Republic of the Philippines
SAN PABLO CITY WATER DISTRICT
Maharlika Highway, Brgy. San Gabriel, San Pablo City
Telefax. No. (049) 503-0075
INVITATION TO BID
1. The San Pablo City Water District, through the 2018 Approved Budget intends to apply the sum of One Million Seven Hundred Thousand Pesos (Php 1,700,000.00) only being the Approved Budget for the Contract (ABC) to payments under the contract for Structured Cabling of San Pablo City Water District (SPCWD) Main Office with Contract No. 2018-340. Bids received in excess of the ABC shall be automatically rejected at the bid opening.
2. The San Pablo City Water District now invites bids for Contract No. 2018-340 Re: Structured Cabling of San Pablo City Water District (SPCWD) Main Office. Delivery of the Goods is required within Forty-Five (45) days upon receipt of approved Purchase Order. Bidders should have completed, within One (1) year from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II, Instructions to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”.
(i) Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA 5183.
(ii) conditions for eligibility provided in the IRR of RA 9184.
4. Interested bidders may obtain further information from San Pablo City Water District and inspect the Bidding Documents at the address given below during 8:00 o’clock in the morning up to 5:00 o’clock in the afternoon.
5. A complete set of Bidding Documents may be acquired by interested Bidders on September 11, 2018 to October 1, 2018 from the address below and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Five Thousand Pesos (Php 5,000.00) only. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that Bidders shall pay the applicable fee for the Bidding Documents not later than the submission of their bids.
6. The San Pablo City Water District will hold a Pre-Bid Conference on September 19, 2018 at 2:00 o’clock in the afternoon at San Pablo City Water District Regional Training Center, Maharlika Highway, Brgy. San Gabriel, San Pablo City, which shall be opened to prospective bidders.
7. Bids must be duly received by the BAC Secretariat at the address below on or before October 1, 2018 at 2:00 o’clock in the afternoon. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.
8. Bid opening shall be on October 1, 2018 at 2:00 o’clock in the afternoon at San Pablo City Water District Regional Training Center, Maharlika Highway, Brgy. San Gabriel, San Pablo City. Bids will be opened in the presence of the bidders’ on its representatives who choose to attend at the address below. Late bids shall not be accepted.
9. Due date falling on a non-working holiday i.e. Saturday and Sunday, legal holiday, or special non-working holiday, the deadline shall be the next working day.
10. The San Pablo City Water District reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.
11. For further information, please refer to:
MICHELLE E. TICZON
Head, BAC Secretariat
San Pablo City Water District
Maharlika Highway, Brgy. San Gabriel,
San Pablo City 4000, Laguna, Philippines
spcwd_purchasing@yahoo.com
Telefax No. (049) 503-0075
Approved:
Arch. MARIO A. BONDAD
Chairman, Bids and Awards Committee
Engr. ALEJANDRO R. EVANGELISTA
General Manager A
******************************************************************************************
San Pablo City Water District
Contract No. 2018-340
Structured Cabling of San Pablo City Water District
(SPCWD) Main Office
Standard Form Number: SF-GOODS-06
Revised on: December 2016
Checklist of Eligibility Requirements for Bidders
ELIGIBILITY DOCUMENTS
I. FIRST ENVELOPE:
Legal Documents
CLASS “A” DOCUMENTS
Legal Documents
1. Certificate of PhilGEPS Registration under Platinum category;
Technical Documents
2. Statement of all its ongoing and completed 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;
3. 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 statement required shall indicate for each contract, the following; 1) name of the contract, 2) date of the contract, 3) contract duration, 4) owner’s name and address, 5) kinds of goods, 6) for statement of ongoing contracts – amount of contract and value of outstanding contract, 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, 8) date of delivery, and 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;
4. NFCC Computation in accordance with ITB Clause 5.5 or a committed Line of Credit from a Universal or a Commercial Bank.
Financial Documents
5. Audited Financial Statements supported by an Independent CPA’s Certificate, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceeding calendar year, which should not be earlier than two (2) years from the date of bid submission;
CLASS “B” DOCUMENTS
6. If applicable, the Joint Venture Agreement (JVA) in case the joint venture is already in existence, or duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful.
Technical Documents
1. Bid Security in accordance with ITB Clause 18. if the Bidders opts to submit the bid security in the form of:
a. Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank in an amount equivalent of two percent (2%); or
b. Bid Securing Declaration
2. Conformity with technical specifications, as enumerated and specified in Section VI and VII of the Bidding Documents; and
3. Sworn statement in accordance with Section 25.2(b)(iv) of the IRR of RA 9184 and using the form prescribed in Section VIII. Bidding Forms (Omnibus Sworn Statement).
II. SECOND ENVELOPE:
1. The Financial component of the bid shall contain the following;
a. Financial Bid Form, which includes bid prices and the applicable price schedules, in accordance with ITB Clause 15.1 and 15.4; and
b. Any other documents related to the financial component of the bid as stated in the BDS
Post-Qualification Documents
Within a non-extendible period of three (3) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid (LCB), the Bidder shall submit the following documentary requirements:
1. Latest income and business tax return in the form specified in the BDS; and
2. Other appropriate licenses and permits required by law and stated in the BDS
(Note: Accredited and Eligible Bidders for 2018 will only submit renewed documents that will expire or have expired at the time of bidding)
******************************************************************************************
SAN PABLO CITY WATER DISTRICT
San Pablo City
TECHNICAL SPECIFICATIONS
Item No.QuantityUnitSpecificationsStatement of Compliance
Complying Non-Complying
1.SPCWD Main Office Structured Cabling
Specification:
1unitFirewall (Load Balancing / Cloud Managed)
7unitsLan Switch 24 ports Managed
10unitsAccess Point 2.4GHz
8 units Patch Panel 24 ports
300pcsPatchcord 2 mtrs
170pcsInformation Outlet Cat6
170pcsFaceplates
33boxCat6 UTP Cable
1boxCat6 Outdoor Cable
6pcsCable Manager 1HU
30pcs4”W x 4”H x 2mL Cable Tray w/ Cover
1lotPVC pipes with fittings, RJ45, RJ45 rubber boots, plastic moldings, cable tray hangers and supports, square box, pull box and other consumables etc.
Installation and Configuration
End-users Training
Terms & Warranty = 1 Year FREE and UNLIMITED ‘Phone-Assist’ Technical Support, 1-Year Next Business Day Onsite Support, Remote Connect Support,
Quarterly Preventive Maintenance (1) Year
ABC = P1,700,000.00
Prepared by: Reviewed and Evaluated by:
MARNIE GARBO ENRIQUE P. SANCHEZ
Requisitioner- End-userBAC Provisional Member-Technical
Approved by:
ALEJANDRO R. EVANGELISTA
General Manager
******************************************************************************************
Pre-bid Conference
Date : 19/09/2018
Time : 2:00 PM
Venue : SAN PABLO CITY WATER DISTRICT-RTC Brgy. San Gabriel, Maharlika Highway, San Pablo City Laguna
Erlita R. De Luna
OIC-Supervising Procurement Officer
Brgy. San Gabriel,
Maharlika Highway,
San Pablo City
Laguna
Philippines 4000
63-49-5030075
63-49-5030075
spcwd_bac@yahoo.com