philippine bidding docum[ents · 2020. 11. 25. · system(hrmis)project goveihllnent ofthe republic...

76
PHILIPPINE BIDDING cAs Harmonized with Development PROCUREMENT OFINFORM COMMUNICAT10N TECHNO EQUIPMENT FOR THEIMPLE PUBLiC ATTORNEY'S OFFi RESOURCE MANAGEMENT: SYSTEM(HRMIS)PROJ GoveiHllnent ofthe Republic Sixth Edition July 2020 Preface

Upload: others

Post on 16-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • PHILIPPINE BIDDING DoCUM[ENTScAs Harmonized with Development Partners〕

    PROCUREMENT OFINFORMATION ANDCOMMUNICAT10N TECHNOLOGY(iCT)

    EQUIPMENT FOR THEIMPLEMENTAT10N OFPUBLiC ATTORNEY'S OFFiCE(PAO)HUMANRESOURCE MANAGEMENT:NFORMAT10N

    SYSTEM(HRMIS)PROJECT

    GoveiHllnent ofthe Republic ofthe Philippines

    Sixth Edition

    July 2020

    Preface

  • These Philippine Bidding Documents (PBDs) for the procurement of Goods throughCompetitive Bidding have been prepared by the Government of the Philippines for use byany branch, constitutional commission or office, agency, department, bureau, office, orinstrumentality of the Govemment of the Philippines, National Government Agencies,including Government-Owned and/or Controlled Corporations, Government FinancingInstitutions, State Universities and Colleges, and Local Govemment Unit. The proceduresand practices presented in this document have been developed through broad experience, andare for mandatory use in projects that are financed in whole or in part by the Government ofthe Philippines or any foreign government/foreign or intemational financing institution inaccordance withthe provisions of the 2016 revised lmplementing Rules and Regulations ofRepublic ActNo. 9184.

    The Bidding Documents shall ctearly and adequately define, among others: (i) theobjectives, scope, and expected outputs and/or results of the proposed contract or Framework

    Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expectedcontract or Framework Agreement duration, the estimated quantlty in the case ofprocurement of goods, delivery schedule and/or time frame; and (iv) the obligations, duties,and/or functions of the winning bidder.

    Care should be taken to check the relevance of the provisions of the PBDs against the

    requirements of the specific Goods to be procured. If duplication of a subject is inevitable inother sections of the document prepared by the Procuring Entity, care must be exercised to

    avoid contradictions between clauses dealing with the same mafier.

    Moreover, each section is prepared with notes intended only as information for theprocuring Entity or the person drafting the Bidding Documents. They shall not be included

    in the final documents. The following general directions should be observed when using the

    documents:

    a. All the documents listed in the Table of Contents are nonnally required for theprocurement of Goods. However, they should be adapted as necessary to thecircumstances of the particular Procurement Project.

    b. Specific details, such as the "name of the Procuring Entity" aurrd "address forbid submission," should be fumished in the Instructions to Bidders, Bid Data

    Sheet, and Special Conditions of Contract. The final documents shouldcontain neither blank spaces nor options.

    c. This Preface and the footnotes or notes in italics included in the Invitation toBid, Bid Data Sheet, General Conditions of Contract, Special Conditions ofContract, Schedule of Requirements, and Specifications are not part of the text

    of the final document, although they contain instructions that the ProcuringEntity should strictlY follow.

    d. The cover should be modified as required to identify the Bidding Documentsas to the Procurement Project, Project Identification Number, and Procuring

    Entity, in addition to the date of issue.

  • 1

    Modifications for specific Procurement Project details should be provided inthe Special Conditions of Contract as amendments to the Conditions ofContract. For easy completion, whenever reference has to be made to specificclauses in the Bid Data Sheet or Special Conditions of Contract, these terrnsshall be printed in bold typeface on Sections I (Instructions to Bidders) and III(General Conditions of Contract), respectively.

    For guidelines on the use of Bidding Forrns and the procurement of Foreign-Assisted Projects, these will be covered by a separate issuance of theGovernment Procurement Policy Board.

    2

  • Table of Contents

    Glossary of AcronyffiS, Terms, and Abbreviations ...............................4Section I.Invitation to Bid........ ......7Section II. Instructions to Bidders ...............11

    1. Scope of Bid ..-..-.--.122. Funding Information...... .....-...123. Bidding Requirements ... ....124. Corrupt, Fraudulent, Collusive, and Coercive Practices5. Eligible Bidders. ...-....126. Origin of Goods .... 137. Subcontracts..... ...... 138. Pre-Bid Conference .... 13g. Clarification and Amendment of Bidding Documents ..... 1310. Documents comprising the Bid: Eligibility and Technical Components . . . ...13I l. Documents comprising the Bid: Financial Component . .. ....... 1412. BidPrices .-........1413. Bid and Payment Currencies ........1514. Bid Security ....... 1515. Sealing and Marking of Bids " " " 1516. Deadline for Submission of Bids . .. ... " " " " 1617. OpeningandPreliminaryExaminationofBids.-.. """" 1618. Domestic Preference """ 1619. Detailed Evaluation and Comparison of Bids . .. . .. ' ' " 1620. Post-Qualification """"' 1721. Signing of the Contract """"' 17

    Section m. Bid Data Sheet ...........18Section IV. General Conditions of Contract -.---.- .....'..21

    1. ScopeofContract """'222. Advance Payment and Terms of Payment """" 223. Performance SecuritY ""' 224. InspectionandTests """"'225. Warranty "" 236. Liability of the Supplier """"" 23

    Section V. Special Conditions of Contract "'24Section VI. Schedule of Requirements -.-... ""29Section VII. Technical Specifications .........."30Section YIIL Checklist of Technical and Financial Documents ....-.........33

    t2

    3

  • Glossory of Acronyms, Terms, ond∠bbFιッ″αガθκs

    ABC - Approved Budget for the Contract.

    BAC -Bids and Awards Committee.

    Bid - A signed offer or proposal to undertake a contract submitted by a bidder in response toand in consonance with the requirements of the bidding documents. Also referred to asProposal and Tender. Q0l6 revised IRR" Section 5[c])

    Bidder - Refers to a contractor, manufacturer, supplier, distributor and/or consultant whosubmits a bid in response to the requirements of the Bidding Documents . (2016 revised IRR,

    Section 5[d])

    Bidding I)ocuments - The documents issued by the Procuring Entity as the bases for bids,flrmishing all information necessary for a prospective bidder to prepare a bid for the Goods,Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016revised IRR, Section 5[e])

    BIR-Bureau of Internal Revenue.

    BSP - Bangko Sentral ng PiliPinas.

    Consulting Services - Refer to services for Infrastructure Projects and other types of projectsor activities of the GOP requiring adequate external technical and professional expertise that

    are beyond the capability and/or capacrty of the GOP to undertake such as, but not limited to:

    (i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)construction supervision; (v) management and related services; and (vi) other technicalservices or special studies. (2016 revised IRR" Section 5[i])

    CDA - Cooperative Development Authority.

    Contract - Refers to the agreement entered into benveen the Proctring Entity and theSupplier or Manufacturer or Distributor or Service Provider for procurement of Goods andServices; Contractor for Procurement of lnfrastructure Projects; or Consultant or ConsultingFirm for Procurement of Consulting Services; as the case may be, as recorded in the ContractForm signed by the parties, including all attachments and appendices thereto and alldocuments incorporated by reference therein.

    CIF - Cost Insurance and Freight.

    CIP - Carriage and Insurance Paid.

    CPI - Consumer Price Index.

    DDP - Refers to the quoted price of the Goods, which means "delivered duty paid."

  • DTI - Department of Trade and Industry.

    EXW - Ex works.

    FCA - "Free Carrier" shipping point.

    FOB - "Free on Board" shipping point.

    Foreign-funded Procurement or Foreign-Assisted Project- Refers to procurement whosefunding source is from a foreign government, foreign or international financing institution as

    specified in the Treaty or Intemational or Executive Agreement. (2016 revised IRR, Sectionstbl).

    Framework Agreement - Refers to a written agreement between a procuring entity and asupplier or service provider that identifies the terms and conditions, under which specificp*ihur"., otherwise known as "Call-Offs," are made for the duration of the agreement. It isin the nature of an option contract between the procuring entrty and the bidder(s) granting the

    procuring entity the option to either place an order for any of the goods or services identified

    in the Framework Agreement List or not buy at all, within a minimum period of one (l) yearto a maximum period of three (3) years. (GPPB Resolution No. 27-2019)

    GFI - Government Financial lnstitution.

    GOCC - Government-owned and/or -controlled corporation.

    Goods - Refer to all items, supplies, materials and general support services, exceptConsulting Services and lnfrastructure Projects, which may be needed in the transaction ofpublic businesses or in the pursuit of any government undertaking, project or activity,whether in the nature of equipment, furniture, stationery, materials for construction, orpersonal property of any kind, including non-personal or contractual services such as theiepair *A *ui"tlnance of equipment and fumiture, as well as trucking, hauling, janitorial,r""*ity, and related or analogous services, as well as procurement of materials and suppliesprovided by the Procuring Entity for such services. The tenn "related" or "analogous^services"

    sirall include, but is not limited to, lease or purchase of office space, mediaadvertisements, health maintenance services, and other services essential to the operation ofthe Procuring Entity. (2016 revised IRR, Section 5[r])

    GOP - Govenrment of the Philippines.

    GPPB - Government Procurement Policy Board.

    INCOTERMS - tnternational Commercial Terms.

    Infrastructure Projects - tnclude the construction, improvement, rehabilitation, demolition,repair, restoration or maintenance of roads and bridges, railways, airports, seaports,communication facilities, civil works components of inforrration technology projects,irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste

    management systems, shore protection, energy/power and electrification facilities, national

  • buildings,school buildings,hospital buildings,and other related construction proJects of the

    govemment.Also referred to as θル′′wο″おο″wοrお。(2016 re宙 sed tt SeCtiOn 5[u])

    LGUs― Local Govemment Units,

    NFCC― Net Financial Contracting Capacity.

    NGA一 National Govement Agency.

    PhilGEPS‐ Philippine GoverFment Electrolllc PrOCllrement System.

    Procurement Project― refers to a speciflc or identifled procllrement covermg goods,

    in・astructure proJect or collsulting services.A Proclrement ProJect shall be described,

    detailed,and scheduled in the PtteCt PrOcllrement Management Plan prepared by the agency

    which shall be consolidated in the pЮctmng entity's Amual Procllrement Plan。 (GPPBCircular No.06-2019 dated 17 July 2019)

    PSA― Philippine Statisics Authority.

    SEC― Securities and Exchange Co― ission.

    SLCC― Single Largest Completed Contract.

    Supplier― refers to a citizen,or any corporate body or conlIIlercial company duly organized

    and registered under the laws lvhere it is established,habitually established in business and

    engaged in the manufacme or sale ofthe merchandise or perforlnance ofthe general services

    covered by his bid。 (Item 3.8 of GPPB Resolution No.13‐ 2019,dated 23 Ma_y2019)。

    Supplier as used in these Bidding DoclllnentS may likewise refer to a distributor,

    manufactコrer,contractor,or consultant.

    UN― United Nations.

    6

  • Sι`Jlia“

    ニルッJ″αJliθ“″θ3J″

    Notes on the Invitation to Bid

    The Invitation to Bid (IB) provides information that enables potential Bidders to decidewhether to participate in the procurement at hand. The IB shall be posted in accordance withSection 21.2 of the 2016 revised IRR of RA No. 9184.

    Apart from the essential items listed in the Bidding Documents, the IB should also indicatethe following:

    a. The date of availability of the Bidding Documents, which shall be from the time theIB is first advertised/posted until the deadline for the submission and receipt of bids;

    b. The place where the Bidding Documents may be acquired or the website where it maybe downloaded;

    c. The deadline for the submission and receipt of bids; and

    d. Any important bid evaluation criteria (e.g., the application of a margin of preferencein bid evaluation).

    The IB should be incorporated in the Bidding Documents. The information contained in theIB must conforrn to the Bidding Documents and in particular to the relevant information inthe Bid Data Sheet.

    7

  • Republic ofthe Philippilles

    PUttLlC ATTORNEY'3 0FFIC麓Tanggapan ng ⅣIanananggol Pambayan

    DOJノ、cnCiCS Build魂 ,NIA Road comer East Avcnue,H04 Quez∞ Ciけ

    Telephone Nos 929‐ 90‐ 10/929‐ 94‐36;Fax Nos 927‐ 68‐ 10/926‐28‐78

    INvrr.q.TroN ro Bm FoR TrrE

    PROCTJREMENT OF INFORMATION AND COMMUMCATIONTECHNOLOGY (ICT) EQTIIPMENT FOR THE IMPLEMENTATION

    oF PUBLIC ATTORI\-EY'S OFFICE (PAO) HUMAN RESOURCEMANAGEMENT INTORMATION SYSTEM (IIRMIS) PROJECT

    1. The P(IBLIC ATTORNEY'S OFFICE, through the General Appropriations Actunder frscal year 2020 intends to apply the following amounts, each for the five (5)

    Lots under Purchase Request No. 656-11-2020 for PAO ICT-HRIS project:

    a. the sum of Ten MiIIion Eight Hundred Sixty Seven Thousand Five HundredFifteen Pesos and Thirty one centavos (Php10,867,515.31) for LoT 1;

    b. the sum of Four Million One Hundred Sixty Four Thousand Seven HundredNinety Five Pesos (Php4,l64'795.00) for LOT 2;

    c. the sum of One Million Seven Ilundred Forty Eight Thousand One HundredNinety Eight Pesos and Eighty centavos (Php1,748'198.80) for LoT 3;

    d. the sum of Six Hundred Five Thousand Eight Hundred Eighty Six Pesos@hp605,8S6.00) for LOT 4;

    3.

    e. and the sum of Five Hundred Seventy Five Thousand Pesos (Php575,000-00)for LOT 5

    being the ABC per lot with a total amount of ABC in the sum of Seventeen Million

    Three Hundred Eighty Six Thousand Three Hundred Ninefy Five Pesos and

    Eleven Centavos @trp tZ,:46,395.11) to payments under the contract for ICTequipment for the implementation of PAO ICT-HRMIS project Bids received in."r.5 of the ABC shall be automatically rejected at bid opening.

    The public Attorney's Office now invites bids for the above Procurement Project.

    Delivery of the Coids is-required to be accomplished within fifteen (15) calendar

    days upon receipt of notice to proceed/deliver. Bidders should have completed,within ihrr" (3)-years from the date of submission and receipt of bids, a contractsimilar to the

    -pioject. The description of an eligible bidder is contained in the

    Bidding Documents, particularly, in Section II (Instructions to Bidders)'

    Bidding will be conducted through open competitive bidding procedures *Tg a non-discretfunary *pass/failu criterion as specified in the 2016 revised ImplementingRules arra negutations (IRR) of Republic Act (RA) No. 9184. Bidding is restricted to

  • 4.

    Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixtypercent (60%) interest or outstanding capital stock belonging to citizens of thePhilippines, and to citizens or organizations of a country the laws or regulations ofwhich grant similar rights or privileges to Filipino citizens, pursuant to RA No. 5183.

    Prospective Bidders may obtain further information from the PAO-Bids and AwardsCommittee and inspect the Bidding Documents at the address given below during8:00om to 5:00prn

    A complete set of Bidding Documents may be acquired by interested Bidders on 24November 2020 from the given address and website below and upon payment of theapplicable fee for the Bidding Documents, pursuant to the latest Guidelines issued bythe GPPB, in the amount of Fifieen Thousand Pesos (Phpl5,000.00).The ProcuringEntity shall allow the bidder to present its proof of payment for the fees in person.

    T'be PUBLIC ATTORNEY'S OFFICE will hold a Pre-Bid Conferencer on 03December 2020 THURSDAY 10:30 am at the PAO Central Office Library at PAO-Central Office, 5th Floor DOJ Agencies Bldg., NIA Road corner East Avenue,Diliman Quezon City and/or throu[h video conferencing or webcasting via Zoom2 ,which shall be open to prospective bidders.

    Bids must be duly received by the BAC Secretariat through manual submission at theoffice address indicated below, on or before 15 Decernber 2020 TUESDAY 5:0@m.

    Late bids shall not be accepted.

    All Bids must be accompanied by a bid security in any of the acceptable forrrs and inthe amount stated in ITB Clause 14.

    Bid opening shall be on 16 December 2020 WEDNESDAY 10:30 am at the givenaddreis below and/or via Zoom3. Bids will be opened in the presence of the bidders'representatives who choose to attend the activity.

    The PUBLIC ATTORNEYS OFFICE reserves the right to reject any and all bids,declare a failure of bidding, or not award the contract at any time prior to contractaward in accordance with Sections 35.6 and 41 of the 2016 revised IRR of RA No.g!84,without thereby inctrring any liability to the affected bidder or bidders.

    For further information, please refer to:

    ATTY. MIGUEL NARCISO A. ILAGAN

    I May be deleted in case the ABC is less than One Million Pesos @hP1,000,000) where the Procwing Entity may not hold a

    Pre-Bid Conference.2 hnp:/hts04web.zoom.us/j/6491347597?pwd:Omk7WjFGelRiOnRXSnoxekZTSEl4dz}9 Meeting ID: 649 1347 597 Passcode: PBAC20203 htto://us04web.zoom.usli/6491347597?pwd:Omk|WjFGelRiOnRXSnpxekZTSEl4fu19 Meeting I: 649 1347597 Passcode: PBAC2020

    5。

    6.

    10。

    7.

    8.

    9.

  • PBAC, Head Secretariat

    MS. MA. TERESITA A. ESPANOLAPBAC, Secretariat Member

    MS. CATALINA N. NUTBZPBAC, Secretariat Member

    Public Attomey's OfficeDOJ Agencies Building, NIA Roadcomer East Avenue, Diliman, Quezon CityTelephone number 929-94-361ocals I21,122, & l3l

    12. You may visit the following websites:

    For dovr.nloading of Bidding Documents: PAO l(ebsite: pao-gov.ph

    25 Noッι“

    bθr 202θ

    Forthe PBAC Chaittman:

    ATTY.RO番五LD JEttb耐 。NIEVES

    .. Officer-In-ChargeLegal Research Service

    10

  • Section II. Instructions to Bidders

    Notes on the Instructions to Bidders

    This Section on the Instruction to Bidders (ITB) provides the information necessary forbidders to prepare responsive bids, in accordance with the requirements of the ProcuringEntity. It also provides information on bid submission, eligibility check, opening andevaluation of bids, post-qualification, and on the award of contract.

  • 3。

    I. Scope of BidThe Procuring Entity, PUBLIC ATTOKNEY"S OFFICE wishes to receive Bids for theProcurement of ICT Equipment for the Implementation of the PAO-Human ResourceManagement lnformation System project with identification number PR No. 656-11-2020, Lots I to 5.

    The Procurement Project (referred to herein as "Project") is composed of an item, thedetails of which are described in Section VII (Technical Specifications).

    2. Funding Information

    2.1. The GOP through the source of funding as indicated below for Fiscal year2020 inthe amount of

    2.2. The source of funding is:

    a. the General Appropriations Act

    Bidding Requirements

    The Bidding for the Project shall be governed by all the provisions of RA No. 9184and its 2016 revised IRR, including its Generic Procurement Manuals and associatedpolicies, rules and regulations as the primary source thereof, while the herein clausesshall serve as the secondary source thereof.

    Any amendments made to the IRR and other GPPB issuances shall be applicable onlyto the ongoing posting, advertisement, or IB by the BAC through the issuance of asupplemental or bid bulletin.

    The Bidder, by the act of submiuing its Bid, shall be deemed to have verified andaccepted the general requirements of this Projec! including other factors that mayaffect the cost, duration and execution or implementation of the contract, project, or

    work and examine all instructions, forms, terms, and project requirements in theBidding Documents.

    Corrupt, Fraudulent, Collusive, and Coercive Practices

    The Procuring Entity, as well as the Bidders and Suppliers, shall observe the higheststandard of ethics during the procurement and execution of the contract. They orthrough an agent shall not engage in comrpt, fraudulent, collusive, coercive, andobstructive practices defined under Annex "I" of the 2016 revised IRR of RA No.9184 or other integrity violations in competing for the Project.

    Eligible Bidders

    5.1. Only Bids of Bidders found to be legally, technically, and financially capablewill be evaluated.

    4。

    5.

    12

  • 5.2.

    a. Foreign ownership limited to those allowed under the rules mayparticipate in this Project.

    5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, theBidder shall have an SLCC that is at least one (1) contract similar to theProject the value of which, adjusted to current prices using the PSA's CPI,must be at least equivalent to:

    For the procurement of Non-expendable Supplies and Services: The Biddermust have completed a single contract that is similar to this Project, equivalentto at least fifty percent (50%) of the ABC.

    5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 ofthe 2016 IRR of RA No. 9184.

    6. Origin of GoodsThere is no restriction on the origin of goods other than those prohibited by a decision

    of the UN Security Council taken under Chapter VII of the Charter of the UN, subjectto Domestic Preference requirements under ITB Clause 18.

    7. SubcontractsThe Procuring Entity has prescribed that:

    a. Subcontracting is not allowed.

    8. Pre-Bid ConferenceThe Procuring Entrty will hold a pre-bid conference for this Project on the specifieddate and time and either at its physical address at PAO Central Office Library atpAO- Central Office, 5tr Floor DOJ Agencies Bldg., NIA Road corner East Avenue,Diliman Quezon City and/or through videoconferencing/webcasting) as indicated in

    paragraph 6 of the IB.

    9. Ctarification and Amendment of Bidding Documentsprospective bidders may request for clarification on and/or interpretation of any part

    of the Bidding Documents. Such requests must be in writing and received by theprocuring Entity, either at its given address or through electronic mail indicated in the

    IB, at least te; (10) calend* dayr before the deadline set for the submission andreceipt of Bids.

    10. Documents comprising the Bid: Etigibility and Technical Components

  • 10.1. The frst envelope shall contain the eligibility and technical documents of theBid as specified in Section YIII (Checklist of Technical and FinancialDocuments).

    10.2. The Bidder's SLCC as indicated in ITB Clause 5.3 should have beencompleted within three (3) years prior to the deadline for the submission andreceipt of bids.

    10.3. If the eligibility requirements or statements, the bids, and all other documentsfor submission to the BAC are in foreign language other than English, it mustbe accompanied by a translation in English, which shall be authenticated bythe appropriate Philippine foreign service establishment, post, or theequivalent office having jurisdiction over the foreign bidder's affairs in thePhilippines. Similar to the required authentication above, for ContractingParties to the Apostille Convention, only the translated documents shall beauthenticated through an apostille pursuant to GPPB Resolution No. 13-2019dated 23 }y'ray 2019. The English translation shall govern, for purposes ofinterpretation of the bid.

    11. Documents comprising the Bid: Financial Component

    1 1.1 . The second bid envelope shall contain the financial documents for the Bid asspecified in Section VIII (Checklist of Technical and FinancialDocuments).

    11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, acertification issued by DTI shall be provided by the Bidder in accordance withSection 43 .l .3 of the 201 6 revised IRR of RA No. 91 84.

    11.3. Any bid exceeding the ABC indicated in paragraph I of the IB shall not beaccePted.

    11.4. For Foreign-funded Procurement, a ceiling may be applied to bid pricesprovided the conditions are met under Section 31.2 of the 2016 revised IRR ofRANo.9184.

    12. Bid Prices

    l4.l. Prices indicated on the Price Schedule shall be entered separately in thefollowing manner:

    a. For Goods offered from within the Procuring Entity's country:

    i. The price of the Goods quoted EXW (ex-works, ex-factory, ex-warehouse, ex-showroom, or off-the-shelf, as applicable) ;

    ii. The cost of all customs duties and sales and other taxes alreadypaid or payable;

    14

  • iii. The cost of transportation, insurance, and other costs incidental todelivery of the Goods to their final destination; and

    iv. The price of other (incidental) services, if any, listed in e.

    b. For Goods offered from abroad:

    i. Unless otherwise stated in the BDS, the price of the Goods shallbe quoted delivered duty paid (DDP) with the place of destinationin the Philippines as specified in the BDS. In quoting the price,the Bidder shall be free to use transportation through carriersregistered in any eligible country. Similarly, the Bidder mayobtain insurance services from any eligible source country.

    ii. The price of other (incidental) services, if any, as listed inSection YII (Technical Specffications).

    13. Bid and Payment Currencies

    13.1. For Goods that the Bidder will supply from outside the Philippines, the bidprices may be quoted in the local currency or tradeable crurency accepted bythe BSP at the discretion of the Bidder. However, for purposes of bidevaluation, Bids denominated in foreign currencies, shall be converted toPhilippine crurency based on the exchange rate as published in the BSPreference rate bulletin on the day of the bid opening.

    13.2. Payment of the contract price shall be made in:

    14.

    a. Philippine Pesos.

    Bid Security

    14.1. The Bidder shall submit a Bid Securing Declarationa or any form of BidSecurity in the amount indicated in the BDS, which shall be not less than thepercentage of the ABC in accordance with the schedule in the BDS.

    14.2. The Bid and bid security shall be valid until one (1) year from the submissionof bids. Any Bid not accompanied by an acceptable bid security shall berejected by the Procuring Entity as non-responsive.

    Sealing and Marking of Bids

    Each Bidder shall submit one copy of the first and second components of its Bid.

    a ln the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity andfirmishing of the performance iecurity or the performance securing declaration within ten (10) calendar days from receipt ofNotice to Execute Framework Agreement.

    15

    15。

  • 16。

    The Procuring Entity may request additional hard copies and/or electronic copies ofthe Bid. However, failure of the Bidders to comply with the said request shall not be aground for disqualifi cation.

    If the Procuring Entity allows the submission of bids through online submission orany other electronic means, the Bidder shall submit an electronic copy of its Bid,which must be digitally signed. An electronic copy that cannot be opened or iscomrpted shall be considered non-responsive and, thus, automatically disqualified.

    Deadline for Submission of Bids

    16.1. The Bidders shall submit on the specified date and time and either at itsphysical address or through online submission as indicated in paragraph 7 ofthe IB.

    Opening and Preliminary Examination of Bids

    17 .1. The BAC shall open the Bids in public at the time, on the date, and at the placespecified in paragraph 9 of the IB. The Bidders' representatives who arepresent shall sigr a register evidencing their attendance. In casevideoconferencing, webcasting or other similar technologies will be used,attendance of participants shall likewise be recorded by the BAC Secretariat.

    In case the Bids cannot be opened as scheduled due to justifiable reasons, therescheduling requirements under Section 29 of the 2016 revised IRR of RANo. 9184 shall prevail.

    17.2. The preliminary examination of bids shall be govemed by Section 30 of the2016 revised IRR of RA No. 9184.

    Domestic Preference

    18.1. The Procuring Entity will grant a margin of preference for the purpose ofcomparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRRof RANo.9184.

    Detailed Evaluation and Comparison of Bids

    19.1. The Procuring BAC shall immediately conduct a detailed evaluation of allBids rated "passed," using non-discretionzlry pass/fail criteria. The BAC shallconsider the conditions in the evaluation of Bids under Section 32.2 of the2016 revised IRR of RA No. 9184.

    lg.Z. If the Project allows partial bids, bidders may submit a proposal on any of thelots or items, and evaluation will be undertaken on a per lot or item basis, asthe case maybe. ln this case, the Bid Security as required by ITB Clause 15shall be submitted for each lot or item separately.

    19.3. The descriptions of the lots or items shall be indicated in Section YII(Technicat Specifications), although the ABCs of these lots or items are

    17。

    18。

    19。

    16

  • 20.

    indicated in the BDS for purposes of the NFCC computation pursuant toSection 23.4.2.6 of the 2016 revised IRR of RA No. 9184. The NFCC must besufficient for the total of the ABCs for all the lots or items participated in bythe prospective Bidder.

    19.4. The Project shall be awarded as follows:

    One Project having several items grouped into several lots, which shall beawarded as separate contracts per lot.

    19.5. Except for bidders submitting a committed Line of Credit from a Universal orCommercial Bank in lieu of its NFCC computation, all Bids must include theNFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR ofRA No. 9184, which must be sufficient for the total of the ABCs for all thelots or items participated in by the prospective Bidder. For bidders submittingthe committed Line of Credit, it must be at least equal to ten percent (10%) ofthe ABCs for all the lots or items participated in by the prospective Bidder.

    Post-Qualification

    20.2. Within a non-extendible period of five (5) calendar days from receipt by theBidder of the notice from the BAC that it submitted the Lowest CalculatedBid, the Bidder shall submit its latest income and business tax returns filed andpaid through the BIR Electronic Filing and Payment System (eFPS) and otherappropriate licenses and perrnits required by law and stated in the BDS.

    Signing of the Contract

    21.1. The documents required in Section37.2 of the 2016 revised IRR of RA No.9184 shall form part of the Contract. Additional Contract documents areindicated in the BDS.

    21。

    17

  • Sιcガθ“皿 」ヽBJ″ Dα

    Shιι′

    Notes on the Bid Data Sheet

    The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or speciff indetail, information, or requirements included in the ITB found in Section II, which arespecific to each procurement.

    This Section is intended to assist the Procuring Entity in providing the specific information inrelation to corresponding clauses in the ITB and has to be prepared for each specificprocurement.

    The Procuring Entrty should specify in the BDS information and requirements specific to thecircumstances of the Procuring Entity, the processing of the procurement, and the bidevaluation criteria that will apply to the Bids. ln preparing the BDS, the following aspectsshould be checked:

    a. Information that specifies and complements provisions of the ITB must beincorporated.

    b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated bythe circumstances of the specific procurement, must also be incorporated.

  • Bid Data SheetITB

    Clause5。 3 For this pu{pose, contracts similar to the Project shall be:

    a. Procurement of Information and Communication Technologt Equipment

    b. completed within three (3) years prior to the deadline for the submissionand receipt of bids.

    7.1

    12 The price of the Goods shall be quoted DDP Quezon City or the applicableIntemational Commercial Terrns (INCOTERMS) for this Project.

    14。 1 The bid security shall be in the form of a Bid Securing Declaratioq or any of thefollowing forms and amounts:

    a. The amount of not less than: Php 217,350.31 for LOT 1; Php 83,295.09for LOT 2;Php 34,963.00 for LOT 3; Php 12,117.72 for LOT 4; Php11,500.00 for LOT 5 if bid security is in cash, cashier's manager's check,bank drafl/guarantee or irrevocable letter ofcredit; or

    b. The amount of not less than: Php 543,375.77 for LOT 1;Php 208,239.75for LOT 2;_Php 87,409.94 for LOT 3; Php 30,294.03 for LOT 4; Php28,750 for LOT 5 if bid security is in Surety Bond.

    19。3 See attached Terms of Reference and Technical Specification

    20.2 l. Company profile;

    2. List of existing and previous clients;

    3. Certification issued by Head of the company or authorizedrepresentative, whether the prospective bidder is a manufacturer,supplier or distributor of the above items;

    4. Security and Exchange Commission registration or Department ofTrade and Industry business permit;

    5. Valid and current Mayor's permit or business permit;

    6. VAT registration;

    7. Latest Income Tax Refum;

    8. Audited Financial Statements for Year 2019 (stqqaecl "rege!ve4"

    19

  • by the BIR);

    9. Statement of the prospective bidder that he/she is not "blacklisted"or ba:red from bidding by the government or any of itsagencies/offices;

    10. Sworn Affidavit that the bidder or any officer of their corporationis not related to the Head of the Procuring Entity by consanguinityor affinity up to the third civil degree;

    11. Swom Statement by the Head of the Company or authorizedrepresentative that each of the documents submitted in satisfactionof the bidding requirements is an authentic copy of the originaland all information provided therein are true and correct;

    12. Certificate of Registration from PHILGEPS;

    13. Bid Price;

    14. Bid Security in accordance with RA 9184 and its implementingrules and regulations.

    21.2 Not applicable

    20

  • Section fY. Generul Conditions of Contract

    Notes on the General Conditions of Contract

    The General Conditions of Contract (GCC) in this Section, read in conjunction with theSpecial Conditions of Contract in Section V and other documents listed therein, should be acomplete document expressing all the rights and obligations of the parties.

    Matters governing performance of the Supplier, payments under the contract, or mattersaffecting the risks, rights, and obligations of the parties under the contract are included in theGCC and Special Conditions of Contract.

    Any complementary information, which may be needed, shall be introduced only through theSpecial Conditions of Contract.

    り4

  • ■■ Scope of Contract

    This Contract shall include all such items, although not specifically mentioned, thatcan be reasonably inferred as being required for its completion as if such items wereexpressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revisedIRR, including the Generic Procurement Manual, and associated issuances, constitutethe primary source for the terms and conditions of the Contract, and thus, applicablein contract implementation. Herein clauses shall serve as the secondary source forthe terms and conditions of the Contract.

    This is without prejudice to Sections 74.1 ard 74.2 of the 2016 revised IRR of RANo. 9184 allowing the GPPB to amend the IRR, which shall be applied to allprocurement activities, the advertisement, posting, or invitation of which were issuedafter the effectivity of the said amendment.

    Additional requirements for the completion of this Contract shall be provided in theSpecial Conditions of Contract (SCC).

    Advance Payment and Terms of Payment

    2.1. Advance payment of the contract amount is provided under Annex "D" of therevised 2016 IRR of RA No. 9184.

    Z.Z. The Procuring Entity is allowed to determine the terms of payment on thepartial or staggered delivery of the Goods procured, provided such partialpayment shall correspond to the value of the goods delivered and accepted iniccordance with prevailing accounting and auditing rules and regulations. The

    terms of payment are indicated in the SCC.

    Performance SecuritY

    Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from

    the procuring Entity but in no case later than prior to the signing of the Contract by

    both partier, th. ,u.."ssful Bidder shall furnish the perfomrance security in any of theformi prescribed in Section 39 of the 2016 revised IRR of RA No. 9184.

    Inspection and Tests

    The procuring Entity or its representative shall have the right to inspect and/or to test

    the Goods toionlirm their conformity to the Project. ln addition to tests in the SCC,Section IV (fechnical Specifications) shall specify what inspections and/ol tests theprocuring Entity requires, and where they are to be conducted. The Procuring Entity

    shall not1ff the Supplier in writing, in a timely manner, of the identity of anyrepresentatives retained for these purposes.

    All reasonable facilities and assistance for the inspection and testing of Goods,including access to drawings and production data, shall be provided by the Supplier to

    the authorized inspectors at no charge to the Procuring Entity.

    2。

    3。

    4.

    22

  • 5。 Warranty

    6.1. In order to assure that manufacturing defects shall be corrected by theSupplier, a wa:ranty shall be required from the Supplier as provided underSection 62. I of the 20 1 6 revised IRR of RA No. 9 1 84.

    6.2. The Procuring Entrty shall promptly notiff the Supplier in writing of anyclaims arising under this warranty. Upon receip of such notice, the Suppliershall, repair or replace the defective Goods or parts thereof without cost to theProcuring Entity, pursuant to the Generic Procurement Manual.

    Liability of the Supplier

    The Supplier's liability under tlis Contract shall be as provided by the laws of theRepublic of the Philippines.

    If the Supplier is a joint venture, all partners to the joint venture shall be joinfly andseverally liable to the Procuring Entity.

    6.

    23

  • Section Y. Speciol Conditions of Contruct

    Notes on the Special Conditions of Contract

    Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity inproviding contract-specific inforrnation in relation to comesponding clauses in the GCCfound in Section [V.

    The Special Conditions of Contract (SCC) complement the GCC, specifying contractualrequirements linked to the special circumstances of the Procuring Entity, the ProcuringEntity's country, the sector, and the Goods purchased. In preparing this Section, thefollowing aspects should be checked:

    a. lnforrnation that complements provisions of the GCC must be incorporated.

    b. Amendments and/or supplements to provisions of the GCC as necessitated by thecircumstances of the specific purchase, must also be incorporated.

    However, no special condition which defeats or negates the general intent and purpose of theprovisions of the GCC should be incoryorated herein.

    24

  • S ial C fC tractditilla onaltlons o on CGCC

    CIause

    1

    Delivery and Documents -For purposes of the Contract, "EX'W," "FOB," "FCAr" "CfFr" "CIPr" "DDP"and other trade terms used to describe the obligations of the parties shall havethe meanings assigned to them by the current edition of INCOTERMS publishedby the tnternational Chamber of Commerce, Paris. The Delivery terms of thisContract shall be as follows:

    [For Goods suppliedfrom abroad, state:J "The delivery tenns applicable to theContract are DDP delivered to PAo-Central Office, DOJ Agencies Bldg., NIARoad Cor. East Avenue, Diliman, Quezon City. In accordance withINCOTERMS."

    [For Goods supplied from within the Philippines, state:] "The delivery termsapplicable to this Contract are delivered PAO-Central Office, DOJ AgenciesBldg., NIA Road Cor. East Avenue, Diliman, Quezon City. Risk and title willpass from the Supplier to the Procuring Entity upon receipt and final acceptanceof the Goods at their final destination."

    Delivery of the Goods shall be made by the Supplier in accordance with theterms specified in Section VI (Schedule of Requirements).

    For purposes of this Clause the Procuring Entity's Representative at the ProjectSite is PAO's Inspection Team led by PAO Information and CommunicationTechnologt Unit

    Incidental Senices -The Supplier is required to provide all of the following services, includingadditional services, if any, specified in Section VI. Schedule of Requirements:

    performance or supervision of on-site assembly and/or start-up of thesupplied Goods;

    furnishing of a detailed operations and maintenance manual for eachappropriate rurit of the supplied Goods;pe.formarce or supervision or maintenance and/or repair of thesupplied Goods, for a period of time agreed by the parties, providedthat this service shall not relieve the Supplier of any warrantyobligations under this Contract;

    a.

    b。

    C。

    25

  • d. training of the Procuring Entity's personnel, at the Supplier's plantand/or on-site, in assembly, start-up, operation, maintenance, and/orrepair of the supplied Goods.

    The Contract price for the Goods shall include the prices charged by theSupplier for incidental services and shall not exceed the prevailing rates chargedto other parties by the Supplier for similar services.

    Spare Parts -The Supplier is required to provide all of the following materials, notifications,and information pertaining to spare parts manufactured or distributed by the

    a. such spare parts as the Procuring Entrty may elect to purchase from theSupplier, provided that this election shall not relieve the Supplier of anywa:ranty obligations under this Contract;

    The spare parts and other components required are listed in Section YI(Schedule of Requirements) and the cost thereof are included in the contractprice.

    The Supplier shall carry sufficient inventories to assure ex-stock supply ofconsumable spare parts or components for the Goods for a period of at leastthree (3) years.

    Spare parts or components shall be supplied as promptly as possible, but in anycase, within period of warranty.

    Packaging -The Supplier shall provide such packaging of the Goods as is required to prevent

    their damage or deterioration during transit to their final destination, as indicated

    in this Contract. The packaging shall be sufficient to withstand, withoutlimitation, rough handling during transit and exposure to exffeme temperatures,salt and precipitation during transit, and open storage. Packaging case size and

    weighs .ttutt ute into consideration, where appropriate, the remoteness of theGoods' final destination and the absence of heavy handling facilities at all points

    in transit.

    26

  • The packaging, marking, and documentation within and outside the packagesshall comply strictly with such special requirements as shall be expresslyprovided for in the Contract, including additional requirements, if any, specifiedbelow, and in any subsequent instructions ordered by the Procuring Entity.

    The outer packaging must be clearly marked on at least four (a) sides as follows:

    Name of the Procuring EntityName of the SupplierContract DescriptionFinal DestinationGross weightAny special lifting instructionsAny special handling instructionsAny relevant HAZCHEM classifi cations

    Where the Supplier is required under Contract to deliver the Goods CIF, CIP or

    DDP, Goods a." to be transported on carriers of Philippine registry. In the eventthat no carrier of Philippine registry is available, Goods may be shipped by acarrier which is not of Philippine registry provided that the Supplier obtains andpresents to the Procuring Entity certification to this effect from the nearestfmtppine consulate to the port of dispatch. In the event that carriers offhilippine registry are available but their schedule delays the Supplier in itsperformance of this Contract the period from when the Goods were first ready

    A packaging list identifying the contents and quantities of the package is to beplaced on an accessible point of the outer packaging if practical. If not practicalthe packaging list is to be placed inside the outer packaging but outside thesecondary packaging.

    Transportation -

    Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or

    DDP, transport of the Goods to the port of destination or such other named place

    of destination in the Philippines, as shall be specified in this Contract, shall bearranged and paid for by the Supplier, and the cost thereof shall be included inthe Contract Price.

    Where the Supplier is required under this Contract to transport the Goods to aspecified place of destination within the Philippines, defined as the Project Site,

    transport io such place of destination in the Philippines, including insurance andstorage, as shall be specified in this Contract, shall be arranged by the Supplier,

    and related costs shall be included in the cg4qqqlpg

  • for shipment and the actual date of shipment the period of delay will beconsidered force maj eure.

    The Procuring Entity accepts no liability for the damage of Goods during transitother than those prescribed by INCOTERMS for DDP deliveries. tn the case ofGoods supplied from within the Philippines or supplied by domestic Suppliersrisk and title will not be deemed to have passed to the Procuring Entity untiltheir receipt and final accepance at the final destination.

    Intellectual Property Rights -

    The Supplier shall indemnify the Procuring Entity against all third-party claimsof infringement of patent, trademark, or industrial design rights arising from useof the Goods or anY Part thereof.

    2.2 "The terms of payment shall be as follows: upon complete delivery of goodsand issuance of inspection/acceptance report by PAO"

    4 T't e inspections and tests that will be conducted are Hardware and Softwarecomponents inspection to be held at PAO-Central Office, DOJ Agencies Bldg.,NIA Road Cor. East Avenue, Diliman, Quezon

    28

  • Section l/1. Schedule of RequirementsThe delivery schedule expressed as weeks/months stipulates hereafter a delivery date whichis the date of delivery to the project site.

    ItemNumber

    Description Quantity TotalDelivered,

    Weeks/lVIonthsSee Terms OrReference/TechnicalDescription

    29

  • Sι`″

    “√‐、■夕cλ

    “たαJだッι

    `lF`α″Jθ

    “S

    Notes for Preparing the Technical Specifications

    A set of precise and clear specifications is a prerequisite for Bidders to respond realisticallyand competitively to the requirements of the Procuring Entify without qualiffing their Bids.ln the context of Competitive Bidding, the specifications (e.g. production/delivery schedule,manpower requirements, and after-sales service/parts, descriptions of the lots or items) must

    be prepared to permit the widest possible competition and, at the same time, present a clearstatement of the required standards of workmanship, materials, and performance of the goods

    and services to be procured. Only if this is done will the objectives of transparency, equity,efficiency, fairness , and economy in procurement be reaTized, responsiveness of bids beensured, and the subsequent task of bid evaluation and post-qualification facilitated. Thespecifications should require that all items, materials and accessories to be included orincorporated in the goods be new, unused, and of the most recent or curent models, and thatthey include or incorporate all recent improvements in design and materials unless otherwiseprovided in the Contract.

    Samples of specifications from previous similar procurements are useful in this respect. The

    ,r. of metrii units is encouraged. Depending on the complexrty of the goods and therepetitiveness of the type of procurement, it may be advantageous to standardue the GeneralTechnical Specifications and incorporate them in a separate subsection. The GeneralTechnical Specifications should cover all classes of workmanship, materials, and equipment

    commonly involved in manufacturing similar goods. Deletions or addenda should then adapt

    the General Technical Specifications to the particular procurement.

    Care must be taken in drafting specifications to ensure that they are not restrictive. In the

    specification of standards for equipment, materials, and workmmffp, recognized Philippineand international standards should be used as much as possible. Where other particular

    standards are used, whether national standards or other standards, the specifications should

    state that equipment, materials, and workmanship that meet other authoritative standards, and

    which ensure ut t.ust a substantially equal quality than the standards mentioned, will also beacceptable. The following clause may be inserted in the Special Conditions of Conftact or

    the Technical Specifications.

    Sample Clause: Equivalency of Standards and Codes

    Wherever reference is made in the Technical Specifications to specific standards and codes to

    be met by the goods and materials to be furnished or tested, the provisions of the latest

    edition oirevision of the relevant standards and codes shall apply, unless otherwise expressly

    stated in the Contract. Where such standards and codes are national or relate to a particular

    country or region, other authoritative standards that ensure substantial equivalence to the

    standards and codes specified will be acceptable.

    30

  • Reference to brand name and catalogue number should be avoided as far as possible; whereunavoidable they should always be followed by the words "or at least equivalent."References to brand names cannot be used when the funding source is the GOP.

    Where appropriate, drawings, including site plans as required, flay be fumished by theProcuring Entity with the Bidding Documents. Similarly, the Supplier may be requested toprovide drawings or samples either with its Bid or for prior review by the Procuring Entityduring contract execution.

    Bidders are also required, as part of the technical specifications, to complete their statementof compliance demonstrating how the items comply with the specification.

  • Technical Specifications

    Item Specification Statement of Compliance

    See AttachedSpecifications

    Technical [Bidders must state here either "Comply"or "Not Comply" against each of theindividual parameters of eachSpecification stating the coruespondingperformance parameter of the equipmentoffered. Statements of "Comply" or "NotComply" must be supported by evidencein a Bidders Bid and cross-referenced tothat evidence. Evidence shall be in theform of manufacturer's un-amended salesliterature, unconditional statements ofspecification and compliance issued by themanufacturer, samples, independent testdata etc., as appropriate. A statement thatls not supported by evidence onssubsequently found to be contradicted bythe evidence presented will render the Bidunder evaluation liable for reiection. Astatement either in the Bidder's statementof compliance or the supporting evidencethat is found to be false either during Bidevaluation, post-qualification or theexecution of the Contract may be regardedas fraudulent and render the Bidder orsupplier liable for prosecution subject tothe applicable laws and issuances.J

    32

  • Section VIII. Checklist of Technicsl sndFinanciul Documents

    Notes on the Checklist of Technical and Financial Documents

    The prescribed documents in the checklist are mandatory to be submitted in the Bid, but shallbe subject to the following:

    a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a Stateof Calamity or other similar issuances that shall allow the use of alternate documentsin lieu of the mandated requirements; or

    b. Any subsequent GPPB issuances adjusting the documentary requirements after theeffectivity of the adoption of the PBDs.

    The BAC shall be checking the submitted documents of each Bidder against this checklist toascertain if they are all present, using a non-discretionary "pass/fail" criterion pursuant toSection 30 of the 2016 revised IRR of RA No. 9184.

    33

  • Checklist of Technical and Financial Documents

    Io TECHNICAL COMPONENT ENVELOPE

    α“s'1"D″″

    ““rs

    Zegα′Doθν“θ4rS

    □ (→ Vdid PhilGEPS Registtatioll Certiicate elatinm Membership)(all pages〉Or

    □ (b)Registration certiicate from Securities and Exchange Collllnission(SEC),Department of Trade and hdustry(DTI)for S01e prop五 etorship,or

    Cooperat市e Development Autho五ty(CDA)for c00perat市es or itsequlvalent docllment,

    alld

    □ (C)Ma.yor's or Business peml■ issued by the city or municipdity where the

    pnncipal place of business of■ e prospective bidder is located,or」騰

    equivalent docllment for Exclusive EconoIInc Zones or Areas;

    and□ (d)Tax clearance per EoOo No.398,s。 2005,as inally re宙 ewed alld appЮ ved

    by tt Bllreau of htemal Revenuc(BIFり。

    7ンc力′J`α′」Dθεν“θ′′s

    □ (D Statement of the prospecive bidder of all its ongomg govemment andprivate contracts,including contracts awarded but iЮ t yet started,if any,

    whether similar or■ ot similarin name and complexlty to tt contract to be

    bid;and

    □ (g) Statement of the bidder's Single Largest Completed Contract(SLCC)silmlar to the contract to be bic except under conditions pro宙 ded for in

    Sections 23.4。 1.3 and 23.4.2。 4 ofthe 2016 revised IRR of RA No. 9184,

    within the relevant pe五 od as provided in the Bidding Docments;and

    □ (0 0五ginal copy ofBid Securiサ .Ifin the fo....Ofa Surety Bond,submit also acertiflcation lssued by the hsura■ lce ColIIInlsslon;

    Or

    Original copy ofNotarized Bid Securing Declaration;型

    □ (i) COnfOrmity with the Technical Speciflcations, which may includeproduction/delivery schedule, manpower requlrements, and/or after―

    sales/parts,ifapplicabl%and

    □ G) 0五 ginal duly signed Ommibus Swom Sね tement(OSS);and if ttplicable,Odginal Notarized Secretary's Certiicate in case of a

    corporation,partnership,or cooperative;or Original Special Power ofAttomeyofallmembersofthejointvenmeglvmgfullpowerandautho五 ty

    to its oficerto sign the OSS and do acts to representthe Bidder。

    Fi4αηcJα′助 εν″θ4お

    □ (り The suppher's audited fmancial statements,showing,alnong others,■ e

    Supplier's total and cllrrent assets and liabilities,stamped“ received''by the

    BIR or its duly accredited and authorized institutions, for the preceding

    calendar year which should llot be earlier than two(2)yearSibm the date of

    bid subIInission;and

    □ (1) The prOspective bidder's computation of Net Financial Contracting

  • Capacrty (NFCC);

    9rA committed Line of Credit from a Universal or Commercial Bank in lieuof its NFCC computation.

    Class uB" DocumentsD (m) If applicable, a duly signed joint venture agreement (WA) in case the joint

    venture is already in existence;9Iduly notarized statements from all the potential joint venture partners statingthat they will enter into and abide by the provisions of the WA in theinstance that the bid is successful.

    Other documentarv requirements under M No. 9184 (as applicable)tr (n) [For foreign bidders claiming by reason of their country's extension of

    reciprocal rights to Filipinosl Certification from the relevant governmentoffice of their country stating that Filipinos are allowed to participate ingovernment procurement activities for the same item or product.

    E (o) Certification from the DTI if the Bidder claims preference as a DomesticBidder or Domestic Entity.

    25 FINANCIAL COMPONENT ENVELOPEtr (a) Original of duly signed and accomplished Financial Bid Form; andU (b) Original of duly signed and accomplished Price Schedule(s).

  • Repub‖ c of the philippines

    PUBLEC ATTOn闘竃YワS◎『『

    :C匿

    Tanggapan ng Manananggoi Pambavan

    Kagawaran ng Katarungan

    DOJ Agencles Bu‖ din3 NIA Road comer East Avenue,■ ■04 QtlezOn Citγ

    Bids and Awards Committee

    TERMS OF REFERENCE(TOR)

    PROCUREMENT OFINFORMAT10N AND COMMUNICAT10N TECHNOLOGY(ICT)EQUIPMENT FOR THEIMPLEMENTAT10N OF PUBLiC AttORNEY'SOFFICE(PAO)HUMAN RESOURCE MANACEMENT:NFORMAT10N SYSTEM

    (HRM:S)PROJECT,(丁hrough Public Bidding Pursuantto 2016 Revised lmplemenung Rules and

    Regulaゴons of Republlc Act No.9184)

    1.The Public Attomey's Omce(PAO)ls authO面 zed to procure lCtt equipment

    for the implementajon of PAO HRMIS pr9ject to be charged against

    Agency Specific Budget, FY 2020 General AppropttaJon Act, R.A.No.

    11465.

    2. HRヽ41S is intended primarily for the ottcial use of the Public Attorney's

    Office Human Resource Management and Development Division

    (HRMDD).

    Approved Budgetforthe Contract

    The bidder sha‖ bid for the item described in this tte‖ ‖s of Reference,which

    sha‖ not exceed the Approved Budget for the Contract in the amount of

    SEVENTEEN MILL:ON NINE HUNDRED Si】 πY ONE THOuSAND THREE

    HUNDRED NINETY F:VE AND ll′ 100 PESOS(Php 17,961,395,11),lnclusive of

    an taxes app‖ Cable and bank and 90Vernment charges payable.

    LOT l

    Approved Budgetforthe Contract

    (Php 10,867,515.31)

    Delivery: 15 calendar days after issuance of notice to proceed'

    Payment: tmmediat"ly "ft"t "ornpl"t" dtli"

    Page 1 of 11

    SPECIFICAT10N

    Processorlntel@ Coreru i7-8700 Processor, 3.2GHz(12MCache, up to 4.6 GHz) or higher

    MemoryDDR4 2666MHz 4G or higher

    Storage512gb 7200 rPm SATA or higher

    Optical DriveDVD RW (OPtional)

    Ports"Front: 1x Headphone, 1x Microphone, 2x

    Desktop COmputers

    (Php 6,242,668.50)

    NO.OFUNITS

  • USB2.0, 2x USB 3.1 Gen 1

    Rear: 1x RJ45 LAN, 1x HDMI, 1x VGA(D-Sub)-Out1x DVI-D, 1x7.1 Channel Audio (3 ports), 2xPS2, 1x Kensington lock, 1x Padlock, 2xUSB2.0, 2x USB 3.1 Gen 1,1x RS232 (COMPort)"

    AccessoriesUSB wired keyboard; USB wired optical mousewith mouse pad; Power Cord; Camera(HD)

    Display20" Display Bundled Monitor or higher

    Operating systemLicense MS Windows 10 Professional 64bit

    Warranty3 years

    -Parts and service-Labor-On site

    UPS Desktop(Php 378,993.00)

    95 Output Power CapacitY325 Watts/650VA

    Output Frequency50/60 Hz+l-1 Hz

    Output Connections2 Universal Receptacle

    Nominal lnput Voltage230V

    Maximum lnput Current5A

    Battery TypeMaintenance-free sealed Lead-Acid batterywith suspended electrolyte leakproof

    Recharging Time4 Hours or less

    Warranty1 Year Warranty (Return to Dealer - UnitExchange) =-=-

    Camera for DTRcapturing(Php 833,238.00)

    357 ResolutionFull HD 1080P, 1920*1080 Pixels

    Lens TypeFull HD Glass Lens

    Focus TypeFixed Focus

    Page 2 of tL

  • Focus Range60cm and Beyond

    Built-in MicSingle Digital Mic.

    Output FormatMJPEG

    Frame Rate3Ofps

    USBUSB 2.0 or Higher

    Compatible OSWindows 7 18 18.1 I 10, Mac OS,Android V6.0

    Warranty1 year

    -Parts and service-Labor

    Linux OS,

    Fi ngerprint Scanner(USBTvpe)(Php 2,760,609.60)

    357 ConnectionUSB 2.0 or Higher

    Supported OSMicrosoft Windows (32-bit and 64-bit), Linux(32-bit and 64-bit), Android

    Resolution512 ppi

    lmage capture area (Platen size)15 x 18 mm (0.6" x 0.7")

    Sensor typeOptical

    llluminationBlue LEDs

    Warranty1 year

    -Parts and service-Labor

    Office Productivity(Php 643,416.00)

    95 Office 2019 Home and Student Edition(Perpetual)

    External Hardrive 4TB(Php 8,590.21)

    1 Capacity4TB

    lnterfaceUSB 3.0

    Featuresautomatic backup

    Page 3 of 11

  • Hard Drive TypeExternal hard drive

    External Drive TypePortable

    OS RequiredApple MacOS X 10.6 or later,Windows Vista l7 I I or later

    Warranty1 year

    -Parts-Labor

    Microsoft

    LOT 2Approved Budgetforthe Contract

    (Php 4,164,795.Oo)De:ivery:15 ca!endar days afterissuance of notice to proceed.

    Payment:!rnrnediately after compiete deiivery of items.

    lTEM NO.OFUNI丁S

    SPECIFICA丁 10N

    Server l゙ゝindowsSeⅣer 2019

    (Php 2,106,000.00)

    2 Processorlntel Xeon 5218 (16 cores) 2.3 GHzorHigher

    l/O and PortsNetwork Options 2 x 10GbE

    Front Ports1 x Dedicated |DRAC micro-USB1 x USB 2.01 x USB 3.0; 6 x USB 2.U3.A

    Memory128 GB 2666 MT/s or Higher

    Memory TypeLRDIMM

    Memory Module Slots24 DDR4 DIMM slots (12 NVDIMM only)Supports registered ECC DDR4 DIMMsonly

    Maximum RAMLRDIMM 3TB

    ManagementEmbedded / At-the-Server iDRACgiDRAC RESTful API with RedfishiDRAC DirectQuick Sync 2 BlE/wireless module

    Open Manaqe lnteqrations

    Page 4 of 11

  • BMC@ Truesight; Microsoft@ SystemCenterRedhat@ Ansible@ ModulesVMware@ vCenter

    SecurityCryptographically signed fi rmwareSecure BootSecure EraseSilicon Root of TrustSystem Lockdown (requires OpenManageEnterprise)TPM 1 .212.0, TCM 2.0 optional

    Supported OperatingSystemsCanonical@ Ubuntu@ LTSCitrix@ Hypervisor@Microsoft@ Windows Server@ LTSC withHyper-VRed Hat@ Enterprise LinuxSUSE@ Linux Enterprise ServerVMware@ ESXi@

    Storage Controllerslnternal ControllersPERC H330, H730p, H740P, HBA330,H330

    RAID5+0

    Software RAIDs140

    External HBAs (non-RAID)12Gbps SAS HBA

    External PERC (RAID)H840

    Boot Optimized Storage SubsYstemHWRAID 2xM.2 SSDs 120G8 or 240 GB

    AcceleratorsUp to four 300W and eight 150W GPUsNVIDIA Tesla P100, P40, K80M, M60,M10, AMD S7150, S7150X2

    SlotsPCle8 x Gen 3 slots (a x 8); 8 x Gen 3 slots (4 x16)

    Video Card1 xVGA

    Page 5 of 11

  • Front BaysUp to 8 or 18 x 3.5" SAS/SATA(HDD/SSD)6 X 1TB HDD 10,000rPm, 12BGPs

    lnstalled OSLatest Microsoft@ Windows Server@Licensed 2019 Standard Core(Perpetual Iicense)

    Implementation ServicesSetup, lnstallation and Configuration thatwill support current setuP of theDepartment (Network)lnclude manualsCore License

    Include physical and operating systemlnstallation

    Warranty3 years

    -Parts-Labor-On site services

    UPS SeⅣer

    (Php 630,000.00)

    2

    |

    Output power capacity

    4.5KVVatts/5.OkVA o「 Higher

    Output Vonage230V

    lnput Voltage

    230V

    FORM FACttORRacklToWer

    Cenerator CompaubleYes

    Cold― Start capable

    Yes

    lnterface Port(s)

    RJ-4510/100 Base― T,RJ-45,USB

    Battery Charge Power oVattS)560 Watts

    Battery Life

    3 to 5 years or Higher

    Warranty3 years

    ―Parts‐Labor―(Dn site services _

    Page 6 of 11

  • lncluded the installation, Setup andConfigurationYes

    Ne加o「k AttachedStorage(120… 550 tb)

    (Php l,209,000.00)

    Warranty pettod l5 years,with free 90-day complimentary ltechniCal support

    lnclusive

    1 2 units of StOrage disks(12丁 B,

    7200RPM,256MB)8x51mplementation Service Manday

    I:ll::ξ rnanuals,power cord(s)and Other

    PageT oftL

  • Deoartment (Servers and Network)Server Case Cabinet

    (Php 219,795.00)

    Ai胡owFRONT―丁0‐REAR

    Color

    BLACK

    Material

    Steel

    ModelNemork

    Mounting VVidth

    191:

    Muni_cOmpattmentNO

    Nema RattngNO

    overa‖ DepthGREAttER ttHAN 3'T04'

    Overa‖ Height

    GREAttER THAN 6'T07'

    Overa‖ WidthGREAttER ttHAN l'T02'

    Rack Units42U

    Rail Style

    SQUARE―PUNCHED

    Seismic RaungNO

    丁ypeFREE‐STANDINGlnclude instaHation

    Warrantyl year

    ―Parts―Labor―(Эn site services

    LOT 3

    Approved BudgetfoFthe COntract

    (Php l,748,198.80)

    Delivery: 15 days after issuance of notice to proceed'

    Payment: lmmediately after complete delivery ollgrns'

    Page 8 of 11

  • UNITSSQL SeⅣer2019(Php l,748,198.80)

    8 lnclude installation and configuration

    LOT 4

    Approved Budgetforthe Contract

    (Php 605,886.00)De!ivery:15 days afterissuance Of notiCe to proceed.

    Payment:iFnlnediately after complete delivery of items.

    l丁EM NO.OFUNI丁S

    SPECiFICAT10N

    Switches

    (Php 233,040.00)

    2 Enclosure TypeDesktop

    SubtypeGigabit Ethernet

    Ports

    24x10/100/1000

    Status lndicators

    Port duplex mode,power,link/acJvity

    Cabling ttype

    Ethernet 1 000Base―丁,Ethemet100Base―TX,Ethernet 1 0Base―T

    Subcategorynetwork hubs and switches

    SubtypeCigabit Ethernet

    Form FactorDesktop

    丁ypeSwitch

    Connectivity ttechnology

    VVired

    Potts Qty

    24

    1NttERFACE PROVIDED Qty24 ′

    Model24-Port Gigabit Ethernet Switch

    Packaged Quantity1

    CompaJbilityPC

    Page 9 of 11

  • PORttS Type10ノ100/1000

    PORttS Qty24

    Warranty3 years

    ―Parts and serv:ces―Labor

    Port2Wan,1 DMZ Port, 1 DMZ Port, 7 internalports

    lncludesUnified Threat Protection(UTP)

    Web FilteringAnti Spam ServiceAdvanced Malware Protectionlntrusion Prevention sYstemApplication Control

    lncludes Setup, lnstallation andConfigurationYes

    Warranty3 years

    -Parts and services

    Flrewa‖ Appliance

    (Php 372,846.00)

    LOT 5

    Approved Budgetforthe Contract

    (Php 575,000.00)

    Delivery: 15 days after issuance of notice to proceed.

    Payment: lmmediatety after complete delivery of items.

    l丁EM NO.OFUNl丁S

    SPECIFICAT10N

    Anl‐virus

    (Php 575,000.00)

    1,400 licenses/users

    Anti-RansomwareVulnerability ScanPatch ManagementPhishing ProtectionBrowsing ProtectionData Loss PreventionFile Activity MonitoringRoaming PlatformAsset ManagementlDSilPS ProtectionWeb SecuritY and Web FilteringAdvanced Device ControlApplication ControlFirewall ProtectionEmail Protection

    Page 1O of 11

  • TECHINICAL WORKING GROUP:

    Spam ProtectionTune-up

    Supported OS: Windows, Mac andLinuxEnterprise Endpoint Security withUnited Endpoint Management ConsoleSystems Support and Acceptance :-Onsite installation support.-Minimum of two (2) hours response time,

    from time receives the concerns throughemail or phone.-Quarterly visit and maintenance checkup.- Has the capability to update thru

    vendor's server- lncludes setup, installation,

    :ions and

    ,SA

    ent Service

    Members:

    ρttg綺 0竺暉neCl」

    THOR ARTHUR B.AVLAAdministralve Officer V

    Human Resource Management and Development DivisionAdministrative Service

    Cash SectionAdministrative Service

    Financial Planning and Man

    ICHAEL/UI. MENDOZAAdministrttive Assistant‖ |

    Page 11 of 11

    Head:

  • Republic of the PhⅡ ippilles

    露UBLttC ATT③ R輔匡WS ③『

    要OC匿

    Tanggapan ng Mananallggol Pambayan

    ∞JAgcnclcsButtΨ ttl雲鍵:躙 l μ mc70■ C●Tclcphonc Nos 929つ 0‐ 10/92%94_36;Fax Nos 927る 8-10ノ 92●2群78

    EL′GIBrL′7yREQUJREMENTS FOR 3rDDERS FOR THE CONEttCT OFPROCUREMENT OF INFORMATION AND COMMUNICAT10NTECHNOLOGY (iCT)EQUIPMENT FOR THE :MPLEMENTAT10N OFPUBLIC AT~rORNE`rS OFFICE (PAO) HUMAN RESOURCEMANAGEMENT INFORMAT10N SYSTEM(HRM:S)PROJECT tJNDER ttR.NO. 656‐ ff‐202Q FOR PAO‐CENTttL OFFrCE LOCATED 4ア DOJハGENC′ES Bυ′LDrNcフ 隠A ROAD COR:EAST AVENυE ff04 0tJEZONcrTy

    Fo「 qualiflcation, p:ease subrnit the fol:oWing set of biddingrequirements′ dOcuments to the PAO Bids and Awards Committee(PBAC)Secretar:at:

    ハ″SEア OF B′DDfNG REQIJJREMENTS/DOCυ MEⅣTSf

    Company profile;List of existing and previous clients;Certification irom the manufacturer that the bidder is ana uthorized sel lerlre-sel lerldistri butor/dealer of the above items ;Security and Exchange Gommission registration or Department ofTrade and lndustry business Permit;Valid and current Mayo/s permit or business permit;VAT registration;Latest lncome Tax Return;Audited Financial Statements for Year 2019 (stamped "received"by the BIR);

    9. Siatement of the prospective bidder that he/she is not"blacklisted" or barred from bidding by the government or any ofits agencies/offices;

    10.Swoin Affidavit that the bidder or any officer of their corporationis not related to the Head of the Procuring Entity by consanguinityor affinity up to the third civil degree;

    11.Sworn Statement by the Head of the Company or authorizedrepresentative that each of the documents submitted insatisfaction of the bidding requirements is an authentic copy ofthe original and all information provided therein are true and

     

    correct;

    12.Certittcate of

    13.Bid Price;

    14.Bid Security in accordance withrules and regulations-

    Registration from PHILGEPS;

    RA 9184 and its imPlementing

  • B, ,NSTRUGT'OA'S TO BIDDERS:

    1. Two (2) separate bid envelopes, with AT LEAST two (2) copieseach, shall be submitted. The first envelope containing thetechnical component: the set of bidding requirements/documents;and the second envelope containing the financial component: thebid price and bid security;

    2. The bidder shall mark the two (2) envelopes and their respectivecopies: "DO NOT OPEN BEFORE 16 December 2020, 10:30 A.M."aand

    3. All envelopes shall then be sealed and placed in another outerenvelope (shall be sealed also) which shall be addressedto the Ghairman of the PBAC.

    C. TERMS AND CONDITIOIVS;

    1. Deadline of submission of bid documents shall be on 15December 2A2A,5:00 P.M. Sealed bids shall be opened during themeeting of the PBAG at the PAo4entral Office Library, 5h Floor,DOJ Agencies Bldg., Diliman, Quezon City 10:30 A.M. on 16December 2020. Bidders are requested to be present at the venueand time of the opening bids.Bidders shall be notified of the result of the Bid Evaluation.The Lowest Calculated Responsive Bid/Highest Rated ResponsiveBid shall undergo postqualification proGess.

    Quezon Gity, Metro Manila25 November 2020

    1"-\ -ts':-k:--'-**ArrY. RONALD 9)R

    te―C壌漁づ番SOn,PBACNIEVES

    Legal Research Service

  • Republic of the Philippines

    PUBLEC ATTOR闘麗ΥワS◎「 FttG匿Tanggapan ng Manananggo:Pambavan

    Kagawaran ng Katarungan

    DOJ Agencies Bui:ding・ NIA Road comer East Avenue,1■ 04 Que20n City

    Bids and Awards COmrnlttee

    TECHNICAL SPECiFICAT10NSPurchase Request No.656‐ 11‐2020

    PROCUREMENT OFiNFORMAT:ON AND COMMUNICAT10N TECHNOLOGY(lCT)EQUIPMENT FOR THE:MPLEMENTAT!ON OF PUBLIC Aπ

    ORNEY'S

    OFFICE(PAO)HUMAN RESOURCE MANACEMENTINFORMAT:ON SYSTEM(HRMiS)PROJECT,

    (ThrOugh PubliC Bidding Pursuantto 2016 Revised lmplemenung Rules andRegulations of Republic Act No.9184)

    LOT l

    PR No.656¨ 11‐2020

    Approved Budgetforthe Contract

    (Php 10,867,515.31)

    Delivery:15 days afterissuance of nOtiCe to proCeed.

    Payment:inlrTlediately after complete delivery ofitems and isSuance Of

    lnspection′ Acceptance report by PAO inspectiOn team.

    SPECIFICAT10N

    [Bidders muststate here either"Comply" or"Not ComPlY"ogainst eoch ofthe individualporameters ofeach

    Specificationstating thecorrespondingperformonceparameter of theequipmentoffered.Statements of"ComplY" or"Not ComPlY"must besupported bYevidence in a

    Bidders Bid and

    cross-referencedto that evidence.Evidence shollbein the form of

    I manufacturer'sun-amended

    Processorlnte10 Core・

    M i7‐8700 ProCessor,

    3.2GHz(12M Cache,up to 4.6GHz)Or higher

    MemoryDDR4 2666MHZ 4G orhigher

    :ll」]ξ7200 rpm SAttA or higher

    opucal Dttve

    DVD RW(Op10nal)

    Ports"Front:lX Headphone,lXMicrophone,2x USB2.0,2x USB3.l Genl

    Rear:lX RJ45 LAN,lx HDMl,lX

    FttI粘9∵channd Audb゛:lttb縫:政↓LttHiり跳旨

    Ck'

    3.l Genl,lX RS232(COM POrt)"

    Accessories

    Desktopcomputers

    (Php6,242,668.50)

    Page 1 of 12

    NO.OF

    UNl丁S

  • soles literature,unconditionolstotements ofspecificotion ond

    complionceissued by themanufocturer,somples,independent testdato etc., as

    oppropriate. Astotement thotis not supportedby evidence or is

    subsequentlY

    found to becontradicted bYthe evidencepresented willrender the Bidunder evaluationliable forrejection. Astatement eitherin the Bidder's

    I statement ofcomplionce orthe supportingevidence thot is

    found to be falseeither during Bid

    evoluation, Post-qualification orthe execution ofthe Contractmoy be regardedas fraudulentond render theBidder orsupplier liable

    for prosecutionsubject to theapplicable lawsand issuonces.

    UsB wired keyboard;USB wiredoptical mouse with mouse Pad;Power Cord; Camera(HD)

    Display20" Display Bundled Monitor orhigher

    Operating systemLicense MS Windows 10Professional 64bit

    Warranty3 years

    -Parts and service-Labor-On site

    Output Power CaPacitY325 Watts/650VA

    Output FrequencY50/60 Hz+l-1 Hz

    Output Connections2 Universal RecePtacle

    Nominal lnPut Voltage230V

    Maximum lnPut Current5A

    UPS DesktoP(Php378,993.00)

    Page2 of L2

  • Battery TypeMaintenance-free sealed Lead-Acid battery with suspendedelectrolyte leakproof

    Recharging Time4 Hours or less

    Warranty1 Year Warranty (Return to Dealer- Unit Exchanqe)

    Camera forDTRcapturing(Php833,238.00)

    357 ResolutionFull HD 1080P, 1920*1080 Pixels

    Lens TypeFull HD Glass Lens

    Focus TypeFixed Focus

    Focus Range60cm and Beyond

    Built-in MicSingle Digital Mic.

    Output FormatMJPEG

    Frame Rate3Ofps

    USBUSB 2.0 or Higher

    Compatible OSWindows 7 18 18.1 I 10, Mac OS,Linux OS, Android V6.0

    Warranty1 year

    -Parts and service-Labor

    FingerprintScanner(USBTvpe)(Php2,760,609.60)

    357 ConnectionUSB 2-0 or Higher

    Supported OSMicrosoft Windows (32-bit and 64-bit), Linux (32-bit and 64-bit),Android

    Resolution512 ppi

    lmage capture area (Platen size)15 x 18 mm (0.6" x 0.7")

    Page 3 of 12

  • Sensor typeOptical

    llluminationBlue LEDs

    Warranty1 year

    -Parts and service-Labor

    Office

    ProducJvity

    (Php643,416.00)

    95 Office 2019 Home and StudentEdition(Perpetual)

    External

    Hard「 ive 4丁 B

    (Php8,590.21)

    Capacity4TB

    lnterfaceUSB 3.0

    Featuresautomatic backup

    Hard Drive TypeExternal hard drive

    External Drive TypePortable

    OS RequiredApple MacOS X 10.6 or later,Microsoft Windows Vista l7 I 8 orlater

    Warranty'1 year

    -Parts-Labor

    LOT 2Approved Budget for the Contract

    (Php 4,164,795.00)

    Delivery: 15 calendar days after issuance of notice to proceed.

    Payment: tmmediately after complete delivery of items and issuance oflnspection/Acceptance report by PAO inspection team.

    1丁EM NO.OF

    UNI丁S

    SPECIFiCA丁 10N STATEMENT OFCOMPL:ANCE

    SeⅣer w/WindowsServer 2019

    (Php2,106,000.00)

    2 Processorlntel Xeon 5218 (16 cores) 2.3GHz or Higher

    l/O and PortsNetwork Options 2 x 10GbE _

    Page 4 of 12

  • Front Ports1 x Dedicated iDRAC micro-USB1 x USB 2.01 x USB 3.0; 6 x USB 2.013.0

    Memory128 GB 2666 MT/s or Higher

    Memory TypeLRDIMM

    Memory Module Slots24 DDR4 DIMM slots (12 NVDIMMonly)Supports registered ECC DDR4DIMMs only

    Maximum RAMLRDIMM 3TB

    ManagementEmbedded / Atthe-Server iDRACg|DRAC RESTful API with RedfishiDRAC DirectQuick Sync 2 BlE/wireless module

    Open Manage lntegrationsBMC@ Truesight; Microsoft@System CenterRedhat@ Ansible@ ModulesVMware@ vCenter

    SecurityCryptographically signed fi rmwareSecure BootSecure EraseSilicon Root of TrustSystem Lockdown (requiresOpenManage Enterprise)TPM 1 .212.A, TCM 2.0 oPtional

    Supported OperatingSystemsCanonical@ Ubuntu@ LTSCitrix@ Hypervisor@Microsoft@ Windows Server@LTSC with Hyper-VRed Hat@ Enterprise LinuxSUSE@ Linux Enterprise ServerVMware@ ESXi@

    Storage Controllerslnternal ControllersPERC H330, H730P, H740P,HBA33O, H33O

    RAID

    Page 5 of 12

  • 5+0

    Sottware RAIDS140

    External HBAs(non― RAID)12Gbps SAS HBA

    External PERC(RAID)H840

    Boot Optimized Storage

    SubsystemHWRAID 2 x M.2 SSDs 120GB or240 GB

    Accelerators

    Up to fbur 300い r and eight 150W

    GPUsNVIDIA Tesla P100,P40,K80M,M60,M10,AMD S7150,S7150X2

    Slots

    PCle8 x Gen 3 slots(4x8):8x Gen3slots(4x16)

    ∨ldeo Card

    lxVGA

    StorageFront Bays

    Upto 8 o「 18x3.5'SAS/SATA(HDD/SSD)6 XlTB HDD 10,000rpm,12BGps

    lnstalled OS

    Latest Microsol()WindowsSeⅣeKD Licensed 2019 StandardCore

    (Perpetual‖cense)

    !mpiementaJon SeⅣ icesSetup,Insta‖ation and

    Configuration that vvi‖ support

    current setup ofthe Depattment

    (Network)lnclude rnanuals

    Core License

    lnclude physical and operating

    system insta‖ ation

    ぃrarranty

    3 years―Parts―Labor

    Page 6 of t2

  • -On site servicesUPS SeⅣer(Php630,000.00)

    2 Output power capacity4.5翻atts/5.OkVA or Higher

    Output Voltage

    230V

    lnput Voltage

    230V

    FORM FACttORRacI調「ower

    Generator CompaJbleYes

    Cold―Start capable

    Yes

    interface Port(s)

    R」-4510/100 Base―丁,RJ-45,USB

    Battery Charge Power cVatS)560 Watts

    Battery Life

    3 to 5 years or Higher

    Warranty3 years

    ―Parts―Labor―(Dn site services

    included the lnsta‖ ation,Setup and

    Configuration

    YesNettorkAttachedStorage(120-550 tb)

    (Phpl,209,000.00)

    Processoratleast 3.3GHz Quad Core

    Raid SupportSingle Disk, JBOD, RAID Levels:0, 1, 5, 6, 10, 50, 60, RAID GlobalHot Spare, Expand Multiple RaidGroup (vdev)

    RAMMin. BGB DDR4 with ECC

    Capacity12018 (expandable to 550T8), 12Drive Bays, SATA/SSD 2.5"13.5"Drives support, Hot SwaPPableDrives, Tool-less 3.5" diskinstallation

    Network lnterface

    ?age7 of12

  • at least 4 Gigabit LAN Ports,optional 10Gbps LAN OpticalSFP+, optional 1OGbps LANCopper l0GBase-T

    Dimensions (DxWxH mm)707 x445x9B

    Ports AtleastOne (1) USB2.0, Two (2) USB3.0ports

    Power requirementsDual Redundant lnternal 550W,input 1 00-240VAC, 50-60H2

    Number of UsersMin.40-80

    Certifi cation and CompatibilityVmware vSphere ESXi 6.0

    Warranty period5 years, with free 90-daycomplimentary technical support

    lnclusive12 units of Storage disks (12T8,7200RPM,256MB)8 x 5 lmplementation ServiceManday supportlnclude manuals, power cord(s)and other peripherals.

    lm plementation ServicesSetup, lnstallation andConfiguration that will supportcurrent setup of the Department(Servers and Network)

    Server CaseCabinet(Php219,795.00)

    AirflowFRONT-TO-REAR

    ColorBLACK

    MaterialSteel

    ModelNetwork

    Mounting Width19"

    Multi-compartmentNO

    Page I of L2

  • Rack Unls42U

    Rail Style

    SQUARE―PUNCHED

    Seismic RattngNO

    丁ypeFREE―SttANDINGlnclude insta‖ation

    Ⅵ′arranty

    l year―Parts‐Labor―(Dn site services

    LOT 3Approved Budget for the Contract

    (Php 1,748,198.80)Delivery: 15 days after issuance of notice to proceed.

    Payment: lmmediately after complete delivery of items and issuance oflnspection/Acceptance report by PAO inspection team.

    ITEM NO.OF

    UNITS

    SPECIFICAT10N SttATEMEN丁OFCOMPL:ANCE

    SQL SeⅣer2019(Phpl,748,198.80)

    8 Include installation andconfiguration

    LOT 4Approved Budget for the Contract

    (Php 605,886.00)Delivery: 15 days after issuance of notice to proceed.

    Payment: lmmediately after complete delivery of items and issuance oflnspection/Acceptance report by PAO inspection team.

    1丁EM NO.OF

    SPECiFICA丁 10N STATEMENTOF

    Page 9 of 12

  • COMPLIANCESwttches

    (Php233,040.00)

    Enclosure TypeDesktop

    SubtypeGigabit Ethernet

    Ports24 x 10i 1 00/1 000

    Status IndicatorsPort duplex mode, power,link/activity

    Cabling TypeEthernet 1 000Base-T, Ethernet1 O0Base-TX, Ethernet 1 OBase-T

    Subcategorynetwork hubs and switches

    SubtypeGigabit Ethernet

    Form FactorDesktop

    TypeSwitch

    Connectivity TechnologyWired

    Ports Qty24

    INTERFACE PROVIDED Oty24

    Model24-Port Cigabit Ethernet Switch

    Packaged Quantity1

    CompaJbilkyPC

    PORTS ttype10/100/1000

    PORTS Qty24

    Warranty3 years

    ―Parts and services

    Page 10 of■2

    UNI丁S

    ――

    2

  • -LaborPort2 Wan, 1 DMZ port, 1 DMZ port, 7internal ports

    lncludesUnified Threat Protection(UTP)

    Web FilteringAnti Spam ServiceAdvanced Malware

    Protectionlntrusion prevention systemApplication Control

    lncludes Setup, lnstallation andConfigurationYes

    Warranty3 years

    -Parts and services-Labor

    LOT 5Approved Budget for the Contract

    (Php 575,000.00)Delivery: 15 days after issuance of notice to proceed.

    Payment: lmmediately after complete delivery of items and issuancelnspectionlAcceptance report by PAO inspection team.

    Of

    l丁EM NO.OF

    UNI丁S

    SPECIFICA丁 10N STATEMEN丁OFCOMPLIANCE

    Anti―virus

    (Php575,000.00)

    1 1 ,400 licenses/users

    Anti-RansomwareVulnerability ScanPatch ManagementPhishing ProtectionBrowsing ProtectionData Loss PreventionFile Activity MonitoringRoaming PlatformAsset ManagementIDS/lPS ProtectionWeb Security and Web FilteringAdvanced Device ControlApplication ControlFirewall ProtectionEmail ProtectionSpam ProtectionTune-up

    Page■ l of■2

  • Supported OS: Windows, Mac andLinuxEnterprise Endpoint Secu ritywith United Endpoint ManagementConsoleSystems Support and Acceptance :

    -Onsite installation support.-Minimum of two (2) hours

    response time, from time receivesthe concerns through email orphone.-Quarterly visit and maintenance

    checkup.- Has the capability to update thru

    vendor's seryer- lncludes setup, installation,

    configurations and traininqs.

    TECH:N:CAL WORK!NG GROUP:

    Head:(Orfginol signed)

    ALMA E, DUMAGO. LATOSADirector ll

    Financial Planning and Management Service

    Members:

    THOR ARTHUR B. AVILAAdministrative Officer V

    Human Resource Management and Development DivisionAd ministrative Service

    Cash SectionAdministrative Service

    ICI4AEI. M. MENDOZAAdministね Jve Assistant lll

    Page L2 of t2

  • Republic of the Phittppl口瞼s

    騨 鐵 磋Tanggapan ng Mananallg9oI Pambayan

    Kagawaran ng Katarualgan

    樫織ξぽ翼織『露獣霧 電鯉 8茅L贈‖課鼎

    November 18,2020

    ATTY. MARLON E. BUANChairperson - PAO-Bids and Awards CommitteeRegional Public AttorneyPAO-National Capital Region

    Sir:Attached herewith is the approved Purchase Request needed by PAO-

    Administrative Service. Central Office. (Not Available in Procurement Service)

    No。 PR No。 Item Description Quantity Unit Unit PHce TotalAmount

    1 656-11-2020

    (LOTl)

    Desktop Computers

    (S∝ 幽Chd“tail“ wedh●onsp

    WS for Desktop

    (S∝ a饉hd“tailedsttEcatioIIsI

    Camera for DR CapinlloO

    (See a枷山ed detailed w∝通∽dos)

    Fingerprint Scanner

    USB Type

    (S∝ attached“囲ed ttc五cadonsJ

    Oflice Productivity

    (See amclled detailed sp∝ ilicauolls)

    Extemal Hard Dr市 e

    4 TB

    (See a●轟hed(haled印∝通cai蝕⇒

    95

    95

    357

    357

    95

    1

    umt

    lllllt

    unit

    unlt

    unit

    umt

    65,712.30

    3,989.40

    2,334.00

    7.732.80

    6,772.80

    8,590.21

    6,242,668.50

    378,993.00

    833,238.00

    2,760,609.60

    643,416.00

    8,590.21

    吻/ TOTAL: 10,867,515。 31

    く/`

  • Republic of the Philippines

    p38LttC`翻01R鈍曇Y030夢『

    魯む菫Tanggapan ng ManananggoI Pambayan

    Kagawaran ng KatarunganDOJ Agendesttds NA Rcad co路

    霧鯉ιЪl貯‖離親Teiephone Nos.929‐ 90‐10′ 929‐94

    November 18,2020

    ATTY. MARLON E. BUANChairperson - PAO-Bids and Awards CommitteeRegional Public AttomeyPAO-National Capital Region

    Sir:Attached herewith is the approved Purchase Request needed by pAO-

    Administrative Service. Central Offi ce.

    No。 PR No. Item Description Quantity Unit Unit Price TotalAmount

    1 656‐ 11-2020

    (LOT 2)

    Server with WindowsServer 2019

    (see attached detailed specifications)

    UPS Server(see aftached detailed specitrcations)

    Network Attached Storage(120-ss0 rB)

    (see attached detailed specifi cations)

    Server Cabinet(see attached detailed specifi cations)

    2

    2

    1

    unit

    llnlt

    llmt

    umt

    1,053.000.00

    315,000.00

    1,209,000.00

    219,795.00

    2,106,000.00

    630,000.00

    1,209,000.00

    219,795.00

    TOTAL:4,164,795.00

  • Republic of the PhiliPPines

    秒闇鶴捩Q氷渕 響繹仁鱚蛉◎甲『

    碧C選Tanggapan ng ManananggoI Pambayan

    呪£需ぽ鵬囃全『':燎

    騰霧網瞑躍「島:L銘

    Novembcr 18,2020

    ATTY. MARLON E. BUANChairperson - PAO-Bids and Awards CommiffeeRegional Public AttorneYPAO-National CaPital Region

    SK:Attached herewith is the approved Purchase Request needed by PAO-

    Administrative Service. Central Offt"".

    TOTAL: 1,748,198.80

    No. PR No. Item DescriPtion Quantity Unit Unit PriceTotal

    Amount

    1 656-11-2020

    (LOT3)

    SQL Server

    lnstallation and COnflgllration

    (SCe attachcd detailcd spccttcations)

    8 cores 218,524.85 1,748,198.80

  • RepubliC Of the Pllilipp酪

    聘 輻 輻Tanggapan ng l堺 anananggoI Pambayan

    Kagawarar ng Kata躍 騰gan

    麗網 ぽ盤鰤諸推翼 葬二置場磐 F港盤

    November 18,2020

    ATTY. MARLON E. BUANChairperson - PAO-Bids and Awards CommitteeRegional Public