Post on 07-Feb-2020
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 1 of 22
SPECIAL BIDS AND AWARDS COMMITTEE
FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)
Supplemental Bid Bulletin No. 3
SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT
EQUIPMENT FOR REGIONAL GOVNET PHASE 2
Bid Reference No. BAC4IGOV-2017-08-012
After considering the queries, clarifications, recommendations and suggestions, the
BAC4IGOV hereby decides to include, revise, amend, delete and/or adapt the following
provisions:
Item
No. Query BAC4IGOV Response
1
Upon careful examination of the required Bill of Materials (BOM) of the following
items listed below, we would like to further clarify on the total number of quantity because we found out that there
are discrepancies on the TOR against the actual requirements.
The actual computation is the correct
number of quantity per item. Please see
attached Revised Detailed Financial
Breakdown attached in this
Supplemental Bid Bulletin.
ITEM
QUANTITY ON TERMS
OF REFERENCE
(TOR)
ACTUAL
COMPUTATION
Hot Swappable
redundant AC power supply
103 104
1000BASE-LX SFP, MMF 220 &
550 meters, SMF 10km, LC
connector, Industrial Temp
1238 1248
10 Gigabit Ethernet SFP+
module, 1310nm, SMF 10km link, LC
connector
206 208
LC/UPC – LC/UPC SM DX 2.0 mm LSZH
Patchcord L=3m
2292 2304
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 2 of 22
2
Regarding Vendor Certification Training, since it was discussed during the prebid that we will do away with Training
Vouchers may we request DICT to already provide the names and training date for the training to be arranged
within the duration of the contract.
Yes, we will provide the names and the
dates during the duration of the
contract.
3
Regarding Knowledge Transfer, may we request DICT to already provide the names and training date for the training
to be arranged within the duration of the contract.
Yes, we will provide the names and
dates during the duration of the
contract
4 Regarding Media Converter Warranty, will DICT also require Next Business Day
Advance Hardware Replacement?
Yes, we require the next business day
advance hardware replacement for both
switches and media converters.
5 Will DICT require an employed Certified Technical Engineer from the bidder for the product being offered?
Yes.
6
Will DICT require any minimum number
of years for the bidder as an Authorized Reseller of the proposed product to guarantee the expertise and capability to
support the product being offered?
No.
7 Regarding Duration of the Contract, may we request to extend it to 120 calendar days due to the Scope of the Project.
As instructed we can only extend the
duration of the contract up to 90 days
including the training.
8
Regarding Payment Terms, may we know if DICT will require Technical Engineer
during the Delivery On site to facilitate Inspection, Power-up, testing and final
acceptance of the project.
No, we do not require a technical
engineer but it would be better if you
could provide one.
9
Regarding Payment Terms, may we know if the payment will not fall under Accounts Payable if the completion of the
project rolls over the next calendar year?
No
10
a.1. Eligibility Documents iii. Statement of Completed Single Largest Contract from January 2012 up to the day before the
deadline for the submission bids of similar in nature equivalent to at least fifty
percent (50%) of the ABC. Annex I-A Requests/Clarification: Single Largest
Completed Contract at least 50% of the ABC –A prospective bidder can submit two (2) completed contracts and the
aggregated contract amounts should be equivalent to 50% of the ABC. The
largest of this similar contracts must be
Statement of Completed Single Largest
Contract from January 2012 up to the
day before submission bids of similar in
nature equivalent to at least fifty
percent (50%) of the ABC OR at least
two (2) contracts of similar nature, the
aggregate amount of which should be
equivalent to at least fifty (50%) of the
ABC, the largest of these contracts must
be equivalent to at least twenty five
(25%) of the ABC will be accepted.
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 3 of 22
equivalent to 25% of the ABC. Example : Contract1 : 48.8M – Supply and Delivery Internet Security Appliance
=>40,750,000 (25% of the ABC Contract2 : 43.9M – Various IT Equipments Total Contract Amount :
92.7M => 81.5M (50% of the ABC)
Note: the above contracts was awarded by two(2) different client/company
11
The technical specifications was derived from “Extreme Networks Summit x460-
G224x-10GE4 Switch”. Other brands has a hard time to comply if
you stick to all the specifications stated in the TOR. Other brands has its own
features and standards. Can you make it generic or modify it by writing “or its equivalent from other brand”
We can write “or its equivalent from
other brand” but we cannot lower or
delete some of the specifications since
we also have our requirements in our
network.
12
1.5 Layer 2 Features
Particulars: 1.5.1 to 1.5.26 1.5.1. Minimum MAC Address: 96,000 1.5.2. Jumbo Frames: 9,216 Bytes
Number of VLANs: 4.096 1.5.19. Number of VSTP instances
supported: 253 1.5.20 IEEE 802.1w: Rapid Spanning Tree Protocol (TSTP)
1.5.21 RSTP and VSTP running concurrently
Request/Clarification: Its equivalent to other brand since the core switches will
be installed to DICT’s regional offices, may we request the TWG or enduser to consider our request to lower down the
minimum specifications as follows: 1.5.1. Minimum MAC Address: 32,000
1.5.2. Jumbo Frames: 9,198 Bytes Number of VLANs: 4.000 VLANs Be modified as follows:
1.5.19. Number of VSTP instances supported: 253 – or its equivalent
protocol 1.5.20 IEEE 802.1w: Rapid Spanning Tree Protocol (TSTP) – be modified to (RSTP)
1.5.21 RSTP and VSTP running concurrently – or its equivalent protocol
Please note of the following changes in
the specifications:
1.5.1. Minimum MAC Address: 32,000 1.5.2. Minimum Jumbo Frames: 9,000
Bytes 1.5.3. Minimum Number of VLANs:
4,000 1.5.19.Number of VSTP instances supported : 253 – or its equivalent
protocol 1.5.20 IEEE 802.1w: Rapid Spanning Tree Protocol (RSTP)
1.5.21 RSTP and VSTP running concurrently – or its equivalent
protocol
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 4 of 22
12
1.6 Layer 3 Features Particulars: 1.6.1 to 1.6.3
Request/Clarification: Its equivalent to other brand
We believe that OSPF, ISIS and BGP are
all standard routing protocols
13
1.7 Additional Feature /Standards Particulars: 1.7.1 to 1.7.21
Request/Clarification: Its equivalent to other brand
This is a standard.
14
1.9 Training
Particulars: 1.9.1 Twenty (20) Vendor Certification Training. The winning bidder
shall provide Training vouchers to DICT to facilitate payment for training component
Request/Clarification: Course Outline discussed was:
Topics: Switching and Routing (CCNA) Venue: DICT Office
Duration: 30 days after full delivery of equipment to regional offices
Topics: Basic Switching and Routing for the transfer of knowledge
Venue: DICT Office Duration: 30days (included in the 90-day duration of the contract)
15
1.10 Delivery Particulars: 1.10.1 On-site delivery at
DICT Regional Offices Request/Clarification:
1. Kindly provide the complete addresses of the following regional offices:
DICT - Batangas DICT – Cagayan de Oro DICT – Davao
DICT – Baguio DICT – Zamboanga
DICT – Cebu DICT – Cotabato DICT – Diliman
Complete address of the following
delivery sites: 1. DICT Batangas - Telecom Rd, Brgy.
Kumintang Ibaba, Batangas, 4200 Batangas
2. DICT Cagayan de Oro - DICT-Field
Operations Office, Mindanao Cluster 2, NTP 1-3 Bldg., Villarin Street,
Brgy. Carmen, Cagayan de Oro City, 9000
3. DICT Davao - DICT, F. Torres
Street, Davao City 4. DICT Baguio - Field Operations
Office – Luzon Cluster 1Polo Field,
Pacdal, Baguio City 5. DICT Zamboanga - DICT building,
Corcuerra Extension, Port Area, Zamboanga City
6. DICT Cebu - DICT Field Operations
Office, Visayas Cluster 2Pigafetta Street, Cebu City
7. DICT Cotabato - 6th/7th Don E. Sero Street, RH5 Cotabato City
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 5 of 22
2. May I suggest that delivery, inspection and initial testing of all equipments will be conducted at DICT Head Office before we
schedule the delivery to regional offices.
8. DICT Diliman - C.P. Garcia Ave, Diliman, Quezon City, 1101 Metro Manila
The inspection and testing of the equipment shall be conducted at the
regional offices.
Original Provision Amended Provision
Section I. Invitation to Bid
3. Delivery Place and Delivery Period: 3. Delivery Place and Delivery Period:
Delivery Place Delivery Period Delivery Place Delivery Period
a. DICT Batangas
b. DICT Cagayan de Oro
c. DICT Davao d. DICT Baguio e. DICT
Zamboanga f. DICT Cebu
g. DICT Cotabato h. DICT Diliman
Within sixty (60)
calendar days from
receipt of Notice to
Proceed
a. DICT Batangas
b. DICT Cagayan de Oro
c. DICT Davao d. DICT Baguio e. DICT
Zamboanga f. DICT Cebu
g. DICT Cotabato h. DICT Diliman
Within ninety (90)
calendar days
from receipt of
Notice to Proceed
4. A prospective Bidder should have completed within the last five (5) years from the date of submission and receipt of bids at least one (1) single contract of similar nature amounting to at least fifty
percent (50%) of the ABC.
For this project, “similar in nature” shall
mean “ICT Equipment”.
4. A prospective Bidder should have completed within the last five (5) years from the date of submission and receipt of bids at least one (1) single contract of similar nature amounting to
at least fifty percent (50%) of the ABC OR at least two (2) contracts of
similar nature, the aggregate amount of which should be equivalent to at least fifty (50%)
of the ABC, the largest of these contracts must be equivalent to at least twenty five (25%) of the
ABC.
For this project, “similar in nature” shall
mean “ICT Equipment”.
Section III. Bid Data Sheet
5.4 The Bidder must have completed, within
the last five (5) years from the date of
submission and receipt of at least one (1)
single contract of similar nature
amounting to at least fifty percent (50%)
of the ABC.
5.4 The Bidder must have completed,
within the last five (5) years from the
date of submission and receipt of at
least one (1) single contract of similar
nature amounting to at least fifty
percent (50%) of the ABC OR
Statement of at least two (2)
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 6 of 22
Original Provision Amended Provision
For this purpose, similar contracts shall
mean “ICT Equipment”.
contracts of similar nature, the
aggregate amount of which should
be equivalent to at least fifty
(50%) of the ABC, the largest of
these contracts must be
equivalent to at least twenty five
(25%) of the ABC.
For this purpose, similar contracts shall mean “ICT Equipment”.
12(a)(iii) Statement of Completed Single Largest Contract from January
2012 up to the day before the deadline for the submission bids of
similar in nature equivalent to at least fifty percent (50%) of the ABC (Annex I-A).
Any of the following documents
must be submitted corresponding
to listed contracts per submitted
Annex I-A:
Copy of End user’s
acceptance; Official receipt/s; or
Sales Invoice
12(a)(iii) Statement of Completed Single Largest Contract from January
2012 up to the day before the deadline for the submission bids
of similar in nature equivalent to at least fifty percent (50%) of the ABC OR at least two (2)
contracts of similar nature, the aggregate amount of which should be equivalent
to at least fifty (50%) of the ABC, the largest of these
contracts must be equivalent to at least twenty five (25%) of the ABC. (Annex I-A).
Any of the following documents
must be submitted
corresponding to listed contracts
per submitted Annex I-A:
Copy of End user’s
acceptance; Official receipt/s; or
Sales Invoice
12(b)(x) Valid and current ISO 9001 Quality
Management System Certificate issued to the manufacturer be an Independent Certifying body;
12(b)(x) Valid and current ISO 9001 Quality
Management System Certificate issued to the manufacturer of the product being offered by
an Independent Certifying body;
Section VI. Schedule of Requirements
Description Qty
Delivered,
Weeks/Mon
ths
Description Qty
Delivered,
Weeks/Mo
nths
SUPPLY, DELIVERY,
TESTING AND
COMMISSIONING OF
VARIOUS ICT
1 Lot
Within Sixty
(60) calendar
days upon
receipt of
SUPPLY, DELIVERY,
TESTING AND
COMMISSIONING OF
VARIOUS ICT
1
Lot
Within
Ninety (90)
calendar
days upon
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 7 of 22
Original Provision Amended Provision
EQUIPMENT FOR
REGIONAL GOVNET
PHASE 2
Notice to
Proceed
EQUIPMENT FOR
REGIONAL GOVNET
PHASE 2
receipt of
Notice to
Proceed
Section VII. Technical Specifications
1.5.1. Minimum MAC Address: 96,000 1.5.1. Minimum MAC Address: 32,000
1.5.2. Jumbo Frames: 9,216 Bytes 1.5.2.Minimum Jumbo Frames: 9,000
Bytes
1.5.3. Number of VLANs: 4096 1.5.3. Minimum Number of VLANs: 4,000
1.5.19. Number of VSTP instances supported:
253
1.5.19.Number of VSTP instances supported: 253 – or its
equivalent protocol
1.5.20. IEEE 802.1w: Rapid Spanning Tree Protocol (TSTP)
1.5.20. IEEE 802.1w: Rapid Spanning Tree Protocol (RSTP)
1.9.1 Twenty (20) Vendor Certification Training. The winning bidder shall
provide Training Vouchers to DICT to facilitate payment for training
1.9.1 Twenty (20) Vendor Certification
Training.
1.9.2 Classroom-type Transfer of Knowledge
which include basic operation and configuration of the equipment, good for forty (40) DICT Staff. The winning
bidder shall provide the venue and other logistics.
1.9.2 Classroom-type Transfer of Knowledge which include basic
operation and configuration (switching and routing) of the equipment, good for forty (40) DICT
Staff. The winning bidder shall provide the venue and other logistics.
No original provision. 2.2.9. Single Mode LC to LC 10km
No original provision. 2.2.10. Power Requirement: AC Power
No original provision. 2.2.11. Equipment to be used indoor
E. DURATION OF THE CONTRACT
Upon receipt of the Notice to Proceed, the winning bidder shall provide the Supply and Delivery of various ICT Equipment. The
duration of the contract is sixty (60) days
III. DURATION OF THE CONTRACT
Upon receipt of the Notice to Proceed, the winning bidder shall provide the Supply and Delivery of various ICT Equipment within
sixty (60) calendar days. The training shall be conducted within thirty (30)
calendar days of the supply and delivery of the ICT Equipment. The duration of the contract is ninety (90)
days.
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 8 of 22
Original Provision Amended Provision
F. PAYMENT TERMS
For the Supply, Delivery, Testing and Commissioning of various ICT Equipment for Regional GovNet Phase 2 payment will be
paid upon complete delivery per site (based on the table below), including inspection,
power up, testing and final acceptance of the equipment by the DICT Acceptance Team.
IV. PAYMENT TERMS
For the Supply, Delivery, Testing and Commissioning of various ICT Equipment for Regional GovNet Phase 2, payment
can be made upon 100% delivery of all equipment per site.
Delivery Place Percentage of Progress Payment
DICT Batangas 5% of contract price
DICT Cagayan de Oro 10% of contract price
DICT Davao 27% of contract price
DICT Baguio 6% of contract price
DICT Zamboanga 11% of contract price
DICT Cebu 12% of contract price
DICT Cotabato 12% of contract price
DICT Diliman 17% of contract price
All terms, conditions and instructions to bidders specified in the Bidding Documents
inconsistent with this Bid Bulletin are hereby superseded and modified accordingly.
Please use the following forms attached in this Supplemental Bid Bulletin:
Revised Statement of Completed Single Largest Contract from January 2012 up to the day before the deadline for the submission bids of similar in nature equivalent to
at least fifty percent (50%) of the ABC or Statement of at least two (2) contracts of similar nature, the aggregate amount of which should be equivalent to at least fifty
(50%) of the ABC, the largest of these contracts must be equivalent to at least twenty five (25%) of the ABC (Annex I-A) as of 7 September 2017
Revised Schedule of Requirements as of 7 September 2017
Revised Technical Specifications as of 7 September 2017
Revised Detailed Financial Breakdown as of 7 September 2017
For information and guidance of all concerned.
Issued this 7th day of September 2017.
(Original Signed)
ALLAN S. CABANLONG
Chairperson, BAC4IGOV
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 9 of 22
Revised Annex I-A as of 7 September 2017
SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT
EQUIPMENT FOR REGIONAL GOVNET PHASE 2
BAC4IGOV-2017-08-012
STATEMENT OF SINGLE (1) LARGEST COMPLETED CONTRACT OF SIMILAR
NATURE WITHIN THE LAST FIVE (5) YEARS FROM DATE OF SUBMISSION AND
RECEIPT OF BIDS AMOUNTING TO AT LEAST FIFTY PERCENT (50%) OF THE
APPROVED BUDGET OF THE CONTRACT (ABC)
OR
STATEMENT OF AT LEAST TWO (2) CONTRACTS OF SIMILAR NATURE, THE
AGGREGATE AMOUNT OF WHICH SHOULD BE EQUIVALENT TO AT LEAST FIFTY
(50%) OF THE ABC, THE LARGEST OF THESE CONTRACTS MUST BE EQUIVALENT
TO AT LEAST TWENTY FIVE (25%) OF THE ABC.
Name of
Client
Name of
Contract
Date of
the
Contract
Kinds
of
Goods
Value of
Contracts
Date of
Completion
Official Receipt No. & Date
OR
End User’s Acceptance Date
CERTIFIED CORRECT:
________________________________________
Name & Signature of Authorized Representative
_______________________________________
Position
_______________________________________
Date
Instructions:
1. Cut Off Date as of: (i) Up to the day before the deadline of submission of bids. 2. In the column under “Dates”, indicate the dates of Delivery/End-User’s Acceptance and Official Receipt No.
3. Name of Contract column, indicates the Nature/Scope of the Contract for the DICT to determine the relevance of the entry with the Procurement at hand.
4. Any of the following documents must be submitted corresponding to listed contracts per submitted Annex
I-A: Copy of End user’s acceptance; Official receipt/s; or
Sales Invoice
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 10 of 22
SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT EQUIPMENT FOR REGIONAL GOVNET PHASE 2
BAC4IGOV-2017-08-012
Revised Schedule of Requirements as of 7 September 2017
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which
is the date of delivery to the project site
Description Qty Delivered, Weeks/Months
SUPPLY, DELIVERY, TESTING AND
COMMISSIONING OF VARIOUS ICT
EQUIPMENT FOR REGIONAL GOVNET
PHASE 2
1 Lot
Within Ninety (90) calendar
days upon receipt of Notice to
Proceed
The Distribution of equipment are as follows:
Delivery Place Equipment (Number of Units)
Core Switches Media Converter
DICT Batangas 2 32 DICT Cagayan de Oro 9 77
DICT Davao 11 208 DICT Baguio 3 48
DICT Zamboanga 6 82 DICT Cebu 8 85
DICT Cotabato 4 90 DICT Diliman 9 122
I hereby commit to comply and deliver all the above requirements in accordance
with the above-stated schedule.
Name of Company
Signature Over Printed Name
Of Authorized Representative
Date
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 11 of 22
SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT EQUIPMENT FOR REGIONAL GOVNET PHASE 2
BAC4IGOV-2017-08-012
REVISED TECHNICAL SPECIFICATIONS
AS OF 7 SEPTEMBER 2017 Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each
Specification stating the corresponding performance parameter of the equipment offered. Statements of
“Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that
evidence. Evidence shall be in the form of manufacturer’s un-amended sales literature, unconditional
statements of specification and compliance issued by the manufacturer, samples, independent test data
etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be
contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A
statement either in the Bidders statement of compliance or the supporting evidence that is found to be
false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as
fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause
3.1.(a)(ii) and/or GCC Clause 2.1(a)(ii).
ITEM MINIMUM SPECIFICATIONS STATEMENT OF
COMPLIANCE
I. Background of the Project
A. Overview
The project aims to provide a high-speed connectivity network
thru Fiber Optic Cable (FOC) with connection up to Gigabit (1000
Mbps) inter-agency connection that could improve coordination
and delivery of public service. The equipment below will deliver
the speed required for the inter-agency FOC connection and the
services it will offer.
B. Brief Description
The Project includes Supply, Delivery, Testing and Commissioning of various ICT Equipment for Regional GovNet Phase 2.
II. MINIMUM SPECIFICATIONS
1. Core Switches
1.1. Quantity: 52 units
1.2. Hardware Summary
1.2.1. Must include rack-mounting kit
1.2.2. Size: 1 Rack-unit
1.2.3. Ports:
1.2.3.1. Four (4) 10GE SFP+
1.2.3.2. Twenty-Four (24) 1GE SFP with 10KM single
mode transceiver module (SFP) LC
1.2.3.3. Four (4) 1 GE RJ45
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 12 of 22
1.2.4. Four (4) 10 Ge with 10KM single mode transceiver
module (SFP+) LC
1.2.5. Thirty (30) 3 meters single mode LC-LC Patch Cord
1.3. Performance
1.3.1. Minimum Throughput in Packets per seconds (PPS):
220million
1.3.2. Minimum Throughput in bps: 296 Gbps
1.3.3. Qos Per Port
1.4. Management
1.4.1. The switch shall support Telnet Server, Telnet Client,
SSH Server and SSH client.
1.4.2. The switch shall support SNMPv2c, and SNMPv3
1.4.3. The switch shall be able to send log messages to a
syslog server
1.5. Layer 2 Features
1.5.1. Minimum MAC Address: 32,000
1.5.2. Minimum Jumbo Frames: 9,000 Bytes
1.5.3. Minimum Number of VLANs: 4,000
1.5.4. Port-Based VLAN
1.5.5. Mac-Based VLAN
1.5.6. Voice VLAN
1.5.7. Range of Possible VLAN Ids: 1-4095
1.5.8. Compatible with Per-VLAN Spanning Tree Plus
(PVST+)
1.5.9. IEEE 802.1AB: Link Layer Discovery Protocol (LLDP)
1.5.10. LLDP-MED with VoIP integration
1.5.11. IEEE 802.1D: Spanning Tree Protocol
1.5.12. IEEE 802.1p: CoS prioritization
1.5.13. IEEE 802.1Q:VLAN tagging
1.5.14. IEEE 802.1s: Multiple Spanning Tree Protocol
(MSTP)
1.5.15. IEEE 802.1Q-in-Q: VLAN stacking
1.5.16. IEEE 802.1ak Multiple VLAN Registration Protocol
(MVRP)
1.5.17. Persistent MAC (Sticky MAC)
1.5.18. Number of MST instances supported: 64
1.5.19. Number of VSTP instances supported: 253 – or its
equivalent protocol
1.5.20. IEEE 802.1w: Rapid Spanning Tree Protocol (RSTP)
1.5.21. RSTP and VSTP running concurrently
1.5.22. IEEE 802.1X: Ports access control
1.5.23. IEEE 802.3: 10BASE-T
1.5.24. IEEE 802.3u: 100BASED-T
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 13 of 22
1.5.25. IEEE 802.3ab: 1000BASE-T
1.5.26. IEEE 802.3z: 1000BASE-X
1.6. Layer 3 Features:
1.6.1 IPv4 and IPv6 Addressing
1.6.2. IPV4 routing: OSPF, ISIS and BGP
1.6.3. IPv6 routing: OSPFv3, ISIS and BGP
1.7. Additional Features/Standards:
1.7.1. Switch should support 802.1D MAC Bridging
1.7.2. Switch should support 802.1Q Virtual LANs
1.7.3. Switch should support 802.1ad Provider Bridge
1.7.4. Switch should support ITU G.8032v2 Ethernet Ring
Protection
1.7.5. Switch should support Network Time Protocol (NTP)
1.7.6. Switch should support RFC 791, Ipv4
1.7.7. Switch should support RFC2328 Open Shortest Path
First (OSPF) v2
1.7.8. Switch should support 802.1ag Connectivity Fault
Management
1.7.9. Switch should provide OSPF-edge, PIM-SM-edge, PIM-
SSM and static multicast routing.
1.7.10. Switch must provide PIM-DM, MBGP, MSDP and
PIMv6
1.7.11. Switch must provide MPLS, H-VPLS and MPLS L3 VPN
1.7.12. Switch should provide VRRP and VRRPv3. Virtual
Redundancy Protocol (VRRP) enables a group of
routers to function as a single default gateway to
provide redundancy for users.
1.7.13. Switch should support ITU-T y.1731 Performance
OAM
1.7.14. Switch should 802.3ah Link OAM
1.7.15. Switch should support RFC2865, RFC2866, RADIUS:
Remote Authentication Dial In User Service
1.7.16. Support Stacking with multi model / Series of the
same Brand
1.7.17. Should be compatible with the existing switches of
GovNet (Extreme Networks Summit X460-G2-24x-
10GE4)
1.7.18. Should provide Open Flow 1.0
1.7.19. Should support 802.1 Audio Video Bridging standards
1.8 Power Supply:
1.8.1. Hot Swappable redundant power supply,
1.8.2. AC Power
1.8.3. Two (2) Power Cord, 10A, NEMA 5-15P, IEC320-C13
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 14 of 22
1.9 Training
1.9.1 Twenty (20) Vendor Certification Training.
1.9.2 Classroom-type Transfer of Knowledge which include
basic operation and configuration (switching and
routing) of the equipment, good for forty (40) DICT
Staff. The winning bidder shall provide the venue and
other logistics.
1.10 Delivery
1.10.1 On-Site Delivery at DICT Regional Offices listed
below:
1.10.1.1 Core Switches
Delivery Place No. of Units
DICT Batangas 2
DICT Cagayan de Oro 9
DICT Davao 11
DICT Baguio 3
DICT Zamboanga 6
DICT Cebu 8
DICT Cotabato 4
DICT Diliman 9
*Note: Each core switch includes the following:
a. Hot Swappable redundant power supply
b. Twenty-four (24) 1GE SFP 10KM single mode transceiver
module (SFP) LC
c. Four (4) 10GE SFP 10KM single mode transceiver module
(SFP+) LC
d. Thirty (30) 3 meters single mode LC-LC Patch Cord
1.11 Support
1.11.1. On-Site Support at DICT Regional Offices
1.12 Warranty
1.12.1. Provides three (3) years warranty on parts and labor
including Next Business Day Advance Hardware
Replacement.
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 15 of 22
2. Gigabit Fiber to Copper Media Converters (MC) with
Transceivers and Fiber Patch Cords.
2.1. Quantity: 744 units
2.2. Summary per set
2.2.1. Tabletop media converter with fiber SFP
2.2.2. Converts copper GigE to SFP for SM or MM fiber
2.2.3. Fanless design
2.2.4. Auto MDI/MDIX copper port
2.2.5. Transparent Jumbo of VLAN tagged packets
2.2.6. Must include 10KM SFP Transceiver if base MC does not
include one
2.2.7. Must include 3 meters single-mode duplex LC to LC
patch cord for MC
2.2.8. Number of port: at least one copper port and 1 SFP
Port
2.2.9. Single Mode LC to LC 10km
2.2.10. Power Requirement: AC Power
2.2.11. Equipment to be used indoor
2.2.12. Warranty: Manufacturer one (1) year for parts and
labor including hardware replacement.
2.3. Delivery
Delivery Place No. of Units
DICT Batangas 32
DICT Cagayan de Oro 77
DICT Davao 208
DICT Baguio 48
DICT Zamboanga 82
DICT Cebu 85
DICT Cotabato 90
DICT Diliman 122
III. DURATION OF THE CONTRACT
Upon receipt of the Notice to Proceed, the winning bidder shall
provide the Supply and Delivery of various ICT Equipment within
sixty (60) calendar days. The training shall be conducted within
thirty (30) calendar days of the supply and delivery of the ICT
Equipment. The duration of the contract is ninety (90) days.
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 16 of 22
IV PAYMENT TERMS
For the Supply, Delivery, Testing and Commissioning of various ICT
Equipment for Regional GovNet Phase 2, payment can be made
upon 100% delivery of all equipment per site.
Name of Company
Signature Over Printed Name
Of Authorized Representative
Date
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 17 of 22
Revised Annex X as of 7 September 2017
PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER.
DEPARTMENT OF INFORMATION AND COMMUNICATIONS TECHNOLOGY
DETAILED FINANCIAL BREAKDOWN
(QUOTED PRICE MUST BE INCLUSIVE OF VAT AND DELIVERED DUTIES PAID)
SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF VARIOUS ICT EQUIPMENT FOR
REGIONAL GOVNET PHASE 2
BAC4IGOV-2017-08-012
INSTRUCTION: -The Sum of the Detailed Financial Breakdown must be equal to the Financial Bid per Annex IX.
-Do not leave any blanks. Indicate “0” if the item is being offered for free.
ITEM Qty Unit Cost Total Cost per Item
Core Switch - 24 ports
100/1000BASE-X unpop'd SFP, 4
10/100/1000BASE-T (4 ports
shared), 4 1000/10GBaseX unpop'd
SFP+ ports, with license/s
52
Three (3) years Warranty with Next
Business Day Advance Hardware Replacement
3 years
Hot Swappable redundant AC power
supply
104
1000BASE-LX SFP, MMF 220 & 550
meters, SMF 10km, LC connector,
Industrial Temp
1,248
10 Gigabit Ethernet SFP+ module,
1310nm, SMF 10km link, LC
connector
208
20 Certification Training and 40
Transfer of knowledge
60
Media Converter 744 Media Converter SFP, SMF,
1000Mbps, 10 km, 1310 nm, LC
744
LC/UPC – LC/UPC SM DX 2.0 mm
LSZH Patchcord L=3m
2,304
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 18 of 22
ITEM Qty Unit Cost Total Cost per Item
Logistics
DICT Batangas 1 DICT Cagayan de Oro 1 DICT Davao 1 DICT Baguio 1 DICT Zamboanga 1 DICT Cebu 1 DICT Cotabato 1 DICT Diliman 1
TOTAL
TOTAL BID PRICE (Amount in Words):
_____________________________________________________________________
_____________________________________________________________________
BIDDER’S UNDERTAKING
I/We, the undersigned bidder, having examined the bidding documents including Bid Bulletins, as
applicable hereby OFFER to (supply/deliver/perform) the above described items.
I/We undertake, if our bid is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) calendar days from receipt of the Notice of Award.
Until a formal contract/order confirmation is prepared and signed, this Bid is binding on us.
___________________________________ Name of Company (in print)
___________________________________ Signature of Company Authorized Representative
___________________________________ Name and Designation (in print)
___________________________________ Date
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 19 of 22
BAC4IGOV
REVISED CHECKLIST OF REQUIREMENTS FOR BIDDERS
AS OF 7 SEPTEMBER 2017
Name of Company _______________
Name of Project SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF
VARIOUS ICT EQUIPMENT FOR REGIONAL GOVNET
PHASE 2
Bid Reference No. BAC4IGOV-2017-08-012
ABC ₱163,000,000.00
Ref.
No. Particulars
ENVELOPE 1: ELIGIBILITY AND TECHNICAL DOCUMENTS
ELIGIBILITY DOCUMENTS
CLASS “A” DOCUMENTS
12.1 (a.1.) ELIGIBILITY DOCUMENTS
i. PhilGEPS Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR, except for foreign bidders participating in the procurement by a
Philippine Foreign Service Office or Post, which shall submit their eligibility documents under Section 23.1 of the IRR, provided, that the winning bidder shall register with the PhilGEPS in accordance with section 37.1.4 of the IRR.
ii. Statement of all its ongoing government and private contracts, including
contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid (Annex I)
iii. Revised Statement of Completed Single Largest Contract from January 2012 up to the day before the deadline for the submission bids of similar in nature equivalent to at least fifty percent (50%) of the ABC OR Statement of at least
two (2) contracts of similar nature, the aggregate amount of which should be equivalent to at least fifty (50%) of the ABC, the largest of
these contracts must be equivalent to at least twenty five (25%) of the ABC as of 7 September 2017. (Annex I-A)
Any of the following documents must be submitted corresponding to listed
contracts per submitted Annex I-A: Copy of End user’s acceptance;
Official receipt/s; or Sales Invoice
iv. Duly signed Net Financial Contracting Capacity Computation (NFCC)* per Annex II, in accordance with ITB Clause 5.5 or a committed Line of Credit from a
universal or commercial bank *NFCC = [(Current Assets minus Current Liabilities) (15)] minus the value of all
outstanding or uncompleted portions of the projects under ongoing contracts,
including awarded contracts yet to be started coinciding with the contract to be
bid.
Notes:
a) The values of the bidder’s current assets and current liabilities shall be based on the data submitted to BIR through its Electronic Filing and Payment System.
b) Value of all outstanding or uncompleted contracts refers those listed in Annex-I.
c) The detailed computation using the required formula must be shown as
provided above. d) The NFCC computation must at least be equal to the total ABC of the project.
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 20 of 22
CLASS “B” DOCUMENTS (FOR JOINT VENTURE)
For Joint Ventures, Bidder to submit either: 1. Copy of the JOINT VENTURE AGREEMENT (JVA) in case the joint venture is
already in existence, or
2. Copy of Protocol / Undertaking of Agreement to Enter into Joint Venture signed by all the potential join venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is
successful. (Annex III) The JVA or the Protocol/Undertaking of Agreement to Enter into Joint
Venture (Annex III) must include/specify the company/partner and
the name of the office designated as authorized representative of the
Joint Venture.
For Joint Venture, the following documents must likewise be
submitted by each partner:
PhilGEPS Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR, except for foreign bidders participating in the
procurement by a Philippine Foreign Service Office or Post, which shall submit their eligibility documents under Section 23.1 of the IRR, provided,
that the winning bidder shall register with the PhilGEPS in accordance with section 37.1.4 of the IRR.
For item (ii) to (iv) of the required eligibility documents, submission by
any of the Joint Venture partner constitutes compliance.
TECHNICAL DOCUMENTS
12.1
(b)(i)
Bid security shall be issued in favor of the DEPARTMENT OF INFORMATION AND
COMMUNICATIONS TECHNOLOGY (DICT) valid at least one hundred twenty
(120) days after date of bid opening in any of the following forms:
a) BID SECURING DECLARATION per Annex IV; or b) Cashier’s / Manager’s Check equivalent to at least 2% of ABC issued by an
Universal or Commercial Bank. c) Bank Draft / Guarantee or Irrevocable Letter of Credit issued by a Universal or
Commercial Bank equivalent to at least 2% of the ABC: Provided, however,
that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank
d) Surety Bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security equivalent to at least 5% of the ABC
Description SUPPLY, DELIVERY, TESTING
AND COMMISSIONING OF
VARIOUS ICT EQUIPMENT
FOR REGIONAL GOVNET
PHASE 2 Qty 1 lot
Total ABC (PhP)
(VAT Inclusive) 163,000,000.00
BID
SECURITY
Cashier’s / Manager’s Check equivalent to
at least 2% of the ABC (PhP)
3,260,000.00 Bank Draft / Guarantee or Irrevocable
Letter of Credit equivalent to at least 2 %
of the ABC (PhP)
Surety Bond equivalent to at least 5% of
the ABC (PhP) 8,150,000.00
Bid Securing Declaration No required percentage
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 21 of 22
12.1
(b)(ii)
Proof of Authority of the Bidder’s authorized representative/s:
a) FOR SOLE PROPRIETORSHIP (IF OWNER OPTS TO APPOINT A REPRESENTATIVE): Duly notarized Special Power of Attorney
b) FOR CORPORATIONS, COOPERATIVE OR THE MEMBERS OF THE JOINT
VENTURE: Duly notarized Secretary’s Certificate evidencing the authority of the designated
representative/s.
c) IN THE CASE OF UNINCORPORATED JOINT VENTURE: Each member shall
submit a separate Special Power of Attorney and/or Secretary’s Certificate evidencing the authority of the designated representative/s.
12.1
(b)(iii)
Omnibus Sworn Statements using the form prescribed. (Annex V)
a) Authority of the designated representative
b) Non-inclusion of blacklist or under suspension status
c) Authenticity of Submitted Documents
d) Authority to validate Submitted Documents
e) Disclosure of Relations
f) Compliance with existing labor laws and standards
g) Bidder’s Responsibility
h) Did not pay any form of consideration
i) Company Official Contact Reference
12.1
(b)(iv) Company Profile (Annex VI). Company printed brochure may be included
12.1
(b)(v) Vicinity / Location of Bidder’s principal place of business
12.1
(b)(vi)
Certificate of Performance Evaluation (Annex VII) showing a rating at least
Satisfactory issued by the Bidder’s Single Largest Completed Contract Client stated in
the submitted Annex I-A;
12.1
(b)(vii) Completed and signed Technical Bid Form (Annex VIII)
12.1
(b)(viii)
Brochure (original or internet download) / Technical Data Sheet or equivalent
document
12.1
(b)(ix)
Valid and Current Certificate of Distributorship / Dealership/ Resellership of the
following product being offered, issued by the principal or manufacturer of the product
(if Bidder is not the manufacturer). If not issued by manufacturer, must also submit
certification / document linking bidder to the manufacturer
12.1
(b)(x)
Valid and current ISO 9001 Quality Management System Certificate issued to the
manufacturer be an Independent Certifying body;
12.1
(b)(xi)
List of authorized Service Centers/Support Centers in the Philippines (with available
spare parts, indicating address, telephone & fax number/s, e-mail address & contact
person). In the event of closure of business, termination of franchise / service center,
the supplier shall notify the DICT accordingly of the new service centers with telephone
numbers and address who can provide the needed parts, supplies and service
12.1
(b)(xiii)
Compliance with the Revised Schedule of Requirements as of 7 September 2017 as per
Section VI
12.1
(b)
(xiv)
Compliance with the Revised Technical Specifications as of 7 September 2017
as per Section VII
Supplemental Bid Bulletin No. 3
Supply, Delivery, Testing and Commissioning of Various ICT Equipment for Regional Govnet Phase 2
Bid Reference No. BAC4IGOV-2017-08-012
Page 22 of 22
ENVELOPE 2: FINANCIAL DOCUMENTS
13.1
(a)
Completed and signed Financial Bid Form. Bidder must use, accomplish and submit
Financial Bid Form hereto attached Annex IX.
Description Qty ABC P (VAT Inclusive)
Total SUPPLY, DELIVERY, TESTING AND
COMMISSIONING OF VARIOUS ICT EQUIPMENT
FOR REGIONAL GOVNET PHASE 2
1
Lot 163,000,000.00
The ABC is inclusive of VAT. Any proposal with a financial component exceeding the
ABC shall not be accepted. Further, the sum of bid for each item indicated in the
Detailed Financial Breakdown per Annex X must be equal to the signed and
submitted Financial Bid Form per Annex IX.
13.1
(a) Revised Detailed Financial Breakdown as of 7 September 2017 per Annex X
15.4(a)
(i) &
15.4(b)
(ii)
Completed “For Goods Offered from Abroad” and/or “For Goods Offered From
Within the Philippine” Forms per Annex XI-A and Annex XI-B, whichever is
applicable.
13.1
(b)
If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a Certification
from the DTI, SEC or CDA to be enclosed pursuant to the Revised IRR of R.A. 9184.
NOTE:
In case of inconsistency between the Checklist of Requirements for Bidders
and the provisions in the Instruction to Bidders/Bid Data Sheet, the
Instruction to Bidders/Bid Data Sheet shall prevail