construction of national government data...

80
Supplemental Bid Bulletin No. 5 Construction of National Government Data Center 3 Bid Reference No. BAC4IGOV-2017-03-003 Page 1 of 80 SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV) Supplemental Bid Bulletin No. 5 CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3 Bid Reference No. BAC4IGOV-2017-03-003 After considering the queries, clarifications, recommendations and suggestions, the BAC4IGOV hereby decides to include, revise, amend, delete and/or adapt the following provisions: Item No. Query BAC4IGOV Response 1 We would like to inquire regarding the specific requirements (including the checklist) should the local bidder go into a JVA with a FOREIGN bidder (Local to Foreign JVA). It wasn't specifically mentioned in any of the bidding docs regarding such for it only mentioned the JVA between Local to Local JVA Per section 23.2 of the Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184, and we quote: “In case of foreign bidders, the eligibility requirements or statements, the bids, and all other documents to be submitted to the BAC must be in English. If the eligibility requirements or statements, the bids, and all other documents submitted to the BAC are in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder’s country; and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines.” Verification and validation of submitted documents of the foreign JV partner shall be done during post qualification. 2 As an additional query, kindly advise as well complete instructions regarding the NFCC requirement for Foreign Company Bidder (within a JVA with a Local Company Bidder) please. As per Clause 5.5 of Section II. Instruction to Bidders of the Bidding Documents, and we quote: “The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC), which must be at least equal to the ABC to be bid, calculated 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.

Upload: vuonglien

Post on 31-Jul-2018

222 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 1 of 80

SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT

PHILIPPINES PROJECT (BAC4IGOV)

Supplemental Bid Bulletin No. 5

CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3

Bid Reference No. BAC4IGOV-2017-03-003

After considering the queries, clarifications, recommendations and suggestions, the BAC4IGOV hereby decides to include, revise, amend, delete and/or adapt the following provisions:

Item

No. Query BAC4IGOV Response

1

We would like to inquire regarding the specific

requirements (including the checklist) should the local bidder go into a JVA with a FOREIGN

bidder (Local to Foreign JVA). It wasn't

specifically mentioned in any of the bidding docs regarding such for it only mentioned the

JVA between Local to Local JVA

Per section 23.2 of the Implementing Rules and

Regulations (IRR) of Republic Act (RA) No. 9184, and we quote:

“In case of foreign bidders, the eligibility requirements or statements, the bids, and all other documents to be submitted to the BAC must be in English. If the eligibility requirements or statements, the bids, and all other documents submitted to the BAC are in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder’s country; and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines.” Verification and validation of submitted documents of the foreign JV partner shall be done during post

qualification.

2

As an additional query, kindly advise as well complete instructions regarding the NFCC

requirement for Foreign Company Bidder (within a JVA with a Local Company Bidder)

please.

As per Clause 5.5 of Section II. Instruction to Bidders of the Bidding Documents, and we quote:

“The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC), which must be at least equal to the ABC to be bid, calculated 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.

Page 2: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 2 of 80

Item

No. Query BAC4IGOV Response

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

For purposes of computing the foreign bidders’ NFCC, the value of the current assets and current liabilities shall be based on their audited financial statements prepared in accordance with international financial reporting standards.

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.”

3

2.12.2. Contractor must possess a valid Y2016

Philippine Contractors Accreditation Board

(PCAB) License.

Query: What are your required PCAB Classifications and Category.

Any of the following are acceptable:

GENERAL BUILDING:

Categories: AA, A, B,

SPECIALTY:

Categories: AAA, AA, A, B, C, D

4

For the STATEMENT OF SINGLE (1) LARGEST

COMPLETED CONTRACT: • Is it possible to

have at most two (2) similar contracts with an aggregate contract amount equivalent to at

least fifty percent (50%) from January 2012 up to the day before the deadline for the

submission bids?

Yes. Please refer to the table below for the changes in provisions.

5 For the Cooling Capacity: 55.1kW, is it 21TR Precision or 15TR Precision?

21Tr with total cooling of 74.5kW and Sensible cooling of at least 71.4kW

6

We would like to inquire/confirm if the Post

Qualification Documents requirement stated below:

“#12. Certification from IT Principal or IT

Global Company stating its Data Center Services as one of its core offerings and that

the bidder is its appointed Tier 1 Partner (or its

equivalent).”

As written in the pre-bid conference guide; is this post-qualification document:

1. A major documentary requirement; 2. If we can provide its equivalent document;

or,

3. If this document can be waived altogether.

We can accept an alternative document provided it

specifies the bidder’s formal partnership with an IT principal similarly engaged in Data Center services

globally.

Page 3: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 3 of 80

Item

No. Query BAC4IGOV Response

7

CIVIL/ ARCHITECTURAL WORKS:

1. What is the required Fire Rating for the Metal Doors? Are we going to provide Wired

Vision Panel?

2. For the Restoration Works of Stairs, may we

ask for preferred Specifications on what Materials to be used etc.?

3. For the Floor Topping requirement, what is

the allowable thickness?

4. Is there a specific Design for the

rehabilitation of Canopy to be converted to Drop Off Area?

1. Minimum of 1 Hr. Provision of Wired Vision Panel is within the discretion of the bidder. If the bidder feels that it will be beneficial and there are no risks, then it should form part of its proposed designs. 2. This part should form part of the bidder's proposed designs. Please include the design rationale at the Narrative section of the proposal and specific the materials in the BOQ - as additional items 3. Thickness form part of the bidder's proposed designs. Hence, the bidder should propose the thickness they believe will be sufficient and rationale of which should be included in the design narrative 4. No specific designs. Bidders are expected to include in its proposal the designs appropriate for its purpose.

8

MECHANICAL:

1. Will there be power and water supply on the

site when construction commence? If none,

who will provide?

2. Requesting for the Proposed Mechanical Plan (from consultant/designer) - Ducting

Layout - Refrigerant Pipe Layout - Condensate Layout - FCU and ACCU Mounting Details -

Exhaust Ducting Layout for Fire Suppression

Gas Extraction

3. Exhaust Motor Specification for Fire Suppression Gas Extraction

4. Is there a requirement of fire sprinkler for

the other rooms, if so, where will be the tapping point? Will it be on the riser or the

main branch? During our site visit, there is no

existing fire protection system. Who will provide for the main facility (Fire Pump, Jockey

Pump, Water Reservoir, Perimeter Lines, Risers, etc.)?

1. Yes 2. There are no other plans available except for those released to the bidders purchasing the bid docs - which are conceptual in nature. The bidders are expected to provide the shop drawings and/or Single Line Diagrams of all covered trades as part of the required attachments of the proposal.

3. Open specifications - Bidders are expected to

propose a right-sized and right-fit specifications of the Purging System.

4. Yes, Pre-Action Dry Type AFSS. DICT/SBMA will

provide the tap off point.

9

ELIGIBILITY DOCUMENTS:

1. Single Largest Contract – Can we allow to

submit aggregate of three single largest contract?

2. Can we allow to attached the renewal slip for the ITR 2016, since it will be release on the

first week of May.

1. Yes, provided that the aggregate amount of which should be 50% of the ABC, and the largest of these

contracts must be equivalent to 25% of the ABC.

2. Submission should be the latest income and business tax returns. As per Section 34.2. of the

2016 Revised IRR of RA 9184, we quote:

Page 4: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 4 of 80

Item

No. Query BAC4IGOV Response

3. Can we request for an extension of the submission and opening of bids?

“Within five (5) calendar days from receipt by the bidder of the notice from the BAC that the bidder has the Lowest Calculated Bid or Highest Rated Bid, the bidder shall submit to the BAC its latest income and business tax returns, and other appropriate licenses and permits required by law and stated in the Bidding Documents.” 3. Bid Submission extended to 3 May 2017.

10

Has completed at least 3 similar projects in the

last 3 years. Similar projects mean similar scope and deliverables, as defined herein, at a

minimum

- AMTI would like to request to extend or change the 3 similar projects from 3 years to at least 5 years or more for us or other bidders can comply with this requirement.

This provision has been deleted. Please refer to the

table below for the changes in provisions.

11

The Contractor should have planned, designed,

installed and commissioned at least five Data

Centers/Disaster Recovery on a complete turnkey projects. Bidder must provide

Certifications (on original letter) from previous customers stating the scope of services

delivered by the bidder. Each of the projects

must be accompanied by Certificate of Satisfactory Completion on original letter.

- AMTI would like to request to relax or lower the said requirement to have at least Three (3) Data Centers/Disaster Recovery on a complete turnkey projects.

The requirement “The Contractor should have planned, designed, installed and commissioned at

least five Data Centers/Disaster Recovery on a complete turnkey projects. Bidder must provide

Certifications (on original letter) from previous

customers stating the scope of services delivered by the bidder. Each of the projects must be

accompanied by Certificate of Satisfactory Completion on original letter” is retained as is.

12

Contractor should have built equal to or total of 1,000 square meters of White Space/ Raised

Floor area. Documents to this effect i.e. copy

of PO or relevant Completion Certificate must be submitted in support thereof.

- In this requirement the bidder/contractor should have built a total of 1,000 square of whitespace/raised area, AMTI would like request to include also or allow other project like datacenter rehab or datacenter upgrade that includes other fit out space for general areas.

This requirement is retained as is. DICT requires total of 1,000 square meters of white space/ raised floor area.

13

On the revised schedule April 25, 2017

– AMTI would like to request an extension of bid submission until May 25, 2017 or additional 30 days from the bid submission, reason of request for extension is due to lack of time preparing bid and looking for a right JV partner who would comply the technical and eligibility of this project.

Extension shall be allowed only until 3 May 2017 as per issued Supplemental Bid Bulletin No. 4.

Page 5: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 5 of 80

Original Provision Amended Provision

Section I. Invitation to Bid

4. A prospective Bidder should have completed

within the last five (5) years from the date of submission and receipt of bids at least one (1)

single contract of similar nature amounting to at

least fifty percent (50%) of the ABC.

For this project, “similar in nature” shall mean “Data Center Turnkey Engagement”.

4. A prospective Bidder should have completed within

the last five (5) years from the date of submission and receipt of bids at least one (1) single contract of

similar nature amounting to at least fifty percent

(50%) of the ABC OR at least two (2) contracts of similar nature, the aggregate amount of

which should be equivalent to at least fifty (50%) of the ABC, the largest of these

contracts must be equivalent to at least

twenty five (25%) of the ABC.

For this project, “similar in nature” shall mean “Data Center Turnkey Engagement”.

5. Bidders should have a valid and current Philippine

Contractors Accreditation Board (PCAB) License, minimum of at least Category “B”;

5. Bidders should have a valid and current Philippine

Contractors Accreditation Board (PCAB) License

Any of the following classifications and

categories are acceptable:

GENERAL BUILDING:

Categories: AA, A, B,

SPECIALTY:

Categories: AAA, AA, A, B, C, D

Section III. Bid Data Sheet 12.(a).

iii. The Bidder must have completed, within the last five (5) years from the date of submission and

receipt of at least one (1) single contract of

similar nature amounting to at least fifty percent (50%) of the ABC.

For this purpose, similar contracts shall mean

“Data Center Turnkey Engagement”.

iii. The Bidder must have completed, within the last five (5) years from the date of submission and

receipt of at least one (1) single contract of similar

nature amounting to at least fifty percent (50%) of the ABC OR at least two (2) contracts of

similar nature, the aggregate amount of which should be equivalent to at least fifty

(50%) of the ABC, the largest of these contracts must be equivalent to at least

twenty five (25%) of the ABC.

For this project, “similar in nature” shall mean

“Data Center Turnkey Engagement”.

iv. Valid and current Philippine Contractors

Accreditation Board (PCAB) License, minimum

of at least Category “B”;

iv. Valid and current Philippine Contractors

Accreditation Board (PCAB) License

Any of the following classifications and

categories are acceptable:

GENERAL BUILDING:

Categories: AA, A, B,

Page 6: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 6 of 80

Original Provision Amended Provision

SPECIALTY:

Categories: AAA, AA, A, B, C, D

Section III. Bid Data Sheet

12.(b).

iv. Project Requirements which shall include the

following: a. Organizational Chart for the contract to be

bid; b. List of contractor’s personnel to be assigned

to the contract to be bid, with their

complete qualification and experience data. These personnel must meet the required

the following:

Key Personnel

PRC License

General Experience

Relevant Experience

Architect Required Minimum of

10 years experience

Must have designed at least 3 data

centers in the last 5 years with various topologies

Civil Engineer

Required Minimum of 10 years

experience

Must have designed at least 3 data

centers in the last 5 years with various topologies

Electrical Engineer

Required Minimum of 10 years

experience

Must have designed at least 5 data

centers in the last 5 years with various topologies

Mechanical Engineer

Required Minimum of 5 years

experience

Must have designed at least 3 data

centers in the last 5 years with various topologies

Safety Officer

Required Minimum of 5 years

experience

Must have implemented and managed

safety programs for Data Center Construction

works

Certified Data Center Professional

Not Applicabl

e Not Applicable

Must have involved in

design development for Tier 2 and Tier 3 Data

centers in the last 5 years

Project/ Not Minimum of Must have

iv. Project Requirements which shall include the

following: a. Organizational Chart for the contract to be bid;

b. List of contractor’s personnel to be assigned to the contract to be bid, with their complete

qualification and experience data. These

personnel must meet the required the following:

Key Personnel

PRC License

General Experience

Relevant Experience

Architect Required Minimum of

10 years experience

Must have designed at least 3 data centers in the last 5 years

with various topologies

Civil Engineer Required

Minimum of 10 years

experience

Must have designed at least 3 data centers in the last 5 years

with various topologies

Electrical Engineer

Required

Minimum of 10 years

experience

Must have designed at least 5 data centers in the last 5 years

with various topologies

Mechanical Engineer

Required

Minimum of 5 years

experience

Must have designed at least 3 data centers in the last 5 years

with various topologies

Safety Officer Required

Minimum of 5 years

experience

Must have implemented and managed safety

programs for Data Center

Construction works

Certified Data Center Professional

Not Applicable

Not Applicable

Must have involved in design development for Tier 2 and Tier 3 Data centers in the last 5 years

Project/ Construction Manager

Not Applicable

Minimum of 10 years

experience

Must have managed

construction works for at least 3 data centers in various topologies

Electronics and Communications

Required Minimum of 5 years experience

Should have participated in

any commercial or industrial

Page 7: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 7 of 80

Original Provision Amended Provision

Construction Manager

Applicable

10 years experience

managed construction works for at least 3 data centers in various

topologies

Engineer project implementation

Professional Communications Engineer

Required Minimum of 5 years experience

Should have participated in

any commercial or industrial

project implementation

Section III. Bid Data Sheet

28.

c) Official Receipts (ORs) or Certificate of End User’s

Acceptance Statement relative to submitted Annex I-A (Statement of Completed Single

Largest Contract of Similar Nature within the last five (5) years from the date of submission and

receipt of bids);

c) Official Receipts (ORs) or Certificate of End User’s

Acceptance Statement relative to submitted Annex I-A (Statement of Completed Single Largest Contract

from January 2012 up to the day before the deadline for the submission bids of similar in nature

equivalent to at least fifty percent (50%) of the ABC

or Statement of at least two (2) contracts of similar nature, the aggregate amount of which

should be equivalent to at least fifty (50%) of the ABC, the largest of these contracts must

be equivalent to at least twenty five (25%) of

the ABC)

d) Certificate of Performance Evaluation (Annex

IX) showing a rating of at least Very Satisfactory issued by the Bidder’s Single Largest Completed

Contract Client stated in the submitted Annex I-

A;

d) Certificate of Performance Evaluation (Annex IX)

showing a rating of at least Very Satisfactory issued by the Bidder’s client/s stated in the submitted

Annex I-A;

f) Official Receipts (ORs) or Certificate of End User’s

Acceptance Statement of three (3) completed

contracts in the last three (3) years with similar scope and deliverables at a minimum;

This provision is deleted.

g) Contractor must possess a valid Philippine

Contractors Accreditation Board (PCAB) License, minimum of at least Category “B”. It must be

valid at the time of the proposal submission to awarding. Should the said license expire prior or

while construction is ongoing, the contractor must renew it accordingly and furnish DICT

documentary proof of its renewal;

This provision is deleted.

i) The Contractor should have planned, designed, installed and commissioned at least five Data

Centers/Disaster Recovery on a complete turnkey

projects. Bidder must provide Certifications (on original letter) from previous customers stating

the scope of services delivered by the bidder. Each of the projects must be accompanied by

Certificate of Satisfactory Completion on original letter;

h) The Contractor should have planned, designed, installed and commissioned at least five Data

Centers/Disaster Recovery on a complete turnkey

projects within the last five (5) years, regardless of project size. Bidder must provide

Certifications (on original letter) from previous customers stating the scope of services delivered

by the bidder. Each of the projects must be accompanied by Certificate of Satisfactory

Completion on original letter;

Page 8: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 8 of 80

Original Provision Amended Provision

j) Contractor must have experience in designing and building a highly secured data center facility from

external threats i.e. bullet-proof walls/protection

for data center perimeter walls. Proof of design and end-user acceptance/approval must be

provided; and

i) Contractor must have experience in designing and building a highly secured data center facility, with

varying topologies and/or Tier levels. Bidder

must provide Proof of Design in the form of any of the following:

i. Copy of the Proposal write up with design narrative well stated and

signed/accepted by the end-user;

ii. Copies of Shop Drawings or Conceptual Designs with appropriate title blocks

showing the end-user company logo; or iii. Certification from the End-user stating

that the bidder has completed the design and implementation of its data center

with corresponding tier level or topology

stated.

l) Proposal document formatted as sequentially

listed below:

i. Design Narrative – contractor must provide a write up of their understanding of the pre-

developed designs and their complementing

designs (if any)

ii. Assumptions (if any)

iii. Innovative Technology or Designs to be

applied to complement the solution (if any)

iv. Scope of Works

v. Bill of Quantities – equipment branding must

be disclosed

vi. Commercial Offer (for Commercial Proposals

Only)

vii. Testing and Commissioning Scope of Works

viii. Project Management/Construction

Administration Scope of Works

ix. Implementation Schedule/ Work Plan

x. Project Team Organization

xi. Service Inclusions – i.e. Training services

xii. Service Exclusions

xiii. Vendor Profile with Project References –

must include the following:

k) Proposal document formatted as sequentially listed

below:

i. Design Narrative – contractor must provide a write up of their understanding of the pre-

developed designs and their complementing

designs (if any)

ii. Assumptions (if any)

iii. Innovative Technology or Designs to be applied

to complement the solution (if any)

iv. Scope of Works

v. Testing and Commissioning Scope of Works

vi. Project Management/Construction

Administration Scope of Works

vii. Implementation Schedule/ Work Plan

viii. Project Team Organization

ix. Service Inclusions – i.e. Training services

x. Service Exclusions

xi. Reference Table of Bid Compliance

(Softcopy of the excel sheet shall be

provided to the bidders who bought the bidding documents). Bidders must

explicitly mention in the Reference Table of Bid Compliance the exact reference

page, section and/or item no. with a copy of that page attached in the proposal.

Bidders must also submit softcopy of the

Table of Bid Compliance along with the reference documents through a flash

drive. In case of inconsistency between the submitted hardcopy and that of the

softcopy, the hardcopy shall prevail

xii. Vendor Profile with Project References – must

include the following:

Page 9: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 9 of 80

Original Provision Amended Provision

Section VI. Specifications

Electrical Panel Boards

• MDP PANEL, 400V/230V, 3PH.3W + 100%N

+ G, with MCCBs, meters, with copper

busbars, Refer SLD for ratings, trip units & other details.

Incomer : 1000A, 3pole, MCCB

Metering; CTs and Digital multi-function meter with RS485 port for BMS integration.

Outgoing:

600A, 3pole, MCCB - 3Nos. 100A, 3pole, MCCB - 5No.

100A, TVSS

• GSA & GSB PANEL, 400V/230V, 3PH.3W +

100%N + G, with MCCBs, meters, with

copper busbars, Refer SLD for ratings, trip units & other details.

Incomer: 1No. 1200A, 3pole, MCCB, with On/Off/trip

indications. Metering; CTs and Digital multi-function

meter with RS485 port for BMS integration.

Outgoing: 600A, 3pole, MCCB - 2No.

600A, TVSS

• DPUPSI-A & B PANEL, 400V/230V, 3PH.3W

+ 100%N + G, with ATS with overlapping

neutral, MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units &

other detail. Note: Transformer to be added to this panel, Transformer considered

separately in BOM. Incomer:

1No. 600A, 4pole, Auto Transfer Switch

(ATS) 1No. 600A, 3pole, MCCB

Metering; CTs and Digital multi-function meter with RS485 port for BMS integration.

400V TVSS

Outgoing: 600A, 3pole, MCCB - 2No.

• DPUPSO-A & B PANEL, 400V/230V, 3PH.3W + 100%N + G, with MCCBs, meters, with

copper busbars, Refer SLD for ratings, trip

units & other details. Incomer:

500AT,3Pole,MCCB Metering; CTs and Digital multi-function

Electrical Panel Boards

• MDP PANEL 380V/220V,3PH

100%N + G, w/ MCCBs, meters, w/ copper

busbars, Refer SLD for ratings, Trip units & other details

Incomer : 1000A, 3Pole, MCCB

Metering; CTs and Digital Multi function meter w/ RS485

Port for BMS Integration.

Outgoing : 600A, 3Pole, MCCB - 1No.

400, 3Pole, MCC - 2Nos. 100A, 3Pole, MCCB - 2Nos.

100A, TVSS

GSA PANEL 380V/220V,

3PH + 100%N + G, w/ MCCBs, meters, w/ copper

busbars, Refer SLD for rating, Trip units & other details.

Incomer:

1No. 1200A, 3Pole, MCCB, w/ On/Off/Trip Indications.

Metering; CTs and Digital Multi function meter w/ RS485

Port for BMS Integration.

Outgoing : 600A, 3Pole, MCCB - 1No.

400A, 3Pole, MCCB - 1No. 100A, TVSS

GSB PANEL 380V/220V,

3PH + 100%N + G

w/ MCCBs, meters, w/ copper busbars, Refer SLD for rating,

Trip units & other details. Incomer :

1No. 500A, 3Pole, MCCB, w/

On/Off/Trip Indications. Metering; CTs and Digital

Multi function meter w/ RS485 Port for BMS Integration.

Outgoing :

400A, 3Pole, MCCB - 1No. 100A, 3Pole, MCCB - 1No.

100A, TVSS

DPUPSI-A & B PANEL,380V/220V,

3PH + 100%N + G, with ATS and

Page 10: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 10 of 80

Original Provision Amended Provision

meter with RS485 port for BMS integration. SKRU interlock for 3 breakers(bypass

breaker, bus coupler & load bank breaker)

Outgoing: 500A, 3pole, MCCB - 1No.

100A, 3pole, MCCB - 1No. 400V TVSS

• PP-AC PANEL, 400V/230V, 3PH.3W +

100%N + G, with ATS, MCCBs, meters, with copper busbars, Refer SLD for ratings, trip

units & other details. Incomer:

1No. 600A, 4pole, Auto Transfer Switch (ATS)

1No. 600A, 3pole, MCCB

Metering; CTs and Digital multi-function meter with RS485 port for BMS integration.

Outgoing:

200A, MCCB - 4Nos.

70A, MCCB -4Nos. 30A, MCCB - 2Nos.

100A, MCCB - 2Nos.

• LPP PANEL, 400V/230V, 3PH.3W + 100%N + G, with ATS, MCCBs, MCBs with copper

busbars, Refer SLD for ratings, trip units & other details.

Incomer:

1No. 100A, 4pole, Auto Transfer Switch (ATS)

1No. 100A, 3pole, MCCB Outgoing:

70A,MCCB - 3Nos.

63A, TPN, MCCB -1Nos. 16A, TPN, MCCB - 1No.

• DPUPSO-AD PANEL, 400V/230V, 3PH.3W + 100%N + G, with MCBs with copper

busbars, Refer SLD for ratings, trip units & other details

Incomer:

1No. 63A, 3Pole, MCBs Outgoing:

16A, 1pole, MCB - 5Nos.

• RPP-A & B PANEL, 400V/230V, 3PH.3W +

100%N + G, with MCCBs, MCBs, meters,

with copper busbars, Refer SLD for ratings, trip units & other details.

Incomer:

MCCBs, meters, w/ copper busbars, Refer SLD for rating,

Trip units & other details.

Incomer : 1No. 400A, 3Pole, Auto Transfer

Switch (ATS) 1No. 400A, 3Pole, MCCB

Metering; CTs and Digital

Multi function meter w/ RS485 Port for BMS Integration.

100A TVSS Outgoing :

400A, 3Pole, MCCB - 3nos.

DPUPSO-A & B PANEL,380V/220V,

3PH + 100%N + G, with MCCBs, meters, w/ copper

busbars, Refer SLD for rating, Trip units & other details.

Incomer :

400AT, 3Pole, MCCB, 2Nos. Metering; CTs and Digital

Multi function meter w/ RS485 Port for BMS Integration.

SKRU interlock for 3 breakers (Bypass breaker, buscoupler &

Loadbank breaker)

Outgoing : 400A, 3Pole, MCCB - 1no.

225A, 3Pole, MCCB - 2Nos. 100A TVSS

PP - AC PANEL 380V/220V, 3PH + 100%N + G, with ATS,

MCCBs, meters, w/ copper busbars, Refer SLD for rating,

Trip units & other details.

Incomer : 1No. 600A, 3Pole, Auto Transfer

Switch (ATS) 1No. 600A, 3Pole, MCCB

Metering; CTs and Digital Multi function meter w/ RS485

Port for BMS Integration.

Outgoing : 250A, MCCB - 3Nos.

75A, MCCB - 2Nos. 60A, MCCB - 6Nos.

40A, MCCB - 1No.

30A, MCCB - 8Nos. 100A TVSS

LPP PANEL 380V/220V,

Page 11: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 11 of 80

Original Provision Amended Provision

1No. 500A, 3pole, MCCB Metering; CTs and Digital multi-function

meter with RS485 port for BMS integration.

Outgoing: 200A, MCB - 3Nos.

100A, TP, MCB - 3Nos. 400V TVSS

• ECB PANEL, 400V/230V, 3PH.3W + 100%N

+ G, with 400A MCCB, with copper busbars, Refer SLD for ratings, trip units & other

details.

• PPA PANEL, 400V/230V, 3PH.3W + 100%N + G, with MCCBs, MCBs, meters, with

copper busbars, Refer SLD for ratings, trip units & other details.

Incomer:

1No. 70A, 3pole, MCCB Metering; CTs and Digital multi-function

meter with RS485 port for BMS integration. Outgoing:

20A, MCB - 4Nos.

20A MCB - 1Nos.

• SYNCHRONIZING PANEL, 400V/230V,

3PH.3W + 100%N + G, with MCCBs, MCBs, meters, with copper busbars, Refer SLD for

ratings, trip units & other details. Incomer:

2Nos. 1200A, 3pole, MCCB

Metering; CTs and Digital multi-function meter with RS485 port for BMS integration.

Outgoing: 1200A, MCB - 2Nos.

3PH + 100%N + G, with ATS, MCCBs, MCBs, w/ copper

busbars, Refer SLD for rating,

Trip units & other details. Incomer :

1No. 100A, 3Pole, Auto Transfer Switch (ATS)

1No. 100A, 3Pole, MCCB

Outgoing : 60A, MCCB - 3Nos.

60A TVSS LPA PANEL 380V/220V,

3PH + 100%N + G, with, MCBs, w/ copper

busbars, Refer SLD for rating,

Trip units & other details. Incomer :

1No. 60A, 3Pole, MCBs Outgoing :

20A, 1Pole, MCCB - 14Nos.

60A TVSS

RPP - A & B PANEL, 380V/220V, 3PH + 100%N + G, with ,

MCCBs, MCBs, meters,w/ copper busbars, Refer SLD for rating,

Trip units & other details.

Incomer : 1No. 200A, 3Pole, MCCB

Metering; CTs and Digital Multi function meter w/ RS485

Port for BMS Integration.

Outgoing : 30A, MCCB - 36Nos.

100V TVSS AUXILIARY PANEL, 380V/220V,

3PH+ 100%N + G, with,

MCCBs, MCB w/ copper busbars, Refer SLD for rating,

Trip units & other details. Incomer :

1No. 60A, 3Pole, MCCB Metering; CTs and Digital

Multi function meter w/ RS485

Port for BMS Integration. Outgoing :

20A, MCCB - 12Nos. 60A TVSS

SYNCHRONIZING PANEL,380V/ 220V, 3PH + 100%N + G, with,

MCCBs, MCBs, meters, w/ copper busbars, Refer SLD for rating,

Page 12: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 12 of 80

Original Provision Amended Provision

Trip units & other details. Incomer :

2Nos. 1200A, 3Pole, MCCB

Metering; CTs and Digital Multi function meter w/ RS485

Port for BMS Integration. Outgoing :

1200A, MCB - 1No.

500A, MCB - 1No.

Construction Administration and Management – The

contractor must assign a competent Construction Manager (CM) that will oversee the Project

Implementation from Day 1 until handover. It is the

responsibility of the CM, among others, to ensure all installation works are within the approved designs,

implementation is within the approved implementation timeline, effective issue resolution,

preside on weekly project progress meeting and

multi-vendor management.

Construction Administration and Management – The

contractor must assign a competent Construction Manager (CM) that will oversee the Project

Implementation from Day 1 until the issuance of

Certificate of Final Acceptance. It is the responsibility of the CM, among others, to ensure all

installation works are within the approved designs, implementation is within the approved implementation

timeline, effective issue resolution, preside on weekly

project progress meeting and multi-vendor management.

d. Duration of the Contract

Contract shall cover provisions relevant to the

physical construction of the facility, workmanship, equipment warranties, support and maintenance

services. Workmanship validity shall be for 12 months (1 year) from date of facility handover and

36 months (3 years) for extended warranty, support

and maintenance services.

d. Duration of the Contract

Contract shall cover provisions relevant to the physical

construction of the facility, workmanship, equipment warranties, support and maintenance services.

Workmanship validity shall be for 12 months (1 year) from date issuance of Certificate of Final

Acceptance and 36 months (3 years) for extended

warranty, support and maintenance services.

f. Training / Knowledge Transfer / Capacity Building

i. Knowledge Transfer – prior to the handover

of the facility, the contractor must conduct a thorough facility walk through for DICT and

SBMA nominated personnel. The intent primarily is to orient these personnel on the

completed installations, equipment type, functionality and how it supports the data

center facility. The Knowledge Transfer must

cover the following, but not limited to:

f. Training / Knowledge Transfer / Capacity Building

i. Knowledge Transfer – prior to the issuance of

Certificate of Final Acceptance, the contractor must conduct a thorough facility

walk through for DICT and SBMA nominated personnel. The intent primarily is to orient

these personnel on the completed installations, equipment type, functionality and how it

supports the data center facility. The

Knowledge Transfer must cover the following, but not limited to:

iii. Other Provisions:

• The initial session must be delivered and

conducted prior to facility handover. The initial session should be delivered not more

than 30 days upon completion of testing and commissioning.

iii. Other Provisions:

• The initial session must be delivered and

conducted prior to issuance of Certificate of Final Acceptance. The initial session should

be delivered not more than 30 days upon completion of testing and commissioning.

h. Penalty Clauses and Step-In Clause

Winning contractor is mandated by DICT to

deliver its proposed services within the mutually agreed Work Plan. In the event that the

contractor is not able to deliver within the allowable and acceptable period, DICT shall

h. Penalty Clauses

Winning contractor is mandated by DICT to deliver

its proposed services within the mutually agreed Work Plan. In the event that the contractor is not

able to deliver within the allowable and acceptable period, DICT shall impose a Delay Penalty of at least

Page 13: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 13 of 80

Original Provision Amended Provision

impose a Delay Penalty of at least one-tenth (1/10) of a percent of the cost of the

unperformed portion for every day of delay. This

penalty shall be imposed on the basis of the agreed handover date of the completed and

commissioned facility. Should the delay/s is/are due to unavoidable circumstances i.e. typhoon,

earthquakes or other natural disasters, delays

caused by the Project Principals (DICT and/or SBMA) and other forms of delays not within the

control of the contractor, the contractor must provide a written report detailing the cause of

delay, impacted deliverables with reasons thereof and a detailed catch up plan and/or updated

work plan. This must then be presented to

DICT’s project team for discussion and acceptance.

one-tenth (1/10) of a percent of the cost of the unperformed portion for every day of delay.

Penalty shall be imposed should the final

acceptance date is not achieved as per agreed Project Work Plan. Should the delay/s is/are due

to unavoidable circumstances i.e. typhoon, earthquakes or other natural disasters, delays

caused by the Project Principals (DICT and/or

SBMA) and other forms of delays not within the control of the contractor, the contractor must

provide a written report detailing the cause of delay, impacted deliverables with reasons thereof and a

detailed catch up plan and/or updated work plan. This must then be presented to DICT’s project team

for discussion and acceptance.

• Has completed at least 3 similar projects in the

last 3 years. Similar projects mean similar scope

and deliverables, as defined herein, at a minimum.

This provision is deleted.

• Contractor must possess a valid Philippine

Contractors Accreditation Board (PCAB) License, Category B at a minimum. It must be valid at

the time of the proposal submission to

awarding. Should the said license expire prior or while construction is ongoing, the contractor

must renew it accordingly and furnish DICT documentary proof of its renewal.

• Contractor must possess a valid Philippine

Contractors Accreditation Board (PCAB) License. It must be valid at the time of the proposal

submission to awarding. Should the said license

expire prior or while construction is ongoing, the contractor must renew it accordingly and furnish

DICT documentary proof of its renewal.

Any of the following classifications and

categories are acceptable:

GENERAL BUILDING:

Categories: AA, A, B,

SPECIALTY:

Categories: AAA, AA, A, B, C, D

• Contractor must have Qualified Personnel with

the following PRC Licenses / Certificates on its

roster of employees:

Architect

Civil Engineer

Electrical Engineer Mechanical Engineer

Safety Officer with COSH and BOSH

certifications

Certified Data Center Professional

Project Management Certification from PMP

or PMI

• Contractor must have Qualified Personnel with the

following PRC Licenses / Certificates on its roster of

employees:

Architect

Civil Engineer

Electrical Engineer Mechanical Engineer

Safety Officer with COSH and BOSH

certifications

Certified Data Center Professional

Project Management Certification from PMP or PMI

Electronics and Communications

Engineer Professional Communications Engineer

Page 14: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 14 of 80

Original Provision Amended Provision

• The Contractor should have planned, designed,

installed and commissioned at least five Data Centers/Disaster Recovery on a complete

turnkey projects. Bidder must provide

Certifications (on original letter) from previous customers stating the scope of services

delivered by the bidder. Each of the projects must be accompanied by Certificate of

Satisfactory Completion on original letter.

• The Contractor should have planned, designed,

installed and commissioned at least five Data Centers/Disaster Recovery on a complete turnkey

projects within the last five (5) years,

regardless of project size. Bidder must provide Certifications (on original letter) from previous

customers stating the scope of services delivered by the bidder. Each of the projects must be

accompanied by Certificate of Satisfactory

Completion on original letter.

• Contractor must have experience in designing and building a highly secured data center facility

from external threats i.e. bullet-proof walls/protection for data center perimeter walls.

Proof of design and end-user

acceptance/approval must be provided; and

• Contractor must have experience in designing and building a highly secured data center facility, with

varying topologies and/or Tier levels. Bidder must provide Proof of Design in the form of

any of the following:

Copy of the Proposal write up with

design narrative well stated and signed/accepted by the end-user;

Copies of Shop Drawings or Conceptual

Designs with appropriate title blocks showing the end-user company logo; or

Certification from the End-user stating

that the bidder has completed the design

and implementation of its data center with corresponding tier level or topology

stated.

4. Evaluation Process

Participating contractors will be required to submit

3-sets of Technical Proposals and 3-sets of Commercial Proposals, appropriately sealed and

labelled.

NGDC-3 Technical Working Group (TWG) will

perform technical evaluation of the submitted technical proposals and will evaluate the bidders

based on the following (among others): a. Completeness of the proposal

b. Compliance with published Technical Specifications of M&E equipment and

devices

c. Committed PUE d. Implementation Schedule

e. Inclusion of Energy Modeling and Computational Fluid Dynamics simulation

reports

f. Testing & Commissioning Methodologies g. Project Management Methodologies

h. Proposed Equipment, implementation methodologies and detailed design

compliance with published Industry

Standards i. Technical Competencies

j. Engineering and Project Resources

4. Evaluation Process

Participating contractors will be required to submit 3-

sets of Eligibility and Technical Documents and 3-sets of Financial Documents, appropriately

signed, sealed and labelled.

NGDC-3 Technical Working Group (TWG) will perform

the evaluation of the submitted eligibility documents, technical documents, financial

documents and post qualification documents and will be evaluated based on the following:

a. compliance and responsiveness to all the

requirements and conditions as specified

in the Bidding Documents b. Committed PUE

c. Inclusion of Energy Modeling and Computational Fluid Dynamics simulation

reports

Page 15: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 15 of 80

Original Provision Amended Provision

Competency Profile k. Project References

l. Value-Added Services (if any) Participating contractors are required to follow the proposal document formatting as sequentially listed

below:

a. Design Narrative – contractor must provide a write up of their understanding of the pre-

developed designs and their complementing designs (if any)

b. Assumptions (if any) c. Innovative Technology or Designs to be

applied to complement the solution (if any)

d. Energy Modeling/Analysis e. Scope of Works

f. Bill of Quantities – equipment branding must be disclosed

g. Commercial Offer (for Commercial Proposals

Only) h. Testing and Commissioning Scope of Works

i. Project Management/Construction Administration Scope of Works

j. Implementation Schedule/ Work Plan k. Project Team Organization

l. Service Inclusions – i.e. Training services

m. Service Exclusions n. Vendor Profile with Project References –

must include the following:

Participating contractors are required to follow the proposal document formatting as sequentially listed

below:

a. Design Narrative – contractor must provide a write up of their understanding of the pre-

developed designs and their complementing designs (if any)

b. Assumptions (if any) c. Innovative Technology or Designs to be applied

to complement the solution (if any)

d. Energy Modeling/Analysis e. Scope of Works

f. Testing and Commissioning Scope of Works g. Project Management/Construction

Administration Scope of Works

h. Implementation Schedule/ Work Plan i. Project Team Organization

j. Service Inclusions – i.e. Training services k. Service Exclusions

l. Reference Table of Bid Compliance (Softcopy of the excel sheet shall be

provided to the bidders who bought the

bidding documents). Bidders must explicitly mention in the Reference Table

of Bid Compliance the exact reference page, section and/or item no. with a copy

of that page attached in the proposal.

Bidders must also submit softcopy of the Table of Bid Compliance along with the

reference documents through a flash drive. In case of inconsistency between

the submitted hardcopy and that of the

softcopy, the hardcopy shall prevail m. Vendor Profile with Project References – must

include the following:

Optional Requirements:

Participating contractors may opt to include the

following in its proposal, which should be outlined at the Annex Section. DICT will have the discretion

to consider or not to consider these depending on how DICT sees its values.

Value Added-Services

Design Options and/or Alternative Solutions –

must still achieve the overall intent of the

project and should take into consideration the Project Key Objectives, implementation

schedule and cost of which must be within the ABC. Alternative solutions or designs i.e.

Integrated Aisle Containment solutions may be proposed provided that such solution must

This provision is deleted.

Page 16: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 16 of 80

Original Provision Amended Provision

not totally deviate from the developed designs and its cost of ownership must be properly

reflected on the high level TCO analysis.

Cost of Alternative Solutions

6. Payment Terms / Progress Payment The Payment Terms for this project shall be through

Completion of Agreed Delivery Milestones. The

Contractor shall be required to submit its Implementation Milestone Report with clear

emphasis on the completion of the particular milestone along with a signed Acceptance document

from the iGov Project Manager or any designated signing authority by DICT. Payment milestones are

tabulated below:

Milestones Progress

Contract Signing and Issuance of Notice To Proceed (NTP)

15%

Issuance of Building Construction Permits 5%

Completion, Submission and Acceptance of Detailed Designs duly Signed and Sealed by Respective Professional Engineers (PEs)

5%

Upon Completion of Civil Works 5%

Onsite Delivery and Installation of UPS System

10%

Onsite Delivery and Installation of Precision Cooling System

10%

Completion of Electrical Works 15%

Completion of Mechanical Works 5%

Completion of Fire Suppression System including Alarm & Detection Systems

5%

Completion of Structured Cabling Works 5%

Completion of Auxiliary Works (CCTV, Access Control, Leak Detection System, Facility Monitoring Systems)

5%

Completion of Testing and Commissioning 5%

Submission of As-Built Plans, Operations & Maintenance Manuals, Warranty Certificates, Signed/Valid Maintenance Agreements and completion of Knowledge Transfers and Training Sessions

5%

Project Full Acceptance and Facility Handover

5%

TOTAL 100%

6. Payment Terms / Progress Payment

The Payment Terms for this project shall be through

Completion of Agreed Delivery Milestones. The

Contractor shall be required to submit its Implementation Milestone Report with clear emphasis

on the completion of the particular milestone along with a signed Acceptance document from the iGov

Project Manager or any designated signing authority by

DICT. Payment milestones are tabulated below: Milestones Progress

Contract Signing and Issuance of Notice to Proceed (NTP)

15%

Completion of Civil Works, Electrical Works and Mechanical Works

20%

Completion of Fire Suppression Works, Structured Cabling, Auxiliary System and Facility Monitoring Systems

15%

Completion of Testing and Commissioning

15%

Submission of As-Built Plans, Operations & Maintenance Manuals, Warranty Certificates, Signed/Valid Maintenance Agreements and completion of Knowledge Transfers and Training Sessions

15%

Certificate of Final Acceptance 10%

TOTAL 100%

Section VIII. Bill of Quantities

DESCRIPTION UNIT QTY DESCRIPTION UNIT QTY

PANELBOARDS PANELBOARDS

MDP PANEL, 400V/230V, 3PH.3W + 100%N + G, with MCCBs, meters, with

copper busbars, Refer SLD for ratings, trip units & other details.

assy. 1

MDP PANEL 380V/220V,3PH 100%N + G, w/ MCCBs, meters, w/ copper busbars, Refer SLD for Ratings, Trip units & other details

assy 1

Incomer : Incomer

1000A, 3pole, MCCB 1000A, 3Pole, MCCB

Page 17: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 17 of 80

Original Provision Amended Provision

Metering; CTs and Digital multi function meter with RS485 port for BMS integration.

Metering; CTs and Digital Multi function meter w/ RS485 Port for BMS Integration.

Outgoing : Outgoing :

600A, 3pole, MCCB - 3Nos. 600A, 3Pole, MCCB - 1No.

100A, 3pole, MCCB - 5No. 400, 3Pole, MCC - 2Nos.

100A, TVSS 100A, 3Pole, MCCB - 2Nos. 100A, TVSS

GSA & GSB PANEL, 400V/230V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details.

assy. 2

GSA PANEL 380V/220V, 3PH + 100%N + G, w/ MCCBs, meters, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 1

Incomer : Incomer :

1No. 1200A, 3pole, MCCB, with On/Off/trip indications.

1No. 1200A, 3Pole, MCCB, w/ On/Off/Trip Indications.

Metering; CTs and Digital multi function meter with RS485 port for BMS integration.

Metering; CTs and Digital Multi function meter w/ RS485 Port for BMS Integration.

Outgoing : Outgoing :

600A, 3pole, MCCB - 2No. 600A, 3Pole, MCCB - 1No.

600A, TVSS 400A, 3Pole, MCCB - 1No.

DPUPSI-A & B PANEL, 400V/230V, 3PH.3W + 100%N + G, with ATS with overlapping neutral, MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other detail. Note: Trafo to be added to this panel, trafo considered separately in BOM.

assy. 2

100A, TVSS

Incomer :

GSB PANEL 380V/220V,3PH

+ 100%N + G w/ MCCBs,

meters, w/ copper busbars,

Refer SLD for rating, Trip

units & other details.

assy 1

1No. 600A, 4pole, Auto Transfer Switch (ATS)

Incomer : 1No. 500A, 3Pole, MCCB, w/

1No. 600A, 3pole, MCCB On/Off/Trip Indications.

Metering; CTs and Digital multi function meter with RS485 port for BMS integration.

Metering; CTs and Digital Multi function meter w/ RS485 Port for BMS Integration.

400V TVSS Outgoing :

Outgoing : 400A, 3Pole, MCCB - 1No.

600A, 3pole, MCCB - 2No. 100A, 3Pole, MCCB - 1No.

DPUPSO-A & B PANEL, 400V/230V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details.

assy. 2

100A, TVSS

Incomer :

DPUPSI-A & B PANEL,380V/220V, 3PH + 100%N + G, with ATS and MCCBs, meters, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 2

Page 18: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 18 of 80

Original Provision Amended Provision

500AT,3Pole,MCCB Incomer :

Metering; CTs and Digital multi function meter with RS485 port for BMS integration.

1No. 400A, 3Pole, Auto Transfer Switch (ATS) 1No. 400A, 3Pole, MCCB

SKRU interlock for 3 breakers(bypass breaker,buscoupler & loadbank breaker)

Metering; CTs and Digital Multi function meter w/ RS485

Outgoing : Port for BMS Integration.

500A, 3pole, MCCB - 1No. 100A TVSS

100A, 3pole, MCCB - 1No. Outgoing :

400V TVSS 400A, 3Pole, MCCB - 3nos.

PP-AC PANEL, 400V/230V, 3PH.3W + 100%N + G, with ATS, MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details.

assy. 1

DPUPSO-A & B PANEL,380V/220V, 3PH + 100%N + G, with MCCBs, meters, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 2

Incomer : Incomer :

1No. 600A, 4pole, Auto Transfer Switch (ATS)

400AT, 3Pole, MCCB, 2Nos. Metering; CTs and Digital

1No. 600A, 3pole, MCCB Multi function meter w/ RS485

Metering; CTs and Digital multi function

meter with RS485 port for BMS integration.

Port for BMS Integration.

SKRU interlock for 3 breakers (Bypass breaker, buscoupler & Loadbank breaker)

Outgoing : Outgoing :

200A, MCCB - 4Nos. 400A, 3Pole, MCCB - 1no.

70A, MCCB -4Nos. 225A, 3Pole, MCCB - 2Nos.

30A, MCCB - 2Nos. 100A TVSS

100A, MCCB - 2Nos.

PP - AC PANEL 380V/220V, 3PH + 100%N + G, with ATS, MCCBs, meters, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 1

LPP PANEL, 400V/230V, 3PH.3W + 100%N + G, with ATS, MCCBs, MCBs with copper busbars, Refer SLD for

ratings, trip units & other details.

assy. 1

Incomer : 1No. 600A, 3Pole, Auto Transfer Switch (ATS)

1No. 600A, 3Pole, MCCB

Incomer : Metering; CTs and Digital

1No. 100A, 4pole, Auto Transfer Switch (ATS)

Multi function meter w/ RS485 Port for BMS Integration.

1No. 100A, 3pole, MCCB Outgoing :

Outgoing : 250A, MCCB - 3Nos.

70A,MCCB - 3Nos. 75A, MCCB - 2Nos.

63A, TPN, MCCB -1Nos. 60A, MCCB - 6Nos.

16A, TPN, MCCB - 1No. 40A, MCCB - 1No.

DPUPSO-AD PANEL, 400V/230V, 3PH.3W + 100%N + G, with MCBs with copper busbars, Refer SLD for ratings, trip units & other details.

assy. 1

30A, MCCB - 8Nos. 100A TVSS

Incomer :

LPP PANEL 380V/220V, 3PH + 100%N + G, with ATS, MCCBs, MCBs, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 1

Page 19: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 19 of 80

Original Provision Amended Provision

1No. 63A, 3Pole, MCBs Incomer :

Outgoing : 1No. 100A, 3Pole, Auto Transfer Switch (ATS)

16A, 1pole, MCB - 5Nos. 1No. 100A, 3Pole, MCCB

RPP-A & B PANEL, 400V/230V, 3PH.3W + 100%N + G, with MCCBs, MCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details.

assy. 2

Outgoing : 60A, MCCB - 3Nos. 60A TVSS

Incomer :

LPA PANEL 380V/220V, 3PH + 100%N + G, with, MCBs, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 1

1No. 500A, 3pole, MCCB Incomer :

Metering; CTs and Digital multi function meter with RS485 port for BMS integration.

1No. 60A, 3Pole, MCBs

Outgoing : Outgoing :

200A, MCB - 3Nos. 20A, 1Pole, MCCB - 14Nos.

100A, TP, MCB - 3Nos. 60A TVSS

400V TVSS

ECB PANEL, 400V/230V, 3PH.3W +

100%N + G, with 400A MCCB, with copper busbars, Refer SLD for ratings, trip units & other details.

assy. 1

RPP - A & B PANEL, 380V/220V, 3PH + 100%N +

G, with, MCCBs, MCBs, meters,w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 2

PPA PANEL, 400V/230V, 3PH.3W + 100%N + G, with MCCBs, MCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details.

assy. 1

Incomer : 1No. 200A, 3Pole, MCCB Metering; CTs and Digital Multi function meter w/ RS485

Incomer : Port for BMS Integration.

1No. 70A, 3pole, MCCB Outgoing :

Metering; CTs and Digital multi function meter with RS485 port for BMS integration.

30A, MCCB - 36Nos. 100V TVSS

Outgoing :

AUXILIARY PANEL, 380V/220V, 3PH+ 100%N + G, with, MCCBs, MCB w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 1

20A, MCB - 4Nos. Incomer :

20A MCB - 1Nos. 1No. 60A, 3Pole, MCCB

SYNCHRONIZING PANEL, 400V/230V, 3PH.3W + 100%N + G, with MCCBs, MCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details.

assy. 1

Metering; CTs and Digital Multi function meter w/ RS485 Port for BMS Integration.

Incomer : Outgoing :

2Nos. 1200A, 3pole, MCCB 20A, MCCB - 12Nos.

Metering; CTs and Digital multi function meter with RS485 port for BMS integration.

60A TVSS

Outgoing : SYNCHRONIZING PANEL,380V/ 220V, 3PH +

assy 1

Page 20: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 20 of 80

Original Provision Amended Provision

100%N + G, with, MCCBs, MCBs, meters, w/ copper busbars, Refer SLD for rating, Trip units & other details.

1200A, MCB - 2Nos. Incomer :

2Nos. 1200A, 3Pole, MCCB

Metering; CTs and Digital

Multi function meter w/ RS485

Port for BMS Integration.

Outgoing :

1200A, MCB - 1No.

500A, MCB - 1No.

All terms, conditions and instructions to bidders specified in the Bidding Documents inconsistent with this Bid Bulletin are hereby superseded and modified accordingly.

Please use the following forms attached in this Supplemental Bid Bulletin:

• Revised Bill of Quantities – Electrical Works Table

• Revised Statement of All Ongoing Contracts within the Last Three (3) Years as of 26 April 2017

• Revised Statement of Completed Single Largest Contract from January 2012 up to the day before the deadline for the submission bids of similar in nature equivalent to at least fifty

percent (50%) of the ABC or Statement of at least two (2) contracts of similar nature, the aggregate amount of which should be equivalent to at least fifty (50%) of the ABC, the largest

of these contracts must be equivalent to at least twenty five (25%) of the ABC as of 26 April 2017

• Revised Certificate of Net Financial Contracting Capacity as of 26 April 2017

• Revised Protocol / Undertaking of Agreement to Enter Into Joint Venture as of 26 April 2017

• Revised Omnibus Sworn Statement Capacity as of 26 April 2017

• Revised Financial Bid Form as of 26 April 2017

• Revised Company Profile as of 26 April 2017

• Revised Certificate of Performance Evaluation as of 26 April 2017

For information and guidance of all concerned.

Issued this 26th day of April 2017.

(Original Signed) ALONA H. ISIDRO

Vice Chairperson, BAC4IGOV

Page 21: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 21 of 80

SECTION VI. REVISED SPECIFICATIONS AS OF 26 April 2017

1. Background of the Item being Procured

a. General Overview of the Procurement Project

The Department of Information and Communications Technology (DICT), is the lead agency in implementing the Integrated Government Philippines (iGovPhil) Project.

iGov was given the mandate to lead the implementation of Technology

Infrastructures that will support applications interoperability, secured network and integrated network infrastructure to interconnect various agencies which aims to

enhance government efficiency and effectiveness in delivering its services to the

public.

A new Data Center facility (hereinafter referred to as “National Government Data

Center 3 or NGDC-3) is required to host new infrastructures and subsequently provide a facility for other agencies to collocate new and/or existing IT Equipment

which will eventually save the government from huge expenses relating to the maintenance and operations of individual Data Center facilities. The planned new

data center facility is envisioned to be modular, resilient, robust, highly secured,

modern in nature, industry standards/best practices compliant and cost efficient. It will be constructed at an existing building already been identified and selected.

Comprehensive facility assessment, including structural integrity evaluation (and retrofitting works), have been done by hired professionals to ensure the readiness of

the selected building to support the new data center. Conceptual Designs and facility support equipment Technical Specifications have been developed and approved by

DICT.

This bid intends to select the most competent and eligible Service Provider to deliver a Turnkey implementation engagement, that will physically construct the facility,

supply and install all equipment essential for a fully functional Data Center facility and

perform Testing & Commissioning Works suitable for a Mission Critical Facility.

b. ABC of the Project and Fund Source

The DEPARTMENT OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (DICT), through the 2015 GAA Fund, intends to apply the sum of One Hundred Fifty

Million Six Hundred Twenty Four Thousand Seven Hundred Seventy Two Pesos & 100/07 (Php150,624,772.07), inclusive of VAT, being the Approved Budget for the

Contract (ABC) to payments under the contract for Procurement of INFRASTRUCTURE PROJECTS, for the build, testing and commissioning of NGDC-3.

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

the financial proposals.

c. Compliance with Industry Best Practices and Globally Recognized

Standards

Standards and Best Practices Compliance form part of the Basis of Design (BoD).

Developed conceptual designs were carefully assessed and deemed compliant with

below Standards at a minimum:

• Uptime Institute – Tier Leveling Standards

Page 22: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 22 of 80

• TIA 942 Telecommunications Infrastructure Standard for Data Centers

• ASHRAE design Recommendations for Datacom Facilities (TC9.9)

• ISO 1 7799 security guidelines for data center

• IEEE Std 1100-1999 Recommended Practice for Power and Grounding

Sensitive Electronic Equipment

• IEEE Std 446-1 995 IEEE Recommended Practice for Emergency and Standby

Power for Industrial and Commercial Applications

• IEEE Std 1156.2-1 996 Standard for Environmental Specifications for

Computers

• ASHRAE Datacom Equipment Power and Cooling Trends

Adherence and Compliance with Industry Recognized Standards and Data Center Best Practices are strict requirements for this project. As such, familiarity and

comprehensive understanding of these standards are mandatory among all

participating vendors and its partners. Vendors are expected to maintain such

compliance during its implementation phase.

2. Purpose of Procurement

a. Rationale

Physical construction of NGDC-3 based on approved designs is the succeeding phase of the project. As such, DICT, through this bid, is soliciting competitive proposals

from qualified Data Center Contractors/ Service Providers that will supply and install

facility support equipment, carry out the required Civil/Architectural works, perform Testing & Commissioning and provide Support & Maintenance Services within the

prescribed period.

3. Scope of Works

a. Technical Specifications

Equipment and Devices Specifications stated herein are baseline specifications or those at a minimum. These likewise pertains to critical components of the data center

facility. Please refer to the attached BOQ for specification details of other required

equipment and/or devices.

Data Center Monitoring System

• Temperature & Humidity sensors, Door Contact Security and leak sensor probe with water detection capability.

• Send alerts for high temperature and humidity, open door and other sensor

readings.

• Can be used as stand-alone monitoring system with email alerts or as part of a complex monitoring (i.e. SNMP or Modbus/TCP).

• Supports email alerts for individual sensors alarm when a value is out of

specified range.

• With built-in web server, can be accessed over the web.

• With expandable hub that can hold to 8 additional ports, 4 dry contact

Page 23: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 23 of 80

inputs, 4 dry contact outputs and 2 relay outputs

CCTV System

• The product specified shall be a high speed dome and bullet camera system

available in pendant or suspended ceiling mounted versions (select required Housing) designed for indoor and outdoor surveillance applications

• Dome Camera, 1.3 Megapixel 720p Weatherproof dome camera equipped

with IR LED

• Bullet Camera, 8.0 Focal Length, 1.3 Megapixel 720p Weatherproof camera

equipped with IR LED

• Network Video Recorder, 16Channel POE NVR with 4 x SATA, 4TB, 3.5”, 5900RPM, 64MB cache, no encryption. Video Motion Detection

• POE surge Protection

• 43” standard essential display (Wifi ready) with speaker

Modular UPS System

• UPS Frame rated at 200kW Capacity

• System must be 400V, 4W + Gnd.

• Power Module rated at 1pf (output)

• Efficiency must be not lower than 95.5% (rated linear loads)

• LCD Display must be touch screen and must be hot-swappable for field

replacement (no shutdown required)

• Power Modules must be in modular type and also hot-swappable for field replacement (no shut down required)

• Input THDi (current harmonic distortion) must be ,3% at 100% load,

maximum

• AC/DC Capacitors must last 10 years from the time it will be operational,

before the standard replacement

• Must have a monitoring software that can monitor multiple UPS systems in one single view

Precision Air-conditioning System

• 21Tr, 5Tr & 3Tr Precision Air-conditioning Unit (PACU) respectively for each

of the room partitions requiring PACUs

• DX Air Cooled, Down flow Type

• PACU must be equipped with EC Fans

• Standard R407C Refrigerant

• PACU must be dual circuit (dual compressor and dual outdoor condenser)

• Inverter Type or equipped with unique energy saving technology

• Control accuracy for temperature is ±1℃ and for Relative humidity is ±5%.

• Equipped with scroll compressor for less vibration, low noise and higher

efficiency

• Equipped with washable air filter and alarm to notify for dirty filter

• Capable of Self-Diagnosis with Isolated Control Panel

• Capable of connecting to a network of cooling system for remote power on/off, monitoring duty cycle

Comfort Cooling System • Ceiling Concealed Ducted 4.0TR Inverter 220V/1Ph/60hz

• Ceiling Concealed Ducted 3.0TR Inverter 220V/1Ph/60hz

• Wall Mounted 2.0TR Inverter 220V/1Ph/60Hz

• Ceiling Cassette 1.5TR Inverter 220V/1Ph/60Hz

• Wall Mounted 1.0TR Inverter 220V/1Ph/60Hz

Page 24: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 24 of 80

Electrical Panel Boards

• MDP PANEL 380V/220V,3PH

100%N + G, w/ MCCBs, meters, w/ copper busbars, Refer SLD for ratings, Trip units & other details

Incomer : 1000A, 3Pole, MCCB

Metering; CTs and Digital

Multi function meter w/ RS485 Port for BMS Integration.

Outgoing : 600A, 3Pole, MCCB - 1No.

400, 3Pole, MCC - 2Nos.

100A, 3Pole, MCCB - 2Nos. 100A, TVSS

GSA PANEL 380V/220V,

3PH + 100%N + G, w/ MCCBs, meters, w/ copper

busbars, Refer SLD for rating,

Trip units & other details. Incomer:

1No. 1200A, 3Pole, MCCB, w/ On/Off/Trip Indications.

Metering; CTs and Digital

Multi function meter w/ RS485 Port for BMS Integration.

Outgoing : 600A, 3Pole, MCCB - 1No.

400A, 3Pole, MCCB - 1No. 100A, TVSS

GSB PANEL 380V/220V, 3PH + 100%N + G

w/ MCCBs, meters, w/ copper busbars, Refer SLD for rating,

Trip units & other details.

Incomer : 1No. 500A, 3Pole, MCCB, w/

On/Off/Trip Indications. Metering; CTs and Digital

Multi function meter w/ RS485

Port for BMS Integration. Outgoing :

400A, 3Pole, MCCB - 1No. 100A, 3Pole, MCCB - 1No.

100A, TVSS

DPUPSI-A & B PANEL,380V/220V, 3PH + 100%N + G, with ATS and

MCCBs, meters, w/ copper busbars, Refer SLD for rating,

Trip units & other details.

Incomer : 1No. 400A, 3Pole, Auto Transfer

Page 25: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 25 of 80

Switch (ATS)

1No. 400A, 3Pole, MCCB Metering; CTs and Digital

Multi function meter w/ RS485 Port for BMS Integration.

100A TVSS

Outgoing : 400A, 3Pole, MCCB - 3nos.

DPUPSO-A & B PANEL,380V/220V,

3PH + 100%N + G, with

MCCBs, meters, w/ copper busbars, Refer SLD for rating,

Trip units & other details. Incomer :

400AT, 3Pole, MCCB, 2Nos. Metering; CTs and Digital

Multi function meter w/ RS485

Port for BMS Integration. SKRU interlock for 3 breakers

(Bypass breaker, buscoupler & Loadbank breaker)

Outgoing :

400A, 3Pole, MCCB - 1no. 225A, 3Pole, MCCB - 2Nos.

100A TVSS

PP - AC PANEL 380V/220V, 3PH + 100%N + G, with ATS,

MCCBs, meters, w/ copper

busbars, Refer SLD for rating, Trip units & other details.

Incomer : 1No. 600A, 3Pole, Auto Transfer

Switch (ATS)

1No. 600A, 3Pole, MCCB Metering; CTs and Digital

Multi function meter w/ RS485 Port for BMS Integration.

Outgoing :

250A, MCCB - 3Nos. 75A, MCCB - 2Nos.

60A, MCCB - 6Nos. 40A, MCCB - 1No.

30A, MCCB - 8Nos. 100A TVSS

LPP PANEL 380V/220V, 3PH + 100%N + G, with ATS,

MCCBs, MCBs, w/ copper busbars, Refer SLD for rating,

Trip units & other details.

Incomer : 1No. 100A, 3Pole, Auto Transfer

Switch (ATS)

Page 26: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 26 of 80

1No. 100A, 3Pole, MCCB

Outgoing : 60A, MCCB - 3Nos.

60A TVSS LPA PANEL 380V/220V,

3PH + 100%N + G, with,

MCBs, w/ copper busbars, Refer SLD for rating,

Trip units & other details. Incomer :

1No. 60A, 3Pole, MCBs

Outgoing : 20A, 1Pole, MCCB - 14Nos.

60A TVSS

RPP - A & B PANEL, 380V/220V, 3PH + 100%N + G, with ,

MCCBs, MCBs, meters,w/ copper

busbars, Refer SLD for rating, Trip units & other details.

Incomer : 1No. 200A, 3Pole, MCCB

Metering; CTs and Digital

Multi function meter w/ RS485 Port for BMS Integration.

Outgoing : 30A, MCCB - 36Nos.

100V TVSS AUXILIARY PANEL, 380V/220V,

3PH+ 100%N + G, with,

MCCBs, MCB w/ copper busbars, Refer SLD for rating,

Trip units & other details. Incomer :

1No. 60A, 3Pole, MCCB

Metering; CTs and Digital Multi function meter w/ RS485

Port for BMS Integration. Outgoing :

20A, MCCB - 12Nos.

60A TVSS

SYNCHRONIZING PANEL,380V/ 220V, 3PH + 100%N + G, with,

MCCBs, MCBs, meters, w/ copper busbars, Refer SLD for rating,

Trip units & other details.

Incomer : 2Nos. 1200A, 3Pole, MCCB

Metering; CTs and Digital Multi function meter w/ RS485

Port for BMS Integration.

Outgoing : 1200A, MCB - 1No.

500A, MCB - 1No.

Page 27: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 27 of 80

b. Deliverables

i. Professional Services Deliverables

• Detailed Design Development – develop and submit Engineering Detailed Designs and Technical Specifications documents for each

trade, signed and sealed by Licensed Professional Engineers.

• Design Simulations – submission of Computational Fluid Dynamics (CFD) and Energy Modeling essential to validate efficiency. Baseline

Power Usage Effectiveness (PUE) for NGDC-3 is set at 1.6.

Contractor must provide these simulations in support of its committed PUE. Ideally, the committed PUE should be equal to the

baseline, but DICT will accept and credit the Contractor for

committing an achievable and realistic PUE closest to the baseline.

• Cost Modeling – develop and submit a 10-Year Total Cost of

Ownership (TCO) for all works and equipment supplied, including but

not limited to: (1) Expansion costs based on projected growth of 14 racks annually, (2) Equipment Refresh – per industry guidelines, (3)

Support & Maintenance Services and other relevant costs essential

for a 10-year lifecycle of the facility.

• Construction Administration and Management – The

contractor must assign a competent Construction Manager (CM) that will oversee the Project Implementation from Day 1 until issuance of

Certificate of Final Acceptance. It is the responsibility of the CM,

among others, to ensure compliance with approved designs, project implementation is within the approved implementation timeline,

effective issue resolution, preside on weekly project progress

meeting and multi-vendor management.

• Testing and Commissioning – Deliver Professional Services

relating to the performance and completion of Testing &

Commissioning Services strictly specific for Data Center facilities.

Testing and Commissioning must be divided to 2 types:

Pre-Functional Testing – involves stand-alone testing of

equipment and devices supplied and installed. Site Acceptance Testing (SAT) must be integrated. Factory

Acceptance Testing (FAT) is preferred for select equipment but not mandatory. Should the contractor facilitates FAT, the

contractor should bear all costs and there should be no delay

on the shipping and onsite delivery of the subject equipment.

Functional/ Integrated Testing – Integrated testing refers to the testing of a fully functional data center facility, using

dummy loads simulating normal operations of the new data center. The contractor must also provide and perform

outages or failure scenarios that will demonstrate the

efficiency of installed back-up systems, system redundancies and availability level as defined in Uptime Institute’s Tier III

Specifications.

Page 28: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 28 of 80

Prior to the actual Testing & Commissioning activity, the contractor

must submit all required test forms and orient DICT nominated personnel to witness the Testingn & Commissioning, on the

procedures to be carried out during the testing phase.

Actual testing forms used, test results recording with appropriate

sign off from DICT Authorized Representative must form part of the

Operations & Maintenance Manual.

ii. Construction Scope of Works and Deliverables

• Physical Construction – supply of construction materials and other

consumables essential to complete the civil/architectural works.

The Scope of Works under the proposed contract involves Site

preparation, Supply, Installation, Testing, Commissioning, Operations

and Maintenance of Basic infrastructure for the establishment of a

Data Centre on a Turnkey basis.

Approved Designs:

Entire Data center & Supporting Room is located at the Ground floor

and Basement, and logically divided by:

Ground Floor:

Comprises of Server room which host Servers racks, Network

Racks, Cooling units, Comfort cooling units, UPS output

PDUs. The area proposed is approximately 254 sqm.

NOC room designed for 7 seaters with 5 numbers of 55" Large Video Display units. Area proposed for NOC room is

approximately 25 sqm. The monitoring devices (Panels) for safety & security system shall also be located in this room. It

also includes the BMS room. All Network Connections from

outside will terminate here.

Basement:

UPS and Battery rooms are designed with Data Center

Panels, UPS and Batteries etc. The same shall be constructed adjacent to the existing infrastructure with approximately 16

sqm for UPS room and 24 sqm for battery room.

Workstation area

Outdoor:

Electrical / Genset area

Out-door units viz., Engine Alternators, proposed Chiller units

etc. to be located near the Data center area.

Page 29: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 29 of 80

The scope should cover the following works (wherever applicable),

with an assurance that if any area being dug/drilled/chiseled, etc., it

must be maintained back properly to its aesthetic looks:

Cement Concrete work (if necessary)

Cutting & chipping of existing floors

Masonry works

Plumbing work

Drainage system

Toilet modification

Hardware and Metals

Fire rated Glazing and partitions

Paint work

False Flooring (entire Data Centre area)

False Ceiling (entire Data Centre area)

Furniture & fixture

Partitioning

Doors and Locking

Fire proofing all surfaces

Insulating

Modular Workstations

Dismantling and Installation Works:

Dismantling of existing ceiling, flooring, partitions, lighting's, wiring's, doors, windows, concrete wall, ramp, tiles, etc.,

may be demolished or utilized if required as per the

requirements of Data center

Dismantling of roofing at canopy area

Removal of existing complete false floor and installation of

new fireproof false floor / riser floor.

Installation of fireproof nitrile rubber insulation for the

complete basement of the Data Center.

Removal of existing false ceiling and installation of new

fireproof false ceiling with LED lightings.

Page 30: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 30 of 80

Existing centralized fire detection censors and wiring has to

be installed during the new ceiling work.

Emergency Exit, Main Entry door, NOC (Network Operation

Center) Entry door and any partition / door, paint work etc. all should be as per international Data Center standards (e.g.

FS120 fire rated partitions /doors .etc.)

Conference Room facing the NOC room should be installed with “Smart Glass”, such that viewing of the NOC operations

can be done without stepping out of the conference room.

The Smart Glass must be heat tempered and by default should be solid or translucent at a minimum, able to switch

to full transparency when viewing is required.

Complete Data Center and NOC room should be painted with fireproof paint after the completion of other required civil

work.

Server Room raised flooring system:

Shall be elevated/raised to 450mm, but can be reduced or raised further depending on the outcome of the CFD

simulation

With 1” rubber insulation under the raised flooring system

Raised floor pedestals must be connected to a grounding

system

Ramp must be modified to adapt to the new height of the RF

system

Access Floor panel of size 600 x 600 mm shall be all steel

welded construction with an enclosed bottom pan of 64 hemispherical cones and top plain sheet shall be fuse welded

at required locations to form a panel.

Smart Glass wall partition between Conference Room and NOC:

Supply and installation of half-height heat tempered smart

glass partition with aluminum framing, with 2 meters height

from flooring

False Flooring Works:

Required False flooring work shall be carried out at Server room area

as per below minimum specifications:

Antistatic floor tiles

Page 31: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 31 of 80

False flooring panels of 18 gauge steel 600 x 600 coated

with 50 micron epoxy conductive paint

450mm of height from the true floor

Concentrated point load of 450 Kg and Uniformly Distributed

Load of 1350 Kg/ Sq.m

False Flooring Panels:

No obstructions of pipes, conduits, detectors shall be

permitted in space immediately under equipment line-ups. The under floor space under line-ups is required for

equipment frame securing, cable management and power

access.

Steps are to be provided for transitioning to elevated floor

area.

Special tools and tackles required for operation of false

flooring shall be supplied in two sets.

False Ceiling Works:

Required False ceiling works shall be carried out at different rooms

as below:

Fire rated Metal Grid false ceiling at Server room

Metal grid false ceiling in NOC room

Thermal Insulation Works:

Bidder has to carry out the Thermal insulation work on the ceiling

and flooring of the Server room.

Ceiling slabs should be heat-insulated, or coated with a heat

insulating material to avoid condensation and to reduce the

heat transfer in the server room area

Insulation shall be done with 13 mm thick self-adhesive

aluminum foil face nitrile rubber Trench for cables and pipes:

Bidder has to carry out the trench work from DG (Diesel Generator)

location up to the Electrical room and substation to Electrical room:

Trench shall be of minimum 900mm depth and 300 –

450mm wide.

Cables shall be laid with proper required protections using

Bricks, Sand etc.

Hume pipes of suitable sizes to be provided at Road

crossings and other required locations

Page 32: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 32 of 80

Concrete chamber should be provided at required places

with chequered plate for maintenance (Both the sides of

road crossings etc.,)

Enough care should be taken not to damage any existing pipes, wires, cables that comes in the way of trench. Any

damage done to existing structure must be repaired and brought back to its original condition (prior to damaging it)

by the contractor and all costs relating to it shall be through

the account of the contractor

Construction of Electrical, UPS and Battery Rooms:

New ‘compartmentalized’ rooms shall be constructed for Electrical, UPS and Battery rooms. Below minimum specifications /

requirements must be considered.

Existing Generator Shed to be expanded to accommodate

additional installations those required in an electrical room. Additional Building foundation, columns, thick fire rated brick

walls and concrete roof shall be constructed.

Partitions walls not requiring brick walls shall be of fire rated

double-walled Gypsum Board.

The internal partitions for server room (if required), battery

room, UPS and electrical room shall be full height 125 mm thick fire line Gyp Board using 12.5 mm thick double fire line

gyp-board on both sides with GI sheet metal vertical stud

frame of size 75 mm thick fixed in the floor and ceiling

channels of 75 mm wide to provide a strong partition.

Glass wool insulation inside shall be provided as required.

Fixing shall be made by self-tapping screw width vertical studs being at 610 mm intervals. The same should be

inclusive of making cut-out for switchboards, sockets, grills

etc. It shall also include preparing the surface smoothly and finally finishing with one coat of approved brand of resistant

coating.

It should be as per respective guidelines and regulations

Partition Walls:

Wherever required Fire rated gypsum partitions shall be made as per

the below minimum specifications:

It should be full height partition

125 mm thick fire line Gyp Board using 12.5 mm thick double

fire line gyp-board on both sides

GI sheet metal vertical stud frame of size 75 mm thick fixed

in the floor and ceiling channels of 75 mm wide to provide a

strong partition

Page 33: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 33 of 80

Surface shall be finally smoothly finished with one coat of

approved brand of resistant coating

Vinyl Flooring:

Antistatic vinyl flooring shall be provided at the Electrical, UPS and

Battery rooms as per minimum specifications below:

2 mm thick anti-static vinyl flooring over the prepared

surface

It shall be fixed by applying the appropriate cement paste to

fix it over the base floor sla

Doors;

Required doors shall be provided as per the below requirements.

Server room, Electrical, UPS and Battery rooms

o 2hr fire rated Metal double door with frame work, vision panel, handle, locking system, top patch and

bottom patch, hardware etc.,

o Dimension of 1200mm(W)x2100mm(H) for server

room

o Dimension of 1200mm(W)x2400mm(H) for Electrical,

UPS and Battery rooms

o 2hr fire rated Emergency exit door shall be provided in server room with all required accessories to meet

safety regulations

NOC Room

o Wooden double door with required frame work, handle, locking system, top patch and bottom patch,

hardware etc.,

o Dimension of 1200mm(W)x2100mm(H)

Painting:

Painting works shall be carried out at internal and external walls & partitions as per below minimum requirements (Server room, NOC

room, Electrical, UPS room Battery rooms):

Gypsum / Plaster of Paris paste of thickness 5 - 8 mm punning over cement plaster shall be provided so as to

ensure a level and smooth texture to the exposed walls and

columns.

The existing surfaces are to be cleaned and scratched and

markers are kept before the application of punning material.

Page 34: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 34 of 80

After the material has dried upon application it is to be

smoothened by means of rubbing it with sandpaper.

Upon this smoothened surface one coat of primer and two

coats of plastic emulsion paint of approved make & shade is

to be applied.

This will be applicable for all vertical plane surface and for

fire line gyp-board ceiling (if applicable).

Server room shall additionally be applied with painting putty to level & plumb and painting with 2 coats of fire retardant

painting.

Furniture and Miscellaneous Works:

NOC room shall be equipped with 5 numbers of workstations as

shown in the layout and as per minimum below requirements:

5 Numbers of workstation tables at NOC

o Each shall be with Drawers, cupboards, Key board

tray, CPU rack

o Provision for raceways to be provided

10 numbers of high back revolving chairs to be provided

5 numbers of 55” LED TVs shall be provided in NOC room

o It should be mounted on walls with required

supports and UPS power sockets

1 Workstation shall be dedicated for Monitoring systems in

the BMS room to monitor CCTV, DCIM etc.,

1 White magnetic board to be provided with accessories and

of dimensions of 1050mm x 1200mm

Required Glow signage on both sides of the door shutters marking PUSH / PULL along with other signage marking

different work areas and emergency signs to be provided

• Electrical Works – Electrical Distribution of Mains, Lighting

Fixtures, Panel Boards, Transformer, UPS, Precision & Comfort

Cooling and Generators.

The electrical works consist of provision of a reliable and efficient power supply system to all servers and all associated utility facilities.

All servers, networking components, monitoring systems and other critical loads shall be provided with uninterrupted power supply

(UPS) system.

Complete structured electrical power distribution works such as cabling from Feeder Panel to UPS and UPS Room up to the Data

Page 35: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 35 of 80

Center includes supply‐installation‐testing‐commissioning (SITC) of

Panels, UPS Distribution Panels, PACU, Data Center Room, Utility /

NOC Room area and lighting.

Modular UPS system designed for 200kW and all cabling, distribution

boxes, feeders, etc. for electrical capacity of 200kW within the room with battery backup of 30 minutes at full load. The system is to be

designed in such a way that it has a provision of providing full system load in continuous running condition along with at least 30%

redundant capacity. Grounding system with earth pits & strips should

be provided after studying the existing ones. Each rack’s PDU’s (Power Distribution Unit) power should be provided with individual

distribution path.

Detailed diagrams such as general arrangement drawing, single line

diagrams, control wiring diagrams for electrical panels, earthing

layout schemes, UPS and battery rack layout drawings shall be prepared and provided by the contractor as per available rooms

nearby the Data Center area with future upgrade positions.

The bidder shall design, engineer, supply/manufacture, test, install,

connect, commission and site test the Electrical Distribution System

for any and all power requirements within the Data Center Facility. This shall include, but not be limited to, UPS, Lighting system, input

power to various sub systems of the Data center, design, engineering, supply, erection, wiring, commissioning and testing of

equipment shall be included in the contractor’s scope.

Lighting System:

The bidder shall carry out design, engineering, installation, wiring,

connections, testing and commissioning of the lighting system for

complete floor which includes Data Center, NOC and outer area.

Lighting fixtures (material) of the desired specifications shall be in

accordance with the external lighting standard of SBMA.

Point wiring shall be supplied, connected and tested as required in

the entire Data Center Facility.

Emergency Lights:

Emergency lights are required in the Data Center and associated areas. These lights will be illuminated automatically in case of power

failure. The emergency lights should conform to the following

specifications:

Should have built-in battery

Should have built-in battery charging system

Should have enough LUX level to illuminate the designated

areas

LED type

Page 36: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 36 of 80

Exit Indication Lights:

Data Center and associated areas Exit location are required to be equipped with Illuminated Exit Sign. This Exit Sign should be

mounted in such a manner that it should be visible from a distance.

These Exit Signs should have the following features:

Self-contained battery operated non-maintained emergency

light

• Supply & Installation of Cable Ladder for Power & Data

Systems

Shall supply and install Cable Ladder for power and data

system

Shall be placed/installed inside the under raised floor for

Server room

Shall have a dedicated electrical wire gutter to cover the rack

distribution design

Shall have a separate cable ladder: one (1) for data; one (1)

for power distribution

Dimensions shall be enough to accommodate wires and

cables

Shall have an appropriate vertical clearance between the

acoustic boards and the racks

Shall be capable to handle all cables for data and power

distribution

Shall include all appropriate hanger and bracket support

peripherals

• Supply & Installation of Mechanical/Precision Cooling Works

Air Cooled DX Type Precision Air Conditioning units (PACU’s) shall be provided for the server room, Network Room, Tape Room and UPS

Rooms, with appropriate redundancies. These units will be

programmed to allow rotation of duty units, and automatic start-up

of redundant unit once the duty PACU fails.

Variable Refrigerant Flow DX units shall be supplied for the battery rooms, Command Center/NOC, Utility room and all other areas

(common and office areas) in compliance with DICT’s requirements.

The contractor shall ensure that all utilities to be tapped to existing tapping points on the actual site condition are the

correct utilities for the data center requirements and shall be

thoroughly checked prior to connections and installations.

Page 37: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 37 of 80

The contractor must include the installation of effective

exhaust system at the UPS Battery Rooms to purge out

Hydrogen Gas typically emitted by the batteries during

charging period.

Installation, Testing and Commissioning of the following:

o Installation of Precision Air Conditioning Units (PACU’s) complete with controllers, safety devices,

operational accessories, including refrigerant and

refrigerant piping, insulation, filter dryers, hangers & supports, concrete plinth, insulation, aluminum

cladding and accessories to complete the system. The required ducting of the condenser units shall

also be included.

Supply and installation of the following:

o Variable Refrigerant Flow units, complete with controllers, accessories, hangers and support,

refrigerant and refrigerant piping, and insulation. The required ducting of the condenser units shall

also be included.

o Purging fans for the purpose of discharging fire

suppression gas to outside of the gas suppression

protected area, and battery room exhaust - complete with controllers, safeties, operational

accessories, dampers, grilles, volume dampers, duct fittings, hangers & supports, and other accessories

to complete the system.

o Condensate Drain piping for all cooling equipment and shower area, up to the nearest condensate

drain riser.

o Ducting and its accessories (combination type fire

dampers, volume dampers, filters as indicated in the

drawings and as required by code)

o Seismic support as required by Philippine Building

Code

o Air distribution system connecting from the existing

building AHU including ducting, dampers, diffusers,

grilles, supports, and all required accessories

The contractor shall be responsible for checking, tracing and

verifying the location of cutting/sealing point of piping

/ductwork systems including equipment to avoid reworks.

All equipment that will be supplied should be able to

interface with the BMS (Building Management System).

Page 38: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 38 of 80

Testing and Commissioning of all mechanical systems

installed on site.

The contractor is responsible for site coordination during

fabrication and installation to avoid interference, conflict or clash with other services such as lighting fixtures, wire ways,

sprinkler systems, and other ductworks.

All required painting and labeling

Disposal of waste and debris

• Supply & Installation of Comfort Cooling System

Consists of supply, installation, testing and commissioning of Air

Conditioning systems for less critical partitions, office and common

areas, meeting the specifications and requirements provided in this tender. It shall include all (but without limiting) equipment,

accessories, pipes, refrigerant, input power cables from the ground floor distribution panel, communication cables, supports, Power

distribution panel along with switchgear and accessories, suitable power outlet boxes with breakers for individual connections to the

AHUs and integration to the proposed BMS.

The air-conditioning equipment shall be a standard product

of the manufacturer and of a design of proven reliability &

satisfaction in the service intended.

The system shall be rated for continuous operation of 24

hours a day.

The condensing unit shall be air cooled type and shall be provided with hermetically sealed compressor meant to give

a durable, trouble free and low noise performance. The

compressor shall be capable of operating continuously at the maximum ambient temperature of 50oC. The condensing

unit shall be suitable for outdoor installation in a weather

exposed to sun and rain.

Cooling units of higher cubic meter per hour (CMH) and

higher static pressure are to be provided to cover the depth

of the room.

The refrigerant shall be non-inflammable, non-toxic and non-

explosive and have the pressure and temperature

characteristics suitable for this operation. It is proposed to

provide FREON 22 being the safest.

All refrigerant pipe shall be of copper possessing sufficient

strength and size suitable for service and shall be provided

with thermal insulation of suitable material.

Air-conditioning system of each room shall be complete with

condensing units, interconnecting refrigerant copper piping,

PVC piping for condensed water drain, wiring between the

Page 39: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 39 of 80

outdoor condensing unit and indoor room unit, wiring

between AC Distribution Board and outdoor condensing unit, protection devices, temperature control units and other

accessories. All wiring shall be fire retardant. The inclination of the PVC piping for draining away of water shall be

properly adjusted so that water leaked from the air-

conditioning units is drained away from the room.

The equipment shall be suitable for operation on 400V +/- 10% V, three phase AC, 50 Hz supply / 230 V +/- 10% V,

Single Phase AC, 50 Hz depending on the size of the

machine. Necessary earthing arrangement shall be made.

If any equipment fails to meet the specified and guaranteed

performance as found from test at site, then the equipment

is liable to be rejected and to be replaced by the contractor with those fully compliant with the stated requirements

specified herein.

The air-conditioning machines shall be Programmable Logic Controlled (PLC) type so that the rotational running of the

machines is maintained automatically. This should include supply and installation of required panel board, distribution

board and timer unit for programmable automatic running of

individual air-conditioning machines for maximum period of 16 hours continuously at one stretch. Running combination

of individual units shall have to be indicated.

• Supply & Installation of Fire Protection Systems

An inert gas based fire suppression system, compliant with NFPA

2001, must be provided for the following rooms:

Server Room

Network Rooms (Core Switch and MMR)

Battery Rooms

UPS Rooms

Tape Room

High Sensitivity Smoke Detection (HSSD) System or Very Early

Smoke Detection Apparatus (VESDA) will be installed to the above

mentioned rooms.

Contractor shall supply, install, test and commission the following:

CLEAN AGENT Fire Suppression System, as necessary to

provide the required fire suppression to the areas indicated

in the drawing

Page 40: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 40 of 80

Fire Detection and Alarm devices, consisting of Spot Smoke

Detectors as required, ensuring total protection of the critical

areas.

All necessary pipelines, fittings and supports shall be supplied and installed by the Contractor to complete a

functional Clean Agent Fire Suppression System conforming

to applicable and prescribed codes and standards.

Wiring and tapping from the gas tanks to the CLEAN AGENT

panel including all pertinent accessories to complete a

functional system. Contractor to also include the wiring from the designated control panel at the electrical room to each

individual CLEAN AGENT panel

Supply, design and installation of Very Early Smoke Detection Apparatus (VESDA) with all the required piping

and wiring

All required design, materials and labor to complete the relief vent for the protected areas, as required by the

specifications and applicable standards.

New and approved warning signs and labels required for the

Gas Suppression System

Contractor shall also submit CLEAN AGENT volume and hydraulic calculations for the proposed system layout in the

data center for approval of the Engineer prior to installation.

Contractor shall also submit VESDA system and piping layout

calculations for the proposed system

Both VESDA and Clean Agent system shall be capable of

interfacing with BMS

• Supply & Installation of Auxiliary Systems

The security system will consist of an access control and close circuit

television camera (CCTV) monitoring.

Internal CCTV monitoring inside the building are designed to eliminate blind spots and cameras are fitted with IR illumination to

enable monitoring even when lights are out.

Building external CCTVs, similarly equipped with IR illumination, are

to be strategically installed at the external areas of the building for

full visibility of the external premises

Water Leak Detection, Smoke Detection (FDAS) and Public Address

System shall be provided to support the project requirements.

Supply and installation of the following:

Page 41: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 41 of 80

o Complete security camera system (CCTV) including

2MP & 5MP IP cameras with IR illumination, network video recorder for 60 days retention, console,

monitors, software/licenses, networking accessories, rack, structured cabling components, and all

necessary devices to complete the system.

o CCTV coverage shall be for all room partitions of the building, Electrical room and building external

premises.

o Fire Detection and Alarm System (FDAS) that

includes addressable fire alarm control panel (FACP),

addressable smoke detectors, addressable heat detector, monitor modules, interface modules,

control modules, addressable manual stations, addressable siren bells, LCD annunciators,

interfacing with CCTV, Door Access, PA, and building FACP and all necessary items to complete the

system, including interfacing works with GAS

Suppression, HVAC, BMS, and VESDA

Water leak detection system must be installed at server room, UPS & Battery rooms and Electrical Room. It should

include all necessary items to complete the system.

Door Access System including control panels, biometric with numeric keypad reader, fingerscan readers with numeric

keypad reader, card readers, magnetic Locks, door contact,

push button, switch, signal, power, and interface cables PC

and all necessary items to complete the system.

o Supply, install, test and commission of Access

Control Door Systems:

o Shall be capable of card, pin (in/out) and fingerprint/biometric access control (3 way access),

with anti-pass back system

o Shall include electro-magnetic lock & push-button;

o Magnetic lock shall be capable to handle 600lbs of

force entry

o Units shall have built in TCP/ IP (transaction control

protocol –internet protocol) / RS 485 network

communication ports

o Shall include 12 vdc power supply (3a) for magnetic

lock

o Bracket support and appropriate cables for

installation, termination and programming shall be

included

Page 42: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 42 of 80

o Shall be Internet Protocol (IP) based

Public address system including control panel, wall and

ceiling mounted speakers, accessories, and all necessary

items to complete the system.

Intercom system at ANTE Room/Ramp and Security Room

including control panel, and all necessary items to complete

the system

All cabling including termination, conduits, cable tray,

bracket, supports, and accessories needed for all above

mentioned items

• Structured Cabling Works

The contractor shall furnish all labor, materials, tools and equipment,

and perform all operations necessary to complete the supply, delivery, installation, testing and commissioning of Structured

Cabling Works.

Supply of labor, delivery and installation of various cabling equipment, cables and other essential components for a

maximum of 27 nodes

Supply & installation of inter rack cabling

Supply & installation of Horizontal (LAN) Cabling Works

Submission of Bill of Materials for the project

Provision of in-house wiring, from Core Switch to Data rack

Supply, delivery and pulling of Category6 UTP cable and

Fiber optic cable. Bidder shall perform proximity measurements and bandwidth requirements assessment to

validate the FOC to be supplied whether Single-Mode, Multi-

Mode or mix of both.

Supply, delivery and installation of metal support for Cable

Gutter, PVC conduits and other consumables

Submission of Project Management Plan

As built documentation (blueprint) of implemented structured

cabling services on all floors, with its specifications consolidated with the Operations & Maintenance Manual of

the Data Center

Testing and commissioning of installed components

Migration to new cabling environment/equipment and

components

Restoration/retouching of all affected areas

Page 43: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 43 of 80

Continuity Testing

End to end Tagging and Labelling

• Supply & Installation of Structured Cabling Components

Central Patch Rack to Communications Room connection

o Shall supply, install, test and commission inter rack

structured cabling

o Shall provide 24 runs of cat6 UTP cables,

ANSI/TIA/EIA-568B.2 certified

o Shall provide 12 & 6 core Fiber Optic Cable,

multimode, 50 microns OM3, indoor fiber optic cable

connection

o Shall use 24 ports loaded patch panel on both Data

Center rack and Core Switch rack (24 runs of cat6),

ANSI/TIA/EIA-568B.2 certified

o Must use 24 ports fiber patch panel on both Data

Center and Core Switch rack

o Shall include cable manager / organizer

o Shall provide 24 pcs of 3.0 meter Cat6 factory

terminated patch cord

o Shall provide 24 pcs of 1.0 meter Multi mode FOC

patch cords

o Shall include appropriate installation and termination

o Shall include harnessing using Velcro and

appropriate tagging

o Shall include fluke network testing with hard copy

result

Data Center Rack to Server Racks

o Shall supply and install of 6 core, multimode, 50

microns, indoor fiber optic cable on each racks inside

the Server Room (total of 28 racks)

o Shall supply of 12 ports fiber patch panel on each

Server Rack (total of 28 racks)

o Shall supply three (3) sets of 24 ports fiber patch

panel on Central patch rack

o Shall provide 27 runs of cat6 UTP cables,

ANSI/TIA/EIA-568B.2 certified

Page 44: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 44 of 80

o Shall provide 24 ports loaded patch panel on each

Server Rack ANSI/TIA/EIA-568B.2 certified

o Shall provide six (6) sets of 24 ports loaded patch

panel on Central patch rack, ANSI/TIA/EIA-568B.2

certified

o Shall include 90 sets of factory terminated 3.0 meter

MM fiber patch cord (patch panel to switch)

o Shall include 150 sets of factory terminated 3.0

meter Cat6 patch cord (patch panel to switch)

o Shall include appropriate installation and termination

o Shall include harnessing and appropriate tagging

o Shall include fluke network testing with hard copy

result

o Outdoor fiber optic cable shall be in aerial installation

o Shall include conduit, hanger, bracket and support

peripherals

• Supply, Installation & Configuration of Monitoring Sensors

Provision of flexible, modular and efficient infrastructure monitoring

system to monitor centralized and decentralized sites. Hardware and

software components must be suited for both large data centers and

smaller distributed equipment rooms.

The solution must be built on small and expandable base units. Each base unit must operate as a stand-alone unit that can be integrated

into management platforms using SNMP, Modbus or XML, and

capable of integrating it with other Network Monitoring Platform, Building Management System (BMS) or other monitoring

applications.

Supply and delivery of data center infrastructure monitoring

system.

Configuration and testing of system gateway and sensors.

Basic Training for operation, configuration and

troubleshooting.

Provision of local technical support for all supplied

components while within the warranty period.

• Test Scripts with Recorded Results – provide complete testing

scripts, as appropriate, Test Forms for all equipment and devices

subjected to functional testing. These forms must conform to the Manufacturer’s Testing Standards. Any deviations, additions and/or

Page 45: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 45 of 80

deductions may be allowed only upon presentation of reasons

thereof and approval from DICT Authorized Representative.

Test results must be recorded accurately in the test forms and these

must form part of the Operations & Maintenance Manual.

• As Built Plans – develop and submit As-Built Plans for all trades covered during the fit out works. The As-Built Plans must accurately

reflect the actual fit out works, M&E installations and other relevant

works completed and duly signed-off by the signing authority designated by DICT. Mechanical and Electrical Load Schedules must

form part of the As-Built plans. Submittal should be in the following

form:

3 Sets of Print outs in A1 Sheet (properly compiled and

labelled accordingly)

3 Sets of Print Outs in A3 Sheets (properly compiled and

labelled accordingly)

Soft Copies in pdf format, CD and USB Drive

• Operations, Maintenance, Policies & Guidelines Manual –

Contractor must compile and submit a complete Operations,

Maintenance, Policies & Guidelines manual designed to provide the data center’s technical details, policies and internal processes. This

manual is not limited to physical operations of the facility, hence the contractor must extensively extract critical information relevant to

the development of this document. Below must be included at a

minimum:

Revision and Version

Approvals

Purpose and Scope

Overview of Data Center Facilities

o Facilities description and location

o Technical Details (HVAC and Electrical system

including back-up power

o Designed load and load limit levels

o Environmental Operating Parameters "temp and

humidity"

Data Center Policies Overview

Data Centre Access - Guidelines and Process

o Internal Staff

Page 46: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 46 of 80

o Visitors/ Vendors (with flow chart)

o Equipment Delivery and Removal (with flow chart)

o Room and Rack Key Control (with flow chart)

o Back-up media storage (onsite and offsite) process and guidelines for release, acceptance and transport

(with flow chart)

Data Center - Rules and Regulations (Do’s and Don'ts)

including housekeeping and waste disposal

Policies and Guidelines for Work Inside the Data Centre

o IT/NW Equipment Set-up and Installation

o Environmental Health and Safety Guidelines

o Maintenance and Repair Works (with flow chart)

o Start Up and Shutdown of Critical Facility Equipment

(with approval flow chart)

o Removal and Disposal of Old Equipment, Parts and

Waste (with approval flow chart)

Emergency Process and Procedures

o Team organization and Roles and Responsibilities

o Process Flow chart

o Activation and Escalation Path

Other Inclusions:

o DC rules and regulation Undertaking/Acceptance

forms

o Access Approval forms

o Layout plans (Facility) with proper labelling - this

should be a security controlled document

o Detailed M&E Equipment and Load Schedules

o Facility Load Expansion Plans

o Evacuation plan/route

o Work statement and method approval form

o Work permit approval form

Page 47: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 47 of 80

o Hot work permit and approval form

o Work safety rules and regulations undertaking and

acceptance form

o Emergency Contact List and Escalation (to be

updated periodically)

o Contact List of Facility Support Department (to be

updated periodically)

o Facility support organization, R&R, contact list

c. Permitting and Other Government Mandated Clearances

All Government Required Permits to legitimize the physical construction and

occupancy of the new data center facility shall be facilitated by SBMA. However, all

required documentation as pre-requisites and/or attachments in securing these permits, as mandated by law, shall be provided by the contractor prior to actual

construction mobilization.

d. Duration of the Contract

Contract shall cover provisions relevant to the physical construction of the facility, workmanship, equipment warranties, support and maintenance services.

Workmanship validity shall be for 12 months (1 year) from date of issuance of Final

Acceptance and 36 months (3 years) for extended warranty, support and

maintenance services.

e. Warranty and Service Support Requirements

DICT requires extended warranty, support and maintenance services, which shall be

valid for 36 months/3 years. The contractor must include the following, at a

minimum, among other terms and conditions of the warranty and support contract:

i. Break Fix provision

ii. Minimum of 3-CTR (3 Hours Call-To-Response)

iii. Replacement of Defective Parts

iv. Provision of Service Units (not more than 2 days upon completion of the diagnosis) in cases where the supplied equipment is/are pulled out from the

facility

v. Periodic Preventive Maintenance Services (PMS) compliant with

manufacturer’s PMS specifications.

f. Training / Knowledge Transfer / Capacity Building

i. Knowledge Transfer – prior to the issuance of the Certificate of Final

Acceptance, the contractor must conduct a thorough facility walk through for

DICT and SBMA nominated personnel. The intent primarily is to orient these personnel on the completed installations, equipment type, functionality and

Page 48: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 48 of 80

how it supports the data center facility. The Knowledge Transfer must cover

the following, but not limited to:

• M&E Equipment Technical Specifications i.e. capacity, functional

features and other relevant technical data.

• Basic Equipment Operations i.e. menu navigation on equipment with

digital functional displays, power on/off and other relevant

information pertaining to normal operations of the equipment.

• Equipment Troubleshooting – contractor must provide sample

occurrences and step by step procedures in addressing technical

issues allowed by the equipment manufacturer to be carried out by

the end-user without voiding active warranty.

• Preventive Maintenance Orientation – contractor must conduct a

detailed walk-through of the processes and/or procedures to be

performed during Preventive Maintenance Services.

• Expansion Orientation – contractor must orient DICT personnel on

basic procedures essential during expansion. The intent primarily is familiarization on the “works” required during expansion, tapping

procedures and other essential services required without disrupting

normal operations of the facility.

• Support Service Structure – contractor must present the applicable Support Structure, Support Escalation Levels and valid contact

details.

All areas covered during the Knowledge Transfer sessions should be

accurately documented and compiled in the Operations & Maintenance

Manual which forms part of the contractor’s submittals.

ii. At a minimum, the Knowledge Transfer session must include the following:

• Classroom session – presentation of designs, equipment

specifications, equipment functionality, back-up systems,

troubleshooting, operations and maintenance.

• Facility Walk-Through – physical inspection of all installed

equipment and devices, operation demonstration i.e. power

up/down, settings, basic configuration, etc.

iii. Other Provisions:

• The initial session must be delivered and conducted prior to issuance

of Certificate of Final Acceptance. The initial session should be delivered not more than 30 days upon completion of testing and

commissioning.

• The contractor must propose an effective scheduled sessions to avoid information overload and maximize the effectivity of the

knowledge transfer.

Page 49: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 49 of 80

• The contractor must accommodate request for additional sessions, at

least once a year, while within the warranty period.

iv. Training Services – Conduct training services for DICT nominated personnel (minimum of 5 personnel) covering the following, but not limited

to:

• Data Center Operations & Maintenance

• Energy Efficiency

• Risk Assessment

Above training services should be delivered within a period of 6 months from

the official hand over date of the completed facility. Complete set of training

manuals and other essential collaterals must be provided by the contractor.

Technical & Operations orientation for supplied equipment and/or Knowledge

Transfers are not considered Training Services.

g. Compatibility & Interoperability with Open System Platform

All supplied equipment, devices and/or systems must not be proprietary and are

capable of integration with a third (3rd) party open system monitoring platform.

Brand lock-in is not acceptable.

h. Penalty and Step-In Clauses

Winning contractor is mandated by DICT to deliver its proposed services within the

mutually agreed Work Plan. In the event that the contractor is not able to deliver within the allowable and acceptable period, DICT shall impose a Delay Penalty of at

least one-tenth (1/10) of a percent of the cost of the unperformed portion for every

day of delay. Penalty shall be imposed should the final acceptance date is not achieved as per agreed Project Work Plan. Should the delay/s is/are due to

unavoidable circumstances i.e. typhoon, earthquakes or other natural disasters, delays caused by the Project Principals (DICT and/or SBMA) and other forms of

delays not within the control of the contractor, the contractor must provide a written

report detailing the cause of delay, impacted deliverables with reasons thereof and a detailed catch up plan and/or updated work plan. This must then be presented to

DICT’s project team for discussion and acceptance.

i. Site Inspection

Participating vendors/contractors will be given the opportunity to perform ocular site visit to familiarize themselves of the selected site for NGDC-3 and validate various

installation locations within the site. DICT will only allow 1 visit for all

vendors/contractors participating to this bid, and all expenses to be incurred by the vendors/contractors relevant to the site visit shall be borne by the

vendors/contractors.

j. Implementation Schedule or Work Plan

Participating contractors will be required to submit a preliminary implementation

schedule as part of its proposal. The preliminary implementation plan must already

Page 50: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 50 of 80

include identified dependencies and critical paths, and must be submitted using

MSProject format/ Gantt Chart.

The projected implementation duration for NGDC-3 project implementation is 10

months from the award date. However, part of the vendor evaluation criteria is the implementation schedule proposed by the contractor. The contractor that can commit

shorter implementation schedule will be given a higher percentage during evaluation.

k. Contractor/Vendor Competency Requirements (Additional Eligibility)

Considering the nature of this project, contractors, vendors and/or service providers

will be screened and evaluated based on their competencies and experience in the data center facility field. For contractors or service providers to qualify and participate

to this bid, the following criteria must be met at a minimum:

• Contractor must possess a valid Philippine Contractors Accreditation Board

(PCAB) License. It must be valid at the time of the proposal submission to awarding. Should the said license expire prior or while construction is

ongoing, the contractor must renew it accordingly and furnish DICT

documentary proof of its renewal.

Any of the following classifications and categories are acceptable: GENERAL BUILDING:

Categories: AA, A, B

SPECIALTY:

Categories: AAA, AA, A, B, C, D

• Contractor must have Qualified Personnel with the following PRC Licenses /

Certificates on its roster of employees:

Architect

Civil Engineer

Electrical Engineer

Mechanical Engineer

Safety Officer with COSH and BOSH certifications

Certified Data Center Professional

Project Management Certification from PMP or PMI

Electronics and Communications Engineer

Professional Communications Engineer

• Contractor must be at least a Tier-1 Partner of an IT Multinational Company similarly engaged in the design, build and commissioning of data center

facilities. Bidder must provide Certification (on original letter) from the IT Principal or IT Global Company stating its Data Center Services as one of its

core offerings and that the bidder is its appointed Tier 1 Partner (or its

equivalent).

Page 51: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 51 of 80

• The Contractor should have planned, designed, installed and commissioned

at least five Data Centers/Disaster Recovery on a complete turnkey projects

within the last five (5) years, regardless of project size. Bidder must provide Certifications (on original letter) from previous customers stating the scope of

services delivered by the bidder. Each of the projects must be accompanied

by Certificate of Satisfactory Completion on original letter.

• Contractor must be an OEM and/or authorized Business Partner of all

infrastructure components of Data Center build – which are specified in

BoQ/BoM. Business partners should provide certificate or letter of

authorization from OEM on original letter.

• Contractor must have experience in designing and building a highly secured

data center facility, with varying topologies and/or Tier levels. Bidder must

provide Proof of Design in the form of any of the following:

Copy of the Proposal write up with design narrative well stated and

signed/accepted by the end-user;

Copies of Shop Drawings or Conceptual Designs with appropriate title blocks showing the end-user company logo; or

Certification from the End-user stating that the bidder has completed

the design and implementation of its data center with corresponding

tier level or topology stated.

• Contractor should have built equal to or total of 1,000 square meters of White Space/ Raised Floor area. Documents to this effect i.e. copy of PO or

relevant Completion Certificate must be submitted in support thereof.

4. Evaluation Process

Participating contractors will be required to submit 3-sets of Eligibility and Technical

Documents and 3-sets of Financial Documents, appropriately signed, sealed and labelled.

NGDC-3 Technical Working Group (TWG) will perform the evaluation of the submitted

eligibility documents, technical documents, financial documents and post qualification documents and will be evaluated based on the following:

a. Compliance and responsiveness to all the requirements and conditions as specified in the Bidding Documents

b. Committed PUE c. Inclusion of Energy Modeling and Computational Fluid Dynamics simulation reports

Participating contractors are required to follow the proposal document formatting as

sequentially listed below:

a. Design Narrative – contractor must provide a write up of their understanding of the

pre-developed designs and their complementing designs (if any)

b. Assumptions (if any)

c. Innovative Technology or Designs to be applied to complement the solution (if any)

d. Energy Modeling/Analysis

Page 52: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 52 of 80

e. Scope of Works

f. Testing and Commissioning Scope of Works

g. Project Management/Construction Administration Scope of Works

h. Implementation Schedule/ Work Plan

i. Project Team Organization

j. Service Inclusions – i.e. Training services

k. Service Exclusions

l. Reference Table of Bid Compliance (Softcopy of the excel sheet shall be provided to

the bidders who bought the bidding documents). Bidders must explicitly mention in the Reference Table of Bid Compliance the exact reference page, section and/or item

no. with a copy of that page attached in the proposal. Bidders must also submit

softcopy of the Table of Bid Compliance along with the reference documents through a flash drive. In case of inconsistency between the submitted hardcopy and that of

the softcopy, the hardcopy shall prevail

m. Vendor Profile with Project References – must include the following:

Company Name (Registered Business Name)

History: Year the company was established and brief background

Service Offerings: Professional Services relevant to this project

Business geographical coverage

Awards and Recognitions: List of major awards relevant to data centers,

recognitions and respective awarding body

Competencies: Brief description of your company’s competencies in data

center facilities engineering and information technology

Key Contact Persons and Contact details

Project References

n. Attachments:

Single Line Diagrams/Shop Drawings for all trades covered by the proposal.

All must be printed in A3 Sheet with proper title blocks/labelling.

Product Brochures of all proposed M&E Equipment and Devices

Cost Modeling/ High Level TCO Analysis

Course Outline of proposed training services

Professional CVs of engineering resources to be assigned. DICT will not allow changes of resources before or while the project engagement is ongoing,

Page 53: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 53 of 80

without proper approval from DICT’s authorized representative. In the event

that engineering and/or project delivery resources will be changed, replacement engineers should have at least equal competencies with those to

be replaced.

Project Reference supporting documents

Competency Requirements supporting documents

Copy of valid PCAB License

Copies of SEC or DTI Registration, Mayor’s permit and other government

issued licenses to attest the legitimacy of the contractor’s business

Copies of Maintenance Agreements for covered equipment, devices and/or

systems

5. Acceptance, Testing Criteria and Process

DICT shall impose strict testing procedures to be witnessed by DICT and SBMA nominated

personnel during actual testing. As stated in the Testing and Commissioning Section, vendors will be required to propose a systematic testing procedures specifically designed for data

center facilities. As such, the contractor must include in its proposal, detailed methodologies

and procedures for all testing to be done.

There are 2 Testing types to be required by DICT:

a. Equipment Standalone Testing

This refers to the power up and testing to be conducted to all M&E equipment and

support devices to be supplied and installed. The contractor is required to present the

testing procedures specified by the respective manufacturer. At a minimum:

i. Collate/compile and present all testing forms provided by the respective

manufacturer. The manufacturer or its authorized representative must certify

the authenticity of the presented testing forms.

ii. Testing forms must be provided in duplicates during actual testing. DICT personnel, designated to witness the testing, will also record the testing

results accordingly.

iii. Testing to be done must comply with the manufacturer’s prescribed testing methods and its results must be within the expected outcome. Deviations

from the standard testing procedures are not acceptable, unless necessary

and approved by DICT.

iv. Should the test results are not within the expected outcome as per manufacturer’s specifications, the contractor is required to perform

troubleshooting exercises on the spot and testing to be done not more than

2 hours from the time of the first testing done. Should the issue persist, the vendor is given 48 hours to submit a Test Failure Report and perform

corrective measures accordingly. Upon completion, retesting must be done in the presence of DICT personnel, twice with at least 36 hours interval to

assure non-repetitive of the issue.

Page 54: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 54 of 80

v. Should retesting becomes mandatory, the contractor must include in its

testing submittals, copies of failed and successful testing results.

b. Integrated Facility Testing

As stated in the Testing and Commissioning Section of this document, the contractor is mandated to perform Facility Integrated Testing to demonstrate the efficiency of all

installed back-up systems, monitoring system, power distribution and all other

functionalities of the facility based on given intent and objectives.

The contractor is required to use dummy loads to simulate the load densities

expected on Day 1 deployments.

The contractor must submit the following, but not limited to, for DICT approval prior

to the actual integrated testing:

i. Dummy Load specifications

ii. Sequential testing procedures

iii. Failure and/or outage scenarios

iv. Testing forms developed specifically for integrated testing purposes

6. Payment Terms / Progress Payment

The Payment Terms for this project shall be through Completion of Agreed Delivery

Milestones. The Contractor shall be required to submit its Implementation Milestone Report

with clear emphasis on the completion of the particular milestone along with a signed Acceptance document from the iGov Project Manager or any designated signing authority by

DICT. Payment milestones are tabulated below:

Milestones Progress

Contract Signing and Issuance of Notice to Proceed (NTP) 15%

Completion of Civil Works, Electrical Works and Mechanical Works 20%

Completion of Fire Suppression Works, Structured Cabling, Auxiliary System and Facility Monitoring Systems

15%

Completion of Testing and Commissioning 15%

Submission of As-Built Plans, Operations & Maintenance Manuals, Warranty Certificates, Signed/Valid Maintenance Agreements and completion of

Knowledge Transfers and Training Sessions

15%

Certificate of Final Acceptance 10%

TOTAL 100%

7. Timelines for Implementation of the Project

As stated in this document, the projected implementation duration is 10 months from date of

award. Vendor proposed implementation schedule must not exceed 10 months. Such

projections are based on the following Work Breakdown Structure (WBS):

Description Duration

Page 55: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 55 of 80

Detailed Design Development 2 Months

Physical Construction and Installation Works 5 Months

Testing & Commissioning and Punch listing 1 Month

Submission of Post Construction Documents 1 Month

Knowledge Transfer and delivery of at least 1 training 1 Month

TOTAL 10 Months

8. Service Level Agreement

Agreement between the Contractor and DICT that defines the Service Levels, terms and

conditions for enforcing the Service Levels and the remedies in case the Service Levels are

not fulfilled.

Severity Level Maximum Response Time (from the time a Support

Ticket has been logged to actual contractor response)

High/Critical/Down Three (3) Hours

Medium/Normal Six (6) Hours

Low/General Question Next Day

Page 56: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 56 of 80

CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3

BAC4IGOV-2017-03-003

REVISED BILL OF QUANTITIES AS OF 26 APRIL 2017 (Prices must be VAT inclusive)

Instruction to the Bidder: Indicate cost per line item. DO NOT LEAVE ANY BLANK. “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

ELECTRICAL WORKS TABLE

Sl. No

DESCRIPTION UNIT QTY RATE AMOUNT

LABOR SUPPLY LABOR SUPPLY

I ELECTRICAL WORKS

1.0 Conduits

15 mm dia. IMC LM 234

20 mm dia. IMC LM 195

25 mm dia. IMC LM 260

32 mm dia. IMC LM 65

40 mm dia. IMC LM 78

50 mm dia. IMC LM 124

65 mm dia. IMC LM 46

80 mm dia. IMC LM 33

90 mm dia. IMC LM 39

15mm dia. FMC LM 20

15mm dia. FMC Connector

LM 260

2.0 IMC ELBOW

15 mm dia. Pc 65

20 mm dia. Pc 52

25 mm dia. Pc 59

32 mm dia. Pc 33

40 mm dia. Pc 39

50 mm dia. Pc 59

65 mm dia. Pc 20

80 mm dia. Pc 13

90 mm dia. Pc 13

3.0 LOCKNUT AND BUSHING

15 mm dia. Pc 520

20 mm dia. Pc 390

25 mm dia. Pc 468

32 mm dia. Pc 130

40 mm dia. Pc 156

50 mm dia. Pc 247

65 mm dia. Pc 91

80 mm dia. Pc 65

90 mm dia. Pc 13

4.0 LIQUIDTIGHT FLEXIBLE CONDUIT

Page 57: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 57 of 80

Sl. No

DESCRIPTION UNIT QTY RATE AMOUNT

LABOR SUPPLY LABOR SUPPLY

90 mm dia. LM 65

5.0 LTFC CONNECTOR

90 mm dia. Pc 13

Hangers, Supports & Consumables

Lot 1

6.0 Other items to complete the work, please specify

Wireway Fittings:

Horizontal Elbow

400mm(W) x100mm(D) Pc 20

300mm(W) x100mm(D) Pc 13

150mm(W) x 100mm(D) Pc 10

7.0 Wireways

GI Perforated type cable tray

400mm(W) x100mm(D),Weatherproof

LM 104

300mm(W) x100mm(D),Weatherproof

LM 65

150mm(W) x 100mm(D),Weatherproof

LM 59

Supports Lot 1

Miscellaneous Materials & Consumables

Lot 1

8.0 WIRING DEVICES

Duplex Convenience,3prong Universal

Pc 70

One Gang Switch Pc 15

Two Gang Switch Pc 15

Three Gang Switch Pc 2

Three Way Switch in Two Gang Plate

Pc 1

Twistlock Outlet 30A, 1Phase, 230V, 3W

set 56

9.0 Other items to complete the work, please specify

Utility Box Nos. 150

Junction Box Nos. 100

Square Box Nos. 80

Pull Boxes Lot 1

10.0 LIGHTING FIXTURES

Recessed lighting fixture,600mm x 600mm, with 2x15W flourescent lamp, aluminum reflector & diffuser ,LED

Set 100

Vaporproof lighting fixture with 2x32W flourescent

Set 21

Page 58: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 58 of 80

Sl. No

DESCRIPTION UNIT QTY RATE AMOUNT

LABOR SUPPLY LABOR SUPPLY

lamp,LED

Pinlight, LED Set 30

Emergency Light Set 10

Exit Light Set 5

Other items to complete the work, please specify

Hangers, Supports & Consumables

Lot 1

11.0 GROUNDING SYSTEM

Grounding Copper Busbar, 50mmW x 6mm(THK), 2x6 connection insulated

Lot 1

Power Grounding System Lot 1

12.0 WIRES (THHN/THWN)

12.1 3.5 mm² THHN lm 17,850

12.2 5.5 mm² THHN lm 9,660

12.3 8.0 mm² THHN lm 2,100

12.4 14 mm² THHN lm 2,450

12.5 22 mm² THHN lm 630

12.6 30 mm² THHN lm 560

12.7 38 mm² THHN lm 420

12.8 50 mm² THHN lm 350

12.9 60 mm² THHN lm 490

12.10 100mm² THHN lm 1,722

12.11 125mm² THHN lm 364

12.12 150mm² THHN lm 434

12.13 200mm² THHN lm 3,248

12.14 250mm² THHN lm 1,428

13.0 Royal Cord

13.1 3.5 mm² THHN Duracord/3C

rl 40

15.0 PANELBOARDS

MDP PANEL 380V/220V,3PH 100%N + G, w/ MCCBs, meters, w/ copper busbars, Refer SLD for Ratings, Trip units & other details

assy 1

Incomer

1000A, 3Pole, MCCB

Metering; CTs and Digital

Multi function meter w/ RS485 Port for BMS Integration.

Outgoing :

Page 59: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 59 of 80

Sl. No

DESCRIPTION UNIT QTY RATE AMOUNT

LABOR SUPPLY LABOR SUPPLY

600A, 3Pole, MCCB - 1No.

400, 3Pole, MCC - 2Nos.

100A, 3Pole, MCCB - 2Nos. 100A, TVSS

GSA PANEL 380V/220V, 3PH + 100%N + G, w/ MCCBs, meters, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 1

Incomer :

1No. 1200A, 3Pole, MCCB, w/ On/Off/Trip Indications.

Metering; CTs and Digital Multi function meter w/ RS485 Port for BMS Integration.

Outgoing :

600A, 3Pole, MCCB - 1No.

400A, 3Pole, MCCB - 1No.

100A, TVSS

DPUPSI-A & B PANEL,380V/220V, 3PH + 100%N + G, with ATS and MCCBs, meters, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 2

Incomer :

1No. 400A, 3Pole, Auto Transfer Switch (ATS) 1No. 400A, 3Pole, MCCB

Metering; CTs and Digital Multi function meter w/ RS485

Port for BMS Integration.

100A TVSS

Outgoing :

400A, 3Pole, MCCB - 3nos.

DPUPSO-A & B PANEL,380V/220V, 3PH + 100%N + G, with MCCBs, meters, w/ copper busbars,

Refer SLD for rating, Trip units & other details.

assy 2

Incomer :

400AT, 3Pole, MCCB, 2Nos. Metering; CTs and Digital

Page 60: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 60 of 80

Sl. No

DESCRIPTION UNIT QTY RATE AMOUNT

LABOR SUPPLY LABOR SUPPLY

Multi function meter w/ RS485

Port for BMS Integration. SKRU interlock for 3 breakers (Bypass breaker, buscoupler & Loadbank breaker)

Outgoing :

400A, 3Pole, MCCB - 1no.

225A, 3Pole, MCCB - 2Nos.

100A TVSS

LPP - AC PANEL 380V/220V, 3PH + 100%N + G, with ATS, MCCBs, meters, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 1

Incomer : 1No. 600A, 3Pole, Auto Transfer Switch (ATS) 1No. 600A, 3Pole, MCCB

Metering; CTs and Digital

Multi function meter w/ RS485 Port for BMS Integration.

Outgoing :

250A, MCCB - 3Nos.

75A, MCCB - 2Nos.

60A, MCCB - 6Nos.

40A, MCCB - 1No.

30A, MCCB - 8Nos. 100A TVSS

LPP PANEL 380V/220V, 3PH + 100%N + G, with ATS, MCCBs, MCBs, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 1

Incomer :

1No. 100A, 3Pole, Auto Transfer Switch (ATS)

1No. 100A, 3Pole, MCCB

Outgoing : 60A, MCCB - 3Nos. 60A TVSS

LPA PANEL 380V/220V, 3PH + 100%N + G, with, MCBs, w/ copper busbars, Refer

assy 1

Page 61: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 61 of 80

Sl. No

DESCRIPTION UNIT QTY RATE AMOUNT

LABOR SUPPLY LABOR SUPPLY

SLD for rating, Trip units & other details.

Incomer :

1No. 60A, 3Pole, MCBs

Outgoing :

20A, 1Pole, MCCB - 14Nos.

60A TVSS

RPP - A & B PANEL, 380V/220V, 3PH + 100%N + G, with, MCCBs, MCBs, meters,w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 2

Incomer : 1No. 200A, 3Pole, MCCB Metering; CTs and Digital Multi function meter w/ RS485

Port for BMS Integration.

Outgoing :

30A, MCCB - 36Nos. 100V TVSS

AUXILIARY PANEL, 380V/220V, 3PH+ 100%N + G, with, MCCBs, MCB w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 1

Incomer :

1No. 60A, 3Pole, MCCB

Metering; CTs and Digital Multi function meter w/ RS485 Port for BMS Integration.

Outgoing :

20A, MCCB - 12Nos.

60A TVSS

SYNCHRONIZING PANEL,380V/ 220V, 3PH + 100%N + G, with, MCCBs, MCBs, meters, w/ copper busbars, Refer SLD for rating, Trip units & other details.

assy 1

Incomer :

2Nos. 1200A, 3Pole, MCCB

Page 62: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 62 of 80

Sl. No

DESCRIPTION UNIT QTY RATE AMOUNT

LABOR SUPPLY LABOR SUPPLY

Metering; CTs and Digital

Multi function meter w/ RS485

Port for BMS Integration.

Outgoing :

1200A, MCB - 1No.

500A, MCB - 1No.

17.0 UPS SYSTEM

Design, supply installation, testing and commissioning of Modular UPS and batteries with accessories, Services shall include the following, a. Engineering and Documentation b. Installation & Termination c. Testing & Commissioning

assy. 2

Double Conversion Online UPS Input Voltage : 400VAC,3Phase 60Hz,4w + Grnd. Input Voltage Rate : 15% + 20% at 100% load Input Current Distortion :< 3% at 100% load Capacity Input Power Factor : > 0.99 Output Voltage : 400VAC, 3Phase,60Hz,4w + Grnd. Output Voltage Regulation : < 1% steady state Efficiency : Up to 96.2% with rated inear load 99.1% in ESS mode Safety : IEC 62040-1 EMC : IEC 62040-2 Performance:IEC 6204-3

Necessary copper cabling between UPS and batteries / battery breaker etc., shall be part of UPS tender.

Page 63: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 63 of 80

Sl. No

DESCRIPTION UNIT QTY RATE AMOUNT

LABOR SUPPLY LABOR SUPPLY

UPS input & output cable from UPS shall be supplied & terminated by other vendors.

Necessary control cabling between different units of UPS shall be a part of UPS offer(If required).

The UPS shall be suibale for open transition transfer between utility & DG supply. Neutral shall be derived from the UPS itself.

17.1 25KW Uninterruptable Power Module (UPM)-400KW Capacity

units 8

17.2 Network & Modbus-MS units 2

17.3 Battery Cabinet w/ DC Breakers (with complete Accessories)

units 6

17.4 30mins. Back-up time at Full load , 400kw (3 Banks per UPS unit)

units 6

18.0 Load Bank Testing for 100kW LOAD (2 units)

lot 1

Maximum Testing Hours is at 8 Hours, 15 linear metrs cable length

Total Electrical Vat Inc.

GRAND TOTAL- SUPPLY & LABOUR

Name of Company

Signature Over Printed Name

Of Authorized Representative

Date

Page 64: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 64 of 80

Revised Annex I as of 26 April 2017

CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3

BAC4IGOV-2017-03-003

STATEMENT OF ALL ONGOING CONTRACTS WITHIN THE LAST THREE (3) YEARS

All On-Going Contracts (including contract/s awarded but not yet started, if any)

Name of Client

Name of the

Contract

Date and Status of

the Contract

Kinds of Goods

Amount of

Contract

Value of Outstanding

Contracts

Date of Delivery

Purchase Order

Number/s or Date of Contract/s

________________________________________

Name & Signature of Authorized Representative _______________________________________

Position

_______________________________________ Date

Instructions:

1. State all on-going contracts including those awarded but not yet started (Government and Private Contracts which may be

similar or not similar to the project called for bidding as of the day before the deadline of submission of bids.

2. If there is NO on-going contract including awarded but not yet started as of the abovementioned period, state none or

equivalent term.

3. The total amount of the ongoing but not yet started contracts should be consistent with those used in the Financial Contracting Capacity (NFCC).

Page 65: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 65 of 80

Revised Annex I-A as of 26 April 2017

CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3

BAC4IGOV-2017-03-003

STATEMENT OF SINGLE (1) LARGEST COMPLETED CONTRACT OF SIMILAR NATURE WITHIN THE LAST FIVE (5) YEARS FROM DATE OF SUBMISSION AND RECEIPT OF BIDS AMOUNTING TO AT LEAST FIFTY PERCENT (50%)

OF THE APPROVED BUDGET FOR THE CONTRACT (ABC) OR

STATEMENT OF AT LEAST TWO (2) CONTRACTS OF SIMILAR NATURE, THE AGGREGATE AMOUNT OF WHICH SHOULD BE EQUIVALENT TO AT LEAST FIFTY (50%) OF THE ABC, THE LARGEST OF THESE CONTRACTS MUST BE

EQUIVALENT TO AT LEAST TWENTY FIVE (25%) OF THE ABC.

Name of

Client

Name of

Contract

Date of the

Contract

Kinds of

Goods

Value of

Contracts

Date of

Completion

Official Receipt No. & Date OR

End User’s Acceptance Date

CERTIFIED CORRECT:

________________________________________ Name & Signature of Authorized Representative

_______________________________________ Position

_______________________________________ Date

Instructions: 1. Cut Off Date as of: (i) Up to the day before the deadline of submission of bids.

2. In the column under “Dates”, indicate the dates of Delivery/End-User’s Acceptance and Official Receipt No.

3. Name of Contract column, indicates the Nature/Scope of the Contract for the DICT to determine the relevance of the entry with the Procurement at hand.

Page 66: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 66 of 80

Revised Annex II as of 26 April 2017

CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3 BAC4IGOV-2017-03-003

CERTIFICATE OF NET FINANCIAL CONTRACTING CAPACITY (Please show figures at how you arrived at the NFCC)

This is to certify that our Net Financial Contracting Capacity (NFCC) is Philippine Pesos ____________ (P______________) which is at least equal to the Approved Budget for the Contract (ABC). The amount 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. NFCC = (CA-CL) (15) – C

Issued this _____ day of _________, 2017.

CERTIFIED CORRECT:

________________________________________

Name & Signature of Authorized Representative _______________________________________

Position

_______________________________________ Date

Notes: 1. The values of the bidder’s current assets and current liabilities be based on the

data submitted to BIR through its Electronic Filing and Payment System. 2. Value of all outstanding or uncompleted contracts refers those listed in Annex-I.

3. The detailed computation using the required formula must be shown as provided

above. 4. The NFCC computation must at least be equal to the total ABC of the project.

Page 67: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 67 of 80

Revised Annex III as of 26 April 2017 (page 1 of 3)

CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3

BAC4IGOV-2017-03-003

PROTOCOL / UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT

VENTURE This PROTOCOL / UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT VENTURE,

executed by:

__________ a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices located at __________, __________,

representative herein by __________, __________, hereinafter referred to as “__________”;

-and-

__________ a sole proprietorship/partnership/corporation duly organized and existing under

and by virtue of the laws of the Philippines, with offices located at __________, __________, representative herein by __________, __________, hereinafter referred to as “__________”;

-and-

__________ a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices located at __________, __________,

representative herein by __________, __________, hereinafter referred to as “__________”;

(hereinafter referred to collectively as “Parties”)

For submission to the Special Bids and Awards Committee of Integrated Government Philippines Project the Department of Information and Communications Technology,

pursuant to Section 23.1 (b) of the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (R.A.) 9184.

WITNESSETH That:

WHEREAS, the Parties desire to participate as a Joint Venture in the public bidding that will

be conducted by the Department of Information and Communications Technology, pursuant

Republic Act (R.A.) 9184 and its Implementing Rules and Regulations, with the following particulars:

Bid Reference No. BAC4IGOV-2017-03-003

Name/Title of Procurement Project CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3

Approved Budget for the Contract ₱150,624,772.07

Page 68: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 68 of 80

Revised Annex III as of 26 April 2017

(page 2 of 3)

NOW THEREFORE, in consideration of the foregoing, the Parties undertake to enter into a JOINT VENTURE and sign a Joint Venture Agreement relative to the joint cooperation for this

bid project, in the event that their bid successful, furnishing the copy thereof within ten (10) calendar days from receipt of Notice from the BAC that our bid has the lowest calculated bid or

highest rated responsive bid (as the case may be).

For the purposes of this bid project, and unless modified by the terms of the Joint Venture

Agreement, the following party shall be the authorized representative of the JV:

CERTIFIED CORRECT:

___________________________________________ _________________________________________ Authorized Representative of the JV Partner:

(Per attached Secretary’s Certificate)

Authorized Representative of the JV Partner:

(Per attached Secretary’s Certificate) ___________________________________________ __________________________________________

Name Name

___________________________________________ _________________________________________ Date Date

Furthermore, the parties agree to be bound jointly and severally under the said Joint Venture

Agreement;

THAT Finally, failure on our part of enter into the Joint Venture and/or sign the Joint Venture

Agreement for any reason after the Notice of Award has been issued by shall be a ground for non-issuance by DICT of the Notice to Proceed, forfeiture of our bid security and such other administrative

and/or civil liabilities as may be imposed by DICT under the provisions of R.A. 9184 and its 2016Revised IRR, without any liability on the part of DICT.

This Undertaking shall form an integral part of our Eligibility documents for the above-cited project.

IN WITNESS WHEREOF, the parties have signed this Protocol/Undertaking on the date fist above-written.

Bidder’s Representative/Authorized Signature

[JURAT] SUBSCRIBED AND SWORN TO BEFORE ME this __________ day of __________ at __________,

Philippines, affiant exhibited to me his/her competent Evidence of Identity (as defined by 2004 Rules on Notarial Practice issued at _________ at __________, Philippines.

Doc No. _______

Page No. ______ Book No. ______

Series of ______

Page 69: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 69 of 80

Revised Annex III as of 26 April 2017

(page 3 of 3)

Note: "Sec.12. Competent Evidence of Identity - The phrase ”competent evidence of identity" refers to the identification of an individual based on: At least one current identification documents issued by an official agency bearing the photograph and signature of the individual, such as but limited to, passport, driver's license, Professional Regulations Commission ID, National Bureau of Investigation clearance, police clearance, postal ID, voter's ID, Barangay Certification, Government Service and Insurance System (GSIS) e-card, Social Security System (SSS) card, PhilHealth card, senior citizen card, Overseas Workers Welfare Administration (OWWA) ID, OFW ID, seaman's book, alien certificate of registration/immigrant certificate of registration, government office ID, certification from the National Council for the Welfare of Disabled Persons (NCWDP), Department of Social Welfare and Development (DSWD) certification.

Page 70: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 70 of 80

Revised Annex V as of 26 April 2017

CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3 BAC4IGOV-2017-03-003

OMNIBUS SWORN STATEMENT REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF _______ ) S.S.

A F F I D A V I T I/We, ____________, of legal age, with residence at __________, after

having duly sworn in accordance with law and in compliance with the bidding requirements as contained in the Instructions to Bidders/Bid Data Sheet for the bidding do hereby certify under oath as follows:

(a) AUTHORITY OF THE DESIGNATED REPRESENTATVE

(Please check appropriate box and full up blanks)

SOLE PROPRIETORSHIP That I am the sole proprietor of <Company Name/Name of Supplier> with business address

at _____________; Telephone No. ________________, with Fax No. __________ and e-mail address

______________ and as such, I have the full power and authority to do, execute, and perform any

and all acts necessary to represent it in the negotiation. Name:___________________________

Title:_____________________________ Specimen Signature:________________

OR

That I am the <Company Name/Name of Supplier> with business address at _____________; Telephone No. ________________, with Fax No. __________ and e-mail address

______________ and as such, I have the full power and authority to do, execute, and perform any and all acts necessary to represent it in the negotiation.

Name:___________________________ Title:_____________________________

Specimen Signature:________________

Note: Please attach a Special Power of Attorney, if not the Sole Proprietor/Owner.

CORPORATION, PARTNERSHIP, COOPERATIVE That I/We am/are the duly authorized representative/s of <Company Name>, located at

_____________; Telephone No. ________________, with Fax No. __________ and e-mail address ______________; as shown in the attached Secretary’s Certificate issued by the corporation or the

members of the joint venture, and granted full power and authority to execute and perform any and

all acts necessary and/or to represent our company in the abovementioned negotiations, including signing all negotiation documents and other related documents such as the contracts:

1. Name:___________________________ Title:____________________________

Specimen Signature:________________

2. Name:__________________________ Title:____________________________

Specimen Signature:________________ Note: Please attach duly executed Secretary’s Certificate.

Page 71: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 71 of 80

(b) NON-INCLUSION IN THE BLACKLIST NOR UNDER SUSPENSION STATUS

BY ANY AGENCY OR GOVERNMENT INSTRUMENTALITY

That the firm I/We represent is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, Foreign

Government/Foreign or International Institution whose blacklisting rules been recognized by the Government Procuring Policy Board;

(c) AUTHENTICITY OF SUBMITTED DOCUMENTS

That each of the documents submitted by our company by our company 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.

(d) AUTHORITY TO VALIDATE SUBMITTED DOCUMENTS

The undersigned duly authorized representative of the Applicant, for and in behalf of the

Applicant hereby submits this Letter of Authorization in relation with Application to apply for Eligibility

and to Bid for the subject contract to be bid. In the connection thereat, all public official, engineer, architect, surety company, bank

institution or other person, company or corporation named in the eligibility documents and statements are hereby requested and authorized to furnish the Chairperson of BAC4IGOV or his duly

authorized representative/s any information necessary to verify the correctness and authenticity of

any item stated in the said document and statements or regarding our competence and general reputation.

I/We hereby give consent and give authority to the Chairperson of BAC4IGOV or his duly authorized representative, to verify the authenticity and correctness, of any or all of the documents

and statements submitted herein; and that I/we hereby hold myself liable, criminally or civilly, for any misrepresentation or false statements made therein which shall be ground for outright disqualification

and/or ineligibility, and inclusion of my/our company among the contractors blacklisted from

participating in future biddings of Department of Information and Communications Technology .

(e) DISCLOSURE OF RELATIONS

That for and in behalf of the Bidder, I/We hereby declare that:

if the bidder is an individual or a sole proprietorship, to the bidder himself;

if the bidder is a partnership or cooperative, to all its officers and members;

if the bidder is a corporation or joint venture, to all its officers, directors, and controlling

stockholders;

Are not related by consanguinity or affinity up to the third civil degree with the Secretary, Officers or Employees having direct access to information that may substantially affect the result of the

bidding such as, but not limited to, the members of the BAC, the members of the Technical Working Group (TWG), the BAC Secretariat, and DICT. It is fully understood that the existence

of the aforesaid relation by consanguinity or affinity of the Bidder with the aforementioned Officers of

the Agency shall automatically disqualify the Bid.

Page 72: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 72 of 80

(f) COMPLIANCE WITH EXISTING LABOR LAWS AND STANDARDS

That our company diligently abides and complies with existing labor laws and standards

(g) BIDDER’S RESPONSIBLITIES

1. That I/we have taken steps to carefully examine all of the Bidding Documents;

2. That I/We acknowledge all conditions, local or otherwise, affecting the implementation of the Contract;

3. That I/We made an estimate of the facilities available and needed for the contract to be bid, if any;

4. That I/We will inquire or secure Supplemental/Bid Bulletin(s) issued for this Project.

5. That the submission of all bidding requirements shall be regarded as acceptance of all conditions of bidding and all requirements of authorities responsible for certifying compliance

of the contract; 6. That I have complied with our responsibility as provided for in the bidding documents and all

Supplemental / Bid Bulletins;

7. That failure to observe any of the above responsibilities shall be at my own risk; and 8. That I agree to be bound by the terms and conditions stated in the Conditions of the Contract

for this project.

(h) DID NOT PAY ANY FORM OF CONSIDERATION

That our company did not give or pay directly or indirectly any commission, amount, fee or

any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.

(i) COMPANY OFFICIAL CONTACT REFERENCE

That our company hereby assigns the following contact number/s and e-mail address/es as the

official telephone/fax number and contact reference of the company where the DICT Bids and Awards Committee notices be transmitted.

Telephone No./s: __________________________

Fax No/s. : _______________________________

E-mail Add/s.:_____________________________

It is understood that notice/s transmitted in the above-stated telephone/fax numbers and/or e-mail address/es are deemed received as of its transmittal and the reckoning period for the reglementary

periods stated in the bidding documents and the revised Implementing Rules and Regulations of Republic Act No. 9184 shall commence from receipt thereof.

Page 73: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 73 of 80

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

_____________________________________

Bidder’s Representative/Authorized Signatory

[JURAT]

SUBSCRIBED AND SWORN TO BEFORE ME this _________ day of

________________ at __________________, Philippines. Affiant exhibited to me his/her competent Evidence of Identity (as defined by the 2004 Rules of Notarial Practice ________________ issued ______________ at ____________________, Philippines. Doc. No._______ Page No._______ Book No._______ Series of_______ Note: "Sec.12. Competent Evidence of Identity - The phrase” competent evidence of identity" refers to the identification of an individual based on: At least one current identification documents issued by an official agency bearing the photograph and signature of the individual, such as but limited to, passport, driver's license, Professional Regulations Commission ID, National Bureau of Investigation clearance, police clearance, postal ID, voter's ID, Barangay Certification, Government Service and Insurance System (GSIS) e-card, Social Security System (SSS) card, PhilHealth card, senior citizen card, Overseas Workers Welfare Administration (OWWA) ID, OFW ID, seaman's book, alien certificate of registration/immigrant certificate of registration, government office ID, certification from the National Council for the Welfare of Disabled Persons (NCWDP), Department of Social Welfare and Development (DSWD) certification.

Page 74: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 74 of 80

Revised Annex VI as of 26 April 2017 PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER.

DEPARTMENT OF INFORMATION AND COMMUNICATIONS TECHNOLOGY FINANCIAL BID FORM

(PRICES MUST BE INCLUSIVE OF VAT AND DELIVERED DUTIES PAID)

CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3 BAC4IGOV-2017-03-003

Description Qty ABC (P) Financial Bid (P)

Total Price Total Price

CONSTRUCTION OF NATIONAL GOVERNMENT

DATA CENTER 3

1 Lot 150,624,772.07

TOTAL BID PRICE (Amount in Words): ___________________________________________________________________ ___________________________________________________________________ Notes:

• The financial bid is inclusive of all taxes, duties, transportation costs, delivery charges and all costs relative to the project requirements including installation, testing, commissioning and training.

• The bidder shall assume all risks until the goods have been delivered at the site and accepted by DICT

BIDDER’S UNDERTAKING I/We, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable

hereby OFFER to (supply/deliver/perform) the above described items. I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions

contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award.

Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.

Name of Company (in print)

Signature of Company Authorized Representative

Name and Designation (in print)

Date

Page 75: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 75 of 80

Revised Annex VII as of 26 April 2017

CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3 BAC4IGOV-2017-03-003

COMPANY PROFILE

COMPANY NAME :

ADDRESS :

HEAD OFFICE :

BRANCH :

TELEPHONE NUMBER/S :

HEAD OFFICE :

BRANCH :

FAX NUMBER/S :

HEAD OFFICE :

BRANCH :

E-MAIL ADDRESS/ES :

NUMBER OF YEARS IN BUSINESS :

NUMBER OF EMPLOYEES :

LIST OF MAJOR STOCKHOLDERS :

LIST OF BOARD DIRECTORS :

LIST OF KEY PERSONNEL (NAME & DESIGNATION WITH SIGNATURE) AS AUTHORIZED CONTACT PERSONS FOR THIS PROJECT [at least THREE (3)]

:

______________________________________________ Name & Signature of Company Authorized Representative

___________________________________ Position

___________________________________ Date

Page 76: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 76 of 80

Revised Annex VIII as of 26 April 2017

CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3

BAC4IGOV-2017-03-003

CERTIFICATE OF PERFORMANCE EVALUATION

[Rating of at least Very Satisfactory to be issued by the Bidder’s Client/s indicated in the submitted

Annex I-A on the performance of the product supplied / delivered by the prospective bidder]

This is to certify that ___(NAME OF BIDDER) __has supplied our

company/agency with __(Name of Product/s)__. Based on our evaluation on timely delivery, compliance to specifications and performance, warranty and after sales service, we give (NAME OF BIDDER) a rating of:

EXCELLENT

VERY SATISFACTORY

SATISFACTORY

POOR

This Certification shall form part of the Technical Documentary Requirements in line with __(Name of Bidder) _participation in the CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3 for the Department of Information and Communications Technology . Issued this _________ day of ___________ 2017 in ____________, Philippines.

Name of Company (Bidder’s Client)

Full name of Authorized Representative

Address

Signature of Authorized Representative

Tel. No. / Fax

E-Mail Address

Page 77: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 77 of 80

BAC4IGOV REVISED CHECKLIST OF REQUIREMENTS FOR BIDDERS

AS OF 26 April 2017 Name of Company : _______________________________

Name of the Project: CONSTRUCTION OF NATIONAL GOVERNMENT DATA

CENTER 3 Bid Reference No. : BAC4IGOV-2017-03-003 ABC : PhP150,624,772.07

Ref. No.

Particulars

ENVELOPE 1: ELIGIBILITY AND TECHNICAL DOCUMENTS

ELIGIBILITY DOCUMENTS

CLASS “A” DOCUMENTS 12.1 (a.1.) ELIGIBILITY DOCUMENTS

i. PhilGEPS Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR, except for foreign bidders participating in the procurement by a

Philippine Foreign Service Office or Post, which shall submit their eligibility documents under Section 23.1 of the IRR, provided, that the winning bidder

shall register with the PhilGEPS in accordance with section 37.1.4 of the IRR.

ii. Statement of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in

nature and complexity to the contract to be bid (Revised Annex I as of 26

April 2017)

iii. Statement of Completed Single Largest Contract from January 2012 up to the

day before the deadline for the submission bids of similar in nature equivalent to at least fifty percent (50%) of the ABC or Statement of at least two (2)

contracts of similar nature, the aggregate amount of which should be

equivalent to at least fifty (50%) of the ABC, the largest of these contracts must be equivalent to at least twenty five (25%) of the ABC.

(Revised Annex I-A as of 26 April 2017) Certified true copy of any of the following documents or its equivalent must be

attached to Annex I-A:

a) Notice of Award and/or Notice to Proceed b) Project Owner’s Certificate of Final Acceptance issued by the Owner

other than the Contractor c) Constructor’s Performance Evaluation System (CPES) Final Rating Sheet

which must have a satisfactory rating

iv. Valid and Current Philippine Contractors Accreditation Board (PCAB) license

Any of the following classifications and categories are acceptable:

GENERAL BUILDING:

Categories: AA, A, B,

SPECIALTY:

Categories: AAA, AA, A, B, C, D

v. Duly signed Net Financial Contracting Capacity Computation (NFCC) per

Page 78: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 78 of 80

Revised Annex II as of 26 April 2017, in accordance with ITB Clause 5.5

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.

Notes:

A. The values of the bidder’s current assets and current liabilities shall be based on the data submitted to BIR through its Electronic Filing

and Payment System.

A. Value of all outstanding or uncompleted contracts refers those listed in Annex-I.

B. The detailed computation using the required formula must be shown as provided above.

C. The NFCC computation must at least be equal to the total ABC of the project.

CLASS “B” DOCUMENTS (FOR JOINT VENTURE)

vi. For Joint Ventures, Bidder to submit either:

1. Copy of the JOINT VENTURE AGREEMENT (JVA) in case the joint venture is already in existence, or

2. Copy of Protocol / Undertaking of Agreement to Enter into Joint Venture signed by all the potential join venture partners stating that they will enter

into and abide by the provisions of the JVA in the instance that the bid is

successful. (Revised Annex III as of 26 April 2017) The JVA or the Protocol/Undertaking of Agreement to Enter into Joint

Venture (Annex III) must include/specify the company/partner and the name of the office designated as authorized representative of the

Joint Venture.

For Joint Venture, the following documents must likewise be submitted:

For Joint Venture Between Two (2) Local Companies, each partner should submit: 1. PhilGEPS Certificate of Registration and Membership in accordance with Section

8.5.2 of the IRR, except for foreign bidders participating in the procurement by a Philippine Foreign Service Office or Post, which shall submit their eligibility

documents under Section 23.1 of the IRR, provided, that the winning bidder

shall register with the PhilGEPS in accordance with section 37.1.4 of the IRR.

For item (ii) to (vi) of the required eligibility documents, submission by any of the Joint Venture partner constitutes compliance.

TECHNICAL DOCUMENTS

12.1

(b)(i)

Bid security shall be issued in favor of the DEPARTMENT OF INFORMATION AND COMMUNICATIONS TECHNOLOGY (DICT) valid at least one hundred twenty

(120) days after date of bid opening in any of the following forms: a) BID SECURING DECLARATION per Annex IV; or

b) Cashier’s / Manager’s Check equivalent to at least 2% of ABC issued by an

Universal or Commercial Bank. c) Bank Draft / Guarantee or Irrevocable Letter of Credit issued by a Universal or

Commercial Bank equivalent to at least 2% of the ABC: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank,

if issued by a foreign bank

d) Surety Bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such

security equivalent to at least 5% of the ABC

Page 79: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 79 of 80

Description CONSTRUCTION OF

NATIONAL GOVERNMENT DATA CENTER 3

Qty 1 Lot

Total ABC (PhP) (VAT Inclusive)

PhP150,624,772.07

BID SECURITY

Cashier’s / Manager’s Check equivalent to at least 2% of the ABC

(PhP) PhP3,012,495.44

Bank Draft / Guarantee or Irrevocable Letter of Credit equivalent to at least

2 % of the ABC (PhP)

Surety Bond equivalent to at least 5% of the ABC (PhP)

PhP7,531,238.60

Bid Securing Declaration No required percentage

12.1 (b)(ii)

Proof of Authority of the Bidder’s authorized representative/s:

a) FOR SOLE PROPRIETORSHIP (IF OWNER OPTS TO APPOINT A REPRESENTATIVE):

Duly notarized Special Power of Attorney b) FOR CORPORATIONS, COOPERATIVE OR THE MEMBERS OF THE JOINT

VENTURE:

Duly notarized Secretary’s Certificate evidencing the authority of the designated representative/s.

c) IN THE CASE OF UNINCORPORATED JOINT VENTURE: Each member shall submit a separate Special Power of Attorney and/or Secretary’s Certificate

evidencing the authority of the designated representative/s.

12.1 (b)(iii)

Omnibus Sworn Statements using the form prescribed. (Revised Annex V as of 26 April 2017)

a. Authority of the designated representative

b. Non-inclusion of blacklist or under suspension status

c. Authenticity of Submitted Documents

d. Authority to validate Submitted Documents

e. Disclosure of Relations

f. Compliance with existing labor laws and standards

g. Bidder’s Responsibility

h. Did not pay any form of consideration

i. Company Official Contact Reference

12.1

(b)(iv)

Project Requirements which shall include the following: a. Organizational Chart for the contract to be bid;

b. List of contractor’s personnel to be assigned to the contract to be bid, with their

complete qualification and experience data. These personnel must meet the required the following:

Key Personnel PRC

License General

Experience Relevant Experience

Architect Required Minimum of

10 years experience

Must have designed at least 3 data centers in the last 5 years with various topologies

Civil Engineer Required Minimum of

10 years experience

Must have designed at least 3 data centers in the last 5 years with various topologies

Electrical Engineer Required Minimum of

10 years experience

Must have designed at least 5 data centers in the last 5 years with various topologies

Mechanical Engineer

Required Minimum of 5

years experience

Must have designed at least 3 data centers in the last 5 years with various topologies

Safety Officer Required Minimum of 5

years Must have implemented and managed

safety programs for Data Center

Page 80: CONSTRUCTION OF NATIONAL GOVERNMENT DATA …i.gov.ph/wp-content/uploads/2017/05/SBB-5-NGDC3-Construction-26... · Construction of National Government Data Center 3 ... Audited Financial

Supplemental Bid Bulletin No. 5

Construction of National Government Data Center 3

Bid Reference No. BAC4IGOV-2017-03-003

Page 80 of 80

experience Construction works

Certified Data Center Professional

Not required Not Applicable Must have involved in design development for Tier 2 and Tier 3 Data centers in the

last 5 years

Project / Construction

Manager Not required

Minimum of 10 years

experience

Must have managed construction works for at least 3 data centers in various topologies

Electronics and Communications

Engineer Required

Minimum of 5 years

experience

Should have participated in any commercial or industrial project

implementation

Professional Communications

Engineer Required

Minimum of 5 years

experience

Should have participated in any commercial or industrial project

implementation

c. List of contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership, certification of

availability of equipment from the equipment lessor/vendor for the duration of the project, as the case may be, which must meet the minimum requirements:

Equipment / Tools Capacity Item

Load Bank 100kw 2 Sets

Boom Truck/ Mobile Crane 5 Tons 1 Unit (min)

Electric / Portable Drill Not Applicable Not Applicable

SDS Drill Not Applicable Not Applicable

Jack Hammer Not Applicable Not Applicable

Jigsaw Not Applicable Not Applicable

Heat Gun Not Applicable Not Applicable

Grinder Not Applicable Not Applicable

Spray Gun Not Applicable Not Applicable

Air Compressor Not Applicable Not Applicable

Portable Circular Saw Not Applicable Not Applicable

Chipping Gun Not Applicable Not Applicable

Welding Machine Not Applicable Not Applicable

ENVELOPE 2: FINANCIAL DOCUMENTS

13.1

(a)

Completed and signed Financial Bid Form. Bidder must use, accomplish and submit

Financial Bid Form hereto attached Revised Annex VI as of 26 April 2017.

Description Qty ABC P (VAT Inclusive)

Total CONSTRUCTION OF NATIONAL GOVERNMENT DATA CENTER 3 1 Lot 150,624,722.07

The ABC is inclusive of VAT. Any proposal with a financial component exceeding the

ABC shall not be accepted.

Completed and signed Bill of Quantities (Section VIII)

a) Summary Table

b) General Requirements Table

c) Furniture Requirements Table

d) Civil Works Table

e) Revised Electrical Works Table as of 26 April 2017

f) Structured Cabling Works Table

g) Fire Suppression Table

h) Auxiliary Table

i) Vesda Table

j) WLD-FDAS-PA Table

k) BMS Table

Cash flow by quarter or payment schedule.

NOTE: In case of inconsistency between the Checklist of Requirements for Bidders and the provisions in the Instruction to Bidders/Bid Data Sheet, the Instruction to Bidders/Bid Data Sheet shall prevail