INSTRUCTIONS TO VENDORS

Similar documents
REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

Vertical Milling Machine

Color Copier/Printer Lease

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

Parking Lot and Roadway Lighting Control Bid No. PR10-B12

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois 61348

Illinois Valley Community College Request for Proposals Food Vending Machine Services - No. PR-09-P2

Hunter Four-Post Alignment Rack PR10-B02

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

ILLINOIS VALLEY COMMUNITY COLLEGE (Purchasing Department) 815 N. Orlando Smith Ave. Oglesby, Illinois REQUEST FOR PROPOSAL

2:00 P.M. Prevailing Time; May 18, 2017; in the office of Business Services, Support Services Building, Room 1306.

Invitation to Bid (ITB) for Athletic Trainers Services

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

INSTRUCTIONS TO BIDDERS

West Ridge Park Ballfield Light Pole Structural Assessment

CONSOLIDATED SCHOOL DISTRICT 158 SPECIFICATIONS FOR ICE MELT COMPOUND BID #

St. George CCSD #258

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

Champaign Park District: Request for Bids for Playground Surfacing Mulch

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

Barrington Community Unit School District E. James Street Barrington, IL 60010

CONSOLIDATED SCHOOL DISTRICT 158 October 12, 2014 Specifications for Fork Truck Bid #

AIA Document A701 TM 1997

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

B. The Bid is made in compliance with the Bidding Documents.

Cherokee County Water and Sewerage Authority

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

LONE TREE SCHOOL BELL SYSTEM

INSTRUCTIONS TO BIDDERS

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Invitation To Bid. for

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

INSTRUCTIONS TO BIDDERS

BID DOCUMENTS FOR. WTP VFD Replacement Bid

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Proposal No:

REQUEST FOR PROPOSAL

INVITATION TO BID. PO Box N. Main Street Clovis, NM

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT # Crescent Boulevard, Glen Ellyn, IL , (630) , INVITATION TO BID

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

Document A701 TM. Instructions to Bidders

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

REQUEST FOR PROPOSAL RFP #14-03

# : Downtown Valet Parking Services

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

WINDOW WASHING

Information for Proposers. 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax.

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Real Estate Acquisition Services For Neighborhood Stabilization Program

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

CITY OF GAINESVILLE INVITATION TO BID

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

COUNTY OF COLE JEFFERSON CITY, MISSOURI

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

ALL RFP PACKAGES MUST BE RETURNED IN A SEALED ENVELOPE WITH THE BID/RFP NUMBER ON THE LOWER LEFT HAND CORNER OF THE ENVELOPE.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

TOWN OF MANCHESTER REQUEST FOR PROPOSAL RFP NO. 15/16-32 FOR RISK MANAGEMENT CONSULTANT SERVICES PROPOSALS DUE: NOVEMBER 13, 4:00 P.M.

REQUEST FOR PROPOSAL (RFP)

Request for Proposal # Executive Recruitment Services

Request for Bid #1667 (RFB) CONCRETE SERVICES

Stockton Affiliated Services, Inc. Request for Proposals. SNACK FOOD VENDING SERVICES at. The Richard Stockton College of New Jersey.

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

Huntingdon Area School District 2400 Cassady Avenue, Suite 2 Huntingdon, PA Specifications and Quotation Form For Copier & Service Bid

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

PLEASANTVILLE HOUSING AUTHORITY

SECTION NOTICE TO BIDDERS

Project Manual Bid Packet and Specifications January 4, 2018

Transcription:

REQUEST FOR PROPOSAL MANAGED PRINT SERVICES FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2018-P05 May 29, 2018 Illinois Valley Community College District No. 513 (the College) is accepting sealed proposals for managed print services for maintenance and supplies for our existing HP printers. The contract will be for a three-year-period with an option to renew the contract for up to an additional three years. The College will award a contract to a single supplier that is in the best financial interest of the College, while maintaining high quality and service. The printers being serviced are located on the Main Campus in Oglesby and at the Ottawa Center campus in Ottawa, IL. The College guarantees no minimum volumes. INSTRUCTIONS TO VENDORS Proposals are due by 10:00 a.m. Tuesday, June 12, 2018. They will be received and publicly read aloud in Room C-326, Illinois Valley Community College District No. 513, Oglesby, Illinois. Proposals received after this time will not be accepted and will be returned to you unopened. Proposals must be made in accordance with the instructions contained herein and submitted on the forms furnished by the College. Questions concerning this proposal may be directed to the Purchasing Department at 815-224-0417. Electronic proposal submissions shall be considered a sealed document if they are received at the purchasing office by the time and date set herein for receipt of proposals. The vendor assumes the risk of premature disclosure due to submission in an unsealed form. Electronic proposals must be e-mailed to purchasing@ivcc.edu with the subject PROPOSAL: Managed Print Services Proposal # RFP2018-P05. Proposals can also be mailed in a sealed envelope, plainly marked with the vendor s name and address. Submit all mailed proposals to: Illinois Valley Community College District No. 513 Purchasing Department Room C343 815 North Orlando Smith Road Oglesby, Illinois 61348 Page 1 of 10

ACKNOWLEDGEMENT OF ADDENDA: Signature of a company official on an original document shall be construed as acknowledgement of receipt of any and all addenda pertaining to this specific proposal. Identification by number of addenda and date issued should be noted on all proposals submitted. FAILURE TO ACKNOWLEDGE RECEIPT OF ADDENDA ON PROPOSAL SUBMITTED MAY RESULT IN DISQUALIFICATION OF PROPOSAL. Bidders who obtain a copy of the proposal from the College web-site are responsible for any addenda issued. PROPOSAL PROCEDURES: No proposal shall be modified, withdrawn, or canceled for sixty days after the proposal opening date without the consent of the College s Board of Trustees. Changes or corrections may be made in the proposal documents after they have been issued and before proposals are received. In such cases, the College will issue a written addendum describing the change or correction to all bidders of record. Such addendum shall take precedence over that portion of the documents concerned and shall become part of the proposal documents. Except in unusual cases, addendum will be issued to reach the vendors at least five (5) days prior to the date established for receipt of proposals. Each vendor shall carefully examine all proposal documents and all addenda thereto and shall thoroughly familiarize themselves with the detailed requirements thereof prior to submitting a proposal. Should a vendor find discrepancies or omissions from documents, or should there be doubt as to their meaning, they shall, at once, and in any event not later than ten (10) days prior to proposal due date, notify the Director of Purchasing who will, if necessary, send a written addendum to all bidders. The College will not be responsible for any oral instructions. All inquiries shall be directed to the Director of Purchasing. After proposals are received, no allowance will be made for an oversight by the bidder. SIGNATURE ON PROPOSALS: The College requires the signature on proposal documents to be that of an authorized representative of said company. Each Bidder, by making her/his proposal, represents that she/he has read and understands the proposal documents and that these instructions to vendors are a part of the specifications. TAX EXEMPTION: The College is exempt from paying Illinois Use Tax, Illinois Retailers Occupation Tax, Federal Excise Tax, and Municipal Retailer s Occupation Tax (Tax Exemption ID # E9995-5253-06) TERM OF CONTRACT: Any contract, which results from the RFP, shall be for a three-year-period from the date of the contract, with an option to renew the contract for an additional three years. Per-print pricing must be fixed for the term of the contract. Page 2 of 10

RETENTION OF DOCUMENTATION: All proposal materials and supporting documentation that is submitted in response to this proposal becomes the permanent property of IVCC. REFERENCES: Include three references that are using the proposed equipment noting the company/school name, contact name, phone number and email address. AWARD CRITERIA: As provided by statute, award will be based on the lowest and best (most advantageous to the College) as determined by consideration of: 1. Price per print offered, 2. General reputation and performance capabilities of the bidder, 3. Conformity with specifications herein, 4. Location and availability of service and repair facilities and personnel, 5. Suitability for intended use, and 6. The extent to which the goods or services meet IVCC needs. As deemed in the best interest of the College, the College reserves the right to reject any and all proposals or waive any minor irregularity or technicality in proposals received. INVESTIGATION OF BIDDERS: The College will make any necessary investigation to determine the ability of the bidder to fulfill the proposal requirements. The College reserves the right to reject any proposal if it is determined that the bidder is not properly qualified to carry out the obligation of the contract. PROPOSAL AWARD: The successful contractor, and/or any contractor, shall not proceed on this proposal until it receives a purchase order from the College. Failure to comply is the risk of the contractor. PROPOSED AGREEMENT: Submit a sample of your company s agreement with your proposal. CERTIFICATE OF INSURANCE: The vendor must provide, within five (5) calendar days of proposal award notification from the College, certificate of insurance evidencing the insurances provided by the vendor and signed by the insurance companies or their authorized agents, certifying to the name and address of the party insured, the College and its Board of Trustees as the Certificate holder and Additional Insured, the description of the work covered by such insurance, the insurance policy numbers, the limits of liability of the policies and the dates of their expirations with a further certification from the insurance companies that their policies will not be materially modified, amended, changed, canceled or terminated without thirty (30) business days prior written notice to the College. 1. Workers Compensation a. $1,000,000 per accident Page 3 of 10

2. Commercial Comprehensive Liability a. Each occurrence: $1,000,000 b. Products-Completed Operations Aggregate: $2,000,000 c. Personal/Advertising Injury: $1,000.000 d. General Aggregate: $2,000,000 3. Business Auto Liability (including owned, non-owned, and hired vehicles). a. Bodily injury - $1,000,000 per person b. Bodily injury - $2,000,000 per accident c. Property damage: $1,000,000 OR d. Combined single limit: $1,000,000 4. Umbrella a. Umbrella Excess Liability: $2,000,000 CERTIFICATION FORM: Bidders must sign the enclosed Certification Form that refers to the Criminal Code of 1961 and to the Illinois Human Right Act dealing with Sexual Harassment. The signed Certification must be submitted with your proposal. Failure to do so may result in the rejection of your proposal. EQUAL OPPORTUNITY EMPLOYMENT Respondent shall comply with the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., as amended, and any rules and regulations promulgated in accordance therewith, including, but not limited to, the Equal Opportunity Clause, Illinois Administrative Code, Title 44, Part 750 (Appendix A), which is incorporated herein by reference. In addition, the respondent shall comply with the Public Works Employment Discrimination Act, 775 ILCS 10/0.01 et seq., as amended. Furthermore, the respondent shall comply with Public Act 98-107, which requires nearly any party that contracts with a community college to post employment vacancies with the state s job board: IllinoisJobLink.com. LAW GOVERNING Any contract resulting from this RFP shall be governed by and construed according to the laws of the State of Illinois, without regard to conflict of law principles. BUSINESS ENTERPRISE FOR MINORITIES, FEMALES, AND PERSONS WITH DISABILITIES ACT COMPLIANCE The College recognizes the importance of increasing the participation of businesses owned by minorities, females and persons with disabilities in public contracts. It is the policy of the College to promote the economic development of disadvantaged business enterprises by setting aspirational goals to award contracts to businesses owned by minorities, females, and persons with disabilities for certain services, to the extent provided by the Business Enterprise for Minorities, Females and Persons with Disabilities Act ( Act ), 30 ILCS 575/0.01 et seq. and the Business Enterprise Council for Minorities, Females, and Persons with Disabilities ( Council ) which serves to implement, monitor and enforce the goals of the Act. W-9 FORM: Please complete the enclosed W-9 form and return with your proposal. Page 4 of 10

GENERAL INFORMATION Current Printer Info We currently have 128 network attached printers, all manufactured by HP ranging from 1-16 years old. On average, we print about 109,000 B&W and 10,000 Color pages per month. All existing, and any future printers would need to be covered by the requested service contract. MAINTENANCE All toner, maintenance work for repair, preventative maintenance, parts, travel, and labor is to be included in the cost. A minimum of (4) four-hour response time on maintenance calls is required. Acknowledgement of service call shall be made within (2) two hours to verify the request, offer telephone assistance and provide an estimated time of arrival. Comparable loaner equipment will be required if equipment is inoperable for more than forty-eight (48) hours from placement of the service call. The vendor shall be required to replace printers, at the vendor s expense which provide unacceptable service or are deemed uneconomical to repair. These replacements may be refurbished and must be equivalent in capabilities to the unit being replaced and will become property of the College at the end of the contract term. Unacceptable service is defined as poor print quality, excessive jamming, excessive maintenance/service calls, etc. This replacement guarantee shall apply for the length of the contract period. A service history report for each machine shall be provided upon request of the College. Information such as service call, service date, nature of the problem, number of prints and parts replaced are to be included. FORMAT FOR RESPONSE To achieve a uniform review process and obtain the maximum degree of comparability, it is required that the proposal be organized in the format specified. An original and two copies of the proposal will be required for any hard copy submissions. The original copy should be so noted and signed. Electronic proposals must be e-mailed to purchasing@ivcc.edu with the subject PROPOSAL: Managed Print Services Proposal # RFP2018-P05 1. Include a title page showing the RFP subject, name of firm, address, telephone number, name of contact person, and date. 2. Clearly identify the materials by sections and page numbers. 3. The only acceptable pricing format is price per copy and must be noted in response. 4. Describe the scope of services your company will provide to IVCC. 5. Include brochures describing any non-hp toner being proposed with your offer. 6. Enclose any other pertinent information that the College would consider in selecting a vendor. Page 5 of 10

STATEMENT OF WORK REQUIRED ELEMENTS a. Locked in pricing for term of the contract based on print volume, not number of devices. b. No monthly minimum volume requirements. c. Individual printers can be enrolled and removed throughout the life of the contract. d. High-quality Original Equipment Manufacturer (OEM) toner must be supplied for all Color printers in contract. B&W printers may specify remanufactured toner. e. Helpdesk service accessible by end-user during normal business hours to report print issues directly. f. On-site response time of four (4) Hours to IVCC s Oglesby and Ottawa Campuses. g. Preventative maintenance including a thorough unit cleaning on every scheduled visit. h. Quarterly business reviews. i. Reporting services that include: o Service Performance o Device Utilization o Cost Burden Analysis j. Remote device monitoring. k. Predictive toner replacement and automatic ordering. All toner should arrive labeled to indicate its intended destination. l. Empty cartridge return and recycling. m. Proposed rates must include parts and labor for all repairs. n. Proposed rates must include replacement unit for any printer deemed uneconomical to repair. Replacement unit must be equivalent in performance and features to existing printer, may be refurbished, and becomes property of the College at end of the contract term. o. Minimum 85% first visit fix rate (equipment repairs do not require a second visit from a technician). STATEMENT OF WORK OPTIONAL ELEMENTS a. Billing system where B&W pages with a small percentage of Color would still be billed as B&W. b. Ability to recognize blank pages and eliminate them from the volume count. c. Provide a Key Contact Person. Page 6 of 10

SIGNATURE PAGE Submitted By: Company Address Authorized Signature Printed Name City State Zip Phone Fax E-Mail Date Page 7 of 10

MAKE CERTAIN TO ENCLOSE THE FOLLOWING: Acknowledgement of Addenda (if applicable) Completed Proposal Forms Signature Page Completed Certification Form Completed W-9 Sample Agreement (including scope of services) Brochure / Service Specifications References Page 8 of 10

CERTIFICATION FORM TO: ILLINOIS VALLEY COMMUNITY COLLEGE DISTRICT NO. 513 OGLESBY, IL 61348 Pertaining to the proposal titled: Managed Print Services - Proposal # RFP2018-P05 I/We, as the Bidder certify that I/we have not been barred from bidding on this project as a result of a conviction for either bid-rigging or bid-rotating under Article 33E of the Criminal Code of 1961 We also do hereby certify that we have a written sexual harassment policy in place in full compliance with Section2-105 of the Illinois Human Rights Act and will, upon request, be able to provide such written policy to the Department of Human Rights. NAME OF CONTRACTOR/BIDDER TITLE DATE THIS FORM MUST BE RETURNED WITH YOUR PROPOSAL TO: Illinois Valley Community College District No. 513 Purchasing Department Room C343 815 North Orlando Smith Road Oglesby, Illinois 61348 Page 9 of 10

Page 10 of 10