èßäAV

MSU-IIT Telephony and Voice Trunk Gateway

Posted on : December 13, 2008

Mindanao State University
ILIGAN INSTITUTE OF TECHNOLOGY
Iligan City

OFFICE OF THE BIDS AND AWARDS COMMITTEE SECRETARIAT
3rd Floor Main Canteen Building
Telefax No. 225-4926

INVITATION TO APPLY FOR ELIGIBILITY AND TO BID

A. The èßäAV through its Bids and Awards Committee invites interested suppliers to apply for eligibility and to bid for the hereunder project:

Name of Project To supply Equipment and Materials for the following projects of MSU-IIT:
1) Initial Implementation of IP Telephony
2) Proposed Voice Trunk Gateway
3) Distribution Switches, Cabling, and IP Phone Handsets
Inclusive of Installation Services and Training
Location èßäAV
Brief Description Please see details below
Approved budget P1,870,000.00
Charged to 164-969
Delivery Period Fifteen (15) days after receipt of P.O. 

DETAILS

1. Initial Implementation of IP Telephony

Requirements:

An IP Telephony system that can function within the data network Infrastructure of MSU_IIT. It must be a current technology solution that may start small but  can aptly provide for the growing telecommunication needs of MSU-IIT.

Proposed Main Unit: VOIP Telephony Communications Manager Bundle:

Qty Model Details
1 unified –CM-7.0  Top Level Part for Unified Communication Manager 7.0
1 MCS7816H3-K9-CMB2 Unified CM 6.17816-H3  appliance, 0 Seats
1 CAB-AC Power Cord, 110-220VAC, 60Hz
1 CCX-50-CM-Bundle 5 Seat CCX  ENH CCM Bundle
1 CUCMS-Eval-K9 CUCMS Monitoring Bundle Evaluation
1 SW-CUP6.0-k9P Unified Presence Software (Latest Version)
1 LIC-CM6.1-7816= Licenses Unified CM 7.0 7816 Appliance, 500 seats
1 LIC-CM-DL Top Level Part Number for Unified CM Device Licenses
12 LIC-CM-DL-10 Unified CM Device Licenses – 10 licenses/pack
1 CM6-DL-PAK Unified Communications Manager 7.X DL PAK

2. Proposed Voice Trunk Gateway: Integrated Router Sec. Voice Gateway Bundle:

Qty Model Details
1 ISR-2821-V/ K9
2821 Sec. Voice Bundle, PVDM2-32, SP Serv, 64F/256D
1 CAB-AC Power Cord, 110-220VAC, 60 Hz.
1 WIC-IT 1-Port Serial WAN Interface Card
1 S28NRSPSK9-12409T 2800 SPSK9-SPSK9 Feat Set Factory, Upgrade to Bundles
1 MAX-28/38-FLASH-BN 64 to 256 MB CF Factory Upgrade and 256MB USB Flash Token for 2800/3800
1 PVDM2-32U64 PVDM2 32-channel to 64-channel factory upgrade
1 VIC2-4FXO Four-port Voice Interface Card-FXO (Universal)
1 CAB-V35MT V.35 Cable, DTE, Male, 10 feet
1 ROUTER-SDM-CD CD for SDM software
1 PWR-2821-51-AC (Included)  2821/51 AC Power supply (220 VAC, 60 Hz)
1 MEM2800-64U256CF (Included) 64 to 256 MB CF  Factory Upgrade for 2800 Series
1 MEMUSB-256FT (Included) 256MB USB Flash Token for 1800/2800/3800 Series
1 MEM2800-256D-INC (Included) 256MB DDR DRAM Memory
1 ACS-2821-51-STAN (Included) Cisco 2821/51 Standard Accessory Kit

3. Distribution Switches, Cabling, and IP Phone Handsets

Qty Unit of issue Details
3 units WS-C2960-24LT-LAN Base Image Catalyst L2/3 Switch
24 Ethernet 10/100 ports (PoE supported on ports 1 through
8) and 10/100 with LAN Base Software, 124W PoE power
Budget, 220 VAC 60 Hz
10 units Unified IP Phone 7940G, Global Standard, I Standard-
Compliant SIP Phone support, access to two telephone
Lines or one line and a telephony feature, POE support
3 units CP-7921G Unified Wireless IP Phone
31 units CP-7906G  Unified IP Phone, S
6 units ATA 186-11-A Analog Telephone Adaptors, 2-Port
Adaptor, 600 ohms Impedence with 6 ATACAB-NA
ATA Power Supply  Cable for Philippines

Inclusive of Installation Services and  Training

B. The following eligibility requirements in three (3) copies , duly certified, must be dropped with your bid proposals in the drop box at the BAC Secretariat Office.

  1. Letter of intent with the information of the authorized contact person and his/her position;
  2. Mayor’s Permit for Y-2008;
  3. BIR Registration with Current Tax Clearance Certificate and Tax Payers Identification;
  4. Current DTI Business name registration and/or SEC Registration Certificate;
  5. Bidding statement that the agency is not blacklisted or barred from bidding by the government agencies;
  6. Bidders letter authorizing BAC or its duly authorized representative to verify any or all of the documents submitted for eligibility check;
  7. Bid Security equivalent to 1% of then Approved Budget Cost (ABC) or P18,700.00 in the form of check/cash and bidder’s fee (non-refundable) equivalent to .002 of the approved ABC in the form of cash, or in the amount of P3, 740.00;
  8. Articles of Incorporation, Partnership or corporation, whichever is applicable, including amendments thereof; if any;
  9. Sworn affidavit of the bidder that he/she is not related to the head of the procuring entity, members of the BAC, TWG and Secretariat and members of the PMO, and the designers of the project, by consanguinity or affinity up to the third civil degree;
  10. Valid venture agreement in case of a joint venture;
  11. Certification under oath that the documents submitted in satisfaction of the eligibility requirements is an authentic and original copy, or a true copy and faithful reproduction from the original, complete, and that all statements and information provided therein are true and correct;
  12. Certification of Relevant Experience of undertaking of similar projects for the last two years;
  13. Certificate of Accreditation issued by the Board of Accountancy (BOA) on the designated CPA as company accountant; and
  14. Certificate of registration and Accreditation of the agency issued by the Philippine Government Electronic Procurement System (Phil-GEPS).

C. Bid Related Schedules:

Schedules Date
Issuance of bid documents legal/basic and submission of bidder’s fee (non- refundable) in the amount of P3,740.00. December 15-18, 2008
Pre-bid conference December 16, 2008
2:00 P.M., Legal Office
Submission of bid documents (eligibility, technical and financial), Including the payment of Bid Security (refundable), in the amount of P18,700.00, in any of the following forms: 1% for cash, certified check, cashier’s check, bank draft irrevocable letter of credit; 1 ½% for bank guarantee; and 2 ½% for surety bond. January 8, 2008
1:00 P.M., Legal Office
Opening of bid documents  January 8, 2008
2:00 P.M., Legal Office
Post qualification  
Notice of Award  

D. The MSU-IIT reserves the right to review the qualification of a selected bidder, subject to technical and production criteria, reject any or all bids, waive any formality or defect and accept the offer considered most advantageous to MSU-IIT.

E. For further clarifications, please inquire from Atty. Edgar Alan A. Donasco, Office of the BAC Secretariat, Telefax No. (063) 225-4926, anytime during office hours, or at our e-mail address: obs@sulat.msuiit.edu.ph.

 

(SGD) DIR. MELVIN S. ROSCOM
BAC Chairman

 

 

:sld

Back Top