Skip to main content
GOV.PH

Computer Hardware and Peripherals

September 24, 2012

Deadline of Submission: 

Monday, September 24, 2012

INVITATION TO BID

The National Library of the Philippines through the Government of the Philippines intends to apply the sum of TWO MILLION FIVE HUNDRED THIRTY THREE THOUSAND FIVE HUNDRED PESOS ONLY (PhP2,533,500.00)as the Approved Budget Contract for the supply and delivery of COMPUTER HARDWARE AND PERIPHERALS under Public Bidding No. 12-07. Bids received in excess of the ABC shall be automatically rejected.

The National Library of the Philippines now invites bidders for the SUPPLY AND DELIVERY OF COMPUTER HARDWARE AND PERIPHERALS under PB 12-07. Supply and delivery is required within 15 to 30 calendar days upon receipt of Purchase Order.

Bidding will be conducted through open competitive bidding procedures using a 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 obtain further information from National Library of the Philippines and inspect the Bidding Documents at the address given below from 8:00 AM to 5:00 PM, Monday to Friday.

A complete set of Bidding Documents may be purchased by interested bidders beginning on September 5, 2012 from the address given below and upon payment of a nonrefundable fee in the amount of One Thousand Pesos only (PhP1,000.00). The method of payment will be either in cash or in check.

The Bidding Documents and specifications may be obtained personally or it may be downloaded from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and NLP (http:///web.nlp.gov.ph), provided that Bidders shall pay the non-refundable fee for the Bidding Documents not later than the submission of bids.

Pre-Bid Conference will be on September 12, 2012, 9:30 AM at the Training Room, 4th Floor, Mezzanine, NLP Building at T.M. Kalaw St., Ermita, Manila. Bids must be delivered to the address below before 2:30 PM, September 24, 2012. All Bids must be accompanied by a Bid security in any of the acceptable forms and in the amount stated in ITB.

Bid opening shall be on September 24, 2012 at 3:00 PM at the Training Room, 4th Floor, Mezzanine, NLP Building at T.M. Kalaw St., Ermita, Manila. Bids will be opened in the presence of the Bidders’ representatives who choose to attend. Late Bids shall not be accepted. The National Library of the Philippines reserves the right to accept or reject any Bid, to annul the bidding process, and to reject all Bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders.

For further information, please refer to:
DOLORES D. CARUNGUI
BAC Secretary
National Library of the Philippines
Tel. No.: 524-0498
Email: dollydc5501@yahoo.com
ddcarungui@nlp.gov.ph
or

MARICEL M. DIAZ
BAC Secretary
National Library of the Philippines
Tel. No.: 310-5029
Email: mlmanalo@yahoo.com

PAULINA R. MORENO
BAC Chairperson
 

Please follow the PhilGeps link to view complete details: 

http://www.philgeps.gov.ph/GEPSVS/Tender/SplashBidNoticeAbstractUI.aspx?menuIndex=3&refID=1939461&highlight=true

             NATIONAL LIBRARY OF THE PHILIPPINES.

COMPUTED BID/PRICE PROPOSAL FORM

This document is set to be the basis on all the stated items herein for procurement and the format for submission of bids:

Item No. PARTICULARS  ABC BiddersSpecification Bid Amount   BID AMOUNT   
 1  50 units Laptop computers  P1,750,000.00           
  Intel Atom Processor 2330M (2.2 GHz / 3MB L3 Cache) or betterIntel ChipsetNVIDIA Geforce graphics card, supporting switchable graphics or better14” Backlit LED HD (1366×768) resolution display or equivalent2 GB DDR3 Memory, upgradeable to 8 GB320 GB SATA Hard Drive 5400 rpm or betterDVD Reader/Burner1.3 MP Webcam or betterIntegrated Bluetooth and high-speed 802.11n Wi-FiUSB 2.0, eSATA connectors and 5-in-1 card-readerbattery life should last for at least 3 hrsMust include pre-installed Operating System and license and related documentation if applicableMust include pre-installed productivity software (word processing,spreadsheet, presentation) and license and related documentation if applicableMust include drivers, supporting software and documentationMust include power cable and all required cables            
 2  1 unit Desktop server  P70,000.00           
  ProcessorCore 2 Quad 2.33GHz 1333Mhz-Q8200 or better       ChipsetChipset/FSB: Intel G33 1333/1066/800MHz or better Memory2 x 1GB DDRII 800 in 4 DIMMs      Expansion slot- 1 PCI-E x 16     – 1 PCI-E x 4 (using x8 slot)     – 1 PCI-E x 1     – 3x 32-bit PCINIC Card2 LAN: Gibabit Ethernet controller/ Intel 82566 RJ45 10/100/1000 (Gigabit)Ethernet connectivityVideo CardNVIDIA PCI-E or equivalent with 512 video RAM (unshared), 256-bit Audio7.1 high-definition audioHard Disk2 x 1 TB HDDPower SupplyDual 645Watts High EfficientPeripheralsDVD writer with support for DVD+/-R and RW and minimum of 4X recording speedwith front-side USB 2.0/ firewire portsICH9 Chipset for 4 SATA ports19” LED monitorOptical MouseStandard KeyboardOthersMust include drivers, supporting software and documentationMust support boot from External CD driveMust include power cable and all required cablesOperating systemCompatible with Linux Server Operating Systems              
 3  1 unit DLP Projector  PhP70,000.00           
  At least:2100 ANSI Lumensnative resolution: XGA (1024×768) Maximum UXGA (1600 x 1200) 1080p (1920 x 1080)Contrast Ratio: 3700:1weight 1.2 kg (2.7 lbs.)Must include drivers, supporting software and documentationMust include power cable and all required cables            
 4  1 unit Scanner  PhP8,000.00          
  At least:4800×9600 dpi resolution4 EZ Buttons (Copy,Scan,PDF,E-mail)35mm film scanning (1 frame);9 Sec Preview Speed;12 Sec Scan Speed;Max Document size:A4/Letter.Must include drivers, supporting software and documentationMust include power cable and all required cables            
 5  1 set Modular tables  PhP300,000.00           
  counter configuration (1 separate module)opposite row configuration         (2 separate modules)single row configuration(4 separate modules)with retractable underside keyboard trayincludes provision for electrical and communication wire risers and Receptacles            
 6  1 unit Printer Server  PhP8,000.00           
  At Least:2 ParallelOne USB 2.0 PortMust include drivers, supporting software and documentationMust support boot from External CD driveMust include power cable and all required cables            
 7   1 unit Ink Jet Printer PhP10,000.00           
  At Least:26ppm mono/17ppm color;–1pl ink drop size;3 color/2 cartridge;–USB interfaceMust include drivers, supporting software and documentationMust include power cable and all required cables            
 8   5 units Barcode Readers/Scanners  PhP25,000.00          
  At Least:USB interfaceHand heldwith standMust include drivers, supporting software and documentationMust include power cable and all required cables            
 9   1 unit Network Attached Storage PhP200,000.00           
  SPECIFICATIONS8 TB capacityIntel® Atom™ 1.66 GHz Dual Core / 2 GB RAMEight front loading hot swap hard drives with lockable front panelActive Directory support·Quota support prevents users/groups from consuming too much disk spaceScheduled shut down reduces energy costsDFS (Distributed File System) supportEasy setup wizard and management through intuitive web interface·Cartridge mounted hot swap hard drives behind the front panel for easy drive access and replacement10/100/1000 Gigabit Ethernet with Jumbo FrameTwo Ethernet ports for port trunkingSupported RAID levels: 0, 1, 5, 6, 10, 50, 51, 60, 61 Normal (JBOD)·Share level replication feature synchronizes filesHot spare featureOptional AES-128 bit hard drive encryptionLarge silent fan and advanced ventilation design cool down hard drives and other components efficientlyLCD Display shows important information and disk statusBuilt-in FTP server functionality2 USB 2.0 ports for external drive, printer and UPS connectivityMust include drivers, supporting software and documentationMust include power cable and all required cables            
10  1 lot for the following items:  PhP85,000.00           
  2 units Network Switch @ PhP50,000.00SPECIFICATIONS:24 RJ-45 10/100/1000 mbps portsSupports half duplex and full duplex modes auto-negotiation for all portsUnmanagedStandard width with mounting kit for rack installationMust include pre-installed Operating System and license and related documentation if applicableMust include pre-installed productivity software (word processing, spreadsheet, presentation) and license and related documentation if applicableMust include drivers, supporting software and documentationMust include power cable and all required cables            
1 unit Wi-Fi Router @ PhP5,000.00SPECIFICATIONS:Must include pre-installed Operating System and license and related documentation if applicableMust include pre-installed productivity software (word processing, spreadsheet, presentation) and license and related documentation if applicableMust include drivers, supporting software and documentationMust include power cable and all required cables            
  200 units Panduit Snag-less Cat5e Modular Connectors – RJ45 @ PhP10,000.00SPECIFICATIONS: -Plug Type: RJ-45Conductors: 8For: CAT5e Data applicationsCompatibility: Solid or Stranded Cable             
1 box UTP cable @ PhP8,000.00SPECIFICATIONS:standard CAT5eshielded            
30 units Communication Jack and Face Plate set @ PhP12,000.00SPECIFICATIONS:2 communication jack configurationwhiterj45 compatible            

PUBLIC BIDDING 12-07

SUPPLY AND DELIVERY OF COMPUTER HARDWARE AND PERIPHERALS

Schedule of Activities

ACTIVITIES DATE REMARKS
Publication of Invitation to Bid September 5 – 24, 2012 www.philgeps.net and http://web.nlp.gov.ph
Issuance of eligibility forms, specifications, instruction to bidders, etc. Starting September 6,  2012 8:00 a.m. – 5:00 p.m.
Pre-bid conference  September 12, 2012 9:30 a.m.(Training Room, 4th Floor Mezzanine, NLP)
Submission of Eligibility Requirements, Technical & Financial Bids Up to September 24,  2012 @ 2:30PM 3:00 p.m.(Training Room, 4th Floor Mezzanine, NLP)
Evaluation    
Notification of winning bidder     

NATIONAL LIBRARY OF THE PHILIPPINES

BIDS AND AWARDS COMMITTEE

T.M. KALAW ST., ERMITA

Manila

PUBLIC BIDDING NUMBER 12-07

INSTRUCTION TO BIDDERS

1.           Parties Who May Bid:

             1.1          Bidders shall be bonafide dealer/supplier of the item/s listed on the Invitation to Bid.

2.           Submission and Receipt of Bids:

2.1 A bid shall have two (2) components, namely the Eligibility and Technical Components and the Financial Components that should be in separate envelops, and which shall be submitted simultaneously. Arrange the documents in a legal size folder & put thumb index/tab markings on each requirement for systematic presentation of documents.

DOCUMENTS COMPRISING THE BID:

ELIGIBILITY AND TECHNICAL COMPONENTS (1st Envelope)

2.1.1       Eligibility Documents

Class “A” Documents:

2.1.1.1    Certified photocopy of SEC, DTI or CDA Registration Certificate;

2.1.1.2    Certified photocopy of valid & current Mayor’s permit;

2.1.1.3    Statement of all its ongoing and completed government and private contracts for a period of two years including contracts awarded but not yet started, if any. The statement shall include for each contract, the following:

2.1.1.3.1                name of contract;

2.1.1.3.2                date and status of the contract;

2.1.1.3.3                kinds of goods;

2.1.1.3.4                amount of contract and value of outstanding contracts;

2.1.1.3.5                date of delivery; and

2.1.1.3.6                end-user’s acceptance or official receipt(s) issued for the contract, if completed.

2.1.1.4    Certified photocopy of Audited financial statements, stamped “received” by the Bureau of Internal Revenue

2.1.1.5    NFCC Computation or Credit Line Certificate (CLC)

NFCC = [Current assets minus current liabilities) (K)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started coinciding with the contract for this Project.

Where:

K = 10 for a contract duration of one year or less, 15 for a contract duration of more than one year up to two years, and 20 for a contract duration of more than two years.

The CLC must be at least equal to ten percent (10%) of the ABC for this Project. If issued by a foreign Universal or Commercial Bank, it shall be confirmed or authenticated by a Universal or Commercial Bank.

2.1.1.6    If applicable, the 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; and

2.1.1.7    Bid security (see ITB 5)

2.1.1.8    Omnibus Sworn Statement

2.1.2 FINANCIAL COMPONENT (2nd Envelope)

2.1.2.1 Financial Proposal inclusive of VAT (Use COMPUTED BID/PRICE PROPOSAL FORM). Any bid that exceeds the ABC shall not be accepted.

2.1.2.2    The prospective bidder shall submit the above-mentioned in two copies marked as (A) Original & (B) Duplicate Copy.

2.1.2.3    Bidders should carefully study the specification, terms and conditions in the bid and ask for clarification if necessary, so as to preclude erroneous tender. A bidder is chargeable with knowledge of the terms and conditions of the bid as advertised.  It is also understood all particulars relative to the item (s) to be bid are subject to the existing laws, rules and regulation of the Philippines.

2.1.2.4    Bids should be submitted together with the required Bid Security on or before the appointed hour of opening.  It must be securely sealed and plainly marked in a suitable envelop with the name of the item/services to bid, endorsed and addressed as required in the advertisement.

2.1.2.5    No bids shall be received and considered after the time set in the opening.

3.           Bid Opening:

3.1          The National Library of the Philippines (NLP), BAC shall publicly open all bids at the time, dates, and place, specified in the bidding documents. 

3.2          Bidders must also submit soft copy of their Technical and Financial Bid in Excel, Word or PDF format.

4.           Modification and withdrawal of Bids:

4.1          If a Bidder wishes to withdraw his bid before the opening of the proposals, he may do so without prejudice to himself by communication his purpose to the Chairperson of the BAC, and his bid shall be handed to him or his authorized representative, instead.

4.2          Negligence on the part of the bidder in the preparation of his proposal confers no right for the withdrawal of the bid after it has been opened.

5.           Bid Security:

5.1          All bids shall be accompanied by a bid security, payable to the procuring entity concerned which shall serve as a guarantee that, after receipt of the Notice of Award, the winning bidder shall enter into contract with the Procuring Entity within the stipulated time and furnish the required performance security.  The specific amount and allowable forms of the Bid Security shall be prescribed in the implementing Rules and Regulations (IRR).

5.2          The minimum amount in % of Approved Budget for the Contract (ABC) should be:

Form of Bid Security Amount of Bid Security(Equal to Percentage of the ABC)
Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank. Two percent (2%)
Bank draft/guarantee or irrevocable letter of credit 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.
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%)
Any combination of the foregoing. Proportionate to share of form with respect to total amount of security

•              Performance Security:

6.1          Before the release of the contract for any kind of services, the Awardees is required to post a Performance Security which maybe in any of the following forms:

Form of Performance Security Amount of Performance Security(Equal to Percentage of the Total Contract Price)
Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank. Five percent (5%)
Bank draft/guarantee or irrevocable letter of credit 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.
Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security; and/or Thirty percent (30%)
Any combination of the foregoing. Proportionate to share of form w/ respect to total amount of security

6.           Site Visit and Pre-bid conference

6.1          The BAC may conduct a site visit and a pre-bid conference whose purpose shall be to clarify issues and to answer questions on any matter that may be raised at that stage.

6.2          The Bidder’s designated representative is invited to attend a pre-bid conference that if convened, will take place at the venue and time stipulated in the invitation to bid.

6.3          The Bidder is requested as far as possible, to submit any questions in writing, to reach the BAC or by electronic means before the pre-bid conference. It may not be practicable at the meeting to answer all questions received late, but questions and responses will be transmitted in accordance with sub-Clause 6.4.

6.4          Minutes of the pre-bid conference, including the text of the questions raised and the responses given together with any responses prepared after the pre-bid conference will be transmitted within the time stated in the Invitation to Bid to all purchasers of the bidding documents. Any modification of the bidding documents listed that may become necessary as a result of the pre-bid conference shall be made by the BAC exclusively through the issue of an Addendum and not through the minutes of the pre-bid conference.

6.5          Non-attendance during the pre-bid conference will not be a cause for disqualification of a Bidder.

7.             Acceptance and Rejection of Proposal:

7.1          The NLP reserves the right to accept any bid proposal and to annul the bidding process and reject any or all bids at any time prior to the affected bidders or bidders of the grounds of the NLP.

7.2          The NLP   likewise reserves the right to reject any bid proposal submitted by any bidder who has, one way or another, caused any act against the NLP or its official which can be considered by NLP or its official to be inimical or prejudicial to NLP or its official.

7.3          The NLP reserves the right to waive any defect or informality in the bid proposal received.

7.4          The NLP will award the contract to the bidder whose bid proposal appears to be the most complying bid and the most advantageous to the government.

7.5          The acceptance of a proposal will be a notice in writing signed by the Director.  The Acceptance of a proposal shall bind the successful bidder to execute the contract.  Refusal to accept the award without justifiable reason shall debar the bidder from participating in any other bidding.

8.             Protest:

8.1          A request for reconsideration of or protest against an award or on recommendation for award, may be made by any losing bidder, provided that the protest or request for reconsideration shall be filed at the Office of the Director three (3) days from the date the NLP-BAC has submitted its recommendation to Director.  Only the request for reconsideration shall be allowed on a decision over a protest.

 9.             Execution of the Contract:

9.1          The bidder whose proposal shall be accepted will be required to appear at the Office of the Director in person to execute the contract within five (5) working days after notice.  Failure or neglect to do so shall constitute a breach of the agreement effected by the acceptance of the proposal.

9.2          The proposal/bidder’s bond accompanying the proposal of such bidder shall be retained by this Office as Liquidated damages in the event that the bidder where proposal shall be accepted, fails or refuses to execute the contract as herein above provided.

All of the foregoing instruction to Bidder’s shall form part of the Contract that shall be executed.

Contractor: 

Cancelled

National Library of the Philippines Skip to content