Home

IT Branch Facilities Improvement and Monitoring Project

image

Contents

1. m it i ne 9 oe we CANOPY LINE ABOVE E RR 122 24 Butuan ii Current location of IT IDF room 123 ANNEX K LIST OF 24 GSIS OWNED BRANCHES Bacolod Big Araneta St Brgy Tangub Bacolod City Tel 034 444 0981 Fax 034 444 0982 Branch Head Vilma L Fuentes email mvifuentes gsis gov ph Bataan Small San Ramon Dinalupihan Bataan 2110 Tel 047 636 1482 047 636 1481 Territorial Coverage Province of Bataan Branch Head Purisima Sta Isabel email pasisabel gsis gov ph Batangas Big Alangilan Batangas City 4200 Tel 043 723 4345 043 723 4123 Fax 043 723 4345 043 723 4123 Territorial Coverage Province of Batangas and Romblon Branch Head Celeste E Fereras email ceferreras gsis gov ph Butuan Small Libertad Butuan City Tel 085 341 5029 Fax 085 342 1650 Branch Head Belen E Talita email betalita gsis gov ph Cagayan de Oro Medium Carmen Cagayan De Oro City Tel Fax 088 858 5818 Branch Head Ma Cecilia G Vega email megvega gsis gov ph Cauayan Medium Tagaran Cauayan City Isabela Tel 078 652 1127 Fax 078 652 1042 Territorial Coverage Isabela Branch Head Mabel de Guzman email madguzman gsis gov ph 124 10 11 12 13 Cebu Big Leon
2. BIDDER S GUIDE PROSPECTIVE BIDDER S COMPUTATION FOR ITS NET FINANCIAL CONTRACTING CAPACITY NFCC NFCC Current assets minus current liabilities K minus the value of all outstanding or uncompleted portions of the projects under on going contracts including awarded contracts yet to be started coinciding with the contract to be bid Where K 10 for a contract duration of one year or less 15 for a contract duration of more than one year up to two years and 20 for a contract duration of more than two years The values of the bidder s current assets and current liabilities shall be based on the data submitted to the BIR through its Electronic Filing and Payment System EFPS 147 PASEGURUHAN NG MGA NAGLILINGKOD SA PAMAHALAAN GOVERNMENT SERVICE INSURANCE SYSTEM Financial Center Pasay City Metro Manila 1308 GSIS SAMPLE FORM CERTIFICATION OF COMPLETION ACCEPTANCE AND GOOD STANDING The undersigned certifies that 1 Name of bidder has a previous contract with the Government System Insurance System GSIS namely name of contract which was signed date of contract 2 The said contract was successfully COMPLETED by name of bidder and was fully ACCEPTED by the name of concerned GSIS end user unit 3 name of bidder is in GOOD STANDING as of the date indicated in this Certification Issued by Manager End User Unit Issued on 148 SKELETAL PE
3. Authorized Representative 135 Bid Securing Declaration Form REPUBLIC OF THE PHILIPPINES CITY OF 5 5 BID SECURING DECLARATION Title of the Project To Insert name and address of the Procuring Entity I We the undersigned declare that 1 I We understand that according to your conditions bids must be supported by a Bid Security which may be in the form of a Bid Securing Declaration 2 I We accept that a I we will be automatically disqualified from bidding for any contract with any procuring entity for a period of two 2 years upon receipt of your Blacklisting Order and b I we will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration3 if I we have committed any of the following actions i Withdrawn my our Bid during the period of bid validity required in the Bidding Documents or ii Fail or refuse to accept the award and enter into contract or perform any and all acts necessary to the execution of the Contract in accordance with the Bidding Documents after having been notified of your acceptance of our Bid during the period of bid validity 3 I We understand that this Bid Securing Declaration shall cease to be valid on the following circumstances a Upon expiration of the bid validity period or any extension thereof pursuant to your request b I am we are declared ineligible or post disqualified upon receipt of your notice to such effec
4. WARRANTY GUAN AKA esie NANNING NANA 45 18 DELAYS IN THE SUPPLIER S PERFORMANCE eeeee esee ee ee een nose seen 46 19 LIQUIDATED DAMAGES SOOO 47 20 SETTLEMENT OF DISPUTES oneness eosin 47 21 LIABILITY OF THE SUPPLIER GA sk kuu cond eco ee 47 22 FORCE MAJEURE uestes NANANA NAN 48 23 TERMINATION FOR DEFAULT 48 24 TERMINATION FOR INSOEVENGY sscccsvesssessasasnceascucscocssasassescausastossasseonancetes 49 25 TERMINATION FOR CONVENIENCE ccssccssssssesccccccscscccssccecescccccsssssscsscsesoses 49 26 TERMINATION FOR UNLAWFUL ACTS scccsccssssscscccssccccssccscccsscsscssceeeeees 50 37 27 28 29 30 PROCEDURES FOR TERMINATION OF 8 2 2 lt 50 ASSIGNMENT OF RIGHTS cccccccccccscccccccccccccccccccccccccccscceccccccccccccccccccccssees 51 CONTRACT AMENDMENT AG NGINIG 51 APPLICATION ATA NA NANANA 51 38 1 Definitions 1 1 In this Contract the following terms shall be interpreted as indicated The Contract means the agreement entered into between the Procuring Entity and the Supplier as recorded in the Contract Form signed by the parties including all attachments and appendices thereto and all documents incorporated by reference therein The Contract Price means the price payable to the Supplier under the
5. Branch Head Celeste E Fereras email ceferreras gsis gov ph 5 Bayombong Small Dumlao Stadium Clisoc Field Bayombong Nueva Vizcaya 3700 Tel 078 805 3614 Fax 078 805 3512 Territorial Coverage Nueva Vizcaya Ifugao Quirino Branch Head Maybelle B Chommog email mbchommog gsis gov ph 6 Bohol Small 2nd Flr DBP Bldg CPG North Ave Tagbilaran City Tel 038 235 5208 038 501 0579 Fax 038 235 5208 Branch Head Grace P Rada email gprada gsis gov ph 84 10 11 12 13 14 Bulacan Medium The Cabanas Km44 45 Longos Malolos City Bulacan Tel 859 0213 Territorial Coverage Bulacan Province Branch Head Maria Carmencita M Ong email cmong gsis gov ph Butuan Small Libertad Butuan City Tel 085 341 5029 Fax 085 342 1650 Branch Head Belen E Talita email betalita gsis gov ph Cabanatuan Big NFA Compound Maharlika Highway Cabanatuan City Neuva Ecija 3100 Tel 044 463 0572 Fax 044 463 0573 Territorial Coverage Province of Nueva Ecija and Aurora Branch Head Araceli Santos email aasantos gsis gov ph Cagayan de Oro Medium Carmen Cagayan De Oro City Tel Fax 088 858 5818 Branch Head Ma Cecilia G Vega email mcgvega gsis gov ph Catbalogan Small Del Rosario St Catbalogan Samar Tel Fax 055 251 5496 Branch Head Rene C Cinco email recinco gsis gov ph Cauayan Medium Tagaran Cauayan City Isabela Tel 078 652 1127 Fax 0
6. GSIS Bldg Maharalika Highway Bgy Isabang Lucena City 4301 Tel 042 710 7772 042 373 6358 Territorial Coverage Province of Quezon Branch Head Marivel B Peraz Corpuz email mbperazcorpuz gsis gov ph Naga Big Del Rosario Naga City 4400 Tel 054 472 1250 Territorial Coverage Camarines Sur Camarines Norte Naga City Branch Head Josefina B Abao email jbabao gsis gov ph Palawan Small National Highway Bgy San Miguel Puerto Princesa City Tel 048 433 2579 Fax 048 433 6826 Branch Head Marina J Ignacio email mjignacio gsis gov ph Pampanga Medium Sindalan San Fernando Pampanga 2000 Tel 045 455 1261 Territorial Coverage Province of Pampanga Branch Head Roberto L Meneses email rlmeneses gsis gov ph Sorsogon Small Flores St Capitol Compund Sorsogon City Tel 056 421 5279 Branch Head Leon Ma E Fajardo email Imefajardo gsis gov ph Surigao Small Ground Floor Parkway Building National Highway Surigao City 8400 Tel 086 8269113 Branch Head Eldie P Lozarie email eplozarie gsis gov ph Tacloban Big Marasbaras Tacloban City Leyte Tel Fax 053 323 2506 Branch Head Sol A Orcullo email saorcullo gsis gov ph 126 22 23 24 Tarlac Small Urquico Oval San Roque Tarlac City Tel 045 982 9866 Territorial Coverage Province of Tarlac Branch Head Arlene M Villanueva email amvillanueva gsis gov ph Tuguegarao Medium Carig
7. Measurement Max 5 Accuracy Relative Humidity Measurement Min 1 to Max 5 Resolution Relative Humidity Network Interface RJ11 or RJ 45 10 100 Connections Base T SNMP 2 43 Environment Monitoring Switch Gateway for Network Closet For distribution list refer to Annex A Number of Sensor Min of two 2 sensors Supported Protocol HTTP HTTPS SCP SMTP SSH V1 SSH V2 TCP IP Telnet Network Interface RJ 45 10 100 Base T Operating Between 4 C to 45 C Environment Operating Relative Between 0 to 95 Humidity 3 42 Uninterruptible Power Supply UPS For distribution list refer to Annex A to exclude Pasig Central Office Form Tower 62 Item Quantity Specification Statement of Compliance Power Rating Min 3 5 kW 5 kVA Input e Rating Voltage V e Voltage Range V e Frequency e Frequency 220 230 240VAC e Between 180 to 280VAC e 50 60Hz Sensing e Between 45 to Auto Range 70Hz e Input power Atleast 0 99 factor Output e Voltage 220 230 240V AC e Frequency e Overload e 50 60Hz e Between 125 to 130 for 1 minute Output Connector Min 6 IEC 320 C13 and 2 IEC 320 C19 Output power Min 0 70 factor Display 7 LED AC input output Bypass Inverter Fault Overload Battery replacement Battery backup 7 LCD Multi Language Input Output Bypass Inverter Frequency
8. Y Vertical PDU Delivery Circuit Breakers Royal Cord 40 etc Duly Signed As Built Electrical Plan and Installation of electrical components for GSIS Owned Branches in Mindanao gt Delivery Installation Testing and Commissioning for Mindanao Branches Y Temperature Humidity Sensor Ambient Y Environment Monitoring for Network Closet 5kVA UPS 1 0kVA UPS Network Rack Quarter Rack Horizontal PDU GNO N amp RE CUN Vertical PDU Project Turn over Acceptance Completion of the Upgrade of Existing EMS Software including the hundred fifty eight 158 Network Node Licenses gt Integration of all T H Ambient Sensors and UPS to the Upgrade EMS Software gt Cable IQ Qualification Tester gt Equipment Technical amp User s Manual Project Acceptance Report Training Vouchers 57 10 4 Payment shall be made in Philippines Pesos 13 4 c No further instructions 16 1 The applicable inspection and performance test to be done by the Data Center and Data Recovery and Building and Maintenance Departments 17 3 Warranty e The winning bidder shall provide three 3 years warranty on all labor and parts free of charges e The warranty must include immediate replacement of the whole unit if any part of the unit becomes defective three 3 times within the first year of the warranty period e The winning bidder must provide
9. and or if the submitted total bid price exceeds the ABC unless otherwise provided in ITB Clause 13 2 the BAC shall rate the bid concerned as failed Only bids that are determined to 23 25 24 3 24 4 24 5 24 6 24 7 24 8 contain all the bid requirements for both components shall be rated passed and shall immediately be considered for evaluation and comparison Letters of withdrawal shall be read out and recorded during bid opening and the envelope containing the corresponding withdrawn bid shall be returned to the Bidder unopened If the withdrawing Bidder s representative is in attendance the original bid and all copies thereof shall be returned to the representative during the bid opening If the representative is not in attendance the bid shall be returned unopened by registered mail The Bidder may withdraw its bid prior to the deadline for the submission and receipt of bids provided that the corresponding Letter of Withdrawal contains a valid authorization requesting for such withdrawal subject to appropriate administrative sanctions If a Bidder has previously secured a certification from the Procuring Entity to the effect that it has previously submitted the above enumerated Class A Documents the said certification may be submitted in lieu of the requirements enumerated in ITB Clause 12 1 a items i to v In the case of an eligible foreign Bidder as described in ITB Clause 5 the
10. fortuitous event may be used interchangeably In this regard a fortuitous event or force majeure shall be interpreted to mean an event which the Contractor could not have foreseen or which though foreseen was inevitable It shall not include ordinary unfavorable weather conditions and any other cause the effects of which could have been avoided with the exercise of reasonable diligence by the Contractor Such events may include but not limited to acts of the Procuring Entity in its sovereign capacity wars or revolutions fires floods epidemics quarantine restrictions and freight embargoes If a force majeure situation arises the Supplier shall promptly notify the Procuring Entity in writing of such condition and the cause thereof Unless otherwise directed by the Procuring Entity in writing the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek all reasonable alternative means for performance not prevented by the force majeure 23 Termination for Default 23 1 23 2 The Procuring Entity shall terminate this Contract for default when any of the following conditions attends its implementation Outside of force majeure the Supplier fails to deliver or perform any or all of the Goods within the period s specified in the contract or within any extension thereof granted by the Procuring Entity pursuant to a request made by the Supplier prior to the delay an
11. in representation of the GSIS as a juridical person and Bidder s Representative in representation of Bidder as a juridical person who executed the foregoing Contract consisting of __ __ pages including the page on which this Acknowledgment is written signed by the parties and their witnesses on each and every page thereof and acknowledge to me that the same is their free and voluntary act and deed and of the entities they represent WITNESS MY HAND AND NOTARIAL SEAL on the date and the place stated above Doc No Page No Book No Series of 141 GSIS BIDS AND AWARDS COMMITTEE CHECKLIST OF REQUIREMENTS IT Branch Facilities Improvement and Monitoring Project ABC Php25 000 000 00 ENVELOPE NO 1 ELIGIBILITY AND TECHNICAL COMPONENTS CLASS A DOCUMENTS Legal Documents 1 Appropriate Registration Certificate from the Security and Exchange Commission For Corporation Registration Certificate OR Certificate of Incorporation and Articles of Incorporation OR Latest Certificate of Filing of Amended Articles of Incorporation and the amended articles of incorporation if the company has amended its articles of incorporation as approved by the SEC OR Certificate of Good Standing from SEC for purposes of determining status of the entity whether it is active or its certificate of registration has been revoked For Partnership Certificate of Registration OR Certificate of Partnership and the Art
12. irrevocable letter of credit issued by a Universal or Commercial Two percent 2 Bank Provided however that it shall be confirmed or authenticated by a Universal or Commercial Bank if issued by a foreign bank c Surety bond callable upon demand issued by a surety or insurance company duly certified Five percent 5 by the Insurance Commission as authorized to issue such security d Any combination of the Proportionate to share of form with foregoing respect to total amount of security 18 2 18 3 18 4 18 5 For biddings conducted by LGUs the Bidder may also submit bid securities in the form of cashier s manager s check bank draft guarantee or irrevocable letter of credit from other banks certified by the BSP as authorized to issue such financial statement The bid security should be valid for the period specified in the BDS Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non responsive No bid securities shall be returned to bidders after the opening of bids and before contract signing except to those that failed or declared as post disqualified upon submission of a written waiver of their right to file a motion for reconsideration and or protest Without prejudice on its forfeiture bid securities shall be returned only after the bidder with the Lowest Calculated and Responsive Bid has signed the contract and furnished the performan
13. scere tele e i a me redet up rites 17 15 7 Bid Prices P 17 16 a AA 18 t7 Bid UD A ees rte oats cade na alan KLANG 19 18 Bid SECUFIV auus kanaan abang kaka GOYANG Fastest 19 19 Format and Signing of Bids tr pe ban Sax ede 21 20 Sealing and Marking of Bids eee ar e cod Y peti ted pen a ae Sut 21 D SUBMISSION AND OPENING OF BIDS sna AKUNG NANIRAHAN ANGHANG 22 21 Deadline for Submission of Bids a ARAB NAE dps 22 22 Late Bids iid wd ae ve pa aie dise od usa d fed rede aes 22 23 Modification and Withdrawal of Bids AA NUN NGA wae 22 24 Opening and Preliminary Examination of 23 E EVALUATION AND COMPARISON OF BIDS 24 25 Processio be Confidential oido eite tei dei eic p di eu ues 24 26 Clarification of Bids a neu b ete Pee a 25 21 4 Domestic PIETEICICE NA NN Tana LAN an 25 28 Detailed Evaluation and Comparison of 195 26 29 PosteOuahtficalttotku n EAE RES Da E BO 24 s0 a nave 28 AWARDOFCONEB ACT nA 29 21 Contract aNG nea eU E ve ER eR e SU dv SR edid a 29 32 ofthe CODE OL sse ep to c
14. the Joint Venture Agreement will be submitted with a disclosure of the percentage of ownership of both parties All parties to the Joint Venture shall submit the following gt Latest Income Tax Return within the last six months for monthly or quarterly tax remittance or Annual Income Tax Only tax returns filed and taxes paid through the BIR EFPS shall be accepted gt Business tax Percentage tax or VAT returns within the last six months Only tax returns filed and taxes paid through the BIR EFPS shall be accepted gt Valid PhilGEPS Registration Certificate Certificate of Good Standing Completion AND Acceptance from GSIS Said Certification must be issued within the past twelve 12 months from bid submission This is applicable only to prospective bidders with previous contracts and completed projects with the GSIS entered into within the past three 3 years from the submission and receipt of bids OR 35 Certificate of Good Standing Completion OR Acceptance from at least one 1 previous client as stated in the List of Ongoing and Completed Contracts Said Certification must be issued within the past twelve 12 months from bid submission This is applicable only to prospective bidders without previous contracts and completed projects with the GSIS 7 Datasheet of the product goods and or services to be supplied This includes brochures manuals or other documentary references which will provide s
15. 1 1 a bank draft guarantee or an irrevocable letter of credit issued by a foreign bank it shall be accompanied by a confirmation from a Universal or Commercial Bank or 1 2 a surety bond it shall be accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments 1 Conformity with technical specifications as enumerated and specified in Sections VI and VII of the Bidding Documents and 11 Sworn statement in accordance with Section 25 2 a iv of the IRR of RA 9184 and using the form prescribed in Section VII Bidding Forms 13 Documents Comprising the Bid Financial Component 13 1 13 2 Unless otherwise stated in BDS the financial component of the bid shall contain the following a b b Financial Bid Form which includes bid prices and the bill of quantities and the applicable Price Schedules in accordance with ITB Clauses 15 1 and 15 4 If the Bidder claims preference as a Domestic Bidder or Domestic Entity a certification from the DTI SEC or CDA issued in accordance with ITB Clause 27 unless otherwise provided in the BDS and Any other document related to the financial component of the bid as stated in the BDS Unless otherwise stated in the BDS all bids that exceed the ABC shall not be accepted Unless otherwise indicated in the BDS for foreign funded procurement a ceiling may be applied to bid prices
16. 5 3 5 4 Unless otherwise provided in the BDS the following persons shall be eligible to participate in this bidding a b d e Duly licensed Filipino citizens sole proprietorships Partnerships duly organized under the laws of the Philippines and of which at least sixty percent 60 of the interest belongs to citizens of the Philippines Corporations duly organized under the laws of the Philippines and of which at least sixty percent 6096 of the outstanding capital stock belongs to citizens of the Philippines Cooperatives duly organized under the laws of the Philippines and of which at least sixty percent 60 of the interest belongs to citizens of the Philippines and Unless otherwise provided in the BDS persons entities forming themselves into a JV i e a group of two 2 or more persons entities that intend to be jointly and severally responsible or liable for a particular contract Provided however that Filipino ownership or interest of the joint venture concerned shall be at least sixty percent 60 Foreign bidders may be eligible to participate when any of the following circumstances exist as specified in the BDS a b d When a Treaty or International or Executive Agreement as provided in Section 4 of the RA 9184 and its IRR allow foreign bidders to participate Citizens corporations or associations of a country included in the list issued by the GPPB the l
17. Contract for the full and proper performance of its contractual obligations The Goods means all of the supplies equipment machinery spare parts other materials and or general support services which the Supplier is required to provide to the Procuring Entity under the Contract The Services means those services ancillary to the supply of the Goods such as transportation and insurance and any other incidental services such as installation commissioning provision of technical assistance training and other such obligations of the Supplier covered under the Contract GCC means the General Conditions of Contract contained in this Section SCC means the Special Conditions of Contract The Procuring Entity means the organization purchasing the Goods as named in the SCC The Procuring Entity s country is the Philippines The Supplier means the individual contractor manufacturer distributor or firm supplying manufacturing the Goods and Services under this Contract and named in the SCC The Funding Source means the organization named in the SCC The Project Site where applicable means the place or places named in the SCC Day means calendar day The Effective Date of the contract will be the date of receipt by the Supplier of the Notice to Proceed or the date provided in the Notice to Proceed Performance of all obligations shall be reckoned from the Effectiv
18. Dated this day of 20 signature in the capacity of Duly authorized to sign Bid for and on behalf of 131 For Goods Offered From Within the Philippines Name of Bidder Invitation to Bid Number Page of rw lc xe cim O Op Sap TA Item Description Country Quantity Unit price Exw Cost of local Total price Unit prices per Sales and other Total Price of origin per item labor raw EXW per item item final taxes payable delivered Final material and cols 4 x 5 destination and per item if Destination component unit price of Contract is col 8 9 x4 other incidental awarded services 1 EMS Sensor 43 Ambient 2 Ethernet 43 Gateway for Rack Enclosure 3 SkVA 42 Uninterrupti ble Power Supply UPS 4 3kVA 53 Uninterrupti ble Power Supply UPS 5 IkVA 20 Uninterrupti ble Power Supply UPS 6 Vertical 20 PDU 7 Horizontal 9 PDU 8 Network 8 Rack 9 Quarter 4 Rack 10 Server Tray 20 11 Blanking 56 Panel 12 Central 1 Monitoring Software DCIM 13 Cable IQ 1 Qualificatio n Tester ADB and WB funded projects use IFB Omnibus Sworn Statement REPUBLIC OF THE PHILIPPINES CITY MUNICIPALITY OF S S AFFIDAVIT I Name of Affiant of legal age Civil Status Nationality and residing at Address of Affiant after having been duly sworn in accordance with law do hereby depose and state tha
19. Kilat St Cebu City 6000 Tel 032 253 2940 032 256 1350 Fax 032 253 2940 Branch Head Ma Fatima R Alvarez email mfralvarez gsis gov ph Cotabato Small Gov Gutierrez Ave Cotabato City 9600 Tel 064 421 1168 Fax 064 421 3215 Branch Head Rosalinda G Mendoza email rgmendoza gsis gov ph Davao Big McArthur Highway Matina Davao City 8000 Tel 082 296 2431 Fax 082 299 0141 Branch Head Bai Cerynea B Aquino email bebaquino gsis gov ph Dipolog Medium Minaog Dipolog City 7100 Tel Fax 065 212 2308 Branch Head Willa G Mangubat email wgmangubat gsis gov ph Dumaguete Medium National North Road Dumaguete City 6200 Tel 035 225 0370 035 422 4032 Fax 035 225 0370 Branch Head Mercedes VP Enriquez email mvpenriquez gsis gov ph lloilo Big Cor Sto Rosario and Zamora Sts Iloilo City Tel 033 335 0638 Fax 033 337 4308 Branch Head Eleanor D Gregorio email edgregorio gsis gov ph Laguna Big Barangay Binan Pagsanjan Laguna 4008 Tel Fax 049 5016955 Territorial Coverage Laguna Branch Head Ireen I Dimaano email iidimaano gsis gov ph 125 14 15 16 17 18 19 20 21 Laoag Medium Brgy 23 P Paterno St Laoag City 2900 Tel 077 772 0053 Territorial Coverage Laoag Ilocos Norte Vigan and Candon Ilocos Sur Acting Branch Head Isagani E Del Rosario email iedelrosario gsis gov ph Lucena Medium
20. Loading and battery level Abnormal message and intelligent self diagnosis Interface Standard RS232 x 1 SNMP and or Modbus slot x 1 Parallel port x 1 with pre installed SNMP Card for environmental monitoring 63 Item Quantity Specification Statement of Compliance Transient Voltage Internal or external Surge with the UPS Suppression TVSS Remote UPS Web Monitoring Dry Monitoring Contact Monitoring and Control Conformance Safety CE TUV EN62040 1 1 EMC CISPR 22 Class A Approval C tick CE EN 50091 1 EN 50091 2 EN 55022 Class A EN 60950 EN 61000 3 2 GOST UL 1778 VDE Or C Tick CE WEEE and ROHS S3 Uninterruptible Power Supply UPS For distribution list refer to Annex C Form Tower Power Rating Min 2100W Interface Standard RS232 x 1 SNMP and or Modbus slot x 1 Parallel port x 1 with pre installed SNMP Card for environmental monitoring Transient Voltage Internal or external Surge with the UPS Suppression TVSS AC Input Nominal 220 230 240 Vac Voltage single phase 3 wire L N G AC Input Voltage Window For 1 kVA to 6 kVA 160 280 Vac L N at full load while providing nominal charging to the battery system or 100 280 Vac L N at 50 load while providing nominal charging to the battery sys
21. NFCC at least equal to the approved budget for the contract to be bid Note GPPB Resolution No 20 2013 30 July 2013 CLASS B DOCUMENT 7 Valid joint venture agreement if there s any or notarized statements from all the potential joint venture partners that they will enter into and abide by the provisions of the JVA OTHER TECHNICAL DOCUMENTS 8 The bid security shall be in any of the following form and amount a Php500 000 00 equivalent to 2 of the ABC if bid security is in cash cashier s manager s check bank draft guarantee or irrevocable letter of credit Bidders who opt to submit a bid security in the form of cash shall deposit the money to the GSIS Cashier in coordination with the GBAC Secretariat prior to the submission of bids The original Official Receipt issued by the GSIS Cashier for the cash deposit shall be submitted as part of the Eligibility and Technical Components b Php1 250 000 00 equivalent to 5 of the ABC if bid security is in Surety Bond A valid certification from the Insurance Commission must be attached c Any combination of the foregoing proportionate to the share of form with respect to total amount of security or d Notarized Bid Securing Declaration using the form prescribed in the Bidding Documents 9 Conformity with technical specifications as enumerated and specified in Sections VI and VII of the Bidding Documents o Copies of Sections VI and VII of the Bi
22. OR Certificate of Amended Articles of Partnership and the accompanying amended articles of partnership if the company has amended its articles of partnership as approved by the SEC OR Certificate of Good Standing from SEC for purposes of determining status of the entity whether it is active or its certificate of registration has been revoked 12 1 a i No additional requirements 12 1 a iii Statement of the prospective bidder of all its ongoing and completed government and private contracts including contracts awarded but not yet started if any whether similar or not similar in nature to the Project within the past three 3 years from the submission and receipt of bids 12 1 a iv Audited financial statements for CY 2013 stamped received by the Bureau of Internal Revenue BIR or its duly accredited and authorized institutions 12 1 b As regards to conformity with technical specifications the bidder must submit either of the following a Copies of Sections VI and VII of the Biddings Documents and all Bid Bulletin s issued with the bidder s statement of compliance and signature of the authorized representative OR b Signed Letter of Conformity to be printed in the bidder s letterhead 13 1 Bid Form and Itemized Bid Form 13 1 b No further instructions 13 2 The ABC for the project is Php25 000 000 00 Any bid with a financial component exceeding the amount s
23. Tuguegarao City Cagayan 3500 Tel 078 396 0650 078 396 0673 Fax 078 304 9394 Territorial Coverage Cagayan Kalinga Apayao and some agencies under Batanes Branch Head Eden Seno email epseno gsis gov ph Zamboanga Medium Moret Field Baliwasan Zamboanga City 7000 Tel 062 991 1566 Fax 062 991 1258 Branch Head Eddie A Cruz email eacruz gsis gov ph 127 ANNEX L TESTING GUIDELINES FOR THE INSTALLATION AND CONFIGURATION OF THE PROPOSED EMS SOFTWARE AND INTEGRATION OF THE ENVIRONMENTAL FACILITIES FOR DEPLOYMENT 1 The winning vendor shall provide a test server to be used as a test environment for the installation and configuration of the proposed version upgrade of the existing EMS software of GSIS ITSG 2 Once the test environment is ready the winning bidder shall connect and integrate in the system one 1 Temperature Humidity Ambient sensor from the deliverables to test its connectivity and send the temperature and humidity information to the EMS software 3 The winning bidder shall also integrate one 1 Temperature Humidity Ambient sensor from the existing production ambient sensor to test its connectivity and compatibility to the new version It shall also send the temperature and humidity information to the EMS software 4 The winning bidder shall also integrate one 1 UPS from the deliverables for each type 1x5kVA 1x3kVA and 1x1kVA to the EMS software to test its connectivity and send
24. Vented Steel Rack Compatibility Width 23 62 inches 600 mm Frame Depth 39 37 inches 1000mm 11 56 Blanking Panel For delivery to Data Center Pasay Head Office Dimension Width x 19 inches 482 6 mm Height x 1 75 inches 44 45 mm Rack U Size 1U or 1RU 69 Item Quantity Specification Statement of Compliance Color Black Type Snap in installation Compliance EIA 310 E Compliant Cabinet 1 Cable IQ Qualification Tester For delivery to Data Center Pasay Head Office Cabl STP FTP SSTP e ypes RG6 RG59 audio and supported security 1000BASE T 100BASE TX Qualification auto LOBASE T VoIP tests 1394b S100 TELCO Wiremap only Coax Supported tests Wiremap length cable signal performance digital toner analog toner Ethernet detection and identification analog telephone detection blink port light continuity speaker test cable fault finding video signal detection Wiremap Can detect single wire faults and supports MultiMap mode with up to seven remote office identifiers Draws proportional wire length to breaks Detects split pairs Find fault Measures crosstalk and impedance and compares against appropriate limits based on qualification test selected Detects location of large point sources as well as distribute
25. all GSIS Mindanao Branches Refer to Mindanao Branches in Annex A Project Turn over Acceptance days from the receipt of Notice to Proceed NTP 59 Section VII Technical Specifications Instruction to Bidders Bidders must state in the column Statement of Compliance either Comply or Not Comply against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered Statements of Comply or Not Comply must be supported by evidence in a Bidders Bid and cross referenced to that evidence Evidence shall be in the form of manufacturer s un amended sales literature unconditional statements of specification and compliance issued by the manufacturer samples independent test data etc as appropriate A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection A statement either in the Bidders statement of compliance or the supporting evidence that is found to be false either during Bid evaluation post qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause 3 1 a ii and or GCC Clause 2 1 a ii A BACKGROUND PROJECT OVERVIEW OBJECTIVES The Government Service Insurance System GSIS comm
26. except by written amendment signed by the parties Application These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of this Contract 51 Section V Special Conditions of Contract GCC Clause 1 1 g The Procuring Entity is Government Service Insurance System GSIS 110 The Supplier is to be inserted at the time of contract award 1 10 The Funding Source 15 The Government of the Philippines GOP through the GSIS Corporate Budget for CY 2014 in the amount of TWENTY FIVE MILLION PESOS ONLY Php25 000 000 00 1 1 k The Project sites are defined in Section VI Schedule of Requirements and Section VII Technical Specifications 5 1 The Procuring Entity s address for Notices is GBAC Secretariat GSIS Bids and Awards Committee Level 2 Core G GSIS Building Financial Center Pasay City Tel No 02 976 4961 976 4945 Fax No 02 859 0373 GBAC Secretariat gsis gov ph www gsis gov ph The Supplier s address for Notices is Insert address including name of contact fax and telephone number 6 2 Delivery and Documents For purposes of the Contract EXW FOB FCA CIF CIP DDP and other trade terms used to describe the obligations of the parties shall have the meanings assigned to them by the current edition of INCOTERMS published by the International Chamber of Commerce Paris The Delive
27. intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government foreign or international financing institution herein will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract Further the Funding Source Borrower or Procuring Entity as appropriate will seek to impose the maximum civil administrative and or criminal penalties available under the applicable law on individuals and organizations deemed to be involved with any of the practices mentioned in GCC Clause 2 1 a Inspection and Audit by the Funding Source The Supplier shall permit the Funding Source to inspect the Supplier s accounts and records relating to the performance of the Supplier and to have them audited by auditors appointed by the Funding Source if so required by the Funding Source Governing Law and Language 4 1 4 2 This Contract shall be interpreted in accordance with the laws of the Republic of the Philippines This Contract has been executed in the English language which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract All correspondence and other documents pertaining to this Contract exchanged by the parties shall be written in English Notices 5 1 Any notice request or co
28. only after prior approval of the President and shall not exceed fifteen percent 15 of the Contract amount unless otherwise directed by the President or in cases allowed under Annex D of RA 9184 For Goods supplied from abroad the terms of payment shall be as follows On Contract Signature Ten percent 10 of the Contract Price shall be paid within sixty 60 days from signing of the Contract and upon submission of a claim and a bank guarantee for the equivalent amount valid until the Goods are delivered and in the form provided in Section VIII Bidding Forms On Delivery Seventy percent 70 of the Contract Price shall be paid to the Supplier within sixty 60 days after the date of receipt of the Goods and upon submission of the documents i through vi specified in the SCC provision on Delivery and Documents On Acceptance The remaining twenty percent 20 of the Contract Price shall be paid to the Supplier within sixty 60 days after the date of submission of the acceptance and inspection certificate for the respective delivery issued by the Procuring Entity s authorized representative In the event that no inspection or acceptance certificate is issued by the Procuring Entity s authorized representative within forty five 45 days of the date shown on the delivery receipt the Supplier shall have the right to claim payment of the remaining twenty percent 20 subject to the Procuring Entity s own verification of th
29. provided the following conditions are met i Bidding Documents are obtainable free of charge a freely accessible website If payment of Bidding Documents is required by the procuring entity payment could be made upon the submission of bids ii The procuring entity has procedures in place to ensure that the ABC is based on recent estimates made by the responsible unit of the procuring entity and that the estimates reflect the quality supervision and risk and inflationary factors as well as prevailing market prices associated with the types of works or goods to be procured iii The procuring entity has trained cost estimators on estimating prices and analyzing bid variances iv The procuring entity has established a system to monitor and report bid prices relative to ABC and engineer s procuring entity s estimate v The procuring entity has established a system to monitor and report bid prices relative to ABC and procuring entity s estimate 16 14 15 The procuring entity has established a monitoring and evaluation system for contract implementation to provide a feedback on actual total costs of goods and works Alternative Bids Alternative Bids shall be rejected For this purpose alternative bid is an offer made by a Bidder in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of bidding A bid with option
30. regulation state AC output dynamic voltage regulation Min 7 maximum for 100 load step at less than 10 ms or 100 ms recovery time Nominal Operation e 15095 for 30 Online seconds 125 150 for 1 minute 105 continuous Output Power Between 0 2 1 0 Factor Rating lagging Nominal 0 7 lagging Input Frequency 50 60 Hz Cord Length 2 5 meters Input Voltage 90 250 VAC Range Maximum Line 10A Current per Phase Approval C tick CE EN 50091 1 EN 50091 2 EN 55022 Class A EN 60950 EN 61000 3 2 GOST VDE Or C Tick CE EN 62040 1 EN 50091 2 ROHS WEEE 6 8 Network Rack Open Type For distribution list refer to Annex D Maximum Height Min 2130 00 mm Maximum Width 600 00 mm Maximum Depth Min 747 00 mm Minimum 740 00 mm Mounting Depth Maximum 1200 00 mm 67 Item Quantity Specification Statement of Compliance Mounting Depth Structure 4 poles Rack Height 44U Color Black Server Tray 5 pcs 2 4 Quarter Rack 11U For distribution list refer to Annex E Cabinet Depth Max 1000 mm Door Type Mesh Rack Height 11U Color Black Server Tray 2 pcs 8 15 Vertical Installation Power Distribution Unit PDU Fo
31. stated in the branch addresses Note The PDF file format of the branch building layout that shows the actual size and schematics of the IT IDF Rooms will be provided only to the winning bidder B 4 INSTALLATION AND DELIVERY Installation and Delivery Statement of Compliance 1 The Vendor shall comply with the two hundred ten 210 calendar days completion period upon receipt of the Notice to Proceed NTP The Vendor shall guarantee the delivery of the products solutions within the specified period and location of delivery The Vendor shall bear the expenses of all travel cost on the delivery of goods installation of all the deliverables and conduction of trainings C OTHER REQUIREMENT Other Requirement Statement of Compliance The vendor must be a manufacturer or authorized reseller distributor of the goods to be supplied excluding Cable IQ Qualification Tester and Vertical and Horizontal Power Distribution Unit PDU at the time of Bid Opening 81 LIST OF ANNEXES Annex A List of GSIS Big Medium and Small Category Branches Annex B List of GSIS Extension Offices Annex C List of IDF Rooms in GSIS Pasay Head Office Annex D List of GSIS Branch for the Delivery and Installation of Network Rack Annex E List of GSIS Extension Offices for the Delivery and Installation of Quarter Size Server Rack Annex F List of GSIS Branches for the Del
32. the Goods and or performance of Services shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Entity in Section VI Schedule of Requirements If at any time during the performance of this Contract the Supplier or its Subcontractor s should encounter conditions impeding timely delivery of the Goods and or performance of Services the Supplier shall promptly notify the Procuring Entity in writing of the fact of the delay its likely duration and its cause s As soon as practicable after receipt of the Supplier s notice and upon causes provided for under GCC Clause 22 the Procuring Entity shall evaluate the situation and may extend the Supplier s time for performance in which case the extension shall be ratified by the parties by amendment of Contract Except as provided under GCC Clause 22 a delay by the Supplier in the performance of its obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 19 unless an extension of 46 19 20 21 time is agreed upon pursuant to GCC Clause 29 without the application of liquidated damages Liquidated Damages Subject to GCC Clauses 18 and 22 if the Supplier fails to satisfactorily deliver any or all of the Goods and or to perform the Services within the period s specified in this Contract inclusive of duly granted time extensions if any the Procuring Entity shall without prejudice to its ot
33. three 3 years software warranty which includes but shall not be limited to software version upgrades and patches e All warranty obligations shall commence upon issuance of the Certificate of Completion and Final Acceptance 17 4 The period for correction of defects if requires importation of goods is within thirty 30 calendar days otherwise seven 7 calendar days 21 1 All partners to the joint venture shall be jointly and severally liable to the Procuring Entity 58 Section VI Schedule of Requirements The delivery schedule expressed as weeks months stipulates hereafter a delivery date which is the date of delivery to the project site Item Description Qty Total Delivery Statement of No Weeks Months Compliance 1 Submission of Project 1 1 Within 90 Calendar Management Plan days from the receipt of Notice to Proceed Delivery and Installation of NTP equipment in Pasay Head Office 2 Delivery and Installation of 1 1 Within 150 Calendar electrical components days from the receipt Refer to GSIS Owned of Notice to Proceed Branches in Luzon and NTP Visayas on Annex and Annex K Delivery Installation Testing and Commissioning Refer to Luzon and Visayas Branches in Annex A 3 Delivery and Installation of 1 1 Within 210 Calendar electrical components Refer to GSIS Owned Branches in Mindanao on Annex J and Annex K Delivery Installation Testing and Commissioning for
34. 1 the Procuring Entity for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the foregoing exchange rates Unless otherwise specified in the BDS payment of the contract price shall be made in Philippine Pesos Bid Validity 17 1 17 2 Bids shall remain valid for the period specified in the BDS which shall not exceed one hundred twenty 120 calendar days from the date of the opening of bids In exceptional circumstances prior to the expiration of the Bid validity period the Procuring Entity may request Bidders to extend the period of validity of their bids The request and the responses shall be made in writing The bid security described in ITB Clause 18 should also be extended corresponding to the extension of the bid validity period at the least A Bidder may refuse the request without forfeiting its bid security but his bid shall no longer be considered for further evaluation and award A Bidder granting the request shall not be required or permitted to modify its bid Bid Security 18 1 The bid security in the amount stated in the BDS shall be equal to the percentage of the ABC in accordance with the following schedule Amount of Bid Security Koro Equal to Percentage of the ABC a Cash or cashier s manager s check issued by a Universal or Commercial Bank b Bank draft guarantee or
35. 4 Dagupan Q 8 4th FLOOR PLAN 104 5 Bataan GROUND FLOOR PLAN PAMPANGA REGIONAL OFFICE BALE 105 7 Tarlac GROUND FLOOR PLAN GSIS TARLAC FO 106 8 Batangas Current location of IT IDF room 107 9 Lucena 108 10 Lagun es Gee ee a MN 109 11 Palawan RENOVATION OF OMS PALAWAN BRANCH OFFICE BULDING 110 12 Naga E Tar 111 13 Sorsogon 112 14 Iloilo 113 15 Bacolod 114 16 Cebu o yn ae FATA dial O 2 C 115 17 Dumaguete location of Current IT IDF room 116 18 Tacloban il zi REVISED THIRD FLOOR PLAN GSIS TACLOBAN BLOG mas ma 117 19 Zamboanga 118 20 Dipolog 119 21 Cagayan De Oro ed E NN uU Mmm LT LLL LE INIT e ELT a 120 22 Davao Confirmed 4 es 1 1 _ 9 1 EEE DESEE LE 121 23 Cotabato 8 sa soc 1 7 HAI P
36. 47 811 3101 Territorial Coverage Province of Zambales Mamburao Extension Office Rizal St Bgy 1 Mamburao Occidental Mindoro 5106 Tel Fax 043 711 1943 Territorial Coverage Province of Occidental Mindoro Branch Head Miller B Masicat email mbmasicat gsis gov ph Masbate Extension Office Capitol Compound Masbate City Cellphone no 0939 583 4538 Territorial Coverage Province of Masbate Masbate City Branch Head Jenny R Marifosque email jrmarifosque gsis gov ph Ormoc Extension Office Stall 105 Ormoc City Superdome Ormoc City 6541 Tel Fax 053 255 7901 Branch Head Mark Leo C Tabao email mlctabao gsis gov ph Tandag Extension Office Capitol Rd Brgy Telaje Tandag Surigao Del Sur Tel 086 211 4423 Fax 086 211 4484 Virac Extension Office Capitol Compoundd Virac Catanduanes Tel 052 811 1212 Office cell phone 0928 836 6564 Territorial Coverage Province of Catanduanes Branch Head Johnson V Dating email jvdating gsis gov ph 91 ANNEX C LIST OF IDF ROOMS IN GSIS PASAY HEAD OFFICE 1 Motorpool Level 1 1 1 IDF 20 Level 3 WWW UI WI Nn Core G Conference Hall 1 13 Level 5 2 14 1 Core 2 18 Level 7 3 19 92 ANNEX D LIST OF GSIS BRANCH FOR THE DELIVERY AND INSTALLATION OF NETWORK RACK 1 Baguio Medium 3F EDY Bldg 143 Kisad Road Baguio City 2600 Tel 074 446 8060 Fax 074 446 8060
37. 6 6 7 6 8 and all statements and information provided therein are true and correct g Authorizing the Head of the Procuring Entity or its duly authorized representative s to verify all the documents submitted h Ensuring that the signatory is the duly authorized representative of the Bidder and granted full power and authority to do execute and perform any and all acts necessary and or to represent the Bidder in the bidding with the duly notarized Secretary s Certificate attesting to such fact if the Bidder is a corporation partnership cooperative or joint venture i Complying with the disclosure provision under Section 47 of RA 9184 in relation to other provisions of RA 3019 and j Complying with existing labor laws and standards in the case of procurement of services Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned The Bidder is expected to examine all instructions forms terms and specifications in the Bidding Documents It shall be the sole responsibility of the Bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to the contract to be bid including a the location and the nature of this Project b climatic conditions c transportation facilities and d other factors that may affect the cost duration and execution or implementation of this Project The Procuring Entity s
38. 78 652 1042 Territorial Coverage Isabela Branch Head Mabel de Guzman email madguzman gsis gov ph Cebu Big Leon Kilat St Cebu City 6000 Tel 032 253 2940 032 256 1350 Fax 032 253 2940 Branch Head Ma Fatima R Alvarez email mfralvarez gsis gov ph Cotabato Small Gov Gutierrez Ave Cotabato City 9600 Tel 064 421 1168 Fax 064 421 3215 Branch Head Rosalinda G Mendoza email rgmendoza gsis gov ph 85 15 16 17 18 19 20 21 22 Dagupan Big PNR Site Mayombo Dist Dagupan City Pangasinan 2400 Tel 075 522 0436 075 523 7511 Fax 075 523 7511 Branch Head Joselito C Roldan Sr email jcroldan gsis gov ph Davao Big McArthur Highway Matina Davao City 8000 Tel 082 296 2431 Fax 082 299 0141 Branch Head Bai Cerynea B Aquino email bcbaquino gsis gov ph Dipolog Medium Minaog Dipolog City 7100 Tel Fax 065 212 2308 Branch Head Willa G Mangubat email wgmangubat gsis gov ph Dumaguete Medium National North Road Dumaguete City 6200 Tel 035 225 0370 035 422 4032 Fax 035 225 0370 Branch Head Mercedes VP Enriquez email mvpenriquez gsis gov ph General Santos Big LLIDO Bldg Santiago Blvd Gen Santos City 9500 Tel 083 301 7065 Fax 083 301 6213 Branch Head Deity U Manampan email dumanampan gsis gov ph Iligan Medium YIMA Bldg Badelles St Iligan City 9200 Lanao Del Norte Tel 063 221 8698
39. Bidding Documents for the sum of total Bid amount in words and figures or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid We undertake if our Bid is accepted to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements If our Bid is accepted we undertake to provide a performance security in the form amounts and within the times specified in the Bidding Documents We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for ITB Clause 18 2 and it shall remain binding upon us and may be accepted at any time before the expiration of that period Commissions or gratuities if any paid or to be paid by us to agents relating to this Bid and to contract execution if we are awarded the contract are listed below 2 Name and address Amount and Purpose of of agent Currency Commission or gratuity if none state None Until a formal Contract is prepared and executed this Bid together with your written acceptance thereof and your Notice of Award shall be binding upon us We understand that you are not bound to accept the lowest or any Bid you may receive We certify confirm that we comply with the eligibility requirements as per ITB Clause 5 of the Bidding Documents lig ADB JICA and WB funded projects use IFB 2 Applicable only if the Funding Source is the ADB JICA or WB 130
40. CB is requested to submit two 2 additional copies of Eligibility Technical and Financial Documents and soft scanned copies of Eligibility Technical Financial Proposal and post qualification document stored in a CD DVD or USB Flash Drive If the LCB is a reseller or distributor of the goods to be supplied the LCB is requested to submit the contact details i e name of the authorized person officer company position designation office address telephone number s and email address es of the Manufacturer and or Distributor of the goods to be supplied 145 SAMPLE FORM STATEMENT OF THE PROSPECTIVE BIDDER OF ALL ITS ONGOING AND COMPLETED GOVERNMENT AND PRIVATE CONTRACTS INCLUDING CONTRACTS AWARDED BUT NOT YET STARTED IF ANY WHETHER SIMILAR OR NOT SIMILAR IN NATURE TO THE PROJECT WITHIN THE PAST YEARS FROM THE SUBMISSION AND RECEIPT OF BIDS Name of the Date of the Nature of Amount of Date of Copy of end contract contract Work Kinds contract and Delivery user s of Goods value of acceptance or including the outstanding official and contracts receipt s contact number of the customer s issued for the authorized contract if representative s completed On Going Completed Contracts Awarded But Not Yet Started If Any Single Largest Contract Similar to the Project Signature Over Printed Name Authorized Representative 146
41. Class A Documents described in ITB Clause 12 1 a may be substituted with the appropriate equivalent documents if any issued by the country of the foreign Bidder concerned Each partner of a joint venture agreement shall likewise submit the requirements in ITB Clauses 12 1 1 and 12 1 1 Submission of documents required under ITB Clauses 12 1 a i11 to 12 1 a v by any of the joint venture partners constitutes compliance A Bidder determined as failed has three 3 calendar days upon written notice or if present at the time of bid opening upon verbal notification within which to file a request or motion for reconsideration with the BAC Provided however that the motion for reconsideration shall not be granted if it is established that the finding of failure is due to the fault of the Bidder concemed Provided further that the BAC shall decide on the request for reconsideration within seven 7 calendar days from receipt thereof If a failed Bidder signifies his intent to file a motion for reconsideration the BAC shall keep the bid envelopes of the said failed Bidder unopened and or duly sealed until such time that the motion for reconsideration or protest has been resolved The Procuring Entity shall prepare the minutes of the proceedings of the bid opening that shall include as a minimum a names of Bidders their bid price bid security findings of preliminary examination and b attendance sheet The BAC memb
42. Contract 1 7 Price Schedule submitted by the L8 Schedule of Requirements 1 9 Supplemental Bid if any and 1 10 Notice of Award The Official Bid Documents and this Contract contain all the agreements of the parties and replace and supersede any understanding communications and representations whether verbal or written between the parties The words terms and phrases stated in this Contract shall have the same meanings as are respectively assigned to them under the Official Bid Documents In consideration of the Contract Price to be paid by the GSIS the hereby covenants with the GSIS to provide the goods or services 138 7 9 10 and to remedy the defects therein in conformity with the Official Bid Documents and this Contract The GSIS shall pay the Contract Price at the time and in the manner prescribed by the Official Bid Documents and this Contract It is understood that all applicable taxes including Documentary Stamp Tax DST if any shall be borne by the For this purpose the acknowledges that the GSIS is not a withholding agent for DST and hereby undertakes and commits itself to make direct payments to the BIR of any DST that may be imposed in the execution and or performance of this Contract Any damage to the systems facilities and equipment of the GSIS due to the theft pilferage directly or indirectly caused by the personnel shall be immediately repaired restored or replaced by
43. ERMS for DDP Deliveries In the case of Goods supplied from within the Philippines or supplied by domestic Suppliers risk and title will not be deemed to have passed to the Procuring Entity until their receipt and final acceptance at the final destination Patent Rights The Supplier shall indemnify the Procuring Entity against all third party claims of infringement of patent trademark or industrial design rights arising from use of 55 the Goods or any part thereof Payment Terms Payment shall be made after complete delivery and acceptance of the project subject to the following Project Milestones Phase Deliverables Payment Percentage of the total contract price 1 gt Approved and Signed Project 30 Management gt Resumes of the Project Manager Supervisor Foreman and Electrical Engineer gt Delivery and Installation for Pasay Head Office Server Trays or Rack Shelves Blanking Panels 3kVA and 1kVA 2 gt Delivery Circuit Breakers Royal Cord 30 etc Duly Signed As Built Electrical Plan and Installation of electrical components for GSIS Owned Branches in Luzon and Visayas gt Delivery Installation Testing and Commissioning for Luzon and Visayas Branches Y Temperature Humidity Sensor Ambient Y Environment Monitoring for Network Closet 5kVA UPS 1 0kVA UPS Network Rack Ty Poo N Quarter Rack 56 Y Horizontal PDU
44. Fax 063 221 8020 Branch Head Alexis D Arumpac email adarumpac gsis gov ph Iloilo Big Cor Sto Rosario and Zamora Sts Iloilo City Tel 033 335 0638 Fax 033 337 4308 Branch Head Eleanor D Gregorio email edgregorio gsis gov ph Kidapawan Small Ist floor Dimaano Building National Highway Kidapawan City Tel Fax 064 288 5111 Branch Head Sonia B Gutierrez email sbgutierrez gsis gov ph 86 23 24 25 26 27 28 29 30 La Union Small Bugayong Bldg Quezon Ave Brgy Catbangen San Fernando City La Union 2500 Tel Fax 072 242 6893 Territorial Coverage Provinces of La Union and Abra Branch Head Quintin S Banez email qsbanez gsis gov ph Laguna Big Barangay Binan Pagsanjan Laguna 4008 Tel Fax 049 5016955 Territorial Coverage Laguna Branch Head Ireen I Dimaano email iidimaano gsis gov ph Laoag Medium Brgy 23 P Paterno St Laoag City 2900 Tel 077 772 0053 Territorial Coverage Laoag Ilocos Norte Vigan and Candon Ilocos Sur Acting Branch Head Isagani E Del Rosario email iedelrosario gsis gov ph Legazpi Medium Alternate Rd Bitano Legazpi City Tel 052 480 4685 Territorial Coverage Province of Albay Legazpi City Ligao City Tabaco City Branch Head Joel R Defeo email jrdefeo gsis gov ph Lucena Medium GSIS Bldg Maharalika Highway Bgy Isabang Lucena City 4301 Tel 042 710 7772 042 373 6358 Territ
45. GSIS PASEGURUHAN NG MGA NAGLILINGKOD SA PAMAHALAAN GOVERNMENT SERVICE INSURANCE SYSTEM Bidding Documents IT Branch Facilities Improvement and Monitoring Project TABLE OF CONTENTS SECTION I INVITATION TO SECTION II INSTRUCTIONS TO BIDDERS 000000000000000000000000000 SECTION II BID DATA SHEET 2444 NENA SECTION IV GENERAL CONDITIONS OF CONTRACT SECTION V SPECIAL CONDITIONS OF SECTION VI SCHEDULE OF REQUIREMENTS 0000000000000000000000 SECTION VII TECHNICAL SPECIFICATIONS eeeeee ee eese eene SECTION VIII BIDDING FORMS 000000000000000000000000000000 Section I Invitation to Bid PASEGURUHAN NG MGA NAGLILINGKOD SA PAMAHALAAN GOVERNMENT SERVICE INSURANCE SYSTEM Financial Center Pasay City Metro Manila 1308 GSIS IT Branch Facilities Improvement and Monitoring Project The Government Service Insurance System GSIS through the GSIS Corporate Operating Budget for CY 2014 intends to apply the sum of TWENTY FIVE MILLION PESOS ONLY Php25 000 000 00 being the Approved Budget for the Contract ABC to payment for the IT Branch Facilities Improvement and Monitoring Project Bids received in excess of the ABC shall be automatically rejected at bid opening The GSIS now invites b
46. Head Igmidio F Ponay Jr email ifponay gsis gov ph 94 ANNEX E LIST OF GSIS EXTENSION OFFICES FOR THE DELIVERY AND INSTALLATION OF QUARTER SIZE SERVER RACK 1 Antique Extension Office G F AML Bldg cor Dalipe Atabay Sts San Jose Antique Tel 036 540 9596 Branch Head Leo Frigillano email Iffrigillano gsis gov ph 2 Borongan Extension Office JRC Bldg Brgy Songco Borongan Eastern Samar Tel Fax 055 261 3522 Branch Head John Vianney G Ocana email jvdocana gsis gov ph 3 Catarman Extension Office J P Rizal St Catarman Northern Samar Tel Fax 055 251 8519 Branch Head Hector B Uy email hbuy gsis gov ph 4 Ormoc Extension Office Stall 105 Ormoc City Superdome Ormoc City 6541 Tel Fax 053 255 7901 Branch Head Mark Leo C Tabao email mlctabao gsis gov ph 95 ANNEX F LIST OF GSIS BRANCHES FOR THE DELIVERY AND INSTALLATION OF VERTICAL INSTALL POWER DISTRIBUTION UNIT PDU 1 Baguio Medium 3F EDY Bldg 143 Kisad Road Baguio City 2600 Tel 074 446 8060 Fax 074 446 8060 Territorial Coverage Provinces of Benguet and Mountain Province Branch Head Isagani E Del Rosario email iedelrosario gsis gov ph 2 Bataan Small San Ramon Dinalupihan Bataan 2110 Tel 047 636 1482 047 636 1481 Territorial Coverage Province of Bataan Branch Head Purisima Sta Isabel email pasisabel gsis gov ph 3 Bayombong Small Dumlao Stadium Clisoc Field Bayombong Nue
47. PS For distribution list refer to Annex B and Annex C Type Tower Power Rating min 700W 1kVA Interface Standard RS232 x 1 SNMP and or Modbus slot x 1 Parallel port x 1 with pre installed SNMP Card for environmental monitoring Transient Voltage Internal or external Surge with the UPS Suppression TVSS AC Input Nominal 220 230 240 Vac Voltage single phase 3 wire L N G AC Input Voltage Window For 1 kVA to 6 kVA 160 280 Vac L N at full load while providing nominal charging to the battery system or 100 280 Vac L N at 50 load while providing nominal charging to the battery system Input Frequency Between 40Hz to Range 70Hz auto selecting Input Power Factor Minimum 0 95 at 100 load at 230 Vac Input Current Maximum 6 at 100 Distortion load at 230 Vac AC Nominal 220 Vac 225 Vac 230 Output Voltage Vac or 240 Vac user Single Phase 3 Wire Phase N G selectable Output Connectors Min 6 IEC 320 C13 Output Frequency 50 60 between 3 to 5 Hz tracking or 50 60 01 Hz tracking 66 Item Quantity Specification Statement of Compliance user selectable AC Output Voltage Maximum 3 100 Distortion linear load Maximum 8 100 non linear load AC output static Min 1 at steady voltage
48. RSPECTIVE OF A BIDDER S BID ENVELOPE OUTER ENVELOPE MAIN ENVELOPE ALL envelopes shall be marked in accordance with Section 20 4 of the Instruction to Bidders in the Bidding Documents which shall contain the following details of the contract to be bid name and address of the prospective bidder beaddressed to the Procuring Entity s BAC in accordance with ITB clause 10 1 bear the specific identification of this bidding process indicated in ITB clause 1 2 bear a warning DO NOT OPEN BEFORE the date and time for the opening of bids in accordance with ITB clause 24 1 149
49. Statement of Compliance 1 The winning bidder shall provide the necessary technical and user s orientation and or transfer of technology to the GSIS Information Technology Services Group on the operation and maintenance of the delivered goods to include but not limited At least two 2 personnel on Installation and Configuration on the upgrade of existing EMS and At least ten 10 personnel on operations and management of EMS The winning bidder shall provide installation configuration and operation manuals in hard and soft copies A 9 DOCUMENTATION Documentation Statement of Compliance 1 The winning bidder shall submit a detailed project management plan composed of but not limited to implementation plan delivery schedule personnel list and training schedule The winning bidder shall provide a complete documentation for every deliverables at every end of each development stage and milestone The procuring entity shall own all documents and shall reserve the right to reproduce at no additional cost The documentation shall be written in English of durable construction with concise and high quality presentation to include but not limited to the following e Information Systems about the project e User Manuals Technical Reference Manuals System Operation Manuals Troubleshooting and Installation Guides The winning bidder shall submit all electrical layout and design As Built Plan si
50. Territorial Coverage Provinces of Benguet and Mountain Province Branch Head Isagani E Del Rosario email iedelrosario gsis gov ph 2 Bayombong Small Dumlao Stadium Clisoc Field Bayombong Nueva Vizcaya 3700 Tel 078 805 3614 Fax 078 805 3512 Territorial Coverage Nueva Vizcaya Ifugao Quirino Branch Head Maybelle B Chommog email mbchommog gsis gov ph 3 Bohol Small 2nd Flr DBP Bldg CPG North Ave Tagbilaran City Tel 038 235 5208 038 501 0579 Fax 038 235 5208 Branch Head Grace P Rada email gprada gsis gov ph 4 Dipolog Medium Minaog Dipolog City 7100 Tel Fax 065 212 2308 Branch Head Willa G Mangubat email wgmangubat gsis gov ph 5 Dumaguete Medium National North Road Dumaguete City 6200 Tel 035 225 0370 035 422 4032 Fax 035 225 0370 Branch Head Mercedes VP Enriquez email mvpenriquez gsis gov ph 6 Kidapawan Small Ist floor Dimaano Building National Highway Kidapawan City Tel Fax 064 288 5111 Branch Head Sonia B Gutierrez email sbgutierrez gsis gov ph 93 7 Lucena Medium GSIS Bldg Maharalika Highway Bgy Isabang Lucena City 4301 Tel 042 710 7772 042 373 6358 Territorial Coverage Province of Quezon Branch Head Marivel B Peraz Corpuz email mbperazcorpuz gsis gov ph 8 Maasin Small Servacio Building R Kangleon Street Brgy Mantahan Maasin City Southern Leyte Tel 053 381 3786 amp 570 8011 Fax 053 381 3786 Branch
51. The GOVERNMENT SERVICE INSURANCE SYSTEM a social insurance institution created under Commonwealth Act No 186 as amended and operating under its present Charter Republic Act No 8291 otherwise known as the GSIS Act of 1997 with principal office address at the GSIS Headquarters Building Financial Center Area Pasay City represented herein by lt GSIS AUTHORIZED SIGNATORY gt Designation hereinafter referred to as the GSIS and The corporation duly organized and operating under the laws of the Philippines with its principal place of business at Address represented herein by lt BIDDER S REPRESENTATIVE Designation duly authorized for this purpose hereinafter referred to as the SUPPLIER SERVICE PROVIDER CONTRACTOR CONSULTANT RECITALS WHEREAS The GSIS invited Bids for the Project Title The submitted the Lowest Calculated Responsive Bid representing that it has the resources and the capability to meet the requirements as defined under the Official Bid Documents and the GSIS has accepted said Bid NOW THEREFORE for and in consideration of the foregoing premises the parties have agreed and stipulated as follows 1 3 The following Official Bid Documents shall be deemed integral parts of this Contract 11 Bid Data Sheet L2 Terms of Reference 1 3 Scope of Work 1 4 Plans Drawings and or Technical Specifications 1 5 General Conditions of Contract 1 6 Special Conditions of
52. UPS shall be tested for operational compatibility to the circuit breaker ampere and voltage rating The winning bidder shall provide one hundred fifty eight 158 licenses for all SNMP and or Bacnet and or Modbus equipment to be installed and connected to the EMS Software A 6 PRODUCT WARRANTY Product Warranty Statement of Compliance 1 The winning bidder shall provide three 3 years warranty on all labor and parts free of charges The warranty must include immediate replacement of the whole unit if any part of the unit becomes defective three 3 times within the first year of the warranty period The winning bidder must provide three 3 years software warranty which includes but not limited to software version upgrades and patches All warranty obligations shall commence upon issuance of the Certificate of Completion and Final Acceptance 76 A 7 MAINTENANCE AND TECHNICAL SUPPORT Maintenance and Technical Support Statement of Compliance The winning bidder must have locally available certified qualified and experienced personnel to provide technical support during the warranty period Please refer to Section E 1 no 2 of the Project Management Methodology The winning bidder must provide twelve 12 hours a day and six 6 days a week Monday to Saturday technical support Technical support response and resolution time are as follows e Within One 1 hour for phone suppo
53. a contract duration of one year or less 15 for a contract duration of more than one year up to two years and 20 for a contract duration of more than two years The values of the bidder s current assets and current liabilities shall be based on the data submitted to the BIR through its Electronic Filing and Payment System EFPS 6 Bidder s Responsibilities 6 1 6 2 The Bidder or its duly authorized representative shall submit a sworn statement in the form prescribed in Section VIII Bidding Forms as required in ITB Clause 12 1 b ii1 The Bidder is responsible for the following a Having taken steps to carefully examine all of the Bidding Documents b Having acknowledged all conditions local or otherwise affecting the implementation of the contract c Having made an estimate of the facilities available and needed for the contract to be bid if any d Having complied with its responsibility to inquire or secure Supplemental Bid Bulletin s as provided under ITB Clause 10 3 e Ensuring that it is not blacklisted or barred from bidding by the GOP or any of its agencies offices corporations or LGUs including foreign government foreign or international financing institution whose blacklisting rules have been recognized by the GPPB f Ensuring that each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original complete 6 3 6 4 6 5 6
54. ailure to post the required performance security within the prescribed time ix refusal to clarify or validate in writing its bid during post qualification within a period of seven 7 calendar days from receipt of the request for clarification x any documented attempt by a bidder to unduly influence the outcome of the bidding in his favor xi failure of the potential joint venture partners to enter into the joint venture after the bid is declared successful or xii all other acts that tend to defeat the purpose of the competitive bidding such as habitually withdrawing from bidding submitting late Bids or patently insufficient bid for at least three 3 times within a year except for valid reasons b if the successful Bidder 1 fails to sign the contract in accordance with ITB Clause 32 or 1 fails to furnish performance security in accordance with ITB Clause 33 Format and Signing of Bids 19 1 19 2 19 3 19 4 19 5 Bidders shall submit their bids through their duly authorized representative using the appropriate forms provided in Section VII Bidding Forms on or before the deadline specified in the ITB Clauses 21 in two 2 separate sealed bid envelopes and which shall be submitted simultaneously The first shall contain the technical component of the bid including the eligibility requirements under ITB Clause 12 1 and the second shall contain the financial component of the bid Forms as ment
55. all declare the bidding a failure and conduct a re bidding with re advertisement Notice to Proceed 34 1 34 2 Within three 3 calendar days from the date of approval of the contract by the appropriate government approving authority the Procuring Entity shall issue its Notice to Proceed to the Bidder The contract effectivity date shall be provided in the Notice to Proceed by the Procuring Entity which date shall not be later than seven 7 calendar days from the issuance of the Notice to Proceed 31 Section III Bid Data Sheet ITB Clause 1 1 The Procuring Entity is Government Service Insurance System GSIS 1 2 The lot s and reference is are IT Branch Facilities Improvement and Monitoring Project 2 The Funding Source is The Government of the Philippines GOP through the GSIS Corporate Operating Budget for CY 2014 in the amount of TWENTY FIVE MILLION PESOS Php25 000 000 00 3 1 No further instructions 5 1 No further instructions 5 2 None of the circumstances mentioned in the ITB Clause exists in this Project Foreign bidders except those falling under ITB Clause 5 2 b may not participate in this Project 5 4 The Bidder must have completed within the period specified in the Invitation to Bid and ITB Clause 12 1 11 a single contract that is similar to this Project equivalent to at least fifty percent 50 of the ABC Similar Project pertains to the suppl
56. ars experienced in handling similar projects and shall sign the as built plan Resumes of the Project Manager Supervisor Foreman and Professional Electrical Engineer must be submitted thirty days 30 upon receipt of the Notice to Proceed NTP indicating employment history and projects handled Handled projects shall be validated with companies provided to ensure expertise GSIS reserves the right to interview approve and change 79 personnel assignment of the Project Team Once the contract has been awarded no replacement shall be allowed except for justifiable reasons In case of non compliance a penalty shall be applied as defined in the contract GSIS shall only communicate with the service provider It is the sole responsibility of the service provider to communicate with all of their partners to any concern s of the GSIS in relation with the implementation of the project B 2 AGENCY COUNTERPART RESOURCES Agency Counterpart Resources Statement of Compliance GSIS ITSG will provide the scope on the usage of the resources to be available to project contractor These will include the following 1 Information GSIS ITSG shall provide the necessary data needed including but not limited to technical specifications of the items to be delivered branch complete postal address contact number and authorized representative s branch building layout and branch specific conditions and conce
57. aws or regulations of which grant reciprocal rights or privileges to citizens corporations or associations of the Philippines When the Goods sought to be procured are not available from local suppliers or When there is a need to prevent situations that defeat competition or restrain trade Government corporate entities may be eligible to participate only if they can establish that they a are legally and financially autonomous b operate under commercial law and c are not dependent agencies of the GOP or the Procuring Entity Unless otherwise provided in the BDS the Bidder must have completed at least one contract similar to the Project the value of which adjusted to current prices using the National Statistics Office consumer price index must be at least equivalent to a percentage of the ABC stated in the BDS For this purpose contracts similar to the Project shall be those described in the BDS and completed within the relevant period stated in the Invitation to Bid and ITB Clause 12 1 a ii1 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 K 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 Where K 10 for
58. bile devices with minimum platforms Apple IOS 7 x Android OS Ice Cream Sandwich analysis PUE System Characteristics Virtual Server infrastructure requirement With ISO Image installer Compatible with the existing VMWARE version ESXI 5 1 both for OS and DB With equivalent server licenses Client workstation requirement Compatible with the existing Intel based workstation Can be viewed using Internet Explorer Chrome and Firefox web browser Compatible with Java Plug in v 1 6 0 22 Building Management System Integration Yes Supported Device Types UPS Pow PDU Models Chillers er Distribution Units Rack Smart PDUs Computer Room Air Conditioners 72 Item Quantity Specification Statement of Compliance Environmental Sensors Power Metering Equipment Surveillance Appliances Static Transfer Switches Standby Generators Compatible Protocols Support DNS HTTP HTTPS SMS SMTP SSL TCP IP SNMP SSH SMB JMS VMWARE Dashboard Performance Indicator View Key Provide a map view to monitor the data center operations in a quick overview including any alarms in different locations and rooms From the map overview one can drill down to locations gt rooms gt racks gt servers for details or troubleshooting Display capacity KPIs for
59. c copy of the original complete and all statements and information provided therein are true and correct Name of Bidder is authorizing the Head of the Procuring Entity or its duly authorized representative s to verify all the documents submitted Select one delete the rest If a sole proprietorship am not related to the Head of the Procuring Entity members of the Bids and Awards Committee BAC the Technical Working Group and the BAC Secretariat the head of the Project Management Office or the end user unit and the project consultants by consanguinity or affinity up to the third civil degree If a partnership or cooperative None of the officers and members of Name of Bidder is related to the Head of the Procuring Entity members of the Bids and Awards Committee BAC the Technical Working Group and the BAC Secretariat the head of the Project Management Office or the end user unit and the project consultants by consanguinity or affinity up to the third civil degree If a corporation or joint venture None of the officers directors and controlling stockholders of of Bidder is related to the Head of the Procuring Entity members of the Bids and Awards Committee BAC the Technical Working Group and the BAC Secretariat the head of the Project Management Office or the end user unit and the project consultants by consanguinity or affinity up to the third civil degree 7 Name of Bidder complies with existi
60. ce security but in no case later than the expiration of the bid security validity period indicated in ITB Clause 18 2 Upon signing and execution of the contract pursuant to ITB Clause 32 and the posting of the performance security pursuant to ITB Clause 33 the successful Bidder s bid security will be discharged but in no case later than the bid security validity period as indicated in the ITB Clause 18 2 The bid security may be forfeited a if a Bidder 1 withdraws its bid during the period of bid validity specified in ITB Clause 17 11 does not accept the correction of errors pursuant to ITB Clause 28 3 b iii fails to submit the requirements within the prescribed period or a finding against their veracity as stated in ITB Clause 29 2 iv submission of eligibility requirements containing false information or falsified documents v submission of bids that contain false information or falsified documents or the concealment of such information in the bids in order to influence the outcome of eligibility screening or any other stage of the public bidding vi allowing the use of one s name or using the name of another for purposes of public bidding vii withdrawal of a bid or refusal to accept an award or enter into contract with the Government without justifiable cause after the Bidder had been adjudged as having submitted the Lowest Calculated and Responsive Bid 20 19 20 viii refusal or f
61. ce a procurement process or the execution of a contract to the detriment of the Procuring Entity and includes collusive practices among Bidders prior to or after bid submission designed to establish bid prices at artificial non competitive levels and to deprive the Procuring Entity of the benefits of free and open competition collusive practices means a scheme or arrangement between two or more Bidders with or without the knowledge of the Procuring Entity designed to establish bid prices at artificial non competitive levels coercive practices means harming or threatening to harm directly or indirectly persons or their property to influence their participation in a procurement process or affect the execution of a contract obstructive practice is aa deliberately destroying falsifying altering concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government foreign or 40 2 2 international financing institution into allegations of a corrupt fraudulent coercive or collusive practice and or threatening harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings investigation or from pursuing such proceedings or investigation or bb acts
62. d sources in the cabling if they are sufficient to disqualify the application 70 Item Quantity Specification Statement of Compliance Results storage Up to 250 qualification test results Battery type 4 AA Power NEDA 15A IEC LR6 alkaline batteries 20 hours of typical use Barents without backlight Other battery types photo lithium supported NIHM NICAD in x 3 5in x 1 75in Dimensions vecht 17 8cm x 8 9cm x 5 4 5cm 1 2 Ib 0 55 kg A 4 SOFTWARE Item Quantity Specification Statement of Compliance 1 1 lot Upgrade of the existing Environmental Monitoring Software EMS For delivery and installation to Data Center Pasay Head Office System Description Capable of providing Power Usage Effectiveness PUE view that will provide information on daily energy use e Capable of providing inventory report on all devices connected to the system e Has a search capability to quickly locate a piece of equipment connected in the system e Capable of providing web services API to allow third party applications to access the inventory database alarm and event capacity and 71 Item Quantity Specification Statement of Compliance cooling data and information Capable of providing access to mo
63. d such failure amounts to at least ten percent 10 of the contact price As a result of force majeure the Supplier is unable to deliver or perform any or all of the Goods amounting to at least ten percent 10 of the contract price for a period of not less than sixty 60 calendar days after receipt of the notice from the Procuring Entity stating that the circumstance of force majeure is deemed to have ceased or The Supplier fails to perform any other obligation under the Contract In the event the Procuring Entity terminates this Contract in whole or in part for any of the reasons provided under GCC Clauses 23 to 26 the Procuring 48 24 25 23 3 Entity may procure upon such terms and in such manner as it deems appropriate Goods or Services similar to those undelivered and the Supplier shall be liable to the Procuring Entity for any excess costs for such similar Goods or Services However the Supplier shall continue performance of this Contract to the extent not terminated In case the delay in the delivery of the Goods and or performance of the Services exceeds a time duration equivalent to ten percent 10 of the specified contract time plus any time extension duly granted to the Supplier the Procuring Entity may terminate this Contract forfeit the Supplier s performance security and award the same to a qualified Supplier Termination for Insolvency The Procuring Entity shall terminate this Contract if the Supp
64. ddings Documents and all Bid Bulletin s issued with the bidder s statement of compliance and signature of the authorized representative OR o Signed Letter of Conformity to be printed in the bidder s letterhead 10 Omnibus Sworn Statement in accordance with Section 25 2 of the RIRR of RA 9184 and using the form prescribed in the Bidding Documents 143 ENVELOPE NO 2 FINANCIAL COMPONENT Tick box if The Financial Proposal shall contain the following PRESENT 1 Bid Form O 2 Itemized Bid Form Bidder s Information Bidder s name Address Telephone Fax numbers Authorized Representative Signature 144 POST QUALIFICATION DOCUMENTS The bidder with the Lowest Calculated Bid LCB Single Calculated Bid SCB shall submit the following documentary requirements 3 copies each within three 3 calendar days from the Opening of Bids Notes 1 Latest Income Tax Return within the last six months for monthly or quarterly tax remittance or Annual Income Tax Only tax returns filed and taxes paid through the BIR EFPS shall be accepted Business tax Percentage tax or VAT returns within the last six months Only tax returns filed and taxes paid through the BIR EFPS shall be accepted Valid PhilGEPS Registration Certificate For those who submitted a Notarized Statement to form a Joint Venture during the Opening of Bids the Joint Venture Agreement will be submitted with a discl
65. ds is GBAC Secretariat GSIS Bids Awards Committee Level 2 Core G GSIS Building Financial Center Pasay City The deadline for the submission of bids is on 06 April 2015 9 00AM 24 1 Bid opening shall be on 06 April 2015 9 30AM at the GBAC Conference Room Level 2 Core G GSIS Building Financial Center Pasay City 24 2 No further instructions 27 1 No further instructions 28 3 The goods are grouped in a single lot and the lot shall not be divided into sub lots for the purpose of bidding evaluation and contract award 34 28 3 b Bid Modification is not allowed 28 4 No further instructions 29 2 a No further instructions 29 2 b Only tax returns filed and taxes paid through the BIR EFPS shall be accepted NOTE The latest income and business tax returns are those within the last six months preceding the date of bid submission 29 2 d Post Qualification Documents 1 Latest Income Tax Return within the last six months for monthly or quarterly tax remittance or Annual Income Tax Only tax returns filed and taxes paid through the BIR EFPS shall be accepted Business tax Percentage tax or VAT returns within the last six months Only tax returns filed and taxes paid through the BIR EFPS shall be accepted Valid PhilGEPS Registration Certificate For those who submitted a Notarized Statement to form a Joint Venture during the Opening of Bids
66. e 43 11 3 reason s for the failure to issue documents vii and viii as described in the SCC provision on Delivery and Documents All progress payments shall first be charged against the advance payment until the latter has been fully exhausted 12 Taxes and Duties The Supplier whether local or foreign shall be entirely responsible for all the necessary taxes stamp duties license fees and other such levies imposed for the completion of this Contract 13 Performance Security 13 1 13 2 13 3 13 4 13 5 Within ten 10 calendar days from receipt of the Notice of Award from the Procuring Entity but in no case later than the signing of the contract by both parties the successful Bidder shall furnish the performance security in any the forms prescribed in the ITB Clause 33 2 The performance security posted in favor of the Procuring Entity shall be forfeited in the event it is established that the winning bidder is in default in any of its obligations under the contract The performance security shall remain valid until issuance by the Procuring Entity of the Certificate of Final Acceptance The performance security may be released by the Procuring Entity and returned to the Supplier after the issuance of the Certificate of Final Acceptance subject to the following conditions There are no pending claims against the Supplier or the surety company filed by the Procuring Entity The Supplier has no pend
67. e Date of the Contract Verified Report refers to the report submitted by the Implementing Unit to the Head of the Procuring Entity setting forth its findings as to the 39 existence of grounds or causes for termination and explicitly stating its recommendation for the issuance of a Notice to Terminate 2 Corrupt Fraudulent Collusive and Coercive Practices 24 Unless otherwise provided in the SCC the Procuring Entity as well as the bidders contractors or suppliers shall observe the highest standard of ethics during the procurement and execution of this Contract In pursuance of this policy the Procuring Entity defines for the purposes of this provision the terms set forth below as follows corrupt practice means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves others or induce others to do so by misusing the position in which they are placed and it includes the offering giving receiving or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution entering on behalf of the Government into any contract or transaction manifestly and grossly disadvantageous to the same whether or not the public officer profited or will profit thereby and similar acts as provided in Republic Act 3019 fraudulent practice means a misrepresentation of facts in order to influen
68. e Supplier a warranty shall be required from the Supplier for a minimum period specified in the SCC The obligation for the warranty shall be covered by at the Supplier s option either retention money in an amount equivalent to at least ten percent 10 of the final payment or a special bank guarantee equivalent to at least ten percent 10 of the Contract Price or other such amount if so specified in the SCC The said amounts shall only be released after the lapse of the warranty period specified in the SCC provided however that the Supplies delivered are free from patent and latent defects and all the conditions imposed under this Contract have been fully met The Procuring Entity shall promptly notify the Supplier in writing of any claims arising under this warranty Upon receipt of such notice the Supplier shall within the period specified in the SCC and with all reasonable speed repair or replace the defective Goods or parts thereof without cost to the Procuring Entity If the Supplier having been notified fails to remedy the defect s within the period specified in GCC Clause 17 4 the Procuring Entity may proceed to take such remedial action as may be necessary at the Supplier s risk and expense and without prejudice to any other rights which the Procuring Entity may have against the Supplier under the Contract and under the applicable law Delays in the Supplier s Performance 18 1 18 2 18 3 Delivery of
69. each data center in the map view The KPIs should include the status of the Power Cooling U space and Network utilization Power is represented as the percentage of the available load kW that is utilized by the IT equipment in the location or room Cooling is represented as the percentage of the available load kW that is utilized by the IT equipment in 73 Item Quantity Specification Statement of Compliance the location or room U space is represented as the percentage of the available U positions U pos that is populated with equipment in the location or room Network is represented as the percentage of the available Network ports ports that is utilized by networking equipment in the location or room Standard Reports Audit Trail Capacity history Energy Cost Inventory report Power capacity Software Security Capable of authentication and encryption via SSL Capable of OpenLDAP and Active Directory support Capable of different level of access rights e g administrator user Licenses One Hundred Fifty Eight 158 Network Node Licenses for all UPS and Sensors to be integrated in the EMS 74 A 5 SERVICES Services Statement of Compliance 1 The winning bidder shall install and configure the proposed version upgrade of the existing EMS of GSIS ITSG in a t
70. er than the lowest bid offered by a Domestic Entity b For evaluation purposes the lowest Foreign Bid or the bid offered by a non Philippine national shall be increased by fifteen percent 15 c In the event that 1 the lowest bid offered by a Domestic Entity does not exceed the lowest Foreign Bid as increased or ii the lowest bid offered by a non Philippine national as increased then the Procuring Entity shall award the contract to the Domestic Bidder Entity at the amount of the lowest Foreign Bid or the bid offered by a non Philippine national as the case may be d If the Domestic Entity Bidder refuses to accept the award of contract at the amount of the Foreign Bid or bid offered by a non Philippine national within two 2 calendar days from receipt of written advice from the BAC the Procuring Entity shall award to the bidder offering the Foreign Bid or the non Philippine national as the case may be subject to post qualification and submission of all the documentary requirements under these Bidding Documents A Bidder may be granted preference as a Domestic Entity subject to the certification from the DTI in case of sole proprietorships SEC in case of partnerships and corporations or CDA in case of cooperatives that the a sole proprietor is a citizen of the Philippines or the partnership corporation 25 28 27 3 cooperative or association is duly organized under the laws of the Philippines with at lea
71. ers shall sign the abstract of bids as read 5 Evaluation and Comparison of Bids Process to be Confidential 24 26 27 25 1 25 2 Members of the BAC including its staff and personnel as well as its Secretariat and TWG are prohibited from making or accepting any kind of communication with any bidder regarding the evaluation of their bids until the issuance of the Notice of Award unless otherwise allowed in the case of ITB Clause 26 Any effort by a bidder to influence the Procuring Entity in the Procuring Entity s decision in respect of bid evaluation bid comparison or contract award will result in the rejection of the Bidder s bid Clarification of Bids To assist in the evaluation comparison and post qualification of the bids the Procuring Entity may ask in writing any Bidder for a clarification of its bid responses to requests for clarification shall be in writing Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered Domestic Preference 27 1 21 2 Unless otherwise stated in the BDS the Procuring Entity will grant a margin of preference for the purpose of comparison of bids in accordance with the following a The preference shall be applied when 1 the lowest Foreign Bid is lower than the lowest bid offered by a Domestic Bidder or ii the lowest bid offered by a non Philippine national is low
72. esting environment prior to actual migration from the old version to the new and upgraded EMS software Please refer to the test procedure in Annex 1 All costs pertaining to the aforementioned requirement shall be at the expense of the winning bidder This includes but shall not be limited to any required hardware for the test environment 2 The winning bidder shall install and configure the proposed upgrade version of the existing EMS in a test environment to test its compatibility and functionality to the UPS and Sensors included in the deliverable 3 The winning bidder shall include the integration of the existing environmental sensor in the testing environment for compatibility and functionality checking 4 The winning bidder shall install the electrical requirement including royal cord circuit breaker and intermediate distribution panel as stated in the electrical layout Refer to Annex I 5 The winning bidder shall provide a licensed electrical engineer to sign and validate all electrical installation from any defects miscalculations under or over ratings of electrical components and any electrical related problem as a result of all electrical work done in the branch 6 The winning bidder shall conform to the standard set by GSIS as to the electrical layout design and power ratings starting from the circuit breaker panel board up to the Power Distribution Unit PDU installed in the racks Refer to Annex I 7 The wi
73. even 7 calendar days verify the existence of such ground s and cause the execution of a Verified Report with all relevant evidence attached Upon recommendation by the Implementing Unit the Head of the Procuring Entity shall terminate this Contract only by a written notice to the Supplier conveying the termination of this Contract The notice shall state that this Contract is being terminated for any of the ground s afore mentioned and a statement of the acts that constitute the ground s constituting the same the extent of termination whether in whole or in part an instruction to the Supplier to show cause as to why this Contract should not be terminated and special instructions of the Procuring Entity if any The Notice to Terminate shall be accompanied by a copy of the Verified Report Within a period of seven 7 calendar days from receipt of the Notice of Termination the Supplier shall submit to the Head of the Procuring Entity a verified position paper stating why this Contract should not be terminated If the Supplier fails to show cause after the lapse of the 50 28 29 30 seven 7 day period either by inaction or by default the Head of the Procuring Entity shall issue an order terminating this Contract The Procuring Entity may at any time before receipt of the Supplier s verified position paper described in item d above withdraw the Notice to Terminate if it is determined that certain ite
74. g from a Change Order issued in accordance with GCC Clause 29 Payment 42 11 10 1 10 2 10 3 10 4 Payments shall be made only upon a certification by the Head of the Procuring Entity to the effect that the Goods have been rendered or delivered in accordance with the terms of this Contract and have been duly inspected and accepted Except with the prior approval of the President no payment shall be made for services not yet rendered or for supplies and materials not yet delivered under this Contract Ten Percent 10 of the amount of each payment shall be retained by the Procuring Entity to cover the Supplier s warranty obligations under this Contract as described in GCC Clause 17 The Supplier s request s for payment shall be made to the Procuring Entity in writing accompanied by an invoice describing as appropriate the Goods delivered and or Services performed and by documents submitted pursuant to the SCC provision for GCC Clause 6 2 and upon fulfilment of other obligations stipulated in this Contract Pursuant to GCC Clause 10 2 payments shall be made promptly by the Procuring Entity but in no case later than sixty 60 days after submission of an invoice or claim by the Supplier Unless otherwise provided in the SCC the currency in which payment is made to the Supplier under this Contract shall be in Philippine Pesos Advance Payment and Terms of Payment 11 1 11 2 Advance payment shall be made
75. gned a Licensed Electrical Engineer All documentation shall be in Microsoft Word doc and Adobe Acrobat pdf format 78 B PROJECT MANAGEMENT CONTROL PLAN GUIDELINES B 1 PROJECT MANAGEMENT METHODOLOGY Project Management Methodology Statement of Compliance 1 Project direction shall be done by GSIS All technical designs specifications or recommendations shall be subject to review and approval by the GSIS Should there be any disagreement the GSIS shall have the final say on the matter The Vendor shall provide the following plans to ensure that service delivery is according to standard in data centre facilities implementation GSIS reserves the right to review and approve these plans The Vendor is also required to submit weekly status reports showing progress against project plan Y Project Management Plan Y Implementation Plan Y Testing Plan Y Training Plan The Vendor shall specify in the Project Management Plan a complete schedule of activities including periodic review of project deliverables progress and status 2 The Vendor shall provide the following Professional Services Y Project Manager three 3 years experienced in handling similar projects a duly licensed engineer of any background is recommended but not required Y Supervisor Foreman three 3 years experienced in handling similar projects Y Professional Electrical Engineer duly licensed by PRC with three 3 ye
76. hall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount equal to the percentage of the total contract price in accordance with the following schedule Amount of Performance Security Form of Performance Security Equal to Percentage of the Total Contract Price 30 34 33 5 a Cash cashier s manager s check issued by a Universal or Commercial Bank b Bank draft guarantee Or irrevocable letter of credit issued by a Universal or Five percent 5 Commercial Bank Provided however that it shall be confirmed or authenticated by a Universal or Commercial Bank if issued by a foreign bank c Surety bond callable upon demand issued by a surety or insurance company duly certified Insurance Commission as authorized to issue such security and or Thirty percent 30 d Any combination of the Proportionate to share of form with foregoing respect to total amount of security Failure of the successful Bidder to comply with the above mentioned requirement shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event the Procuring Entity shall initiate and complete the post qualification of the second Lowest Calculated Bid The procedure shall be repeated until the LCRB is identified and selected for contract award However if no Bidder passed post qualification the BAC sh
77. hall not assume any responsibility regarding erroneous interpretations or conclusions by the prospective or eligible bidder out of the data furnished by the procuring entity The Bidder shall bear all costs associated with the preparation and submission of his bid and the Procuring Entity will in no case be responsible or liable for those costs regardless of the conduct or outcome of the bidding process Before submitting their bids the Bidder is deemed to have become familiar with all existing laws decrees ordinances acts and regulations of the Philippines which may affect this Project in any way The Bidder should note that the Procuring Entity will accept bids only from those that have paid the non refundable fee for the Bidding Documents at the office indicated in the Invitation to Bid Origin of Goods Unless otherwise indicated in the BDS there is no restriction on the origin of goods other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations subject to ITB Clause 27 1 Subcontracts 8 1 8 2 8 3 Unless otherwise specified in the BDS the Bidder may subcontract portions of the Goods to an extent as may be approved by the Procuring Entity and stated in the BDS However subcontracting of any portion shall not relieve the Bidder from any liability or obligation that may arise from the contract for this Project Subcontractors must compl
78. hall not be accepted 33 15 4 No incidental services are required 15 4 b No further instructions 16 1 b The Bid prices for Goods supplied from outside of the Philippines shall be quoted in Philippine Pesos 16 3 Not applicable 17 1 Bids will be valid for 120 days from opening of bids 18 1 The bid security shall be in the following form and amount a Php500 000 00 equivalent to 2 of the ABC if bid security is in cash cashier s manager s check bank draft guarantee or irrevocable letter of credit Bidders who opt to submit a bid security in the form of cash shall deposit the money to the GSIS Cashier in coordination with the GBAC Secretariat prior to the submission of bids The original Official Receipt issued by the GSIS Cashier for the cash deposit shall be submitted as part of the Eligibility and Technical Component b Php1 250 000 00 equivalent to 5 of the ABC if bid security is in Surety Bond A valid certification from the Insurance Commission must be attached c Any combination of the foregoing proportionate to the share of form with respect to total amount of security or d Notarized Bid Securing Declaration 18 2 The bid security shall be valid for 120 days from opening of bids 20 3 Each Bidder shall submit one 1 original and one 1 copy of the first and second components of its bid 21 The address for submission of bi
79. hat the modification is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids The Bidder shall not be allowed to retrieve its original bid but shall be allowed to submit another bid equally sealed properly identified linked to its original bid marked as TECHNICAL MODIFICATION or FINANCIAL MODIFICATION and stamped received by the BAC Bid modifications received after the applicable deadline shall not be considered and shall be returned to the Bidder unopened A Bidder may through a Letter of Withdrawal withdraw its bid after it has been submitted for valid and justifiable reason provided that the Letter of Withdrawal is received by the Procuring Entity prior to the deadline prescribed for submission and receipt of bids Bids requested to be withdrawn in accordance with ITB Clause 23 1 shall be returned unopened to the Bidders A Bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of bids A Bidder that withdraws its bid shall not be permitted to submit another bid directly or indirectly for the same contract No bid may be modified after the deadline for submission of bids No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder on the Financial Bid Form Wit
80. hdrawal of a bid during this interval shall result in the forfeiture of the Bidder s bid security pursuant to ITB Clause 18 5 and the imposition of administrative civil and criminal sanctions as prescribed by RA 9184 and its IRR Opening and Preliminary Examination of Bids 24 1 24 2 The BAC shall open the first bid envelopes of Bidders in public as specified in the BDS to determine each Bidder s compliance with the documents prescribed in ITB Clause 12 For this purpose the BAC shall check the submitted documents of each bidder against a checklist of required documents to ascertain if they are all present using a non discretionary pass fail criterion If a bidder submits the required document it shall be rated passed for that particular requirement In this regard bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as failed Otherwise the BAC shall rate the said first bid envelope as passed Unless otherwise specified in the BDS immediately after determining compliance with the requirements in the first envelope the BAC shall forthwith open the second bid envelope of each remaining eligible bidder whose first bid envelope was rated passed The second envelope of each complying bidder shall be opened within the same day In case one or more of the requirements in the second envelope of a particular bid is missing incomplete or patently insufficient
81. he Supplier If the Supplier suffers loss in its initial performance of the terminated contract such as purchase of raw materials for goods specially manufactured for the Procuring Entity which cannot be sold in open market it shall be allowed to recover partially from this Contract on a quantum meruit basis Before recovery may be made the fact of loss must be established under oath by the Supplier to the satisfaction of the Procuring Entity before recovery may be made 49 26 Termination for Unlawful Acts 26 1 The Procuring Entity may terminate this Contract in case it is determined prima facie that the Supplier has engaged before or during the implementation of this Contract in unlawful deeds and behaviors relative to contract acquisition and implementation Unlawful acts include but are not limited to the following Corrupt fraudulent and coercive practices as defined in ITB Clause 3 1 a Drawing up or using forged documents Using adulterated materials means or methods or engaging in production contrary to rules of science or the trade and Any other act analogous to the foregoing 27 Procedures for Termination of Contracts 21 A The following provisions shall govern the procedures for termination of this Contract Upon receipt of a written report of acts or causes which may constitute ground s for termination as aforementioned or upon its own initiative the Implementing Unit shall within a period of s
82. her named place of destination in the Philippines as shall be specified in this Contract shall be arranged and paid for by the Supplier and the cost thereof shall be included in the Contract Price Where the Supplier is required under this Contract to transport the Goods to a specified place of destination within the Philippines defined as the Project Site transport to such place of destination in the Philippines including insurance and storage as shall be specified in this Contract shall be arranged by the Supplier and related costs shall be included in the Contract Price Where the Supplier is required under Contract to deliver the Goods CIF CIP or DDP Goods are to be transported on carriers of Philippine registry In the event that no carrier of Philippine registry is available Goods may be shipped by a carrier which is not of Philippine registry provided that the Supplier obtains and presents to the Procuring Entity certification to this effect from the nearest Philippine consulate to the port of dispatch In the event that carriers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period from when the Goods were first ready for shipment and the actual date of shipment the period of delay will be considered force majeure in accordance with GCC Clause 22 The Procuring Entity accepts no liability for the damage of Goods during transit other than those prescribed by INCOT
83. her remedies under this Contract and under the applicable law deduct from the Contract Price as liquidated damages the applicable rate of one tenth 1 10 of one 1 percent of the cost of the unperformed portion for every day of delay until actual delivery or performance The maximum deduction shall be ten percent 10 of the amount of contract Once the maximum is reached the Procuring Entity shall rescind the Contract pursuant to GCC Clause 23 without prejudice to other courses of action and remedies open to it Settlement of Disputes 20 1 If any dispute or difference of any kind whatsoever shall arise between the Procuring Entity and the Supplier in connection with or arising out of this Contract the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation 20 2 If after thirty 30 days the parties have failed to resolve their dispute or difference by such mutual consultation then either the Procuring Entity or the Supplier may give notice to the other party of its intention to commence arbitration as hereinafter provided as to the matter in dispute and no arbitration in respect of this matter may be commenced unless such notice is given 20 3 Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be settled by arbitration Arbitration may be commenced prior to or after delivery of the Goods unde
84. icles of Partnership OR Certificate of Amended Articles of Partnership and the accompanying amended articles of partnership if the company has amended its articles of partnership as approved by the SEC OR Certificate of Good Standing from SEC for purposes of determining status of the entity whether it is active or its certificate of registration has been revoked gt Department of Trade and Industry DTI for sole proprietorship Cooperative Development Authority CDA for cooperatives Valid Mayor s permit issued by the city or municipality where the principal place of business of the prospective bidder is located Tax Clearance per Executive Order 398 s 2005 as finally reviewed and approved by the BIR GPPB Resolution No 21 2013 dated 30 July 2013 Technical Document 4 Statement of the prospective bidder of all its ongoing and completed government and private contracts including contracts awarded but not yet started if any whether similar or not similar in nature to the Project within the past three 3 years from the submission and receipt of bids Specify the single largest similar contract whose amount is at least 50 of the ABC 142 Financial Documents 5 Audited financial statements for CY 2013 stamped received by the Bureau of Internal Revenue BIR or its duly accredited and authorized institutions 6 The prospective bidder s computation of its Net Financial Contracting Capacity
85. ids for the IT Branch Facilities Improvement and Monitoring Project Delivery of the Goods should be completed within two hundred ten 210 calendar days from receipt of the Notice to Proceed Bidders should have completed within the past three 3 years from the date of submission and receipt of bids a contract similar to the Project whose amount is at least 50 of the ABC The description of an eligible bidder is contained in the Bidding Documents particularly in Section II Instructions to Bidders Bidding will be conducted through open competitive bidding procedures using a non discretionary pass fail criterion as specified in the Implementing Rules and Regulations IRR of Republic Act RA 9184 otherwise known as the Government Procurement Reform Act Bidding is open to all interested bidders whether local or foreign subject to the conditions for eligibility provided in the IRR of RA 9184 Interested bidders may obtain further information from the GSIS Bids and Awards Committee GBAC Secretariat and inspect the Bidding Documents at the address given below from 8 00AM to 5 00PM Monday to Friday excluding holidays GBAC Secretariat Level 2 Core G GSIS Building Financial Center Pasay City A complete set of Bidding Documents may be purchased by interested Bidders starting on 12 March 2015 from 8 00AM to 3 00PM and upon payment of a nonrefundable fee for the Bidding Documents amounting to Php25 000 00 It ma
86. ies the successful Bidder that its bid has been accepted the Procuring Entity shall send the Contract Form to the Bidder which contract has been provided in the Bidding Documents incorporating therein all agreements between the parties Within ten 10 calendar days from receipt of the Notice of Award the successful Bidder shall post the required performance security and sign and date the contract and return it to the Procuring Entity The Procuring Entity shall enter into contract with the successful Bidder within the same ten 10 calendar day period provided that all the documentary requirements are complied with The following documents shall form part of the contract a Contract Agreement b Bidding Documents c Winning bidder s bid including the Technical and Financial Proposals and all other documents statements submitted d Performance Security e Credit line in accordance with ITB Clause 5 5 if applicable f Notice of Award of Contract and g Other contract documents that may be required by existing laws and or specified in the BDS 33 Performance Security 33 1 33 2 To guarantee the faithful performance by the winning Bidder of its obligations under the contract it shall post a performance security within a maximum period of ten 10 calendar days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract The performance security s
87. ing claims for labor and materials filed against it and Other terms specified in the SCC In case of a reduction of the contract value the Procuring Entity shall allow a proportional reduction in the original performance security provided that any such reduction is more than ten percent 10 and that the aggregate of such reductions is not more than fifty percent 50 of the original performance security 14 Use of Contract Documents and Information 14 1 The Supplier shall not except for purposes of performing the obligations in this Contract without the Procuring Entity s prior written consent disclose this Contract or any provision thereof or any specification plan drawing pattern sample or information furnished by or on behalf of the Procuring Entity Any such disclosure shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance 44 15 16 17 14 2 Any document other than this Contract itself enumerated in GCC Clause 14 1 shall remain the property of the Procuring Entity and shall be returned all copies to the Procuring Entity on completion of the Supplier s performance under this Contract if so required by the Procuring Entity Standards The Goods provided under this Contract shall conform to the standards mentioned in the Section VII Technical Specifications and when no applicable standard is mentioned to the authoritative standards appropria
88. ioned in ITB Clause 19 1 must be completed without any alterations to their format and no substitute form shall be accepted All blank spaces shall be filled in with the information requested The Bidder shall prepare and submit an original of the first and second envelopes as described in ITB Clauses 12 and 13 In the event of any discrepancy between the original and the copies the original shall prevail The bid except for unamended printed literature shall be signed and each and every page thereof shall be initialed by the duly authorized representative s of the Bidder Any interlineations erasures or overwriting shall be valid only if they are signed or initialed by the duly authorized representative s of the Bidder Sealing and Marking of Bids 21 21 22 23 20 1 20 2 20 3 20 4 20 5 Bidders shall enclose their original eligibility and technical documents described in ITB Clause 12 in one sealed envelope marked ORIGINAL TECHNICAL COMPONENT and the original of their financial component in another sealed envelope marked ORIGINAL FINANCIAL COMPONENT sealing them all in an outer envelope marked ORIGINAL BID Each copy of the first and second envelopes shall be similarly sealed duly marking the inner envelopes as COPY NO TECHNICAL COMPONENT and COPY NO FINANCIAL COMPONENT and the outer envelope as COPY NO respectively These envelopes containi
89. is determined to be invalid void or unenforceable to any extent such term condition or provision shall be severed from the remaining provisions which shall continue to be valid and enforceable to the fullest extent permitted by law Any action arising from arbitration or other modes of dispute settlement under the Official Bid Documents and this Contract shall be brought by the aggrieved party exclusively before the proper court in the City of Pasay This Contract and the Official Bid Documents shall be subject to the pertinent provisions of R A No 9184 otherwise known as the Government Procurement Reform Act its Revised Implementing Rules and Regulations and other related laws rules and regulations IN WITNESS WHEREOF the parties have duly executed this Contract on the date and place first above written GOVERNMENT SERVICE BIDDER INSURANCE SYSTEM By By lt GSIS Authorized Signatory gt lt Bidder s Representative lt Designation gt lt Designation gt SIGNED IN THE PRESENCE OF 140 ynang ACKNOWLEDGMENT REPUBLIC OF THE PHILIPPINES PASAY CITY yss BEFORE ME a Notary Public for and in the City of this day of personally appeared Name Passport No Driver s Date Place of Issuance License SA i j gt lt GSIS Rep ID No gt lt Rep ID Date and Place gt Bidder ve Bidder Rep ID No Rep ID Date amp Place known to me and to me known to be the same persons GSIS Authorized Signatory gt
90. itted to the delivery of efficient and timely social security benefits to all GSIS members plans to improve the environmental facilities and monitoring of its IDF room facility both in central and branch offices The project objectives are as follows 1 To provide support to the basic operations of IDF rooms 2 To provide IT environmental monitoring facilities 3 To standardize the quantity and technical specification of IT room facilities in terms of rack space and power requirement 4 To improve the capability of ITSG to monitor and evaluate the IT facilities operational status and 5 To provide protection of IT equipment against electrical surge and fluctuation that are common in the branches and extension offices A 2 PROJECT SCOPE Project Scope Statement of Compliance 1 The winning bidder must supply deliver install and configure various IT facility equipment in GSIS Head Office Branches and extension offices 2 The project is composed of three 3 components These 60 are gt Electrical work Y Installation of power lines from the Main Distribution Panel MDP to the Intermediate Distribution Panel IDP for Circuit Breaker Panel termination Installation of two 2 dedicated circuit breaker inside the IDF room Supply Delivery and Installation of IT Facilities namely So he 555024 N Power Distribution Units PDU Uninterruptible Power Supply UPS u
91. ivery and Installation of Vertical Install Power Distribution Unit PDU Annex G List of GSIS Extension Offices for the Delivery and Installation of Horizontal Install Power Distribution Unit PDU Annex H Table of Deliverables Annex I Single Line Design Layout Annex J Building Layout for the 24 GSIS Owned Branches Annex K List of 24 GSIS Owned Branches Annex L Testing Guidelines for the Installation and Configuration of the Proposed EMS Software and Integration of the Environmental Facilities for Deployment 82 ANNEXES IT Branch Facilities Improvement and Monitoring Project 83 ANNEX A LIST OF GSIS BIG MEDIUM AND SMALL CATEGORY BRANCHES 1 Bacolod Big Araneta St Brgy Tangub Bacolod City Tel 034 444 0981 Fax 034 444 0982 Branch Head Vilma L Fuentes email mvlfuentes gsis gov ph 2 Baguio Medium 3F EDY Bldg 143 Kisad Road Baguio City 2600 Tel 074 446 8060 Fax 074 446 8060 Territorial Coverage Provinces of Benguet and Mountain Province Branch Head Isagani E Del Rosario email iedelrosario gsis gov ph 3 Bataan Small San Ramon Dinalupihan Bataan 2110 Tel 047 636 1482 047 636 1481 Territorial Coverage Province of Bataan Branch Head Purisima Sta Isabel email pasisabel gsis gov ph 4 Batangas Big Alangilan Batangas City 4200 Tel 043 723 4345 043 723 4123 Fax 043 723 4345 043 723 4123 Territorial Coverage Province of Batangas and Romblon
92. lier is declared bankrupt or insolvent as determined with finality by a court of competent jurisdiction In this event termination will be without compensation to the Supplier provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Procuring Entity and or the Supplier Termination for Convenience 29 222 25 3 The Procuring Entity may terminate this Contract in whole or in part at any time for its convenience The Head of the Procuring Entity may terminate a contract for the convenience of the Government if he has determined the existence of conditions that make Project Implementation economically financially or technically impractical and or unnecessary such as but not limited to fortuitous event s or changes in law and national government policies The Goods that have been delivered and or performed or are ready for delivery or performance within thirty 30 calendar days after the Supplier s receipt of Notice to Terminate shall be accepted by the Procuring Entity at the contract terms and prices For Goods not yet performed and or ready for delivery the Procuring Entity may elect to have any portion delivered and or performed and paid at the contract terms and prices and or to cancel the remainder and pay to the Supplier an agreed amount for partially completed and or performed goods and for materials and parts previously procured by t
93. ms or works subject of the notice had been completed delivered or performed before the Supplier s receipt of the notice Within a non extendible period of ten 10 calendar days from receipt of the verified position paper the Head of the Procuring Entity shall decide whether or not to terminate this Contract It shall serve a written notice to the Supplier of its decision and unless otherwise provided this Contract is deemed terminated from receipt of the Supplier of the notice of decision The termination shall only be based on the ground s stated in the Notice to Terminate The Head of the Procuring Entity may create a Contract Termination Review Committee CTRC to assist him in the discharge of this function All decisions recommended by the CTRC shall be subject to the approval of the Head of the Procuring Entity and The Supplier must serve a written notice to the Procuring Entity of its intention to terminate the contract at least thirty 30 calendar days before its intended termination The Contract is deemed terminated if it is not resumed in thirty 30 calendar days after the receipt of such notice by the Procuring Entity Assignment of Rights The Supplier shall not assign his rights or obligations under this Contract in whole or in part except with the Procuring Entity s prior written consent Contract Amendment Subject to applicable laws no variation in or modification of the terms of this Contract shall be made
94. ncerned if available It shall be the responsibility of all Bidders who secure the Bidding Documents to inquire and secure Supplemental Bid Bulletins that may be issued by the BAC However Bidders who have submitted bids before the issuance of the Supplemental Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB Clause 23 3 Preparation of Bids Language of Bid The bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Entity shall be written in English Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation in English certified by the appropriate embassy or consulate in the Philippines in which case the English translation shall govern for purposes of interpretation of the bid Documents Comprising the Bid Eligibility and Technical Components 12 1 Unless otherwise indicated in the BDS the first envelope shall contain the following eligibility and technical documents a Eligibility Documents Class A Documents 1 Registration certificate from the Securities and Exchange Commission SEC Department of Trade and Industry DTI for sole proprietorship or Cooperative Development Authority CDA for cooperatives or any proof of such registration as stated in the BDS b ii Mayor s permit issued by the city or m
95. nd the absence of heavy handling facilities at all points in transit The packaging marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract including additional requirements if any specified below and in any subsequent instructions ordered by the Procuring Entity The outer packaging shall be clearly marked on at least four 4 sides as follows Name of the Procuring Entity Name of the Supplier Contract Description Final Destination Gross weight Any special lifting instructions 54 Any special handling instructions Any relevant HAZCHEM classifications A packaging list identifying the contents and quantities of the package is to be placed on an accessible point of the outer packaging if practical If not practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging Insurance The Goods supplied under this Contract shall be fully insured by the Supplier in a freely convertible currency against loss or damage incidental to manufacture or acquisition transportation storage and delivery The Goods remain at the risk and title of the Supplier until their final acceptance by the Procuring Entity Transportation Where the Supplier is required under Contract to deliver the Goods CIF CIP or DDP transport of the Goods to the port of destination or such ot
96. ng labor laws and standards 8 Name of Bidder is aware of and has undertaken the following responsibilities as a Bidder a Carefully examine all of the Bidding Documents b Acknowledge all conditions local or otherwise affecting the implementation of the Contract c Made an estimate of the facilities available and needed for the contract to be bid if any and d Inquire or secure Supplemental Bid Bulletin s issued for the Name of the Project and 9 Name of Bidder 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 IN WITNESS WHEREOF I have hereunto set my hand this day of 20 at Philippines Bidder s Representative Authorized Signatory JURAT To be Notarized Insert Letterhead of the Prospective Bidder here LETTER OF CONFORMITY Title of the Project Title To GSIS Bids and Awards Committee Government Service Insurance System GSIS Central Office Financial Center Pasay City This is to inform the GSIS Bids and Awards Committee that our company located at conforms to the Schedule of Requirements and Technical Specifications as enumerated and specified in Sections VI and Section VII of the Bidding Documents respectively and in Bid Bulletin s issued Signature Over Printed Name
97. ng the original and the copies shall then be enclosed in one single envelope The original and the number of copies of the Bid as indicated in the BDS shall be typed or written in indelible ink and shall be signed by the bidder or its duly authorized representative s All envelopes shall a contain the name of the contract to be bid in capital letters b bear the name and address of the Bidder in capital letters c be addressed to the Procuring Entity s BAC in accordance with ITB Clause 1 1 d bear the specific identification of this bidding process indicated in the ITB Clause 1 2 and e bear a warning DO NOT OPEN BEFORE the date and time for the opening of bids in accordance with ITB Clause 21 If bids are not sealed and marked as required the Procuring Entity will assume no responsibility for the misplacement or premature opening of the bid 4 Submission and Opening of Bids Deadline for Submission of Bids Bids must be received by the Procuring Entity s BAC at the address and on or before the date and time indicated in the BDS Late Bids Any bid submitted after the deadline for submission and receipt of bids prescribed by the Procuring Entity pursuant to ITB Clause 21 shall be declared Late and shall not be accepted by the Procuring Entity Modification and Withdrawal of Bids 22 24 23 1 23 2 23 3 23 4 The Bidder may modify its bid after it has been submitted provided t
98. nits Temperature and Humidity Probes Sensors Environmental Monitoring Switches Gateways Network racks and quarter racks Rack Shelves or Server Trays Blanking Panels and Software Upgrade of the Existing EMS Software with corresponding Network Node Licenses for all UPS and Sensors to be delivered Delivery of Services Y Y Upgrade Installation and configuration of the existing EMS System Software Integration Support of all Temperature Humidity sensors and UPS to the EMS software including network node licenses Training on Installation and Configuration of the EMS Training on the Operation and Management of the EMS These components of the project will be procured as one 1 lot and will be implemented by one 1 vendor to eliminate the compatibility issues that may occur 61 A 3 HARDWARE Item Quantity Specification Statement of Compliance 1 43 Temperature Humidity Sensor Ambient For distribution list refer to Annex A Features Suited for Ambient Temperature and Humidity Reading Browser based user Interface DHCP SNMP MIB File Full Password Protection Graphing Capability Measurement Between 14 F to Range 159 F 10 C to 70 C Measurement Min 0 5 C to Max Accuracy Celsius 1 0 C accuracy Measurement 5 to 95 Range Relative Humidity
99. nning bidder shall provide all electrical work materials including but not limited to mounting brackets conduit and pipes necessary for the implementation of the electrical component of the project 8 The winning bidder shall provide services to trace and label all electrical power cords circuit breakers and all related electrical parts of the IDF rooms necessary for inventory and capacity assessment 75 10 11 12 13 14 15 The winning bidder shall perform grooming of electrical cables in all electrical cable trays if necessary The winning bidder shall install and configure all SNMP and or Modbus and or Bacnet sensor devices to send facility related information into a real time single dashboard EMS software tool The winning bidder shall ensure integration of the Temperature Humidity Ambient sensors via SNMP or Modbus or Bacnet connection with the proposed version upgrade of the existing EMS in Data Center Pasay H O The winning bidder shall ensure the integration of any existing or future SNMP Modbus and other related EMS devices that will be purchased or required by GSIS to be linked to the EMS software to be provided The winning bidder shall integrate all UPS Voltage Ampere Watts and Runtime value to the proposed version upgrade of the existing EMS in Data Center Pasay H O The winning bidder shall deliver and install the UPS in the designated area location rooms and racks The
100. nsent required or permitted to be given or made pursuant to this Contract shall be in writing Any such notice request or consent shall be deemed to have been given or made when received by the concemed party either in person or through an authorized representative of the Party to whom the communication is addressed or when sent by registered mail telex telegram or facsimile to such Party at the address specified in the SCC which shall be effective when delivered and duly received or on the notice s effective date whichever is later 41 10 5 2 A Party may change its address for notice hereunder by giving the other Party notice of such change pursuant to the provisions listed in the SCC for GCC Clause 5 1 Scope of Contract 6 1 6 2 The GOODS and Related Services to be provided shall be as specified in Section VI Schedule of Requirements This Contract shall include all such items although not specifically mentioned that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein Any additional requirements for the completion of this Contract shall be provided in the SCC Subcontracting 7 1 7 2 Subcontracting of any portion of the Goods if allowed in the BDS does not relieve the Supplier of any liability or obligation under this Contract The Supplier will be responsible for the acts defaults and negligence of any subcontractor its agents servan
101. oanga City 7000 Tel 062 991 1566 Fax 062 991 1258 Branch Head Eddie A Cruz email eacruz gsis gov ph 89 ANNEX B LIST OF GSIS EXTENSION OFFICES Antique Extension Office G F AML Bldg cor Dalipe Atabay Sts San Jose Antique Tel 036 540 9596 Branch Head Leo Frigillano email Iffrigillano gsis gov ph AKLAN Extension Office Leyson Escalona Bldg Roxas Ave Ext Brgy Andagao Kalibo Aklan Tel No 036 268 9379 Basilan Extension Office Valderosa St Isabela City 7300 Tel 062 200 3176 Branch Head Luisito Sabado email luitsabado gsis gov ph Boac Extension Office R E B Abetria Bldg Santol Boac Marinduque 4900 Tel 042 332 2460 Territorial Coverage Marinduque Branch Head Eleanor Espina email ecespina gsis gov ph Borongan Extension Office JRC Bldg Brgy Songco Borongan Eastern Samar Tel Fax 055 261 3522 Branch Head John Vianney G Ocana email jvdocana gsis gov ph Calapan Extension Office Lalud Calapan City Oriental Mindoro 5200 Tel 043 288 2491 Territorial Coverage Oriental Mindoro Branch Head Shirley Duhan email srduhan gsis gov ph Catarman Extension Office J P Rizal St Catarman Northern Samar Tel Fax 055 251 8519 Branch Head Hector B Uy email hbuy gsis gov ph 90 10 11 12 13 Iba Extension Office PEO Compound Sitio Balili Bgy Palanginan Iba Zambales 2201 Tel 0
102. odging expenses The Procuring Entity may reject any Goods or any part thereof that fail to pass any test and or inspection or do not conform to the specifications The Supplier shall either rectify or replace such rejected Goods or parts thereof or make alterations necessary to meet the specifications at no cost to the Procuring Entity and shall repeat the test and or inspection at no cost to the Procuring Entity upon giving a notice pursuant to GCC Clause 5 The Supplier agrees that neither the execution of a test and or inspection of the Goods or any part thereof nor the attendance by the Procuring Entity or its representative shall release the Supplier from any warranties or other obligations under this Contract Warranty 17 1 The Supplier warrants that the Goods supplied under the Contract are new unused of the most recent or current models and that they incorporate all 45 18 17 2 17 3 174 17 5 recent improvements in design and materials except when the technical specifications required by the Procuring Entity provides otherwise The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design materials or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination In order to assure that manufacturing defects shall be corrected by th
103. or Property signed by the Procuring Entity s representative at the Project Site Incidental Services The Supplier is required to provide all of the following services including additional services if any specified in Section VI Schedule of Requirements a b d e performance or supervision of on site assembly and or start up of the supplied Goods furnishing of tools required for assembly and or maintenance of the supplied Goods furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods performance or supervision or maintenance and or repair of the supplied Goods for a period of time agreed by the parties provided that this service shall not relieve the Supplier of any warranty obligations under this Contract and training of the Procuring Entity s personnel at the Supplier s plant and or on site in assembly start up operation maintenance and or repair of the supplied Goods The Contract price for the Goods shall include the prices charged by the Supplier for incidental services and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services Spare Parts The Supplier is required to provide all of the following materials notifications and information pertaining to spare parts manufactured or distributed by the Supplier 53 a such spare parts as the Procuring Entity may elec
104. orial Coverage Province of Quezon Branch Head Marivel B Peraz Corpuz email mbperazcorpuz gsis gov ph Maasin Small Servacio Building R Kangleon Street Brgy Mantahan Maasin City Southern Leyte Tel 053 381 3786 amp 570 8011 Fax 053 381 3786 Branch Head Igmidio F Ponay Jr email ifponay gsis gov ph Malaybalay Small Onda Bldg Sayre Highway Casisang Malaybalay City 8700 Bukidnon Tel Fax 088 813 4711 Branch Head Erwin E Casicas email eecasicas gsis gov ph Naga Big Del Rosario Naga City 4400 Tel 054 472 1250 Territorial Coverage Camarines Sur Camarines Norte Naga City Branch Head Josefina B Abao email jbabao gsis gov ph 87 31 32 33 34 35 36 37 38 39 Pagadian Medium Pajares Avenue Pagadian City 7016 Tel 062 214 4477 Fax 062 214 4475 Branch Head Leoncito S Manuel email Ismanuel gsis gov ph Palawan Small National Highway Bgy San Miguel Puerto Princesa City Tel 048 433 2579 Fax 048 433 6826 Branch Head Marina J Ignacio email mjignacio gsis gov ph Pampanga Medium Sindalan San Fernando Pampanga 2000 Tel 045 455 1261 Territorial Coverage Province of Pampanga Branch Head Roberto L Meneses email rlmeneses gsis gov ph Pasig Central Office Upper Ground Floor JNCV Bldg Pasig Blvd cor Rosemary Lane Pasig City 1600 Tel 02 859 0218 Branch Head Ms Lolita M Pureza email Ipureza gsi
105. osure of the percentage of ownership of both parties All parties to the Joint Venture shall submit the following gt Latest Income Tax Return within the last six months for monthly or quarterly tax remittance or Annual Income Tax Only tax returns filed and taxes paid through the BIR EFPS shall be accepted gt Business tax Percentage tax or VAT returns within the last six months Only tax returns filed and taxes paid through the BIR EFPS shall be accepted Valid PhilGEPS Registration Certificate Certificate of Good Standing Completion AND Acceptance from GSIS Said Certification must be issued within the past twelve 12 months from bid submission This is applicable only to prospective bidders with previous contracts and completed projects with the GSIS entered into within the past three 3 years from the submission and receipt of bids OR Certificate of Good Standing Completion OR Acceptance from at least one 1 previous client as stated in the List of Ongoing and Completed Contracts Said Certification must be issued within the past twelve 12 months from bid submission This is applicable only to prospective bidders without previous contracts and completed projects with the GSIS Datasheet of the product goods and or services to be supplied This includes brochures manuals or other documentary references which will provide substantial information of the product goods and or services to be supplied The L
106. otal calculated bid prices as evaluated and corrected for computationals discounts and other modifications which exceed the ABC shall not be considered unless otherwise indicated in the BDS The Procuring Entity s evaluation of bids shall only be based on the bid price quoted in the Financial Bid Form Bids shall be evaluated on an equal footing to ensure fair competition For this purpose all bidders shall be required to include in their bids the cost of all taxes such as but not limited to value added tax VAT income tax local taxes and other fiscal levies and duties which shall be itemized in the bid form and reflected in the detailed estimates Such bids including said taxes shall be the basis for bid evaluation and comparison Post Qualification 29 1 29 2 29 3 29 4 The Procuring Entity shall determine to its satisfaction whether the Bidder that is evaluated as having submitted the Lowest Calculated Bid LCB complies with and is responsive to all the requirements and conditions specified in ITB Clauses 5 12 and 13 Within a non extendible period of three 3 calendar days from receipt by the bidder of the notice from the BAC that it submitted the LCB the Bidder shall submit the following documentary requirements a Latest income and business tax returns in the form specified in the BDS b Certificate of PhilGEPS Registration and c Other appropriate licenses and permits required by law and sta
107. properly and unlawfully enrich themselves others or induce others to do so by misusing the position in which they are placed and includes the offering giving receiving or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution entering on behalf of the government into any contract or transaction manifestly and grossly disadvantageous to the same whether or not the public officer profited or will profit thereby and similar acts as provided in RA 3019 11 fraudulent practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity and includes collusive practices among Bidders prior to or after bid submission designed to establish bid prices at artificial non competitive levels and to deprive the Procuring Entity of the benefits of free and open competition 3 2 3 3 iii collusive practices means a scheme or arrangement between two or more Bidders with or without the knowledge of the Procuring Entity designed to establish bid prices at artificial non competitive levels iv coercive practices means harming or threatening to harm directly or indirectly persons or their property to influence their participation in a procurement process or affect the execution of a contract v obstructive practice is aa deliberately dest
108. r distribution list refer to Annex F Nominal Output 230V Voltage Maximum Total 16A Current Draw Phase Output Min 16 ports IEC 320 Connections C13 and 2 ports IEC 320 C19 Nominal Input 208V or 230V Voltage Input Frequency 50 to 60 Hz Input Connections IEC 320 C20 Acceptable Input Between 100 240 VAC Voltage Maximum Line 16A Current per phase Maximum Input 16A Current per phase Cord Length 3 meters 9 9 1U Horizontal Install Power Distribution Unit PDU For distribution list refer to Annex G Nominal Voltage Output 208V or 230 V 68 Item Quantity Specification Statement of Compliance Maximum Total 16A Current Draw per Phase Input Frequency 50 60Hz Maximum 16A input output current Input Connection IEC 320 C20 Output Connection Min 6 320 2 IEC 320 C19 Acceptable Input Between 200 240 VAC Voltage Maximum Input 16A Current per phase Cord length 2 5 m Number of Power 1 Cords 10 20 Server Tray or Rack Shelves For delivery to Data Center Pasay Head Office Description Adjustable Depth Rack Shelf Range 27 34 inches Dimension Width x 19 inches 482 6 mm x Height 1 75 inches 44 45 mm Rack U Size 1U or IRU Color Black Weight Capacity Min 150 165 Type
109. r this Contract 20 4 In the case of a dispute between the Procuring Entity and the Supplier the dispute shall be resolved in accordance with Republic Act 9285 9285 otherwise known as the Alternative Dispute Resolution Act of 2004 20 5 Notwithstanding any reference to arbitration herein the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree and the Procuring Entity shall pay the Supplier any monies due the Supplier Liability of the Supplier 21 1 The Supplier s liability under this Contract shall be as provided by the laws of the Republic of the Philippines subject to additional provisions if any set forth in the SCC 47 21 2 Except in cases of criminal negligence or willful misconduct and in the of infringement of patent rights if applicable the aggregate liability of the Supplier to the Procuring Entity shall not exceed the total Contract Price provided that this limitation shall not apply to the cost of repairing or replacing defective equipment 22 Force Majeure 22 1 22 2 22 3 The Supplier shall not be liable for forfeiture of its performance security liquidated damages or termination for default if and to the extent that the Supplier s delay in performance or other failure to perform its obligations under the Contract is the result of a force majeure For purposes of this Contract the terms force majeure and
110. ract themselves or through independent auditors as reflected in the GCC Clause 3 Conflict of Interest 4 1 All Bidders found to have conflicting interests shall be disqualified to participate in the procurement at hand without prejudice to the imposition of appropriate administrative civil and criminal sanctions A Bidder may be considered to have conflicting interests with another Bidder in any of the 4 2 events described in paragraphs a through c below and a general conflict of interest in any of the circumstances set out in paragraphs d through f below a A Bidder has controlling shareholders in common with another Bidder b A Bidder receives or has received any direct or indirect subsidy from any other Bidder c A Bidder has the same legal representative as that of another Bidder for purposes of this bid d A Bidder has a relationship directly or through third parties that puts them in a position to have access to information about or influence on the bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process This will include a firm or an organization who lends or temporarily seconds its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project if the personnel would be involved in any capacity on the same project e A Bidder submits more than one bid in thi
111. re bid conference to ensure that they fully understand the Procuring Entity s requirements Non attendance of the Bidder will in no way prejudice its bid however the Bidder is expected to know the changes and or amendments to the Bidding Documents discussed during the pre bid conference Any statement made at the pre bid conference shall not modify the terms of the Bidding Documents unless such statement is specifically identified in writing as an amendment thereto and issued as a Supplemental Bid Bulletin 10 11 12 Clarification and Amendment of Bidding Documents 10 1 Bidders who have purchased the Bidding Documents may request for clarification on any part of the Bidding Documents for an interpretation Such request must be in writing and submitted to the Procuring Entity at the address indicated in the BDS at least ten 10 calendar days before the deadline set for the submission and receipt of bids 10 2 Supplemental Bid Bulletins may be issued upon the Procuring Entity s initiative for purposes of clarifying or modifying any provision of the Bidding Documents not later than seven 7 calendar days before the deadline for the submission and receipt of bids Any modification to the Bidding Documents shall be identified as an amendment 10 3 Any Supplemental Bid Bulletin issued by the BAC shall also be posted on the Philippine Government Electronic Procurement System PhilGEPS and the website of the Procuring Entity co
112. rns pertaining to their operation Personnel GSIS ITSG shall submit the authorized representatives as per approval from all affected functional groups offices and departments Facilities GSIS ITSG shall include in this TOR the current facilities present in all the target branches to serve as reference for planning purposes Also GSIS ITSG shall provide any additional information excluded from the initial list provided that the said information is available within the knowledge of GSIS It should be properly requested through official letter address to GSIS In the event that the required information is not available the winning bidder shall result to submit formal recommendation to GSIS to prevent any delay in the project completion Local Services GSIS ITSG shall coordinate with the winning bidder any local services available within the city and or nearby city of the concern branch through the branch manager and or authorized branch representative if the winning bidder does not have available personnel in the area upon submission of official request to the project manager 80 B 3 SITE PREPARATION Site Preparation Statement of Compliance 1 Site preparation to all of GSIS Branches and extension offices shall be performed by the winning bidder The development area shall be located in the branch All deliverable goods and infrastructure shall be placed at the IT IDF Server Computer room
113. rom within the Procuring Entity s country 1 The price of the Goods quoted EXW ex works ex factory ex warehouse ex showroom or off the shelf as applicable including all customs duties and sales and other taxes already paid or payable 1 1 on the components and raw material used in the manufacture or assembly of Goods quoted ex works or ex factory or 1 2 on the previously imported Goods of foreign origin quoted ex warehouse ex showroom or off the shelf and any Procuring Entity country sales and other taxes which will be payable on the Goods if the contract is awarded 1 The price for inland transportation insurance and other local costs incidental to delivery of the Goods to their final destination iii The price of other incidental services if any listed in the BDS b For Goods offered from abroad 1 Unless otherwise stated in the BDS the price of the Goods shall be quoted DDP with the place of destination in the Philippines as specified in the BDS In quoting the price the Bidder shall be free to use transportation through carriers registered in any eligible country Similarly the Bidder may obtain insurance services from any eligible source country 11 The price of other incidental services if any listed in the BDS 15 5 Prices quoted by the Bidder shall be fixed during the Bidder s performance of the contract and not subject to variation or price escalation on any account A bid submi
114. roying falsifying altering concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government foreign or international financing institution into allegations of a corrupt fraudulent coercive or collusive practice and or threatening harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings investigation or from pursuing such proceedings or investigation or bb acts intended to materially impede the exercise of the inspection and audit rights of the Procuring Entity or any foreign government foreign or international financing institution herein b will reject a proposal for award if it determines that the Bidder recommended for award has engaged in any of the practices mentioned in this Clause for purposes of competing for the contract Further the Procuring Entity will seek to impose the maximum civil administrative and or criminal penalties available under applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3 1 a Furthermore the Funding Source and the Procuring Entity reserve the right to inspect and audit records and accounts of a bidder or supplier in the bidding for and performance of a cont
115. rt e For onsite support the winning bidder must attend to and repair the defective unit within two 2 business days in GSIS Home Office three 3 business days for Branch Offices and five 5 business days for Extension Offices e When the hardware cannot be repaired onsite due to extraordinary difficulties and needs to be pulled out the project contractor must provide service unit during the maintenance period The winning bidder must provide annual preventive maintenance services on all delivered equipment free of any charge during the warranty period The winning bidder shall provide all levels of support from configuration of the EMS software through Original Equipment Manufacturer OEM provided Management Information Base MIB files reconfiguration of the EMS software upgrading of the EMS software or any similar tweaks that may require additional onsite offsite support at no cost to GSIS The winning bidder shall provide professional consultancy which may cover onsite offsite that will involve the operation of the EMS software at no cost to GSIS The winning bidder shall provide within the duration of warranty all updates which includes onsite offsite updates firmware updates for all hardware equipment and other related changes to the supplied software at no cost to GSIS The winning bidder must provide support and problem escalation procedures 77 A 8 TECHNOLOGY TRANSFER Technology Transfer
116. ry terms of this Contract shall be as follows The delivery terms applicable to this Contract are delivered at the project sites specified in Section VI Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination Delivery of the Goods shall be made by the Supplier in accordance with the terms specified in Section VI Schedule of Requirements The details of shipping and or other documents to be furnished by the Supplier are as follows Upon delivery of the Goods to the Project Site the Supplier shall notify the Procuring Entity and present the following documents to the Procuring Entity 52 1 ii iii iv v vi vii viii Original and four copies of the Supplier s invoice showing Goods description quantity unit price and total amount Original and four copies delivery receipt note railway receipt or truck receipt Original Supplier s factory inspection report Original and four copies of the Manufacturer s and or Supplier s warranty certificate Original and four copies of the certificate of origin for imported Goods Delivery receipt detailing number and description of items received signed by the authorized receiving personnel Certificate of Acceptance Inspection Report signed by the Procuring Entity s representative at the Project Site and Four copies of the Invoice Receipt f
117. s 2201 Tel 047 811 3101 Territorial Coverage Province of Zambales 7 Mamburao Extension Office Rizal St Bgy 1 Mamburao Occidental Mindoro 5106 Tel Fax 043 711 1943 Territorial Coverage Province of Occidental Mindoro Branch Head Miller B Masicat email mbmasicat gsis gov ph 98 8 Ormoc Extension Office Stall 105 Ormoc City Superdome Ormoc City 6541 Tel Fax 053 255 7901 Branch Head Mark Leo C Tabao email mlctabao gsis gov ph 9 Virac Extension Office Capitol Compoundd Virac Catanduanes Tel 052 811 1212 Office cell phone 0928 836 6564 Territorial Coverage Province of Catanduanes Branch Head Johnson V Dating email jvdating gsis gov ph 99 ANNEX TABLE OF DELIVERABLES IT Branch Facilities Improvement and Monitoring Project Ambient Temperature and Humidity Sensors CO usa ww sso m Mere s angers SEC System EMS Struxureware Central v7 0 Cable IQ Qualification Tester TTT 100 wooy 1 404 3noAe aun Suis ANNEX I SINGLE LINE DESIGN LAYOUT 101 YIOMJAN ANNEX J BUILDING LAYOUT FOR THE 24 GSIS OWNED BRANCHES Building Layout and IDF Room Locations may be subject to change Current location IT IDF room ase 102 2 Tuguegarao 103 3 Cauayan
118. s bidding process However this does not limit the participation of subcontractors in more than one bid or f A Bidder who participated as a consultant in the preparation of the design or technical specifications of the Goods and related services that are the subject of the bid In accordance with Section 47 of the IRR of RA 9184 all Bidding Documents shall be accompanied by a sworn affidavit of the Bidder that it is not related to the Head of the Procuring Entity members of the Bids and Awards Committee BAC members of the Technical Working Group TWG members of the BAC Secretariat the head of the Project Management Office PMO or the end user unit and the project consultants by consanguinity or affinity up to the third civil degree On the part of the Bidder this Clause shall apply to the following persons a If the Bidder is an individual or a sole proprietorship to the Bidder himself b If the Bidder is a partnership to all its officers and members c If the Bidder is a corporation to all its officers directors and controlling stockholders and d If the Bidder is a joint venture JV the provisions of items a b or c of this Clause shall correspondingly apply to each of the members of the said JV as may be appropriate Relationship of the nature described above or failure to comply with this Clause will result in the automatic disqualification of a Bidder 5 Eligible Bidders 5 1 5 2
119. s gov ph Quezon City Central Office M Geronimo Building No 746 Mindanao Ave Tandang Sora Quezon City Tel 02 859 0265 Branch Head Atty Jason C Teng email jcteng gsis gov ph Roxas Small A Belo St Roxas City Tel 036 621 2018 Fax 036 621 3127 Branch Head Glorietta B Dublas email gbdublas gsis gov ph Sorsogon Small Flores St Capitol Compund Sorsogon City Tel 056 421 5279 Branch Head Leon Ma E Fajardo email Imefajardo gsis gov ph Surigao Small Ground Floor Parkway Building National Highway Surigao City 8400 Tel 086 8269113 Branch Head Eldie P Lozarie email eplozarie gsis gov ph Tacloban Big Marasbaras Tacloban City Leyte Tel Fax 053 323 2506 88 40 41 42 43 Branch Head Sol A Orcullo email saorcullo gsis gov ph Tagum Medium Sobrecarey St Tagum City Tel Fax 084 218 4954 Branch Head Marciana M Bata email mmbata gsis gov ph Tarlac Small Urquico Oval San Roque Tarlac City Tel 045 982 9866 Territorial Coverage Province of Tarlac Branch Head Arlene M Villanueva email amvillanueva gsis gov ph Tuguegarao Medium Carig Tuguegarao City Cagayan 3500 Tel 078 396 0650 1st Floor 078 396 0673 2nd Floor Fax 078 304 9394 Territorial Coverage Cagayan Kalinga Apayao and some agencies under Batanes Branch Head Eden P Seno email epseno gsis gov ph Zamboanga Medium Moret Field Baliwasan Zamb
120. s is considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two 2 or more separate bid envelopes Bid Prices 15 1 15 2 15 3 15 4 The Bidder shall complete the appropriate Price Schedules included herein stating the unit prices total price per item the total amount and the expected countries of origin of the Goods to be supplied under this Project The Bidder shall fill in rates and prices for all items of the Goods described in the Bill of Quantities Bids not addressing or providing all of the required items in the Bidding Documents including where applicable Bill of Quantities shall be considered non responsive and thus automatically disqualified In this regard where a required item is provided but no price is indicated the same shall be considered as non responsive but specifying a 0 zero for the said item would mean that it is being offered for free to the Government The terms Ex Works EXW Cost Insurance and Freight CIF Cost and Insurance Paid to CIP Delivered Duty Paid DDP and other trade terms used to describe the obligations of the parties shall be governed by the rules prescribed in the current edition of the International Commercial Terms INCOTERMS published by the International Chamber of Commerce Paris Prices indicated on the Price Schedule shall be entered separately in the following manner a For Goods offered f
121. st seventy five percent 75 of its interest or outstanding capital stock belonging to citizens of the Philippines b habitually established in business and habitually engaged in the manufacture or sale of the merchandise covered by his bid and c the business has been in existence for at least five 5 consecutive years prior to the advertisement and or posting of the Invitation to Bid for this Project A Bidder may be granted preference as a Domestic Bidder subject to the certification from the DTI that the Bidder is offering unmanufactured articles materials or supplies of the growth or production of the Philippines or manufactured articles materials or supplies manufactured or to be manufactured in the Philippines substantially from articles materials or supplies of the growth production or manufacture as the case may be of the Philippines Detailed Evaluation and Comparison of Bids 28 1 28 2 28 3 The Procuring Entity will undertake the detailed evaluation and comparison of bids which have passed the opening and preliminary examination of bids pursuant to ITB Clause 24 in order to determine the Lowest Calculated Bid The Lowest Calculated Bid shall be determined in two steps a The detailed evaluation of the financial component of the bids to establish the correct calculated prices of the bids and b The ranking of the total bid prices as so calculated from the lowest to the highest The bid with the lowes
122. t 1 Select one delete the other If a sole proprietorship am the sole proprietor of Name of Bidder with office address at address of Bidder If a partnership corporation cooperative or joint venture am the duly authorized and designated representative of Name of Bidder with office address at address of Bidder Select one delete the other If a sole proprietorship As the owner and sole proprietor of Name of Bidder I have full power and authority to do execute and perform any and all acts necessary to represent it in the bidding for Name of the Project of the Name of the Procuring Entity If a partnership corporation cooperative or joint venture am granted full power and authority to do execute and perform any and all acts necessary and or to represent the Name of Bidder in the bidding as shown in the attached state title of attached document showing proof of authorization e g duly notarized Secretary s Certificate issued by the corporation or the members of the joint venture Name of Bidder 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 financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board Each of the documents submitted in satisfaction of the bidding requirements is an authenti
123. t and 1 I we failed to timely file a request for reconsideration or ii I we filed a waiver to avail of said right 136 c I am we are declared as the bidder with the Lowest Calculated and Responsive Bid Highest Rated and Responsive Bid4 and I we have furnished the performance security and signed the Contract IN WITNESS WHEREOF I We have hereunto set my our hand s this day of month vear at place of execution Insert NAME OF BIDDER S AUTHORIZED REPRESENTATIVE Insert signatory s legal capacity Affiant SUBSCRIBED AND SWORN to before me this day of month year at place of execution Philippines Affiant s is are personally known to me and was were identified by me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice A M No 02 8 13 SC Affiant s exhibited to me his her insert type of government identification card used with his her photograph and signature appearing thereon with no and his her Community Tax Certificate No issued on at Witness my hand and seal this day of month year NAME OF NOTARY PUBLIC Serial No of Commission Notary Public for until Roll of Attorneys No PTR No date issued place issued IBP No date issued place issued Doc No Page No Book No Series of 137 Jr Draft Contract CONTRACT This Contract is made and executed on this day of Pasay City Philippines by and between
124. t price shall be identified as the Lowest Calculated Bid The Procuring Entity s BAC shall immediately conduct a detailed evaluation of all bids rated passed using non discretionary pass fail criteria Unless otherwise specified in the BDS the BAC shall consider the following in the evaluation of bids a Completeness of the bid Unless the ITB specifically allows partial bids bids not addressing or providing all of the required items in the Schedule of Requirements including where applicable bill of quantities shall be considered non responsive and thus automatically disqualified In this regard where a required item is provided but no price is indicated the same shall be considered as non responsive but specifying a 0 zero for the said item would mean that it is being offered for free to the Procuring Entity and b Arithmetical corrections Consider computational errors and omissions to enable proper comparison of all eligible bids It may also consider bid modifications if allowed in the BDS Any adjustment shall be calculated in monetary terms to determine the calculated prices 26 29 28 4 28 5 28 6 Based on the detailed evaluation of bids those that comply with the above mentioned requirements shall be ranked in the ascending order of their total calculated bid prices as evaluated and corrected for computational errors discounts and other modifications to identify the Lowest Calculated Bid T
125. t to purchase from the Supplier provided that this election shall not relieve the Supplier of any warranty obligations under this Contract and b in the event of termination of production of the spare parts 1 advance notification to the Procuring Entity of the pending termination in sufficient time to permit the Procuring Entity to procure needed requirements and il following such termination furnishing at no cost to the Procuring Entity the blueprints drawings and specifications of the spare parts if requested The spare parts required are listed in Section VI Schedule of Requirements and the cost thereof are included in the Contract Price The Supplier shall carry sufficient inventories to assure ex stock supply of consumable spares for the Goods for a period of six months Other spare parts and components shall be supplied as promptly as possible but in any case within 24 to 48 hours of placing the order Packaging The Supplier shall provide such packaging of the Goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in this Contract The packaging shall be sufficient to withstand without limitation rough handling during transit and exposure to extreme temperatures salt and precipitation during transit and open storage Packaging case size and weights shall take into consideration where appropriate the remoteness of the GOODS final destination a
126. te Ep Ded AN qo ce mes es 30 83 Performance Security rn be e bm e td e e eH 30 34 Notice to Proceed i e tud etu es eae e ebd edu aes 31 1 General Scope of Bid 1 1 1 2 The procuring entity named in BDS hereinafter referred to as the Procuring Entity wishes to receive bids for supply and delivery of the goods as described in Section VII Technical Specifications hereinafter referred to as the Goods The name identification and number of lots specific to this bidding are provided in the BDS The contracting strategy and basis of evaluation of lots is described in ITB Clause 28 Source of Funds The Procuring Entity has a budget or has applied for or received funds from the Funding Source named in the BDS and in the amount indicated in the BDS It intends to apply part of the funds received for the Project as defined in the BDS to cover eligible payments under the contract Corrupt Fraudulent Collusive and Coercive Practices 3 1 Unless otherwise specified in the BDS the Procuring Entity as well as the bidders and suppliers shall observe the highest standard of ethics during the procurement and execution of the contract In pursuance of this policy the Procuring Entity a defines for purposes of this provision the terms set forth below as follows 1 corrupt practice means behavior on the part of officials in the public or private sectors by which they im
127. te to the Goods country of origin Such standards shall be the latest issued by the institution concerned Inspection and Tests 16 1 16 2 16 3 16 4 16 5 The Procuring Entity or its representative shall have the right to inspect and or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Entity The SCC shall specify what inspections and or tests the Procuring Entity requires and where they are to be conducted The Procuring Entity shall notify the Supplier in writing in a timely manner of the identity of any representatives retained for these purposes If applicable the inspections and tests may be conducted on the premises of the Supplier or its subcontractor s at point of delivery and or at the goods final destination If conducted on the premises of the Supplier or its subcontractor s all reasonable facilities and assistance including access to drawings and production data shall be furnished to the inspectors at no charge to the Procuring Entity The Supplier shall provide the Procuring Entity with results of such inspections and tests The Procuring Entity or its designated representative shall be entitled to attend the tests and or inspections referred to in this Clause provided that the Procuring Entity shall bear all of its own costs and expenses incurred in connection with such attendance including but not limited to all traveling and board and l
128. ted in the BDS Failure of the Bidder declared as Lowest Calculated Bid to duly submit the requirements under this Clause or a finding against the veracity of such shall be ground for forfeiture of the bid security and disqualification of the Bidder for award The determination shall be based upon an examination of the documentary evidence of the Bidder s qualifications submitted pursuant to ITB Clauses 12 and 13 as well as other information as the Procuring Entity deems necessary and appropriate using a non discretionary pass fail criterion If the BAC determines that the Bidder with the Lowest Calculated Bid passes all the criteria for post qualification it shall declare the said bid as the Lowest Calculated Responsive Bid and recommend to the Head of the Procuring 27 30 29 5 29 6 Entity the award of contract to the said Bidder at its submitted price or its calculated bid price whichever is lower A negative determination shall result in rejection of the Bidder s Bid in which event the Procuring Entity shall proceed to the next Lowest Calculated Bid to make a similar determination of that Bidder s capabilities to perform satisfactorily If the second Bidder however fails the post qualification the procedure for post qualification shall be repeated for the Bidder with the next Lowest Calculated Bid and so on until the Lowest Calculated Responsive Bid is determined for contract award Within a period not e
129. tem 64 Item Quantity Specification Statement of Compliance Input Frequency Between 45Hz to 70 Range Hz auto selecting Input Power Factor Min 0 95 to Max 0 99 at 10095 load at 230 Vac Input Current Max 8 at 100 load Distortion at 230 Vac AC Nominal 200 Vac 220 Vac 230 Output Voltage Vac or 240 Vac user Single Phase 3 Wire Phase N G selectable Output Connectors Min 6 IEC 320 C13 and Min 1 IEC 320 C19 Output Frequency 50 60 between 3 to 5 Hz tracking or 50 60 0 1 Hz tracking user selectable AC Output Voltage Maximum 3 100 Distortion linear load Maximum 5 100 non linear load AC output static Min 1 to Max voltage regulation 3 AC output dynamic voltage regulation Min 7 for 100 load step at less than 10 ms recovery time Nominal Operation e 150 for 30 Online seconds e 125 for 1 to 5 minutes e 105 continuous Approval BSMI C tick CSA EN 50091 1 EN 50091 2 EN 55022 Class A EN 60950 EN 61000 3 2 GOST JEON 1778 VCCI VDE or Safety IEC62040 1 Emission IEC EN AS 62040 2 CISPR22 Class A IEC EN AS61000 3 12 65 Item Quantity Specification Statement of Compliance 5 20 Uninterruptible Power Supply U
130. tered into as a result of the bidding a If there is prima facie evidence of collusion between appropriate public officers or employees of the Procuring Entity or between the BAC and any of the Bidders or if the collusion is between or among the bidders themselves or between a Bidder and a third party including any act which restricts suppresses or nullifies or tends to restrict suppress or nullify competition b If the Procuring Entity s BAC is found to have failed in following the prescribed bidding procedures or c For any justifiable and reasonable ground where the award of the contract will not redound to the benefit of the GOP as follows 28 31 i If the physical and economic conditions have significantly changed so as to render the project no longer economically financially or technically feasible as determined by the head of the procuring entity i If the project is no longer necessary as determined by the head of the procuring entity and iii If the source of funds for the project has been withheld or reduced through no fault of the Procuring Entity 30 3 In addition the Procuring Entity may likewise declare a failure of bidding when a b d No bids are received All prospective Bidders are declared ineligible All bids fail to comply with all the bid requirements or fail post qualification or The Bidder with the Lowest Calculated Responsive Bid LCRB refuses without jus
131. the its own account Ifthe fails to carry out such repair restoration or replacement within ten 10 days from the re request of the GSIS any expenses for such repair restoration or replacement made by the GSIS shall be for the account of the to be deducted from the Contract Price During the effectivity of this Contract the shall not assign or transfer the covered goods or services without the prior written consent of the GSIS Any act in violation of this provision shall be sufficient ground for the termination of this Contract The parties are independent entities and no agency partnership joint venture employment or formal business arrangement of any kind is created by this Contract Neither shall the personnel or employees of the be deemed employees of the GSIS Hence the GSIS shall not in any way be liable or responsible for any personal injuries or damages death sustained or caused by any of the employees of the In the event that the fails to perform its contractual obligations within the agreed period as specified in this Contract the GSIS shall deduct from the Contract Price as liquidated damages a sum equivalent to at least one tenth of one percent 0 1 of the cost of the unperformed portion of the contract per day of delay but not to exceed ten percent 10 of the Contract Price Once the cumulative amount of liquidated damages reaches ten percent 10 of the Contract Price the GSIS may rescind the contract
132. the voltage ampere watts and runtime value to the system 5 The winning bidder shall present to the end user the actual information gathered from the sensors and UPS It shall be observed by the end user for one 1 week to test the consistency of the connection and functionality 6 The winning bidder shall perform the actual software firmware upgrade of the existing EMS software in the production environment once the end user issue the acceptance report of the testing The report will be in a form of certification from the end user 7 The test server used shall be pulled out by the winning bidder only after a successful migration of the version upgrade to the production environment 128 Section Bidding Forms TABLE OF CONTENTS BID SHOR Ms cassis AA E E 130 ITEMIZED BID FORM ewe aene rese ele ens 132 OMNIBUS SWORN STATEMENT tesa ener Un ES TEC opea era Ree 133 LETTER OF CONFORMITY coss aee Eve o NGA NG NAT RRS 135 BID SECURING DECLARATION FORM 136 DRAFT CONERACT nA ANTI AGAIN ANGIN ERE ADS kun 138 129 Bid Form Date Invitation to Bid N To name and address of Procuring Entity Gentlemen and or Ladies Having examined the Bidding Documents including Bid Bulletin Numbers insert numbers the receipt of which is hereby duly acknowledged we the undersigned offer to supply deliverlperform description of the Goods in conformity with the said
133. thern Leyte Tel 053 381 3786 amp 570 8011 Fax 053 381 3786 Branch Head Igmidio F Ponay Jr email ifponay gsis gov ph Quezon City Central Office M Geronimo Building No 746 Mindanao Ave Tandang Sora Quezon City Tel 02 859 0265 Branch Head Atty Jason C Teng email jcteng gsis gov ph Data Center Pasay Head Office 4 Units 97 ANNEX G LIST OF GSIS EXTENSION OFFICES FOR THE DELIVERY AND INSTALLATION OF HORIZONTAL INSTALL POWER DISTRIBUTION UNIT PDU 1 Antique Extension Office G F AML Bldg cor Dalipe Atabay Sts San Jose Antique Tel 036 540 9596 Branch Head Leo Frigillano email Iffrigillano gsis gov ph 2 Boac Extension Office R E B Abetria Bldg Santol Boac Marinduque 4900 Tel 042 332 2460 Territorial Coverage Marinduque Branch Head Eleanor Espina email ecespina gsis gov ph 3 Borongan Extension Office JRC Bldg Brgy Songco Borongan Eastern Samar Tel Fax 055 261 3522 Branch Head John Vianney G Ocana email jvdocana gsis gov ph 4 Calapan Extension Office Lalud Calapan City Oriental Mindoro 5200 Tel 043 288 2491 Territorial Coverage Oriental Mindoro Branch Head Shirley Duhan email srduhan gsis gov ph 5 Catarman Extension Office J P Rizal St Catarman Northern Samar Tel Fax 055 251 8519 Branch Head Hector B Uy email hbuy gsis gov ph 6 Iba Extension Office PEO Compound Sitio Balili Bgy Palanginan Iba Zambale
134. tifiable cause to accept the award of contract and no award is made 6 Award of Contract Contract Award 31 1 Subject to ITB Clause 29 the Procuring Entity shall award the contract to the Bidder whose bid has been determined to be the LCRB 31 2 Prior to the expiration of the period of bid validity the Procuring Entity shall notify the successful Bidder in writing that its bid has been accepted through a Notice of Award received personally or sent by registered mail or electronically receipt of which must be confirmed in writing within two 2 days by the Bidder with the LCRB and submitted personally or sent by registered mail or electronically to the Procuring Entity 31 3 Notwithstanding the issuance of the Notice of Award award of contract shall be subject to the following conditions a b c d Submission of the valid JVA if applicable within ten 10 calendar days from receipt by the Bidder of the notice from the BAC that the Bidder has the LCRB Posting of the performance security in accordance with ITB Clause 33 Signing of the contract as provided in ITB Clause 32 and Approval by higher authority if required 29 31 4 At the time of contract award the Procuring Entity shall not increase or decrease the quantity of goods originally specified in Section VI Schedule of Requirements 32 Signing of the Contract 32 1 32 2 32 3 32 4 At the same time as the Procuring Entity notif
135. ts or workmen as fully as if these were the Supplier s own acts defaults or negligence or those of its agents servants or workmen Subcontractors disclosed and identified during the bidding may be changed during the implementation of this Contract subject to compliance with the required qualifications and the approval of the Procuring Entity Procuring Entity s Responsibilities 8 1 8 2 Whenever the performance of the obligations in this Contract requires that the Supplier obtain permits approvals import and other licenses from local public authorities the Procuring Entity shall if so needed by the Supplier make its best effort to assist the Supplier in complying with such requirements in a timely and expeditious manner The Procuring Entity shall pay all costs involved in the performance of its responsibilities in accordance with GCC Clause 6 Prices 9 1 9 2 For the given scope of work in this Contract as awarded all bid prices are considered fixed prices and therefore not subject to price escalation during contract implementation except under extraordinary circumstances and upon prior approval of the GPPB in accordance with Section 61 of R A 9184 and its IRR or except as provided in this Clause Prices charged by the Supplier for Goods delivered and or services performed under this Contract shall not vary from the prices quoted by the Supplier in its bid with the exception of any change in price resultin
136. tted with an adjustable price quotation shall be treated as non responsive and shall be rejected pursuant to ITB Clause 24 All bid prices shall be considered as fixed prices and therefore not subject to price escalation during contract implementation except under extraordinary circumstances Extraordinary circumstances refer to events that may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines and upon the recommendation of the Procuring Entity Nevertheless in cases where the cost of the awarded contract is affected by any applicable new laws ordinances regulations or other acts of the GOP promulgated after the date of bid opening a contract price adjustment shall be made or appropriate relief shall be applied on a no loss no gain basis 16 Bid Currencies 16 1 Prices shall be quoted in the following currencies a For Goods that the Bidder will supply from within the Philippines the prices shall be quoted in Philippine Pesos b For Goods that the Bidder will supply from outside the Philippines the prices may be quoted in the currency ies stated in the BDS However for purposes of bid evaluation bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening 17 18 16 2 16 3 If so allowed in accordance with ITB Clause 16
137. ubstantial information of the product goods and or services to be supplied 32 4 g Copy of the bidding documents including bid bulletins 1f any obtained from the GSIS signed on every page by the bidder s authorized representative preferably in blue ink 36 Section IV General Conditions of Contract TABLE OF CONTENTS DEFINITIONS ANNA 39 2 CORRUPT FRAUDULENT COLLUSIVE AND COERCIVE PRACTICES GAGA GANA bI Re ava V SOR I pe 40 3 INSPECTION AND AUDIT BY THE FUNDING SOURCE 00000000000000000000 41 4 GOVERNING LAW AND LANGUAGE eee ee ee sese een sees esee tn sees ase tse 41 Da tav tie todo rectos GAAN 41 ANG ANNA NUN NANANA NAA 42 72 SUBCONTRACTING 42 8 PROCURING ENTITY S RESPONSIBILITIES scccssccssssccssssssesssseeessceeeees 42 9 PRICES d E TEE 42 10 PAYMENT 42 11 ADVANCE PAYMENT AND TERMS OF 43 12 TAXES AND DUTIES oisi sense 44 13 PERFORMANCE SECURITY sscsieisnisssssassasietissoussicsdenvaieesassbavosasvucds vovosassbecuses 44 14 USE OF CONTRACT DOCUMENTS AND 44 I5 STANDARDS SOOT 45 16 INSPECTION AND VESTS 45
138. unicipality where the principal place of business of the prospective bidder is located iii Statement of all its on going and completed government and private contracts within the period stated in the BDS including contracts awarded but not yet started if any The statement shall include for each contract the following 11 1 name of the contract 11 2 date of the contract 11 3 kinds of Goods 11 4 amount of contract and value of outstanding contracts 11 5 date of delivery and 11 6 end user s acceptance or official receipt s issued for the contract if completed iv Audited financial statements stamped received by the Bureau of Internal Revenue BIR or its duly accredited and authorized institutions for the preceding calendar year which should not be earlier than two 2 years from bid submission v NFCC computation in accordance with ITB Clause 5 5 and vi Tax clearance per Executive Order 398 Series of 2005 as finally reviewed and approved by the BIR Class B Document vii If applicable the JVA in case the joint venture is already in existence or duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful Technical Documents 1 Bid security in accordance with ITB Clause 18 If the Bidder opts to submit the bid security in the form of
139. va Vizcaya 3700 Tel 078 805 3614 Fax 078 805 3512 Territorial Coverage Nueva Vizcaya Ifugao Quirino Branch Head Maybelle B Chommog email mbchommog gsis gov ph 4 Bohol Small 2nd Flr DBP Bldg CPG North Ave Tagbilaran City Tel 038 235 5208 038 501 0579 Fax 038 235 5208 Branch Head Grace P Rada email gprada gsis gov ph 5 Cabanatuan Big NFA Compound Maharlika Highway Cabanatuan City Neuva Ecija 3100 Tel 044 463 0572 Fax 044 463 0573 Territorial Coverage Province of Nueva Ecija and Aurora Branch Head Araceli Santos email aasantos gsis gov ph 6 Dipolog Medium Minaog Dipolog City 7100 Tel Fax 065 212 2308 Branch Head Willa G Mangubat email wgmangubat gsis gov ph 96 Ts 10 11 12 Dumaguete Medium National North Road Dumaguete City 6200 Tel 035 225 0370 035 422 4032 Fax 035 225 0370 Branch Head Mercedes VP Enriquez email mvpenriquez gsis gov ph Kidapawan Small Ist floor Dimaano Building National Highway Kidapawan City Tel Fax 064 288 5111 Branch Head Sonia B Gutierrez email sbgutierrez gsis gov ph Lucena Medium GSIS Bldg Maharalika Highway Bgy Isabang Lucena City 4301 Tel 042 710 7772 042 373 6358 Territorial Coverage Province of Quezon Branch Head Marivel B Peraz Corpuz email mbperazcorpuz gsis gov ph Maasin Small Servacio Building R Kangleon Street Brgy Mantahan Maasin City Sou
140. vel 2 Core G GSIS Building Financial Center Pasay City Tel No 02 976 4961 976 4945 Fax No 02 859 0373 GBAC Secretariat gsis gov ph www gsis gov ph SALVACION P MATE Chairperson GBAC for Infrastructure and Information Section Instructions to Bidders TABLE OF CONTENTS A GENERAD aao taber etant Selec as Saints dus 7 ls Seopcob BIG 7 2 Source Of FUfidS ie irt a ear eai lanG MATH En a se AiR teninta 7 3 Corrupt Fraudulent Collusive and Coercive Practices 7 4 Conflict Of TCT Sash Sal eM 8 BIdders iue oup 10 6 Bidder S ResponsibIHtie8 ande eee el bets aite die 11 7 Ol GUodSe sien bea cq Map 12 8 SUDEODIEaels Sareea asd eto utate dm ara E os 13 B CONTENTS OF BIDDING DOCUMENTS be are pre pee enda ud 13 9 Conference eso exe EN Da eet NG ede PN 13 10 Clarification and Amendment of Bidding Documents sss 14 C PREPARATION OF BIDS NAA NANANA ANNA Mook 14 Dh BER ed oot ed AA 14 12 Documents Comprising the Bid Eligibility and Technical Components 14 13 Documents Comprising the Bid Financial Component 16 I4 Alternative Bldg
141. without prejudice to other course of action and remedies available to it under the law and equity The damages herein provided are fixed and the GSIS shall not be required to adduce proof thereof Should the GSIS be constrained to file a case to obtain relief against the j the latter shall be liable to pay an amount equivalent to twenty percent 20 of that amount claimed in the complaint as attorney s fees aside from the costs of litigation and other expenses which the GSIS is entitled to recover from the provided however that in an action brought by the for whatever cause arising under this Contract should it be adjudged not to be entitled to the relief sought the GSIS as the prevailing party shall be entitled to such reasonable attorney s fees costs of litigation and other costs it may have incurred by reason of such action The shall defend indemnify and hold harmless the GSIS the members of its Board of Trustees its officials agents and employees against all claims losses liabilities and damages and to pay all claims judgments awards costs and expenses arising out of or in connection with the s acts or omissions unless such claims are due solely to the negligence of the GSIS Costs inclusive of expert witness fees and other legal expenses shall be charged against the account of the 139 4 Tew as H 12 13 If any term condition or any part of the provisions of the Official Bid Documents and this Contract
142. xceeding seven 7 calendar days from the date of receipt of the recommendation of the BAC the Head of the Procuring Entity shall approve or disapprove the said recommendation In the case of GOCCs and GFIs the period provided herein shall be fifteen 15 calendar days Reservation Clause 30 1 30 2 Notwithstanding the eligibility or post qualification of a Bidder the Procuring Entity concerned reserves the right to review its qualifications at any stage of the procurement process if it has reasonable grounds to believe that a misrepresentation has been made by the said Bidder or that there has been a change in the Bidder s capability to undertake the project from the time it submitted its eligibility requirements Should such review uncover any misrepresentation made in the eligibility and bidding requirements statements or documents or any changes in the situation of the Bidder which will affect its capability to undertake the project so that it fails the preset eligibility or bid evaluation criteria the Procuring Entity shall consider the said Bidder as ineligible and shall disqualify it from submitting a bid or from obtaining an award or contract Based on the following grounds the Procuring Entity reserves the right to reject any and all bids declare a failure of bidding at any time prior to the contract award or not to award the contract without thereby incurring any liability and make no assurance that a contract shall be en
143. y delivery installation and commissioning of Data Center facilities in terms of power and cooling 7 No further instructions 8 1 Subcontracting is not allowed 8 2 Not applicable 9 1 The GSIS Bids and Awards Committee will hold a Pre Bid Conference on 19 March 2015 11 30AM at the GBAC Conference Room Level 2 Core G GSIS Building Financial Center Pasay City The Pre Bid Conference shall be open to all interested parties 10 1 The Procuring Entity s address is GBAC Secretariat GSIS Bids and Awards Committee Level 2 Core G GSIS Building Financial Center Pasay City Tel No 02 976 4961 976 4945 Fax No 02 859 0373 GBAC Secretariat gsis gov ph www gsis gov ph 32 12 1 No further instructions 12 1 a For registration certificate from the Securities and Exchange Commission SEC any of the following may be submitted 1 For Corporation Registration Certificate OR Certificate of Incorporation and Articles of Incorporation OR Latest Certificate of Filing of Amended Articles of Incorporation and the amended articles of incorporation if the company has amended its articles of incorporation as approved by the SEC OR Certificate of Good Standing from SEC for purposes of determining status of the entity whether it is active or its certificate of registration has been revoked 2 For Partnership Certificate of Registration OR Certificate of Partnership and the Articles of Partnership
144. y also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System PhilGEPS and the website of the Procuring Entity provided that Bidders shall pay the nonrefundable fee for the Bidding Documents not later than the submission of their bids The GSIS Bids and Awards Committee will hold a Pre Bid Conference on 19 March 2015 11 30AM at the GBAC Conference Room Level 2 Core G GSIS Building Financial Center Pasay City The Pre Bid Conference shall be open to all interested parties However only interested parties who have purchased the Bidding Documents are allowed to raise clarificatory questions and concerns Bids must be delivered to the address below on or before 06 April 2015 9 00AM All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18 Late bids shall not be accepted Bid opening shall be on 06 April 2015 9 30AM at the GBAC Conference Room Level 2 Core G GSIS Building Financial Center Pasay City Bids will be opened in the presence of the Bidders representatives who choose to attend at the given address The GSIS reserves the right to accept or reject any bid to annul the bidding process and to reject all bids at any time prior to contract award without thereby incurring any liability to the affected bidder or bidders For further information please refer to GBAC Secretariat GSIS Bids and Awards Committee Le
145. y with the eligibility criteria and the documentary requirements specified in the BDS In the event that any subcontractor is found by the Procuring Entity to be ineligible the subcontracting of such portion of the Goods shall be disallowed The Bidder may identify the subcontractor to whom a portion of the Goods will be subcontracted at any stage of the bidding process or during contract implementation If the Bidder opts to disclose the name of the subcontractor during bid submission the Bidder shall include the required documents as part of the technical component of its bid 2 Contents of Bidding Documents Pre Bid Conference 9 1 9 2 9 3 a If so specified in BDS a pre bid conference shall be held at venue and on the date indicated therein to clarify and address the Bidders questions on the technical and financial components of this Project b The pre bid conference shall be held at least twelve 12 calendar days before the deadline for the submission and receipt of bids If the Procuring Entity determines that by reason of the method nature or complexity of the contract to be bid or when international participation will be more advantageous to the GOP a longer period for the preparation of bids is necessary the pre bid conference shall be held at least thirty 30 calendar days before the deadline for the submission and receipt of bids as specified in the BDS Bidders are encouraged to attend the p

Download Pdf Manuals

image

Related Search

Related Contents

各都道府県知事 殿  User Manual Exélia Art Custom Products  DeLOCK SATA HDD Cable  Netgear ProSAFE WN203  hydroguard hg-602 - Blue I Water Technologies  notas técnicas: reinicializar la unidad de control  取扱説明書(補足説明) スピークス SP-NA540/SP  Page 4  AM User manual  confestetica documento  

Copyright © All rights reserved.
Failed to retrieve file