Invitation to Bid for

SUPPLY AND DELIVERY OF BLADE SERVERS AND VIRTUALIZATION SOFTWARE

MIS1608

Duty Free Philippines Corporation (DFPC) through its 2016 Corporate Budgetbeing the Approved Budget for the Contract (ABC) intends to apply the sum of:

LOT / DESCRIPTION / Approved Budget for the Contract (ABC) / Amount of Bidding Documents
Lot 1 / Blade Servers
PR # 2016101563 / Three Million Five Hundred Fifty Thousand Pesos (PhP3,550,000.00) / Three Thousand Pesos (PhP3,000.00)
Lot 2 / Virtualization Software
PR # 2016101576 / One Million Four Hundred Fifty ThousandPesos(PhP1,450,000.00) / One Thousand Pesos (PhP1,000.00)

DFPC now invites bids for Hardware and Software Requirements for ERS.Interested bidders must have at least three (3) years experience in the following:

Lot 1 – Supply and delivery of blade servers

Lot 2 – Supply and delivery of virtualization software

Bidders must have at least one (1) similar contract within the last three (3) years(2013-2015)for the lot to be bid. 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 using the non-discretionary “pass/fail” criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”.

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA 5183 and subject to Commonwealth Act 138.

Interested Bidders may now obtain further information from DFPC and inspect and/or purchase the Bidding Documents at the address given below from 9:00AM – 5:00PM, Mondays thruFridaysuntil 24 October 2016.

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 non-refundable fee for the Bidding Documents not later than the submission of their bids.

DFPCwill hold a Pre-Bid Conference on 12 October 2016 at 10:00AM at the address given below, which shall beopen only to all interested parties who have purchased the Bidding Documents.

Bids must be delivered to the address below on or before 25 October 2016 at 10:00AM. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.

Bid opening shall immediately follow at 10:15AMat the address given below. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted.

DFPCreserves the right to reject any and all proposals, to annul the bidding process, or declare a failure of bidding, or not award the contract in any of the situations stated under Section 41 of the Revised IRR of RA 9184, and makes no assurance that a contract shall be entered as a result of this invitation without thereby incurring liability to the affected bidder or bidders.

BAC Secretariat

DUTY FREE PHILIPPINES CORPORATION

EHA Bldg, Fiesta Mall, Columbia Complex

Ninoy Aquino Ave., ParañaqueCity

(632) 552-4343; (632) 552-4337/ 16555 loc. 3039 / 3096

Telefax No. (632) 552-4345, 879-3664, 552 4399 loc 833 / 834

(Sgd.) Ma. Lourdes D. Velarde

BAC Chairperson

III.Bid Data Sheet

ITB Clause
1.1 / The PROCURING ENTITY isDUTY FREE PHILIPPINES CORPORATION
1.2 / The lots and references is/are:
Lot 1 – Blade Servers
Purchase Request # 2016101563
Lot 2 - Virtualization Software
Purchase Request # 2016101576
2 / The Funding Source:
The Government of the Philippines (GOP) through the 2016 Corporate Budget of DUTY FREE PHILIPPINES CORPORATION in the amount of :
Lot 1 – Three Million Five Hundred Fifty Thousand Pesos(PhP3,550,000.00)
Lot 2 – One Million Four Hundred Fifty Thousand Pesos (PhP1,450,000.00)
The name of the project is :
Supply and Delivery Blade Servers and Virtualization Software (MIS1608)
3.1 / No further instructions.
5.1 / No further instructions.
5.2 / None of the circumstances mentioned in the ITB Clause exists in this Project. Foreign bidders, except those falling under ITB Clause 5.2(b), may not participate in this Project.
5.4 / The Bidder should have completed, within the period specified in the Invitation to Bid and ITB Clause 12.1(a)(iii), a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC per Lot or:
Lot 1 : One Million Seven Hundred Seventy Five Thousand Pesos (PhP1,775,000.00).
Lot 2 : Seven Hundred Twenty Five Thousand Pesos (PhP725,000.00).
For this purpose, similar contracts shall refer to:
Lot 1 – Supply and delivery of blade servers
Lot 2 – Supply and delivery of virtualization software.
7 / No further instructions.
8.1 / Subcontracting is not allowed.
8.2 / Not applicable.
9.1 / The Date and Venue of the Pre-Bid Conference is:
12 October 2016, 10:00AM
DUTY FREE PHILIPPINES CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave.
Parañaque City
10.1 / The PROCURING ENTITY’s address is:
Duty Free Philippines Corporation Ground Floor, EHABuilding, Fiestamall, Columbia Complex, Ninoy Aquino Avenue, ParañaqueCity
MA. LOURDES D. VELARDE
BAC Chairperson
Thru: BAC Secretariat
Tele No : 552 4337 loc 3039, 552 4343
Fax No. 879 3664 / 552 4345 / 552 4399 loc. 834

12.1(a) / No further instructions.
12.1(a)(i) / 2015 General Information Sheet stamped received by the SEC which is an additional submission to the required SEC registration for corporation.
12.1(a)(iii) / The statement of all ongoing and completed government and private contracts shall include all such contracts. The list must have at least one (1) similar contractwithin the last three(5) years (2013-2015)prior to the deadline for the submission and receipt of bids.
13.1 / No additional requirements
13.1(b) / No further instructions.
13.2 / The ABC is
Lot 1 – Three Million Five Hundred Fifty Thousand Pesos(PhP3,550,000.00)
Lot 2 – One Million Four Hundred Fifty Thousand Pesos (PhP1,450,000.00)
Any Bid with a financial proposal exceeding this amount shall not be accepted.
15.4(a)(iii) / No incidental services are required.
15.4(b) / No incidental services are required.
16.1(b) / The Bid prices for Goods and services supplied from outside of the Philippines shall be quoted in Philippine Pesos.
16.3 / No further instructions.
17.1 / Bids will be valid until 22 February 2017.
18.1 / The bid security shall be in any of the following amounts:
ACCEPTABLE FORMS / AMOUNT
  1. Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank
/ Two Percent (2%) of the ABC or
Lot 1 : Seventy One Thousand Pesos(PhP71,000.00)
Lot 2 : Twenty Nine Thousand Pesos(PhP29,000.00)
  1. Bank draft/guarantee (signed by the appointee) or irrevocable letter of credit (original and notarized) issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank

  1. Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security.
/ Five Percent (5%) of the ABC or
Lot 1 : Seventy One Thousand Pesos(PhP71,000.00)
Lot 2 : Seventy Two Thousand Five Hundred Pesos (PhP72,500.00)
  1. Any combination of the foregoing.
/ Proportionate to share of form with respect to total amount of security
  1. Bid-Securing Declaration
/ Refer to Bidding Form No. 2
18.2 / The bid security shall be valid until 22 February 2017.
20.3 / Each Bidder shall submit one (1) original andthree (3) copies of its Eligibility/Technical Componentand Financial Component.
21 / The Address for Submission of Bids is:
DUTY FREE PHILIPPINES CORPORATION
EHA Building, Fiestamall,
Columbia Complex, Ninoy Aquino Ave., ParañaqueCity
The deadline for Submission of Bids is on
25 October 2016 at 10:00AM.
24.1 / The place of Bid Opening is
Duty Free Philippines Corporation, EHA Building, Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque City
The date and time of Bid opening is on:
25 October 2016 at 10:15AM.
24.2 / No further instructions.
27.1 / No further instructions.
28.3 / No further instructions.
28.3(b) / Bid modification is not allowed.
28.4 / No further instructions.
29.2(a) /
  1. 2015 Income Tax Return (form 1701/1702).
  2. Business Tax Return (forms 2550M and 2550Q) for the last six (6) months (April to September 2016) prior to opening of Bids filed thru Electronic Filing and Payment System (EFPS).
Only tax returns filed and taxes paid through the BIR Electronic Filing and Payment System (EFPS) shall be accepted.
29.2(c) /
  1. Company profile with names and designation of the company’s officers/partners (original).
2. Location map and photo of the office (original).
32.4(g) / No further instructions.

V.Special Conditions of the Contract

GCC Clause
1.1(g) / The PROCURING ENTITY isDuty Free Philippines Corporation.
1.1(i) / The Supplier is ______.
1.1(j) / The Funding Source is:
The Government of the Philippines (GOP) through the Corporate Budget of Duty Free Philippines Corporation 2016 in the amount of :
Lot 1 – Three Million Five Hundred Fifty Thousand Pesos(PhP3,550,000.00)
Lot 2 – One Million Four Hundred Fifty Thousand Pesos (PhP1,450,000.00)
1.1(k) / The Project Site is DFP Store at:
DUTY FREE PHILIPPINES CORPORATION, Ground Floor, EHA Building, Fiestamall, Columbia Complex, Ninoy Aquino Avenue, Parañaque City
5.1 / The PROCURING ENTITY’s address for Notices is:
DUTY FREE PHILIPPINES CORPORATION, EHABuilding, Fiestamall, Columbia Complex, Ninoy Aquino Ave., ParañaqueCity
Bernardine R. BelmonteJose Ronnel V. Domingo
OIC-Office of the Chief Operating OfficerICT Manager
Tel. Nos. (632) 879-3559Telefax (632) 879.3571
Fax No. (632)
The Supplier’s address for Notices is:
______
______
______
______
______
6.2 / Services Rendered and Documents
The delivery terms applicable to this Contract are delivered to Duty Free Philippines Corporation, GF EHA Bldg., Fiestamall, Columbia Complex, Ninoy Aquino Avenue, ParañaqueCity.Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination.
Delivery of the Goods shall be made by the Supplier in accordance with the terms specified in Section VI. Schedule of Requirements. The details of shipping and/or other documents to be furnished by the Supplier as pre-requisite to payment are as follows:
1.Original copy of the Supplier’s invoice showing GOODS’ description, quantity, unit price, and total amount signed by the PROCURING ENTITY’s representative at the Project Site;
2.Delivery receipt detailing number and description of items received signed by the authorized receiving personnel;
3.Original copy of the Manufacturer’s and/or Supplier’s warranty certificate;
4.Certificate of Acceptance/Inspection Report signed by the PROCURING ENTITY’s representative/s at the Project Site;
For purposes of this clause the Procuring Entity’s representative at the project site is Mr. Joshua Nipa.
Undertaking of the SUPPLIER
Lot 1 – Blade Servers
  1. The SUPPLIER is responsible for the supply and delivery of blade servers and any components needed to properly integrate the equipment to the existing chassis including or not limited to:
  1. Switches
  2. Cables
  3. And any other component deemed necessary.
  1. The SUPPLIER shall provide only CERTIFIED Professionals to assist on the configuration and/or troubleshooting of the System in case of any problems.
  2. The SUPPLIER is responsible for the replacement of the unit in case of total breakdown during the warranty period.
Lot 2 – Virtualization Software
1The SUPPLIER is responsible for the supply and delivery of virtualization software with the following components:
  1. Software licenses
  2. Standard Support Services
  1. The SUPPLIER shall provide only CERTIFIED Professionals to assist on the configuration and/or troubleshooting of the System in case of any problems.
Incidental Services
The Supplier is required to provide all of the following services, including additional services, if any, specified in Section VI, Schedule of Requirements:
  1. Performance or supervision of on-site assembly or installation and/or start-up of the supplied GOODS except for provincial outlets;
  2. Furnishing of specialized tools required for assembly and/or maintenance of the supplied GOODS, if any;
  3. Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied GOODS;
  4. Performance or supervision or maintenance and/or repair of the supplied GOODS, for a period of time agreed by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract;
  5. Training of the PROCURING ENTITY’S personnel, at the Supplier’s plant and/or on-site, in assembly, start-up operation, maintenance and/or repair of the supplied GOODS.
  6. In case of unit breakdown, the SUPPLIER shall immediately repair/replace the defective component/s within Twenty-Four (24) hours from receipt of notification.
The contract price for the GOODS shall include the prices charged by the Supplier for incidental services and shall not exceed the prevailing rates charged to 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 Supplier:
  1. such spare parts as the PROCURING ENTITY may elect to purchase from the Supplier, provided that this election shall not relieve the Supplier of any warranty obligations under this Contract; and
  2. in the event of termination of production of the spare parts:
  3. advance notification to the PROCURING ENTITY of the pending termination, in sufficient time to permit the PROCURING ENTITY to procure needed requirements; and
  4. following such termination, furnishing at no cost to the PROCURING ENTITY, the blueprints, drawings, and specifications of the spare parts, if requested.
The spare parts required are listed in Section VI. Schedule of Requirements and the cost thereof are included in the Contract Price.
The Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spare parts for the GOODS for a period of Five (5) years.
Other spare parts and components shall be supplied as promptly as possible, but in any case within Thirty (30) days upon placement of order.
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, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packaging case size and weights shall take into consideration, where appropriate, the remoteness of the GOODS’ final destination and the absence of heavy handling facilities at all points in transit.
The packaging, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified below, and in any subsequent instructions ordered by the Procuring Entity.
The outer packaging must be clearly marked on at least four (4) sides as follows:
Name of the PROCURING ENTITY
Name of the Supplier
Contract Description
Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions
Any special storage instructions
Any relevant HAZCHEM classifications
A packaging list identifying the contents and quantities of the package is to be placed on an accessible point of the outer packaging if practical. If not practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging.
Insurance
The Goods supplied under this Contract shall be fully insured by the Supplier in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery. The Goods remain at the risk and title of the Supplier until their final acceptance by the Procuring Entity.
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 be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price.
Where the Supplier is required under this Contract to transport the Goods to a specified place of destination within the Philippines, defined as the Project Site, transport to such place of destination in the Philippines, including insurance and storage, as shall be specified in this Contract, shall be arranged by the Supplier, and related costs shall be included in the Contract Price.
Where the Supplier is required under Contract to deliver the Goods CIF, CIP or DDP, Goods are to be transported on carriers of Philippine registry. In the event that no carrier of Philippine registry is available, Goods may be shipped by a carrier which is not of Philippine registry provided that the Supplier obtains and presents to the Procuring Entity certification to this effect from the nearest Philippine consulate to the port of dispatch. In the event that carriers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period from when the Goods were first ready for shipment and the actual date of shipment the period of delay will be considered force majeure in accordance with GCC Clause 22.
The Procuring Entity accepts no liability for the damage of Goods during transit other than those prescribed by INCOTERMS for DDP Deliveries. In the case of Goods supplied from within the Philippines or supplied by domestic Suppliers risk and title will not be deemed to have passed to the Procuring Entity until their receipt and final acceptance at the final destination.
Patent Rights
The Supplier shall indemnify the Procuring Entity against all thirdparty claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof.
10.4 / Not applicable.
13.4(c) / No further instructions.
16.1 / The inspection and test to be conducted is Burn-in procedure.
The units shall be subject to inspections and tests to ensure its conformity with the Technical Specifications
17.3 / In partial modification of the provisions, the warranty period for Lot 1 shall be :
Three (3) years from the date of acceptance (Parts- Labor- On Site Service)
In consideration of the warranty obligations and the length of the warranty period, the SUPPLIER is advised to provide a special bank guarantee equivalent to at least ten percent (10%) of the contract price and shall be valid until the warranty period lapses.
17.4 and 17.5 / For Lot 1 - In case of unit breakdown, the SUPPLIER shall immediately repair/replace the defective component/s or the entire unit, as the case may be, within Twenty-four (24) hours from receipt of notification.
If the supplier fails to repair/replace the defective unit within the specified time a penalty of One Thousand Pesos (PhP1,000.00) for every hour of delay shall be charged, deductible from the special bank guarantee.
Failure of supplier to correct the defects and to replace the defective unit/spare parts within the specified time, shall be subject of concern when evaluating their after sales service performance which will be used as reference for future projects.
21.1 / No additional provision.
  1. SCHEDULE OF REQUIREMENTS

Lot 1 – Blade Servers