SPECIAL BIDS AND AWARDS COMMITTEE FOR THE INTEGRATED GOVERNMENT PHILIPPINES PROJECT (BAC4IGOV)
Supplemental Bid Bulletin No. 5
NATIONAL GOVERNMENT DATA CENTER 1 (NGDC1) REHABILITATION PROJECT
Bid Reference No. BAC4IGOV-2017-03-002
After considering the queries, clarifications, recommendations and suggestions, the BAC4IGOV hereby decides to include, revise, amend, delete and/or adapt the following provisions:
Original Provision | Amended Provision |
Section I. Invitation to Bid | |
4. Contract shall cover provisions relevant to the physical construction of the facility, workmanship, equipment warranties, support and maintenance services. Workmanship validity shall be for twelve (12) months from date of facility handover and thirty six (36) months for extended warranty, support and maintenance services. | 4. Contract shall cover provisions relevant to the physical construction of the facility, workmanship, equipment warranties, support and maintenance services. Workmanship validity shall be for twelve (12) months from date of issuance of Certificate of Final Acceptance and thirty six (36) months for extended warranty, support and maintenance services. |
5. A prospective Bidder should have completed within the last five (5) years from the date of submission and receipt of bids at least one (1) single contract of similar nature amounting to at least fifty percent (50%) of the ABC.
For this project, “similar in nature” shall mean “Data Center Turnkey Engagement”. |
5. A prospective Bidder should have completed within the last five (5) years from the date of submission and receipt of bids at least one (1) single contract of similar nature amounting to at least fifty percent (50%) of the ABC OR at least two (2) contracts of similar nature, the aggregate amount of which should be equivalent to at least fifty (50%) of the ABC, the largest of these contracts must be equivalent to at least twenty five (25%) of the ABC.
For this project, “similar in nature” shall mean “Data Center Turnkey Engagement”. |
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.
For this purpose, similar contracts shall mean “Data Center Turnkey Engagement”. |
The Bidder must have completed, within the last five (5) years from the date of submission and receipt of at least one (1) single contract of similar nature amounting to at least fifty percent (50%) of the ABC OR at least two (2) contracts of similar nature, the aggregate amount of which should be equivalent to at least fifty (50%) of the ABC, the largest of these contracts must be equivalent to at least twenty five (25%) of the ABC.
For this project, “similar in nature” shall mean “Data Center Turnkey Engagement”. |
Section III. Bid Data Sheet
12. |
|
i. 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); | iii. Statement of Completed Single Largest Contract from January 2012 up to the day before the deadline for the submission bids of similar in nature equivalent to at least fifty percent (50%) of the ABC OR Statement of at least two (2) Completed Contracts of Similar in Nature Within the Last Five (5) Years from the Date of Submission and Receipt of Bids, the Aggregate of which should be Fifty Percent (50%) of the ABC, and the Largest of these Contracts must be Equivalent to at least Twenty Five Percent (25%) of the ABC (Annex I-A); |
Section III. Bid Data Sheet
29.2 |
|
c) Official Receipts (ORs) or Certificate of End User’s Acceptance Statement relative to submitted Annex I-A (Statement of Completed Single Largest Contract of Similar Nature within the last five (5) years from the date of submission and receipt of bids); | c) Official Receipts (ORs) or Certificate of End User’s Acceptance Statement relative to submitted Annex I-A (Statement of Completed Single Largest Contract from January 2012 up to the day before the deadline for the submission bids of similar in nature equivalent to at least fifty percent (50%) of the ABC or Statement of at least two (2) contracts of similar nature, the aggregate amount of which should be equivalent to at least fifty (50%) of the ABC, the largest of these contracts must be equivalent to at least twenty five (25%) of the ABC) |
d) Certificate of Performance Evaluation (Annex IX) showing a rating of at least Very Satisfactory issued by the Bidder’s Single Largest Completed Contract Client stated in the submitted Annex I-A; | d) Certificate of Performance Evaluation (Annex IX) showing a rating of at least Very Satisfactory issued by the Bidder’s client/s stated in the submitted Annex I-A; |
j) Valid and current Y2016 Philippine Contractors Accreditation Board (PCAB) License; | j) Valid and current Y2016 Philippine Contractors Accreditation Board (PCAB) License
Any of the following classifications and categories are acceptable: GENERAL BUILDING: Categories: AA, A, B,
SPECIALTY: Categories: AAA, AA, A, B, C, D |
k) Contractor must have Qualified Personnel with the following PRC Licenses / Certificates on its roster of employees:
l) Architect m) Civil Engineer n) Electrical Engineer o) Mechanical Engineer p) Safety Officer with COSH and BOSH certifications q) Certified Data Center Professional r) Project Management Certification from PMP or PMI Copy of PRC Licenses / Certificates of the employees must be submitted in support thereof. |
k) Contractor must have Qualified Personnel with the following PRC Licenses / Certificates on its roster of employees:
i. Architect ii. Civil Engineer iii. Electrical Engineer iv. Mechanical Engineer v. Safety Officer with COSH and BOSH certifications vi. Certified Data Center Professional vii. Project Management Certification from PMP or PMI viii. Electronics and Communications Engineer ix. Professional Communications Engineer Copy of PRC Licenses / Certificates of the employees must be submitted in support thereof. |
t) The Contractor should have planned, designed, installed and commissioned at least five Data Centers/Disaster Recovery on a complete turnkey projects. Bidder must provide Certifications (on original letter) from previous customers stating the scope of services delivered by the bidder. Each of the projects must be accompanied by Certificate of Satisfactory Completion on original letter; | m) The Contractor should have planned, designed, installed and commissioned at least five Data Centers/Disaster Recovery on a complete turnkey projects within the last five (5) years, regardless of the project size. Bidder must provide Certifications (on original letter) from previous customers stating the scope of services delivered by the bidder. Each of the projects must be accompanied by Certificate of Satisfactory Completion on original letter; |
v) Contractor must have experience in designing and building a highly secured data center facility from external threats i.e. bullet-proof walls/protection for data center perimeter walls. Proof of design and end-user acceptance/approval must be provided; and | o) Contractor must have experience in designing and building a highly secured data center facility, with varying topologies and/or Tier levels. Bidder must provide Proof of Design in the form of any of the following:
i. Copy of the Proposal write up with design narrative well stated and signed/accepted by the end-user; ii. Copies of Shop Drawings or Conceptual Designs with appropriate title blocks showing the end-user company logo; or iii. Certification from the End-user stating that the bidder has completed the design and implementation of its data center with corresponding tier level or topology stated. |
w) Proposal document formatted as sequentially listed below:
i. Design Narrative – contractor must provide a write up of their understanding of the pre-developed designs and their complementing designs (if any) ii. Assumptions (if any) iii. Innovative Technology or Designs to be applied to complement the solution (if any) iv. Scope of Works v. Bill of Quantities – equipment branding must be disclosed vi. Commercial Offer (for Commercial Proposals Only) vii. Testing and Commissioning Scope of Works viii. Project Management/Construction Administration Scope of Works ix. Implementation Schedule/ Work Plan x. Project Team Organization xi. Service Inclusions – i.e. Training services xii. Service Exclusions xiii. Vendor Profile with Project References – must include the following: |
q) Proposal document formatted as sequentially listed below:
i. Design Narrative – contractor must provide a write up of their understanding of the pre-developed designs and their complementing designs (if any) ii. Assumptions (if any) iii. Innovative Technology or Designs to be applied to complement the solution (if any) iv. Scope of Works v. Testing and Commissioning Scope of Works vi. Project Management / Construction Administration Scope of Works vii. Implementation Schedule/ Work Plan viii. Project Team Organization ix. Service Inclusions – i.e. Training services x. Service Exclusions xi. Reference Table of Bid Compliance (Softcopy of the excel sheet shall be provided to the bidders who bought the bidding documents). Bidders must explicitly mention in the Reference Table of Bid Compliance the exact reference page, section and/or item no. with a copy of that page attached in the proposal. Bidders must also submit softcopy of the Table of Bid Compliance along with the reference documents through a flash drive. In case of inconsistency between the submitted hardcopy and that of the softcopy, the hardcopy shall prevail. xii. Vendor Profile with Project References – must include the following: |
Section VII. Technical Specifications | |
3.1.5. Electrical Panel Boards
3.1.5.1. DP-UPS PANEL A & B, 380V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. Incomer : 600A, 3pole, MCCB Metering; CTs and Digital multi-function meter with RS485 port for BMS integration. Outgoing: 500A, 3pole, MCCB – 1No.. 300A, 3pole, MCCB – 4No. 100A, 3pole, MCCB – 1No. , LOADBANK 100A, 3pole, MCCB – 1No. , SPARE 100A, TVSS
3.1.5.2. UPS PANEL A & B, 380V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. Incomer: 3 x 500A, 3pole, MCCB Metering; CTs and Digital multi function meter Outgoing: 500A, 3pole, MCCB – 1No. 250A, 3pole, MCCB – 4No. 100A, 3pole, MCCB – No. 100A, 3pole, MCCB – 1No. , LOADBANK 100A, 3pole, MCCB – 1No. , SPARE 100A, TVSS
3.1.5.3. DP AC PANEL, 380V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. Incomer: 500A, 3pole, MCCB Metering; CTs and Digital multi function meter Outgoing: 250A, 3pole, MCCB – 4No. 60A, 3pole, MCCB – 2No. 100A, 3pole, MCCB – 1No. , SPARE 100A, TVSS
3.1.5.4. PP UPS PANEL A & B, 380V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. Incomer: 250A, 3pole, MCCB Metering; CTs and Digital multi function meter Outgoing: 30A, 3pole, MCCB – 47No. 100A, 3pole, MCCB – 1No. , SPARE.
3.1.5.5. PP UPS A3 380V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. Incomer: 150A, 3pole, MCCB Metering; CTs and Digital multi function meter Outgoing: 30A, 3pole, MCCB – 32No.
3.1.5.6. Transformers 400KVA, Step-up Transformer 220/380V K-rated |
3.1.5. ELECTRICAL PANELBOARD
3.1.5.1. UPS PANEL A & B, 400V, 3PH + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. Incomer : 600A, 3pole, MCCB Metering; CTs and Digital multi function meter Outgoing : 400A, 3pole, MCCB – 5Nos. 100A, TVSS
3.1.5.2. DP-UPS PANEL A & B, 400V, 3PH + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. Incomer : 1 x 400A, 3pole, MCCB 2 x 300A, 3pole, MCCB Metering; CTs and Digital multi function meter Outgoing : 200A, 3pole, MCCB – 2Nos. 300A, 3pole, MCCB – 1No. 400A, 3pole, MCCB – 1No. , LOADBANK 100A, 3pole, MCCB – 2Nos. 100A, TVSS
3.1.5.3. DP AC PANEL, 230V, 3PH + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. Incomer : 800A, 3pole, MCCB Metering; CTs and Digital multi function meter Outgoing : 200A, 3pole, MCCB – 3Nos. 60A, 3pole, MCCB – 2Nos. 100A, 3pole, MCCB – 2Nos. 100A, TVSS
3.1.5.3. PP UPS PANEL A & B, 400V, 3PH + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. Incomer : 200A, 3pole, MCCB Metering; CTs and Digital multi function meter Outgoing : 30A, 1pole, MCCB – 48Nos. 100A TVSS
3.1.5.4. MAIN DISTRIBUTION PANEL 230V, 3PH+ 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. Incomer : 1600A, 3pole, MCCB Metering; CTs and Digital multi function meter Outgoing : 1000A, 3pole, MCCB – 2Nos. 100A, TVSS
3.1.5.5. 400KVA, Step-up Transformer 230/400V K-rated 3.1.5.5.1. 1600AT, ACB, 230V (replacement) |
3.2.1.2. Construction Administration and Management – The contractor must assign a competent Construction Manager (CM) that will oversee the Project Implementation from Day 1 until handover. It is the responsibility of the CM, among others, to ensure all installation works are within the approved designs, implementation is within the approved implementation timeline, effective issue resolution, preside on weekly project progress meeting and multi-vendor management. | 3.2.1.2. Construction Administration and Management – The contractor must assign a competent Construction Manager (CM) that will oversee the Project Implementation from Day 1 until the issuance of Certificate of Final Acceptance. It is the responsibility of the CM, among others, to ensure all installation works are within the approved designs, implementation is within the approved implementation timeline, effective issue resolution, preside on weekly project progress meeting and multi-vendor management. |
3.4. Permitting and Other Government Mandated Clearances
The Contractor shall be responsible in facilitating and ensuring that all essential permits and/or clearances are secured to legitimize the construction works as mandated by Law. Cost of which shall be through the account of the Contractor.
|
3.4. Permitting and Other Government Mandated Clearances
The Contractor shall be responsible in facilitating and ensuring that all essential permits and/or clearances are secured to legitimize the construction works as mandated by Law. Cost of which shall be through the account of the Contractor.
In addition, the bidder shall be responsible in securing all required construction permits as mandated by law, including permits or clearances from the University of the Philippines being the “landlord” owning the property. Should there be required documentation and/or endorsement from DICT, the bidder should inform DICT of the required documentation through an official communication and DICT shall take action accordingly. |
2.5. Duration of the Contract
Contract shall cover provisions relevant to the physical construction of the facility, workmanship, equipment warranties, support and maintenance services. Workmanship validity shall be for 12 months (1 year) from date of facility handover and 36 months (3 years) for extended warranty, support and maintenance services. |
3.5. Duration of the Contract
Contract shall cover provisions relevant to the physical construction of the facility, workmanship, equipment warranties, support and maintenance services. Workmanship validity shall be for 12 months (1 year) from date of issuance of Certificate of Final Acceptance and 36 months (3 years) for extended warranty, support and maintenance services. |
2.6. Warranty and Service Support Requirements
DICT requires extended warranty, support and maintenance services, which shall be valid for 36 months/3 years from the handover date. The contractor must include the following, at a minimum, among other terms and conditions of the warranty and support contract:
2.6.1. Break Fix provision 2.6.2. Minimum of 3-CTR (3 Hours Call-To-Response) 2.6.3. Replacement of Defective Parts 2.6.4. Provision of Service Units (not more than 2 days upon completion of the diagnosis) in cases where the supplied equipment is/are pulled out from the facility 2.6.5. Periodic Preventive Maintenance Services (PMS) compliant with manufacturer’s PMS specifications. |
3.6. Warranty and Service Support Requirements
DICT requires extended warranty, support and maintenance services, which shall be valid for 36 months/3 years from the issuance of Certificate of Final Acceptance. The contractor must include the following, at a minimum, among other terms and conditions of the warranty and support contract:
3.6.1. Break Fix provision 3.6.2. Minimum of 3-CTR (3 Hours Call-To-Response) 3.6.3. Replacement of Defective Parts 3.6.4. Provision of Service Units (not more than 2 days upon completion of the diagnosis) in cases where the supplied equipment is/are pulled out from the facility 3.6.5. Periodic Preventive Maintenance Services (PMS) compliant with manufacturer’s PMS specifications. |
2.7.1. Knowledge Transfer – prior to the handover of the facility, the contractor must conduct a thorough facility walk through for DICT nominated personnel. The intent primarily is to orient these personnel on the completed installations, equipment type, functionality and how it supports the data center facility. The Knowledge Transfer must cover the following, but not limited to: | 3.7.1. Knowledge Transfer – prior to the issuance of Certificate of Final Acceptance, the contractor must conduct a thorough facility walk through for DICT nominated personnel. The intent primarily is to orient these personnel on the completed installations, equipment type, functionality and how it supports the data center facility. The Knowledge Transfer must cover the following, but not limited to: |
2.7.3.1. The initial session must be delivered and conducted prior to facility handover. The initial session should be delivered not more than 30 days upon completion of testing and commissioning. | 3.7.3.1. The initial session must be delivered and conducted prior to issuance of Certificate of Final Acceptance. The initial session should be delivered not more than 30 days upon completion of testing and commissioning. |
2.9. Penalty Clauses
Winning contractor is mandated by DICT to deliver its proposed services within the mutually agreed Work Plan. In the event that the contractor is not able to deliver within the allowable and acceptable period, DICT shall impose a Delay Penalty of 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 This penalty shall be imposed on the basis of the agreed handover date of the completed and commissioned facility. Should the delay/s is/are due to unavoidable circumstances i.e. typhoon, earthquakes or other natural disasters, delays caused by the Project Principals (DICT) and other forms of delays not within the control of the contractor, the contractor must provide a written report detailing the cause of delay, impacted deliverables with reasons thereof and a detailed catch up plan and/or updated work plan. This must then be presented to DICT’s project team for discussion and acceptance. |
3.9. Penalty Clauses
Winning contractor is mandated by DICT to deliver its proposed services within the mutually agreed Work Plan. In the event that the contractor is not able to deliver within the allowable and acceptable period, DICT shall impose a Delay Penalty of 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 Penalty shall be imposed should the final acceptance date is not achieved as per agreed Project Work Plan. the completed and commissioned facility. Should the delay/s is/are due to unavoidable circumstances i.e. typhoon, earthquakes or other natural disasters, delays caused by the Project Principals (DICT) and other forms of delays not within the control of the contractor, the contractor must provide a written report detailing the cause of delay, impacted deliverables with reasons thereof and a detailed catch up plan and/or updated work plan. This must then be presented to DICT’s project team for discussion and acceptance. |
2.12.1. Has completed at least 3 similar projects in the last 3 years. Similar projects means similar scope and deliverables at a minimum. | This provision is deleted. |
2.12.2. Contractor must possess a valid Y2016 Philippine Contractors Accreditation Board (PCAB) License | 3.12.1. Contractor must possess a valid Y2016 Philippine Contractors Accreditation Board (PCAB) License
Any of the following are acceptable: GENERAL BUILDING: Categories: AA, A, B, SPECIALTY: Categories: AAA, AA, A, B, C, D |
2.12.3. Contractor must have Qualified Personnel with the following PRC Licenses / Certificates on its roster of employees:
2.12.3.1. Architect 2.12.3.2. Civil Engineer 2.12.3.3. Electrical Engineer 2.12.3.4. Mechanical Engineer 2.12.3.5. Safety Officer with COSH and BOSH certifications 2.12.3.6. Certified Data Center Professional 2.12.3.7. Project Management Certification from PMP or PMI |
3.12.2. Contractor must have Qualified Personnel with the following PRC Licenses / Certificates on its roster of employees:
3.12.2.1. Architect 3.12.2.2. Civil Engineer 3.12.2.3. Electrical Engineer 3.12.2.4. Mechanical Engineer 3.12.2.5. Safety Officer with COSH and BOSH certifications 3.12.2.6. Certified Data Center Professional 3.12.2.7. Project Management Certification from PMP or PMI 3.12.2.8. Electronics and Communications Engineer 3.12.2.9. Professional Communications Engineer |
2.12.5. The Contractor should have planned, designed, installed and commissioned at least five Data Centers/Disaster Recovery on a complete turnkey projects. Bidder must provide Certifications (on original letter) from previous customers stating the scope of services delivered by the bidder. Each of the projects must be accompanied by Certificate of Satisfactory Completion on original letter. | 3.12.4. The Contractor should have planned, designed, installed and commissioned at least five Data Centers/Disaster Recovery on a complete turnkey projects within the last five (5) years, regardless of project size. Bidder must provide Certifications (on original letter) from previous customers stating the scope of services delivered by the bidder. Each of the projects must be accompanied by Certificate of Satisfactory Completion on original letter. |
2.12.5. Contractor must have experience in designing and building a highly secured data center facility from external threats i.e. bullet-proof walls/protection for data center perimeter walls. Proof of design and end-user acceptance/approval must be provided; and | 3.12.3. Contractor must have experience in designing and building a highly secured data center facility, with varying topologies and/or Tier levels. Bidder must provide Proof of Design in the form of any of the following:
3.12.3.1. Copy of the Proposal write up with design narrative well stated and signed/accepted by the end-user; 3.12.3.2. Copies of Shop Drawings or Conceptual Designs with appropriate title blocks showing the end-user company logo; or 3.12.3.3. Certification from the End-user stating that the bidder has completed the design and implementation of its data center with corresponding tier level or topology stated. |
2.12.7. Contractor must have experience in designing and building a highly secured data center facility from external threats i.e. bullet-proof walls/protection for data center perimeter walls. Proof of design and end-user acceptance/approval must be provided; and | 3.12.6. Contractor must have experience in designing and building a highly secured data center facility, with varying topologies and/or Tier levels. Bidder must provide Proof of Design in the form of any of the following:
3.12.7.1. Copy of the Proposal write up with design narrative well stated and signed/accepted by the end-user; 3.12.7.2. Copies of Shop Drawings or Conceptual Designs with appropriate title blocks showing the end-user company logo; or 3.12.7.3. Certification from the End-user stating that the bidder has completed the design and implementation of its data center with corresponding tier level or topology stated. |
3.1. Participating contractors will be required to submit 3-sets of Technical Proposals and 3-sets of Commercial Proposals, appropriately sealed and labeled.
NGDC-1 Technical Working Group (TWG) will perform technical evaluation of the submitted technical proposals and will evaluate the bidders based on the following (among others): 3.1.1. Completeness of the proposal 3.1.2. Compliance with published Technical Specifications of M&E equipment and devices 3.1.3. Implementation Schedule 3.1.4. Testing & Commissioning Methodologies 3.1.5. Project Management Methodologies 3.1.6. Proposed Equipment, implementation methodologies and detailed design compliance with published Industry Standards 3.1.7. Technical Competencies 3.1.8. Engineering and Project Resources Competency Profile 3.1.9. Project References 3.1.10. Value-Added Services (if any) |
4.1. Participating contractors will be required to submit 3-sets of Eligibility and Technical Documents and 3-sets of Financial Documents, appropriately signed, sealed and labeled.
NGDC-1 Technical Working Group (TWG) will perform the evaluation of the submitted eligibility documents, technical documents, financial documents and post qualification documents and will be evaluated based on the compliance and responsiveness to all the requirements and conditions as specified in the Bidding Documents. |
3.2. Participating contractors are required to follow the proposal document formatting as sequentially listed below:
3.2.1. Design Narrative – contractor must provide a write up of their understanding of the pre-developed designs and their complementing designs (if any) 3.2.2. Assumptions (if any) 3.2.3. Innovative Technology or Designs to be applied to complement the solution (if any) 3.2.4. Scope of Works 3.2.5. Bill of Quantities – equipment branding must be disclosed 3.2.6. Commercial Offer (for Commercial Proposals Only) 3.2.7. Testing and Commissioning Scope of Works 3.2.8. Project Management/Construction Administration Scope of Works 3.2.9. Implementation Schedule/ Work Plan 3.2.10. Project Team Organization 3.2.11. Service Inclusions – i.e. Training services 3.2.12. Service Exclusions 3.2.13. Vendor Profile with Project References – must include the following: |
4.2. Participating contractors are required to follow the proposal document formatting as sequentially listed below:
4.2.1. Design Narrative – contractor must provide a write up of their understanding of the pre-developed designs and their complementing designs (if any) 4.2.2. Assumptions (if any) 4.2.3. Innovative Technology or Designs to be applied to complement the solution (if any) 4.2.4. Scope of Works 4.2.5. Testing and Commissioning Scope of Works 4.2.6. Project Management/Construction Administration Scope of Works 4.2.7. Implementation Schedule/ Work Plan 4.2.8. Project Team Organization 4.2.9. Service Inclusions – i.e. Training services 4.2.10. Service Exclusions 4.2.11. Reference Table of Bid Compliance (Softcopy of the excel sheet shall be provided to the bidders who bought the bidding documents). Bidders must explicitly mention in the Reference Table of Bid Compliance the exact reference page, section and/or item no. with a copy of that page attached in the proposal. Bidders must also submit softcopy of the Table of Bid Compliance along with the reference documents through a flash drive. In case of inconsistency between the submitted hardcopy and that of the softcopy, the hardcopy shall prevail. 4.2.12. Vendor Profile with Project References – must include the following: |
5. Payment Terms / Progress Payment
The Payment Terms for this project shall be through Completion of Agreed Delivery Milestones. The Contractor shall be required to submit its Implementation Milestone Report with clear emphasis on the completion of the particular milestone along with a signed Acceptance document from the iGov Project Manager or any designated signing authority by DICT. Payment milestones are tabulated below:
|
6. Payment Terms / Progress Payment
The Payment Terms for this project shall be through Completion of Agreed Delivery Milestones. The Contractor shall be required to submit its Implementation Milestone Report with clear emphasis on the completion of the particular milestone along with a signed Acceptance document from the iGov Project Manager or any designated signing authority by DICT. Payment milestones are tabulated below:
|
||||||||||||||||||||||||||||||||||||||||||||
Section VIII. Bidding Forms
Annex VI-A Detailed Financial Breakdown – Electrical Works |
|||||||||||||||||||||||||||||||||||||||||||||
DESCRIPTION | UNIT | QTY | DESCRIPTION | UNIT | QTY | ||||||||||||||||||||||||||||||||||||||||
PANELBOARDS | PANELBOARDS | ||||||||||||||||||||||||||||||||||||||||||||
UPS PANEL A & B, 380V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. | assy | 2 | UPS PANEL A & B, 400V, 3PH + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. | assy | 2 | ||||||||||||||||||||||||||||||||||||||||
Incomer : | Incomer : | ||||||||||||||||||||||||||||||||||||||||||||
600A, 3pole, MCCB | 600A, 3pole, MCCB | ||||||||||||||||||||||||||||||||||||||||||||
Metering; CTs and Digital multi function meter | Metering; CTs and Digital multi function meter | ||||||||||||||||||||||||||||||||||||||||||||
Outgoing : | Outgoing : | ||||||||||||||||||||||||||||||||||||||||||||
500A, 3pole, MCCB – 1No. | 400A, 3pole, MCCB – 5Nos. | ||||||||||||||||||||||||||||||||||||||||||||
300A, 3pole, MCCB – 4No. | 100A, TVSS | ||||||||||||||||||||||||||||||||||||||||||||
100A, 3pole, MCCB – 1No. , LOADBANK | |||||||||||||||||||||||||||||||||||||||||||||
100A, 3pole, MCCB – 1No. , SPARE | DP-UPS PANEL A & B, 400V, 3PH + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. | assy | 2 | ||||||||||||||||||||||||||||||||||||||||||
100A, TVSS | Incomer : | ||||||||||||||||||||||||||||||||||||||||||||
1 x 400A, 3pole, MCCB | |||||||||||||||||||||||||||||||||||||||||||||
DP-UPS PANEL A & B, 380V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. | assy | 2 | 2 x 300A, 3pole, MCCB
Metering; CTs and Digital multi function meter |
||||||||||||||||||||||||||||||||||||||||||
Incomer : | Outgoing : | ||||||||||||||||||||||||||||||||||||||||||||
3 x 500A, 3pole, MCCB | 200A, 3pole, MCCB – 2Nos. | ||||||||||||||||||||||||||||||||||||||||||||
Metering; CTs and Digital multi function meter | 300A, 3pole, MCCB – 1No. | ||||||||||||||||||||||||||||||||||||||||||||
Outgoing : | 400A, 3pole, MCCB – 1No. , LOADBANK | ||||||||||||||||||||||||||||||||||||||||||||
500A, 3pole, MCCB – 1No. | 100A, 3pole, MCCB – 2Nos. | ||||||||||||||||||||||||||||||||||||||||||||
250A, 3pole, MCCB – 4No. | 100A, TVSS | ||||||||||||||||||||||||||||||||||||||||||||
100A, 3pole, MCCB – No. | |||||||||||||||||||||||||||||||||||||||||||||
100A, 3pole, MCCB – 1No. , LOADBANK | DP AC PANEL, 230V, 3PH + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. | assy | 1 | ||||||||||||||||||||||||||||||||||||||||||
100A, 3pole, MCCB – 1No. , SPARE | Incomer : | ||||||||||||||||||||||||||||||||||||||||||||
100A, TVSS | 800A, 3pole, MCCB | ||||||||||||||||||||||||||||||||||||||||||||
Metering; CTs and Digital multi function meter | |||||||||||||||||||||||||||||||||||||||||||||
DP AC PANEL, 380V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. | assy | 1 | Outgoing :
200A, 3pole, MCCB – 3Nos. 60A, 3pole, MCCB – 2Nos. 100A, 3pole, MCCB – 2Nos. |
||||||||||||||||||||||||||||||||||||||||||
Incomer : | 100A, TVSS | ||||||||||||||||||||||||||||||||||||||||||||
800A, 3pole, MCCB | |||||||||||||||||||||||||||||||||||||||||||||
Metering; CTs and Digital multi function meter | PP UPS PANEL A & B, 400V, 3PH + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. | assy | 4 | ||||||||||||||||||||||||||||||||||||||||||
Outgoing : | Incomer : | ||||||||||||||||||||||||||||||||||||||||||||
250A, 3pole, MCCB – 4No. | 200A, 3pole, MCCB | ||||||||||||||||||||||||||||||||||||||||||||
60A, 3pole, MCCB – 2No. | Metering; CTs and Digital multi function meter | ||||||||||||||||||||||||||||||||||||||||||||
100A, 3pole, MCCB – 1No. , SPARE | Outgoing : | ||||||||||||||||||||||||||||||||||||||||||||
100A, TVSS | 30A, 1pole, MCCB – 48Nos. | ||||||||||||||||||||||||||||||||||||||||||||
100A TVSS | |||||||||||||||||||||||||||||||||||||||||||||
PP UPS PANEL A & B, 380V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. | assy | 4 | |||||||||||||||||||||||||||||||||||||||||||
Incomer : | MAIN DISTRIBUTION PANEL 230V, 3PH+ 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. | assy | 1 | ||||||||||||||||||||||||||||||||||||||||||
250A, 3pole, MCCB | Incomer : | ||||||||||||||||||||||||||||||||||||||||||||
Metering; CTs and Digital multi function meter | 1600A, 3pole, MCCB
Metering; CTs and Digital multi function meter |
||||||||||||||||||||||||||||||||||||||||||||
Outgoing : | Outgoing : | ||||||||||||||||||||||||||||||||||||||||||||
30A, 3pole, MCCB – 47No. | 1000A, 3pole, MCCB – 2Nos. | ||||||||||||||||||||||||||||||||||||||||||||
100A, 3pole, MCCB – 1No. , SPARE | 100A, TVSS | ||||||||||||||||||||||||||||||||||||||||||||
MAIN DISTRIBUTION PANEL 380V, 3PH.3W + 100%N + G, with MCCBs, meters, with copper busbars, Refer SLD for ratings, trip units & other details. | assy | 1 | 400KVA, Step-up Transformer 230/400V K-rated | assy | 2 | ||||||||||||||||||||||||||||||||||||||||
Incomer : | 1600AT, ACB, 230V (replacement) | Unit | 1 | ||||||||||||||||||||||||||||||||||||||||||
1600A, 3pole, MCCB | |||||||||||||||||||||||||||||||||||||||||||||
Metering; CTs and Digital multi function meter | |||||||||||||||||||||||||||||||||||||||||||||
Outgoing : | |||||||||||||||||||||||||||||||||||||||||||||
1000A, 3pole, MCCB – 2No. | |||||||||||||||||||||||||||||||||||||||||||||
100A, 3pole, MCCB – 2No. ,SPARE | |||||||||||||||||||||||||||||||||||||||||||||
100A, TVSS | |||||||||||||||||||||||||||||||||||||||||||||
400KVA, Step-up Transformer 220/380V K-rated | assy | 2 | |||||||||||||||||||||||||||||||||||||||||||
1000AT, Circuit Breaker (replacement) | unit | 4 | |||||||||||||||||||||||||||||||||||||||||||
UPS SYSTEM | UPS SYSTEM | ||||||||||||||||||||||||||||||||||||||||||||
Design, supply installation, testing and commissioning of UPS and batteries with accessories, Services shall include the following, a. Engineering and Documentation b. Installation & Termination c. Testing & Commissioning |
unit | 2 | Design, supply installation, testing and commissioning of 200kW Monolithic UPS and batteries with accessories, Services shall include the following, a. Engineering and Documentation b. Installation & Termination c. Testing & Commissioning |
unit | 2 | ||||||||||||||||||||||||||||||||||||||||
Double Conversion Online UPS Input Voltage : 400VAC,3Phase 60Hz,4w + Grnd. Input Voltage Rate : 15% + 20% at 100% load Input Current Distortion :< 3% at 100% load Capacity Input Power Factor : > 0.99 Output Voltage : 400VAC, 3Phase,60Hz,4w + Grnd. Output Voltage Regulation : < 1% steady state Efficiency : Up to 96.2% with rated linear load 99.1% in ESS mode Safety : IEC 62040-1 EMC : IEC 62040-2 Performance: IEC 6204-3 |
Double Conversion Online UPS Input Voltage : 400VAC,3Phase 60Hz,4w + Grnd. Input Voltage Rate : 15% + 20% at 100% load Input Current Distortion :< 3% at 100% load Capacity Input Power Factor : > 0.99 Output Voltage : 400VAC, 3Phase,60Hz,4w + Grnd. Output Voltage Regulation : < 1% steady state Efficiency : Up to 96.2% with rated linear load 99.1% in ESS mode Safety : IEC 62040-1 EMC : IEC 62040-2 Performance: IEC 6204-3 |
||||||||||||||||||||||||||||||||||||||||||||
Necessary copper cabling between UPS and batteries / battery breaker etc., shall be part of UPS tender | Necessary copper cabling between UPS and batteries / battery breaker etc., shall be part of UPS tender | ||||||||||||||||||||||||||||||||||||||||||||
Network & Modbus-MS | units | 2 | |||||||||||||||||||||||||||||||||||||||||||
25KW Uninterruptable Power Module (UPM)-400KW Capacity | units | 16 | Battery Cabinet w/ DC Breakers (with complete Accessories) | units | 6 | ||||||||||||||||||||||||||||||||||||||||
Network & Modbus-MS | units | 2 | 30mins. Back-up time at Full load, 400kw (3 Banks per UPS unit) | units | 6 | ||||||||||||||||||||||||||||||||||||||||
Battery Cabinet w/ DC Breakers (with complete Accessories) | units | 6 | |||||||||||||||||||||||||||||||||||||||||||
30mins. Back-up time at Full load, 400kw (3 Banks per UPS unit) | units | 6 |
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 as of 25 April 2017
- Revised Technical Specifications as of 25 April 2017
- Revised Detailed Financial Breakdown – Electrical Works as of 25 April 2017
For a copy of the document click the link below:
Supplemental Bid Bulletin No. 5 -NATIONAL GOVERNMENT DATA CENTER 1 (NGDC1) REHABILITATION PROJECT
For information and guidance of all concerned.
Issued this 25th day of April 2017.
(Original Signed)
ALONA H. ISIDRO
Vice Chairperson, BAC4IGOV