# 01 — Requirement Summary

**Project:** Supply, Delivery, Installation, Integration, and Testing & Commissioning of MRT-7 Stations and Depot Electronics Networks (FDAS + ACS Integration)
**Customer:** **SMC MASS RAIL TRANSIT 7, INC.** (the rail subsidiary of San Miguel Corporation, formal entity name per TOR cover page and inviting email). Procurement channel: San Miguel Holdings Corporation (SMHC) Procurement (the "BPG" referenced in the pre-bid awarding-flow diagram).
**Location:** SMC MRT Line 7 Depot, Quirino Hwy, Brgy. Greater Lagro, District 5, Quezon City, 1118 Metro Manila — plus **12 MRT-7 stations** (Stations 1–12 per TOR §4.1, locked by D-015): 1 North Avenue, 2 Quezon Memorial, 3 University, 4 Tandang Sora, 5 Don Antonio, 6 Batasan, 7 Manggahan, 8 Dona Carmen, 9 Regalado, 10 Mindanao, 11 Quirino, 12 Sacred Heart. Stations 13 (Tala) and 14 (San Jose del Monte) are out of this scope.
**Date prepared:** 2026-04-29 (revision 2 — formal bid pack received and incorporated).

---

## Explicit request

From the inviting email (`Email_Text.rtf`):

> *"As discussed, we are pleased to invite you to submit your most competitive price proposal for the Supply, Delivery, Installation, Integration and Testing & Commissioning of MRT-7 Stations and Depot Electronics Networks. Project Name: SMC MASS RAIL TRANSIT 7 INC. MRT 7 PROJECT. Project Location: MRT 7 Stations and Depot."*

From the Terms of Reference (TOR rev. 3, 2026-03-16, §1):

> *"The purpose of this document is to outline the scope of work, and technical and commercial requirements for the prospective MRT7 Stations and Depot Electronics Network Contractor."*

From TOR §2:

> *"The SMC MRT7 is currently looking for a System Integrator who specializes in Fire Detection and Alarm Systems (FDAS) and Access Control Systems (ACS) Integration. The System Integrator will facilitate the overall integration of the Stations and Depot Buildings FDAS and ACS systems, including the supply and installation of cables, equipment, workstations, servers, and other accessories at the Depot Compound, and Administration Building Operations and Control Center (OCC) to complete a functional system."*

From TOR §5, the work is divided into two phases:

> **§5.1 Phase 1: Station to Depot Admin OCC Integration** — integration of FDAS and ACS from MRT7 Stations to the OCC at the Depot Administration Building.
>
> **§5.2 Phase 2: Depot Buildings to Depot Admin FCCR Integration** — integration of FDAS and ACS from the various buildings within the Depot compound to the FCCR at the Depot Administration Building.

— Sources: `00-customer-inputs/Email_Text.rtf`, `00-customer-inputs/TOR-rev3-2026-03-16.pdf` §1, §2, §5.

## Parties

| Role | Entity | Notes |
|------|--------|-------|
| Owner / Principal | **SMC MASS RAIL TRANSIT 7, INC.** | Rail subsidiary developing/operating the 26-km MRT-7 line. Project Director / Authorized Representative: Hyung-Wook Kim. |
| Government Co-signatory | Department of Transportation (DOTr), Republic of the Philippines | MRT-7 Project Manager: Engr. Eduardo J. Mangalili (named on ANNEX_C1 cover) / Jorjette B. Aquino (named on ANNEX_C2 cover). DOTr representative attends FAT (TOR §8.11) and O&M training (TOR §4.22). |
| Procurement (channel) | **San Miguel Holdings Corporation (SMHC) — Procurement / "BPG"** | Recipient: Ms. Susan Y. Yu, Sr. Vice President — Procurement, SMHC HQ Ortigas. The pre-bid awarding-flow diagram shows "Endorsement to BPG" as the gate prior to Awarding of Contract. |
| Technical Buyer | Mr. John Francis M. Morse | `jmorse@smhc.sanmiguel.com.ph` |
| Co-Buyer | Mr. JC Herrera | `jcherrera@smhc.sanmiguel.com.ph` (added per TOR §11.10) |
| Procurement Coordinator | Ms. Joy de Jesus | Co-attention on envelope addressing (per pre-bid slides 41–43). |
| Site Inspection Coordinator | Mr. Reynaldo Q. Quitevis, Deputy Project Director — Construction | `rquitevis@smhc.sanmiguel.com.ph` (per TOR §11.13). |
| Engineer of Record | Meinhardt Philippines Inc. | Document author for ANNEX_C1 (Depot specs) + ANNEX_C2 (Stations specs). Lead: D.M. Coruno. |
| Design Consultant | Philkoei International, Inc. | PM: Ramon M. Santelices (named on ANNEX_C1 cover). |
| System Contractor | **ROTEM-EEI Consortium (REC)** | Per TOR §3.24. Provides Communication Network (Station ↔ Depot OCC IP-MPLS), L2 Network Switches at stations, FACP and AGP at stations and Depot O&M / Aux / TPSSR / PH1&2 / STP, and the L2 switch in the Depot Admin CER (which we interface to per TOR §4.7). |
| Civil Contractors (multiple — per D-017) | (Not all yet named — Q-022 refined) | Per user direction (D-017), each station has its own respective contractor; the depot compound has separate civil contractor(s). Together they provide: FDAS FACPs (Notifier NFS2-3030) + ACS Core Stations (Suprema CS-40) at all stations + depot buildings; in-station devices and cabling; Site Development underground conduit (interbuilding) at the depot; raceway + conduit at OCC + FCCR; 230 V AC dedicated circuit at OCC. We do not touch station-internal scope — only connect to their already-installed FACP/CS-40 termination at each station via our gateway. |
| **The Contractor (us)** | (this bid) | Per Resp. Matrix + TOR §4: workstations + servers (FDAS + ACS @ OCC + FCCR), interface cards / gateways at stations and depot buildings, control & communication cables at OCC, raceway/conduit at OCC + FCCR, **inter-building FOC + STP cables (Phase 2)** with line surge protection, FDAS devices at Genset Building + Guard Houses, ACS gathering panel work at Genset Building, tables + chairs (4 workstations + chairs at OCC and at FCCR), workstation peripherals (laser printer + badge printer), UPS units. **Plus all engineering deliverables: Material Approval, Shop Drawing, ICD, T&C Plan, Method Statement, As-built (signed/sealed)**. |

## Project context

- **Building / system type:** Multi-site rail-transit infrastructure — 12 stations (per TOR §4.1; pending Q-013) + Depot compound (Admin Building with OCC/CER/FCCR/SCCR rooms; Genset Building; Depot O&M Building; Barracks; Aux Building; Depot TPSSR Substation; Pump Houses 1 & 2; Train Washing; Guard Houses 1 / 2A / 2D; Scrap & Waste; Motorpool; ASS no. 2; STP).
- **Stage:** **Greenfield (new construction).** The MRT-7 line is in construction; this bid is post-pre-bid (2026-04-21) with the formal bid documents now in hand.
- **Reference standards:**
  - **NFPA 70** National Electrical Code, **NFPA 72** National Fire Alarm and Signaling Code, **NFPA 130** Standard for Fixed Guideway Transit and Passenger Rail Systems
  - **Philippine Electrical Code (PEC)**, **Philippine Electronics Code**
  - **R.A. 9292** (Electronics Engineering Law of the Philippines)
  - Revised National Building Code of the Philippines
  - **UL listings required** for all materials (TOR §8.8; UL 268, UL 521, UL 294, UL 508, UL 2572 etc. cited in panel datasheets and specs)
  - **PCAB** license required (TOR §11.12.1)
  - **FCC, CE, RoHS** for electronics
- **Schedule:**
  - Pre-bid meeting: 2026-04-21 (held)
  - Ocular visit: 2026-04-21 (held — our attendance unconfirmed; Q-012)
  - Deadline of queries: 2026-04-24 (passed)
  - Submission of bid: 2026-05-08
  - Awarding of contract: 2026-05-29
  - **Total contract duration: 180 calendar days from issuance of NTP** (covers both Phase 1 and Phase 2)
  - Project target completion: December 2026

## Commercial signals

| Term | Value | Source |
|------|-------|--------|
| Bid type | LUMP SUM | TOR §11.3 |
| Currency | PHP | TOR; standard for SMC |
| **VAT** | **Inclusive** in all unit prices and lump sums | Email_Text §2; TOR §3.4 |
| **Proposal validity** | **6 months from submission** (overrides Email_Text §4 "30 days" — TOR §11.9 governs; flag for confirmation Q-018) | TOR §11.9 |
| **Bond requirements** | (a) Advance Payment Bond — full advance amount; (b) Performance Bond — 20% of Contract Price, valid until Taking-Over; (c) Warranty Bond — 10% of Contract Price, valid 2 years | TOR §11.6.1 |
| **Retention** | 10% on progress billings | TOR §11.6.2 |
| Warranty | 2 years from acceptance, 24-hour response time on warranty service requests | TOR §10 |
| Software support | 3 years from completion and acceptance; latest-version on completion; 30-day advance notice on scheduled upgrades | TOR §4.23 |
| Spare parts | 2 years continuous-operation supply; bidder submits recommended spare-parts list with justification + metrics | TOR §4.18-4.19 |
| **Liquidated damages** | 1/10 of 1% (= 0.1%) of Contract Price per day of delay | TOR §11.5 |
| Permits | All local + government permits (LGU, MMDA, DOLE, working) included in bid | TOR §11.2 + pre-bid |
| Duties / taxes / insurance | Included in lump sum | TOR §3.4 |
| As-built submittals | Soft + signed/sealed hard copy before acceptance; A3 size or per Owner requirement | TOR §3.3, §4.16 |
| Subcontracting | **Strictly prohibited for Electronics works.** No specialty-trade subcontractor for FDAS+ACS engineering, procurement, supervision, or installation. Bidder must have direct contact with manufacturer/supplier. | TOR §8.6 |
| **No China-made** | Electronic equipment, devices, or software from China, including 'Made in China' label, are not allowed. | TOR §8.10 |
| UL listing | All materials UL-listed (UL 268 detectors, UL 521 heat detectors, UL 294 ACS, UL 508 industrial control, UL 2572 mass notification etc.) | TOR §8.8 |
| FAT | At manufacturing plant, with Owner + DOTr representative + Contractor; before delivery (Q-019: bidder cost or owner cost?) | TOR §8.11 |
| Plant visit | Before granting plant approval; same FAT travel question (Q-020) | TOR §8.11 |
| Schedule format | **Primavera P6 .xer**, resource-loaded, critical-path, monthly updates | TOR §4.11 |
| O&M training | For MRT7 + DOTr personnel; details Q-010 | TOR §4.22 |
| Bidder staffing | PEE + REE + 10/5-yr experience requirements (PM, Engineer-in-charge, Interface Manager + Engineer); on-site full-time PM/Engineers/Supervisors | TOR §8.1-8.5 |

## Bid pack structure (TOR §11)

- **Two-envelope submission** to Ms. Susan Y. Yu (SVP-Procurement, SMHC, Ortigas), c/o Mr. John Francis Morse + Ms. Joy de Jesus.
- **Envelope 1 — Technical Proposal** (13 numbered items per TOR §11.12):
  1. Updated Company profile (PCAB license, Mayor's + Business Permits, SEC + DTI Reg, BIR Reg, BIR Imported Clearance, BOC Cert of Reg)
  2. Bill of Materials (BOM), signed
  3. Audited Financial Statements last 3 years, signed + notarized
  4. Gantt chart / General Project schedule, signed
  5. Table of Organization, signed
  6. Manpower Schedule, signed
  7. CVs of Key Managers and Engineers, signed
  8. List of accredited product and equipment suppliers, signed
  9. List of completed projects last 10 years + ongoing similar projects with contract amounts, with Owner Final Acceptance Certificates, PRC licenses, training certs
  10. List of equipment + Preventive Maintenance Schedule for the project, signed
  11. Notarized Cert of Non-Inclusion in Government blacklist, signed + notarized
  12. Updated calibration certificates of equipment + instruments
  13. Training certificates of technical and safety personnel, signed
- **Envelope 2 — Commercial Proposal:**
  1. Cover letter on bidder's letterhead with total cost in words + figures, signed by authorized signatory
  2. **BOQ with DUPA (Detailed Unit Price Analysis) per item** — material/equipment + labor breakdown
  3. Comments (if any) on the draft contract
  - Include: VAT-inclusive prices; lead time / availability per item; brochures, catalogues, technical data sheets, certificates; proposed manpower, equipment, work schedule

## Documents in customer inputs

| File | Type | One-line description |
|------|------|---------------------|
| `Email_Text.rtf` | Inline email (RTF) | Customer invitation + 9 commercial bid-format requirements + equivalent-items clause |
| `Depot FDAS and ACS Electronics Networks-Pre-bid Presmat- for BPG Supplier 4.21.26.pdf` | Pre-bid presentation (44 pp 16:9) | Pre-bid material from 2026-04-21 — most content superseded by TOR; useful reference |
| `MRT7 Depot Overall Ductbank and Manhole Monitoring_4.23.26.pdf` | Single-sheet aerial progress photo (1 pp) | Construction-progress photograph; superseded by formal D-DEP-IE-13005 in ANNEX_A |
| `MRT7 INTEGRATION BOQ.xlsx` | BOQ template (12 sheets) | INTEG BOQ sheet = our scope (12 lump-sum lines Phase 1 + Phase 2). PARTs I–VI, VIII–XII = Tandang Sora Station civil-construction reference (out of scope per D-008). |
| `TOR-rev3-2026-03-16.pdf` | Terms of Reference (15 pp A4) | Contract-grade scope, commercial conditions, performance standards, responsibility matrix |
| `ANNEX_A-Depot-Electronics-Network.pdf` | Engineering Design Drawings — Depot (39 sheets A1) | Site dev plans (Parts A/B/C), Conduit/Handhole schematic, FDAS/SMS/EMCS schematics, 19 Misc Detail sheets |
| `ANNEX_B-Overall-Network-Architecture.pdf` | Network Architecture drawings (6 sheets A1) | Overall FDAS + ACS network across stations + depot |
| `ANNEX_C1-Electronics-Spec-Depot.pdf` | Engineering Specifications — Depot (200 pp A4) | Items 1116–1128 covering all electronics scope at the depot (FDAS 1123, ACS 1124, EMCS 1125–1127 — EMCS likely OOS pending Q-014) |
| `ANNEX_C2-Electronics-Spec-Stations.pdf` | Engineering Specifications — Stations (218 pp A4) | Same item structure as C1, applied to stations |
| `ANNEX_D1-FACP-Notifier-NFS2-3030-DVC.pdf` | Manufacturer datasheet (8 pp Letter) | **Notifier NFS2-3030 with DVC option** — the FDAS panel installed by Civil Contractor; our workstation must be compatible (ONYX series) |
| `ANNEX_D2-ACS-Suprema-CS40.pdf` | Manufacturer datasheet (43 pp letter-ish) | **Suprema CoreStation CS-40** — the ACS controller installed by Civil Contractor; our workstation runs **Suprema BioStar 2** |
| `Section 01 - Guidelines in Electrical & Electronic Equipment Brand Selection.pdf` | (DEMOTED) Brand-selection guideline | **Not applicable to MRT-7** — from a different SMC business group per user direction (D-007). Not extracted, not anchored on. |

## Open questions surfaced at intake

(All items below are tracked in `08-customer-clarifications.md` with full IDs Q-001 through Q-024.)

- Stations 1–12 vs all 14 stations (Q-013) — high priority
- EMCS in or out of scope (Q-014) — highest priority
- Monitor size discrepancy (Q-015)
- Stations Engineering Design Drawings (Q-016)
- As-built ductbank layouts for cable-pull planning (Q-017)
- 6-month proposal validity (Q-018)
- FAT travel cost — bidder or owner (Q-019, Q-020)
- CER L2 switch interface details (Q-021)
- Civil Contractor identity (Q-022)
- Phase 1 vs Phase 2 sequencing (Q-023)
- DOTr involvement scope (Q-024)
- Q-012 site visit — high priority before bid submission

## Notes for downstream phases

- **Phase 2 classification:** Discipline = Hybrid (FDAS + ACS + Networks + civil-coordination). Customer recognition axis F = "new customer" (no `_customer-kb/san-miguel/` entry yet — but D-012 model-locks the brands so re-anchoring on customer's brand list isn't needed). Scope shape = full turnkey supply+install+integrate+T&C with site-dev-conduit excluded (TOR §9.1).
- **Phase 3 doc inventory:** All 4 hard gaps from prior triage (G-001, G-002, G-003, G-004) are CLOSED with the formal bid pack. Drawing-availability triage redone — most A2/A3/A4/A5 fallbacks become measurable from ANNEX_A and ANNEX_B.
- **Phase 4 WBS:** Customer BOQ INTEG BOQ structure (Phase 1 + Phase 2 with their respective items 1-7 and 8-12) is the WBS spine. PARTs I-XII NOT used (Tandang Sora-specific). Add bidder-authored General Requirements section (TOR §11.11.2 + Email_Text §3) using DPWH-shape item codes.
- **Phase 5a working docs:** With ANNEX_A drawings available, A2 Equipment Takeoff and A3 Cable Schedule become measure-from-drawings-with-typical-range-fallback-only-where-uncovered. The construction-progress photograph (Source 3 in INDEX) is no longer load-bearing — formal drawings supersede.
- **Phase 5a B4 manhours:** Production-rate modifiers in A-301 apply. EMCS exclusion (A-006) keeps bid lean.
- **Phase 9 RFQ:** Brand-locked to Notifier (FDAS) + Suprema (ACS). RFQ goes to authorized Philippine distributors (e.g., Honeywell-Notifier ASIA distributor; Suprema Asia Pacific). UPS goes to APC / Eaton; servers to Dell / HP / Lenovo (NOT China-origin per TOR §8.10); industrial Ethernet switch to Hirschmann / Moxa / Phoenix Contact.
