Procurement Summary
Country : Philippines
Summary : Negotiated Procurement for the Structured Cabling Connection for San Pablo City Water District (SPCWD) Network Backbone.
Deadline : 16 Jul 2018
Other Information
Notice Type : Tender
TOT Ref.No.: 24682482
Document Ref. No. : Contract No. 2018-060
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Negotiated Procurement for the Structured Cabling Connection for San Pablo City Water District (SPCWD) Network Backbone.
INVITATION TO BID
FOR NEGOTIATED PROCUREMENT FOR THE
STRUCTURED CABLING CONNECTION FOR SAN PABLO CITY WATER DISTRICT (SPCWD) NETWORK BACKBONE
1. In view of the two (2) failed biddings, the SAN PABLO CITY WATER DISTRICT invites interested suppliers to participate in the negotiated procurement for the -œStructured Cabling Connection for the San Pablo City Water District (SPCWD) Network Backbone- in accordance with Section 53. Negotiated Procurement under Section 53.1 Two Failed Biddings. Where there has been failure of competitive bidding or Limited Source Bidding for the second time as provided in Section 35 of the Act and this IRR of the Revised Implementing Rules and Regulations of Republic Act No. 9184, otherwise known as the -œGovernment Procurement Reform Act-.
2. The SAN PABLO CITY WATER DISTRICT through the 2018 Budget for the contract approved by the governing Board intends to apply the sum of One Million Pesos (Php 1, 000, 000.00) only being the Approved Budget for the Contract (ABC) to payments under the contract for Structured Cabling Connection for San Pablo City Water District with Contract No. 2018-060.
3. The schedule of bidding activities are herein stated below:
Activities Schedule Venue
Posting of Request for Quotation
July 2, 2018
SPCWD Main Office Building
Maharlika Highway
Brgy. San Gabriel, San Pablo City
Issuance and Availability of Request for Quotation
Starting July 2, 2018 to July 16, 2018
Purchasing Section
SPCWD Main Office Building
Maharlika Highway
Brgy . San Gabriel, San Pablo City
Pre Negotiation Conference
July 4, 2018
2PM
Regional Training Center, SPCWD Main Office Bldg.
Maharlika Highway,
San Pablo City
Regional Training Center, SPCWD Main Office Bldg.
Maharlika Highway,
San Pablo City
Submission of Eligibility, Technical Requirements and Financial Documents
Submission of Final Bid Offer
Opening of Proposal/Offers and Negotiation
July 16, 2018
2PM
(Invited Suppliers shall be issued a Negotiation Documents upon presentation of the Letter of Invitation).
4. Completion of the Works is required within One Hundred Thirty Five (135) days. Bidders should have completed within one (1) year from the date of submission and receipt of bids a contract similar to the project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to Bidders (ITB).
5. Bidding will be conducted through open competitive bidding procedures using a non-discretionary -œpass/fail- criterion as specified in the Implementing Rules and Regulations
(IRR) of Republic Act (RA) 9184, otherwise known as the -œGovernment Procurement Reform Act-.
6. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA 5183 and subject to Commonwealth Act 138.
7. Interested bidders may obtain further information from San Pablo City Water District and inspect the Bidding Documents at the Purchasing Section during office hours from 8:00 o-clock in the morning up to 5:00 o-clock in the afternoon.
8. A complete set of Bidding Documents may be purchased by interested Bidders from July 2 to July 16, 2018 at the San Pablo City Water District upon payment of a non-refundable fee in the amount of Five Thousand Pesos (Php 5, 000.00) only.
9. Bids must be delivered on or before July 16, 2018 at 2:00 o-clock in the afternoon. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.
10. Bids will be opened in the presence of the Bidders- representatives who choose to attend at the address below. Late bids shall not be accepted.
11. Due date falling on a non-working day i.e. Saturday and Sunday, legal holiday, or special non-working holiday, the deadline shall be the next working day.
12. The San Pablo City Water District 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:
MRS. ERLITA R. DE LUNA
Head, BAC Secretariat
San Pablo City Water District
Maharlika Highway, Brgy. San Gabriel
San Pablo City 4000, Laguna, Philippines
spcwd_purchasing@yahoo.com
Telefax. No. (049) 503-0075
Approved by:
ARCH. MARIO A. BONDAD
Chairman, Bids and Awards Committee
Noted by:
ENGR. ALEJANDRO R. EVANGELISTA
General Manager A
******************************************************************************************
San Pablo City Water District
Contract No. 2018-060
Negotiated Procurement for the Structured Cabling Connection for San Pablo City Water District (SPCWD) Network Backbone
Checklist of Eligibility Requirements for Bidders
ELIGIBILITY DOCUMENTS
I. FIRST ENVELOPE:
Legal Documents
CLASS -œA- DOCUMENTS
Legal Documents
1. PhilGEPS Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR;
Technical Documents
2. 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; and
3. Statement of the Bidder-s SLCC similar to the contract to be bid, in accordance with ITB Clause 5.4. the two statement required shall indicate for each contract, the following; 1) name of the contract, 2) date of the contract, 3) contract duration, 4) owner-s name and address, 5) nature of work, 6) contractor-s role (whether sole contractor, subcontractor, or partner in a JV) and percentage of participation, 7) total contract value at award, 8) date of completion or estimated completion time, 9) total contract value at completion, if applicable, 10) percentages of planned and actual accomplishments, if applicable, 11) value of outstanding works, if applicable, 12) the statement of the bidder-s SLCC shall be supported by the notices of award and/or notices to proceed, Project owners Certificate of Final Acceptance issued by the owner other than the contractor or the Constructors Performance Evaluation System (CPES) final rating, which must have be at least satisfactory. In case of contracts with the private sector, an equivalent document shall be submitted;
4. Updated Philippine Contractors Accreditation Board (PCAB) License General Engineering B with small B on Water Supply.
Financial Documents
5. Net Financial Contracting Capacity (NFCC) computation in accordance with ITB Clause 5.5
CLASS -œB- DOCUMENTS
6. If applicable, the Joint Venture Agreement (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 Bidders opts to submit the bid security in the form of:
a. Cash or cashier-s/manager-s check issued by a Universal or Commercial Bank in an amount equivalent of two percent (2%); or
b. Bid Securing Declaration.
2. Project Requirements, which shall include the following:
a. Organizational chart for the contract to be bid;
b. List of contractor-s personnel (viz, Project Manager, Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be bid, with their complete qualification and experience data; and
c. List of contractor-s equipment units (Listed in a separate sheet), which are owned, leased, and/or under purchase agreements, supported by certification of availability of equipment from the equipment lessor/vendor for the duration of the project; and
3. Sworn statement in accordance with Section 25.2(b)(iv) of the IRR of RA 9184 and using the form prescribed in Section Ix. Bidding Forms (Omnibus Sworn Statement).
II. SECOND ENVELOPE:
1. The Financial component of the bid shall contain the following;
a. Financial Bid Form in accordance with the form prescribed in Section Ix. Bidding Forms; and
b. Any other documents related to the financial component of the bid as stated in the BDS
Post-Qualification Documents
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 Lowest Calculated Bid (LCB), the Bidder shall submit the following documentary requirements:
1. Latest income and business tax return in the form specified in the BDS;
2. Certificate of PhilGEPS Registration with the G-EPS; and
3. Other appropriate licenses and permits required by law and stated in the BDS
(Note: Accredited and Eligible Bidders for 2018 will only submit renewed documents that will expire or have expired at the time of bidding)
******************************************************************************************
SAN PABLO CITY WATER DISTRICT
San Pablo City
TECHNICAL SPECIFICATIONS
Item No. Quantity Unit Specifications Statement of Compliance
Complying Non-Complying
1. Structured Cabling Connection
Specification:
100 pcs KEYSTONE JACK CAT3
35 pcs KEYSTONE JACK CAT5
135 pcs KEYSTONE JACK PLATE
300 pcs RJ45
300 pcs RUBBER BOOTS
135 pcs UTILITY BOx WHITE
26 box UTP CAT 5Ee
5 pcs CABLE MANAGER 1U
5 pcs CABLE ORGANIZER
5 pcs PATCH PANEL 24 1U
1 pc TERMINAL BLOCK 101
20 pcs TERMINAL BLOCK PINS 5P
1 pc LOAD BALANCER FIREWALL
6 pcs HUB 24port UNMANAGED
10 pcs Access Point 2.4GHz
4 pcs Point to Point Wi-Fi
1 set 8 Port Advanced Power Ethernet Controllers
12 roll FLEx HOSE
135 pcs PLASTIC MOULDING
20 pcs 4-W x 4-H x 2.4mL Cable Tray w/ Coupling Acrylic Finish
6 pcs 4-W x 4-H Vertical Elbow
4 pcs 4-W x 4-H Horizontal Elbow
50 set Cable Tray Hanger 4"
1 pc Cloud Key
Installation and Configuration
End-users Training
Terms & Warranty = 1 Year FREE and UNLIMITED -˜Phone-Assist- Technical Support., 1-Year Next Business Day Onsite Support, Remote Connect Support,
Quarterly Preventive Maintenance (1) Year, Firmware Upgrade.
ABC = P1, 000, 000.00
Prepared by: Reviewed and Evaluated by: Recommended for approval:
MARNIE GARBO ENRIQUE P. SANCHEZ MILDRED C. MORGA
Requisitioner- End-user BAC Provisional Member-Technical Dept. Manager A - ADMIN.
Approved by:
ALEJANDRO R. EVANGELISTA
General Manager
*****************************************************************************************
Pre-bid Conference
DateTimeVenue
04/07/20182:00 PMSAN PABLO CITY WATER DISTRICT-RTC Brgy. San Gabriel, Maharlika Highway, San Pablo City Laguna
Closing Date : 2018-07-16
Documents
Tender Notice