invitation for negotiated procurement – two … · invitation for negotiated procurement – two...

49
Office of the President PHILIPPINE COMMISSION ON WOMEN Malacañang, Manila INVITATION FOR NEGOTIATED PROCUREMENT – TWO FAILED COMPETITIVE PUBLIC BIDDINGS PCW ICT Network Infrastructure Upgrading and Construction of ICT Server Room Project 1. In view of the two (2) failed public biddings held last March 24 and May 5, 2017, the Philippine Commission on Women (PCW), through its Bids and Awards Committee (BAC), invites PhilGEPS registered interested suppliers to participate in the negotiation for the procurement of the PCW ICT Network Infrastructure Upgrading and Construction of ICT Server Room Project, in accordance with Section 53.1 of the revised Implementing Rules and Regulations of the Republic Act 9184, otherwise known as the “Government Procurement Reform Act”. The Approved Budget for the Contract (ABC) is Six Million Six Hundred Fifty Thousand Pesos (Php 6,650,000.00). For more details of this project, please refer to the Section VI. Schedule of Requirements (Annex A), Section VII. Technical Specifications (Annex B) and Terms of Reference (Annex C). 2. The schedule of procurement activities are as follows: Activities Date and Time Posting and availability of the Request for Proposals May 11 to 15, 2017 Negotiation Conference May 16, 2017 at 10:00 a.m. Issuance of Amendments / Clarifications / Addendum May 22, 2017 Deadline for Submission of Bids May 26, 2017, 1:00 p.m. Opening of Bids May 26, 2017, 1:30 p.m. The Eligibility and Technical Documents will be composed of the following: i. PhilGEPS Certificate of Registration and Membership; ii. Registration Certification from SEC or DTI or CDA. Include information from the registration which specifies the nature of the business of the procurement, e.g., Articles of Incorporation; iii. Current Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective supplier is located. For expired Mayor’s/Business Permits, the official receipt as proof that the supplier has applied for renewal will be accepted, provided, that the renewed permit will be required as a post-qualification requirement; iv. Valid and Current Tax Clearance Certificate per EO 398, s. 2005, as finally reviewed and approved by the BIR; v. The statement of all ongoing government and private contracts, including the contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid (Annex E); vi. The statement of single largest/at least two completed contracts similar to the contracts to be bid within the last five (5) years (Annex F); vii. NFCC Computation (Annex G); viii. Current Audited Financial Statement stamped “received” by the BIR or its duly accredited and authorized institutions; ix. Joint Venture Agreement, if applicable (Annex H);

Upload: vuongkiet

Post on 27-Jul-2018

232 views

Category:

Documents


0 download

TRANSCRIPT

Office of the PresidentPHILIPPINE COMMISSION ON WOMEN

Malacañang, Manila INVITATIONFORNEGOTIATEDPROCUREMENT–TWOFAILEDCOMPETITIVE

PUBLICBIDDINGS

PCWICTNetworkInfrastructureUpgradingandConstructionofICTServerRoomProject

1. Inviewofthetwo(2)failedpublicbiddingsheldlastMarch24andMay5,2017,thePhilippineCommissiononWomen(PCW),throughitsBidsandAwardsCommittee(BAC),invitesPhilGEPSregisteredinterestedsupplierstoparticipateinthenegotiationfortheprocurementofthePCWICTNetworkInfrastructureUpgradingandConstructionofICTServerRoomProject,inaccordancewithSection53.1oftherevisedImplementingRulesandRegulationsoftheRepublicAct9184,otherwiseknownasthe“GovernmentProcurementReformAct”.

TheApprovedBudgetfortheContract(ABC)isSixMillionSixHundredFiftyThousandPesos(Php6,650,000.00).Formoredetailsofthisproject,pleaserefertotheSectionVI.ScheduleofRequirements(AnnexA),SectionVII.TechnicalSpecifications(AnnexB)andTermsofReference(AnnexC).

2. Thescheduleofprocurementactivitiesareasfollows:Activities DateandTimePostingandavailabilityoftheRequestforProposals May11to15,2017NegotiationConference May16,2017at10:00a.m.IssuanceofAmendments/Clarifications/Addendum May22,2017DeadlineforSubmissionofBids May26,2017,1:00p.m.OpeningofBids May26,2017,1:30p.m.

TheEligibilityandTechnicalDocumentswillbecomposedofthefollowing:

i. PhilGEPSCertificateofRegistrationandMembership;ii. RegistrationCertificationfromSECorDTIorCDA.Includeinformationfromtheregistration

whichspecifiesthenatureofthebusinessoftheprocurement,e.g.,ArticlesofIncorporation;iii. CurrentMayor’sPermitissuedbythecityormunicipalitywheretheprincipalplaceof

businessoftheprospectivesupplierislocated.ForexpiredMayor’s/BusinessPermits,theofficialreceiptasproofthatthesupplierhasappliedforrenewalwillbeaccepted,provided,thattherenewedpermitwillberequiredasapost-qualificationrequirement;

iv. ValidandCurrentTaxClearanceCertificateperEO398,s.2005,asfinallyreviewedandapprovedbytheBIR;

v. Thestatementofallongoinggovernmentandprivatecontracts,includingthecontractsawardedbutnotyetstarted,ifany,whethersimilarornotsimilarinnatureandcomplexitytothecontracttobebid(AnnexE);

vi. Thestatementofsinglelargest/atleasttwocompletedcontractssimilartothecontractstobebidwithinthelastfive(5)years(AnnexF);

vii. NFCCComputation(AnnexG);viii. CurrentAuditedFinancialStatementstamped“received”bytheBIRoritsdulyaccreditedand

authorizedinstitutions;ix. JointVentureAgreement,ifapplicable(AnnexH);

x. TechnicalBidProposalComplianceFormwithbrochuresandcompletespecificationsoftheproductsbeingofferedandtheproposedlayoutsoftheserverroomandICTroom(AnnexL);

xi. UpdatedandvalidaccreditationfromthePhilippineContractorsAccreditationBoard(PCAB)withatleastaCategoryBforCommunicationFacilitiesorDataCenterExpertcertificationissuedbyEPIoranyequivalentcertification;

xii. SiteSurveyCertificationissuedbythePCWICTUnit;xiii. Listofthecontractor’steamcompositionincludingsubcontractedpersonnel(ProjectManager,

TechnicalPersonnel,Foremen,etc.)tobeassignedtothecontracttobebid,includingcompletequalifications,experiencedata,andcertifications,ifapplicable;

xiv. CertifiedtruecopyofthevalidandcurrentCertificateofDistributorship/Dealership/ResellershiporProfessionalPartnership;

xv. Thebidderoritspartnertraininginstitution’sMicrosoftCertificationasLearningPartner;andxvi. OmnibusSwornStatement(AnnexI);

3. Theaddressforsubmissionofeligibility,technical,andfinancialcomponentsofthebidisasfollows:

PCWBidsandAwardsCommittee

c/oBACSecretariatSupplyOffice,GroundFloor,AnnexBldg.1145JoseP.LaurelSt.,SanMiguel,Manila

PleaserefertoAnnexKfortheguidelinesinthesealingandmarkingofbidsforcompliance.

4. ThePCWreservestherighttoacceptorrejectanyproposal,offer,andnegotiationand/ortoannultheprocurementprocess,atanytimepriortocontractaward,withouttherebyincurringanyliabilitytotheaffectedfirms.

Forfurtherinformation,pleaserefertothefollowing:MS.CLAIREC.PADAYAO-BACSecretariatPhilippineCommissiononWomenSupplyOffice,GroundFloor,AnnexBldg.1145JoseP.LaurelSt.,SanMiguel,ManilaTel.No.735-4764FaxNo.736-4449EmailAddress:[email protected]:[email protected]:http://www.pcw.gov.ph

(SGD)CECILEB.GUTIERREZ

Chairperson-BidsandAwardsCommittee

SectionVI.ScheduleofRequirementsThedeliveryscheduleexpressedasweeks/monthsstipulateshereafteradeliverydatewhichisthedateofdeliverytotheprojectsite.

ItemNumber

Description Quantity Delivered,Weeks/Months

PCWICTNetworkInfrastructureUpgradingandConstructionofICTServerRoom(ScopeofWorkisattachedintheTermsofReference)

1lot Within150calendardaysuponreceiptoftheNoticetoProceed(NTP)

DeliveryandReceivingInstructions

a. GoodasspecifiedinthisScheduleofRequirementand/ortheTechnicalSpecificationsshallbedeliveredonlytotheaddressherein.

b. TheSuppliershouldnotifytheProcuringEntitywhetherinwritingortelephoneofthedateofdeliveryatleastthree(3)workingdaysinadvanceandensurethatanauthorizedrepresentativeoftheprocuringentityispresentduringthedelivery.ATechnicalPersonneloftheSuppliershouldalsobepresentduringthedeliverytoassistinthephysicalinspectionofthedeliveredgoods.

c. Thesuppliershouldmakethedeliveryduringofficehours9:00AMto4:00PM,MondaystoFridays.

d. DeliveryReceiptmustonlybesignedbytheProcuringEntity’sauthorizedRepresentative_______________________________ _______________________________ ___________________NameofCompany/Bidder SignatureoverPrintedName

ofRepresentativeDate

AnnexA

SectionVII.TechnicalSpecificationsPCW requires an experienced IT firm to supply, install and commission the following:

Core Switch (Quantity:2)

Line Item Specifications Statement of Compliance

1.01 From top brands 1.02 Must have 24 10/100/1000 built-in ports

1.03 Must be a layer-3 switch with Multi-service support and up to 9 chassis Intelligent Resistant Framework (IRF) scalability

1.04 Must be stackable and includes stack cable for data 1.05 Must have a minimum of 6 SFP ports for 10G-SR SFP+ 1.06 Includes 6 SFP+ LC SR and cables 1.07 2 GB SDRAM; Packet buffer size: 4 MB, 512 MB flash 1.08 1000 Mb Latency : < 5 us 1.09 10 Gbps Latency < 3 us

1.10 Routing table size minimum of 30,000 (Ipv4) entries, 16,000 entries (Ipv6)

1.11 Throughput: Minimum of 200Mpps 1.12 Routing/Switching Capacity: Minimum of 200Gbps 1.13 Must have an input voltage of 200-240v 1.14 Redundant power supply included

1.15 Must support industry standard OpenFlow 1.3 to enable SDN allowing separation of the data (packet forwarding) and control (routing decision) paths

1.16 Must have a QOS features: Advance Classifier, Traffic Policing, Strom Resistant and Broadcast Control

1.17 Secure management via HTTPS Web GUI, SSL and SSHv2 1.18 Must support IP Source Guard 1.19 Must have basic protection for DDOS

1.2 Must support IEEE 802.1Q (VLANs), 802.1v ( VLANs classification by protocol and port)

1.21 Must support RIPv1, RIPv2,RIPng, OSPF, Policy-based routing, Static IP routing, Ipv4 BGP

1.22 Must be capable of ACL implementation 1.23 Must support IPV6 features for future proofing 1.24 Must feature IEEE 802.3az or Energy-Efficient Ethernet standard 1.25 Green initiative support: RoHS and WEEE regulations 1.26 Must comply with IEC 60950 standard for safety 1.27 Limited lifetime warranty

AnnexB

Access Switch: 48-port (Quantity: 5)

Line Item Specifications Statement of Compliance

2.01 From top brands

2.02 Must be fully managed layer 2 switch

2.03 Must have 48 10/100/1000 ports

2.04 Must have 2 SFP+ slots

2.05 Includes 2 SFP+ LC SR and cables

2.06 Tri Core ARM1176 @ 625 MHz, 512 MB SDRAM, 1 GB flash; packet buffer size: 11.25 MB (6.75 MB dynamic egress + 4.5 MB ingress)

2.07 Must have a minimum throughput of 100 million pps throughput

2.08 Must ha a minimum switching capacity of 100 Gb/s

2.09 Routing table size must have a minimum of 2048 entries (Ipv4), 256 entries (Ipv6)

2.10 MAC Address size should be minimum of 16,000 entries

2.11 Must have an input voltage of 200-240v

2.12 Must have a redundant power supply

2.13 Must have a QOS feature: IEEE 802.1p, Layer 4 prioritization (based on TCP/UDP port numbers), Class of Service (CoS), Rate Limiting, Large Buffers

2.14 Management via Web GUI, CLI, SSH

2.15 Must be capable of ACL implementation

2.16 Must support IEEE 802.1Q standard for VLAN and tagging

2.17 Must feature MAC address lockout

2.18 Must support IPV6 features for future proofing

2.19 Must feature IEEE 802.3az or Energy-Efficient Ethernet standard

2.20 RoHS Compliant

2.21 Must comply with IEC 60950 standard for safety

2.22 Must comply with IEC 60950 standard for safety

2.23 Limited lifetime warranty

Access Switch: 24-port (Quantity:2)

Line Item Specifications Statement of Compliance

3.01 From top brands

3.02 Must be fully managed layer 2 switch

3.03 Must have 24 10/100/1000 ports

3.04 Must have 2 SFP+ slots

3.05 Includes 2 SFP+ LC SR and cables

3.06 Tri Core ARM1176 @ 625 MHz, 512 MB SDRAM, 1 GB flash; packet buffer size: 11.25 MB (6.75 MB dynamic egress + 4.5 MB ingress)

3.07 Must have a minimum throughput of 100 million pps throughput

3.08 Must have a minimum switching capacity of 100 Gb/s

3.09 Routing table size must have a minimum of 2048 entries (Ipv4), 256 entries (Ipv6)

3.10 MAC Address size should be minimum of 16,000 entries

3.11 Must have an input voltage of 200-240v

3.12 Must have a redundant power supply

3.13 Must have a QOS feature: IEEE 802.1p, Layer 4 prioritization (based on TCP/UDP port numbers), Class of Service (CoS), Rate Limiting, Large Buffers

3.14 Management via Web GUI, CLI, SSH

3.15 Must be capable of ACL implementation

3.16 Must support IEEE 802.1Q standard for VLAN and tagging

3.17 Must feature MAC address lockout

3.18 Must support IPV6 features for future proofing

3.19 Must feature IEEE 802.3az or Energy-Efficient Ethernet standard

3.20 RoHS Compliant

3.21 Must comply with IEC 60950 standard for safety

3.22 Must comply with IEC 60950 standard for safety

3.23 Limited lifetime warranty

Wireless Access Points (Quantity: 2)

Line Item Specifications Statement of Compliance

5.01 With two (2)) 10/100/1000 Ethernet Ports

5.02 (3) Dual-Band Antennas, 2.4 GHz: 3 dBi, 5 GHz: 3 dB antennas

5.03 802.11 a/b/g/n/ac Wifi Standards

5.04 Passive Power over Ethernet (48V), 802.3af/803.2at Supported (Supported Voltage Range: 44 to 57VDC) Power methods

5.05 48V, 0.5A PoE Gigabit Adapter power supply

5.06 9W maxmium power consumption

5.07 2.4 Ghz (22 dBm) ; 5 Ghz (22 dBm)

5.08 Up to Four per Radio BSSID

5.09 Supports Power Save

5.10 WEP, WPA PSK, WPA Enterprise (WPA/WPA2, TKIP/AES) Wireless Security

5.11 Supports VLAN (802.1Q)

5.12 Supports Advance QoS (Per User Rate Limiting

5.13 Supports Guest Traffic Isolation

5.14 Supports WiFi Multimedia (Voice, Video, Best Effort, and Background)

5.15 Supports minimum of 200 Concurrent Clients

5.16 Supported Data Rates (Mbps)- 802.11a, 802.11n, 802.11ac, 802.11b, 802.11g

5.17

Management/controller software must tracking and control of users/guests access, guest portal/hotspot support, Map Integration(Google Maps /Customized Map) for mapping out networks using Radio Frequencies (RF), Analytics/statistics in an easy to read graphs (visual traffic monitoring)

5.18 One (1) year warranty

Servers for Active Directory (Quantity: 2)

Line Item Specifications Statement of Compliance

6.01 Servers should come from top brands

6.02 Form factor: 1U Rack

6.03 Must have at minimum of Dual 2.8Ghz Xeon based processor with 6 cores each or better

6.04 Must have a minimum of 32GB RAM with an option to add up

6.05 Must have a hardware raid controller that is capable of RAID 1 and RAID 5 with cache/flash memory or better

6.06 Must have at least (2) 1TB HDD or better

6.07 Must have at least 250Gb usable disk space plus a hot spare when configured in RAID 1 or better

6.08 Must have a dual hot swappable power supply for redundancy

6.09 Must have a built in optical drive

6.10 Must have an integrated remote management system that is IPMI 2.0 compliant

6.11 Windows Server 2012 R2 (OpenLicense for Government)

6.12 Minimum 3 years warranty on parts, labor and onsite

ServerforWindowsWorkFoldersandWSUS(Quantity:1)

Line Item Specifications Statement of Compliance

7.01 Server should come from top brands

7.02 Must have a 2U chassis form factor

7.03 Must have at minimum of Dual 3.0Ghz Xeon based processor with 8 cores each or better

7.04 Must have a minimum of 16Gb RAM (2*8Gb) with an option to increase

7.05 Must have a hardware raid controller that is capable of RAID 1 and RAID5 with cache/flash memory

7.06 Must have at least 250Gb usable disk space per drive when configured in RAID 1 for the system drive or better

7.07 Must have at least 3TB usable disk space in addition to the hot spare and a parity drive when configured in RAID 5 for the data partition or better

7.08 Must have a dual hot swappable power supply for redundancy

7.09 Must have a built in optical drive

7.10 Must have at least 2 10/100/1000 network ports with link aggregation capabilities

7.11 Must have an integrated remote management system that is IPMI 2.0 compliant

7.12 Windows Server 2012 R2 (Open License for Government) with 50 CALs

7.13 Minimum 3 years warranty on parts, labor and onsite

Log Server (Quantity: 1)

Line Item Specifications Statement of Compliance

8.01 Server should come from top brands

8.02 Must have at minimum of 2.8Ghz Xeon based processor with 4 cores or better

8.03 Must have a minimum of 16Gb RAM with an option to add up to 32Gb in total RAM or better

8.04 Must have a hardware raid controller that is capable of RAID 1 and RAID 5 with cache/flash memory

8.05 Must have at least 250Gb usable disk space plus a hot spare when configured in RAID 1 for the system drive or better

8.06 Must have at least 1TB usable disk space when configured in RAID 1 for the data drive

8.07 Must have a dual hot swappable power supply for redundancy

8.08 Must have a built in optical drive

8.09 Must have an integrated remote management system that is IPMI 2.0 compliant

8.10 Windows Server 2012 R2 (Open License for Government)

8.11 Minimum 3 years warranty on parts, labor and onsite

KVM Switch (Quantity: 2)

Line Item Specifications Statement of Compliance

9.01 From top brands

9.02 Rack mountable KVM switch in 1U form factor

9.03 Built in mouse, full-size keyboard and LCD console

9.04 At least 17” LCD console

9.05 Save power by automatically powering down the device when it is closed.

9.06 Conforms to IEC 60950 standard

9.07 Must have an English keyboard layout

9.08 Includes 8 pcs of KVM cables for USB input devices

9.09 Minimum 1 year warranty

Backup Software (Quantity: 1)

Line Item Specifications Statement of Compliance

10.01 Backup software vendor must be in the business of providing on-premise backup and recovery for at least 10 years

10.02 Vendor should provide 24x7 support

10.03 Backup and recovery regardless of platform: virtual, physical or cloud.

10.04 Belongs to the Gartner Magic Quadrant Leader for Enterprise Backup and Recovery Software

10.05 Full product backup software including agent for Windows Server

10.06 Management of backup and recovery from a user console

10.07 Backup software must have a deduplication feature

10.08 Must be able to restore single files or folders

10.09 Must support Active Directory backup

10.10 Must support email notifications for backup jobs

10.11 Must have a built in optical drive

10.12 Must have an integrated remote management system that is IPMI 2.0 compliant

10.13 With one(1) year support

Backup Media (Quantity: 1)

Line Item Specifications Statement of Compliance

11.01 From top brands

11.02 At least 3TB capacity

11.03 Must have a USB 3.0 port backwards compatible with USB 2.0

11.04 Must be Windows NTFS compatible

11.05 Must have 3 year Support and maintenance agreement for all hardware and software

11.06 Cloud backup capability

11.07 Minimum of one (1) year standard warranty

Rack Conversion Kits

Line Item Specifications Statement of Compliance

12.01 Two (2) Rackmount conversion kit for HP Proliant ML350 Gen9

12.02 Rackmount conversion kit for HP Proliant ML350p Gen8

12.03 Rackmount conversion kit for ML310e Gen8 v2

12.04 Two (2) Rackmount conversion kit for APC SUA2200 UPS

12.05 Rackmount conversion kit for APC SMT2200I UPS

Switched PDU (Quantity: 2)

Line Item Specifications Statement of Compliance

13.01 From top brands

13.02 Vertical Switched Rack Power Distribution Unit with user customizable power control and active monitoring

13.03 Must be able to power on/off individual sockets 13.04 Must have a built in temperature and humidity sensor

13.05 Must have a real-time power monitoring feature of connected load

13.06

Must be able to remotely manage outlets: turn outlets off that are not in use (prevent overloads) or recycle power to locked-up equipment (minimize costly downtime and avoid travel time to equipment).

13.07 Must be manageable via Web GUI, SNMP and Telnet

13.08 Must be operating at the range of 220-240V power input/output suitable for the Philippines

13.09 Must have at least 3 C19 connections 13.10 Must have at least 21 C13 connections 13.11 Must have a C20 input connection rated within 16-20A 13.12 Must have an ICES-003 approval 13.13 Minimum 1 year warranty

24U Rack (Quantity:2)

Line Item Specifications Statement of Compliance

15.01 From top brands

15.02 The unit must be 24U in height

15.03 Vendor-neutral mounting for guaranteed compatibility with all EIA-310 compliant 19” equipment.

15.04 Must have an adjustable vertical mounting rails to allow different mounting depths

15.05 Low-profile castors and adjustable leveling feet from underneath or above

15.06 Split rear doors

15.07 Cable access openings with pre-installed brushes

15.08 Easily removable cable access roof via simple pull-pin hinges

15.09 Eyebolt support integrated into enclosure frame

15.1 Front door can be moved to the opposite side or interchanged with rear doors. Doors are easily removed with simple lift-off design.

15.11 Must include M6 caged nuts, bolts and cup washers and caged nut tool for mounting of equipment

15.12 Easily removable cable access roof 15.13 Must have removable side panels

15.14 must have ventilated front, rear and side panels to allow adequate airflow

15.15 Cable management and patch panels included 15.16 The unit must have a minimum of IP20 rating 15.17 The unit must have a front door lock

15.18 The unit must have a front door lock, rear door lock and four side panel locks

15.19 The unit shall have four (4) adjustable leveling feet to help provide a stable base in the event of an uneven floor surface and to prevent rolling.

15.20 Uninterruptible Power Supply (UPS) with appropriate power output capacity

15.21 Integrated electrical grounding 15.22 Five (5) years standard warranty

42U Rack (Quantity: 2)

Line Item Specifications Statement of Compliance

16.01 From top brands 16.02 The unit must be 42U in height

16.03 Must have an adjustable vertical mounting rails to allow different mounting depths

16.04 Easily removable cable access roof

16.05 Must include M6 caged nuts, bolts and cup washers and caged nut tool for mounting of equipment

16.06 Front and rear doors must be detachable with simple lift off design

16.07 Must have removable side panels

16.08 must have ventilated front, rear and side panels to allow adequate airflow

16.09 must have cable management openings with plastic grommets or radiused edges

16.10 Cable management and patch panels included 16.11 The unit must have a minimum of IP20 rating 16.12 The unit must have a front and rear doors locks

16.13 The unit shall have four (4) adjustable leveling feet to help provide a stable base and to prevent rolling.

16.14 Integrated electrical grounding 16.15 Five (5) years standard warranty

IP Cameras, NVR and TV monitor (Quantity: 8 IP Cameras, NVR and TV)

Line Item Specifications Statement of Compliance

17.01 Eight (8) fixed wall-mounted dome IP cameras

17.02 Minimum resolution of 1 Megapixels

17.03 Must be accessible over IP and have a web interface for administration and viewable via mobile client

17.04 Must have at least 30fps in all resolutions

17.05 With at least 12 IR LEDs for Night Vision

17.06 Must have a minimum sensor size of 1 megapixels

17.07 With motion-detection (sensitivity adjustment and scheduling, emailing)

17.08 16-Channel NVR with at least 2TB local storage

17.09 Must include necessary cables, pvc conduits and other necessary materials

17.10 Must be capable to save recordings on a Windows Server 2012 machine

17.11 Inclusion of the surveillance software for windows

17.12 Inclusion of 42” Smart LED TV with swivel tilt wallmount and 5-meter HDMI cable

17.13 Minimum 1 year warranty

Uninterruptible Power Supply/UPS (Quantity:2)

Line Item Specifications Statement of Compliance

18.01 From top brands

18.02 Input/Nominal Value: 230V | Output power capacity: 2.7 Kwatts / 3.0 kVA

18.03 Input Connections: British BS1363A, IEC-320 C20, Schuko CEE 7/EU1-16P

18.04

Output Connections (8) IEC 320 C13 (Battery Backup) (3) IEC Jumpers (Battery Backup) (1) IEC 320 C19 (Battery Backup)

18.05 Transfer time: 4ms typical : 8ms maximum

18.06 Battery type: Maintenance-free sealed Lead-Acid battery with suspended electrolyte : leakproof

18.07 Adjustable voltage sensitivity and transfer points 18.08 Automatic restart of loads after UPS shutdown 18.09 Boost and Trim Automatic Voltage Regulation (AVR)

18.10 Cold start-capable, frequency and voltage regulation, energy meter, green mode and generates less heat

18.11 With LCD interface and LED indicators 18.12 Sequenced network shutdown and reboot

18.11

USB and Serial connectivity, LED status indicator, audible alarms, network manageable, disconnected battery notification, resettable circuit breakers, predictive failure notification and battery replacement date, hot-swappable batteries, battery failure notification, intelligent battery management

18.14 Protects connected loads from surges, spikes, lightning, and other power disturbances

18.15 Must include CD with software, IEC 320 C14 to C20 power cables, rack mounting hardware , rack Mounting support rails , signalling RS-232 cable , temperature probe , USB cable

18.16 Minimum two (2) years warranty

IT Room renovation

Line Item Specifications Statement of Compliance

Modular Workstation Partitions 19.01 Floor to ceiling partitions enough to cover 3.9m floor width 19.02 Monolithic modular workstation partition color blue 19.03 Upper portion with tempered glass panels with top shelf 19.04 Must have a maximum height of 150cm including top shelf 19.05 Must have a panel thickness of at least 40cm 19.06 Trims and components must be powder coated

19.07 Must have an aluminum baseboard wire trunking system for network and power

19.08 Provision of mounts for 22-inch LED monitors 19.09 Provision for three (3) built-in power outlets

19.10 Workstations should include laminated office tables (each with keyboard drawer, chair and mobile pedestal cabinet)

19.11 At least two (2) vertical or hanging cabinets to house the existing ICT documents and files.

Other requirements 19.12 Adequate LED lighting

19.13 Wall mounting of LED TV for viewing the IP camera feeds and its required cable connections

19.14 Complete replacement and installation of water and fire proof ceiling

19.15 Door swing alteration for (3) doors 19.16 Repainting of entire room 19.17 Proposed layout of ICT room

Server Room

Line Item Specifications Statement of Compliance

20.01 All materials for civil works must be fire rated

20.02 Flooring must protect IT equipment from ESD (Electrostatic Discharge)

20.03 30A breakers should be installed to feed the UPS

20.04 A fire alarm and suppression system must be installed within the server room. Suppression system must use chemicals that do not damage sensitive equipment and not pose harm to personnel.

20.05 Installation of clear tempered glass wall and door with Stainless Handle

20.06 Server room door size must be sized to allow access of equipment. The minimum should be 42 inches wide. Hinges must be installed on the exterior side of the room.

20.07 Implementation of UPS redundancy utilizing two (2) rackmountable UPS on each rack

20.08 Split-type HVAC should be able to maintain room temperature between 20 – 25 degree celcius. HVAC specification must take account total room area and total BTU of equipment.

20.09 Server room location must be able to support the total weight of all devices on the rack plus four (4) persons.

20.10 Provision of cable management, required cable and other materials 20.11 Complete replacement and installation of water and fire proof ceiling

20.12

The current rack will be transferred to the IT server room with all current servers and UPS converted to rack mount form factor by using rack mount conversion kits. All equipment will be installed on the existing rack.

20.13

• Access control door system shall be capable of finger print access (biometric) and pin entering to secure the entry in the equipment room.

• Unit must have at least 100 user capacity and able to store at least 3,000 transactions.

• It must have an LCD display • Electro-magnetic door lock mechanism. Magnetic lock should

disengage during power outage. • Door access control egress device should be installed to allow

personnel inside the server room to freely exit/egress especially during emergency.

• Bracket support and appropriate cables for installation, termination and programming shall be included.

20.14 IP Cameras are needed to be installed outside and inside the server room, in the other two (2) IDFs and other strategic areas.

20.15 Server room lighting (work and emergency lighting) 20.16 Minimum one (1) year warranty

2017 Proposed layout of ICT server room

Office of the President

Philippine Commission on Women Malacañang, Manila

TERMSOFREFERENCETitleoftheProject: PCWICTNetworkInfrastructureUpgradingandConstructionofICTServerRoomReportingLines: InformationTechnologyOfficerIStation: InformationResourceManagementDivision

A. BACKGROUND:

The PCW’s current ICT network infrastructure was established in 1998 to respond to the computing and connectivity needs of the agency. Since then, the network equipment and cable connections have degraded to the point of obsolescence. Network problems and outages have been increasing as the network structure can no longer handle the continuous expansion of the PCW’s ICT needs. While stop-gap solutions were applied by the IRMD-ICTU, the temporary fixes proved to be costly, time-consuming and inefficient; addressing only a small facet of the bigger problem. Given the circumstances, there is a need to improve the existing network infrastructure of the PCW to a more modern, reliable, scalable and flexible network infrastructure that serves as the cornerstone for the automation of mission-critical services and core functions of the PCW. Central to the new ICT network, PCW also needs to build an ICT server room which will house and secure the essential IT network equipment and information systems of the Commission. This is in line with the PCW 2015-2017 Information Systems Strategic Plan (ISSP) endorsed by DOST-ICTO and DBM-MITHI.

B. OBJECTIVES

1. To replace and upgrade the existing fiber backbone, structured cabling and hardware with technologies that are robust, stable and compliant with relevant industry standards to support the current and foreseeable future computing and connectivity needs of the PCW;

2. To construct a PCW server room and consequently renovate and improve the ICT room to house and secure the central IT network equipment and information systems of PCW;

3. To capacitate of the ICT staff in management of the network assets, software and infrastructure;

C. EXPECTED OUTPUTS

1. Upgraded network fiber backbone, structured cabling and hardware that meets recognized industry standards.

2. PCW Server Room which includes:

a. security features, including biometric door-access and IP security cameras;

b. existing server equipment converted to rack mount configuration and installed in secure equipment cabinets;

AnnexC

c. domain controllers using Windows Server 2012 with necessary Group Policies (migrated from Windows 2008 R2) with a secondary Windows Domain Controller on the Active Directory domain;

d. a central file server with Windows Work Folders and Windows Server Update Services feature;

e. configured server backup solution.

3. Renovated ICT Room with partitions/ modular, office furnitures and fixtures, optimizing the available space to accommodate the PCW Server Room, seven (7) ICT staff, and the existing ICT documents and files.

4. ICT staff trained on the management of the network assets, software and infrastructure.

D. SCOPE OF WORK

1. Fiber backbone upgrade PCW is currently using multimode fiber for its inter-building connectivity. Media converters are being utilized to provide link connectivity between the fiber and switching infrastructure. Since the current fiber infrastructure is limited to a max of 1Gbps only, PCW will need to replace the fiber infrastructure to support speeds up to 10Gbps. An OM3 fiber is required to replace the current fiber cables with each end terminated to an Optical Distribution Frame (ODF) at each end. An LC connector is required for termination for switching connectivity.

2. Structured Cabling The current structured cabling of PCW does not conform to industry standards. The initial structured cabling implementation did not take into account future provisions and future proofing. PCW is now requiring the contractor to build a completely new structured data cabling infrastructure following TIA-568 standards.

Supply, delivery, installation and commissioning of various network equipment, cables, cable management and other related components including pulling of Category 6A UTP cable in accordance with the technical requirements specifications stated in Section VII. Technical Specifications.

• Conduct of site survey in order for the contractor to obtain the exact measurements and quantity

needed for their bid.

• Submission of the Bill of Material (BoM) for the project

• Conduct of necessary civil works, roughing-ins and restoration/retouching of all affected areas.

• Provision of the in-house wiring, including moving of the Telco lines and PABX terminal block/patch panel from the cable entrance to the network rack where the media converters, firewall and switches are located.

• All cables should be terminated from the patch panel to an endpoint. Each endpoint will have a patch cable not exceeding 5m in length for equipment connectivity.

• PCW will provide the current floorplan with exact node location on each room. The winning bidder is required to replace old nodes to a minimum of 236 total nodes at a minimal service disruption.

• Mounting and installation of IDF racks/closed cabinets.

• Migration to new data cabling environment/equipment and components including end to end tagging and labelling.

• Provision of technical documentation including but not limited to the following:

o As built documentation (blueprint) of the implemented setup and configuration on all floors of each building, cable and component specifications, cabling and network installation, configuration and testing.

3. Server room and IT Office

PCW currently does not have a dedicated server room to house their IT equipment. A server rack is currently in place but only houses the switches and firewall. All current servers are stored on an open bay storage rack. In order to provide adequate IT equipment security and to conform to industry standards, specifically ANSI-TIA standards for equipment rooms, the Contractor shall construct a dedicated server room with the following requirements:

a. Server room

• Provision of Floor Plans and Working Drawings including electrical design for a 2.33

meters X 2.377 meters room.

• The current rack will be transferred to the IT server room with all current servers and UPS converted to rack mount form factor by using rack mount conversion kits. All equipment will be installed on the existing rack.

• Installation of fire detection (audible and visual alarm) and suppression system that is rapid-response, damage-free, people-safe and environment-friendly

• A split type dedicated HVAC is required to provide adequate cooling to the core devices installed on the rack. The final HVAC specs will be determined after the site survey where final server room location is identified. The bidder is required to provide a BTU calculation using the size of the room allotted and total BTU of equipment to be stored.

• Augmentation of the existing electrical facilities to make sure that the requirements of the server room will be met.

• A dedicated electrical circuit with proper grounding is required to be installed to provide commercial power to the UPS and other equipment/devices.

• Implementation of UPS redundancy to ensure high-availability specially during sudden power surges/outages but at the same will share critical load. Power to the equipment are must be correctly distributed and protected against surges.

• A biometric door access is required to be installed on the front door to secure the entry to the server room. Magnetic lock should disengage during power outage. Likewise, door access control egress device should be installed to allow personnel inside the server room to freely exit/egress especially during emergency. Biometric scanner must be able to log all entries for at least 6 months.

• IP Cameras are needed to be installed outside and inside the server room, in the other two (2) IDFs and other strategic areas. Camera should be able to clearly view and record persons coming in and out of the room. Camera should also be able to view and record

person’s activities inside the server room covering the front and rear sides of the server rack. A LED TV to view the IP camera feeds shall be installed in the IT room.

• Provision of cable management, required cables and other materials.

• Complete replacement of the roofing to ensure no leaks.

• Installation of water and fireproof ceiling (data and power cables and cable management).

• Installation of applicable lighting appropriate for a server room.

• Demolition of existing walls and partitions, removal of existing vinyl floor tiles, removal of existing glass windows and turn it into a solid wall and disposal of debris.

• Supply and installation of Electrostatic tiles.

• Installation of clear tempered glass wall.

• Installation of clear tempered glass door with stainless handle.

• Provision of safety barriers, warning signs during construction.

Please refer to Section VII. Technical Specifications

b. IT Room

• Complete replacement and installation of water and fireproof ceiling data and power

cables and cable management).

• Installation of LED lighting.

• Installation of seven (7) modular partitions with tables, chairs and mobile pedestal cabinets, vertical or hanging cabinets in a 4.5m x 3.9m room.

• Door swing alteration for three (3) doors to comply with fire safety standards.

• Provision of safety barriers, warning signs during construction.

Please refer to Section VII. Technical Specifications

The Contractor is required to conduct a site inspection/ ocular visit of the of the PCW ICT Room and secure a certification from the ICT Unit. Said certification shall form part of their submitted bid. Conduct of site survey in order for the contractor to obtain the exact measurements and quantity needed for their bid. Schedule of the site survey will be from May 09-22, 2017. Bidder should call the IRMD-ICT Unit prior to the intended visit.

4. Switching

PCW is currently using a Cisco SG200-26 switch as the core switch with multiple 10/100 Layer 2 switches for their access switches. In order to provide a secure and efficient network, it was recommended that all current switches would be upgraded with a higher switching capacity. VLAN’s will also be implemented. The VLAN design will be the responsibility of the winning bidder with PCW IT’s approval.

Core switches must be confirmed in good physical working condition. Core switches should have a minimum configuration of the following:

• Stacked configuration • Link redundancy • Core switches should be configured to serve as the gateway for the PCW network • Network segregation using VLAN and inter-VLAN connectivity routing should be present

Access switches should have a minimum configuration of the following:

• Link redundancy • Standard security features such as port-security and DHCP snooping should be enabled • Connectivity to the core switches should be configured as trunk to allow multiple VLAN

communications Please refer to Section VII. Technical Specifications

5. Domain Controllers The current domain controller of the PCW runs on Windows 2008 R2 and must be migrated to Windows 2012 R2 to ensure availability of vendor support in the next three (3) years. The bidder is also required to change or rectify other necessary domain controller configuration such as the DNS settings (split DNS for local system access, creation of additional group policies, etc.) Likewise, in order to adhere to Microsoft’s best practice recommendations on domain controllers, PCW requires a secondary domain controller on its network to ensure high availability and fault tolerance. The secondary domain controller must be in a form of a 1U rack server with dual power supplies for redundancy. Please refer to Section VII. Technical Specifications

6. Windows Work Folders and Windows Server Update Services (WSUS)

A central work file repository that is synchronized with that of the files on the user’s computing devices whether within the PCW local network or outside. This is necessary in order to improve file management and disaster recovery. The winning bidder will be responsible in implementing the overall work folder structure based on inputs from the IT group. Work Folders will be installed/configured on the file server. Likewise, a Windows Server Update Services (WSUS) is also to be implemented to manage the distribution of updates and hotfixes released for Microsoft product.

Please refer to Section VII. Technical Specifications

7. Technology transfer/training The contractor must provide at least five (5) days basic operational and troubleshooting training for at least four (4) IT Personnel covering the following topics:

• Network Equipment/switches

• Windows 2012 Troubleshooting, AD and GPO

• Basic trouble shooting for the Structured Cabling

• Management of server room

In order for the PCW IT Team to properly manage/maintain the new IT infrastructure, the contractor must provide the following vendor (Microsoft) certified trainings:

• Microsoft course 20697-1B: Installing and Configuring Windows 10 for at least four (4) persons

• Microsoft course 20697-2BL Deploying and Managing Windows 10 Using Enterprise services for at least four (4) persons

• ITIL V3 Foundation for at least two (2) persons

• Microsoft Course 20410D: Installing and Configuring Windows Server 2012 for at least two (2) persons

• Microsoft Course 20411D: Administering Windows Server 2012 for at least two (2) persons

• Microsoft Course 20412D: Configuring Advanced Windows Server 2012 Services for at least two (2) persons.

Contractor shall ensure the registration of the PCW IT Personnel to vendor-certified (Microsoft) training institution/s even if the training schedules falls outside the project schedule.

E. QUALIFICATION REQUIREMENTS

1. The bidder must be in the business of providing ICT network solutions for at least 10 years with

documented experience in system integration and similar projects. As proof, the winning bidder must provide at least 3 client references that involve similar projects including Windows Active Directory implementation and Server Room/Data Center construction.

2. The bidder must have an updated and valid accreditation from the Philippine Contractors Accreditation Board (PCAB) with at least Category B for Communication Faciliities or Data Center Expert Certification issued by EPI or equivalent certifications.

3. The IT specialist(s)/engineers to be assigned to perform Microsft server configurations specifically for the domain, Windows Work Folders and Windows Server Update Services and network switching preferably must have the following certification(s):

• One (1) CCNP

• One (1) MCSA or MCSE

4. Bidder’s partner training institution is required to be a Microsoft accredited institution for the last 5 years with Microsoft Certified instructors to perform the training courses.

5. Bidder’s proposed vendors/manufacturers must have 10 years’ experience in the Philippines, with ISO 9001 certifications.

6. As proof of the required qualifications, the bidder must provide the following:

a. List of contractor’s personnel (Project Manager, Technical Personel, Foremen,etc), to be assigned to the contract to be bid, with their complete qualification and experience data which includes the following certifications, if applicable;

b. Certified true copy of valid and current Certificate of Distributorship/Dealership/Resellership or Professional Partnership with the distributor/manufacturer for the following items:

i. Servers;

ii. Network Switches;

iii. WIFI Equipment;

iv. Structured Cabling System;

v. Backup Software.

c. Product warranty from the Cabling Manufacturer of the product offered after the completion of the project.

F. ROLES AND RESPONSIBILITIES

1. The Contractor shall have the following responsibilities:

a. Assign a Project Manager who will serve as single point of contact, manages and ensure quality and timely delivery of project outputs;

b. Furnish all labor, materials, tools and equipment, and perform all operations necessary to complete the supply, delivery, installation, testing and commissioning of PCW’s network Infrastructure upgrading project. The contractor is required to identify any hardware or software required to make the proposed solution fully functional whether included on the BoM or not and identify such, with justification, in their submission;

c. Prior to the construction and installation, the Contractor shall

i. Submit a detailed workplan and implementation schedule two (2) weeks after the receipt of Notice to Proceed . The detailed workplan must cover the entire contract period of 150 calendar days and should include the following:

1. Migration and transition plan

2. Gantt Chart

3. Proposed cabling plan for structured cabling and Server Room

4. Proposed server room layout

5. Power Single Line diagrams

6. Network Diagrams and VLAN allocation

7. Rack Diagram

8. IT room interior layout/ design

ii. Provide existing network throughput and speed test result as reference point for the upgrade.

d. Ensure the continuity of the internet and network access. This includes transfer and setup of the existing network equipment and servers in another location within PCW office during the construction and renovation of the server and ICT room and the data cabinets;

e. Secure the necessary permits for the construction and installation;

f. Conduct disruptive work outside of PCW working hours/days (7am-5pm Monday-Friday). If unavoidable, work notice must be submitted to PCW at least one (1) week before the scheduled work;

g. Clear/clean the work site and restore affected building/room structures, including the repainting and removal of adhesives of the old molding;

h. Providing the necessary test equipment. The Contractor shall submit the Optical Time Domain Reflectometer(OTDR) results and continuity tests for the fiber and copper cabling infrastructure implementation;

i. Submit necessary NTC Type Approvals for all equipment where required;

j. Provide an onsite support engineer for five (5) days during the normalization period;

k. Weekly status reports shall commence from date of first delivery;

l. Communicate any changes to the agreed work schedule at least two (2) weeks before the change in schedule;

m. Provide two (2) copies of the as-built documentation, one in printed hard copy and one electronic format of the provided system including but not limited to the following:

i. Blueprint of implemented setup and configuration on the Structured cabling and Server Room Layout

ii. Warranty Certificates

iii. Rack Diagram

iv. VLAN Assignments

v. Active Directory

vi. Group Policies

vii. Updated Network Diagram

viii. Switch configuration

ix. Port allocation

x. Backup job policy

n. Provide 8x5 phone support to PCW for 1 year after the date of acceptance. The Contractor is obliged to provide onsite support within 4 working hours if the reported issue is not resolved within the day it was reported; and

o. Provide a loaner network switch in case one of the provided switches fail and cannot be restored within the SLA within 4 hours of the SLA expiration. The Contractor is also expected to the deliver, install & configure the loaner switch in order to provide connectivity to affected users in the network.

2. The PCW shall have the following responsibilities:

a. Assist the Contractor during the site survey;

b. Review and approve work plan submitted by the Contractor within (5) working days upon submission;

c. Grant the Contractor and its representatives access to its premises and facilities to performs its responsibilities under the contract;

d. Pay the Contractor amount specified in the Payment Scheme which shall stipulated in the Contract of Services;

e. Issue certificate upon completion and determination of project acceptability.

G. DATE AND PLACE OF DELIVERY The Contractor shall complete the delivery, installation and commissioning within one hundred fifty (150) calendar days from the date of receipt of Notice to Proceed. An official project kickoff shall be called by the assigned Project Manager for the contractor to present how it intends to implement the project. Project is located in Philippine Commission on Women, 1145 J.P. Laurel St., San Miguel, Malacanang Complex, Manila.

H. WARRANTY COVERAGE

1. Upgrades and application of patches with no additional cost during the warranty period of each equipment.

2. Provision of product warranty from the Cabling Manufacturer certifying the All CAT6 equipment to be supplied by the bidder will have minimum of 20-year warranty coverage from the manufacturer. Three (3) years warranty support on structured cabling to be provided by the Contractor.

Equipment warranties shall follow the requirement specified in Section VII. Technical Specifications

Bidder’sCompanyLetterhead

PCWICTNETWORKINFRASTRUCTUREUPGRADINGANDCONSTRUCTIONOFICT

SERVERROOM

BidForm Date: TheChairpersonPCW-BidsandAwardsCommitteePhilippineCommissiononWomen1145J.P.LaurelSt.,SanMiguel,ManilaGentlemenand/orLadies: HavingexaminedtheBiddingDocumentsincludingBidBulletinNumbers[insertnumbers],thereceiptofwhichishereby duly acknowledged, we, the undersigned, offer to [supply/deliver/perform] [description of the Goods] inconformitywiththesaidBiddingDocumentsforthesumof[totalBidamountinwordsandfigures]orsuchothersumsasmaybeascertainedinaccordancewiththeScheduleofPricesattachedherewithandmadepartofthisBid. Weundertake,ifourBidisaccepted,todeliverthegoodsinaccordancewiththedeliveryschedulespecifiedintheScheduleofRequirements. IfourBidisaccepted,weundertaketoprovideaperformancesecurityintheform,amounts,andwithinthetimesspecifiedintheBiddingDocuments. WeagreetoabidebythisBidfortheBidValidityPeriodandtheBidSecurityValidityspecifiedinBDSprovisionforITBClauses17.1and18.2,respectively,anditshallremainbindinguponusandmaybeacceptedatanytimebeforetheexpirationofthatperiod. UntilaformalContractispreparedandexecuted,thisBid,togetherwithyourwrittenacceptancethereofandyourNoticeofAward,shallbebindinguponus.

WeunderstandthatyouarenotboundtoacceptthelowestoranyBidyoumayreceive.

Wecertify/confirmthatwecomplywiththeeligibilityrequirementsasperITBClause5oftheBiddingDocuments.Datedthis________________dayof________________20______. [signatureoverprintednameofthe [inthecapacityof/designationofauthorizedrepresentative] authorizedrepresentative]DulyauthorizedtosignBidforandonbehalfof

[RegisteredCompany/BusinessNameoftheBidder]Address:___________________________________TelephoneNo.:______________________________FaxNo.:_________________________________Emailaddress:______________________________

AnnexD

Bidder’sCompanyLetterhead

PCWICTNETWORKINFRASTRUCTUREUPGRADINGANDCONSTRUCTIONOFICTSERVERROOM

StatementofAllOngoingandCompletedGovernmentandPrivateContracts

forthelastFive(5)Years(IncludingContractsAwardedbutNotYetStarted)

NameofClient

NameofContract

DateandStatusofContract

KindsofGoods/NatureofWork1

AmountofContract

DateofAward

ValueofOutstandingContract

%ofAccomplishment

Pleaseuseanothersheetifnecessary

CertifiedCorrect: NameofAuthorizedRepresentativeDesignation/Position: Date: Proofofstatement:DulysignedContracts,PurchaseOrders,Agreements,MemorandaofAgreement,NoticesofAward,JobOrdersorNoticestoProceedwiththecorrespondingdulysignedDeliveryReceiptsorInspectionorAcceptanceReportsorOfficialReceipts

1 Structured cabling, supply, installation and commissioning networking equipment, construction of ICT server room, implementation of Active Directory and associated

Windows Services.

AnnexE

Bidder’sCompanyLetterhead

PCWICTNETWORKINFRASTRUCTUREUPGRADINGANDCONSTRUCTIONOFICTSERVERROOM

StatementofSingle(1)LargestCompletedContractofSimilarinNatureWithintheLastFive(5)YearsfromDateofSubmissionandReceiptofBidsAmountingtoat

Least50%oftheApprovedBudgetfortheContract(ABC) NameofClient

NameofContract

DateandStatusofContract

KindsofGoods/NatureofWork2

AmountofContract

DateofAward

ValueofOutstandingContract

%ofAccomplishment

Pleaseuseanothersheetifnecessary

CertifiedCorrect: NameofAuthorizedRepresentativeDesignation/Position: Date: Proofofstatement:DulysignedContracts,PurchaseOrders,Agreements,MemorandaofAgreement,NoticesofAward,JobOrdersorNoticestoProceedwiththecorrespondingdulysignedDeliveryReceiptsorInspectionorAcceptanceReportsorOfficialReceipts

2 Structured cabling, supply, installation and commissioning networking equipment, construction of ICT server room, implementation of Active Directory and associated

Windows Services.

AnnexF

Bidder’sCompanyLetterhead

PCWICTNETWORKINFRASTRUCTUREUPGRADINGANDCONSTRUCTIONOFICTSERVERROOM

CertificateofNetFinancialContractingCapacity(NFCC)

(pleaseshowfiguresathowyouarrivedattheNFCC)ThisistocertifythatourNetFinancialContractingCapacity(NFCC)is (PhP )whichisatleastequaltotheApprovedBudgetfortheContract(ABC).Theamountiscomputedasfollows:NFCC=[{CurrentAssetsminusCurrentLiabilities}*15]minusthevalueofalloutstandingoruncompletedportionsoftheprojectsunderongoingcontracts,includingawardedcontractsyettobestartedcoincidingwiththecontracttobebid.

AmountCurrentAssets Minus:CurrentLiabilities Subtotal Multipliedby15(Kfactor) Subtotal Minus:Valueofalloutstandingscontract NFCC

Issuedthis dayof ,2017CertifiedCorrect: NameofAuthorizedRepresentativeDesignation/Position: Date: Notes:1.Thevaluesofthebidder’scurrentassetsandcurrentliabilitiesarebasedonthedatasubmittedtoBIRthroughitsElectronicFilingandPaymentSystem.2.ValueofalloutstandingoruncompletedcontractsrefersthoselistedinAnnex-I.3.Thedetailedcomputationusingtherequiredformulamustbeshownasprovidedabove.

AnnexG

PCWICTNETWORKINFRASTRUCTUREUPGRADINGANDCONSTRUCTIONOFICTSERVERROOM

PROTOCOL/UNDERTAKINGOFAGREEMENTTOENTERINTOJOINTVENTURE

ThisPROTOCOL/UNDERTAKINGOFAGREEMENTTOENTERINTOJOINTVENTURE,executedby: asoleproprietorship/partnership/corporationdulyorganizedandexistingunderandbyvirtueofthelawsofthePhilippines,withofficeslocatedat ,representativehereinby hereinafterreferredtoas“ ”;-and- asoleproprietorship/partnership/corporationdulyorganizedandexistingunderandbyvirtueofthelawsofthePhilippines,withofficeslocatedat ,representativehereinby hereinafterreferredtoas“ ”;-and-asoleproprietorship/partnership/corporationdulyorganizedandexistingunderandbyvirtueofthelawsofthePhilippines,withofficeslocatedat ,representativehereinby hereinafterreferredtoas“ ”;(hereinafterreferredtocollectivelyas“Parties”)ForsubmissiontotheBidsandAwardsCommitteeofthePhilippineCommissiononWomen,pursuanttoSection23.1(b)oftheRevisedImplementingRulesandRegulations(IRR)ofRepublicAct(R.A.)9184.WITNESSETHThat:WHEREAS,thePartiesdesiretoparticipateasaJointVentureinthepublicbiddingthatwillbeconductedbythePhilippineCommissiononWomen,pursuantRepublicAct(R.A.)9184anditsImplementingRulesandRegulations,withthefollowingparticulars:Name/TitleoftheProcurementProject PCWICTNetworkInfrastructureUpgradingand

ConstructionofICTServerRoomApprovedBudgetfortheContract SixMillionSixHundredFiftyThousandPesos(Php

6,650,000.00)

AnnexHPage1of2

NOW THEREFORE, in consideration of the foregoing, the Parties undertake to enter into a JOINT VENTUREandsignaJointVentureAgreementrelativetothejointcooperationforthisbidproject,intheeventthattheirbidsuccessful,furnishingthePhilippineCommissiononWomencopythereofwithinten(10)calendardaysfromreceiptofNoticefromthePCWthatourbidhasthelowestcalculatedbidorhighestratedresponsivebid(asthecasemaybe).Forthepurposesofthisbidproject,andunlessmodifiedbythetermsoftheJointVentureAgreement,thefollowingpartyshallbetheauthorizedrepresentativeoftheJV:Certifiedcorrect:________________________________________

____________________________________

AuthorizedRepresentativeoftheJVPartner:(PerattachedSecretary’sCertificate)

AuthorizedRepresentativeoftheJVPartner:(PerattachedSecretary’sCertificate)

________________________________________ ________________________________________Name Name_______________________________________ ________________________________________Date DateFurthermore,thepartiesagreetobeboundjointlyandseverallyunderthesaidJointVentureAgreement;THATFinally,failureonourpartofenterintotheJointVentureand/orsigntheJointVentureAgreementforanyreasonaftertheNoticeofAwardhasbeenissuedbyshallbeagroundfornon-issuancebyPCWoftheNoticetoProceed,forfeitureofourbidsecurityandsuchotheradministrativeand/orcivilliabilitiesasmaybeimposedbyPCWundertheprovisionsofR.A.9184anditsRevisedIRR,withoutanyliabilityonthepartofPCW.ThisUndertakingshallformanintegralpartofourEligibilitydocumentsfortheabove-citedproject.INWITNESSWHEREOF,thepartieshavesingedthisProtocol/Undertakingonthedatefistabove-written.Bidder’sRepresentative/AuthorizedSignatureSUBSCRIBEDANDSWORNTOBEFOREMEthis__________dayof__________at__________,Philippines,affiantexhibitedtomehis/hercompetentEvidenceofIdentity(asdefinedby2004RulesonNotarialPracticeissuedat_________at__________,Philippines.DocNo._______PageNo.______BookNo.______Seriesof______

AnnexHPage2of2

Bidder’sCompanyLetterhead

PCWICTNETWORKINFRASTRUCTUREUPGRADINGANDCONSTRUCTIONOFICTSERVERROOM

OmnibusSwornStatement

REPUBLICOFTHEPHILIPPINES )

CITY/MUNICIPALITYOF______ )S.S.

A F F I D A V I T

I/We,[NameofAffiant],oflegalage,[CivilStatus],[Nationality],andresidingat[AddressofAffiant],afterhavingbeendulysworninaccordancewithlaw,doherebydeposeandstatethat:

1. Selectone,deletetheother:Ifasoleproprietorship:Iamthesoleproprietorof[NameofBidder]withofficeaddressat[addressofBidder];Ifapartnership,corporation,cooperative,orjointventure:Iamthedulyauthorizedanddesignatedrepresentativeof[NameofBidder]withofficeaddressat[addressofBidder];

2. Selectone,deletetheother:Ifasoleproprietorship:Astheownerandsoleproprietorof[NameofBidder],Ihavefullpowerandauthoritytodo,executeandperformanyandallactsnecessarytorepresentitinthebiddingfor[NameoftheProject]ofthe[NameoftheProcuringEntity];Ifapartnership,corporation,cooperative,orjointventure:Iamgrantedfullpowerandauthoritytodo,executeandperformanyandallactsnecessaryand/ortorepresentthe[NameofBidder]inthebiddingasshownintheattached[statetitleofattacheddocumentshowingproofofauthorization(e.g.,dulynotarizedSecretary’sCertificateissuedbythecorporationorthemembersofthejointventure)];

3. [NameofBidder]isnot“blacklisted”orbarredfrombiddingbytheGovernmentofthePhilippinesoranyofitsagencies,offices,corporations,orLocalGovernmentUnits,foreigngovernment/foreignorinternationalfinancinginstitutionwhoseblacklistingruleshavebeenrecognizedbytheGovernmentProcurementPolicyBoard;

4. Eachofthedocumentssubmittedinsatisfactionofthebiddingrequirementsisanauthenticcopyoftheoriginal,complete,andallstatementsandinformationprovidedthereinaretrueandcorrect;

AnnexIPage1of2

5. [NameofBidder]isauthorizingtheHeadoftheProcuringEntityoritsdulyauthorizedrepresentative(s)toverifyallthedocumentssubmitted;

6. Selectone,deletetherest:Ifasoleproprietorship:IamnotrelatedtotheHeadoftheProcuringEntity,membersoftheBidsandAwardsCommittee(BAC),theTechnicalWorkingGroup,andtheBACSecretariat,theheadoftheProjectManagementOfficeortheend-userunit,andtheprojectconsultantsbyconsanguinityoraffinityuptothethirdcivildegree;Ifapartnershiporcooperative:Noneoftheofficersandmembersof[NameofBidder]isrelatedtotheHeadoftheProcuringEntity,membersoftheBidsandAwardsCommittee(BAC),theTechnicalWorkingGroup,andtheBACSecretariat,theheadoftheProjectManagementOfficeortheend-userunit,andtheprojectconsultantsbyconsanguinityoraffinityuptothethirdcivildegree;Ifacorporationorjointventure:Noneoftheofficers,directors,andcontrollingstockholdersof[NameofBidder]isrelatedtotheHeadoftheProcuringEntity,membersoftheBidsandAwardsCommittee(BAC),theTechnicalWorkingGroup,andtheBACSecretariat,theheadoftheProjectManagementOfficeortheend-userunit,andtheprojectconsultantsbyconsanguinityoraffinityuptothethirdcivildegree;

7. [NameofBidder]complieswithexistinglaborlawsandstandards;and

8. [NameofBidder]isawareofandhasundertakenthefollowingresponsibilitiesasaBidder:a) CarefullyexaminealloftheBiddingDocuments;

b) Acknowledgeallconditions,localorotherwise,affectingtheimplementationoftheContract;

c) Madeanestimateofthefacilitiesavailableandneededforthecontracttobebid,ifany;and

d) InquireorsecureSupplemental/BidBulletin(s)issuedforthe[NameoftheProject].

9.[NameofBidder]didnotgiveorpaydirectlyorindirectly,anycommission,amount,fee,oranyformofconsideration,pecuniaryorotherwise,toanypersonorofficial,personnelorrepresentativeofthegovernmentinrelationtoanyprocurementprojectoractivity.

INWITNESSWHEREOF,Ihavehereuntosetmyhandthis__dayof___,20__at____________,Philippines. _____________________________________ Bidder’sRepresentative/AuthorizedSignatory[JURAT]*ThisformwillnotapplyforWBfundedprojects.

AnnexIPage2of2

SECRETARY’SCERTIFICATE I,________________________________,oflegalage,FilipinoCitizen,andCorporateSecretaryof_____________________________,acorporationdulyorganizedandexistingunderandbyvirtueofthelawsofthePhilippines,withprincipaladdressat ,DOHEREBYCERTIFY,that: AttheregularmeetingoftheBoardofDirectorsofthesaidCorporationdulyconvenedandheldon______________atwhichmeetingaquorumwaspresentandactingthroughout,thefollowingresolutionswereapproved,andthesamehavenotbeenannulled,revokedandamendedinanywaywhateverandareinfullforceandeffectonthedatehereof: RESOLVED,asitisherebyRESOLVED,thatanyofthefollowingperson(s)areauthorizedtorepresent,negotiate,execute,bindand/orsignfororinbehalfthecorporationanydocument(s)requiredforPCW ICT Network Infrastructure Upgrading and Construction of ICT Server Room. NAME DESIGNATION RESOLVEDFURTHER,thatanyoneofthefollowingperson(s), and/or beauthorizedtorepresentthecorporationinthebidding. RESOLVEDFINALLY,thatthisresolutionshallremaininfullforceandeffectuntilthemandateisaccomplished. INWITNESSWHEREOF,Ihavehereuntosetmyhandthis dayof 20__at .

____________________________

(CorporateSecretary)

ACKNOWLEDGMENT SUBSCRIBEDANDSWORNtobeforemethis_____dayof_____________,20___affiantexhibitedtomehis/herCommunityTaxCertificateNo.______________issuedon_________________at_____________________,Philippines.NotaryPublicDoc.No. PageNo.________BookNo_________Seriesof20__

AnnexJ

Bidder’sTechnicalSpecifications/StatementofComplianceForm

ABiddershallprepareandsubmititsownTechnicalSpecifications,intheformatofProcuringEntity’sTechnicalSpecificationsinSectionVIItofacilitateevaluation,andaccomplishtheBidder’sStatementofCompliance.ItemNo. Bidder’sTechnical

Specifications(PleasespecifytheBrandandModel)

*StatementofCompliance:

State“Comply”or“NotComply”

IncludeDesigns,Drawingsand/orPhotographsoftheProduct,andBrochuresand/orProductManualscontainingMeasurements,MaterialsUsed,andOtherSpecificationsoftheProductbeingoffered,ifapplicable]

Biddersmuststateineachrowaboveeither“Comply”or“NotComply”foreachoftheindividualparametersofeachrequiredSpecificationstatingthecorrespondingperformanceparameterofthegoods/items/equipment/servicesoffered.Statementof“Comply”or“NotComply”mustbesupportedbyevidenceinaBidder’sBidandcross-referencedtothatevidence.Evidenceshallbeintheformofmanufacturer’sun-amendedsalesliterature,unconditionalstatementsofspecificationandcomplianceissuedbythemanufacturer,samples,independenttestdata,etc.,asappropriate.AstatementthatisnotsupportedbyevidenceorissubsequentlyfoundtobecontradictedbytheevidencepresentedwillrendertheBidunderevaluationliableforrejection.AstatementeitherintheBidder’sstatementofcomplianceorthesupportingevidencethatisfoundtobefalseeitherduringbidevaluation,post-qualificationortheexecutionoftheContractmayberegardedasfraudulentandrendertheBidderorsupplierliableforprosecutionsubjecttotheprovisionsofITBClause3.1(a)(ii)and/orGCCClause2.1(a)(ii).I/Wefurtherstatethatmy/ourbidiscompliantwithalltherequirementsofSectionVI,ScheduleofRequirementsoftheBiddingDocuments.______________________Bidder’sauthorizedrepresentative’ssignatureoverprintedname:BusinessNameofBidder:______________________________________________________

AnnexL

43

Bidder’sCompanyLetterhead

PCWICTNETWORKINFRASTRUCTUREUPGRADINGANDCONSTRUCTIONOFICTSERVERROOM

PriceScheduleforGoodsOfferedfromAbroadCompany/BusinessNameoftheBidder:___________________________________Address:____________________________________TelephoneNo.:_______________________________FaxNo.:__________________________________E-mailaddress:_______________________________

1 2 3 4 5 6 7 8 9Item Description Country

oforiginQuantity UnitpriceCIFportof

entry(specifyport)orCIPnamedplace(specifyborderpointorplaceofdestination)

TotalCIForCIPpriceperitem(col.4x5)

UnitPriceDeliveredDutyUnpaid(DDU)

UnitpriceDeliveredDutyPaid(DDP)

TotalPricedeliveredDDP(col4x8)

AnnexM

44

Bidder’sCompanyLetterhead

PCWICTNETWORKINFRASTRUCTUREUPGRADINGANDCONSTRUCTIONOFICTSERVERROOM

PriceScheduleforGoodsOfferedfromwithinthePhilippinesCompany/BusinessNameoftheBidder:___________________________________Address:____________________________________TelephoneNo.:_______________________________FaxNo.:__________________________________E-mailaddress:_______________________________

1 2 3 4 5 6 7 8 9 10Item Description Country

oforiginQuantity UnitpriceEXW

peritemCostoflocallabor,rawmaterial,andcomponent2

TotalpriceEXWperitem(cols.4x5)

Unitpricesperitemfinaldestinationandunitpriceofotherincidentalservices

SalesandothertaxespayableperitemifContractisawarded

TotalPricedeliveredFinalDestination(col8+9)x4

AnnexN

45

FormatforSealingandMarkingofDocuments

BIDENVELOPEContainstheTwo(2)Envelopes–alltheORIGINALCOPIES(TechnicalComponentand

FinancialComponentEnvelopes)andtheDUPLICATECOPIES(TechnicalComponentandFinancialComponentEnvelopes)

PHILIPPINECOMMISSIONONWOMEN1145J.P.LaurelSt.,SanMiguel,ManilaBidfor: PCWICTNetworkInfrastructureUpgradingand

ConstructionofICTServerRoomSubmittedby : Bidder’sCompanyName Bidder’sContactDetailsSubmittedto : PCWBidsandAwardsCommittee

c/oBACSecretariatSupplyOffice,GroundFloor,AnnexBldg.1145JoseP.LaurelSt.,SanMiguel,Manila

DONOTOPENBEFORE:Dateandtime

AnnexK

46

ORIGINALCOPIESENVELOPEContainstheOriginalTechnicalComponent(EligibilityandTechnicalDocuments)and

OriginalFinancialComponentFolders

DUPLICATECOPYENVELOPEContainCopyofTechnicalComponent(EligibilityandTechnicalDocuments)and

FinancialComponentFolders

ORIGINALBID-TECHNICALandFINANCIALCOMPONENTPHILIPPINECOMMISSIONONWOMEN1145J.P.LaurelSt.,SanMiguel,ManilaBidfor: PCWICTNetworkInfrastructureUpgradingandConstruction

ofICTServerRoomSubmittedby : Bidder’sCompanyName Bidder’sContactDetailsSubmittedto : PCWBidsandAwardsCommittee

c/oBACSecretariatSupplyOffice,GroundFloor,AnnexBldg.1145JoseP.LaurelSt.,SanMiguel,Manila

DONOTOPENBEFORE:Dateandtime

BIDCOPYOFTHETECHNICALandFINANCIALCOMPONENT

PHILIPPINECOMMISSIONONWOMEN1145J.P.LaurelSt.,SanMiguel,ManilaBidfor: PCWICTNetworkInfrastructureUpgradingand

ConstructionofICTServerRoomSubmittedby : Bidder’sCompanyName Bidder’sContactDetailsSubmittedto : PCWBidsandAwardsCommittee

c/oBACSecretariatSupplyOffice,GroundFloor,AnnexBldg.1145JoseP.LaurelSt.,SanMiguel,Manila

DONOTOPENBEFORE:Dateandtime

47

FormatforSealingandMarkingofDocuments

Properlysealandmarkalldocumentsuponsubmission.

Pleaseusetabsforquickreferenceofdocuments

Put2envelopes(ORIGINAL-TECHNICALCOMPONENTandORIGINALFINANCIALCOMPONENT)into1envelopelabeled“ORIGINALBID-…”

Put2envelopes(COPYNO._-TECHNICALCOMPONENT”andCOPYNo.__-FINANCIALCOMPONENT”)into1envelopelabeled“BIDCOPYNo.__….”

48

FormatforSealingandMarkingofDocuments

Envelope1

OriginalCopyofEligibilityand

TechnicalDocument

Envelope2OriginalCopyof

FinancialDocument

Envelope5ORGINALBID

Envelope3DuplicateCopyofEligibilityand

TechnicalDocument

Envelope4DuplicateCopyofFinancialDocument

Envelope6BIDCopyNo.___

Envelope5BidEnvelope

“PCWICTNetworkInfrastructureUpgradingandConstructionofICT

ServerRoom”

49