rfp_ust_engg-1

12
1 Request for Proposal (RFP) Data Network System WAN, LAN (Wired and Wireless) and CCTV Design and Installation in UST Faculty of Engineering RFP ID: 2014-001 Inquiries and requests regarding this RFP should be directed to: Engr. Amante R. Garcia , Professional Electronics Engineer University of Santo Tomas Electronic Engineering Department University of Santo Tomas Espana, Manila Phone: 4061611 loc 8238 Fax: 7314041 [email protected] Sealed proposals and bids must be delivered not later than 1:00 PM on NOV. 15, 2014 to: University of Santo Tomas Faculty of Engineering Electronics Engineering Department Espana, Manila

Upload: krit-jimenez

Post on 16-Aug-2015

214 views

Category:

Documents


1 download

DESCRIPTION

en

TRANSCRIPT

1 Request for Proposal (RFP) Data Network System WAN, LAN (Wired and Wireless) and CCTV Design and Installation in UST Faculty of Engineering RFP ID: 2014-001 Inquiries and requests regarding this RFP should be directed to: Engr. Amante R. Garcia , Professional Electronics Engineer University of Santo Tomas Electronic Engineering Department University of Santo Tomas Espana, Manila Phone: 4061611 loc 8238 Fax: 7314041 [email protected] Sealed proposals and bids must be delivered not later than 1:00 PM on NOV. 15, 2014to: University of Santo Tomas Faculty of Engineering Electronics Engineering Department Espana, Manila 2 INVITATION TO BID University of Santo Tomas Faculty of Engineering Espana, Manila To All Bidders: Bidders are required to use the enclosed bid forms and to provide all of the information requested. ResponsetothisINVITATIONTOBIDmustbeinasealedenvelope markedBID2014-001.Formailingpurposes,pleaseaddressthebidto University of Santo Tomas, Faculty of Engineering, Attention: Engr. Amante R. Garcia, Electronics Engineering Department, Espana, Manila. BidsmaybehanddeliveredtotheUniversityofSantoTomas,Facultyof Engineering,ElectronicsEngineeringDepartmentatEspana,Manila, wherethebidsaredueonSaturday,November15,2014at1:00PM. Bids will be officially opened at that time. Bids that are mailed must be done in ample time to assure delivery prior to thebidopeningdateandtime.BidsreceivedlatewillbehandledasNO BIDS,andreturnedtothevendorunopened.UniversityofSantoTomas does not accept EMAIL or FAX bids. TheUniversityofSantoTomasreservestherighttoacceptorrejectany and all bids, and to waive any formalities, to award the entire bid to one (1) vendor,ortomakeawardsbygroupsorbylineitem,whicheverisinthe best interest of University of Santo Tomas. ContactEngr.AmanteR.Garcia,[email protected] any questions pertaining to this bid. 3 GENERAL TERMS AND CONDITIONS University of Santo Tomas (UST), Faculty of Engineering is located Espana, Manila. The Faculty ofEngineeringBuildingisconsistsofclassrooms,laboratoryrooms,computerroomsand administrativeoffices.Totalenrollmentisaround4000studentsandFacultyMembersof around 200. UST Faculty of Engineering request proposals from qualified vendors interested in providingcompliantdatanetworkcabling(structuredcablingsystem),wirelessandCCTV installation including the necessary equipment needed in order to make the facilities up to date withthecurrentdatatechnologiesusedinmodernteachingenvironment.ThisRFPprovides therequirementsandevaluativecriteria.Responsesfromallprospectivevendorsshould address pricing, shipping (if applicable), and service descriptions. 1.0 Preparations of Bids 1.1 Bids must be on Bid Forms furnished with this Invitation to Bid. They must be submitted in a sealed envelope marked, as specified in our Invitation to Bid. The bid must be mailed or delivered totheUniversityofSantoTomas,FacultyofEngineering,Attention:Engr.AmanteR.Garcia, ElectronicsEngineeringDepartment,Espana,Manila.Thebidswillbepubliclyopenedatthetime and place set forth in the Invitation to Bid. 1.2 Bidders are instructed to carefully read all terms, conditions and specifications set forth intheInvitationtoBid.Bidformsmustbecompletedintheirentirety.Anycorrectionmade onthebidform(whiteoutorstrikethrough)mustbeinitialedbyanauthorized representativeofthecompanysubmittingthebidorthebidmayberejectedbytheUniversity of Santo Tomas. Each bidder is required to furnish all information requested in the Invitation to Bid. 2.0 Submission of Bids 2.1 Anybidreceivedafterthedesignatedtime, willbedeemedlateandwillnotbeconsideredby theUniversityofSantoTomas.UniversityofSantoTomasdoesnotacceptEMAILorFAX bids. 2.2 Confidential Material Any material that is to be considered as confidential in nature must be clearlymarkedassuchandwillbetreatedasconfidentialbyUniversityofSantoTomastothe extent allowable. 3.0 Specifications 3.1Theexpectationofthebidisfortheexactcablespecificationlisted.Anydeviationfromthe specificationsmustbeclearlynotedonbiddocument.TheUniversityofSantoTomasshall determineinitssolediscretionwhethersubstitutionormodificationsoftherequested specifications are comparable to those contained within the Invitation to Bid. If the University of SantoTomasdeterminesthatthemodificationsordeviationsfromthespecificationsarenotin compliance, they may reject the bid. 4 3.2Avendorsfailuretodeliveranyitemsaccordingtospecificationssetforthintheirbidmay resultincancellationofthepurchaseandpermanentremovalfromfutureInvitationstoBid.If anyitemsdonotmeetthesespecifications,theitemswillbepickedupatvendorsexpenseand removed from the premises of the University of Santo Tomas at the sole cost of the vendor. 3.3.IfthereisanerrorinthedescriptionorspecificationscontainedintheInvitationtoBid, UniversityofSantoTomasreservestherighttonotifyeachofthebiddersseparatefromthe InvitationtoBidofsuchspecificationordescriptionchangeandmayrequireallbidstobein compliance with such modification. In the case of an error in the specifications or the descriptions, University of Santo Tomas further reserves the right to cancel the Invitation to Bid and rebid. 3.4 Omissions in the proposal of any provision herein described shall not be construed as to relieve the vendor of any responsibility or obligation to the complete and satisfactory delivery, operation, and support of any and all equipment or services. 3.5 A prebid onsite walkthrough to better understand the needs of the University of Santo Tomas FacultyofEngineeringisavailableforschedulebycontactingEngr.AmanteR.Garciaat [email protected]. 3.6TheUniversityofSantoTomaswillnotbeliableforanycostincurredbytherespondentsin preparing responses to this bid or negotiations associated with award of a contract. 4.0 Prices Quoted 4.1 Bids must include any and all delivery charges. 4.2 In addition to a total project cost, all proposals are to contain costs for materials and labor. 4.3 All prices must be valid for 90 days. 4.4 Pricing to be FOB at the University of Santo Tomas warehouse in Espana, Manila. 5.0 Bidders Evidence of Responsibility 5.1TheUniversityofSantoTomasreservestherighttorequireafinancialstatementfromany bidderwhosubmitsabid.Thevendormustsubmitacurrentfinancialstatementwithin24hours after notification of such requirement. 5.2Vendortoprovideatleastthree(3)referencecompanieswithcontactinformationforwhich your company has done similar work. 6.0 Awards 6.1 The University of Santo Tomas reserves the right to accept or reject any part of a submitted bid, to accept the entire bidfrom one bidder, to accept portions of the bid from several bidders, or to reject all bids submitted.The University of Santo Tomas reserves the right to award the bid under the most beneficial and economic terms for University of Santo Tomas. 5 6.2 It is anticipated that a contract will be made with the provider whose proposal is determined to be in the overall best interest of the University of Santo Tomas. The main evaluation considerations are price, industry experience, and qualifications. Theevaluationcriteriainclude,butarenotnecessarilylimitedto,thefollowing:theoverallbest pricing for product and services total cost of implementation proposers experience with other school districts vendors proximity (business location) to the District vendorsoverallperformancerecord,includingresponsivenessandreputationbasedupon feedback from available references theperceivedqualityofthevendorsresponse,includingcompleteness,accuracyand appropriateness stability/risk of the vendor , including assessment of risk that they may not be able to fulfill responsibilities 6.3Inawardingthebids,price,availability,pastvendorexperience,qualifications,references,and compliance of the bid with specifications and requirements, will be determining factors. 6.4Ifaftertheawardofthebidthereisadecreaseinthepriceofaproductfromthe manufacturer,orarebate,thesuccessfulbidderwillpassthatpricedecreaseand/orrebateonto the University of Santo Tomas. 6.5ThisRFPdoesnotobligatetheuniversitytoawardacontract,topayforanycostsincurredin thepreparationofaproposal,ortoprocureorcontracttheservicesorsupplies.Theuniversity reservestherighttoacceptorrejectanyorallproposalsreceivedasaresultofthisrequest,to negotiate with any qualified source, or to cancel in part or in its entirety the Request for Proposal if it is in the best interest of the university. 6.6AnycontactorattempttocontactanyotherUniversityemployeeforthepurposeofsecuring privilegedinformationoradvantagesintheproposalprocesswillresultindisqualificationofthe vendor. 7.0 Contract 7.1Eachbidderisresponsibleforhavingknowledgeandunderstandingofanyapplicablelawsin Manila,CommissionofHigherEducation(CHED)regulationsorpolicies,andUniversityofSanto Tomas regulations or policies on procurement. Should any dispute arise as a result of a bid, the dispute will be settled in accordance with the Laws of the City of Manila. 7.2 Whether or not a dispute arises, under no event will the University of Santo Tomas be liable to any vendor for costs incurred by such vendor in responding to this Invitation to Bid. 6 8.0 Invoicing 8.1 Payment will be made by the University of Santo Tomas after installation and acceptance of all items.However,finalacceptancewillnotbemadeuntilafterinspectionandapprovalbythe University of Santo Tomas Grandville Public Schools authorized representative. 8.2 The successful vendor will be required to supply an original invoice and to reference all invoices to the purchase order to which they pertain. 8.3Noinvoicewillbeprocessedforpaymentuntilsuchtimeasallcontractualobligationshave been met and/or items ordered have been received and approved by the University of Santo Tomas authorized representative. 8.4 The University of Santo Tomas is exempt from Value Added Tax. Tax Exemption Certificates will be furnished upon request. 8.5 The University of Santo Tomas Grandville Public Schools will issue payment by credit card within ten (10) days of final acceptance. 9.0 Compliance Final inspection of all products for acceptanceor rejection will be made by the University of Santo Tomasauthorizedrepresentative.Finalinspectionresultinginacceptanceorrejectionofthe productswillbemadeassoonaspracticable,butfailuretoinspectshallnotbeconstruedasa waiverbytheUniversityofSantoTomasofitsrightstorejectsuchproductsortoclaim reimbursementordamagesforsuchproductswhicharelaterfoundtobedefectiveornotin conformance with the required specifications. 10.0TheUniversityofSantoTomasProhibitsUnlawfulDiscriminationand Harassment 10.1TheUniversityofSantoTomasisanequalopportunityeducationalinstitution.Itisour expressed policy that no person shall be unlawfully excluded from participation, be denied benefits of,orotherwisesubjectedtodiscriminationinemploymentonthebasisofrace,color,national origin,sex,includingsexualorientationortransgenderidentity,disability,age,religion,height, weight,maritalorfamilystatus,militarystatus,ancestry,geneticinformation,oranyotherlegally protected category. 10.2TheUniversityofSantoTomasprohibitsunlawfuldiscriminationorharassmentincluding sexual harassment. Contractor and subcontractors, if any, shall not engage in unlawful harassment or discrimination while on school premises. 10.3Contractororsubcontractormaybesuspended,terminated,ordebarredifitviolatesthese policies while on school premises. 7 11.0 Equipment/Services Specifications: 11.1 Data/Cabling, WAN, LAN and CCTV System Requested TheUniversityofSantoTomasisrequestingproposalsfromqualifiedvendorsinterestedin providingcompliantWANandLANDatanetworkcabling(structuredcablingsystem),wireless and CCTV installation including the necessary equipment needed in order to make the facilities uptodatewiththecurrentdatatechnologiesusedinmodernteachingenvironment.Cabling and all associated equipment must be CAT6 Compliant. Cabling will be required to provide data to access points. Vendor will provide parts, materials, installation and testing.All cabling map must be provided by the vendor. The scope of the project includes: Provide a WAN service entrance (POP) that can support Data services from Telecom Service Providers. InstallationofCategory6(minimum)(ANSI/TIA/EIA568B.21&ISO/IEC11801Ed.2.0) plenum(NFPA262)cablingfordatalocationswitha6ft.serviceloopatthedesignated Device Cable Termination (DCT) ProvidenewdatagradewiringfromIDF/MDFstodesignatedDeviceCableTermination (DCT) Termination of data cables at provided network patch panel Cable color (green) and jacks colors coordinated with the school Cables should be in available cable tray, suspended every 4 feet in drop ceilings using J or D style hooks or in enclosed conduit Labeling patch panels and wall plate jacks with indelible labels/ink indicating closet location and unique identified port number Color code ports per coordination with the school Installationofatleast2dataportsperlectureclassroomsandappropriatedataportsper laboratory rooms. Installation of Access Point having 100% coverage in all parts of the building. Installation of LED TV with multimedia capabilities in all classrooms, conference rooms and administration offices. InstallationofCCTVSysteminallclassrooms,laboratoryrooms,administrationoffices, conferencehall/rooms,hallwaysincludingthelobbyofthebuilding.Thetransportsystem must be in accordance with the AV Standards and Specifications. Provide testing with documentation of cable runs to meet specifications end to end Work will need to take place outside the normal school operating hours when the school is in session. Thevendormustsupplyallsupervision,tools,equipment,hardware,material, transportation,andconstruction,andallotherrelatedservicesunlessspecificprovisioning by the customer has been denoted. Thevendorisresponsibleforprovidingallnecessaryworking/buildingpermitsrequired under this contract, which includes, local, city, or national permits, as needed. 8 The vendor will be responsible for repair of all damage to the building due to the negligence of its workers. Duringthecontractperiodthevendorwillabidebyallfireandsafetyregulations.School Security Policies must be observed at all times. Uponcompletionofanyrepair,replacementorinstallationactivity,thevendormust provideevidenceofthecompletionwithasuccessfultestonsaidsystemwithresults provided to owner in owner specified format (s). The vendor will be responsible for the prompt correction of all defects in the system. The vendor must leave the premises clean and neat including having all ceiling tiles in place after each work session. All work must be coordinated through a designated school contact before the beginning of the installation work, and must be requested by the Network Administrator. Vendor must assume total responsibility for the actions of any/all subcontractors. 11.2 Cabling/Installation Specifications Responsive bidders will provide a complete design and itemized quotation for a Structured Cabling System consisting of: RunsofCAT64pairPVCJacketedwire(plenumwhereneededpercodes)perDCT(devicecable termination). Each run will be terminated at the DCT end in an RJ45 modular jack and at the Wiring ClosetIDF/MDFendinanRJ45ModularPatchPanelport.Theschoolwillproviderackspaceand requiredpatchpanels.Bidderisresponsibleforprovidingevidencethatallmaterialsand installationpracticeswillmeetorexceedBICSIspecificationsforCAT6(minimum)materialsand installation. References: A.Design,manufacture,test,andinstalltelecommunicationscablingnetworkspermanufacturers requirements and in accordance with NFPA70 (2005 edition of the National Electrical Code), IEEE C22007(NESC2007),nationalcodes,localcodes,requirementsofauthoritieshavingjurisdiction, and particularly the following standards: ANSI/NECA/BICSI5682006StandardforInstallingCommercialBuildingTelecommunications Cabling ANSI/TIA/EIA Standards 1.ANSI/TIA/EIA568B.1CommercialBuildingTelecommunicationsCablingStandard,Part1: General Requirements 2.ANSI/TIA/EIA568B.2CommercialBuildingTelecommunicationsCablingStandard,Part2: Balanced Twisted Pair Cabling Components 3.ANSI/TIA/EIA569BCommercialBuildingStandardforTelecommunicationsPathwaysand Spaces 4.ANSI/TIA/EIA606(A)TheAdministrationStandardfortheTelecommunicationsInfrastructure of Commercial Buildings 9 B. Install cabling in accordance with the most recent edition of BICSI publications: 1. BICSI Telecommunications Distribution Methods Manual 2. BICSI Installation Transport Systems Information Manual 3. BICSI Network Design Reference Design Manual 4. BICSI Outside Plant Design Reference Manual 5. BICSI Wireless Design Reference Manual 6. BICSI Electronic Safety and Security Design Reference Manual 7. Infocomm/BICSI AV Design Reference Manual Bidder is responsible for inspecting all existing structures, cableways, IDF/MDFs, wiring closets and fiber infrastructure to determine if they are adequate for the purpose. Cableways must be utilized where available. Ifasleevedoesnotexistintheexistingcorridorwallsanew(minimumsizeis1)conduit shouldbeinstalledforpenetrationsthroughwallsorfloorsandshallbesealedwith intumescentfirestopsysteminaccordancewiththeULtestingdetail.Groutmixtureor firestopsystemshouldbeusedtosealtheperimeterofthenewconduitinstalledinthe corridor walls. Cabling shall not be laid on ceiling grid structure, ceiling tiles or supported on any structure notspecificallydesignedforsupportingcables.Ifacabletrayisnotpresent,providecable supports at intervals of every 46 feet. Cable supports shall be J hooks or other supporting deviceswithaminimum1inchcablerestingsurface.Cablesupportdevicesshallbe independentlysuspendedfromorattachedtobuildingstructureorwalls.Cablesag between supports shall not exceed 12 inches. All cables shall be neatly bundled and secured with appropriately rated fasteners. Cables should not be installed within 4feet of transformers/motors, when running parallel of power conduits or fluorescent light fixtures maintain a 1 foot separation. SPECIAL TERMS AND CONDITIONS 1.All items quoted must be new. No refurbished or remanufactured will be accepted. 2.FloorPlans,NetworkLayout,anyappropriateDiagramsandDetailedImplementation Plan will be prepared by the vendor and presented together with this RFP. 3.Company Profile must be submitted to the University of Santo Tomas together with this RFP. 10 VENDOR DATA SHEET COMPANY NAME:Simple Connections COMPANY ADDRRESS:1111 Ayala Avenue cornerV.A. Rufino St. 1234 MakatiCity, Philippines TAX PAYER ID. NO: 2010-017642 ORDERS SUBMITTED TO:Edgardo Torres Jr. PAYMENTS SUBMITTED TO:John Benedict Rebello CONTRACT ADMINISTRATOR INFORMATION NAMEEdgardo Torres Jr. TITLE CEO ADDRESS 25 Cairo St. Sta. Rita Village Project 8, Quezon City TELEPHONE 454-72-08 CELLPHONE09151277354 FAX+1-222-7654321 [email protected] Work will commence within 14 days after receipt of Purchase Order 11 CERTIFICATION LETTER (must be completed and returned with bid) I certify that I have read and understand the terms and conditions herein. I further state that I amand/ormycompanyiscapable,ableto,andwillprovidetherequestedproductsand/or servicedescribedherein.Iamtheowneroragentofthecompanystatedbelowandam authorized and empowered to contract. By my signature on this RFP response, I/ we guarantee and certify that all items included in my bid meet or exceed specifications. I certify that this bid is made without prior understanding, agreement, or connection with any corporation,firmorpersonsubmittingabidforthesamematerials,supplies,equipmentor services and is in all respects fair and without collusion orfraud. I understand collusive bidding isaviolationofStateandFederalLawandcanresultinfines,prisonsentences,andcivil damage awards. I agree to abide by all conditions of the RFP and certify that I am authorized to sign this bid for the Contractor. SUBMITTED BY ____________Edgardo Torres Jr._____________ DATE _ November 18, 2014____ TITLE _________CEO____________ EMAIL [email protected]_________ COMPANY NAME ___________________Simple Connections_____________________________ ADDRESS _1111 Ayala Corner V. A. Rufino St. 1234 _ CITY _Makati_ STATE _NCR_ ZIP ___1226___ TELEPHONE NUMBER ______774-6753_________ FAX NUMBER ________+1-222-7654321_______ COMPANY WEBSITE _________________www.simpleconnections.com______________________ SIGNATURE _____________________________________________________________________ When signed, this bid becomes legal and binding to the University of Santo Tomas and is acknowledgement that all specifications and terms and conditions have been read and understood. 12 BID SHEET This page must be complete and submitted as part of any response to this RFP, along with an explanation of the total data network cabling (structured cabling system), WAN, Wireless LAN and CCTV Systembeing presented. DATA NETWORK SYSTEM (WAN,LAN AND CCTV) ITEM NO. DescriptionEquipmentQuantityLaborMaterialTotal Cost 1 WAN Installation WAN termination 1N/AN/AN/A 2 LAN Installation Switches, Routers, etc 22120,00018,411.26525,047.70 3 Wireless LAN Installation 3440,0004,940.96207,992.6 4 CCTV System Installation 16075,00027,85.44520,670.4 5 LED TV5950,00028,530.671,733,310 Total Price P12,461,652 Note: The above table column and format must be followed. Additional rows can be added to describe the items in detail. The bidder shall bid for the price in Philippine peso currency.