Home Announcements Catalogue About GEPS Government Links    
   »
Help |
SplashBidNoticeAbstractUI
Bid Notice Abstract
     
Request for Expression of Interest
  Reference Number 11989413
  Procuring Entity GOVERNMENT SERVICE INSURANCE SYSTEM
  Title Financial Management Information System
  Area of Delivery   Printable Version
Solicitation Number: 2025-GSIS-PB-104
Trade Agreement: Implementing Rules and Regulations
Procurement Mode: Public Bidding
Classification: Consulting Services
Category: Information Technology
Approved Budget for the Contract: PHP 409,500,000.00
Contract Duration: 0 Day/s
Client Agency:

Contact Person: Patrick Orines Gonzales
Staff Officer III
GSIS Headquarters
Financial Center, Roxas Boulevard
Pasay City
Pasay City
Metro Manila
Philippines 1308
63-2-9764900 Ext.3516
63-2-8590373
pogonzales@gsis.gov.ph
Status

Active

Associated Components Order
Bid Supplements
3
Document Request List
34
Date Published 25/04/2025
Last Updated / Time 09/05/2025 4:07 PM
Closing Date / Time 30/05/2025 5:00 PM

Description
1. The Government Service Insurance System (GSIS) through the GSIS Corporate Operating Budget for CY 2025 intends to apply the sum of Four Hundred Nine Million Five Hundred Thousand Pesos (Php409,500,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for the procurement of the Financial Management Information System.

Bids received in excess of the ABC shall be automatically rejected at the opening of the financial proposals.

The contract (for the configuration, customization, testing, data migration and training and full system Go Live of the Financial Management Information System) shall be completed within fifteen (15) months from date to be stated in the Notice to Proceed. Cloud subscription shall be for a period of twenty-four (24) months in PROD in accordance with the Schedule of Requirements indicated in the Terms of Reference.

2. The GSIS now calls for the submission of Eligibility Documents for the Project.

The Pre-Eligibility Meeting will be held on 30 April 2025, 1:30PM at the GBAC Conference Room, Level 2 Core G, GSIS Headquarters Building, Financial Center, Pasay City and through Zoom video conferencing facility. To receive the Zoom Meeting details, interested bidders should register using the QR Code or link provided below. The purpose of the Pre-Eligibility Meeting is to further explain to the interested consultants the eligibility and shortlisting process, including Eligibility Documents.

Eligibility Documents of interested consultants must be duly received by the GBAC Secretariat on or before 05 May 2025, 12:00NN at the GBAC Secretariat, Level 2 Core G, GSIS Headquarters Building, Financial Center, Pasay City. Applications for eligibility will be evaluated based on a non-discretionary “pass/fail” criterion as provided in the Revised Implementing Rules and Regulations of Republic Act No. 9184.

Kindly refer to the Checklist of Requirements for Eligibility and Shortlisting for further details regarding eligibility documents.

The Eligibility Documents will be opened on 05 May 2025, starting on 1:30PM at the GBAC Conference Room, Level 2 Core G, GSIS Headquarters Building, Financial Center, Pasay City and through Zoom video conferencing facility. To receive the Zoom Meeting details, interested bidders should register using the QR Code or link provided below.

3. Interested bidders may obtain further information from the GBAC Secretariat and inspect the Bidding Documents at the address given below from 8:00 AM to 4:00 PM, Monday to Friday, excluding holidays.

GBAC Secretariat, Level 2 Core G, GSIS Headquarters Building, Financial Center, Pasay City

4. A complete set of Bidding Documents may be acquired by Shortlisted Consultants from the address stated above starting on the date to be indicated in the Notice of Eligibility and Short Listing. Only the shortlisted bidders/consultants shall be allowed to purchase the Bidding Documents in the amount of Php50,000.00.

It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the GSIS website, provided that the shortlisted bidders/consultants shall pay the applicable fee for the Bidding Documents not later than the submission of their bids.

5. The GBAC shall draw up the short list of consultants from those who have submitted Expression of Interest, including the eligibility documents, and have been determined as eligible in accordance with the provisions of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”, and its Implementing Rules and Regulations (IRR).

The short list shall consist of the top five (5) prospective consultants who will be entitled to submit bids. Should only one (1) or less than the required number apply for eligibility and short listing, pass the eligibility check, and/or pass the minimum score required in the short listing, the GBAC shall consider the same subject to the requirements stated in the Bidding Documents.

The criteria and rating system for shortlisting (1st Phase) are as follows:

Criteria Weight Sub- Weight
A. Applicable Experience of the Consultant 30% --
Completed Similar Projects based on Certificate of Acceptance/Contract

Required document/s: Statement of completed similar government and private contracts within the last five (5) years from the date of submission of Eligibility Documents, including Certificate of Completion or Certificate of Completion and Acceptance.

For this purpose, contracts/projects similar to the Project shall refer to subscription, configuration and implementation of a cloud-based Financial Management Information System.

B. Qualification of Solution Integrator (SI) and Key Staff 50%
1. Number of years providing SI services based on 1st contract completed

Required document/s: Copy of 1st contract completed

(a) The contract to be submitted by the consultant shall be considered as its 1st contract completed.

(b) Only the submitted contract shall be the basis for evaluation and rating.
20%
2. Net Financial Contracting Capacity (NFCC)

Required document/s: Bidder’s NFCC Computation
30%
3. Number of existing Practicing Technical IT professionals based on the firm’s Human Resource Certified Documents

Required Document/s: List of Practicing Technical IT Professionals presently employed by the Company/Bidder and as certified by the Company/Bidder’s Human Resources Office
20%
4. Personnel to be assigned to the project (employed by SI or Principal)

Required Document/s: Resume and Certificate of Employment (with contact number) of personnel

For the Resume, Notarized TPF 6 (Format of Curriculum Vitae for Proposed Professional Staff) shall be used.


30%
C. Current workload relative to capacity 30% --
Work Commitment (number of ongoing projects must be submitted)

Required document/s: Statement of All on-going government and private contracts

TOTAL 100% --

Refer to Annex A-1 for detailed information regarding the criteria and rating system for the shortlisting of bidders/consultants.

A bidder/consultant must get a total score of at least 85% to be included in the shortlist.

Any zero rating in the shortlisting evaluation shall lead to automatic disqualification of the bidder/consultant.

6. Bidding will be conducted through open competitive bidding procedures using non-discretionary “pass/fail” criterion as specified in the IRR of RA 9184.

7. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizen, corporation or association of a foreign country where the laws or regulations of said country grant similar rights or privileges to Filipino citizens, pursuant to RA 5183.

8. The GSIS shall evaluate bids using the Quality-Cost Based Evaluation (QCBE) procedure. The following are criteria and rating system for the evaluation of bids (2nd Phase) as well as the weights to be allocated for the Technical and Financial Proposals:


Criteria Weight Sub- Weight QCBE
TECHNICAL CAPABILITY -- -- 70%
A. Experience and Capability 30% -- --
Completed Similar Projects based on Certificate of Acceptance/Contract

Required document/s: Statement of completed similar government and private contracts within the last five (5) years from the date of submission of Eligibility Documents, including Certificate of Completion or Certificate of Completion and Acceptance.

For this purpose, contracts/projects similar to the Project shall refer to subscription, configuration and implementation of a cloud-based Financial Management Information System.

B. Quality of Personnel to be assigned to the Project 20% -- --
Personnel to be assigned to the project (employed by SI or Principal)

Required Document/s: Resume and Certificate of Employment (with contact number) of personnel

For the Resume, Notarized TPF 6 (Format of Curriculum Vitae for Proposed Professional Staff) shall be used.
C. Plan of Approach and Methodology

Required Document/s: Narrative Reports or Datasheet on Item 1, 2 and 3
50% --
1. Compliance in TOR (Extent to which the proposed solution meets the requirements.) 10%
2. Presentation of Solution (System Architecture, Modules, Data Migration, Project Timeline, Cutover Plan) 40%
3. Proof of Concept (Demonstrated functionality, usability, performance, and feasibility of the proposed solution) 50%
TOTAL 100% --
FINANCIAL CAPABILITY -- -- 30%

Refer to Annex A-2 for detailed information regarding the criteria and rating system for the evaluation of Technical Proposals.

The shortlisted bidders/consultants must get a total Technical Score (St) of at least 85% (passing rate) to become technically eligible.

Any zero rating in the technical evaluation shall lead to automatic disqualification of the bidder/consultant.

A bid shall be rejected at this stage if it fails to achieve the minimum Technical Score (St). On the other hand, only the Financial Proposals of the bidders/consultants who meet the minimum Technical Score (St) shall be opened.

9. The schedule for the submission and opening of Bids (containing the Technical and Financial Proposals) will be indicated in the Notice of Eligibility and Short Listing, which will be issued after the completion of the eligibility and shortlisting process.

10. In accordance with GPPB Circular 06-2005, the GSIS adopts the use of “draw lots” as a tie-breaking method in the event two or more of the bidders have been declared as having the Highest Rated and Responsive Bid (HRRB).

11. The GSIS warns the public/bidders of unscrupulous individuals and groups posing as officers/employees of the GSIS soliciting money, gifts, favors or benefits for alleged aid for whatever purpose. DO NOT GIVE anything to these unscrupulous individuals and groups. The GSIS thus enjoins the cooperation of the public/bidders to report these individuals/groups to the GSIS Bids and Awards Committee and GBAC Secretariat.

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

13. For further information, please refer to:

GBAC Secretariat
GSIS Bids and Awards Committee
Level 2 Core G, GSIS Headquarters, Financial Center, Pasay City
Tel. Nos. (02)7976-4961/7976-4945 / Fax No. (01) 8859-0373
GBAC_Secretariat@gsis.gov.ph / www.gsis.gov.ph

14. You may visit the following websites for downloading of Bidding Documents: http://www.gsis.gov.ph/opportunities/gbac or the PhilGEPS website at https://www.philgeps.gov.ph.


15. Bidder’s Registration

https://bit.ly/GBACBiddersRegForm


Date of Issue: 25 April 2025

.....

Pre-bid Conference

Date

Time

Venue

30/04/2025 1:30 PM Kindly read the REI to know the schedule of the Pre-Eligibility Meeting and Submission and Opening of Eligibility Documents. Pre-Bid Conference will be held after the shortlisting process. Date and time of Pre-Bid Conference will be determined by GBAC.

Created by Patrick Orines Gonzales
Date Created 24/04/2025


The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.

 
  © 2004-2025  DBM Procurement Service. All rights reserved.  
Help |
Contact Us | Sitemap