construction of national government data...
TRANSCRIPT
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.
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.
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:
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.
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,
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
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;
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:
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
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,
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,
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
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
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
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.
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
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
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
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
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
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
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
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
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
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)
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.
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.
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.
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.
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
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
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
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.
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
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
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.
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).
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
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
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:
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
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
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
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
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
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
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
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.
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
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).
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
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,
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.
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
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
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
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
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 :
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
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
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
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.
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
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).
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.
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.
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
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 ______
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.
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.
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.
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.
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.
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
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
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
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
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
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
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