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.