bids and awards committee for dictbac supplemental bid...

87
Supplemental Bid Bulletin No. 6 Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program” Bid Reference No.: [DICTBAC-2019-017] Page 1 of 87 BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid Bulletin No. 6 SUPPLY, INSTALLATION, DETAILED DESIGN, TESTING AND COMMISSIONING, OPERATION AND MAINTENANCE SUPPORT OF IP MICROWAVE RADIO COMMUNICATION SYSTEM FOR DICT-PAGASA “ALL WEATHER COMMUNICATION SYSTEM PROGRAM” Item No. Reference Query End Users Response 1 Bid Data Sheet ITB Clauses 21 and 24.1, Page 50 The Deadline for Submission Of Bids is 15 July 2019, 12:00PM the date and time of Bid Opening is on 15 July 2019, 1:30PM We request to extend the Bid Submission and Opening from 15 July 2019 to 15 August 2019 so that we can thoroughly prepare the documentation relative thereto, among which is the JVA documentation The Bid Opening has been scheduled on October 1, 2019 2 Schedule of Requirements Number2,Page80 Hauling, delivery, supply and installation of towers and facilities materials Within one hundred twenty (120) days after the approval of detailed design, tests, plan, etc We request to extend the delivery lead time of towers from 120 days to 18 months upon approval due to the fabrication and hauling process of towers Denied. 3 Bid Data Sheet ITB Clause 12, Page46 the Bidder must hold a minimum of 20 years PCAB license in General Engineering on or before the date of the bid opening, with an AAA Category. We request to waive the partially the requirement of the holding of a minimum of 20 years PCAB license in General Engineering on or before the date of the Bid opening, with an AAA Category from the bidder, and in lieu thereof; 1. We request to allow 3 years of holding of such a license should be Change to: The bidder must hold a PCAB License with Category AAA in General Engineering for a minimum of two (2) years on or before the date of the bid opening. For joint venture, at

Upload: others

Post on 12-Mar-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 1 of 87

BIDS AND AWARDS COMMITTEE FOR DICTBAC

Supplemental Bid Bulletin No. 6

SUPPLY, INSTALLATION, DETAILED DESIGN, TESTING AND COMMISSIONING,

OPERATION AND MAINTENANCE SUPPORT OF IP MICROWAVE RADIO

COMMUNICATION SYSTEM FOR DICT-PAGASA “ALL WEATHER COMMUNICATION

SYSTEM PROGRAM”

Item No.

Reference Query End Users Response

1

Bid Data Sheet ITB Clauses 21 and 24.1,

Page 50

The Deadline for

Submission Of Bids is 15 July 2019, 12:00PM

the date and time of Bid

Opening is on 15 July

2019, 1:30PM

We request to extend the Bid Submission and Opening from 15

July 2019 to 15 August 2019 so that

we can thoroughly prepare the documentation relative thereto,

among which is the JVA documentation

The Bid Opening has been scheduled on October 1, 2019

2

Schedule of

Requirements Number2,Page80

Hauling, delivery, supply and installation of towers

and facilities materials

Within one hundred twenty (120) days after

the approval of detailed

design, tests, plan, etc

We request to extend the delivery

lead time of towers from 120 days to 18 months upon approval due to

the fabrication and hauling process

of towers

Denied.

3

Bid Data Sheet ITB

Clause 12, Page46

the Bidder must hold a

minimum of 20 years PCAB license in General

Engineering on or before the date of the bid

opening, with an AAA

Category.

We request to waive the partially the

requirement of the holding of a minimum of 20 years PCAB license

in General Engineering on or before

the date of the Bid opening, with an AAA Category from the bidder, and

in lieu thereof;

1. We request to allow 3 years of

holding of such a license should be

Change to:

The bidder must hold a PCAB License with Category AAA in

General Engineering for a

minimum of two (2) years on or before the date of the bid

opening. For joint venture, at

Page 2: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 2 of 87

considered as sufficient for both

General engineering and Communication Facilities

2. We request to allow A or B

category for General Engineering

and Communication Facilities should be considered as well

3.Such PCAB in General Engineering

license BE REQUIRED FROM THE

FABRICATOR partner of the bidder and NOT from the bidder (not from

the Bidder itself) since this is primarily a bid for Microwave Radio.

Most companies who will join are either supplier of equipment BUT

NOT a tower fabricator at the same.

SO it is almost impossible to be both a supplier of both microwave radio

and fabricator of towers at the same time.

The principal equipment to be delivered under this Project is MW

Radio, only with Antenna Towers, that is 3- legged/Monopole_ self-

supporting Tower or 4-legged self- supporting tower, which

requirement as to towers can be put

up by a PCAB Licensee not necessarily under AAA Category.

Hence, the AAA PCAB License requirement is too high of a

category. In relation thereto, too

long possession of such a license for a period of at least 20 years appears

to be restrictive.

The waiver will allow more

participants and make the bidding more competitive

least one of the JV should

comply to this requirement.

.

4

Bid Data Sheet ITB Clause 5.4, Page

The Bidder must have

completed, within past

five years from the date

We request to allow any ICT or other Telecommunication 40 Solution

Projects from a major telecom company within 6 years. the amount

of project (Microwave radio) is quite

huge so the chances of having the

Denied.

Page 3: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 3 of 87

of submission and

receipt of at least one (1) single contract of similar

in nature amounting to at least fifty percent

(50%) of the ABC

same size or amount (50% ABC) as

similar in project name is a bit restrictive.

5

Bid Data Sheet ITB Clause 12, Page41

Any of the following

documents must be

submitted corresponding to listed contracts per

submitted Annex I-A1.

1.Copy of End user’s acceptance;

2. Official receipt; or

3.Sales Invoice

Due to the NDA signed by the manufacturer, can the bidder submit

documents where some of the Information were blocked or

redacted in order to uphold the

previously signed NDA?

Denied.

6

Bid Data Sheet ITB

Clause 12, Page41

Any of the following

documents must be submitted corresponding

to listed contracts per submitted Annex I-A1.

1.Copy of End user’s

acceptance;

2. Official receipt; or 3.Sales Invoice

We request to extend the delivery

lead time of towers from 120 days to 18 months upon approval due to the

fabrication and hauling process of

towers

Denied.

7

Bid Data Sheet ITB Clause 12, Page41

Any of the following documents must be

submitted corresponding to listed contracts per

submitted Annex I-A1.

1.Copy of End user’s

acceptance; 2. Official receipt; or

3.Sales Invoice

Please accept Goods Acceptance Certificate or acknowledgement of

equipment receipt in lieu of FAC as

attachment for the SLCC

Denied.

Page 4: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 4 of 87

8

Bid Data Sheet ITB

Clause 12, Page46

Certification from National Telecommunications

Commission (NTC) that

the proposed Microwave IP Radio equipment is

duly-type approved

may we request that the NTC type

approval certificate be submitted during post qualification as this

process usually takes 2-3 months to be approved by NTC

May we submit an NTC type approval certificate of our brand applied by

another company? as per NTC practice, they allow the use of NTC

type approval certificate acquired by

another company.

Denied

9

Schedule of Requirements

Item 1,Page80

Note: DICT shall take charge of Site Acquisition

Please confirm if the repeater sites

are already acquired by DICT?

if not, the timeline provided should be adjusted and shall not include the

period of site acquisition

please confirm

-if the repeater site is not feasible,

DICT shall provide new repeater site,

otherwise, the delivered equipment shall be deemed final accepted once

it is available for delivery to DICT.

-if in the event that DICT failed to acquire the site, all delivered

equipment that were not installed

due to this lack of site shall be deemed final accepted.

-DICT shall be responsible for new

site at no cost to bidder and should

not affect the timeline of the bidder.

-timeline of acquiring the new site should not be taken against the

bidder

Yes. DICT took charge of the

site acquisition.

Equipment shall be inspected

and accepted by DICT first, in

accordance with payment procedure and milestones

based on the TOR. Further, Bidder shall be allowed to

perform site inspection/survey before

start of manufacturing of

equipment to confirm the feasibility of the equipment to

the areas. A final BOM and link design will be submitted

before proceeding to

manufacturing of equipment.

Yes.Running of period for

delivery of project may be

suspended, subject to approval by DICT for

meritorious reasons under the law.

10 Schedule of requirements item 2,Page80

May we suggest, in order to ensure timely permitting, that the

government take charge of securing

DICT will only help on securing the permits.

Page 5: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 5 of 87

Acquisition of permits and

clearances from the local government units for the

installation of tower

government permits since it will be

faster if transaction is between government agencies

Winning Bidder is in charge

in securing permits

11

Schedule of requirement

item 7, page81

Two (2) years Operation

and maintenance support (inclusive of two (2)- year

warranty parts and labor,

free of charge)

Please consider the operation and

maintenance support of 8 hours x 5

days, Monday to Friday.

Denied.

12

Technical Specifications

Item 1.1.5, Page 84

Shall support the following modulations

schemes without any

hardware change, or additional boards: QPSK,

16QAM, 32QAM, 64QAM, 128QAM, 256QAM,

512QAM, 1024QAM up to

4096QAM whichever is applicable per site

Since this is a bid that includes

DETAILED DESIGN, kindly allow modulation scheme up to 2048QAM.

4096QAM is not usually used for backbone or long haul transmission

and the capacity increase of this

modulation is negligible if we compare it to 2048QAM.

Denied. The modulation

scheme of 4096QAM may not be required in the hops

in this project, however, it still have to be at least

supported, in case we need

higher capacity or reallocation with higher

capacity requirement. There should be about 8~10%

capacity increase per RF

which is not negligible and further mutiplying that

increased capacity with the no. of MODEMS or Channels

your MW Radio System can accommodate, which in this

RFP, we prefer up to 12

MODEMS or 12-Way, would definitely provide a better

scalability for the MW Radio System if you can comply.

13

Technical Specifications

1.1.6, Page84

Frequency: the equipment shall support

all licensed bands L6 to

42 GHz.

Since this is a bid that includes

DETAILED DESIGN, kindly allow “the equipment shall support ANY of the

licensed bands between l6 to 42 GHz as what may be required depending

on the bidders design".

high frequencies are not usually used

for backbone or long haul transmission design.

Denied. This RFP does not

require the bidder to design all hops using all frequency

bands. The bidder is given the liberty to propose its own

recommended frequency

based on the link budget design requirement using the

KPIs provided in the RFP (Avail=99.99%, 35dBm).

However, the bidder is still compelled to comply that it

Page 6: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 6 of 87

can support L6GHz uo to

42GHz for flexibility.

14

Technical Specification

Item 1.1.6,Page84

ODU that is tunable to

the whole frequency (sub-band free.) Vendors

shall state what kind of free tunable ODU can be

provided. Self Frequency

scan is required.

Since this is a bid that includes

DETAILED DESIGN, the mentioned reference statements are not

applicable for long haul

transmissions.

sub-band free radios are usually used for access radios and not for

long haul radios which filters are

needed.

if DICT needs to have removable diplexers on the ODU, the IP66

compliance (waterproof and dustproof) will be affected.

self frequency scanning is used in PTP UNlicensed radios. this is not

needed with licensed radios since the frequency is dedicated to one (1)

user only.

Please note that preferred

equipment to be supplied in this proposal is

Outdoor/Split-Type System.

If you are proposing a Long Haul Transmission Radio

System which uses indoor filters and connected to

antenna via waveguide, then

this is not this RFP's preferred radio type to be

supplied. However, if you are referring to the

"outdoor" filters which you intend to supply which

probably includes the

duplexer units, these all have to be for outdoor use.

ODUs to be used should be sub-band free, provide such

information in your proposal

to identify which frequency bands are supported.

ODU's IP66 compliance is non-negotiable. Removable

items, such as diplexers, are not preferred. ODUs should

have wide-band filters.

Self-freqeuncy scanning can also be defined as being able

to check for the suitable point frequency to be used

using the installed ODUs and

having the opposite station in mute mode for

transmitting, then checking at local station if

interferences are observed.

15

Technical Specifications Item 1.1.10,Page84

Receive Signal threshold

Sensitivity: the radio equipment must have

Since this is a bid that includes DETAILED DESIGN, please allow the

bidder to state their own Receive Signal Threshold Sensitivity. (same

as the transmit power) in reference to the equipment configuration per

site.

Denied. The Bidder is required to provide their

equipment's Receive Signal Threshold. It is understood

that Receive Signal Threshold shall be based on

modulation, bandwidth and

Page 7: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 7 of 87

signal sensitivity of BER

10-6 of -60dBm or better.

Please not that the Receive Signal Threshold Sensitivity (same as the

transmit Power) depends on the modulation and frequency used

which is based on the bidders

design.

frequency band which shall

be in accordance to bidder's link budget calculation,

however, it should still be -60dBm or better at BER10E-

6. Better Transmit Power

and Receive Signal Threshold translates to better system

gain, and DICT will also evaluate proposed radio

systems in this regard.

16

Technical Specifications Item 1.1.11 to .14, Page

84-85

1.1.11 the vendor shall propose Layer 3 routing

function and multiplexing,

and shall support L3VPN, L2VPN, native IP and

MPLS

1.1.12 the proposed

equipment shall support OSPF, 8GP route protocol.

1.1.13 the proposed

equipment shall have built-in MADM and ETH

switching platform to

cross connect service among different

directions.

1.1.14 the proposed

equipment shall support layer 2 and layer 3 frame

header compression functions.

kindly confirm that the bidder can propose a separate equipment that

can do layer 3 function and multiplex function

to require the radio its own layer 3

and multiplex functionality is a bit

restrictive to certain brands only.

Denied. It is required that L3 functions can be supported

by the same MW Radio System. Less footprint is an

advantage and adding a separate box corresponds to

Higher Opex (Spares, Power

consumption, Footprint, Maintenance)

17

Technical Specifications

Item 1.1.17,Page85

Ethernet Linear Protection Switching (G.8031)

Ethernet Ring Protection (G.8032v2)

Kindly confirm that the bidder can

propose a separate equipment that can do layer 3 function and

multiplexer function

to require the radio to have its own layer 3 and multiplexer functionality

Denied. It is required that L3

functions can be supported by the same MW Radio

System. Less footprint is an advantage and adding a

separate box corresponds to Higher Opex (Spares, Power

Page 8: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 8 of 87

is a bit restrictive to certain brands

only.

consumption, Footprint,

Maintenance)

18

Technical Specifications

item 1.1.17,Page85

Ethernet OAM (IEEE

802.3ah, IEEE 802.1ag, ITU-T Y.1731)

Kindly allow ANY of the listed

standards

Changed to:

● 10/100/1000 base - T/X

(IEEE 802.3) ● Ethernet VLANs (IEEE

802.3ac) ● Virtual LAN (IEEE

802.1Q) ● Class of Service (IEEE

802.1q/p) ● Provider Bridges (QinQ-

IEEE 802.1ad) ● Link Aggregation Group

(LAG) ● Ethernet Ring Protection

(G.8032v2) ● Ethernet OAM (IEEE

802.3ah, IEEE 802.1ag,

ITU-T Y.1731)

19

Technical Specifications

Item 1.1.20,Page85

Priority Management, the scheduling scheme should

support SP, WRR, DWRR, WFQ, SP+WRR,

SP+DWRR, SP+WFQ

Kindly allow ANY of the listed

standards

Offered MW Radio System

should be able to support the listed QoS functions.

Please comply to at least four (4) of the QoS

functions.

20

Technical Specifications Item 1.1.21,Page85

Congestion Management

Shall support Tail drop,

RED (Random early Detection) and WRED

(Weighted Random early detection)

Kindly allow ANY of the listed standards

Denied. Offered MW Radio System should be able to

support the listed QoS functions.

21

Technical Specifications

Item 1.1.22,Page85

the proposed equipment shall support port

blocking and mirroring

Kindly confirm that the bidder can

propose a separate equipment that can do layer 3 function and

multiplexer function

to require the radio to have its own layer 3 and multiplexer functionality

Denied. It is required that L3

functions can be supported by the same MW Radio

System. Less footprint is an advantage and adding a

separate box corresponds to Higher Opex (Spares, Power

Page 9: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 9 of 87

- Port blocking feature is

possible to prevent forwarding of frames

from a given ingress port to one or more egress

ports. with port blocking,

flows of leaves can be isolated to each other in a

tree topology

- Supports port based

mirror function; the messages from input,

output or both directions of observed interface are

copied intact to the observing interface. this

is to be used for testing

and maintenance of the traffic without traffic

interruption.

is a bit restrictive to certain brands

only.

consumption, Footprint,

Maintenance)

22

Technical Specifications

Item 1.3,Page86

Synchronization

the system shall manage synchronous Ethernet

(according to ITU-UG.8261, 8262,8264) on

both FE and GE interface

kindly allow ANY of the listed

standards

Denied. Offered MW Radio

System should be able to

support the stated Synchronization standards.

23

Technical Specifications Item 1.6,Page86

Scalability

the equipment shall

support multinodal ODUs on one IDU with

minimum of 4 ODUs up to 12 ODUs or above

without cascade and shall

support 1+0 2+0, 1+1 HSB/SD/FD, XPIC

Configuration

Please confirm that this is applicable for split type systems only (for IDU

only)

this portion on "scalability" were

entered twice

Denied. This RFP requires Bidder to propose

Outdoor/Split-Type Radio Systems only. The scalability

should be applicable to

whole system offered.

Noted on the duplicated entry. Reply to the

compliance twice, as well.

24

Technical Specifications

Item 1.10.1,Page87

the prefered equipment

Please confirm that NMS (server

software/hardware) shall be installed at one (1) central site only

To be determined during

project implementation.

Page 10: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 10 of 87

should be managed with

unified NMS with Optical transmission equipment.

where will be this central site?

25

Technical Specifications Item 1.11,Page87

Scalability the proposed equipment

shall support twelve (12) Radio Directions or above

without cascade, and

shall support 1+0, 2+0., 1+1 HSB/SD/FC, (CE)

Certificate.

Please confirm that this is applicable for split type systems only (for IDU

only)

this portion on "scalability" were

entered twice

This RFP requires Bidder to propose Outdoor/Split-Type

Radio Systems only. The

scalability should be applicable to whole system

offered.

Noted on the duplicated

entry. Reply to the compliance twice, as well.

26

Technical Specifications

Item 1.12.1,Page87

the offered equipment

shall comply with the chartered engineer (CE)

Certificate

Please double check this requirement

since this section refers to the CE certificate of the equipment.

Therefore, MEF CE is more

appropriate. Carrier Ethernet Certificate and not Chartered

Certificate.

Chartered Certificate refers personnel

credential for all types of engineering discipline.

CE Markings should be

clearly visible in the offered MW Radio System. The CE

Certification certifies that

your equipment is compliant to the requirements of

Health & Safety, Electromangetic

Compatibility and Effective &

Efficient Use of Radio Spectrum. Provide any CE

Certification.

27

Technical Specifications

Item 1.14.1.1,Page88

4 channel Network DVR

please confirm that the bidder shall

propose CCTV for the repeater sites only

this item should be NVR to accommodate IP cameras (DVR is for

analog cameras)

Changed to: 4 channel

Network NVR

28

Technical Specifications

Item 1.14,Page91

Access Road

this involves installation of route between main

road to site location. the

access road shall accommodate vehicles

that deliver materials to site area. the road

surface and base course is made of compacted

the timeline given is not enough to

include this scope given also the fact

that there are no specific details provided (e.g distance from main

road to site, right of way, etc.)

during the implementation, the

contractor shall be able to haul all the necessary equipment, tools etc.

to the site without having to construct access road using tramline

or other appropriate means

Changed to: This involves

installation of route between

main road to site location. The access road shall

accommodate vehicles that deliver materials to site area.

The road surface and base

course is made of compacted aggregates. The total width

of the road is 3.2m with sloping grade of 2-3% at

each end. The canal has an incline slope of 5%. If not

Page 11: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 11 of 87

aggregates. the total

width of the road is 3.2m with sloping grade of 2-

3% at each end. the canal has an incline slope

of 5%

feasible the winning bidder

can suggest other alternatives with

coordination and approval of DICT.

29

Technical Specifications Item 1.16.3, Page 92

All towers shall have

design wind velocity of

300kph

please allow the bidder to propose the required wind velocity based on

the area of the site.

Denied.

30

Technical Specifications

Item 1.17,Page92

Assumption of 100kpa for allowable soil bearing

capacity, capacity may

change depending on environment and soil

classification of different site locations

if in the event that the site provided

by DICT did not pass the soil test results, DICT shall be amenable for

variation for redoing the soil investigation, survey, testing, etc. on

another site

Denied.

31

Technical Specifications,

Page 92-93

Payment Terms Advance payment subject

to submission of an irrevocable letter of credit

or bank guarantee issued

by a universal or commercial bank

pursuant to Section 4.5 of Annex D of the Revised

IRR of RA 9184-15%

Upon Completion of site

survey-15%

Upon onsite delivery of IP

Microwave Radio System Hardware- 40%

Upon Completion of

Agreed testing- 15%

Upon Completion of

Please confirm

- that progress billing (except for the

advance payment) is on a per site/link basis.

-if in the event that DICT failed to

acquire the site, all delivered

equipment that were not installed due to this lack of site shall be

deemed final accepted and bidder are allow to bill/collet 100% due to

the said sites/link.

-if the repeater site is not feasible,

DICT shall provide new repeater site, otherwise, the delivered equipment

shall be deemed final accepted and

bidder are allow to bill/ collect 100% due to the said sites/link

- DICT accept Progress

billing per site/link basis

- Denied. After the

completion of site

acquisition and the confirmation of access

road's and repeater site’s feasibility by DICT,

bidder should cause the

manufacturing of equipment. Upon

delivery of IP Microwave Radio System hardware

to bidder’s centralized

warehouse, DICT should pay 40% of contract

amount as written in payment milestone.

- Denied. Bidder shall be

allowed to perform site

Page 12: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 12 of 87

training -5%

Upon Project Acceptance

- 10%

inspection before start of

manufacturing of equipment to confirm

the feasibility of the equipment to the areas.

A final BOM and link

design will be submitted before proceeding to

manufacturing of equipment.

32

fuel to be provided for the generator

sets shall be for testing purposes only. Upon acceptance of the site,

fuel shall be DICT's responsibility

Yes.

33 Technical Bid form, Page

116

Please confirm that there is no

"tower" entry in the technical Bid form

Yes. Technical Bid form will

be revised.

34

Technical Bid form item

6, Page119

Delivery period

two hundred Seventy (270) calendar days from

receipt of notice to

proceed

Please allow the delivery lead time to

commence counting upon receipt of

[purchase order and not from NTP date.

Please allow extension of delivery

lead time to 18 months. it is

impossible to deliver goods like microwave radio and tower ina

matter of 270 days since manufacturer of radio can commence

only after survey, approval of tssr, approval of design application of NTC

and approval of frequency, acquiring

final frequency, soil testing, awaiting soil test results (month at least),

fabrication of tower, hauling, access road, installation. etc.

“DICT would keep delivery

period as 270 days on

condition that the completion of site acquisition and the

confirmation of access road's feasibility is finished by DICT

without any delay.

If completion of site acquisition and the

confirmation of access road's feasibility is not performed

by DICT on timely manner, the delivery lead time should

be extended accordingly.

The starting of point of counting delivery lead time

for Milestone #2 & #4 described in Page80 should

be after the completion of

site acquisition, confirmation of access road's feasibility by

DICT.”

35

Detailed Financial

Breakdown, Page 124

Engineering services

(site survey, design and technical documents,

radio license permit and structural integrity test)-

please confirm the final total

number of links. there are several

entries that have discrepancy.

Change to: Detailed

Financial Breakdown, Page

124

Engineering services (site survey, design and

technical documents, radio license permit and

Page 13: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 13 of 87

19links

installation, testing

commissioning and acceptance of the

systems-31 links

structural integrity test – 33

links

installation, testing commissioning and

acceptance of the systems

– 33 links

36

Please confirm

Dict shall provide access pass for ALL existing sites (including

PAGASA, DICT, NGCP, LGU, co-

location sites etc.) AND repeater sites

YES.

37

Please confirm Space/radio room for the

equipment and AC power supply (commercial Electricity) for all the

existing sites shall be DICT's

responsibility

To be determined during site survey.

38

Please confirm

Structural integrity and stability of all existing towers shall be the

responsibility of DICT

in the event that after the survey, the vendor concluded that the tower

is not structurally safe. DICT shall be responsible for the retrofitting, and

other tower works and ensure that

the tower is ready for installation after the retrofitting activity.

dict shall provide "certificate if

tower's readiness for the installation

"prior to the vendor mobilization and installation of MW radio.

Yes. DICT will be responsible

for the structural integrity and integrity of all existing

towers.

Yes. DICT will be responsible

for the all the work to be done.

Yes.

39

please confirm DICT shall ensure sufficient tower

height for all existing towers.

Otherwise, DICT shall conduct retrofitting of these existing towers

Please refer to site details for LOS Study. Bidder shall be

allowed to perform site

inspection before start of manufacturing of equipment

to confirm the feasibility of the equipment to the areas.

A final BOM and link design will be submitted before

Page 14: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 14 of 87

proceeding to manufacturing

of equipment.

40

please confirm

warehousing of delivered equipment

bidder to deliver the equipment to

DICT's warehouse

Winning Bidder shall provide

a warehouse or staging area for the project

41

Please confirm

safety and security of delivered

equipment

DICT shall be responsible for the

safety and security of all delivered equipment to their warehouse and

on site. in the event that there is a pilferage incident after the accepting

the delivered equipment, vendor

shall bear no additional cost due to the incident.

Winning Bidder shall provide

a warehouse or staging area for the project.

42

Please confirm DICT shall be responsible for

securing RIGHT OF WAY for the

repeater stations or whatever is applicable.

Yes.

43 Please confirm that "Commercial

Electricity" shall be DICT's

responsibility

Yes.

44

Kindly provide list and info of existing

and repeater sites include

coordinates, tower info (tower height, tower type), property

acquisition status, availability of commercial power, etc.

Please refer to side

coordinates

45

kindly provide conceptual design

(placement of tower generator, shelter, etc) for the repeater sites.

Bidder shall provide

conceptual design during site survey

46

We request to remove the requirement for "affidavit of site

inspection prior awarding of the

bidas this will delay the timeline and will incur additional cost apart from

the site survey required in the Schedule of Requirements.

Affidavit of site inspection shall be submitted after site

survey

Page 15: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 15 of 87

47

the list of tower heights and quantity

for sites that need tower and facilities were mentioned during the pre-bid

conference. Please provide FINAL list of tower heights and quantity through

SBB for everybody's reference

Please refer to site

coordinates

48

Bid Data Sheet ITB Clause 5.4, Page 40

The bidder must have

completed , within past

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.

We request to allow similar contract within the past ten (10) years from

the date of submission.

Denied

49

The bidder must hold a minimum of 20 years

PCAB License in General Engineering on or before

the date of the bid

opening, with a AAA Category. (In case of

renewal, the bidder shall submit official receipt on

the filling of the application for renewal of

PCAB License). The

bidder must also hold a PCAB License in

Communication Facilities with a least Medium A

Category for the last five

years before the date of opening

Will it be possible to waive this qualification considering the

restriction or challenge of some bidders for the issuance of a PCAB

license particularly major bidders

who has done nationwide IP Microwave radio deployment at

telecom (telco) companies but were not required such certification

Change to:

The bidder must hold a PCAB

License with Category AAA in General Engineering for a

minimum of two (2) years on

or before the date of the bid opening. For joint venture, at

least one of the JV should comply to this requirement.

50

Link Requirements and Equipment Characteristics

1.1.1. IP Microwave

radio should either be Outdoor/Split system,

must adopt modular design, the service boards

can be plugged/ unplugged.

a. Does outdoor system mean full outdoor? If yes, what is the

requirement for full outdoor system

since the document specifies split system?

B. Full outdoor system does not have service board, is it acceptable?

C. Control unit required to be 1+1 Hot standby, does it mean there is

no need to have the whole split

A. The Outdoor/Split-Type System pertains to MW

Radio Systems that are Split-

Type with Outdoor Unit. MODEM Part is indoor while

TX/RX (RF) Part is outdoor. B.Full Outdoor is not

preferred in this RFP. MODEM and INTERFACE part

should be easily accessed for

Page 16: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 16 of 87

In case of a Split System,

1.1.1.1. IDU shall

support cascading; 1.1.1.2. IDU must have

an attached cooling

system. 1.1.1.3. The distance

between IDU and ODU can support at least 100

meters

1.1.1.4. Control unit is required to be

configurable to 1+1 Hot standby.

mount system (IDU+ODUS) in 1+1

Hot standby?

ease in O&M.

C. The Control Unit should be redundant. Traffic shall

be protected through RTA for more than 1 RF

canannels. However, the

offered system should be able to support 1+0, 2+0,

1+1 HSB/SD/FD, XPIC Configuration. Where SD

configuration shall be used

for overwater propagation, when necessary, to counter

fading due to reflection.

51

1.1.2. Capacity: The desired microwave IP

radio should have a

guaranteed link capacity of at least 200Mbps (Full

Duplex) upgradeable to 2Gbps. The vendor shall

propose any suitable

configurations to meet the desired requirements

by the DICT, all subject to review and approval of

DICT.

What does upgradeable to 2Gbps entails? Is it via large

bandwidth/channel spacing like 112

MHz or via adding more RF Channels/carriers?

The requirement of the MW Radio to be able to support

upgraeability up to 2Gbps

can be a combination of increased modulation,

increased bandwidth and additional RF channels.

52

1.1.4. Reliability Methods:

ITU-R P.530-7/8 with

Fade Margin of at least 35dB (minimum).

35dB Fade Margin will entails the use

of larger antenna size to cater to the

short period of average path condition is there a limit to the size

of the antenna?

There is no limit to the size

of the antenna, however, if

other vendors can propose smaller size antennas it

means that their radio system is more superior in

terms of sytem gain and in

consideration of other losses.

53

1.1.5. Modulation: The

equipment shall support modulation schemes with

full range of hitless and

errorless Adaptive Coding Modulation (ACM). ATPC

and ACM can work together at same time,

increasing TX power of ATPC function should be

made prior to dropping

35dB Fade Margin will entails the use

of larger antenna size to cater to the short period of average path

condition is there a limit to the size

of the antenna?

There is no limit to the size

of the antenna, however, if other vendors can propose

smaller size antennas it

means that their radio system is more superior in

terms of sytem gain and in consideration of other losses.

Page 17: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 17 of 87

modulation mode of ACM.

When the modulation is adjusted to lower level

modulation scheme, the max TX power of the

radio should be adjusted

to the corresponding level in real time.

• Shall support the

following modulation

schemes without any hardware change or

additional boards: QPSK, 16QAM, 32QAM, 64QAM,

128QAM, 256QAM, 512 QAM, 1024QAM

whichever is applicable

per site.

54

1.1.5. Modulation: The

equipment shall support modulation schemes with

full range of hitless and

errorless Adaptive Coding Modulation (ACM). ATPC

and ACM can work together at same time,

increasing TX power of ATPC function should be

made prior to dropping

modulation mode of ACM. When the modulation is

adjusted to lower level modulation scheme, the

max TX power of the

radio should be adjusted to the corresponding level

in real time.

• Shall support the

following modulation schemes without any

hardware change or additional boards: QPSK,

16QAM, 32QAM, 64QAM, 128QAM, 256QAM, 512

QAM, 1024QAM

Is 409QAM mandatory since such a

high modulation can only caters to very short distance depending on the

frequency band?

The modulation scheme of

4096QAM may not be required in the hops in this

project, however, it still have

to be at least supported, in case we need higher

capacity or reallocation with higher capacity requirement.

Page 18: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 18 of 87

whichever is applicable

per site.

55

1.1.6. Frequency: The

equipment shall support all licensed bands L6 to

42 GHz. ODU that is tunable to the whole

frequency is preferred.

Vendors shall state what kind of free tunable ODU

can be provided. Self-frequency scan is

required.

Is tunable frequency refers to the

whole band within the diplexer range? Is self-frequency scar can

refer to build-into the licensed band microwave transmission system? All

frequency pair spots have to apply to

NTC and need to scan first at site before the installation of microwave

transmission system and such RFI has to be performed at site.

ODUs to be used should be

sub-band free, provide such information in your proposal

to identify which frequency bands are supported.

Self-freqeuncy scanning can

also be defined as being able to check for the suitable

point frequency to be used using the installed ODUs and

having the opposite station

in mute mode for transmitting, then checking

at local station if interferences are observed.

56

1.1.10. Receive Signal Threshold Sensitivity: The

radio equipment must

have signal sensitivity of BER 10-6 of -60dBm or

better.

What is the bandwidth and modulation for a receiver threshold

of 60dBm @BER 10 -6.

The Receiver Threshold Level shall be based on Bidder's

Link Budget Calculation.

Clearly state the Receive Threshold Level according to

the modulation, bandwidth and freqeuncy band used,

but should be -60dBm or

better at BER10E-6.

Page 19: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 19 of 87

57

1.1.13. The proposed

equipment shall have built-in MADM and ETH

switching platform to cross-connect service

among different

directions.

Since the desired microwave system

is all IP, is it necessary to have built-in MADM?

Yes, it is. The switching

capacity should be easily be stated in Vendor's MW Radio

System Catalogue.

58

1.1.17. Ethernet feature.

The proposed equipment shall support, but not

limited to, the following

services and standards: ● 10/100/1000 base -

T/X (IEEE 802.3) ● Ethernet VLANs (IEEE

802.3ac) ● Virtual LAN (IEEE

802.1Q)

● Class of Service (IEEE 802.1q/p)

● Provider Bridges (QinQ-IEEE 802.1ad)

● Link Aggregation

Group (LAG) ● Ethernet Linear

Protection Switching (G.8031)

● Ethernet Ring Protection (G.8032v2)

● Ethernet OAM (IEEE

802.3ah, IEEE 802.1ag, ITU-T Y.1731)

● RFC 1349: IPv4 TOS ● RFC 2460: IPv6 Traffic

Classes

● RFC 2474: IPv4 DSCP

Ethernet OAM - is compliance to ITU-

Y-1731 good enough since it is an ITU standard applicable for the

world.

Denied.

59

1.1.20. Priority

Management, the scheduling scheme should

support SP, WRR, DWRR,

WFQ, SP+WRR, SP+DWRR, SP+WFQ

Priority Management - Is compliance

to a few scheduling schemes good enough?

Offered MW Radio System

should be able to support the listed QoS functions.

Please comply to at least

four (4) of the QoS functions.

60

1.1.21. Congestion Management shall

support Tail drop, RED (Random Early Detection)

Congestion Management - Is compliance good enough/

Denied. Offered MW Radio System should be able to

support the listed QoS functions.

Page 20: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 20 of 87

and WRED (Weighted

Random Early Detection)

61

The equipment shall

support multi-nodal ODUs on one IDU with

minimum of 4 ODUs up to

12 ODUs or above without cascade and shall

support 1+0, 2+0, 1+1 HSB/SD/FD, XPIC

Configuration

Do the minimum of 4 ODUs up tp 12

ODUs or above refers to the RF carriers?

Yes, it refers to the no. of

RFs as well. It can also mean the no. of directions it can

support in nodal

configuration.

62

1.8.1. The antenna should be a dual

polarized-high performance with

radome. Vendor shall provide single and dual

polarized antennas

covering 6 to 42GHz frequency. The antenna

system should withstand a wind loading of at least

300kph. Must be

adaptable to the NTC allowed frequencies to be

used.

Which antenna type, single or dual polarized should the vendor provide

as there is a conflict with the earlier statement?

The Bidder shall propose either Single or Dual

Polarized antenna depending on the design and

configuration of the link. Bidder shall provide the most

cost effective solution for

this requirement.

63

1.11. Scalability

The proposed equipment shall support twelve (12)

Radio Directions or above

without cascade, and shall support 1+0, 2+0,

1+1 HSB/SD/FC, XPIC Configuration.

Does the cascade refer to IDUs only? Yes, it refers to IDU only.

64

1.1.6 Frequency: The

equipment shall support all licensed bands

L6 to 42 GHz. ODU that is tunable to the whole

frequency (subband

free). Vendors shall state what kind of free tunable

ODU can be provided. Self-frequency scan is

required.

Is this a mandatory item for vendors

to comply? Tunable ODU is not a common practice and does not

comply with your IP66 requirement.

ODUs to be used should be

sub-band free, provide such information in your proposal

to identify which frequency bands are supported.

ODU's IP66 compliance is

non-negotiable.

Page 21: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 21 of 87

65

1.11 The proposed

equipment shall support twelve (12) Radio

Directions or above without

cascade, and shall

support 1+0, 2+0, 1+1 HSB/SD/FC, XPIC

Configuration.

Is (12) Radio Directions needed at

day 1? What is the minimum radio directions based on actual project

requirement?

The 12 Radio Directions will

not be applied on Day-1, however, it should be

supported on Day-1 by the offered MW Radio

equipment. The actual

project requirement for no. radio directions will be based

on Bidder's design.

66

1.1.11 The vendor shall

propose Layer 3 routing

function and multiplexing, and shall

support L3VPN, L2VPN, Native IP and

MPLS.

Can vendor propose SDN which can

manage the L3 VPN instead of

relying on L3 Equipment Router? This will simplify the operation and

maintenance of the network and will not increase the cost of equipment.

Denied.

67

1.8.3.3 Ingress

Protection: IEC 60529

IP66

Having Tunable ODU does not

comply with IP66. Please confirm

item 1.

Denied. ODUs to be used

should be sub-band free,

provide such information in your proposal to identify

which frequency bands are supported.

ODU's IP66 compliance is

non-negotiable.

68

1.1.4. Reliability Methods:

ITU-R P.530-7/8 with Fade Margin of at least

35dB (minimum).

Faded margin reduced to 25db

instead of 35db. Most Microwave vendors does not support 35db fade

margin.

Denied. Please comply to the

Fade Margin (35dB) and Availability (99.99%)

requirement.

69

1.1.7. Channel Spacing:

Shall support between 7

to 112 MHz

The TOS is old version developed in

1992, it was replaced and adapted

by almost all Microwave manufacturers with RFC2474:IPv4

DSCP. We highly suggest to adapt the latest RFC2474:IPv4 DSCP

instead of the old RFC1349:IPv4

TOS.

DICT cannot see the relation

of the inquiry to the clause.

Reference: Please comply to the stated Channel Spacing

range.

70

1.1.17. Ethernet feature.

The proposed equipment shall support, but not

limited to, the following

services and standards: ● RFC 2460: IPv6 Traffic

Classes

We respectfully suggest to delete

this requirement since all Microwave vendors support VLAN to classify

IPv6 traffic.

IPv6 DSCP compliance is also

acceptable.

71 1.1.20. Priority

Management, the

We respectfully suggest to delete

this requirement, based on our study

Offered MW Radio System

should be able to support

Page 22: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 22 of 87

scheduling scheme should

support SP, WRR, DWRR, WFQ, SP+WRR,

SP+DWRR, SP+WFQ

there are only very few microwave

manufacturers who can comply on this requirement.

the listed QoS functions.

Please comply to at least four (4) of the QoS

functions.

72

1.8.1. The antenna

should be a dual

polarized-high performance with

radome. Vendor shall provide single and dual

polarized antennas

covering 6 to 42GHz frequency. The antenna

system should withstand a wind loading of at least

300kph. Must be adaptable to the NTC

allowed frequencies to be

used.

No tower will survive a 300Kph wind

speed, it doesn't make sense to keep

the equipment in the tower if there is an incoming typhoon that packs a

wind speed of 300kph. We respectfully suggest to reduce the

wind speed requirement from

300Kph to 200Kph.

Denied. Comply to the

300kph wind survival rating

for antenna.

73

1.8.2.5. Dustproof and

waterproof and must be IP66 Compliant

The antenna is passive component, it

is not a practice in the industry or among microwave manufacturers to

have water Ingress protection specs

on the antenna. We respectfully suggest that this requirement be

deleted.

This item is meant for the

ODUs of your MW Radio Systems. However, the

antenna are already built for

outdoor use and should not be an issue.

74

Eligibility Documents: On

the eligibility requirement. The bidder must have

completed within the past

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 "similar in

contracts" shall mean completed projects

related to Supply,

Installation, Detailed Design, Testing and

Commissioning, or Operation and

Maintenance Support of IP Microwave Radio

Communications System.

In order to accommodate more

eligible bidders, we respectfully suggest that the SLC eligibility

requirement be amended to the ff:

The bidder must have completed within the past ten (10) years from

the date of submission and receipt of at least two (2)completed contract of

similar nature amounting to at least

fifty percent (25%) of the ABC "similar in contracts" shall mean

completed projects related to Supply, delivery and installation of wired and

wireless systems, or ICT project with

Wired and Wireless Network Infra that is nationwide in scope, or any IP

Microwave Radio Communications System.

Denied.

Page 23: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 23 of 87

75

1.1.12. The proposed

equipment shall support OSPF, BGP route

protocol.

The proposed equipment shall

support OSPF, BGP route protocol. The equipment should support

hardware-based BFD, the minimum interval for sending probe packets

should be 3.3ms.

The 802.1ag standard defines the

minimum interval for sending OAM detection packets at 3.3ms in order

to realize fast switching when

detects failure. Is fast switching (during failure detection) standard

important to DICT?

Denied. Please comply to the

listed standard, as well as to 802.1ag.

76

On the UPS requirement, do you

have required Battery Backup Time for the Microwave Radio IDU and

ODU.

15 Mins

77

On the General requirements please advise the required fuel running

capacity in hours of Genset fuel tanks.

To be determined during project implementation.

78

Will dry contracts from Electrical

Power Systems be sufficient for the monitoring of alarms via the NMS?

Yes.

79 Are we going to apply for a separate

KwHr meter from the local Electric

Utility for each facility?

To be determined during site survey.

80

Please advise the approximate land

area that will be provided for the

side development of each site.

To be determined during site

survey.

81

Will there be no Environmental

Alarms required within the Equipment Shelter?

Equipment must support

environmental alarms using dry contacts

82 For the CCTV camera, please advise

the required camera resolution.

2688 x 1520

83

The bidder must hold a

minimum of 20 years PCAB License in General

Engineering on or before

the date of the bid opening, with an AAA

Category. (In case of renewal, the bidder shall

Is this a mandatory requirement?

What if we have a lower PCAB license with corresponding lower

year of holding requirement – can

we use the said license and still be eligible to bid?

Change to:

The bidder must hold a PCAB License with Category AAA in

General Engineering for a

minimum of two (2) years on or before the date of the bid

Page 24: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 24 of 87

submit official receipt on

the filling of the application for renewal of

PCAB License.). The bidder must also hold a

PCAB License in

Communication Facilities with a least Medium A

Category for the last five years before the date of

the opening.

opening. For joint venture, at

least one of the JV should comply to this requirement.

84

1.1.6. Frequency: The equipment shall support

all licensed bands L6 to 42 GHz. ODU that is

tunable to the whole frequency (sub- band

free). Vendors shall state

what kind of free tunable ODU can be provided.

Self-frequency scan is required.

Is this a mandatory requirement? Usually Sub‐band free equipment

would mean that diplexers of the ODU’s are field replaceable which

would mean they need to be weatherproofed properly and may

risk water ingress on site. The

requirement being an all‐weather system should take into

consideration this disadvantage. Also, usually these types of

equipment would cost more and

would not prove beneficial to the project’s objective.

ODUs to be used should be sub-band free, provide such

information in your proposal to identify which frequency

bands are supported. ODU's IP66 compliance is non-

negotiable. Removable

items, such as diplexers, are not preferred. ODUs should

have wide-band filters.

85

1.1.23. The proposed equipment shall support

bandwidth notification based on ITU Standard.

Is this a mandatory requirement? The equipment to be proposed would

support Layer 3 services which can be used to interface to any external

third‐party router. The

abovementioned feature would not really be needed and would only eat

up equipment resources if enabled.

The offered MW Radio System should be able to

support such requirement.

86

1.4. Security The

proposed equipment

should support SSL/SSH/SNMPV3 to

guarantee the securityof management.

SSL is a networking protocol used for

web clients and web servers which

does not apply to radio backhaul equipment, is this a mandatory

requirement? Because that would mean a firewall or another router

would be supplied together with the

equipment?

This is a security

management for the

communication between your MW Radio network

element and your NMS. Please comply to this

requirement.

87

1.12. Certifications

1.12.1. The offered equipment shall comply

with the Chartered Engineer (CE) Certificate.

Kindly elaborate please on the

Chartered Engineering certificate? And what particular equipment would

be certified?

CE Markings should be

clearly visible in the offered MW Radio System, usually in

your Transmitter/Receiver Units (or ODUs). The CE

Page 25: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 25 of 87

Certification certifies that

your equipment is compliant to the requirements of

Health & Safety, Electromangetic

Compatibility and Effective &

Efficient Use of Radio Spectrum. Provide any CE

Certification.

88

1.8. Antenna 1.8.1. The

antenna should be a dual

polarized-high performance with

radome. Vendor shall provide single and dual

polarized antennas covering 6 to 42GHz

frequency. The antenna

system should withstand a wind loading of at least

300kph. Must be adaptable to the NTC

allowed frequencies to

beused.

Most if not all antenna

manufacturers only sell 250KPH

rated antennas, I feel it better that this requirement be lowered down to

250KPH.

All antenna suppliers have

300kph capability. Please

comply to this requirement.

89 Kindly provide site coordinates in

order to check the design.

See site coordinates.

90

Please provide preliminary details of

existing towers and their structural plan for our review. Also, for the new

sites details of the lot should be

supplied.

See site coordinates.

91

Given that there are a lot of

requirements pertaining to tower retrofitting, access roads, civil works

and MW link design. Will there be a

preliminary survey to be conducted by the bidder in order to provide a

good proposal?

Bidder will be allowed to visit

the sites. Please see supplemental bid bulletin for

site coordinates.

92

If there would be initial surveys done

will DICT be accompanying the

bidders on the sites?

No.

93 Are all new sites complete acquired

by the Government?

No.

Page 26: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 26 of 87

94

ON the requirement of NMS – how

many servers are needed? And on the DCN plan what are the details of

the network in which the sites are to be connected on?

One Server and One Client.

DCN Plan to be dicuss by the winning bidder.

95

Need to relax requirement of PCAB. Change to:

The bidder must hold a PCAB License with Category AAA in

General Engineering for a minimum of two (2) years on

or before the date of the bid

opening. For joint venture, at least one of the JV should

comply to this requirement.

96

Is this a mandatory requirement? Usually Sub-band free equipment

would mean that diplexers of the

ODU’s are field replaceable which would mean they need to be

weather-proofed properly and may risk water ingress on site. The

requirement being an all-weather

system should take into consideration this disadvantage.

Also, usually these types of equipment would cost more and

would not prove beneficial to the project’s objective.

Yes, it is a mandatory requirement. ODUs to be

used should be sub-band

free, provide such information in your proposal

to identify which frequency bands are supported. ODU's

IP66 compliance is non-

negotiable. Removable items, such as diplexers, are

not preferred. ODUs should have wide-band filters.

97

Is this a mandatory requirement?

The equipment to be proposed would support Layer 3 services which can

be used to interface to any external third-party router. The above-

mentioned feature would not really

be needed and would only eat up equipment resources if enabled.

The offered MW Radio

System should be able to support such requirement.

98

1.4. Security The proposed equipment

should support

SSL/SSH/SNMPV3 to guarantee the securityof

management.

SSL is a networking protocol used for web clients and web servers which

does not apply to radio backhaul

equipment, is this a mandatory requirement? Because that would

mean a firewall or another router

This is a security management for the

communication between

your MW Radio network element and your NMS.

Please comply to this requirement.

Page 27: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 27 of 87

would be supplied together with the

equipment?

99

1.12. Certifications

1.12.1. The offered equipment shall comply

with the Chartered

Engineer (CE) Certificate.

Kindly elaborate please on the

Chartered Engineering certificate? And what particular equipment would

be certified?

CE Markings should be

clearly visible in the offered MW Radio System, usually in

your Transmitter/Receiver

Units (or ODUs). The CE Certification certifies that

your equipment is compliant to the requirements of

Health & Safety,

Electromangetic Compatibility and Effective &

Efficient Use of Radio Spectrum. Provide any CE

Certification.

100

1.8. Antenna 1.8.1. The

antenna should be a dual

polarized-high performance with

radome. Vendor shall provide single and dual

polarized antennas

covering 6 to 42GHz frequency. The antenna

system should withstand a wind loading of at least

300kph. Must be adaptable to the NTC

allowed frequencies to be

used.

Most if not all antenna

manufacturers only sell 250KPH

rated antennas, I feel it better that this requirement be lowered down to

250KPH.

All antenna suppliers have

300kph capability. Please

comply to this requirement.

101

Given that there are a lot of

requirements pertaining to tower retrofitting, access roads, civil works

and MW link design. Will there be a

preliminary survey to be conducted by the bidder in order to provide a

good proposal?

Bidder will be allowed to visit

the sites. Please see supplemental bid bulletin for

site coordinates.

102

If there would be initial surveys done

will DICT be accompanying the

bidders on the sites?

No.

103 Are all new sites complete acquired

by the Government?

No.

Page 28: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 28 of 87

104

ON the requirement of NMS – how

many servers are needed? And on the DCN plan what are the details of

the network in which the sites are to be connected on?

One Server and One Client.

DCN Plan to be discuss by the winning bidder.

105

We also would like to ask for the

Network Diagram for us to be able to address any issue on interoperability.

These are all new links, there

is no interoperability issue.

106

Clarification 1. - Can we provide single polarized if it will suffice the

link requirement?

-NMS was not in the specifications

but requires to provide in the proposal

Clarification 2 - Kindly provide details

on NMS requirement such as HW

Servers etc.

Clarification1: The Bidder shall propose either Single or

Dual Polarized antenna

depending on the design and configuration of the

link. Bidder shall provide the most cost effective solution

for this requirement.

Clarification 2: Provide 1

Main Server and 1 Client Server.

107

SBB No. 5

Deadline for Submission of Bids is 1 October 2019

12:00PM

The Date and time of Bid Opening is on 1 October

2019 1:30PM

We Request to extend the Bid

Submission and Opening from1

October 2019 to 31 October 2019 so that we can thoroughly prepare the

documentation relative thereto, among which is the JVA

documentation.

Denied

108

Schedule of Requirement Number 2, Page 80

Hauling delivery, supply

and installation of tower

and facilities materials

Within one hundred twenty (120) calendar

days after the approval of

detailed design, tests, plans, etc.

We request to extend the delivery lead time of towers from 120 days to

18 months upon approval due to the fabrication and hauling process of

towers

Denied

109

May we request another pre-bid conference to be conducted to

include the clarification from last pre-bid

Denied

Page 29: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 29 of 87

110

May we ask for an extension of the

bid deadline to October 18 instead of October 1 in the last bid supplement

Denied

111

Bid Data Sheet ITB Clause 5.4, Page 40

The Bidder must have completed within past

five (5) years from the date of submission and

receipt of at least one (1)

single contract of similar in nature amounting to at

least fifty percent (50%) of the ABC.

We request to allow any ICT or other Telecommunication Solution Projects

from a major telecom company

within ten (10) years.

This amount of project (microwave radio) is quite huge so the chances

of having the same size or amount

(50% ABC) as similar project name is a bit restrictive.

Denied

112

Kindly provide list for info for exisiting sites and repeater sites:

-Coordinates -Tower info (tower height, tower

type), -Property acquisition status,

-availability of commercial power

and/or genset, -Other pertinent info needed.

Please refer to site coordinates.

113 For the sites that need tower and

facilities, please provide FINAL list of

tower heights.

To be determined during Implementation.

ORIGINAL PROVISION AMENDED PROVISION

Section I. Invitation to Bid

Atty. Jiezl Gabrielle G. Reotutar OIC – Head, BAC Secretariat Department of Information and Communications Technology C.P. Garcia Avenue, Diliman, Quezon City Telephone No.: 920-0101 local 1101 Email Address: [email protected] Website: www.dict.gov.ph

Manuel Anthony S. Tan OIC Director, Procurement Service Department of Information and Communications Technology C.P Garcia Avenue, Diliman, Quezon Telephone No.: 920-0101 local 1101 Email Address: [email protected] Website: www.dict.gov.ph

Page 30: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 30 of 87

Section II. Instruction to Bidders

12. Documents Comprising the Bid: Eligibility and Technical Components

1.1 Unless otherwise indicated in the BDS, the first envelope shall contain the following eligibility and technical documents:

1. Eligibility Documents –

Class “A” 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; and

Statement of the Bidder’s SLCC similar to the contract to be bid, in accordance with ITB Clause 5.4, within the relevant period as provided in the BDS.

The two statements required shall indicate for each contract the following:

(ii.1) name of the contract;

(ii.2) date of the contract;

12. Documents Comprising the Bid: Eligibility and Technical Components

1.1. Unless otherwise indicated in the

BDS, the first envelope shall

contain the following eligibility

and technical documents:

1. Eligibility Documents –

Class “A” Documents:

(i) Registration Certificate from the

Securities and Exchange

Commission (SEC) for

corporations, Department of

Trade and Industry (DTI) for sole

proprietorship, or from

Cooperative Development

Authority CDA) for cooperatives.

(ii) Valid and Current

Business/Mayor’s Permit issued by

the city or municipality where the

principal place of business of the

prospective bidder is located OR the

equivalent document for Exclusive

Economic Zones or Areas.

(iii) Valid and Current Tax Clearance

issued by Philippines’ Bureau of

Internal Revenue (BIR) Accounts

Receivable Monitoring Division per

Executive Order 398, Series of 2005.

(iv) Copy of each of the following Audited Financial Statements for 2017 and 2016 (in comparative format or separate reports):

Page 31: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 31 of 87

(ii.3) contract duration;

(ii.4) owner’s name and address;

(ii.5) kinds of Goods;

(ii.6) For Statement of Ongoing Contracts - amount of contract and value of outstanding contracts;

(ii.7) For Statement of SLCC - amount of completed contracts, adjusted by the Bidder to current prices using PSA’s consumer price index, if necessary for the purpose of meeting the SLCC requirement;

(ii.8) date of delivery; and

(ii.9) end user’s acceptance or official receipt(s) or sales invoice issued for the contract, if completed, which shall be attached to the statements.

(iii) NFCC computation in accordance with ITB Clause 5.5 or a committed Line of Credit from a universal or commercial bank.

(iv.1) Independent Auditor’s Report;

(iv.2) Balance Sheet (Statement of Financial Position); and

(iv.3) Income Statement (Statement of Comprehensive Income)

(v) 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.

(vi) 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

Statement of the Bidder’s SLCC similar to the contract to be bid, in accordance with ITB Clause 5.4, within the relevant period as provided in the BDS.

The two statements required shall indicate for each contract the following: (ii.1) name of the contract; (ii.2) date of the contract; (ii.3) contract duration; (ii.4) owner’s name and address; (ii.5) kinds of Goods;

Page 32: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 32 of 87

(ii.6) For Statement of

Ongoing Contracts - amount of

contract and value of outstanding

contracts;

(ii.7) For Statement of SLCC -

amount of completed contracts,

adjusted by the Bidder to current

prices using PSA’s consumer price

index, if necessary for the

purpose of meeting the SLCC

requirement;

(ii.8) date of delivery; and

(ii.9) end user’s acceptance or official receipt(s) or sales invoice issued for the contract, if completed, which shall be attached to the statements.

(vii) Statement of Completed Single Largest Contract within the past five (5) years from the date of submission and receipt of bids equivalent to at least fifty percent (50%) of the ABC (Annex I-A)

(viii) NFCC computation in accordance with ITB Clause 5.5 or a committed Line of Credit from a universal or commercial bank.

SECTION III. BID DATA SHEET

Page 33: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 33 of 87

xii. Other technical documents which will be required for the project

i. The bidder must hold a minimum of 20 years PCAB License in General Engineering on or before the date of the bid opening, with an AAA Category. (In case of renewal, the bidder shall submit official receipt on the filling of the application for renewal of PCAB License.). The bidder must also hold a PCAB License in Communication Facilities with a least Medium A Category for the last five years before the date of the opening.

xii. Other technical documents which will be required for the project

i.The bidder must hold a PCAB License with Category AAA in General Engineering for a minimum of two (2) years on or before the date of the bid opening. For joint venture, at least one of the JV should comply to this requirement.

xii. Other technical documents which will be required for the project i.xxx ii.xxx

iii. Contractor shall submit resume of key personnel to be assigned to the project upon bid opening. These key personnel are the Professional Electronics Engineer (PECE), Project Manager, Project Engineer and Outside Plant Supervisor and six (6) support personnel; Structural Engineer.

xii. Other technical documents which will be required for the project

i.xxx ii. xxx

iii.Contractor shall submit resume of key personnel to be assigned to the project upon bid opening. These key personnel are the Professional Electronics & Communication Engineer (PECE) with minimum Seven (7) years experience in Communication Facilities, Project Manager, Project Engineer and Outside Plant Supervisor and six (6) support personnel.

(a) ELIGIBILITY DOCUMENTS –

Class “A” Documents:

(a) ELIGIBILITY DOCUMENTS –

Class “A” Documents:

Page 34: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 34 of 87

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.

a. Statement of Completed Single Largest Contract within the past five (5) years from the date of submission and receipt of bids 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

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 equivalent to at least ten percent (10%) of the ABC 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

i. Registration Certificate from the Securities and Exchange Commission (SEC) for corporations, Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority CDA) for cooperatives;

ii. Valid and Current Business/Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located OR the equivalent document for Exclusive Economic Zones or Areas;

In cases of recently expired Mayor’s / Business Permits, said permit shall be submitted together with the official receipt as proof that the bidder has applied for renewal with the period prescribed by the concerned local government units, provided that the renewed permit shall be submitted as a post-qualification requirement.

iii. Valid and Current Tax Clearance issued by Philippines’ Bureau of Internal Revenue (BIR) Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005;

iv. Copy of each of the following Audited Financial Statements for 2018 and 2017 (in comparative format or separate reports):

a. Independent Auditor’s Report; b. Balance Sheet (Statement of Financial Position); and

Page 35: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 35 of 87

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.

c. Income Statement (Statement of Comprehensive Income)

OR

Submission of valid and current PHILGEPS Certificate of Registration and Membership (Platinum Registration) together with Annex A in lieu of (Items i., ii., iii., iv.) Eligibility Documents. Note: Bidder must ensure that all Class “A” Eligibility Documents are valid and current at the time of submission of PHILGEPS Certificate of Registration and Membership (Platinum Registration). In case any of the submitted Eligibility Documents are not valid and current at the time of submission of Platinum Registration, bidders are required to submit the valid and current documents together with the Platinum Registration.

In case the bidder opt to submit their Class “A” Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA9184. “GPPB Circular 07-2017 dated 31 July 2017”.

v. 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

Page 36: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 36 of 87

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.

vi. 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).

vii. Statement of Completed Single Largest Contract within the past five (5) years from the date of submission and receipt of bids 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

viii. Duly signed Net Financial Contracting Capacity Computation (NFCC)* per Annex II, in accordance with ITB Clause 5.5 or a committed Line of Credit equivalent to at least ten percent (10%) of the ABC from a universal or commercial bank.

a. Should the bidder opt to submit NFCC, computation must at least be equal to the ABC of the project. Provided, however, for joint ventures, the partner

Page 37: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 37 of 87

responsible to submit the NFCC shall likewise submit the Statement of all its ongoing contracts and Audited Financial Statements. *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.

OR

b. Should the bidder opt to submit a Committed Line of Credit, it must be at least equal to ten percent (10%) of the ABC issued by a Local Universal or Local Commercial Bank.

Page 38: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 38 of 87

Class “B” Documents: (For Joint Venture)

v.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

CLASS “B” DOCUMENTS (FOR JOINT VENTURE)

v. 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:

1. Registration Certificate from the Securities and Exchange Commission (SEC) for corporations or from Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority (CDA) for cooperatives;

2. Valid and Current Business/Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located OR the equivalent

Page 39: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 39 of 87

of the Joint Venture partner constitutes compliance.

document for Exclusive Economic Zones or Areas;

In cases of recently expired Mayor’s / Business Permits, said permit shall be submitted together with the official receipt as proof that the bidder has applied for renewal with the period prescribed by the concerned local government units, provided that the renewed permit shall be submitted as a post-qualification requirement;

3. Valid and current Tax Clearance issued by Philippines’ Bureau of Internal Revenue (BIR) Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005;

4. Copy of each of the following Audited Financial Statements for 2017 and 2016 (in comparative form or separate reports):

a. Independent Auditor’s Report;

b. Balance Sheet (Statement of Financial Position); and

c. Income Statement (Statement of Comprehensive Income)

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.

OR

5. Submission of valid and current PHILGEPS Certificate of Registration and Membership (Platinum

Page 40: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 40 of 87

Registration) together with Annex A in lieu of the eligibility documents.

Note: Bidder must ensure that all Class “A” Eligibility Documents are valid and current at the time of submission of PHILGEPS Certificate of Registration and Membership (Platinum Registration). In case any of the submitted Eligibility are not valid and current at the time of submission of Platinum Registration, bidders are required to submit the valid and current documents.

● In case the JV Partners opt to submit their Class “A” Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA9184. “GPPB Circular 07-2017 dated 31 July 2017”

For item (ii) to (iv) of the required eligibility documents, submission by any of the Joint Venture partner constitutes compliance.

10.1 The Procuring Entity’s address is:

Department of Information and Communications Technology DICT Building, C.P. Garcia Avenue, Diliman, Quezon City Atty. Jiezl Gabrielle G. Reotutar Head, BAC Secretariat Department of Information and Communications Technology C.P. Garcia Avenue, Diliman, Quezon City

10.1 The Procuring Entity’s address is:

Department of Information and Communications Technology DICT Building, C.P. Garcia Avenue, Diliman, Quezon City Atty. Manuel Anthony S. Tan OIC Director, Procurement Service Department of Information and Communications Technology C.P. Garcia Avenue, Diliman, Quezon City

Page 41: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 41 of 87

Telephone No.: 920-0101 local 3021 Email Address: [email protected] Website: www.dict.gov.ph

Telephone No.: 920-0101 local 3020 Email Address: [email protected] Website: www.dict.gov.ph

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. *Note: If in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder’s country, and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines.

x. Valid and current ISO 9001 Quality Management System Certificate issued to the manufacturer by an Independent Certifying body;

*Note: If in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder’s country, and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines;

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

ix. Valid and Current Certificate of Distributorship / Dealership/ Resellership of the main products being offered (IP Microwave Radio), 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. *Note: If in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder’s country, and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines.

x.Valid and current ISO 9001 Quality Management System Certificate issued to the manufacturer (IP Microwave Radio) by an Independent Certifying body; *Note: If in foreign language other than English, it must be accompanied by a translation of the documents in English. The documents shall be translated by the relevant foreign government agency, the foreign government agency authorized to translate documents, or a registered translator in the foreign bidder’s country, and shall be authenticated by the appropriate Philippine foreign service establishment/post or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines;

xi. Provision is deleted.

Page 42: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 42 of 87

notify the DICT accordingly of the new service centers with telephone numbers and address who can provide the needed parts, supplies and service;

xii. Other technical documents which will be required for the project

i. Written Statement of the contractor signed by their authorized representative that they have at least five (5) years of direct experience on engineering, supply and delivery, installation, testing, and commissioning and experience in operations and maintenance of communications facilities network.

ii. Contractor shall submit resume of key personnel to be assigned to the project upon

bid opening. These key personnel are the Professional Electronics & Communication

Engineer (PECE) with minimum Seven (7)

years experience in Communication Facilities, Project Manager, Project Engineer and Outside

Plant Supervisor and six (6) support personnel.

iii. Valid and current ISO 9001 Quality Management System Certificate issued to the manufacturer of radio equipment by an Independent Certifying body.

iv. Written Statement of the equipment manufacturer signed by their authorized representative that all features offered and complied to must be available from the time of award.

v. Certification from National Telecommunications Commission (NTC) that the proposed Microwave IP Radio equipment is duly-type approved.

Written Certification from the equipment manufacturer signed by their authorized representative that they are in in good standing and reputation both in the Local and US, European, and ASIAN Market.

xii. Other technical documents which will be required for the project

i. Written Statement of the contractor signed by their authorized representative that they have at least five (5) years of direct experience on engineering, supply and delivery, installation, testing, and commissioning and experience in operations and maintenance of communications facilities network.

ii. Contractor shall submit resume of key

personnel to be assigned to the project upon bid opening. These key personnel are the

Professional Electronics & Communication

Engineer (PECE) with minimum Seven (7) years experience in Communication Facilities,

Project Manager, Project Engineer and Outside Plant Supervisor and six (6) support personnel.

iii. Valid and current ISO 9001 Quality Management System Certificate issued to the manufacturer of radio equipment by an Independent Certifying body.

iv. Written Statement of the equipment manufacturer (IP Microwave Radio) signed by their authorized representative that all features offered and complied to must be available from the time of award.

v. Certification from National Telecommunications Commission (NTC) that the proposed Microwave IP Radio equipment is duly-type approved.

Written Certification from the equipment manufacturer (IP Microwave Radio) signed by their authorized representative that they are in in good standing and reputation both in the Local and US, European, and ASIAN Market.

Page 43: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 43 of 87

Section V. Special Conditions of the Contract

5.1 The Procuring Entity’s addressee, address and contact person for Notices is:

ELISEO M. RIO, JR. Officer-In-Charge, Secretary Department of Information and Communications Technology DICT Building, C.P. Garcia Avenue, Diliman, Quezon City Telephone No.: +63-02-9200101 Contact Person JIEZL GABRIELLE G. REOTUTAR OIC - Head, BAC Secretariat Department of Information and Communications Technology C.P. Garcia Avenue, Diliman, Quezon City Tel. No. +63-2-9200101 local 3021 Email Address: [email protected] Website: www.dict.gov.ph

5.1 The Procuring Entity’s addressee, address and contact person for Notices is:

ELISEO M. RIO, JR. Undersecretary for Operations Department of Information and Communications Technology DICT Building, C.P. Garcia Avenue, Diliman, Quezon City Telephone No.: +63-02-9200101 Contact Person Atty. Manuel Anthony S. Tan OIC Director, Procurement Service Department of Information and Communications Technology C.P. Garcia Avenue, Diliman, Quezon City Tel. No. +63-2-9200101 local 3020 Email Address: [email protected] Website: www.dict.gov.ph

SECTION VI. SCHEDULE OF REQUIREMENTS

# DESCRIPTION

DURATION

(calendar days) DESCRIPTION

DURATION

(calendar days)

2 Hauling, delivery, supply and installation of tower and facilities materials

Within one hundred twenty (120) days after the approval of detailed design, tests, plans, etc.

Hauling, delivery, supply and installation of tower and facilities materials

Within one hundred twenty (120) days after the completion of site acquisition, confirmation of access road's feasibility by DICT, and approval of

Page 44: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 44 of 87

detailed design, tests, plan, etc.

4 Hauling, Delivery, Supply, Installation and Configuration of IP radio system, power system, NMS and other relevant works

Within one hundred and fifty (150) days after the approval of detailed design drawing, test, plans, etc., and upon receipt of Notice to Install/Approval Sheet of submitted requirements

Hauling, Delivery, Supply, Installation and Configuration of IP radio system, power system, NMS and other relevant works

Within one hundred fifty (150) days after the completion of site acquisition, confirmation of access road's feasibility by DICT, and approval of detailed design drawing, test, plans,

SECTION VII TECHNICAL SPECIFICATIONS

1.1 Link Requirements and Equipment Characteristics

1.1.6. Frequency: The equipment shall support all licensed bands L6 to 42 GHz. ODU that is tunable to the whole frequency (sub-band free). Vendors shall state what kind of free tunable ODU can be provided. Self-frequency scan is required.

1.1.6. Frequency: The equipment shall support all licensed bands L6 to 42 GHz. ODU that is tunable to the whole frequency (sub-band free). Vendors shall state what kind of free tunable ODU can be provided.

Page 45: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 45 of 87

1.1.17. Ethernet feature. The proposed equipment shall support, but not limited to, the following services and standards:

● 10/100/1000 base - T/X (IEEE 802.3) ● Ethernet VLANs (IEEE 802.3ac) ● Virtual LAN (IEEE 802.1Q) ● Class of Service (IEEE 802.1q/p) ● Provider Bridges (QinQ-IEEE 802.1ad) ● Link Aggregation Group (LAG) ● Ethernet Linear Protection Switching

(G.8031)Ethernet Ring Protection (G.8032v2)

● Ethernet OAM (IEEE 802.3ah, IEEE 802.1ag, ITU-T Y.1731)

● RFC 1349: IPv4 TOS ● RFC 2460: IPv6 Traffic Classes RFC

2474: IPv4 DSCP

1.1.17. Ethernet feature. The proposed equipment shall support, but not limited to, the following services and standards:

● 10/100/1000 base - T/X (IEEE 802.3)

● Ethernet VLANs (IEEE 802.3ac)

● Virtual LAN (IEEE 802.1Q) ● Class of Service (IEEE

802.1q/p) ● Provider Bridges (QinQ-

IEEE 802.1ad) ● Link Aggregation Group (LAG) ● Ethernet Ring Protection

(G.8032v2) ● Ethernet OAM (IEEE

802.3ah, IEEE 802.1ag, ITU-T Y.1731)

1.1.20. Priority Management, the scheduling scheme should support SP, WRR, DWRR, WFQ, SP+WRR, SP+DWRR, SP+WFQ

1.1.20 Priority Management, the scheduling scheme should support SP, WRR, DWRR, WFQ, SP+WRR, SP+DWRR, SP+WFQ. Winning bidder should at least comply to four (4) QOS functions.

1.14.1.1. 4-channel Network DVR 1.14.1.1 channel Network NVR

ANTENNA TOWERS

Towers to be assembled and installed shall be 3-legged/ Monopole Self-Supporting Tower or 4-legged self-supporting tower (as applicable, depending on the design)

Towers to be assembled and installed shall be Guyed Tower/ 3-legged/ Monopole Self-Supporting Tower or 4-legged self-supporting tower (as applicable, depending on the design)

1.11. SHELTER WORKS

This involves the installation of telecommunications equipment facilities with dimension of 4x4x3 (LxWxH) in meters, continous footing for CHB wall 6” thick, concrete slab roof with sloping grade provided with a concrete

OEM approved shelter, bidder to submit that proposed shelter is certified by the OEM. Shelter shall be made of pre fabricated polyurethane insulated parts with aluminium frame construction and design for marine environment are able to widthstand

Page 46: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 46 of 87

column as support. 1m wide and 2.7m height of steel door as entry to facility as per approved plan and specification

Philippine Wind & Seismic Zone Structural requirements. Protected against insect, radio frequency interference (RFI), insemsitive to salt water fungus and termites. This involves the installation of telecommunications equipment facilities with dimension of 4x4x3 (LxWxH) in meters, or continous footing for CHB wall 6” thick, concrete slab roof with sloping grade provided with a concrete column as support. 1m wide and 2.7m height of steel door as entry to facility as per approved plan and specification

1.14. ACCESS ROAD This involves installation of route between

main Road. To site location. The access road shall Accommodate vehicles that deliver materials

to site area. The road surface and base course is made of compacted aggregates. The total

width of the road is 3.2m with sloping grade of 2-

3% at each end. The canal has an incline slope of

5%.

1.14. ACCESS ROAD This involves installation of route between main road. To site location. The access road shall accommodate vehicles that deliver materials to site area. The road surface and base course is made of compacted aggregates. The total width of the road is 3.2m with sloping grade of 2-3% at each end. The canal has an incline slope of 5%. If not feasible the winning bidder can suggest other alternatives with coordination and approval of DICT.

No original provision. BIDDER’S QUALIFICATION The bidder must be ISO 9001: 2015 certified (Quality Management System), for joint venture agreement, at least one of the JV should be ISO 9001: 2015 certified.

Payment Terms: Payment Terms:

Payment Milestones Progress

Payment Milestones Progress

Page 47: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 47 of 87

Advance Payment subject to submission of an irrevocable letter of credit or bank guarantee issued by a universal or commercial bank pursuant to Section 4.5 of Annex D of the Revised IRR of RA 9184

15% Advance Payment subject to submission of an irrevocable letter of credit or bank guarantee issued by a universal or commercial bank pursuant to Section 4.5 of Annex D of the Revised IRR of RA 9184

15%

Upon Completion of Site Survey 15% Provision Deleted

Upon onsite delivery of IP Microwave Radio System Hardware

40% Upon delivery of IP Microwave Radio/antenna System Hardware to supplier’s centralized warehouse

40%

Upon completion of Agreed Testing

15% Upon delivery, hauling, installation of towers and accessories and completion of Agreed Testing Per Link, and upon installation of IP Radio, Antenna, power system, NMS and its accessories Payment is per completed site/link: *number of links pro rated at 30% for this milestone

30%

After completion of Training 5% After completion of Training 5%

Upon Project Acceptance 10% Upon Project Acceptance 10%

No original provision. OTHER TECHNICAL DOCUMENTS Other technical documents which will be required for the project

i. The bidder must hold a PCAB License with Category AAA in General Engineering for a minimum of two (2) years on or before the date of the bid opening. For joint venture, at least one of the JV should comply to this requirement.

Page 48: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 48 of 87

ii. Written Statement of the contractor

signed by their authorized representative that they have at least five (5) years of direct experience on engineering, supply and delivery, installation, testing, and commissioning and experience in operations and maintenance of communications facilities network.

ii. Contractor shall submit resume of key personnel to be assigned to the project upon bid opening. These key personnel are the Professional Electronics & Communication Engineer (PECE) with minimum Seven (7) years experience in Communication Facilities, Project Manager, Project Engineer and Outside Plant Supervisor and six (6) support personnel.

iv. Valid and current ISO 9001 Quality Management System Certificate issued to the manufacturer of radio equipment by an Independent Certifying body.

v. Written Statement of the equipment manufacturer signed by their authorized representative that all features offered and complied to must be available from the time of award. vi. Certification from National Telecommunications Commission (NTC) that the proposed Microwave IP Radio equipment is duly-type approved.

Page 49: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 49 of 87

vii. Written Certification from the equipment manufacturer (IP MICROWAVE RADIO) signed by their authorized representative that they are in good standing and reputation both in the Local and US, European, and ASIAN Market.

SECTION XIII. TECHNICAL BID FORM

a. IP Microwave Radio b. Battery c. Rectifier d. Generator Set e. Antenna f. CCTV Camera

a. IP Microwave Radio b. UPS/Battery c. Rectifier d. Generator Set e. Antenna f. CCTV Camera g. Antenna Tower

Delivery Place and Distribution 1. Tagum-Libuganon River Basin (NGCP

Maco) 2. Virac PAGASA Complex (Legaspi

GovNetPoP) 3. Abra River Basin (NGCP Bantay) 4. Aparri PAGASA Radar (NGCP

Tuguegarao) 5. Baler PAGASA Station (Baler CLS) 6. Guiuan Radar Station (Tacloban

GovNet POP) 7. Subic Radar Station (NGCP Subic) 8. Tagaytay PAGASA Station (NGCP

Dasmarinas) 9. Virac Radar Station (Legaspi GovNet

POP) 10. Tampakan PAGASA Station (NGCP

Tacurong) 11. Hinatuan PAGASA Station (NGCP

Bislig) 12. Quezon, Palawan (Puerto Princesa Wi-

Fi POP) 13. Agusan River Basin (NGCP San

Francisco) 14. Tagum USEP (NGCP Maco)

Delivery Place and Distribution 1. Tagum-Libuganon River Basin

(NGCP Maco) 2. Virac PAGASA Complex

(Legaspi GovNetPoP) 3. Abra River Basin (NGCP Bantay) 4. Aparri PAGASA Radar (NGCP

Tuguegarao) 5. Baler PAGASA Station (Baler CLS) 6. Guiuan Radar Station (Tacloban

GovNet POP) 7. Subic Radar Station (NGCP Subic) 8. Tagaytay PAGASA Station (NGCP

Dasmarinas) 9. Virac Radar Station (Legaspi

GovNet POP) 10. Tampakan PAGASA Station (NGCP

Tacurong) 11. Hinatuan PAGASA Station (NGCP

Bislig) 12. Quezon, Palawan (Puerto

Princesa Wi-Fi POP) 13. Agusan River Basin (NGCP San

Francisco) 14. Tagum USEP (NGCP Maco)

Page 50: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 50 of 87

15. General Santos Synoptic Station (NGCP General Santos)

16. Tanay Radar and Synoptic Station (NGCP Lumban)

17. Dagupan Weather Complex Station (Dagupan GovNetPoP)

18. Tacloban Airport Synoptic Station (Tacloban GovNetPoP)

19. Daet Station (P. Daet RS)

15. General Santos Synoptic Station (NGCP General Santos)

16. Tanay Radar and Synoptic Station (NGCP Lumban)

17. Dagupan Weather Complex Station (Dagupan GovNetPoP)

18. Tacloban Airport Synoptic Station (Tacloban GovNetPoP)

19. Daet Station (P. Daet RS) 20. Agno River Basin

ANNEX X. DETAILED FINANCIAL BREAKDOWN

ITEM Qty ITEM Qty

Engineering services (site survey, design and technical documents, Radio license permit and structural integrity test)

19 links Engineering services (site survey, design and technical documents, Radio license permit and structural integrity test)

33 links

Supply and deliver of IP Microwave radio including spares and antenna system, Power system (Rectifier, Battery and Genset)

19 links Supply and deliver of IP Microwave radio including spares and antenna system, Power system (Rectifier, UPS/Battery and Genset)

33 links

Installation, testing, commissioning and acceptance of the systems

31 links Installation, testing, commissioning and acceptance of the systems

33 links

Section X. Checklist of Requirements

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

ENVELOPE 1: ELIGIBILITY AND TECHNICAL DOCUMENTS

ELIGIBILITY DOCUMENTS

CLASS “A” DOCUMENTS

12.1 (a) ELIGIBILITY DOCUMENTS

i. Registration Certificate from the Securities and Exchange Commission (SEC) for corporations, Department of Trade and Industry (DTI) for sole proprietorship, or

Page 51: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 51 of 87

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. Statement of Completed Single Largest Contract within the past five (5) years from the date of submission and receipt of bids equivalent to at least fifty percent (50%) of the ABC (Annex I-A). or

1. Duly signed Net Financial Contracting Capacity Computation (NFCC)* per Annex II, in accordance with ITB Clause 5.5 or a committed Line of Credit equivalent to at least ten percent (10%) of the ABC 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

from Cooperative Development Authority CDA) for cooperatives.

ii. Valid and Current Business/Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located OR the equivalent document for Exclusive Economic Zones or Areas.

iii. Valid and Current Tax Clearance issued by Philippines’ Bureau of Internal Revenue (BIR) Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005.

iv. Copy of each of the following Audited Financial Statements for 2017 and 2016 (in comparative format or separate reports):

a. Independent Auditor’s Report;

b. Balance Sheet (Statement of Financial Position); and

c. Income Statement (Statement of Comprehensive Income)

v. 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

Page 52: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 52 of 87

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.

the PhilGEPS in accordance with section 37.1.4 of the IRR.

vi. 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)

vii.Statement of Completed Single Largest Contract within the [insert relevant period] from the date of submission and receipt of bids equivalent to at least fifty percent (50%) of the ABC (Annex I-A).

viii.Duly signed Net Financial Contracting Capacity Computation (NFCC)* per Annex II, in accordance with ITB Clause 5.5 or a committed Line of Credit equivalent to at least ten percent (10%) of the ABC 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

Page 53: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 53 of 87

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.

CLASS “B” DOCUMENTS (FOR JOINT VENTURE)

i. 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:

CLASS “B” DOCUMENTS (FOR JOINT VENTURE)

i.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.

Page 54: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 54 of 87

● 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 Joint Venture, the following documents must likewise be submitted by each partner:

1. Registration Certificate from the Securities and Exchange Commission (SEC) for corporations or from Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority (CDA) for cooperatives;

2. Valid and Current Business/Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located OR the equivalent document for Exclusive Economic Zones or Areas;

In cases of recently expired Mayor’s / Business Permits, said permit shall be submitted together with the official receipt as proof that the bidder has applied for renewal with the period prescribed by the concerned local government units, provided that the renewed permit shall be submitted as a post-qualification requirement;

3. Valid and current Tax Clearance issued by Philippines’ Bureau of Internal Revenue (BIR) Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005;

4. Copy of each of the following Audited Financial Statements for 2017 and 2016 (in comparative form or separate reports):

a. Independent Auditor’s Report;

Page 55: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 55 of 87

b. Balance Sheet (Statement of Financial Position); and

c. Income Statement (Statement of Comprehensive Income)

Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions.

OR

5. Submission of valid and current PHILGEPS Certificate of Registration and Membership (Platinum Registration) together with Annex A in lieu of the eligibility documents.

Note: Bidder must ensure that all Class “A” Eligibility Documents are valid and current at the time of submission of PHILGEPS Certificate of Registration and Membership (Platinum Registration). In case any of the submitted Eligibility are not valid and current at the time of submission of Platinum Registration, bidders are required to submit the valid and current documents.

● In case the JV Partners opt to submit their Class “A” Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA9184. “GPPB Circular 07-2017 dated 31 July 2017”

Page 56: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 56 of 87

No original provision.

12.1(b)(xi) Other technical documents which will be required for the project

i. The bidder must hold a PCAB License with Category AAA in General Engineering for a minimum of two (2) years on or before the date of the bid opening. For joint venture, at least one of the JV should comply to this requirement.

ii. Written Statement of the contractor signed by their authorized representative that they have at least five (5) years of direct experience on engineering, supply and delivery, installation, testing, and commissioning and experience in operations and maintenance of communications facilities network. iii. Contractor shall submit resume of key personnel to be assigned to the project upon bid opening. These key personnel are the Professional Electronics & Communication Engineer (PECE) with minimum Seven (7) years experience in Communication Facilities, Project Manager, Project Engineer and Outside Plant Supervisor and six (6) support personnel. iv. Valid and current ISO 9001 Quality Management System Certificate issued to the manufacturer of radio equipment by an Independent Certifying body. v. Written Statement of the equipment manufacturer (IP

Page 57: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 57 of 87

Microwave Radio) signed by their authorized representative that all features offered and complied to must be available from the time of award. vi. Certification from National Telecommunications Commission (NTC) that the proposed Microwave IP Radio equipment is duly-type approved.

vii. Written Certification from the equipment manufacturer (IP Microwave Radio) signed by their authorized representative that they are in in good standing and reputation both in the Local and US, European, and ASIAN Market.

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 Technical Specifications as of 24 September 2019 ● Revised Schedule of Requirements as of 24 September 2019 ● Revised Technical Bid Form as of 24 September 2019 ● Revised Detailed Financial Breakdown as of 24 September 2019

For information and guidance of all concerned.

Issued this 24th day of September 2019.

IVIN RONALD D.M. ALZONA

Chairperson, DICTBAC

Page 58: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 58 of 87

SUPPLY, INSTALLATION, DETAILED DESIGN, TESTING AND COMMISSIONING,

OPERATION AND MAINTENANCE SUPPORT OF IP MICROWAVE RADIO

COMMUNICATION SYSTEM FOR DICT-PAGASA "ALL WEATHER COMMUNICATION

SYSTEM PROGRAM"

[DICTBAC-2019-017]

REVISED SCHEDULE OF REQUIREMENTS AS OF 24 SEPTEMBER 2019

The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is

the date of delivery to the project site

# DESCRIPTION MILESTONE DURATION

(calendar days) DELIVERABLES

1

Site validation, detailed

design and technical

documents, structural

integrity test, test and

training plans)

NOTE: DICT shall take

charge of Site Acquisition

Conduct of detailed

survey and design

Provision of

technical documents

(including revision)

Within forty-five (45) days

upon receipt of NTP

Within forty-five (45) days

upon completion of detailed

survey

Validation and

Detailed Design,

Documentation

Conducted

Document

submitted/approved

2

Hauling, delivery, supply

and installation of tower

and facilities materials

Acquisition of

permits and

clearances from the

Local Government

Units for the

installation of tower

Within one hundred twenty

(120) days after the

completion of site acquisition,

confirmation of access road's

feasibility by DICT, and

approval of detailed design,

tests, plan, etc.

Tower installation

and facilities

completed;

Test reports and

as-built map

submitted

3

Acquisition of NTC Radio

Station License/

Spectrum User

Frequency permit and

other related

permits/clearance

Submission of plan

Acquisition of permit

Within ninety (90) days upon

receipt of NTP

Within ninety (90) days upon

receipt of NTP

Approved permit plan

NTC permit,

clearance

secured/acquired

4

Hauling, Delivery, Supply,

Installation and

Configuration of IP radio

system, power system,

NMS and other relevant

works

Implementation

activities

Within one hundred fifty (150)

days after the completion of

site acquisition, confirmation

of access road's feasibility by

DICT, and approval of

detailed design drawing, test,

plans, etc. and upon receipt

of Notice to Install/Approval

Sheet of submitted

requirements.

Installed and

Configured System

Test reports and as-

built plan submitted

Page 59: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 59 of 87

5

Testing, commissioning

and acceptance of the

system and components

Testing, commissioning

and acceptance of the

system and components

Submission and

Approval of Test

plan

Factory Testing and

Acceptance

Submission of

Acceptance

documents / Actual

Work Done

Testing,

commission, and

acceptance

Within forty-five (45) days

after the approval of detailed

design, test, plans, etc.

Within forty-five (45) days

after approval of Factory test

plan

Within seven (7) days prior to

acceptance

Within thirty (30) days upon

completion of all

works/activities

Approved Test Plan

Testing,

commissioning and

Acceptance report

Actual Detailed

Design drawing, As-

Built Plan, BOQ,

Diagrams, maps, etc.

Testing,

Commissioning,

Acceptance

Conducted

6

Comprehensive technical

training services with

certification (thirty (30)

pax - local)

Submission and

Approval of Training

plan

Conduct of Training

Within forty-five (45) cd after

the approval of detailed

design, test, plans, etc.

Within ten (10) calendar days

prior to the date of

acceptance

Approved Training

Plan

Training Conducted

7

Two (2) years Operation

and Maintenance support

(inclusive of two (2)–year

warranty parts & labor,

free of charge)

Two (2) years

contracted

maintenance

support

Will commence after issuance

of the Final Acceptance

Maintenance support

activities conducted,

and required

documents submitted

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 Date Authorized Representative

Page 60: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 60 of 87

SUPPLY, INSTALLATION, DETAILED DESIGN, TESTING AND COMMISSIONING,

OPERATION AND MAINTENANCE SUPPORT OF IP MICROWAVE RADIO

COMMUNICATION SYSTEM FOR DICT-PAGASA "ALL WEATHER COMMUNICATION

SYSTEM PROGRAM"

[DICTBAC-2019-017]

REVISED TECHNICAL SPECIFICATIONS AS OF 24 SEPTEMBER 2019

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

1 IP MICROWAVE RADIO SYSTEM

1.1. Link Requirements and Equipment Characteristics

1.1.1. IP Microwave radio should either be Outdoor/Split system, must adopt modular design, the service boards can be plugged/ unplugged.

In case of a Split System, 1.1.1.1. IDU shall support cascading; 1.1.1.2. IDU must have an attached cooling system. 1.1.1.3. The distance between IDU and ODU can support at least 100 meters 1.1.1.4. Control unit is required to be configurable to 1+1 Hot standby.

1.1.2. Capacity: The desired microwave IP radio should have a guaranteed link capacity of at least 200Mbps (Full Duplex) upgradeable to 2Gbps. The vendor shall propose any suitable configurations to meet the desired requirements by the DICT, all subject to review and approval of DICT.

1.1.3. Availability: with at least 99.99% performance

1.1.4. Reliability Methods: ITU-R P.530-7/8 with Fade Margin of at least 35dB (minimum).

Page 61: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 61 of 87

1.1.5. Modulation: The equipment shall support modulation schemes with full range of hitless and errorless Adaptive Coding Modulation (ACM). ATPC and ACM can work together at same time, increasing TX power of ATPC function should be made prior to dropping modulation mode of ACM. When the modulation is adjusted to lower level modulation scheme, the max TX power of the radio should be adjusted to the corresponding level in real time. ● Shall support the following modulation schemes without any

hardware change or additional boards: QPSK, 16QAM, 32QAM, 64QAM, 128QAM, 256QAM, 512QAM, 1024QAM up to 4096QAM whichever is applicable per site.

1.1.6. Frequency: The equipment shall support all licensed bands L6 to 42 GHz. ODU that is tunable to the whole frequency (sub-band free). Vendors shall state what kind of free tunable ODU can be provided.

1.1.7. Channel Spacing: Shall support between 7 to 112 MHz

1.1.8. Polarization Technology: Shall support CCDP and XPIC

1.1.9. Transmit Power: Vendors shall state Transmit Power of all kinds of ODUs in different frequency and modulation in reference to the equipment configuration per site.

1.1.10. Receive Signal Threshold Sensitivity: The radio equipment must have signal sensitivity of BER 10-6 of -60dBm or better.

1.1.11. The vendor shall propose Layer 3 routing function and multiplexing, and shall support L3VPN, L2VPN, Native IP and MPLS.

1.1.12. The proposed equipment shall support OSPF, BGP route protocol.

1.1.13. The proposed equipment shall have built-in MADM and ETH switching platform to cross-connect service among different directions.

1.1.14. The proposed equipment shall support layer 2 and layer 3 frame header compression functions.

1.1.15. The proposed equipment shall support local configuration via CLI or Web GUI for network management.

1.1.16. User Interface. The proposed equipment shall support the following: ● FE electrical interface: 10/100 BASE-T [RJ-45] ● GE optical interface: 1000 BASE-X [SFP], LX (1310 nm), SX (850 nm)

& 1550 nm ● GE electrical interface. 10/100/1000 BASE-T [RJ-45)

1.1.17. Ethernet feature. The proposed equipment shall support, but not limited to, the following services and standards:

● 10/100/1000 base - T/X (IEEE 802.3) ● Ethernet VLANs (IEEE 802.3ac) ● Virtual LAN (IEEE 802.1Q) ● Class of Service (IEEE 802.1q/p) ● Provider Bridges (QinQ-IEEE 802.1ad) ● Link Aggregation Group (LAG)

Page 62: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 62 of 87

● Ethernet Ring Protection (G.8032v2) ● Ethernet OAM (IEEE 802.3ah, IEEE 802.1ag, ITU-T Y.1731)

1.1.18. The proposed equipment shall be based on the IEEE 802.1p/802.1Q/802.1ad standard.

1.1.19. Load balance should be possible based on flow classification parameters.

1.1.20. Priority Management, the scheduling scheme should support SP, WRR, DWRR, WFQ, SP+WRR, SP+DWRR, SP+WFQ. Winning bidder should at least comply to four (4) QOS functions.

1.1.21. Congestion Management shall support Tail drop, RED (Random Early Detection) and WRED (Weighted Random Early Detection)

1.1.22. The proposed equipment shall support port blocking and mirroring ● Port blocking feature is possible to prevent forwarding of frames from

a given ingress port to one or more egress ports. With port blocking, flows of leaves can be isolated to each other in a tree topology.

● Supports port-based mirror function: the messages from input, output or both directions of observed interface are copied intact to the observing interface. This is to be used for testing and maintenance of the traffic without traffic interruption.

1.1.23. The proposed equipment shall support bandwidth notification based on ITU Standard. 1.1.24. All features offered and complied to must be available from the time of award.

1.2. Test Plan. Network Performance Tests compliant to RFC 2544 or Y.1564 standards.

1.3. Synchronization

1.3.1 The system shall manage Synchronous Ethernet (according to ITU-UG.8261, 8262, 8264) on both FE and GE interfaces.

1.3.2. The system shall support IEEE 1588V2 Synchronization

1.4. Security. The proposed equipment should support SSL/SSH/SNMPV3 to guarantee the security of management.

1.5. MTBF. ODU/IDU MTBF - MTBF both for ODU/IDU shall be minimum of 100,000 hours.

1.6. Scalability. The equipment shall support multi-nodal ODUs on one IDU with minimum of 4 ODUs up to 12 ODUs or above without cascade and shall support 1+0, 2+0, 1+1 HSB/SD/FD, XPIC Configuration

1.7. Supervisory Performance Monitoring. The offered equipment shall be fully managed remotely, allowing downloading of system configuration, equipment software or system operation firmware changes. In addition, the offered equipment shall also be able to collect performance monitoring data on each Ethernet port of the equipment, means, on all Ethernet ports (external) used for traffic

Page 63: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 63 of 87

collection as well on all internal ports (i.e. from Ethernet switch towards radio controller).

2 Antenna

1.8.1. The antenna should be a dual polarized-high performance with radome. Vendor shall provide single and dual polarized antennas covering 6 to 42GHz frequency. The antenna system should withstand a wind loading of at least 300kph. Must be adaptable to the NTC allowed frequencies to be used.

1.8.2. Environmental requirements of units: Minimum for Indoor:

1.8.2.1. Ambient temperature range: Long

term: 0°C - 55°C 1.8.2.2. Relative humidity: 5% - 95%

Minimum for Outdoor:

1.8.2.3. Ambient temperature range: 0°C -

55°C 1.8.2.4. Relative humidity: 5% - 100% 1.8.2.5. Dustproof and waterproof and must be IP66 Compliant

1.8.3. The proposed equipment shall comply with the following standards:

1.8.3.1. EMC: EN 301 489-4, EN 301 489-1, FCC 47 CFR, part 15, class B

1.8.3.2. Safety: EN 60950, IEC 60950-1, UL 60950-1, CSA-C22.2 No. 60950-1, EN 60950-22, UL 60950-22, CSA, C22.2.60950-22

1.8.3.3. Ingress Protection: IEC 60529 IP66 1.8.3.4. Storage: ETSI EN 300 019-1-1 Class 1.2 1.8.3.5. Transportation: ETSI EN 300 019-1-2 Class 2.3

Vendor may propose any other standards, other than mentioned above, subject to the review and approval of DICT.

1.9. Link Calculation Bidder shall provide software-based path profile and link budget calculation, preferably PL4 or PL5 software. User’s training must be included to ensure proper cascading of information and operation.

1.10. Interoperability

1.10.1. The preferred equipment should be managed with the unified NMS with optical transmission equipment.

1.10.2. The preferred equipment should support open and standard interfaces like SNMP for easy integration.

Page 64: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 64 of 87

1.10.3. Provide integrated monitoring system through internet for power system status (Generator Set, battery, etc.)

1.11. Scalability. The proposed equipment shall support twelve (12) Radio Directions or above without cascade, and shall support 1+0, 2+0, 1+1 HSB/SD/FC, XPIC Configuration.

1.12. Certifications

1.12.1. The offered equipment shall comply with the Chartered Engineer (CE) Certificate.

1.12.2. The bidder shall provide Electromagnetic Compatibility (EMC) Test Report, Safety Test Report and Environment report.

1.13. Frequency Considerations

The existing frequencies in the Technical Details will be considered in the upgrade but changes will be done depending on the actual survey and conduct of Radio Frequency Investigation (RFI).

1.14 Other System Components

1.14.1. CCTV requirements 1.14.1.1. 4 channel Network NVR 1.14.1.2. Color outdoor IP camera (360 degrees) with PTZ

function and night vision 1.14.5.3. 1TB surveillance storage 1.14.5.4. Provision of required cabling

1.14.2. Environmental, Power and Mechanical 1.14.2.1. Environmental requirements of indoor unit: Vendor may propose suitable working temperature depending on the location.

Subject to approval of DICT. 1.14.2.2. Environmental requirements of outdoor unit: Vendor

may propose suitable working temperature depending on the location.

Subject to approval of DICT. Must be dustproof and waterproof. 1.14.2.3. Bidder shall propose suitable electrical power supply,

Battery System, housing cabinets and Rectifier system including

installation materials, mounting brackets, racks with uninterruptible power

supply (UPS) to sustain at least 1.5kVA for fifteen (15) minutes, and

accessories for their proposed equipment. Subject to approval of DICT.

1.14.3. Bidder shall ensure that all electrical power systems can be monitored remotely through the Network Management System (NMS).

Page 65: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 65 of 87

ANTENNA TOWERS

Towers to be assembled and installed shall be Guyed Tower/ 3-legged/ Monopole Self-Supporting Tower or 4-legged self-supporting tower (as

applicable, depending on the design)

1.1. Design Criteria and Specification

1.1.1. Structural design is based on the minimum design criteria and should be administered/approved by a competent Structural Engineer. The design of members and connections shall be consistent with intended behavior of structure system. In addition, monopole self-supporting tower will be utilized as necessary.

1.1.2. Standards and References 1.1.2.1. National Structural Code of the

Philippines 2015 (NSCP 2015) 1.1.2.2. American Institute of Steel

Construction latest edition (AISC) 1.1.2.3. American Society of Testing and

Materials latest edition (ASTM) 1.1.2.4. American Concrete Institute (ACI318-

11M) 1.1.2.5. American Society of Civil Engineer

(ASCE) 1.1.2.6. American Welding Society latest

edition (AWS) 1.1.2.7. British, European and International

Standards (BS EN ISO)

1.2. Materials Specification

1.2.1 The materials and installation requirement shall conform to the specification of standard and reference.

1.2.2. Concrete shall have a minimum compressive strength of not less than 35mpa at 28 days. All grout shall be non-ferrous and non-shrink with a minimum comprehensive strength of 35mpa at 28 days. Concrete cover shall have a minimum thickness of 50mm.

1.2.3. Reinforcing steel bars shall have a minimum yielding strength of 415mpa.

1.2.4. Connection of all bolts shall be pre-tensioned high strength and meet the minimum requirements of ASTM A325 or A490.

1.2.5. Welding shall meet the minimum requirement of AWS.

1.2.6. Structural materials steel shall meet the minimum requirement of ASTM and AISC.

1.2.7. Hot dip galvanized coating on fabricated iron and steel materials, with a minimum thickness 86 microns for all members shall be in accordance of BS EN ISO 1461.

1.3. Materials Quality Control

Page 66: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 66 of 87

1.3.1. The following documents shall be available for review by the engineer-of-record prior to fabrication or installation, as applicable.

1.3.1.1 Materials test reports for structural steel, bolts, shear, connectors and welding materials.

1.3.1.2 Inspection procedure 1.3.1.3 Installation procedure 1.3.1.4 Nonconformance procedure 1.3.1.5 Material control procedure 1.3.1.6 Bolt installation procedure 1.3.1.7 Welder performance qualification record (WPQR),

including any supplemental testing requirements

1.4. EARTH WORKS

This includes the excavation of the design grade line, width, length and depth for the solid concrete foundation of tower in reinforcing bars as per approved plan and specification.

1.5. CONCRETE WORKS

This include the installation of reinforced concrete solid foundation, with a minimum mix of 1:2:3 mixing of concrete as per approved plan and specification.

1.6. RSB WORKS

This includes the required setting/installation of standard reinforcing steel bar for solid concrete foundation of the tower as per approved plan and specification.

1.7. FORM WORKS.

This involves the setting/formation of good quality of form for the required concrete foundation design and as per approved plan and specification.

1.8. FABRICATION/ METAL WORKS.

This involves the fabrication part of design steel tower, column, flat form, ladder and other accessories, pre-assemble/erection/installation of the structure; should be done by the supplier in the fabrication yard/site, before hauling at the actual site for final erection as per approved plan and specification. Fabrication and up to proper erection is subject for inspection and monitoring.

1.8.1. Pre-arrange schedule inspection to the winning bidder is required during fabrication and pre-installation/ assemble and other activity, as painting and galvanization process of application, for checking and monitoring purposes.

1.8.2. Pre-installation and its needed inspection is required prior to the delivery transport of materials to the site, at the contractor fabrication yard.

Page 67: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 67 of 87

1.8.3. Affected structure, plants, crops, trees during tower installation, if any, shall be borne by the contractor.

1.9. GALVANIZATION/ PAINTING WORKS

This involves the application of primer paint, paint and adequate micron of hot dip coated of galvanize at tower part, such as for steel column, tower base, platform, vertical, horizontal and diagonal member and ladder/cage including nuts and bolts or the whole part of the tower at the fabrication yard of the contractor/ supplier, as per approved plan and specification. After fabrication of part, application of adequate micron of hot dip galvanize, a metal primer paint should be applied prior for delivery at the site and the final erection and final coating of paint should be applied and completed.

1.10. SECURITY FENCING WORKS

This involves the installation of perimeter fence along the property line of both existing and new repeaters, with 2x2 cyclone wire and 2-inch diameter pipe mounted on CHB wall (refer to approved plan and specification).

1.11. SHELTER WORKS

OEM approved shelter, bidder to submit that proposed shelter is certified by the OEM. Shelter shall be made of pre-fabricated

polyurethane insulated parts with aluminum frame construction

and design for marine environment are able to withstand Philippine Wind & Seismic Zone Structural requirements.

Protected against insect, radio frequency interference (RFI), insensitive to salt water fungus and termites. This involves the

installation of telecommunications equipment facilities with dimension of 4x4x3 (LxWxH) in meters, or continuous footing for

CHB wall 6” thick, concrete slab roof with sloping grade provided

with a concrete column as support. 1m wide and 2.7m height of steel door as entry to facility as per approved plan and

specification

1.12. BACKFILLING AND COMPACTION WORKS

Backfill shall be placed in thin lifts (maximum 200mm) and compacted to a minimum 95% of standard proctor maximum dry density. In the event that excavated materials are not suitable for backfill, it shall be responsibility of the contractor to supply and compact suitable clean materials to meet that requirement. Any organic or deleterious material shall be removed and will not be permitted in fills. Except as permitted by the geotechnical engineer, no rock or similar irreducible material with a maximum dimension greater than 200 mm shall be buried or placed in fills. Gravel bedding shall have a minimum thickness of 200mm and ¾’’ coarse aggregates shall be use.

1.13. EARTHING SYSTEM WORKS

Page 68: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 68 of 87

This involves underground wire installation, providing a protective conductor for fault current to flow to earth.

1.14. ACCESS ROAD

This involves installation of route between main road to site location. The access road shall accommodate vehicles that deliver materials to site area. The road surface and base course is made of compacted aggregates. The total width of the road is 3.2m with sloping grade of 2-3% at each end. The canal has an incline slope of 5%. If not feasible the winning bidder can suggest other alternatives with coordination and approval of DICT.

1.15. LIGHTING WORKS

This involves installation of obstruction light on top of the tower. Specification of Aviation Obstruction light is flashing signal Light, as per approved specification.

1.16. LOADINGS

1.16.1. Dead load – consist of self-weight of tower structure including ladder and appurtenances.

1.16.2. Live load – Antenna and antenna accessories

1.16.3. Wind Load – varies on location of towers and calculated accordance to NSCP 2015; all towers shall have design wind velocity of 300kph.

1.17. FOUNDATION

Assumption of 100kpa for allowable soil bearing capacity, capacity may change depending on environment and soil classification of different site locations.

1.18. QUALITY CONTROL WORK

This includes testing of materials and factory testing to control the quality of materials and workmanship used in the structures. Quality Assurance officers shall be provided to verify, audit and evaluate quality of work.

1.18.1. The winning bidder shall undertake hauling activities of tower parts, in any manner as deemed appropriate, to the location of repeater sites. It shall be responsible in securing access to the repeater sites and provision of temporary facilities of its materials and equipment for tower installation.

1.18.2. The winning bidder shall supply all needed labor, materials, equipment, tools and tower parts and accessories including materials tests in accordance with the specified technical requirements and standards.

1.18.3. The winning bidder shall be responsible for the restoration of the site after the installation of tower. It shall be answerable to any and all expenses, damages and liabilities that shall incur during hauling activities, foundation works and tower installation.

Page 69: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 69 of 87

BIDDERS QUALIFICATION

The bidder must be ISO 9001: 2015 certified (Quality Management System), for joint venture agreement, at least one of the JV should be ISO 9001: 2015 certified.

PAYMENT TERMS

Payment Milestones Progress

Advance Payment subject to submission of an irrevocable letter of credit or bank guarantee issued by a universal or commercial bank pursuant to Section 4.5 of Annex D of the Revised IRR of RA 9184

15%

Upon delivery of IP Microwave Radio/Antenna System Hardware to suppliers centralized warehouse

40%

Upon delivery, hauling, installation of towers and accessories and completion of Agreed Testing Per

Link, and upon installation of IP Radio, Antenna, power system, NMS and its accessories

Payment is per completed site/link: *number of links pro rated at 30% for this milestone

30%

After completion of Training 5%

Upon Project Acceptance 10%

OTHER TECHNICAL DOCUMENTS

Other technical documents which will be required for the project

i. The bidder must hold a PCAB License with Category AAA in General Engineering for a minimum of two (2) years on or before the date of

the bid opening. For joint venture, at least one of the JV should

comply to this requirement.

ii. Written Statement of the contractor signed by their authorized representative that they have at least five (5) years of direct experience

on engineering, supply and delivery, installation, testing, and

commissioning and experience in operations and maintenance of communications facilities network.

iii. Contractor shall submit resume of key personnel to be assigned to

the project upon bid opening. These key personnel are the Professional Electronics & Communication Engineer (PECE) with minimum Seven (7)

years experience in Communication Facilities, Project Manager, Project

Engineer and Outside Plant Supervisor and six (6) support personnel.

Page 70: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 70 of 87

iv. Valid and current ISO 9001 Quality Management System Certificate

issued to the manufacturer of radio equipment by an Independent Certifying body.

v. Written Statement of the equipment manufacturer (IP Microwave

Radio) signed by their authorized representative that all features offered

and complied to must be available from the time of award.

vi. Certification from National Telecommunications Commission (NTC) that the proposed Microwave IP Radio equipment is duly-type approved.

vii. Written Certification from the equipment manufacturer (IP Microwave Radio) signed by their authorized representative that they

are in good standing and reputation both in the Local and US, European, and ASIAN Market.

_______________________ ___________________________ __________

Name of Company Signature over printed name of Date Authorized Representative

Page 71: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 71 of 87

Annex VIII (page 1 of 3)

PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER.

DEPARTMENT OF INFORMATION AND COMMUNICATIONS TECHNOLOGY SUPPLY, INSTALLATION, DETAILED DESIGN, TESTING AND COMMISSIONING, OPERATION AND

MAINTENANCE SUPPORT OF IP MICROWAVE RADIO COMMUNICATION SYSTEM FOR DICT-PAGASA

"ALL WEATHER COMMUNICATION SYSTEM PROGRAM"

[DICTBAC-2019-017]

REVISED TECHNICAL BID FORM AS OF 24 SEPTEMBER 2019

INSTRUCTION TO THE SUPPLIER: Indicate “COMPLY” (per line number) under Bidder’s Statement of Compliance if Bidder can meet the technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” or “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Line No.:

Project Requirements Bidder’s Statement of

Compliance

1 DICT’s Section VII Technical Specifications For the SUPPLY, INSTALLATION, DETAILED DESIGN, TESTING

AND COMMISSIONING, OPERATION AND MAINTENANCE

SUPPORT OF IP MICROWAVE RADIO COMMUNICATION SYSTEM

FOR DICT-PAGASA "ALL WEATHER COMMUNICATION SYSTEM

PROGRAM" (1LOT)

2

ITEM BRAND MODEL

a. IP Microwave Radio

b. UPS/Battery

c. Rectifier

d. Generator Set

e. Antenna

f. CCTV Camera

g. Antenna Tower

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.

Page 72: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 72 of 87

Name of Company (in print)

Signature of Company Authorized Representative

Name and Designation (in print)

Date

Page 73: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 73 of 87

Annex VIII (page 2 of 3)

PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER.

DEPARTMENT OF INFORMATION AND COMMUNICATIONS TECHNOLOGY SUPPLY, INSTALLATION, DETAILED DESIGN, TESTING AND COMMISSIONING, OPERATION AND

MAINTENANCE SUPPORT OF IP MICROWAVE RADIO COMMUNICATION SYSTEM FOR DICT-PAGASA "ALL WEATHER COMMUNICATION SYSTEM PROGRAM"

[DICTBAC-2019-017] REVISED TECHNICAL BID FORM AS OF 24 SEPTEMBER 2019

INSTRUCTION TO THE SUPPLIER: Indicate “COMPLY” (per line number) under Bidder’s Statement of Compliance

if Bidder can meet the technical specifications and project requirements. DO NOT LEAVE ANY BLANK. A “YES” or “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”.

Line No.:

Other Requirements Bidder’s Statement of

Compliance

3 Bidder did not participate as consultant in the preparation of the design or technical specifications of the GOODS as subject of the bid

4

Delivery Place and Distribution 1. Tagum-Libuganon River Basin (NGCP Maco) 2. Virac PAGASA Complex (Legaspi GovNetPoP) 3. Abra River Basin (NGCP Bantay) 4. Aparri PAGASA Radar (NGCP Tuguegarao) 5. Baler PAGASA Station (Baler CLS) 6. Guiuan Radar Station (Tacloban GovNet POP) 7. Subic Radar Station (NGCP Subic) 8. Tagaytay PAGASA Station (NGCP Dasmarinas) 9. Virac Radar Station (Legaspi GovNet POP) 10. Tampakan PAGASA Station (NGCP Tacurong) 11. Hinatuan PAGASA Station (NGCP Bislig) 12. Quezon, Palawan (Puerto Princesa Wi-Fi POP) 13. Agusan River Basin (NGCP San Francisco) 14. Tagum USEP (NGCP Maco) 15. General Santos Synoptic Station (NGCP General

Santos) 16. Tanay Radar and Synoptic Station (NGCP Lumban) 17. Dagupan Weather Complex Station (Dagupan

GovNetPoP) 18. Tacloban Airport Synoptic Station (Tacloban

GovNetPoP) 19. Daet Station (P. Daet RS) 20. Agno River Basin

Page 74: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 74 of 87

Annex VIII

(page 3 of 3)

5 Delivery Period Two hundred Seventy (270) calendar days from receipt of Notice to Proceed

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

Page 75: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 75 of 87

Annex X

PLEASE USE THIS BID FORM. DO NOT RETYPE OR ALTER.

DEPARTMENT OF INFORMATION AND COMMUNICATIONS TECHNOLOGY

REVISED DETAILED FINANCIAL BREAKDOWN AS OF 24 SEPTEMBER 2019 (QUOTED PRICE MUST BE INCLUSIVE OF VAT AND DELIVERED DUTIES PAID)

SUPPLY, INSTALLATION, DETAILED DESIGN, TESTING AND COMMISSIONING, OPERATION

AND MAINTENANCE SUPPORT OF IP MICROWAVE RADIO COMMUNICATION SYSTEM FOR

DICT-PAGASA "ALL WEATHER COMMUNICATION SYSTEM PROGRAM" [DICTBAC-2019-017]

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

Engineering services (site survey, design and technical documents, Radio license permit and structural integrity test)

33 links

Supply and deliver of IP Microwave radio including spares and antenna system, Power system (Rectifier, UPS/Battery and Genset)

33 links

Tower Foundations and Development Works (Materials Cost for structural foundation/ tower installation)

1 lot

Tower Foundation and Development Works (Labor Cost/Miscellaneous for tower installation)

1 lot

Installation, testing, commissioning and acceptance of the systems

33 links

Network management system

1 lot

Page 76: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 76 of 87

Comprehensive technical training services with certification (20 pax - local)

1 lot

Two (2) yrs Operations and Maintenance, Support, and two (2) years Warranty

1 lot

Contingencies (5%) 1 lot

TOTAL

TOTAL BID PRICE FIVE HUNDRED FORTY-ONE MILLION NINE HUNDRED NINETY NINE THOUSAND NINE HUNDRED NINE PESOS AND EIGHTY TWO CENTAVOS. (PHP 541,990,909.82)

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

Page 77: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 77 of 87

SITE COORDINATES

Radar Station (FROM) DICT POP/NGCP Station (TO) ADDITIO

NAL

INFO OF

END

POINT

SITE

(NGCP,

GOVNET,

WIFIPOP)

Available and Proposed Relay Station

STATION NAME

LATITUDE

LONGITUDE

Power Remarks

Exis

t

i

n

g

Tow

e

r

H

e

i

g

h

t

Propo

s

e

d

Towe

r

H

e

i

g

h

t

SITE NAME

LATITUDE

LONGITUDE

Power Remarks

Exis

t

i

n

g

Tow

e

r

H

e

i

g

h

t

Propo

s

e

d

Tower

H

e

i

g

h

t

REPEAT

ER

STATION

LATITUDE

LONGITUDE

POWE

R

REQUI

REME

NT

RS TYPE

LAN

D

PRO

PER

TY

LAND ACQUISITION

Exit

ing

To

wer

Hei

ght

P

r

o

p

o

s

e

d

T

o

w

e

r

H

e

i

g

h

t

1 Tagum-

Libuga

non

River

Basin

7.45214

125.7796 (1)

Commercial

Electri

city (2)

Gener

ator

For improvement

15m

NGCP Maco

7.403331

125.853056

(1)

Commerci

al

Elect

ricity

(2)

Gene

rator

For Improvem

ent

40m

USE

P

Tagu

m

Agro

met

7.446217

125.806389

(1

)

C

o

m

m

er

ci

al

El

e

ct

ri

cit

y

(2)

Generator

Existing

PAGASA

owned Government-owned

10m

2 US

EP

Ta

gu

m

Ag

ro

m

et

7.4462

17 125.806389 (1) Commercial

Electri

city (2)

Gener

ator

For

improvement

1

0m

3

Virac

PAGA

SA

Synop

tic

Statio

n

13.576

389 124.2094 (1)

Commercial

Electri

city (2)

Gener

ator

For

improvement

1

2m

DICT

Legasp

i

GovNet

PoP

13.146309

123.753119

(1) Commercial

Elect

ricity

(2)

Gene

rator

Wit

h

exis

ting

mon

opol

e at

the

roof

top

of

the

buil

ding

.

20m

Improveme

nt for

existing or

can use

compound

for new

tower

Bariw RS

13.11603

123.7268

(1) Sol

ar Power

(2) Gen

erator

N

ew

LGU

Lease/Rent 5

0m

Sto. Nino RS

13.607

124.2307

(1) Sol

ar Power

(2) Generator

New

Private

Lease/Rent 30m

4

Virac

PAGASA

Radar

Station

13.629061

124.333951

(1)

Commercial

Electri

city (2)

Gener

ator

Inst

allat

ion

of

ant

enn

a

on

exis

ting

buil

ding

45m

Igang RS

13.

529752

124.

208315

(1) Sol

ar Power

(2) Gen

erat

or

New

Private

Lease/Rent 30m

5 Abra River

Basin. 17.563

811 120.371611 (1) Commercial

Electri

city (2)

Gener

ator

For

Improve

ment 2

5m

NGCP

Bantay 17.

594634

120.

391684

(1) Commerci

al

Elect

ricity

(2)

Gene

rator

For

Improvem

ent 4

0m

6 Aparri

PAGASA

Radar

18.359

722 121.630139 (1)

Commercial

Electri

city (2)

Gener

ator

Inst

allat

ion

of

ant

enn

a

on

exis

ting

buil

ding

3

0m DICT

Tugueg

arao

GovNet

PoP

17.

62163

121.

7219 (1) Commerci

al

Elect

ricity

(2)

Gene

rator

For

Improvem

ent

4

0m DICT

Nassiping RS

17.

98158

121.

6433 (1) Sol

ar Po

wer (2) Generator

E

xi

sting

DICT Government

-owned 4

5m

DICT Allacapan

RS 18.265

61 121.529

(1) Commercial

(2) Generator

Ex

is

tin

g

DICT Government-owned 4

5

m

7

Baler

PAGASA Radar

15.748

972 121.632117 (1)

Commercial

Electri

city (2)

Gener

ator

Inst

allat

ion

of

ant

enn

a

on

exis

ting

1

5m Baler

CLS 15.

75723

121.

5378 (1) Commerci

al

Elect

ricity

(2)

Gene

rator

New

Tower

2

5m

New

tower

and

equipme

nt room

Baler

CLS

Baler RS.

15.

756503

121.

604167

(1) Solar Power

(2) Gen

erator

New

Private

Lease/Rent

25m

Page 78: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 78 of 87

buil

ding

8

Guiuan

Radar Station.

11.045

58 125.755495 (1)

Commer

cial

Electri

city (2)

Gener

ator

Inst

allat

ion

of

ant

enn

a

on

exis

ting

buil

ding

1

5m

Tacloba

n

GovNet

PoP

11.24506

125.004744

(1)

Commercial

Elect

ricity

(2)

Gene

rator

New Tower

30m

Improvement of facilities

DICT

Naparan 11.

158445

125.

633521

(1) C

o

m

m

er

cia

l

El

ec

tri

cit

y (2) Gen

erator

Exi

sti

ng

DICT

Government-owned

45m

9 Tacloban

Synoptic

Station. 11.229783 125.025311 (1)

Commer

cial

Electri

city (2)

Gener

ator

N

e

w

T

o

w

er

a

n

d

fa

cil

iti

e

s

15

m DICT

San

Roque

RS 11.000

456 125.0337

64 (1) C

o

m

m

er

cia

l

El

ec

tri

cit

y (2) Generator

E

xisti

ng

DICT Government

-owned 4

5m

1

0 Subic Radar

Station 14.822

067 120.3638 (1)

Commercial

Electri

city (2)

Gener

ator

Inst

allat

ion

of

ant

enn

a

on

exis

ting

buil

ding

3

0m NGCP

Hermosa

14.

817611

120.

300906

(1) Commercial

Elect

ricity

(2)

Gene

rator

Tow

er

impr

ove

men

t

4

0m

11

Taga

ytay

Rada

r

Stati

on

14.142139 121.022278 (1)

Commer

cial

Electri

city (2)

Gener

ator

Inst

allat

ion

of

ant

enn

a

on

exis

ting

buil

ding

30m

NGCP

Dasmarinas

14.312329

120.949691

(1) Com

mercial

Elect

ricity

(2)

Gene

rator

Tow

er

impr

ove

men

t

30m

12

Tamp

akan

Radar

Statio

n.

6.417578 125.03

0841 (1) Commer

cial

Electri

city (2)

Gener

ator

Inst

allat

ion

of

ant

enn

a

on

exis

ting

buil

ding

12

m NGCP

Tacurong

6.6692

22 124.6864

73 (1) Com

mercial

Elect

ricity

(2)

Gene

rator

Tow

er

impr

ove

men

t

35

m

13

Hina

tuan

Rad

ar

Stati

on

8.367325 126.338536 (1)

Commer

cial

Electri

city (2)

Gener

ator

Inst

allat

ion

of

ant

enn

a

on

exis

ting

buil

ding

25

m NGCP

Bislig 8.1469

42 126.3594

08 (1) Com

mercial

Elect

ricity

(2)

Gene

rator

Tow

er

impr

ove

men

t

35

m Bislig RS 8.2

970

2 126.3238

2 (1) C

o

m

m

er

cia

l

El

ec

tri

cit

y (2) Generator

New

LGU Government-owned 3

0m

1

4

Quezo

n,

Palaw

an

Radar

station

9.2305

83

118.005806

(1) Commer

cial

Electri

city (2)

Gener

ator

Inst

allat

ion

of

ant

enn

a

on

exis

ting

buil

ding

2

5m

Puerto

Princes

a WiFi

PoP

9.7

39736

118.

735146

(1) Com

mercial

Elect

ricity

(2)

Gene

rator

D

I

C

T

t

o

w

e

r

e

n

c

r

o

a

c

h

e

d

.

N

e

g

o

ti

a

ti

o

n

t

1

2m

Option

to

erect

new

tower

Mt. Hilipad RS

9.632576

118.3533

(1) Sol

ar Power

(2) Generator

Ne

w Private

Lease/Rent

35

m

WesCom RS

9.7155

09 118.5400

41

(1) Sol

ar

Power

(2) Generat

or

New

AFP

Government-owned

25m

Page 79: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 79 of 87

o

a

ll

o

w

u

s

t

o

r

e

h

a

b

il

it

a

t

e

t

h

e

t

o

w

e

r

i

s

i

n

p

r

o

g

r

e

s

s

.

15

Agusan River Basin

8.545069

125.942558 (1)

Commercial

Electri

city (2)

Gener

ator

Faci

lities

und

er

con

stru

ctio

n.

New

Tow

er

Nee

ded

15m

NGCP San

Francisco

8.501142

125.9933

(1)

Commercial

Elect

ricity

(2)

Gene

rator

Tow

er

impr

ove

men

t

35m

16

Gen. Santos Synoptic

6.057439

125.103015 (1)

Commercial

Electri

city (2)

Gener

ator

For Improvement

12m NGCP

Gen.

Santos 6.2029

81 125.1480

56 (1) Commercial

Elect

ricity

(2)

Gene

rator

Tow

er

impr

ove

men

t

35

m

17 Tan

ay

Syn

optic

Stati

on

14.581711

121.369444 (1)

Commercial

Electri

city (2)

Gener

ator

For Improvement

12

m NGCP

Lumban 14.307861

121.485556

(1)

Commerci

al

Elect

ricity

(2)

Gene

rator

Tow

er

impr

ove

men

t

40m

1

8 Agno River

Basin 15.888

33 120.6089 (1)

Commercial

Electri

city (2)

Gener

ator

For Improvement

25m

DICT

Pacd

al

Bagui

o

16.

41735

120.

6136

(1) Commercial

Elect

ricity

(2)

Gene

rator

New Tower

15m

Tower or

monopole

can be

placed on

DICT

compound

at the back

of Govnet

Equipment

Room

Sto. Tomas

RS 16.

33627

120.

5601

(1) C

o

m

m

er

cia

l

El

ec

tri

cit

y (2) Gen

erat

or

F

o

r

I

m

p

r

o

v

e

m

e

n

t

DICT

Government

-owned 1

0m

19

Dagup

an

Weath

er

Compl

ex

16.08688 120.3522 (1)

Commercial

Electri

city (2)

Gener

ator

For Improvement

12m

20 Daet

Synoptic

Station 14.128694 122.982972 (1)

Commer

cial

Electri

city (2)

Gener

ator

For Improvement

1

2m NGCP

Labo 14.191

636 122.7843

91 (1) Com

mercial

Elect

ricity

(2)

Gene

rator

Tow

er

impr

ove

men

t

25

m Tower

improvemen

t Masalong RS 14.

172

557 122.8091

54 (1) Comm

ercial

Ele

ctri

city

(2)

Ge

ner

ator

N

ew

LGU Government

-owned 3

0m

Page 80: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 80 of 87

DICT BIDS AND AWARDS COMMITTEE

REVISED CHECKLIST OF REQUIREMENTS FOR BIDDERS AS OF 24 SEPTEMBER 2019

Name of Company : _______________________________

SUPPLY, INSTALLATION, DETAILED DESIGN, TESTING AND COMMISSIONING, OPERATION AND MAINTENANCE SUPPORT OF IP MICROWAVE RADIO

COMMUNICATION SYSTEM FOR DICT-PAGASA "ALL WEATHER

COMMUNICATION SYSTEM PROGRAM"

[DICTBAC-2019-017] PhP541,999,909.82

Ref. No.

Particulars

ENVELOPE 1: ELIGIBILITY AND TECHNICAL DOCUMENTS

ELIGIBILITY DOCUMENTS

CLASS “A” DOCUMENTS

12.1 (a.1.) ELIGIBILITY DOCUMENTS

i. Registration Certificate from the Securities and Exchange Commission (SEC) for corporations, Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority CDA) for cooperatives.

ii.Valid and Current Business/Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located OR the equivalent document for Exclusive Economic Zones or Areas.

iii.Valid and Current Tax Clearance issued by Philippines’ Bureau of Internal Revenue (BIR) Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005.

iv. Copy of each of the following Audited Financial Statements for 2017 and 2016 (in comparative format or separate reports):

a. Independent Auditor’s Report; b. Balance Sheet (Statement of Financial Position); and c. Income Statement (Statement of Comprehensive Income)

Page 81: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 81 of 87

v. 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.

vi. 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)

vii. Statement of Completed Single Largest Contract within the 5 years from the date of submission and receipt of bids equivalent to at least fifty percent (50%)

viii. Duly signed Net Financial Contracting Capacity Computation (NFCC)* per Annex II, in accordance with ITB Clause 5.5 or a committed Line of Credit equivalent to at least ten percent (10%) of the ABC 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.

The NFCC computation must at least be equal to the total ABC of the project.

CLASS “B” DOCUMENTS (FOR JOINT VENTURE)

i.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)

Page 82: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 82 of 87

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: 1. Registration Certificate from the Securities and Exchange Commission (SEC) for corporations or from Department of Trade and Industry (DTI) for sole proprietorship, or from Cooperative Development Authority (CDA) for cooperatives; 2. Valid and Current Business/Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located OR the equivalent document for Exclusive Economic Zones or Areas; In cases of recently expired Mayor’s / Business Permits, said permit shall be submitted together with the official receipt as proof that the bidder has applied for renewal with the period prescribed by the concerned local government units, provided that the renewed permit shall be submitted as a post-qualification requirement; 3. Valid and current Tax Clearance issued by Philippines’ Bureau of Internal Revenue (BIR) Accounts Receivable Monitoring Division per Executive Order 398, Series of 2005; 4. Copy of each of the following Audited Financial Statements for 2017 and 2016 (in comparative form or separate reports): a. Independent Auditor’s Report; b. Balance Sheet (Statement of Financial Position); and c. Income Statement (Statement of Comprehensive Income) Each of the above statements must have stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions. OR 5. Submission of valid and current PHILGEPS Certificate of Registration and Membership (Platinum Registration) together with Annex A in lieu of the eligibility documents. Note: Bidder must ensure that all Class “A” Eligibility Documents are valid and current at the time of submission of PHILGEPS Certificate of Registration and Membership (Platinum Registration). In case any of the submitted Eligibility are not valid and current at the time of submission of Platinum Registration, bidders are required to submit the valid and current documents.

Page 83: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 83 of 87

● In case the JV Partners opt to submit their Class “A” Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain as post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA9184. “GPPB Circular 07-2017 dated 31 July 2017”.

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, INSTALLATION,

DETAILED DESIGN, TESTING AND

COMMISSIONING, OPERATION AND

MAINTENANCE

SUPPORT OF IP

MICROWAVE

RADIO

COMMUNICATION

SYSTEM FOR DICT-PAGASA "ALL

WEATHER

COMMUNICATION

SYSTEM

PROGRAM"

Page 84: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 84 of 87

Qty 1 lot

Total ABC (PhP) (VAT Inclusive)

541,999,909.82

BID SECUR

ITY

Cashier’s / Manager’s Check equivalent to at least 2% of the

ABC (PhP)

10,839,998.20

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)

27,099,995.49

Bid Securing Declaration No required percentage

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

Page 85: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 85 of 87

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 Revised Technical Bid Form (Annex VIII) as of 24 September 2019

12.1 (b)(vii

i)

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)

Other technical documents which will be required for the project

viii. The bidder must hold a PCAB License with Category AAA in General Engineering for a minimum of two (2) years on or before the date of the bid opening. For joint venture, at least one of the JV should comply to this requirement.

ix. Written Statement of the contractor signed by their authorized representative that they have at least five (5) years of direct experience on engineering, supply and delivery, installation, testing, and commissioning and experience in operations and maintenance of communications facilities network. x. Contractor shall submit resume of key personnel to be assigned to the project upon bid opening. These key personnel are the Professional Electronics & Communication Engineer (PECE) with minimum Seven (7) years experience in Communication Facilities, Project Manager, Project Engineer and Outside Plant Supervisor and six (6) support personnel. xi. Valid and current ISO 9001 Quality Management System Certificate issued to the manufacturer of radio equipment by an Independent Certifying body.

Page 86: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 86 of 87

xii. Written Statement of the equipment manufacturer (IP Microwave Radio) signed by their authorized representative that all features offered and complied to must be available from the time of award. xiii. Certification from National Telecommunications Commission (NTC) that the proposed Microwave IP Radio equipment is duly-type approved. xiv. Written Certification from the equipment manufacturer (IP Microwave Radio) signed by their authorized representative that they are in in good standing and reputation both in the Local and US, European, and ASIAN Market.

12.1 (b)(xii

)

Compliance with the Revised Schedule of Requirements as per Section VI as of 24 September 2019

12.1 (b)(xii

i)

Compliance with the Revised Technical Specifications as per Section VII as of 24 September 2019

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, INSTALLATION, DETAILED

DESIGN, TESTING AND

COMMISSIONING, OPERATION AND

MAINTENANCE SUPPORT OF IP

MICROWAVE RADIO

COMMUNICATION SYSTEM FOR DICT-PAGASA "ALL WEATHER

COMMUNICATION SYSTEM

PROGRAM"

1 Lot

541,999,909.82

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 VII.

Page 87: BIDS AND AWARDS COMMITTEE FOR DICTBAC Supplemental Bid ...dict.gov.ph/wp-content/uploads/2019/10/PAGASA-SBB6.pdf · Supply, Installation, Detailed Design, Testing and Commissioning,

Supplemental Bid Bulletin No. 6

Supply, Installation, Detailed Design, Testing and Commissioning, Operation and Maintenance Support of IP Microwave Radio Communication System for DICT-PAGASA “All Weather Communication System Program”

Bid Reference No.: [DICTBAC-2019-017]

Page 87 of 87

13.1 (a)

Revised Detailed Financial Breakdown per Annex X as of 24 September 2019

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