, BOHOL 48 CEV TUBIGON LGU BUENAVISTA MUNICIPAL HALL, BUENAVISTA, BOHOL LOBBY CEBU PROVINCIAL 49 CEV BOGO TAYTAYAN, BOGO CITY, CEBU LOBBY HOSPITAL 50 CEV BOGO LGU SAN REMIGIO, CEBU HAGNAYA PORT, SAN REMIGIO, CEBU LOBBY MUNICIPAL BUILDING, LGU-GENERAL 51 CEV LGU-GENERAL MACARTHUR LOBBY MACARTHUR, E. SAMAR MUNICIPAL BUILDING, LGU-GIPORLOS, E. 52 CEV BORONGAN LGU-GIPORLOS LOBBY SAMAR CITY HALL, LGU-BORONGAN, 53 CEV BORONGAN LGU-BORONGAN ATM 1 LOBBY BORONGAN CITY, E. SAMAR CITY HALL, LGU-BORONGAN, 54 CEV BORONGAN LGU-BORONGAN ATM 2 LOBBY BORONGAN CITY, E. SAMAR NEW CITY PUBLIC MARKET, 55 CEV CARCAR CARCAR CITY, CEBU LOBBY CARCAR, CEBU P. NELLAS ST. BRGY. POBLACION III, 56 CEV CARCAR DEPED CARCAR CITY LOBBY CARCAR, CEBU ARGAO MUNICIPALITY, MUNICIPAL HALL BLDG., 57 CEV CARCAR LOBBY CEBU BRGY. POBLACION, ARGAO, CEBU DUMANJUG PUBLIC MARKET, 58 CEV CARCAR DUMANJUG MUNICIPALITY LOBBY DUMANJUG, CEBU 59 CEV CATARMAN LGU LAOANG RAWIS, LAOANG, NORTHERN SAMAR LOBBY MUNICIPAL HALL, PAMBUJAN, 60 CEV CATARMAN LGU PAMBUJAN LOBBY NORTHERN SAMAR 61 CEV CEBU DOH REGIONAL OFFICE VII OSMEÑA BLVD, , CEBU LOBBY

26

COUNT BBG BRANCH NAME OF CLIENT ADDRESS ATM TYPE COMMUNITY 62 CEV CEBU OSMEÑA BLVD, CEBU CITY, CEBU LOBBY MEDICAL CENTER 63 CEV CEBU CEBU CITY LGU CITY HALL, MAGALLANES ST., CEBU CITY LOBBY SAN VICENTE ST., BRGY. LOURDES, 64 CEV BOGO BOGO GLASS CENTER TTW BOGO CITY, CEBU 6010 MUNICIPAL BLDG., LGU ARTECHE, 65 CEV BORONGAN LGU ARTECHE TTW EASTERN SAMAR 66 CEV LGU CALBAYOG CITY HALL, CALBAYOG CITY TTW 67 CEV CATBALOGAN LGU GANDARA POBLACION, GANDARA, SAMAR TTW 68 CEV CATBALOGAN LGU SAN JORGE MUNICIPAL BLDG., SAN JORGE, SAMAR TTW DBP TOLEDO -ADDITIONAL DBP BRANCH BLDG., BRGY. POBLACION, 69 CEV TOLEDO TTW ON-SITE TOLEDO CITY, CEBU MUNICIPAL HALL PREMISES, 70 CEV CATBALOGAN LGU TARANGNAN TTW TARANGNAN, SAMAR CTU MOALBOAL CAMPUS, BRGY. POBLACION 71 CEV CARCAR CTU MOALBOAL TTW WEST, MOABOAL, CEBU 72 MM SSS SM AURA, BGC TAGUIG CITY LOBBY NORTH L31 B10 BANKERS VILLAGE II, 73 MM CALOOCAN LOBBY DOCTORS HOSPITAL HIGHWAY, CALOOCAN CITY MADISON SQUARE PIONEER, 74 MM PAGCOR LOBBY MANDALUYONG CITY TAGUIG TRANSPORT 544-A CADENA DE AMOR ST. EXTN. BRGY. 75 MM TAGUIG-TUKTUKAN LOBBY SERVICE COOPERATIVE WAWA, TAGUIG CITY LIGHT RAIL TRANSIT LRTA 2 DEPOT, MARCOS HIGHWAY, 76 MM LOBBY AUTHORITY (LRTA) SANTOLAN CITY 77 MM MARIKINA LGU MARIKINA MARIKINA CITY HALL, STA. ELENA, MARIKINA LOBBY RESEARCH INSTITUTE FOR 9002 RESEARCH DRIVE, FILINVEST 78 MM LOBBY TROPICAL MEDICINE CORPORATE CITY, MUNTINLUPA CITY NBP RESERVATION, BRGY. POBLACION, 79 MM MUNTINLUPA BUREAU OF CORRECTIONS LOBBY MUNTINLUPA CITY CITY HALL, SAN ANTONIO VALLEY I, SAN 80 MM PARAÑAQUE LGU PARAÑAQUE CITY LOBBY ANTONIO, PARAÑAQUE CITY MONTILLANO ST. ALABANG, M 81 MM ALABANG CLINIC SYSTEMS, INC. LOBBY UNTINLUPA CITY CALOOCAN CITY NORTH MEDICAL CENTER 82 MM CALOOCAN LGU CALOOCAN ATM 1 LOBBY (CCNMC), CAMARIN ROAD CALOOCAN CITY CALOOCAN CITY MEDICAL CENTER (CCMC), A. 83 MM CALOOCAN LGU CALOOCAN ATM 2 LOBBY MABINI ST. CALOOCAN CITY ADVENTIST MEDICAL 1975 DONADO ST., BRGY. 35 ZONE 3, 84 MM PASAY LOBBY CENTER & COLLEGE CITY DEVT ACADEMY OF THE 85 MM PASIG SAN MIGUEL AVENUE, PASIG CITY LOBBY PHILIPPINES PHILIPPINE SUGAR CENTER BLDG. NORTHAVE. 86 MM QUEZON AVENUE NFA LOBBY DILIMAN, QUEZON CITY LAGUNA LAKE 87 MM QUEZON CITY EAST AVENUE, DILIMAN, QUEZON CITY LOBBY DEVELOPMENT AUTHORITY HALL, BRGY. BRGY. CARMONA MULTIPURPOSE HALL, A. 88 MM MAKATI LOBBY CARMONA REYES AVENUE, MAKATI CITY 89 HO FC ON-SITE - REPLACEMENT BRGY. SAN LORENZO LOBBY HO 90 FC ON-SITE - REPLACEMENT MINI-STOP TTW HO 91 FC ON-SITE - REPLACEMENT MAIN ENTRANCE TTW HO 92 FC ON-SITE - ADDITIONAL MAIN ENTRANCE TTW

27

COUNT BBG BRANCH NAME OF CLIENT ADDRESS ATM TYPE MUNICIPAL GYMNASIUM, CENTRO, 93 NL APARRI LGU GONZAGA, LOBBY GONZAGA, CAGAYAN PASALUBONG CENTER BLDG., CENTRO, STA. 94 NL APARRI LGU STA. ANA, CAGAYAN LOBBY ANA, CAGAYAN LGU STA. TERESITA, PUBLIC MARKET, CENTRO EAST, STA. 95 NL APARRI LOBBY CAGAYAN TERESITA, CAGAYAN BENGUET ELECTRIC BENECO COLLECTION CENTER, MAHARLIKA 96 NL LOBBY COOPERATIVE, INC. LIVELIHOOD CENTER, BAGUIO CITY 97 NL BAGUIO MUNICIPALITY OF TUBA MUNICIPALITY OF TUBA, BENGUET LOBBY 98 NL LGU MUNICIPAL HALL, ILAGAN, ISABELA LOBBY CITY 99 NL DAGUPAN DAGUPAN CITY WATER DISTRICT OFFICE LOBBY WATER DISTRICT 100 NL LAL-LO LGU LAL-LO CENTRO, LAL-LO, CAGAYAN LOBBY METRO METRO TUGEUGARAO WATER DISTRICT, 101 NL TUGUEGARAO LOBBY WATER DISTRICT MAIN AVENUE, TUGUEGARAO CITY 102 NL LGU LAOAG LAOAG CITY HALL, LAOAG CITY LOBBY MUNICIPALITY OF CABUGAO MUNICIPAL HALL, 103 NL LOBBY CABUGAO CABUGAO, ILOCOS SUR 104 NL BAGUIO LGU BOKOD MUNICIPALITY OF BOKOD, BENGUET LOBBY 105 NL BAGUIO LGU ITOGON MUNICIPALITY OF ITOGON, BENGUET LOBBY 106 NL BAGUIO DPWH CAR ATM 1 DPWH, ENGINEER'S HILL, BAGUIO CITY LOBBY 107 NL BAGUIO DPWH CAR ATM 2 DPWH, ENGINEER'S HILL, BAGUIO CITY LOBBY 108 NL DAGUPAN SAN JACINTO MUNICIPALITY POBLACION, SAN JACINTO, PANGASINAN LOBBY 109 NL DAGUPAN MAGIC MALL ANNEX ATM 1 POBLACION, URDANETA CITY, PANGASINAN TTW 110 NL DAGUPAN MAGIC MALL ANNEX ATM 2 POBLACION, URDANETA CITY, PANGASINAN TTW 111 NL DAGUPAN DENR DAGUPAN CITY, PANGASINAN TTW 112 NL LAOAG ON-SITE DBP BLDG., A.G. TUPAZ ST., LAOAG CITY TTW 113 NL SANTIAGO RURAL BANK OF CAUAYAN LAUREL, CORDON, ISABELA TTW NATIONAL H-WAY, BUGALION PROPER, 114 NL SANTIAGO RURAL BANK OF CAUAYAN TTW RAMON, ISABELA DISTRICT 1, NATIONAL H-WAY, 115 NL SANTIAGO RURAL BANK OF CAUAYAN TTW , ISABELA NATIONAL H-WAY, BULALA, 116 NL SANTIAGO RURAL BANK OF CAUAYAN TTW CAMALANIUGAN, CAGAYAN LUNA ST. EXTENSION, UGAC HIGHWAY, 117 NL SANTIAGO RURAL BANK OF CAUAYAN TTW UGAC SUR, TUGUEGARAO CITY NATIONAL HI-WAY, BRGY. UGAD, 118 NL SANTIAGO RURAL BANK OF CAUAYAN TTW , ISABELA SAN FERNANDO, RANG-AY BANK HEAD OFFICE, SAN 119 NL RANG AY BANK, INC. TTW LA UNION FERNANDO, LU SAN FERNANDO, 120 NL RANG AY BANK, INC. RANG-AY BANK, BALAOAN, LA UNION TTW LA UNION SAN FERNANDO, 121 NL RANG AY BANK, INC. RANG-AY BANK, STA. CRUZ, ILOCOS SUR TTW LA UNION SAN FERNANDO, 122 NL RANG AY BANK, INC. RANG-AY BANK, AGOO, LA UNION TTW LA UNION PLAINS RURAL 123 NL SANTIAGO QUIRINO, ISABELA TTW BANK (ISABELA), INC. MALLIG PLAINS RURAL 124 NL SANTIAGO MALLIG, ISABELA TTW BANK (ISABELA), INC. MALLIG PLAINS RURAL 125 NL SANTIAGO AURORA, ISABELA TTW BANK (ISABELA), INC. SAN FERNANDO, 126 NL RANG AY BANK, INC. DINGRAS, ILOCOS NORTE TTW LA UNION 127 NL SAN FERNANDO, RANG AY BANK, INC. BANGUED, ABRA TTW

28

COUNT BBG BRANCH NAME OF CLIENT ADDRESS ATM TYPE LA UNION 128 NM LGU TALAKAG MUNICIPAL HALL LOBBY PROVINCIAL GOVT OF MUNICIPAL HALL, TALAKAG MUNICIPALITY, 129 NM CAGAYAN DE ORO LOBBY BUKIDNON MUNICIPAL HALL, POBLACION, PLACER, 130 NM CLAVER LGU PLACER LOBBY SURIGAO DEL NORTE BRGY. NANGKA, NATIONAL HIGHWAY, 131 NM LGU BALOI LOBBY BALOI, LANAO DEL NORTE IBJT-NOTHBOUND BUS TERMINAL, 132 NM ILIGAN LGU ILIGAN LOBBY TAMBO, ILIGAN CITY SURIGAO DEL SUR II SURSECO II, BLDG MABUA, CITY, 133 NM TANDAG ELECTRIC COOPERATIVE, LOBBY SURIGAO DEL SUR INC MOUNTAIN VIEW COLLEGE CAMPUS, 134 NM VALENCIA MOUNTAIN VIEW COLLEGE LOBBY LILINGAYON, VALENCIA CITY LGU MUNICIPALITY OF PUROK 1, POBLACION, CAGDIANAO, 135 NM SAN JOSE, DINAGAT CAGDIANAO, DINAGAT LOBBY DINAGAT ISLANDS ISLANDS MUNICIPAL GOVERNMENT OF ALUBIJID, STA. 136 NM CAPISTRANO-CDO LGU ALUBIJID LOBBY FE, ALUBIJID, MISAMIS ORIENTAL, 9018 MUNICIPAL GOVERNMENT OF GITAGUM, 137 NM CAPISTRANO-CDO LGU GITAGUM LOBBY GITAGUM, MISAMIS ORIENTAL MUNICIPAL GOVERNMENT OF EL SALVADOR 138 NM CAPISTRANO-CDO LGU EL SALVADOR MUNICIPAL HALL, EL SALVADOR, MISAMIS LOBBY ORIENTAL, 9017 139 NM SAN FRANCISCO LGU SAN FRANCISCO SAN FRANCISCO, AGUSAN DEL SUR LOBBY LGU SAN FERNANDO, MUNICIPAL HALL OF LGU SAN FERNANDO, 140 NM VALENCIA TTW BUKIDNON HALAPITAN, SAN FERNANDO, BUKIDNON 141 NM CAGAYAN DE ORO LGU INITAO MUNICIPAL HALL, INITAO, CAGAYAN DE ORO TTW BINHI RURAL BANK, INC. - 142 NM CAPISTRANO-CDO BAUNGON BRANCH, BAUNGON, BUKIDNON TTW BAUNGON BUKIDNON NATIONAL HIGH SAYRE HIGHWAY, CITY, 143 NM MALAYBALAY TTW SCHOOL BUKIDNON IMPALAMBONG, MALAYBALAY CITY, 144 NM MALAYBALAY SAN ISIDRO COLLEGE TTW BUKIDNON ST. JUDE THADDEUS DATU MAMPAALONG ST., BARANGAY 6, 145 NM MALAYBALAY TTW GENERAL HOSPITAL MALAYBALAY CITY, BUKIDNON 146 NM SIARGAO ON-SITE DAPA, SURIGAO DEL NORTE TTW 147 NM SIARGAO SAN ISIDRO MUNICIPALITY SAN ISIDRO, SURIGAO DEL NORTE TTW MUNICIPALITY OF MUNICIPAL COMPOUND, POBLACION, 148 SL SAN JOSE LOBBY CALINTAAN CALINTAAN, OCCIDENTAL MINDORO SAN PABLO WATER SPCWD COMPOUND NATIONAL HIGHWAY, 149 SL STA. CRUZ LOBBY DISTRICT SAN PABLO CITY, LAGUNA CAMONA, CAVITE (NEAR PUBLIC MARKET 150 SL CARMONA WATER DIST. LOBBY AND MUNICIPAL HALL) 151 SL BACOOR SSS BACOOR BACOOR CITY, CAVITE (SSS BACOOR OFFICE) LOBBY NATIONAL FOOD NATIONAL HIGHWAY, BALAGTAS, 152 SL LOBBY AUTHORITY BATANGAS CITY 153 SL ORIENTAL TAMARAW RB BARCENAGA, NAUJAN, ORIENTAL MINDORO LOBBY 154 SL CALAPAN LGU CALAPAN CITY CITY HALL, GUINOBATAN, CALAPAN CITY LOBBY GENTRI MEDICAL CENTER SANTUSAN STREET BRGY MANGGAHAN GEN 155 SL DASMARIÑAS LOBBY AND HOSP INC. TRIAS CITY, CAVITE CARINO & SONS AGRI- 156 SL LIPA BRGY. AYA, SAN JOSE, BATANGAS LOBBY DEVELOPMENT, INC. 157 SL LGU-LUCENA CITY LUCENA PUBLIC MARKET LOBBY

29

COUNT BBG BRANCH NAME OF CLIENT ADDRESS ATM TYPE ABORLAN MUNICIPALITY 158 SL MAGSAYSAY, ABORLAN, PALAWAN LOBBY PALAWAN MUN HALL BRGY POBLACION, 159 SL ROMBLON LGU ALCANTARA LOBBY ALCANTARA, ROMLON 160 SL LIPA SSS LIPA BRANCH BRGY. MARAWOY, LIPA CITY TTW PUERTO PRINCESA RIZAL AVENUE, BARANGAY SAN MIGUEL, 161 SL PUERTO PRINCESA TTW INTERNATIONAL AIRPORT PUERTO PRINCESA, 5300 PALAWAN ST. JUDE MULTI-PURPOSE BRGY. ISABANG, MAHARLIKA HIGHWAY, 162 SL LUCENA TTW COOPERATIVE LUCENA CITY METRO COTABATO WATER MCWD, GOV. GUTIERREZ AVE., 163 SM COTABATO LOBBY DISTRICT 164 SM SAFI CALUMPANG, GEN. SANTOS CITY LOBBY 165 SM MARBEL LGU TAMPAKAN MUN. BUILDING, TAMPAKAN, MARBEL LOBBY 166 SM MARBEL LGU TANTANGAN MUN. BUILDING, TANTANGAN, MARBEL LOBBY DBP STA. CRUZ DAVAO STALL NO. 1, PUBLIC MARKET, ZONE III, STA. 167 SM STA. CRUZ DAVAO LOBBY ADDITIONAL ON-SITE CRUZ, DAVAO DEL SUR 168 SM COTABATO BARMM ORG COMPLEX, COTABATO CITY LOBBY SOUTHERN PHILIPPINES 169 SM DAVAO BAJADA, LOBBY MEDICAL CENTER DPWH COMPOUND, MALITA, 170 SM DPWH-MALITA LOBBY DAVAO OCCIDENTAL 171 SM DIGOS LGU KIBLAWAN MUN. BUILDG., KIBLAWAN, DAVAO DEL SUR LOBBY 172 SM DIGOS LGU BANSALAN MUN. BUILDG., BANSALAN, DAVAO DEL SUR LOBBY BONTUYAN MEDICAL 173 SM POLOMOLOK BAYAN ST., POLOMOLOK, SOUTH COTABATO LOBBY HOSPITAL, INC. DAVAO DEL NORTE 174 SM MONTEVISTA, COMPOSTELA VALLEY LOBBY ELECTRIC COOPERATIVE UNIVERSITY OF SOUTHERN 175 SM KABACAN, NORTH COTABATO LOBBY 176 SM MARBEL LGU NORALA MUN. BLDG. NORALA, SOUTH COTABATO TTW 177 SM RB OF LEBAK, INC. SENATOR NINOY AQUINO, SULTAN KUDARAT TTW 178 SM GENERAL SANTOS LGU-ALABEL CAPITOL, ALABEL MUNICIPALITY TTW 179 SM GENERAL SANTOS DADIANGAS MEDICAL LEON LLIDO, GEN. SANTOS CITY TTW DBP MARBEL ADDITIONAL DBP MARBEL, ALUNAN AVENUE, 180 SM MARBEL TTW ON-SITE SOUTH COTABATO SOCOMEDICS MEDICAL 181 SM MARBEL POBLACION, KORONADAL, SOUTH COTABATO TTW CENTER 182 SM MARBEL DEP ED - KORONADAL DEP ED BLDG, KORONADAL CITY TTW PROVINCE OF SOUTH 183 SM MARBEL PROVINCIAL BLDG TTW COTABATO LGU CLARIN, MISAMIS CLARIN CENTER, CLARIN, MISAMIS 184 WM LOBBY OCCIDENTAL OCCIDENTAL MUNICIPAL HALL, POBLACION, MUNICIPALITY 185 WM TAMBULIG MUNICIPALITY LOBBY OF TAMBULIG, ZAMBOANGA DEL SUR ZAMBOANGA DEL NORTE 186 WM GEN. LUNA ST., DIPOLOG CITY LOBBY ELECTRIC COOPERATIVE RT LIM MUNICIPAL HALL, RT LIM, 187 WM IPIL LGU RT LIM LOBBY ZAMBOANGA SIBUGAY KABASALAN MUNICIPAL HALL, KABASALAN, 188 WM IPIL LGU KABASALAN TTW ZAMBOANGA SIBUGAY CITY GOVERNMENT OF IBT, DIVISORIA, ZAMOBANGA CITY, 189 WM ZAMBOANGA TTW ZAMBOANGA ZAMBOANGA DEL NORTE

30

COUNT BBG BRANCH NAME OF CLIENT ADDRESS ATM TYPE MEDICUS CANCER DONATO PISON AVE., MANDURIAO, ILOILO 190 WV DBP JARO LOBBY INSTITUTE, INC. CITY 191 WV DBP JARO NFA QUINTIN SALAS, JARO, LOBBY 192 WV ANTIQUE ST. ANTHONY'S COLLEGE BAGUMBAYAN, SAN JOSE ANTIQUE LOBBY 193 WV ANTIQUE MUN. OF BELISON, NTIQUE BELISON ANTIQUE LOBBY 194 WV CITY SILAY CITY (OFFSITE) LOBBY WEST VISAYAS STATE 195 WV ILOILO LUNA STREET, LA PAZ, ILOILO CITY LOBBY UNIVERSITY 196 WV ILOILO LGU-ALIMODIAN ALIMODIAN, ILOILO LOBBY 197 WV ILOILO LGU-GUIMBAL GUIMBAL, ILOILO LOBBY MUNICIPALITY OF MUNICIPAL HALL, POBLACION, 198 WV TTW AYUNGON AYUNGON, NEGROS ORIENTAL 199 WV DUMAGUETE MUN. OF DAUIN MUNICIPAL HALL, DAUIN, NEGROS ORIENTAL TTW MUNICIPAL HALL, TAYASAN, 200 WV DUMAGUETE MUN. OF TAYASAN TTW NEGROS ORIENTAL Note: Please be advised that the sites stated above is subject to change, with prior notice from DBP.

31

ANNEX “A”

SUPPLY, DELIVERY, INSTALLATION, TESTING AND COMMISSIONING OF ONE HUNDRED TWENTY-FIVE (125) SETS LOBBY TYPE AND SEVENTY-FIVE (75) SETS THRU-THE-WALL TYPE AUTOMATED TELLER MACHINE FOR THE DEVELOPMENT BANK OF THE PHILIPPINES (DBP) BID REFERENCE NO. G-2019-23 ABC: PHP112,250,000.00

TRANSMITTAL FORM REVISED CHECKLIST OF REQUIREMENTS FOR BIDDERS Note: Please fill-out this form and submit directly to the BAC Secretariat outside of the sealed envelopes.

FOR MACHINE STAMP (OFFICIAL TIME) BY THE DBP BAC SECRETARIAT

Received:

Name of Bidder: Complete Address: Submitted by: Landline: Email:

FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY Item SEALED AND MARKED) LEGAL ELIGIBILITY DOCUMENTS If the bidder is a joint venture (JV): a. If bidding as a formed JV: Submit the existing valid, duly accomplished, signed and notarized JV Agreement (JVA). The JVA must specifically indicate among others, the following: the partner company that will represent the JV, the shareholdings of each partner company in the JV (to determine which partner company and its nationality has the controlling majority share), and the share of each partner company in the JV. Moreover, please likewise note: 1) If the JV is incorporated or registered with the relevant government agency, all documents listed in this checklist must be under the JV’s name and shall submit the PhilGEPS Certificate of Registration under Platinum Category also under the JV’s TAB 1 name. 2) If the JV is unincorporated, the PhilGEPS Certificate of Registration under Platinum Membership shall be submitted by each of the JV partners, while submission of the technical and financial eligibility documents (Tab 4 onwards) by any one of the JV partners constitutes collective compliance. b. If bidding as a JV that is yet to be formed: Submit duly notarized Agreement to Enter into Joint Venture (Template per FORM 1). Please likewise note: 1) PhilGEPS Certificate of Registration under Platinum Membership shall be submitted by each of the JV partners, while submission of the technical and financial documents (Tab 4 onwards) by any one of the JV partners constitutes collective compliance. Proof of appointment/authority of bidder’s representative: a. Duly notarized Special Power of Attorney (if the bidder is a sole proprietorship) OR b. Duly notarized Secretary’s Certificate (if the bidder is a corporation, partnership, cooperative or joint venture) TAB 2 IN CASE, THERE ARE MORE THAN ONE APPOINTED/DESIGNATED REPRESENTATIVE, USE OF “AND” shall mean both/all representatives must sign the bid forms ( i.e. Statements, TOR, financial bid) to be submitted for the bid opening.

32

FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY Item SEALED AND MARKED) Use of “OR” or “ANY OF THE FOLLOWING” is recommended.

In case of Joint Venture, each proof of appointment must indicate/specify the authorized person to sign the Joint Venture Agreement or the Protocol to Enter into a Joint Venture GPPB has issued Circular No. 07-2017 dated 31 July 2017 in relation to the deferment of the implementation of mandatory submission of PhilGEPS Certificate of Registration under “Platinum” Category in Competitive Bidding under Section 8.5.2 of the 2016 Revised IRR of RA 9184 and as required per GPPB Circular No. 03-2016 dated 27 October 2016, to provide prospective bidders with additional time to register with PhilGEPS under the Platinum Membership category. Valid and current PhilGEPS Certificate of Registration in PLATINUM CATEGORY with Annex “A” or the List of Class “A” Eligibility Documents required to be uploaded and maintained TAB 3 current and updated in the PhilGEPS . “Uploaded” documents under Annex “A” shall mean all of the following required Legal Eligibility Documents are updated or maintained valid and current (TABs 3A-3D): Registration Certificate issued by Securities and Exchange Commission (SEC) or Department TAB 3A of Trade and Industry (DTI) or Cooperative Development Authority (CDA); CY 2019 Business/Mayor’s permit issued to bidder by the city or municipality where the TAB 3B principal place of business of the bidder is located or the equivalent document for Exclusive Economic Zones or Areas Current (not expired on the date of opening of bids) Tax Clearance (valid for Bidding TAB 3C Purposes) per Executive Order 398, Series of 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR) Audited Financial Statements for CY 2018 or the latest:

• Independent Auditor’s Report; • Balance Sheet (Statement of Financial Position); and TAB 3D • Income Statement (Statement of Comprehensive Income).

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions. (1) Bidders with valid and current PhilGEPS Registration (Platinum membership/ category) where all Eligibility Documents under Annex “A” (of the PhilGEPS Certificate of Registration) are all uploaded/updated, need not to submit documents under TABs 3A, 3B, 3C, and 3D in lieu of the PhilGEPS Certificate of Registration and Membership. (2) For bidders who are NOT YET REGISTERED UNDER PLATINUM MEMBERSHIP/CATEGORY OR UNDER “RED” CATEGORY, MUST SUBMIT COPY/IES OF THE DOCUMENTS PER TABs 3A, 3B, 3C and 3D Provided: that Certificate of PhilGEPS Registration (Platinum Membership) shall remain as a post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184 which shall be submitted within five (5) calendar days upon receipt of the Notice of the Single or Lowest Calculated Bid (SCB/LCB). (3) For bidders who are already registered under “Platinum” category, however, the uploaded file of Class “A” Eligibility Documents under Annex “A” are not current or updated or in the event that some Class “A” Documents earlier submitted with PhilGEPS already expired, a combination of their PhilGEPS Certificate of Registration under “Platinum” Category AND valid/current/updated Class “A” Eligibility Documents under TABs 3A, 3B, 3C and 3D shall be submitted. The Certificate of PhilGEPS Registration under Platinum Membership with valid/current/updated Annex “A” of Eligibility Documents shall remain as a post- qualification requirement to be submitted in accordance with Section 34.2 of the 2016

33

FIRST ENVELOPE: ELIGIBILITY DOCUMENTS AND TECHNICAL REQUIREMENTS (DULY Item SEALED AND MARKED) Revised IRR of RA 9184 which shall be submitted within five (5) calendar days upon receipt of the Notice of the Single or Lowest Calculated Bid (SCB/LCB). TECHNICAL ELIGIBILITY DOCUMENTS Statement by the bidder of ALL its ongoing government and/or private contracts (including those awarded but not yet started, if any), whether similar or not similar in nature and complexity to the contract to be bid (include all contracts with the DBP for the said period, if any (Template per FORM 2), duly signed by the bidder’s authorized representative. TAB 4 Note: For bidders who have no ongoing government and/or private contracts, kindly indicate in their statement “NONE” to comply with the requirement. Bidders will be rated “failed” if no document is submitted or if the document submitted is incomplete or patently insufficient (per GPPB NPM 094-2013 dtd. 2013-12-19) Statement of single completed contract of similar nature (government or private contract) within the last five (5) years equivalent to at least fifty percent (50%) of the ABC (Template per FORM 3), duly signed by the bidder’s authorized representative.

Similar contract refers to “Supply, Delivery and Installation, Testing and Commissioning of Automated Teller Machines (ATM)”

Listed completed contract must be supported by the following: e) Notice of Award (NOA), OR Notice to Proceed (NTP), OR Contract, OR Purchase TAB 5 Order (PO)

AND f) Any one of the following documents

b.1) Copy of Certificate of Completion or Certificate of Acceptance or Certificate of Satisfactory Performance issued by the bidder’s client. b.2) Copy of Official Receipt/s or Sales Invoice/s issued by the bidder to the client (ORs/ SIs must sum up to the full amount of total contract price of completed project) FINANCIAL ELIGIBILITY DOCUMENTS Completely accomplished computation of Net Financial Contracting Capacity (NFCC) which must be at least equal to the ABC (Template per REVISED FORM 4 attached in the Supplemental Bid Bulletin No. 01 dated 24 July 2019), duly signed by the bidder’s authorized representative.

1) The values of the bidder’s current assets and current liabilities shall be based on the CY 2018 or its latest Audited Financial Statements.

TAB 6 2) The value of the NFCC must at least be equal to the ABC of this project.

IN case of Joint Venture, the partner responsible to submit the NFCC shall likewise submit the Statement of all its ongoing contracts and the Latest Audited Financial Statements

If the prospective bidder opts to submit a committed Line of Credit, it must be at least equal to ten percent (10%) of the ABC to be bid. If issued by a foreign universal or commercial bank, it shall be confirmed or authenticated by a local universal or commercial bank.

Note: Credit line is only applicable for Public Bidding of Goods.

34

TECHNICAL COMPONENT Original Bid Security issued in favor of the Development Bank of the Philippines (must be valid for at least 120 calendar days from the date of bid opening); any one of the following is acceptable:

a. Cashier’s/manager’s check issued by a Universal or Commercial Bank (at least 2%of ABC; b. Bank draft/guarantee or irrevocable letter of credit issued by a Universal bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank (at least 2%of ABC); c. Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security (at least 5% of ABC); d. Duly notarized Bid Securing Declaration (Template per FORM 5) duly signed by the bidder’s authorized representative.

Cashier’s/ Manager’s check, Bank TAB 7 Surety bond Bid Securing Total ABC in (Php) draft/ guarantee or (5% of ABC) Declaration irrevocable letter of credit (2% of ABC) No required 112,250,000.00 2,245,000.00 5,612,500.00 percentage

For bidders who opt to submit a surety bond must also submit copy of Certification issued by Insurance Commission that the surety or insurance company is authorized to issue such security.

The Bid Securing Declaration mentioned above is an undertaking which states, among others, that the bidder shall enter into contract with the Procuring Entity and furnish the performance security required under ITB Clause 31, within ten (10) calendar days from receipt of the Notice of Award, and commits to pay the corresponding amount as fine, and be suspended for a period of time from being qualified to participate in any government procurement activity in the event it violates any of the conditions stated therein as provided in the guidelines issued by the GPPB. Accomplished Omnibus Sworn Statement (Template per FORM 6), duly signed by the TAB 8 bidder’s authorized representative and notarized. Conformed Technical Specifications per REVISED FORM 7 (REVISED FORM 7 (attached in TAB 9 the Supplemental Bid Bulletin No. 01 dated 24 July 2019) duly signed by the bidder’s authorized representative. Conformed ANNEX 1- BANK’S STANDARD RECONCILIATION SYSTEM FORMAT (attached in TAB 9A the Supplemental Bid Bulletin No. 01 dated 24 July 2019) duly signed by the bidder’s authorized representative ANNEX 2- LIST OF IDENTIFIED SITES OF THE ALLOCATION FOR THE 200 ATMs (attached in

the Supplemental Bid Bulletin No. 01 dated 24 July 2019) (For reference only) Brochure and/or Technical Data sheet for the brand and model number for the following being offered to prove compliance to the required technical specifications: TAB 10 1) Thru-the-Wall Type ATM 2) Lobby Type ATM 3) Uninterruptible Power Supply (UPS)

35

Duly notarized self-certificate signed/certified by the bidder’s authorized representative stating the following:

A) The bidder is a direct Original Equipment Manufacturer (OEM) vendor of Automated Teller Machines (ATM) operating in the Philippines, a subsidiary of a globally-known ATM Manufacturer;

B) The bidder has an install base of 1,000 ATMs in the Philippines as of the date of the Opening of Bids (Bidder to submit List of Completed Government and/or Private Contracts for at least 1,000 installed ATMs);

C) The brand and model number being offered for the following:

Equipment Brand Model Number a.1) Lobby Type ATM

a.2) Thru-the –wall type ATM

a.3) Uninterruptible Power Supply (UPS) TAB 11 D) That the ratio of service engineer dedicated to an ATM is 1:15;

E) That Service Engineers who will be assigned to DBP are direct or regular employees of the vendor, and not outsourced to a third party with the following qualifications: • Underwent at least two months comprehensive training on ATM servicing with Certification • Familiar with all the preloaded software in the machine

F) That a Centralized contact for ATM and engineer dispatch must be located in the Philippines and the contact center personnel must be direct or regular employees of the vendor, not outsourced to a third party;

G) That a competent supervisor shall be employed/assigned and shall supervise the work on a full-time basis, if awarded the contract;

H) That the bidder has a Dedicated Disaster Recovery site available on standby should the site encounter difficulties in fulfilling orders; Note: Bidder must indicate location/address and contact information of the Dedicated Disaster Recovery Site which may be local or offshore)

I) That the bidder has a documented Business Continuity Plan as required by BSP (submit copy to DBP) 11A List of Completed Government and/or Private contracts for at least 1,000 installed ATMs

11B Bidder’s Business Continuity Plan Certificate of Performance Evaluation a) For bidders with previous contracts/engagements with DBP: TAB 12 a.1) Certificate of Performance Evaluation reflecting at least a satisfactory rating issued by DBP; and

36

a.2) Certificate of Performance Evaluation reflecting at least a satisfactory rating issued by the bidder’s client located in the Philippines for the single completed contract of similar nature equivalent to at least 50% of the ABC.

b) For new bidders: b.1) Certificate of Performance Evaluation reflecting at least a satisfactory rating issued by the bidder’s client located in the Philippines for the single completed contract of similar nature equivalent to at least 50% of the ABC. SECOND ENVELOPE: FINANCIAL PROPOSAL (DULY SEALED AND MARKED) Duly accomplished Financial Proposal Form (Template per FORM 8), duly signed by the bidder’s authorized representative TAB 1 Note: Total bid shall not exceed the total ABC of Php112,250,000.00. Bids in excess of the ABC shall be automatically rejected. Detailed Financial Proposal/Price Schedule duly signed by the bidder’s authorized representative TAB 2 Note: (Bidder may add other details provided that the total cost does not exceed the ABC and equal to bid per FORM 8)

Note: Tab numberings is adjusted after deletion/removal of the submission of the CY2018 or the latest Annual Income Tax Return.

37