special bids and awards committee for the integrated...

22
Supplemental Bid Bulletin No. 3 Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2 Bid Reference No. BAC4IGOV-2017-08-012 Page 1 of 22 SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV) Supplemental Bid Bulletin No. 3 SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT EQUIPMENT FOR REGIONAL GOVNET PHASE 2 Bid Reference No. BAC4IGOV-2017-08-012 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 Upon careful examination of the required Bill of Materials (BOM) of the following items listed below, we would like to further clarify on the total number of quantity because we found out that there are discrepancies on the TOR against the actual requirements. The actual computation is the correct number of quantity per item. Please see attached Revised Detailed Financial Breakdown attached in this Supplemental Bid Bulletin. ITEM QUANTITY ON TERMS OF REFERENCE (TOR) ACTUAL COMPU TATION Hot Swappable redundant AC power supply 103 104 1000BASE-LX SFP, MMF 220 & 550 meters, SMF 10km, LC connector, Industrial Temp 1238 1248 10 Gigabit Ethernet SFP+ module, 1310nm, SMF 10km link, LC connector 206 208 LC/UPC LC/UPC SM DX 2.0 mm LSZH Patchcord L=3m 2292 2304

Upload: others

Post on 07-Feb-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 1 of 22

SPECIAL BIDS AND AWARDS COMMITTEE

FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)

Supplemental Bid Bulletin No. 3

SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT

EQUIPMENT FOR REGIONAL GOVNET PHASE 2

Bid Reference No. BAC4IGOV-2017-08-012

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

Upon careful examination of the required Bill of Materials (BOM) of the following

items listed below, we would like to further clarify on the total number of quantity because we found out that there

are discrepancies on the TOR against the actual requirements.

The actual computation is the correct

number of quantity per item. Please see

attached Revised Detailed Financial

Breakdown attached in this

Supplemental Bid Bulletin.

ITEM

QUANTITY ON TERMS

OF REFERENCE

(TOR)

ACTUAL

COMPUTATION

Hot Swappable

redundant AC power supply

103 104

1000BASE-LX SFP, MMF 220 &

550 meters, SMF 10km, LC

connector, Industrial Temp

1238 1248

10 Gigabit Ethernet SFP+

module, 1310nm, SMF 10km link, LC

connector

206 208

LC/UPC – LC/UPC SM DX 2.0 mm LSZH

Patchcord L=3m

2292 2304

Page 2: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 2 of 22

2

Regarding Vendor Certification Training, since it was discussed during the prebid that we will do away with Training

Vouchers may we request DICT to already provide the names and training date for the training to be arranged

within the duration of the contract.

Yes, we will provide the names and the

dates during the duration of the

contract.

3

Regarding Knowledge Transfer, may we request DICT to already provide the names and training date for the training

to be arranged within the duration of the contract.

Yes, we will provide the names and

dates during the duration of the

contract

4 Regarding Media Converter Warranty, will DICT also require Next Business Day

Advance Hardware Replacement?

Yes, we require the next business day

advance hardware replacement for both

switches and media converters.

5 Will DICT require an employed Certified Technical Engineer from the bidder for the product being offered?

Yes.

6

Will DICT require any minimum number

of years for the bidder as an Authorized Reseller of the proposed product to guarantee the expertise and capability to

support the product being offered?

No.

7 Regarding Duration of the Contract, may we request to extend it to 120 calendar days due to the Scope of the Project.

As instructed we can only extend the

duration of the contract up to 90 days

including the training.

8

Regarding Payment Terms, may we know if DICT will require Technical Engineer

during the Delivery On site to facilitate Inspection, Power-up, testing and final

acceptance of the project.

No, we do not require a technical

engineer but it would be better if you

could provide one.

9

Regarding Payment Terms, may we know if the payment will not fall under Accounts Payable if the completion of the

project rolls over the next calendar year?

No

10

a.1. Eligibility Documents 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. Annex I-A Requests/Clarification: Single Largest

Completed Contract at least 50% of the ABC –A prospective bidder can submit two (2) completed contracts and the

aggregated contract amounts should be equivalent to 50% of the ABC. The

largest of this similar contracts must be

Statement of Completed Single Largest

Contract from January 2012 up to the

day before submission bids of similar in

nature equivalent 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 will be accepted.

Page 3: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 3 of 22

equivalent to 25% of the ABC. Example : Contract1 : 48.8M – Supply and Delivery Internet Security Appliance

=>40,750,000 (25% of the ABC Contract2 : 43.9M – Various IT Equipments Total Contract Amount :

92.7M => 81.5M (50% of the ABC)

Note: the above contracts was awarded by two(2) different client/company

11

The technical specifications was derived from “Extreme Networks Summit x460-

G224x-10GE4 Switch”. Other brands has a hard time to comply if

you stick to all the specifications stated in the TOR. Other brands has its own

features and standards. Can you make it generic or modify it by writing “or its equivalent from other brand”

We can write “or its equivalent from

other brand” but we cannot lower or

delete some of the specifications since

we also have our requirements in our

network.

12

1.5 Layer 2 Features

Particulars: 1.5.1 to 1.5.26 1.5.1. Minimum MAC Address: 96,000 1.5.2. Jumbo Frames: 9,216 Bytes

Number of VLANs: 4.096 1.5.19. Number of VSTP instances

supported: 253 1.5.20 IEEE 802.1w: Rapid Spanning Tree Protocol (TSTP)

1.5.21 RSTP and VSTP running concurrently

Request/Clarification: Its equivalent to other brand since the core switches will

be installed to DICT’s regional offices, may we request the TWG or enduser to consider our request to lower down the

minimum specifications as follows: 1.5.1. Minimum MAC Address: 32,000

1.5.2. Jumbo Frames: 9,198 Bytes Number of VLANs: 4.000 VLANs Be modified as follows:

1.5.19. Number of VSTP instances supported: 253 – or its equivalent

protocol 1.5.20 IEEE 802.1w: Rapid Spanning Tree Protocol (TSTP) – be modified to (RSTP)

1.5.21 RSTP and VSTP running concurrently – or its equivalent protocol

Please note of the following changes in

the specifications:

1.5.1. Minimum MAC Address: 32,000 1.5.2. Minimum Jumbo Frames: 9,000

Bytes 1.5.3. Minimum Number of VLANs:

4,000 1.5.19.Number of VSTP instances supported : 253 – or its equivalent

protocol 1.5.20 IEEE 802.1w: Rapid Spanning Tree Protocol (RSTP)

1.5.21 RSTP and VSTP running concurrently – or its equivalent

protocol

Page 4: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 4 of 22

12

1.6 Layer 3 Features Particulars: 1.6.1 to 1.6.3

Request/Clarification: Its equivalent to other brand

We believe that OSPF, ISIS and BGP are

all standard routing protocols

13

1.7 Additional Feature /Standards Particulars: 1.7.1 to 1.7.21

Request/Clarification: Its equivalent to other brand

This is a standard.

14

1.9 Training

Particulars: 1.9.1 Twenty (20) Vendor Certification Training. The winning bidder

shall provide Training vouchers to DICT to facilitate payment for training component

Request/Clarification: Course Outline discussed was:

Topics: Switching and Routing (CCNA) Venue: DICT Office

Duration: 30 days after full delivery of equipment to regional offices

Topics: Basic Switching and Routing for the transfer of knowledge

Venue: DICT Office Duration: 30days (included in the 90-day duration of the contract)

15

1.10 Delivery Particulars: 1.10.1 On-site delivery at

DICT Regional Offices Request/Clarification:

1. Kindly provide the complete addresses of the following regional offices:

DICT - Batangas DICT – Cagayan de Oro DICT – Davao

DICT – Baguio DICT – Zamboanga

DICT – Cebu DICT – Cotabato DICT – Diliman

Complete address of the following

delivery sites: 1. DICT Batangas - Telecom Rd, Brgy.

Kumintang Ibaba, Batangas, 4200 Batangas

2. DICT Cagayan de Oro - DICT-Field

Operations Office, Mindanao Cluster 2, NTP 1-3 Bldg., Villarin Street,

Brgy. Carmen, Cagayan de Oro City, 9000

3. DICT Davao - DICT, F. Torres

Street, Davao City 4. DICT Baguio - Field Operations

Office – Luzon Cluster 1Polo Field,

Pacdal, Baguio City 5. DICT Zamboanga - DICT building,

Corcuerra Extension, Port Area, Zamboanga City

6. DICT Cebu - DICT Field Operations

Office, Visayas Cluster 2Pigafetta Street, Cebu City

7. DICT Cotabato - 6th/7th Don E. Sero Street, RH5 Cotabato City

Page 5: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 5 of 22

2. May I suggest that delivery, inspection and initial testing of all equipments will be conducted at DICT Head Office before we

schedule the delivery to regional offices.

8. DICT Diliman - C.P. Garcia Ave, Diliman, Quezon City, 1101 Metro Manila

The inspection and testing of the equipment shall be conducted at the

regional offices.

Original Provision Amended Provision

Section I. Invitation to Bid

3. Delivery Place and Delivery Period: 3. Delivery Place and Delivery Period:

Delivery Place Delivery Period Delivery Place Delivery Period

a. DICT Batangas

b. DICT Cagayan de Oro

c. DICT Davao d. DICT Baguio e. DICT

Zamboanga f. DICT Cebu

g. DICT Cotabato h. DICT Diliman

Within sixty (60)

calendar days from

receipt of Notice to

Proceed

a. DICT Batangas

b. DICT Cagayan de Oro

c. DICT Davao d. DICT Baguio e. DICT

Zamboanga f. DICT Cebu

g. DICT Cotabato h. DICT Diliman

Within ninety (90)

calendar days

from receipt of

Notice to Proceed

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 “ICT Equipment”.

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 “ICT Equipment”.

Section III. Bid Data Sheet

5.4 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.

5.4 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

Statement of at least two (2)

Page 6: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 6 of 22

Original Provision Amended Provision

For this purpose, similar contracts shall

mean “ICT Equipment”.

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 purpose, similar contracts shall mean “ICT Equipment”.

12(a)(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 (Annex I-A).

Any of the following documents

must be submitted corresponding

to listed contracts per submitted

Annex I-A:

Copy of End user’s

acceptance; Official receipt/s; or

Sales Invoice

12(a)(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 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. (Annex I-A).

Any of the following documents

must be submitted

corresponding to listed contracts

per submitted Annex I-A:

Copy of End user’s

acceptance; Official receipt/s; or

Sales Invoice

12(b)(x) Valid and current ISO 9001 Quality

Management System Certificate issued to the manufacturer be an Independent Certifying body;

12(b)(x) Valid and current ISO 9001 Quality

Management System Certificate issued to the manufacturer of the product being offered by

an Independent Certifying body;

Section VI. Schedule of Requirements

Description Qty

Delivered,

Weeks/Mon

ths

Description Qty

Delivered,

Weeks/Mo

nths

SUPPLY, DELIVERY,

TESTING AND

COMMISSIONING OF

VARIOUS ICT

1 Lot

Within Sixty

(60) calendar

days upon

receipt of

SUPPLY, DELIVERY,

TESTING AND

COMMISSIONING OF

VARIOUS ICT

1

Lot

Within

Ninety (90)

calendar

days upon

Page 7: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 7 of 22

Original Provision Amended Provision

EQUIPMENT FOR

REGIONAL GOVNET

PHASE 2

Notice to

Proceed

EQUIPMENT FOR

REGIONAL GOVNET

PHASE 2

receipt of

Notice to

Proceed

Section VII. Technical Specifications

1.5.1. Minimum MAC Address: 96,000 1.5.1. Minimum MAC Address: 32,000

1.5.2. Jumbo Frames: 9,216 Bytes 1.5.2.Minimum Jumbo Frames: 9,000

Bytes

1.5.3. Number of VLANs: 4096 1.5.3. Minimum Number of VLANs: 4,000

1.5.19. Number of VSTP instances supported:

253

1.5.19.Number of VSTP instances supported: 253 – or its

equivalent protocol

1.5.20. IEEE 802.1w: Rapid Spanning Tree Protocol (TSTP)

1.5.20. IEEE 802.1w: Rapid Spanning Tree Protocol (RSTP)

1.9.1 Twenty (20) Vendor Certification Training. The winning bidder shall

provide Training Vouchers to DICT to facilitate payment for training

1.9.1 Twenty (20) Vendor Certification

Training.

1.9.2 Classroom-type Transfer of Knowledge

which include basic operation and configuration of the equipment, good for forty (40) DICT Staff. The winning

bidder shall provide the venue and other logistics.

1.9.2 Classroom-type Transfer of Knowledge which include basic

operation and configuration (switching and routing) of the equipment, good for forty (40) DICT

Staff. The winning bidder shall provide the venue and other logistics.

No original provision. 2.2.9. Single Mode LC to LC 10km

No original provision. 2.2.10. Power Requirement: AC Power

No original provision. 2.2.11. Equipment to be used indoor

E. DURATION OF THE CONTRACT

Upon receipt of the Notice to Proceed, the winning bidder shall provide the Supply and Delivery of various ICT Equipment. The

duration of the contract is sixty (60) days

III. DURATION OF THE CONTRACT

Upon receipt of the Notice to Proceed, the winning bidder shall provide the Supply and Delivery of various ICT Equipment within

sixty (60) calendar days. The training shall be conducted within thirty (30)

calendar days of the supply and delivery of the ICT Equipment. The duration of the contract is ninety (90)

days.

Page 8: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 8 of 22

Original Provision Amended Provision

F. PAYMENT TERMS

For the Supply, Delivery, Testing and Commissioning of various ICT Equipment for Regional GovNet Phase 2 payment will be

paid upon complete delivery per site (based on the table below), including inspection,

power up, testing and final acceptance of the equipment by the DICT Acceptance Team.

IV. PAYMENT TERMS

For the Supply, Delivery, Testing and Commissioning of various ICT Equipment for Regional GovNet Phase 2, payment

can be made upon 100% delivery of all equipment per site.

Delivery Place Percentage of Progress Payment

DICT Batangas 5% of contract price

DICT Cagayan de Oro 10% of contract price

DICT Davao 27% of contract price

DICT Baguio 6% of contract price

DICT Zamboanga 11% of contract price

DICT Cebu 12% of contract price

DICT Cotabato 12% of contract price

DICT Diliman 17% of contract price

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 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 (Annex I-A) as of 7 September 2017

Revised Schedule of Requirements as of 7 September 2017

Revised Technical Specifications as of 7 September 2017

Revised Detailed Financial Breakdown as of 7 September 2017

For information and guidance of all concerned.

Issued this 7th day of September 2017.

(Original Signed)

ALLAN S. CABANLONG

Chairperson, BAC4IGOV

Page 9: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 9 of 22

Revised Annex I-A as of 7 September 2017

SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT

EQUIPMENT FOR REGIONAL GOVNET PHASE 2

BAC4IGOV-2017-08-012

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 OF 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.

4. Any of the following documents must be submitted corresponding to listed contracts per submitted Annex

I-A: Copy of End user’s acceptance; Official receipt/s; or

Sales Invoice

Page 10: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 10 of 22

SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT EQUIPMENT FOR REGIONAL GOVNET PHASE 2

BAC4IGOV-2017-08-012

Revised Schedule of Requirements as of 7 September 2017

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which

is the date of delivery to the project site

Description Qty Delivered, Weeks/Months

SUPPLY, DELIVERY, TESTING AND

COMMISSIONING OF VARIOUS ICT

EQUIPMENT FOR REGIONAL GOVNET

PHASE 2

1 Lot

Within Ninety (90) calendar

days upon receipt of Notice to

Proceed

The Distribution of equipment are as follows:

Delivery Place Equipment (Number of Units)

Core Switches Media Converter

DICT Batangas 2 32 DICT Cagayan de Oro 9 77

DICT Davao 11 208 DICT Baguio 3 48

DICT Zamboanga 6 82 DICT Cebu 8 85

DICT Cotabato 4 90 DICT Diliman 9 122

I hereby commit to comply and deliver all the above requirements in accordance

with the above-stated schedule.

Name of Company

Signature Over Printed Name

Of Authorized Representative

Date

Page 11: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 11 of 22

SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT EQUIPMENT FOR REGIONAL GOVNET PHASE 2

BAC4IGOV-2017-08-012

REVISED TECHNICAL SPECIFICATIONS

AS OF 7 SEPTEMBER 2017 Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each

Specification stating the corresponding performance parameter of the equipment offered. Statements of

“Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that

evidence. Evidence shall be in the form of manufacturer’s un-amended sales literature, unconditional

statements of specification and compliance issued by the manufacturer, samples, independent test data

etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be

contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A

statement either in the Bidders statement of compliance or the supporting evidence that is found to be

false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as

fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause

3.1.(a)(ii) and/or GCC Clause 2.1(a)(ii).

ITEM MINIMUM SPECIFICATIONS STATEMENT OF

COMPLIANCE

I. Background of the Project

A. Overview

The project aims to provide a high-speed connectivity network

thru Fiber Optic Cable (FOC) with connection up to Gigabit (1000

Mbps) inter-agency connection that could improve coordination

and delivery of public service. The equipment below will deliver

the speed required for the inter-agency FOC connection and the

services it will offer.

B. Brief Description

The Project includes Supply, Delivery, Testing and Commissioning of various ICT Equipment for Regional GovNet Phase 2.

II. MINIMUM SPECIFICATIONS

1. Core Switches

1.1. Quantity: 52 units

1.2. Hardware Summary

1.2.1. Must include rack-mounting kit

1.2.2. Size: 1 Rack-unit

1.2.3. Ports:

1.2.3.1. Four (4) 10GE SFP+

1.2.3.2. Twenty-Four (24) 1GE SFP with 10KM single

mode transceiver module (SFP) LC

1.2.3.3. Four (4) 1 GE RJ45

Page 12: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 12 of 22

1.2.4. Four (4) 10 Ge with 10KM single mode transceiver

module (SFP+) LC

1.2.5. Thirty (30) 3 meters single mode LC-LC Patch Cord

1.3. Performance

1.3.1. Minimum Throughput in Packets per seconds (PPS):

220million

1.3.2. Minimum Throughput in bps: 296 Gbps

1.3.3. Qos Per Port

1.4. Management

1.4.1. The switch shall support Telnet Server, Telnet Client,

SSH Server and SSH client.

1.4.2. The switch shall support SNMPv2c, and SNMPv3

1.4.3. The switch shall be able to send log messages to a

syslog server

1.5. Layer 2 Features

1.5.1. Minimum MAC Address: 32,000

1.5.2. Minimum Jumbo Frames: 9,000 Bytes

1.5.3. Minimum Number of VLANs: 4,000

1.5.4. Port-Based VLAN

1.5.5. Mac-Based VLAN

1.5.6. Voice VLAN

1.5.7. Range of Possible VLAN Ids: 1-4095

1.5.8. Compatible with Per-VLAN Spanning Tree Plus

(PVST+)

1.5.9. IEEE 802.1AB: Link Layer Discovery Protocol (LLDP)

1.5.10. LLDP-MED with VoIP integration

1.5.11. IEEE 802.1D: Spanning Tree Protocol

1.5.12. IEEE 802.1p: CoS prioritization

1.5.13. IEEE 802.1Q:VLAN tagging

1.5.14. IEEE 802.1s: Multiple Spanning Tree Protocol

(MSTP)

1.5.15. IEEE 802.1Q-in-Q: VLAN stacking

1.5.16. IEEE 802.1ak Multiple VLAN Registration Protocol

(MVRP)

1.5.17. Persistent MAC (Sticky MAC)

1.5.18. Number of MST instances supported: 64

1.5.19. Number of VSTP instances supported: 253 – or its

equivalent protocol

1.5.20. IEEE 802.1w: Rapid Spanning Tree Protocol (RSTP)

1.5.21. RSTP and VSTP running concurrently

1.5.22. IEEE 802.1X: Ports access control

1.5.23. IEEE 802.3: 10BASE-T

1.5.24. IEEE 802.3u: 100BASED-T

Page 13: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 13 of 22

1.5.25. IEEE 802.3ab: 1000BASE-T

1.5.26. IEEE 802.3z: 1000BASE-X

1.6. Layer 3 Features:

1.6.1 IPv4 and IPv6 Addressing

1.6.2. IPV4 routing: OSPF, ISIS and BGP

1.6.3. IPv6 routing: OSPFv3, ISIS and BGP

1.7. Additional Features/Standards:

1.7.1. Switch should support 802.1D MAC Bridging

1.7.2. Switch should support 802.1Q Virtual LANs

1.7.3. Switch should support 802.1ad Provider Bridge

1.7.4. Switch should support ITU G.8032v2 Ethernet Ring

Protection

1.7.5. Switch should support Network Time Protocol (NTP)

1.7.6. Switch should support RFC 791, Ipv4

1.7.7. Switch should support RFC2328 Open Shortest Path

First (OSPF) v2

1.7.8. Switch should support 802.1ag Connectivity Fault

Management

1.7.9. Switch should provide OSPF-edge, PIM-SM-edge, PIM-

SSM and static multicast routing.

1.7.10. Switch must provide PIM-DM, MBGP, MSDP and

PIMv6

1.7.11. Switch must provide MPLS, H-VPLS and MPLS L3 VPN

1.7.12. Switch should provide VRRP and VRRPv3. Virtual

Redundancy Protocol (VRRP) enables a group of

routers to function as a single default gateway to

provide redundancy for users.

1.7.13. Switch should support ITU-T y.1731 Performance

OAM

1.7.14. Switch should 802.3ah Link OAM

1.7.15. Switch should support RFC2865, RFC2866, RADIUS:

Remote Authentication Dial In User Service

1.7.16. Support Stacking with multi model / Series of the

same Brand

1.7.17. Should be compatible with the existing switches of

GovNet (Extreme Networks Summit X460-G2-24x-

10GE4)

1.7.18. Should provide Open Flow 1.0

1.7.19. Should support 802.1 Audio Video Bridging standards

1.8 Power Supply:

1.8.1. Hot Swappable redundant power supply,

1.8.2. AC Power

1.8.3. Two (2) Power Cord, 10A, NEMA 5-15P, IEC320-C13

Page 14: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 14 of 22

1.9 Training

1.9.1 Twenty (20) Vendor Certification Training.

1.9.2 Classroom-type Transfer of Knowledge which include

basic operation and configuration (switching and

routing) of the equipment, good for forty (40) DICT

Staff. The winning bidder shall provide the venue and

other logistics.

1.10 Delivery

1.10.1 On-Site Delivery at DICT Regional Offices listed

below:

1.10.1.1 Core Switches

Delivery Place No. of Units

DICT Batangas 2

DICT Cagayan de Oro 9

DICT Davao 11

DICT Baguio 3

DICT Zamboanga 6

DICT Cebu 8

DICT Cotabato 4

DICT Diliman 9

*Note: Each core switch includes the following:

a. Hot Swappable redundant power supply

b. Twenty-four (24) 1GE SFP 10KM single mode transceiver

module (SFP) LC

c. Four (4) 10GE SFP 10KM single mode transceiver module

(SFP+) LC

d. Thirty (30) 3 meters single mode LC-LC Patch Cord

1.11 Support

1.11.1. On-Site Support at DICT Regional Offices

1.12 Warranty

1.12.1. Provides three (3) years warranty on parts and labor

including Next Business Day Advance Hardware

Replacement.

Page 15: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 15 of 22

2. Gigabit Fiber to Copper Media Converters (MC) with

Transceivers and Fiber Patch Cords.

2.1. Quantity: 744 units

2.2. Summary per set

2.2.1. Tabletop media converter with fiber SFP

2.2.2. Converts copper GigE to SFP for SM or MM fiber

2.2.3. Fanless design

2.2.4. Auto MDI/MDIX copper port

2.2.5. Transparent Jumbo of VLAN tagged packets

2.2.6. Must include 10KM SFP Transceiver if base MC does not

include one

2.2.7. Must include 3 meters single-mode duplex LC to LC

patch cord for MC

2.2.8. Number of port: at least one copper port and 1 SFP

Port

2.2.9. Single Mode LC to LC 10km

2.2.10. Power Requirement: AC Power

2.2.11. Equipment to be used indoor

2.2.12. Warranty: Manufacturer one (1) year for parts and

labor including hardware replacement.

2.3. Delivery

Delivery Place No. of Units

DICT Batangas 32

DICT Cagayan de Oro 77

DICT Davao 208

DICT Baguio 48

DICT Zamboanga 82

DICT Cebu 85

DICT Cotabato 90

DICT Diliman 122

III. DURATION OF THE CONTRACT

Upon receipt of the Notice to Proceed, the winning bidder shall

provide the Supply and Delivery of various ICT Equipment within

sixty (60) calendar days. The training shall be conducted within

thirty (30) calendar days of the supply and delivery of the ICT

Equipment. The duration of the contract is ninety (90) days.

Page 16: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 16 of 22

IV PAYMENT TERMS

For the Supply, Delivery, Testing and Commissioning of various ICT

Equipment for Regional GovNet Phase 2, payment can be made

upon 100% delivery of all equipment per site.

Name of Company

Signature Over Printed Name

Of Authorized Representative

Date

Page 17: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 17 of 22

Revised Annex X as of 7 September 2017

PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER.

DEPARTMENT OF INFORMATION AND COMMUNICATIONS TECHNOLOGY

DETAILED FINANCIAL BREAKDOWN

(QUOTED PRICE MUST BE INCLUSIVE OF VAT AND DELIVERED DUTIES PAID)

SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT EQUIPMENT FOR

REGIONAL GOVNET PHASE 2

BAC4IGOV-2017-08-012

INSTRUCTION: -The Sum of the Detailed Financial Breakdown must be equal to the Financial Bid per Annex IX.

-Do not leave any blanks. Indicate “0” if the item is being offered for free.

ITEM Qty Unit Cost Total Cost per Item

Core Switch - 24 ports

100/1000BASE-X unpop'd SFP, 4

10/100/1000BASE-T (4 ports

shared), 4 1000/10GBaseX unpop'd

SFP+ ports, with license/s

52

Three (3) years Warranty with Next

Business Day Advance Hardware Replacement

3 years

Hot Swappable redundant AC power

supply

104

1000BASE-LX SFP, MMF 220 & 550

meters, SMF 10km, LC connector,

Industrial Temp

1,248

10 Gigabit Ethernet SFP+ module,

1310nm, SMF 10km link, LC

connector

208

20 Certification Training and 40

Transfer of knowledge

60

Media Converter 744 Media Converter SFP, SMF,

1000Mbps, 10 km, 1310 nm, LC

744

LC/UPC – LC/UPC SM DX 2.0 mm

LSZH Patchcord L=3m

2,304

Page 18: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 18 of 22

ITEM Qty Unit Cost Total Cost per Item

Logistics

DICT Batangas 1 DICT Cagayan de Oro 1 DICT Davao 1 DICT Baguio 1 DICT Zamboanga 1 DICT Cebu 1 DICT Cotabato 1 DICT Diliman 1

TOTAL

TOTAL BID PRICE (Amount in Words):

_____________________________________________________________________

_____________________________________________________________________

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 19: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 19 of 22

BAC4IGOV

REVISED CHECKLIST OF REQUIREMENTS FOR BIDDERS

AS OF 7 SEPTEMBER 2017

Name of Company _______________

Name of Project SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF

VARIOUS ICT EQUIPMENT FOR REGIONAL GOVNET

PHASE 2

Bid Reference No. BAC4IGOV-2017-08-012

ABC ₱163,000,000.00

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 (Annex I)

iii. 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 7 September 2017. (Annex I-A)

Any of the following documents must be submitted corresponding to listed

contracts per submitted Annex I-A: Copy of End user’s acceptance;

Official receipt/s; or Sales Invoice

iv. Duly signed Net Financial Contracting Capacity Computation (NFCC)* per Annex II, in accordance with ITB Clause 5.5 or a committed Line of Credit from a

universal or commercial bank *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.

b) Value of all outstanding or uncompleted contracts refers those listed in Annex-I.

c) The detailed computation using the required formula must be shown as

provided above. d) The NFCC computation must at least be equal to the total ABC of the project.

Page 20: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 20 of 22

CLASS “B” DOCUMENTS (FOR JOINT VENTURE)

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. (Annex III) 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 by each partner:

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 (iv) 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

Description SUPPLY, DELIVERY, TESTING

AND COMMISSIONING OF

VARIOUS ICT EQUIPMENT

FOR REGIONAL GOVNET

PHASE 2 Qty 1 lot

Total ABC (PhP)

(VAT Inclusive) 163,000,000.00

BID

SECURITY

Cashier’s / Manager’s Check equivalent to

at least 2% of the ABC (PhP)

3,260,000.00 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) 8,150,000.00

Bid Securing Declaration No required percentage

Page 21: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 21 of 22

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. (Annex V)

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) Company Profile (Annex VI). Company printed brochure may be included

12.1

(b)(v) Vicinity / Location of Bidder’s principal place of business

12.1

(b)(vi)

Certificate of Performance Evaluation (Annex VII) showing a rating at least

Satisfactory issued by the Bidder’s Single Largest Completed Contract Client stated in

the submitted Annex I-A;

12.1

(b)(vii) Completed and signed Technical Bid Form (Annex VIII)

12.1

(b)(viii)

Brochure (original or internet download) / Technical Data Sheet or equivalent

document

12.1

(b)(ix)

Valid and Current Certificate of Distributorship / Dealership/ Resellership of the

following product being offered, issued by the principal or manufacturer of the product

(if Bidder is not the manufacturer). If not issued by manufacturer, must also submit

certification / document linking bidder to the manufacturer

12.1

(b)(x)

Valid and current ISO 9001 Quality Management System Certificate issued to the

manufacturer be an Independent Certifying body;

12.1

(b)(xi)

List of authorized Service Centers/Support Centers in the Philippines (with available

spare parts, indicating address, telephone & fax number/s, e-mail address & contact

person). In the event of closure of business, termination of franchise / service center,

the supplier shall notify the DICT accordingly of the new service centers with telephone

numbers and address who can provide the needed parts, supplies and service

12.1

(b)(xiii)

Compliance with the Revised Schedule of Requirements as of 7 September 2017 as per

Section VI

12.1

(b)

(xiv)

Compliance with the Revised Technical Specifications as of 7 September 2017

as per Section VII

Page 22: SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED ...i.gov.ph/wp-content/uploads/2017/09/SBB-3-ICT-Equipment-Regional-GovNet.pdf · Kumintang Ibaba, Batangas, 4200 Batangas 2

Supplemental Bid Bulletin No. 3

Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2

Bid Reference No. BAC4IGOV-2017-08-012

Page 22 of 22

ENVELOPE 2: FINANCIAL DOCUMENTS

13.1

(a)

Completed and signed Financial Bid Form. Bidder must use, accomplish and submit

Financial Bid Form hereto attached Annex IX.

Description Qty ABC P (VAT Inclusive)

Total SUPPLY, DELIVERY, TESTING AND

COMMISSIONING OF VARIOUS ICT EQUIPMENT

FOR REGIONAL GOVNET PHASE 2

1

Lot 163,000,000.00

The ABC is inclusive of VAT. Any proposal with a financial component exceeding the

ABC shall not be accepted. Further, the sum of bid for each item indicated in the

Detailed Financial Breakdown per Annex X must be equal to the signed and

submitted Financial Bid Form per Annex IX.

13.1

(a) Revised Detailed Financial Breakdown as of 7 September 2017 per Annex X

15.4(a)

(i) &

15.4(b)

(ii)

Completed “For Goods Offered from Abroad” and/or “For Goods Offered From

Within the Philippine” Forms per Annex XI-A and Annex XI-B, whichever is

applicable.

13.1

(b)

If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a Certification

from the DTI, SEC or CDA to be enclosed pursuant to the Revised IRR of R.A. 9184.

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