Biometric Tenders

Biometric Tenders

City Of Bayawan Tender

Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 89.5 K (USD 1.5 K)
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Request For Quotation Rfq No. Svp 25-b-0010 Date January 17, 2025 Pr Reference 100-25-01-060 Philgeps Reference No. End-user Comelec Closing Date January 31, 2025 February 11, 2025 @9:00am Bid Opening February 11, 2025 "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Basis Of Evaluation For This Rfq: Per Lot Per Item 8 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0010 Total Abc: Php 89,590.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Delivery Of Supplies And Materials For Office Expenses. Lot. I Furniture, Fixtures And Equipment 1 Monoblock Chair With Armrest, Specs.: H 86cm X W 42cm X 44cm; Seat Height: 44cm; 6 Piece 1,600.00 [ ] [ ] White -good Quality, Thick And Durable Lot. Ii Information And Communication Technology Equipment 2 "laptop Computer, Processor: Intel Core Tm I5 1135g7 Memory: 8 Gb Of Onboard Ddr4 System Storage: 512 Gb Nvme Ssd (hdd Upgrade Kit) Netwotk: Lan, Wifi And Bluetooth Display: 15.6 Inch Fhd Lcd Os: Windows 10 Pro Lic Inclusions: Carrying Bag Plus Usb Optical Mouse Plus Os Cd Warranty: At Least One (1) Year!" 1 Unit 49,990.00 [ ] [ ] Lot. Iii Other Supplies 3 "safety Vault, Features: Patented Design Double Row Lock Bolts Large Fingerprint Lock Safes. Electronic Password, Fingerprint, Key, Various Combination Of Doors, Fast And Safe. Semiconductor Biometric Fingerprint Recognition, One Key To Open. Can Store 30 Fingerprints. Material: Solid Steel (fireproof) Outside Size: 100 Cm*51cm*45cm Internal Size: 85*50*37cm Certificate: Iso14001/iso9001 Weights: 55-60kg Color: Black And Coffee Gold Warranty: One Year!" 1 Unit 30,000.00 [ ] [ ] (good Quality And Durable) ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address

Santa Maria Water District Tender

Chemical Products
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.8 K)
Details: Description Section I. Invitation To Bid Invitation To Bid For: Procurement Of Chlorine Dioxide Liquid Requirements Of The Smwd For Cy 2025 1. The Santa Maria Water District (smwd), Through The Corporate Operating Fund For The Year 2025 Intends To Apply The Sum Of One Million Three Hundred Ninety-eight Thousand Two Hundred Forty Pesos (php1,398,240.00) Being The Abc To Payments Under The Contract For The Procurement Of Chlorine Dioxide Liquid Requirements Of The Smwd For Cy 2025 With Identification No. Pb2024-smwd-g-12-012. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Santa Maria Water District Now Invites Bids For The Procurement Of Chlorine Dioxide Liquid Detailed As Follows: Qty Unit Description 2913 Set Chlorine Dioxide Liquid Delivery Of The Goods Is Required Within Seven (7) Days Upon Receipt Of Purchase Order (p.o). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Which Is At Least Twenty-five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Smwd-bids And Awards Committee (bac) Secretariat And May View And Inspect The Bidding Documents As Posted On The Websites Of The Smwd And The Philippine Government Electronic Procurement System (philgeps). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 To January 20, 2025 From The Given Address And Upon Payment Of A Non-refundable Fee Of Three Thousand Pesos (php3,000.00) Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Email Indicated Below. 6. The Santa Maria Water District Will Hold A Pre-bid Conference On January 8, 2025 At 10:00 Am Face To Face Which Shall Be Open To All Prospective Bidders. The Address For Pre-bid Conference Is: 3rd Floor – Bac Room, Smwd Building No. 302 J.p. Rizal St., Poblacion, Santa Maria, Bulacan 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission, Lbc Or Any Freight Service At The Office Address Indicated Below On Or Before 12:00 Pm On January 20, 2025. The Official Time Is The One Reflected In The Biometrics Located In The Ground Floor Of The Smwd’s Building. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 20, 2025 1:00 Pm At The Given Address Below. Bid Opening Shall Be Held Manually And Face To Face. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid December 27, 2024 To January 3, 2025 Issuance And Availability Of Bid Documents December 27 To January 20, 2024 Pre-bid Conference January 8, 2025 @10:00a.m Last Day Of Submission Of Written Clarification January 11, 2025 Last Day Of Issuance Of Bid Bulletin (if Any) January 15, 2025 Deadline For Submission Of Bids January 20, 2025 @ 12:00 P.m Opening Of Bids January 20, 2025 @ 1:00 P.m. 11. The Santa Maria Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Charito S. Fernando Bac Secretariat – 3rd Floor, Smwd Building No. 302 J.p Rizal St., Poblacion, Santa Maria, Bulacan Cp# 0917-138-8683 Or (044)815-3238 Email Address: Smwdbulacan@yahoo.com Website: Smwdbulacan.gov.ph 13. For Viewing And Downloading Of Bidding Documents You May Visit: Http://notices.philgeps.gov.ph Https://smwdbulacan.gov.ph Date Of Issuance Of Bidding Documents: December 26, 2024 Sgd Maria Leonora S. Romarate Chairperson, Smwd Bids And Awards Committee

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: Amendment 0004 Has Been Posted (see Attachments) ----------------------------------------------------------------------------------------------------------- amendment 0003 Has Been Posted (see Attachments) ----------------------------------------------------------------------------------------------------------- amendment 0002 Has Been Posted (see Attachments) ----------------------------------------------------------------------------------------------------------- amendment 0001 Has Been Posted (see Attachments) ----------------------------------------------------------------------------------------------------------- planned Award Year: 2025 contracting Office Zip Code: 96915 description:environmental Idiq Services For Hazardous Waste, Hazardous Material, Other Regulated Waste, And Spill Response At Joint Region Marianas, Guam. this Requirement Is For Environmental Services For Hazardous Waste, Hazardous Material, Other Regulated Waste, And Spill Response For All Supported Component And Tenant Commands Under Joint Region Marianas. The Work (task Orders) Includes Operation Of A Conforming Storage Facility (csf); Management Of Less-than-90-day Storage Facilities; Management Of Satellite Accumulation Sites (sas) And Initial Accumulation Points (iap); Daily Management, Collection And Disposal Of Hazardous Material (hm), Hazardous Waste (hw), And Other Regulated Waste (orw) Such As But Not Restricted To Asbestos, Lead-based Paint, And Pcbs; Occasional Management, Disposal, And Collection Of Non-hw; Sampling, Testing, And Laboratory Analysis For Hazardous Waste, Regulated Waste, And Unknown Waste Determination; Oil And Hazardous Substance Spill Response, Cleanup, Sampling, Laboratory Analysis, And Disposal. procurement Method: Far Part 15 Contracting By Negotiation Utilizing The Tradeoff Process In Accordance With Far 15.101-1. contract Type: This Acquistion Is For One (1)combination Firm Fixed-price (ffp) Indefinite Delivery Indefinite Quantity (idiq) Service Contract Comprised Of Recurring And Non-recurring Work Items. contract Term:the Contract Term Will Be A Base Period Of 12 Months, With Four (4) 12-month Option Periods. The Total Term Of The Contract, Including Options, Will Not Exceed 60 Months. If The Government Does Not Award A Follow-on Contract In Time, The Government May Require The Contractor To Continue Performance For An Additional Period Up To Six (6) Months Per Far Clause 52.217-8. Concurrently With The Award Of The Basic Contract, The Government Intends To Issue A Task Order To Obligate The Contract Minimum Guarantee For Clin 0001, Mobilization And Base Period Recurring Work. The Maximum Value Of The Contract Will Be The Total Value Of All The Contract Line Items In The Schedule. this Contract Will Replace A Contract For Similar Services Awarded In Fy2020 For $9,311,231.46 (firm Fixed-price Portion) And $15,688,768.54 (indefinite Quantity Estimate/maximum Value Per Year). Information About The Current Contract And The Incumbent Contractor (e.g., Value Of Last Option Exercised, Firm Name, Address, Etc.) Is Included In Notice No. 1 General Info. Requests Under The Freedom Of Information Act Are Not Required For This Information. solicitation Documents: Offerors Can View And/or Download The Solicitation, And Any Attachments, At Https://www.sam.gov Under “contract Opportunities.” No Hard Copies Will Be Provided. Notifications Of Any Amendments To The Solicitation Will Be Made Available Https://www.sam.gov. It Is The Sole Responsibility Of The Offeror To Continually View The Websites For Any Amendments Issued To The Solicitation. restricted To Small Business:the Proposed Contract Listed Here Is 100 Percent Small Business Set-aside. The Government Will Only Accept Offers From Small Business Concerns. source Selection Procedures:the Solicitation Utilizes Source Selection Procedures Which Require Offerors To Submit A Technical Proposal, Past Performance And Experience Information, And A Price Proposal For Evaluation By The Government. place Of Performance: The Place Of Performance For This Contract Is Naval Base Guam (nbg), Andersen Air Force Base (aafb) And Marine Corps Base Camp Blaz (mcbcb), Joint Region Marianas, Located In Guam. sources Sought: A Sources Sought Notice (n4019225r5000) For This Procurement Was Posted On 15 October 2024 On Sam.gov, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potential Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Set Aside This Procurement For Small Business Concerns. The Navfac Marianas Business Office Concurs With This Decision. written Pre-proposal Conference: In Lieu Of Pre-proposal Conference Meeting, Written Pre-proposal Conference Slides (attachment Jl-13) Relative To This Rfp Are Included In This Solicitation. Offerors Are Strongly Encouraged To Read The Presentation Slide And Provide Comments, Constructive Criticism, And Identification/notification Of Rfp Inconsistencies Using Attachment Jl-1 Of The Solicitation. Offerors Are Requested To Submit Completed Attachment Jl-1, At Least Five (5) Days Prior To The Site Visit To Ms. Jerica Santos Via Email At Jerica.a.santos.civ@us.navy.mil. All Questions Must Be In Writing. Responses To Submitted Questions And The Written Pre-proposal Conference Information Will Be Posted Via Solicitation Amendment. site Visit:a One-time Site Visit Is Scheduled For Tuesday, 17 December 2024 At Multiple Locations On Naval Base Guam (nbg) And Andersen Air Force Base (aafb). For The Nbg Site Visit, Participants Must First Meet Promptly At The Nbg Visitor Control Center At 9:00 A.m. (chst). For The Aafb Site Visit, Participants Must First Meet Promptly At The Aafb Visitor Control Center At 2:00 P.m. (chst). At Both Meeting Locations, Participants Must Sign-in And Will Be Provided Maps To The Site Visit Locations. However, The Government Will Lead All Attendees By Motorcade Throughout The Site Visit. all Attendees Are Required To Have Base Access To Enter Nbg And Aafb Sites. Due To Potential Lengthy Processing Times For Base Access, The Government Recommends Utilizing Contractor Participants Who Already Have Current Base Access To Nbg And Aafb Sites.it Is The Contractor’s Responsibility To Ensure That Attendees Have Base Access On This Date. please Limit The Number Of Attendees To Two (2) Per Contractor. attendees Must Wear Approriate Safety Gear (hard Hat, Reflective Vest And Steel Toe Shoes). the Government Will Not Provide Answers To Verbal Questions Asked Before, During, Or After The Site Visit. Offerors Are Requested To Provide Any Questions That They May Have During The Site Visit In A Written Format Using Attachment Jl-1. important Note: Government Remarks And Explanations Addressed During The Site Visit Shall Not Qualify Or Alter The Terms And Conditions Of The Solicitation. Only The Contracting Officer May Amend The Solicitation, Including The Performance Work Statement, And Will Do So In Writing nbg Access interested Attendees Requiring Base Access To Nbg Must Complete The Following: 1.secnav 5512 Form (attachment Jl-4) 2.one (1) Base Access Request Form (attachment Jl-5) Per Company And Obtain The Government Sponsor’s Signature (email Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil), And 3. Submit Hard Copies Of All Required Documents And Personal Identification To The Nbg Visitor Control Center Located Outside The Main Navy Base Front Gate In Santa Rita, Guam. note: Interested Attendees That Are Foreign Nationals Must Also Complete A Foreign National Biometric Data Form (attachment Jl-6). nbg Access Forms Must Be Submitted To Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil On Or Before 12 December 2024, 2:00 P.m. (chst) For Review And Approvals Prior To Submitting Hard Copies To Nbg Visitor Control Center. please Direct Any Nbg Base Access Questions And Concerns To The Nbg Visitor Control Center At (671) 339-1280. aafb Access interested Attendees Requiring Base Access To Aafb Must Complete The Following: 1. Base Access Form - Contractor Memorandum (fill-in Information In Red) (attachment Jl-7) 2.base Access Affidavit 2020 (completed For Each Visitor) (attachment Jl-8) 3.interstate Identification Index (iii) Log (attachment Jl-9) -complete In Accordance With The “how To Fill Out The Iii Log” (attachment Jl-10) 4.either A U.s. Passport Or Real Id Act Driver’s License/id. See Base Access Entry Policy (attachment Jl-11). 5.foreign National Access Request Form (as Applicable To Include Required Supporting Documentation) (attachment Jl-12) 6.indicate If The Individual Has An Approved Dbids the Completed Forms Shall Be Submitted To Jerica.a.santos.civ@us.navy.mil And Leah.d.berman.civ@us.navy.mil On Or Before 12 December 2024, 2:00 P.m. (chst) For Review And Approvals. Contractors Are Responsible For The Submission Of Signed Base Access Requests (bars) To The Visitor Control Center (vcc) Via Email At 36sfs.vcc@us.af.mil In Order To Obtain A Tracking Number. on The Day Of The Site Visit, Contractors Who Do Not Have Dbids Shall Bring Their U.s. Passport Or Real Id Compliant Id, A Copy Of Their “base Access Affidavit” And “iii Log” And Tracking Number To The Vcc (northgate), Andersen Air Force Base For Pick-up Of Approved Base Pass. Please Allow Ample Time To Do So, As Long Lines May Cause Delays. please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date, They May Not Be Able To Attend The Site Visit. the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release. notice To Offerors: The Government Reserves The Right To Cancel This Solicitation, Either Before Or After Closing Of Receipt Of Proposals. Offerors Are Cautioned To Carefully Read Instructions And Ensure Proposals Are Submitted In Accordance With The Solicitation, Section L.

DEFENSE FINANCE AND ACCOUNTING SERVICE DFAS USA Tender

Machinery and Tools...+2Electrical and Electronics, Electrical Works
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: Notice Of Sources Sought. requesting: 1. Written Notification By Qualified And Interested Vendors 2. Market Research Quote For The Services Requested In The Attached Statement Of Work ***please See Attachment For Full Statement Of Work**** statement Of Work replacement Chillers, Hq0448516562 for The Defense Finance And Accounting Service Events (rome, New York) 1.0. Purpose: The Purpose Of This Contract Is To Replace Three (3) Existing Air-cooled, Rtaa Packaged Chiller Units With New Hermetic Rotary Refrigeration Machines To Provide Chilled Water Cooling To Meet The Comfort Cooling Needs Of The Facility. The Work To Be Performed Under This Contract And In Accordance With This Statement Of Work (sow) Shall Consist Of Furnishing, All Necessary Plant, Labor, Tools, Transportation, Supplies, Supervision, Equipment, Materials, And Incidentals Necessary For Providing All Work Shown In This Sow, And All Applicable Codes, Regulations, Standards, Meet Ashrae 90.1-2001 Efficiency Guidelines, And Criteria In Effect At The Date Of Solicitation. 2.0 Scope: The John S. Mccain National Defense Authorization Act (ndaa) Section 889 Applies To All Components Of This Requirement. The Contractor Shall Provide Labor, Service, Supervision, Personnel, Parts, Tools, Materials, Equipment, Installation, Programming, Hardware, Software, Licensing, And Other Items And Services As Needed For The Completion Of Av Support. The Contractor Shall Provide Project Management Of The Services Identified In This Pws. The Contractor Shall Provide Travel Expenses For All Contractor Personnel. 3.0 General Requirements: The Contractor Shall Provide All Necessary Personnel, Equipment, Supplies, Transportation, Tools, Materials, Supervision, And Other Non-personal Services For Comprehensive Removal, Replacement Of Three (3) Rtaa Chillers At The Defense Finance And Accounting Service (dfas) Rome, New York As Detailed In This Statement Of Work (sow) 3.1 Chiller #1. 130 Tons: Remove Existing Model: Rttaa 1304 Yt01 A3c0 B. Serial #: U99j01971., Outdoor Air-cooled Chiller, With Freeze Protection, And Provide, New, For Comfort Cooling, 130 Tons., Rtaa Hermetic Rotary Compressor Refrigeration Air Cooled Chiller, High Efficiency With Applicable Low Ambient Operation, Freeze Protection, System Control Integration To The Existing Building Automation System Communication Interface (bas), And New 20amp, 120v Duplex Weathertight Outlet. New Exterior Chilled Water Piping (supply & Return) As Well As New Line Gauges, Vibration Eliminator, Vent, Thermometer, Water Strainer, Gate Valve, Valve Pressure Gage, New Insulation With Aluminum Shielding And Proper Piping Supports. Existing Chiller Concrete Pad Dimensions Are Approximate: 103” W X 286” L. Contractor Shall Verify All Rtaa Specifications And Dimensions. 3.2 Chiller #2. 90 Tons: Remove Existing Model: Rtaa 0904 Yt01 A3d0 Bf. Serial #: U99j01996., Outdoor Air-cooled Chiller, With Freeze Protection, And Provide New, For Comfort Cooling, 90 Tons., Rtaa Hermetic Rotary Compressor Refrigeration Air Cooled Chiller, High Efficiency With Applicable Low Ambient Operation, Freeze Protection, System Control Integration To The Existing Building Automation System Communication Interface (bas), And New 20amp, 120v Duplex Weathertight Outlet. New Exterior Chilled Water Piping (supply & Return) As Well As New Line Gauges, Vibration Eliminator, Vent, Thermometer, Water Strainer, Gate Valve, Valve Pressure Gage, New Insulation With Aluminum Shielding And Proper Piping Supports. Existing Chiller Concrete Pad Dimensions Are Approximate: 100” W X 216” L. Contractor Shall Verify All Rtaa Specifications And Dimensions. 3.3 Chiller #5. 80 Tons: Remove Existing Model: Rtaa 0804 Yt01 A3c0 B., Serial #: U07m06563., Outdoor Air-cooled Chiller, With Freeze Protection, And Provide New, For Comfort Cooling, 80 Tons., Rtaa Hermetic Rotary Compressor Refrigeration Air Cooled Chiller, High Efficiency With Applicable Low Ambient Operation, Freeze Protection, System Control Integration To The Existing Building Automation System Communication Interface (bas), And New 20amp, 120v Duplex Weathertight Outlet. New Exterior Chilled Water Piping (supply & Return) As Well As New Line Gauges, Vibration Eliminator, Vent, Thermometer, Water Strainer, Gate Valve, Valve Pressure Gage, New Insulation With Aluminum Shielding And Proper Piping Supports. Existing Chiller Concrete Pad Dimensions Are Approximate: 108” W X 240” L. Contractor Shall Verify All Rtaa Specifications And Dimensions. 3.4 Description Of Services: Contractor Shall Remove Existing Intellipak Air-cooled Units, Located On The Exterior Of Building 1. Contractor Will Coordinate With Dfas Cor For Required System Down Time. Chilled Water Systems Are Glycol Treated, Contractor Is Responsible For Drained, Reclaimed And Reintroduced Into The System. Glycol Must Be Tested (glycol Percentage Based On Its Refractive Index) Upon Removal And Documented For Owner Review; Reintroduced System Glycol Will Be At The Same Recorded/tested Level. All Systems Will Be Left In Working Condition Without Leaks. Remove Existing Supply And Return Exterior Chilled Water Piping Up To And Including The Isolation Valves. Remove, Retain, And Re-install System Control Integration To The Existing Building Automation System (bas) Tracer Es., Control Wiring And Materials For Communication From The Chiller To The Bas Monitoring Office. Contractor Shall Update Tracer Es With New Chiller Unit Image, Data, Graphics, And Set Points. Install New From Factory New Rtaa 80, 90, And 130 Ton, Air Cooled Chiller With Correct Voltage Design For The Building. Provide Necessary Electrical Wiring, Conduit, Connections, And Materials Resulting In A Durable And Reliable Power Supply To The New Units. New Chillers Will Be Equipped With Vibration/noise Dampening Features And Be Placed On Current Contract Pads Per Manufactures Specifications. Provide And Install New Exterior Chilled Water Supply/return Lines. For Each Unit, Provide And Install Two New Isolation Valves (butterfly Valves). Provide And Install Two New ¾ Inch Ball Valve Equipped Test/bleed Ports, One In Supply And One In Return. Provide And Install One New Y Strainer In New Supply Line. Install New Piping Support Brackets For Supply And Return Lines; Install New Piping Insulation With Aluminum Exterior Shielding, Insulation Will Be Applied To Isolation Valve, Test Ports, And Y Strainer As Well. Exterior Of Supply And Return Chilled Water piping Will Be Marked With Industry Standard Uv/weather Resistant Markings To Identify “chilled Water Supply” And “chilled Water Return” a.) Contractor Shall Be Responsible For On-site Coordination Of All Staging And Deliveries Of Their Product, To Include Access To And Operation Of Any Equipment Need For Unloading And Movement Of Materials Or Product. b.) Start Up, Training, And Manuals: The Contractor Shall Provide, Schedule, And Arrange For Factory Certified Start-up. Contractor Will Provide Operational, And Maintenance Training As Recommended By The Manufacture, To Train Government Technicians And Provide All Operating, Maintenance, And Parts Manuals Instructions To Include Parts Listing Of Equipment And Other Materials Installed. c.) The Contractor Shall Conduct A Minimum Two (2) Hours Training For On-site Staff Upon Installation Of The Equipment To The End-user At The Government Site. d.) The Contractor Shall Provide Documentation Of Unit Start-up Commissioning And All Recorded Readings. 4.0 Qualifications: The Work For This Project Shall Be Executed In The Best And Most Workmanlike Manner, By Qualified, Trained And Certified Efficient Mechanics/tradesmen, Skilled In Their Respective Trades. Only Certified Journeymen In Each Respective Trade, Or Apprentices Under The Direct Supervision Of Certified Journeymen, Shall Be Permitted To Install And/or Supervise Installation For This Project. Individual Trade Work For This Project Shall Be Performed And Quality Maintained By The Applicable Trade Only. The Contractor Shall Assure That All Trades Coordinate Their Work With That Of Other Trades. The Contractor Shall Coordinate And Perform All Operations In A Manner That Will Result In A Professional And Expeditiously Completed Project. The Work Shall Be In Strict Accordance With Prevailing Industry Standards And Manufacturer’s Instructions. Work And Materials Shall Comply With This Sow And The Editions In Effect At The Time Of This Solicitation For All Applicable Criteria, Regulations, Guidelines, And Codes, All Of Which Are Made A Part Thereof. 5.0 Disposal Of Materials And Cleanup: The Contractor Shall Clean Up After Each Work Period And Dispose Of All Debris At The Close Of Each Day. The Contractor Shall Protect All Structures, Utilities, Vegetation, Sidewalks And Vehicles From Damage At All Times. The Contractor Shall Replace All Damaged Materials With New Materials To The Satisfaction Of The Government, At No Additional Cost To The Government. Removal/disposal Of Obsolete Chiller Unit; The Contractor Will Take Custody Of The Removed Chiller, Piping, And Isolation Valves To Include Any Oil, R-22 Refrigerant And Any Equipment And Materials From The Demolition. Removed Oil And Refrigerant Will Be Disposed Of At A Waste Or Recycle Location Adhering To Epa, Federal, State, City, County And Local Codes By The Contractor. 6.0 Place Of Performance: Defense Finance And Accounting Service-rome, 325 Brooks Rd, Rome, New York, 13441., Bldg 1. 7.0 Period Of Performance: Installation, Set Up, And Start-up Commissioning Of The New Chiller Unit; Removal And Proper Disposal Of The Obsolete Chiller Unit; And Training Of The End User Shall Be Completed Within One Hundred And Forty-nine (149) Days Upon The Award Of Contract. 8.0 Normal Hours Of Operation: Work Hours Shall Be Monday Through Friday 0800- 1600 Hours, Except For Us Federal Holidays. The Contractor Shall Have Prior Writing Approval From The Cor To Work Outside Of These Guidelines To Coordinate With The Site Installation Law Enforcement Personnel. 8.1 Installation Access: All Contractors Arriving At The Installation Access Point Shall Be Preannounced And Be Cleared Prior To Accessing The Installation. A Map And Directions To The Installation Will Be Provided By The Cor. The Contractors Shall Preregister Their Arrival At The Following Website: Defense Biometric Identification, Dbids Https://dbids- Global-enroll.dmdc.mil/preenrollui/#/landing-page. Upon Arrival, The Cor Will Meet Contractor Personnel At The Vehicle Control Center (vcc). Preregistered Contracting Personnel Will Enter The Vcc. Contractor Personnel Shall Bring Their Preregister Letter Or Qrc Scan Code And Valid Photo Identification For Badging. After Badging Has Been Completed, Contractor Vehicles Will Be Searched, And Badges Will Be Scanned Prior To Entry On The Installation. Each Time When Processing Onto The Installation, All Contractor Vehicles Shall Be Searched, And All Badges Shall Be Scanned By Installation Security Forces. 8.2 Visitor Adjudication Matrix: Contractor Personnel Containing Any Of The Following Offenses Shall Not Be Permitted Access To The Installation.

Benguet National High School Tender

Publishing and Printing
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 1.7 Million (USD 29.4 K)
Details: Description 1 Gallon Alcohol 70% 2 Box Ballpen; Black, Signpen, 0.7 1 Box Ballpen; Black, Ordinary, 0.5 1 Box Ballpen; Signpen, Black 20 Pcs. Ballpen, Gel, 0.5, Black 20 Pcs. Ballpen, Gel, 0.5, Blue 1 Set Battery Aa, 4's, Rechargeable With Charger 4 Pair Battery, Dry Cell, Aa, 1.5 Volts, Alkaline 4 Pair Battery, Dry Cell, Aaa, 1.5 Volts, Alkaline 4 Pair Battery, Aaa, Ordinary 44 Box Binder Clips; 1inch 15 Box Binder Clips; 2inch 10 Box Binder Clips; 3/4inch 2 Unit "biometrics: Weight=1kg; Dimensions=20.02x1414.8x3.3cm; Face Capacity=1500 Fingerprint Capacity=2000; Card Capacity=2000 Record Capacity=100000; Communication=tcp/ip, Usb-host" 75 Pair Board Paper, Legal, White, 90gsm 232 Ream Bond Paper; A4, 70/80gsm 10 Ream Bond Paper; Short, 70/80gsm 5 Pump Bowl Pump 2 Box Bulldog Clips 3" 10 Pcs. Cartolina; Assorted Color 20 Pcs. Cd-rw 142 Pcs. Certificate Holder; A4 Size 50 Each Clearbook W/ Pocket, Fixed, 100pages, Long, Black,non-refillable 9 Ream Colored Paper, Legal Size 52 Pcs. Correction Tape,20m 75 Pcs. Curtain, Ring, Pastel/cream 105 Pcs. Data File Box 6 Gal Declogging Solution, Liquid 5 Pcs. Detergent Bar; 140grams 10 Pcs. Detergent Powder, All Purpose, 1kg 51 Pcs. Dishwashing Paste 4 Bot Downy, Fabric Conditioner, 900ml 12 Pcs. Dustpan, Plastic 2 Box Envelope, Mail, White, Long, 50pcs/box 1 Box Expanding Envelope, Long 10 Pcs. Expanding Envelope, Long 30 Pcs. Expanding Envelope,long, Blue 2 Unit Extension Cord, 10m 11 Unit Extension Wheel, 10m, 3-4 Outlets 5 Unit Extension Wheel Cord, 15m, Universal Outlet 2 Pcs. Filebox 2 Division 4 Pcs. Flashdrive, Otg, 15gb Type C 30 Pcs. Floorwax, Red, Dye Wax 9 Can Floorwax, Paste Type, 2kg 1 Box Folder; Short 11 Pcs. Folder; Flip, Long 1 Box Folder; Legal Size, Kraftboard 46 Pcs. Folder, Pressboard/expanding, Long 3 Box Folder; Pressboard/expanding, Long, Green 17 Pcs. Folder, Pressboard/ Expanding, Long, Blue 36 Pcs. Footrugs 94 Pack Garbage Bag, Large (by 10s) 10 Pack Garbage Bag, Xl, 10's 9 Pack Garbage Bag, 3xl 75 Pack Garbage Bag; Black Xxl Size (18.5x18.5x40 Inches) 5 Bot. Glue; Multipurpose, 135g 5 Pcs. Hand Towels, Small 2 Gal Hand Soap, Gallon 5 Pcs. Hdmi; Fiber-optic Cable, 10m 2 Kg Helmet Hanger 36 Pcs. Highlighter Assorted Colors 23 Set Ink; 003, Epson, (b,y,c,m) 59 Bot. Ink; 003, Epson, Black 5 Bot. Ink; 003, Epson, Cyan 5 Bot. Ink; 003, Epson, Magenta 5 Bot. Ink; 003, Epson, Yellow 5 Set Ink; 664, Epson , (b,y,c,m) 8 Bot. Ink; 664, Epson, Black 1 Set Ink; L620(b,yc,m) 2 Pcs. Keyboard, Wired W/ Usb Port 5 Pcs. Knife Cutter 173 Box Laminating Film, 250micron, 80mmx110mm, Box (100pcs/box) 3 Unit Laminating Machine 3 Box Marker; Permanent, Black 2 Pcs. Multi Document Tray, 3 Drawers 55 Box Notarial Seal #24, Sticker 15 Book Official Record Book, 150pages 5 Book Official Record Book, 300pages 49 Set Padlock 12 Box Pastel Colors; 12 Colors 10 Box Paper Fastener 6 Pcs. Philippine Flag, 3x5 Ft 15 Pack Photopaper, A4 1 Roll Plastic Cover; #30 10 Pcs. Plastic Basket With Holder (xl Size) 3 Unit Printer; 3 In 1 W/ Scanner 10 Pcs. Push Brush W/ Long Handle 1 Unit Router 2 Box Rubber Band, No. 18 6 Box Rubber Gloves, 12", Xl 10 Pcs. Screw Fastener; 3.5inches 15 Pcs. Screw Fastener; 4 Inches 10 Pcs. Slateboard, 13"x9" 1 Unit Speaker W/ Blutooth & Connector 1 Ream Special Paper, A4, 120gsm 767 Pack Special Paper; A4, Cream,90gsm 1405 Pack Special Paper; Short, White, 90gsm 32 Pack Special Paper, Long, Cream, 90gsm 1 Pcs. Ssd 1tb 4 Pcs. Stapler; Heavy Duty 15 Pack Sticker, Legal 20 Pcs. Sticky Notes 2"x3" 31 Pcs. Sticky Notes/pad 3"x3" 20 Pcs. Sticky Notes 3"x4" 6 Box Surgical Gloves, Xl 2 Unit Swivel Chair,360 Degree W/ Armrest, Adjustable Height 21 Roll Tape; Clear/transparent, 1inch, 21 Roll Tape; Masking, 1inch, 10 Roll Tape; Masking, 2inch, 2 Pcs. Tape Dispenser, Table Top 81 Box Thumbtacks 2 Pcs. Toilet Bowl Brush, Plastic Handle 6 Pcs. Tong, Long Handle, Stainless 6 Pcs. Trash Bin, Small 1 Pcs. Tv Stand W/ Wheels, Movable, Heavy Duty 2 Unit Water Dispenser( With Hot/off Switch) 1 Pcs. Whiteboard, 12x16 25 Pcs. Whiteboard, Mini (quizbee Board) 12"x8" 35 Pcs. Whiteboard Marker, Fine, Black 10 Bot Whiteboard Marker Refill Ink, Black 3 Set Wonder Mop, Spin/rotating 5 Gallon Zonrox, 1000ml

Board Of Investments Makati City Metro Manila Tender

Software and IT Solutions
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 31 Million (USD 530.7 K)
Details: Description 1. About The Procuring Entity The Board Of Investments (boi) Is An Attached Agency Of The Department Of Trade And Industry (dti) That Is The National Government Entity Responsible For The Promotion Of Investments For Both Foreign And Domestic, In Accordance With Executive Order No. 226, Also Known As The Omnibus Investments Code Of 1987, And The Recently Approved R.a. 11534 Or The Create Law. The Boi Seeks To Attract Quality Investments That Will Encourage Technological Innovations And Provide Support For Industries To Seize The Opportunities And Challenges Of Global Competition And Demands. The Agency Envisions Itself As A Global Industry Promotion Agency By 2022 Guided By The Core Values Of Integrity, Excellence, Teamwork And Passion For Knowledge. Its Mission Is To Provide Investors With Opportunities For Investments, Comprehensive Business Support Services And Fair Predictable And Consistent Industry Policies. The Current State Of The Economy Due To The On-going Pandemic Makes It More Imperative For Boi To Continuously Aim For Work Excellence, As It Is An Agency, Which Is At The Forefront Of Enticing Investments Into The Country. 2. Project Overview/objectives In Order To Effectively Fulfill The Mandate And Facilitate The Delivery Of Boi’s Core And Support Functions, A 24/7 Maintenance Operations Of The Boi Server Room At The 5th Floor That Hosts Various Application Servers And Other Communication And Network Equipment Is Needed. The Boi Server Room Caters To The Boi Local Area Network (lan). To Upgrade And Have An Existing Boi Server Room With A Fully Functional Data Center, The Boi Is Requesting To Transfer Or Create A Data Center At The Fourth Floor (4/f) Of Industry And Investments Building, 385 Sen. Gil J. Puyat Ave, Makati City. This Is To Ensure Compliance With Industry Standards For It Infrastructure And Data Protection. It Will Also Serve As The Host Of Voice, Video, And Data Requirements Of Boi. Generally, The Data Center Will Include The Following Infrastructure Components: Electrical And Civil Works Component • Site Preparation (civil, Mechanical, And Electrical Works) • Supply And Installation Of New Data Center Build-ups Such As New Static Flooring, Drywall, It Monitoring Room, Electrical Power And Lighting, Temperature, Humidity Monitoring Solution, Acoustic Ceiling, And Drip Pan For Potential Water Leak. • Provisioning Of A Monitoring Room Inside The Proposed Data Center • Installation Of New Server Rack Cabinets Complete With Their Accessories. • Transferring Of Existing Servers, Ups, And Other Data Center Components From The 5th Floor To The New Data Center, Including Mounting, Harnessing, Terminating, And End-to-end Tagging. • Transfer And Installation Of Electrical Works Of Existing 2x 20kva Ups Including Panel Boards And Electrical Wires For Its Distribution • Supply And Installation Of Electrical Works For Precision Air Conditioning Unit (pacu) • Supply And Installation Of A Stand-alone Door Access System Including Biometric Device, And Door Lock Accessories For Physical Security Of A New Data Center. • Supply And Installation Of A New 50kva Powered Diesel Generator Set Including An Isolated Dry Type Of Step-up Transformer • Supply And Installation Of New Automatic Transfer Switch (ats) And Other Components • Supply And Installation Of Temperature, Humidity Control System, And Water Leak Detection System • Supply And Installation Of Communication Grounding And Bonding System. • Supply And Installation Of Roughing-in Materials • Submission Of Test Results, As-built Plan, And Documentation • Cleaning And Retouching Of All Affected Areas Including Necessary Rectifications Network Component • Supply, Installation, And Configuration Of Core Switches • Supply, Installation, And Configuration Of Server Farm Switches • Supply, Installation, And Configuration Of Access Switches • Supply, Installation, And Configuration Of Wireless Access Points • Structured Cabling (horizontal And Vertical) • Provisioning Of Intermediate Distribution Frames (idfs) Cabinets And Other Network Components (2nd, 3rd, 4th Floors) • Supply, Installation, And Configuration Of Servers And Server Rack And Accessories • Transfer Of Network Backbone Connection From 5th Floor To 4th Floor • End-to-end Tagging And Labeling Of All Utp Copper And Fiber Cables • Documentation O Cabling Plan For Structured Cabling And Data Center O Final Cabling Plan As-built Plan With Line Diagram O Final Network/structured Cabling Diagram O Network Vlan Configuration O Softcopy And Hardcopy Of Core, Server Farm, Access Switch, Wlc Running Configuration • Certification Training On Installed Network Switches, Aps, And Other Components. Objectives Of The Project: • To Protect And Secure The Agency's Existing Ict Investments (firewalls, Routers Switches, Servers, Etc.); • To Ensure A Dependable, Secured, And Efficient Ict Support Services (internet, Intranet, Database And Printer Sharing, Etc.); And • To Create An Industry-standard Datacenter For Effective Management Of Network Resources. 3. Deliverables No Particulars Qty Unit 1 Datacenter Civil And Architectural Works 1 Lot 2 Electrical Works, Segregated Power Source Dedicated To Data Center Equipment’s, And Idf Deployed At 1st Floor, 3rd Floor, And 5th Floor 1 Lot 3 Transfer 2x 20kva Ups And Other It Components From The Old Data Center To The New Data Center (servers, Isp, Etc.) 1 Lot 4 Generator Set, 50kva 1 Unit 5 Automatic Transfer System (ats) 1 Unit 6 Precision Air-conditioning Units 2 Units 7 Data Rack 42u (mdf) 2 Units 8 Data Rack 24u (idf) 3 Units 9 Temperature And Humidity Monitoring System 1 Lot 10 Water Leak Detection System 1 Lot 11 Datacenter Access Control System (biometrics, Magnetic Door Lock, Etc.) 1 Lot 12 Structured Cabling 1 Lot 13 Fiber Optic Backbone 1 Lot 14 Core Switch 2 Units 15 Server Farm Switch 2 Units 16 Access Switch 4 Units 17 Access Points 63 Units 18 Transceivers (for Inter-network Link Of Devices) 32 Units 19 End-to-end Tagging And Labeling Of All Utp Copper And Fiber Cables 1 Lot 20 Softcopy And Hardcopy (hardbound) Documentation (as-built, Test Plan, Ip Address Assignment, Vlan Assignment, User’s Manual, Administrators Manual, Etc.) 1 Lot 4. Technical Requirements 4.1 The Bidder Shall Comply With The Following Minimum Specifications For The Physical Data Center And Network Components Of The Project: Item Description Bidder’s Statement Of Compliance Item No 1 Site Preparation (civil, Mechanical, And Electrical Works) • Electrical Wirings With Grounding • Service Entrances For Utilities • Ceiling Installation • Installation Of Industry-grade Data Center Main Door • Installation Of Datacenter Cooling System Item No 2 Laying Of New Electrical Power Lines Distributions/ups Transfer • Provision Of Main Distribution Panel Board (mdp) Main 125a/3p/400vac • Provisioning, Installation, And Configuration Of Dedicated Ats • Provisioning, Installation, And Configuration Of Dedicated Generator Set (at Least 50kva, 129 Amp, Three Phase Dual Voltage, 220-240v Output, At Least 60hz Frequency) • Excavation/backfilling From The Building To The Powerhouse For The Encasement Of The Feeder Line For Power, Ats, And Genset • Transfer And Re-termination Of Electrical Requirements For 2 Units 20kva Ups • Transfer Of Other It Assets From The Old Data Center To The New Data Center • Provisioning Of Electrical Distribution From Data Center Power To Mdfs Located Per Floor • Lighting Fixtures For Datacenter • Testing Of Electrical Equipment Item No 3 Tracing, Tagging, Relocation, And Transfer Of Boi Fas-itd It Equipment (servers, Switches, Routers, Etc.) From 5th Floor To 4th Floor • Tracing Of Backbone To Core Switch Connection • Tracing Of Connection Between Devices Inside The Datacenter • Tagging Of Copper And Fiber Optics Wire Inside The Datacenter • Cable Management • Vertical And Horizontal Cabling From Datacenter To Mdfs And Mdfs To End-nodes Item No 4 Provisioning Of Two (2) 42u Regular Server Racks • 42u With Roof, Side Panel, Castors, Feet, And Brackets • Adjustable Shelf • Vertical Cable Manager • At Least 1 Rack Mountable Kvm (keyboard, Video, Monitor) • Power Rail/strip Options Item No 5 Provisioning Of Three (3) 24u Server Racks To Be Deployed At Mdfs • 24u With Roof, Side Panel, Castors, Feet, And Brackets • Heavy-duty Steel Construction • Door Locks • Anti-tamper Sensors • Network Management Card, Remote Monitoring Capabilities, Snmp Support • With Power Distribution Units (pdu), And Ups Compatibility • Cable Manager Item No 6 Physical Security (door Access, Biometrics, Temperature Monitoring) • Provisioning Of A Solid Door And Tempered Glass Around The Proposed Data Center (1/2, Frameless Door) • Door Access Control Should Conform To Iso-27001 Standards • Magnetic Lock • Biometrics Based Access Control • Access Logs Should Be Maintained For A Minimum Of One Year Or Longer As Specified By The Site Security Policy. • Secured Doors Must Fail Open In A Fire Emergency. Item No 7 Transfer Of Network Backbone Connection From 5th Floor To 4th Floor • Tracing And Tagging Of Backbone Connection From Mdf To Idf • Looping Of Excess Fiber Cable • Re-termination Of Fiber Cable If Necessary Item No 8 Monitoring Room Inside The Proposed Data Center • Provisioning Of Additional Room Inside The Data Center To Serve As A Monitoring Room Item No 9 Anti-static Flooring • Not Generate Static • Groundable After Installation • Have Permanent Static-resistant Properties That Can Provide Protection Amidst Changing Temperatures, Humidity Levels, And Foot Traffic Item No 10 Precision Air Conditioning Unit (pacu) - 2 Units • Shall Have A Nominal Capacity Of Up To Ten (10) Kw • Shall Be Free Blow Type With Plenum And Directional Air Flow Louver Grille • Panels Shall Have A Solid And Rigid Double Skin Insulated • Shall Have A Minimum Net Sensible Capacity Of Ten (10) Kw • Shall Have A Minimum Net Total Capacity Of Eleven (11) Kw • Shall Have A Built-in Touch Screen Display That Provides Informative And User-friendly Interface For Easy Navigation • Shall Have A Built-in Auto Sequencing (1unit Operational And 1unit Back-up, Every 3 Days Sequence Of Operation) • Shall Be Single Circuit Dx Type, Freon R410a • Shall Have Electronic Expansion Valve • Shall Be 380vac,3ph, 6ohz • Shall Recommend Placement Of Air Conditioner Units And Limitations To Be Observed Item No 11 Temperature And Humidity Sensor, And Water Leak Detection System • Base Unit: Sensor Gateway For Up To 4 External Probes • Poe Switch 8 Ports • Sensor Hub • Temperature And Humidity Sensor • Water Leak Sensor Probe • Extension Cable For Water & Flooding Sensor Item No 12 General Requirements Mobilization And Demobilization Labor, Installation, Engineering, And Project Supervision Testing And Commissioning As-built Plans And Documentation (inclusive Of Signed And Sealed) 4.2 Supply, Delivery, Installation, Configuration, And Commissioning Of Network Equipment. Qty Specifications Bidder’s Statement Of Compliance 2 Layer 3 Data Switch To Act As Enterprise Core Layer Switch Features 1. High Performance And Throughput • High Port Density (24-48 Ports) • At Least 960 Gbps Switching Capacity • High Forwarding Rate • Line-rate Packet Processing With Minimal Latency • Non-blocking Architecture With Wire-speed Performance Across All Ports 2. Advanced Switching Capabilities • Layer 2 And Layer 3 Switching Capabilities • Support For Multiple Switching Fabrics • Advanced Qos (quality Of Service) Mechanisms • Support For Vlan Segmentation And Routing 5 High Redundancy And Reliability • Dual Power Supplies • Hot-swappable Components • Redundant Supervisor Engines • Support For Virtual Chassis Technologies • Comprehensive Fault Tolerance Mechanisms 6 Security Characteristics • Advanced Access Control Lists (acls) • Port Security Features • Dhcp Snooping • Dynamic Arp Inspection • Ieee 802.1x Authentication • Integrated Threat Management 7 Routing Protocol Support • Bgp • Ospf • Is-is • Mpls • Multi-protocol Routing Capabilities 8 Management And Monitoring • Snmp Support • Comprehensive Network Monitoring Tools • Remote Management Interfaces • Detailed Logging And Diagnostic Capabilities • Advanced Technological Support 9 Hardware-based Packet Forwarding • Support For Software-defined Networking (sdn) • Ipv6 Compatibility • Mpls And Vpn Support 10 Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 2 Layer 3 Data Switch To Act As Server Farm Switch Features: 1. High-performance Specifications • High Port Density (24-48 Ports) • Wire-speed Performance • Low Latency Switching • Gigabit Ethernet Support • At Least 960 Gbps Switching Capacity 2. Advanced Connectivity Features • Support For Multiple Interface Types • Layer 2/layer 3 Capabilities • Fabric Connection Technologies • Vm-aware Networking 3. Redundancy And Reliability • Hot-swappable Components • Dual Power Supplies • Redundant Supervisor Engines • Non-stop Forwarding (nsf) • Stateful Failover Capabilities 4. Performance Security Features • Hardware-based Acls • Port Security • Advanced Threat Protection • Ieee 802.1x Authentication • Micro-segmentation Support 5. Management Capabilities • Advanced Monitoring Tools • Snmp Support • Comprehensive Logging • Remote Management Interfaces • Network Telemetry 6. Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 4 Layer 3 Data Switch To Act As Access Layer Switch 1. Port Density And Connectivity • Minimum Of 48 Ports • Support For 1g/10g Interfaces • Rj45 And Sfp/sfp+ Port Options • High-density Connectivity • Poe/poe+ Support (up To 30/60 Watts) 2. Performance Characteristics • Low Latency Switching • Wire-speed Performance • Minimum 80-160 Gbps Switching Capacity • Packet Forwarding Rate: 100-240 Mpps 3. Advanced Switching Capabilities • Layer 2/layer 3 Functionality • Vlan Segmentation • Spanning Tree Protocol (stp/rstp) • Link Aggregation (lacp) • Quality Of Service (qos) Support 4. Security Features • Port Security • 802.1x Authentication • Dynamic Arp Inspection • Dhcp Snooping • Mac Address Filtering • Private Vlans • Storm Control 5. Management Capabilities • Snmp Support • Cli Access • Web-based Management • Remote Monitoring • Syslog Integration • Fast Convergence Protocols • Redundant Power Supplies 6. Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 63 Wireless Access Points 1. Performance Characteristics • Dual-band (2.4 Ghz And 5 Ghz) • Wi-fi 6 (802.11ax) Support • Maximum Theoretical Throughput: 5.4 Gbps • Concurrent Dual-band Operation 2. Coverage And Capacity • Recommended Coverage: 150-200 Users Per Ap • Indoor Enterprise-grade Performance • Suitable For Open Offices, Conference Rooms, And Collaborative Spaces 3. Technical Specifications • 4x4:4 Mu-mimo Technology • Beamforming Support • Maximum Concurrent Clients: 512 • Transmit Power: Up To 25 Dbm 4. Advanced Features • Ai-driven Wireless Optimization • Automated Channel And Power Management • Location Services • Cloud-managed Platform 5. Security Capabilities • Wpa3 Support • 802.1x Authentication • Rogue Ap Detection • Integrated Security Fabric • Advanced Threat Protection 6. Artificial Intelligence • The Wireless Solution Must Include Virtual Network Assistant That Supports Natural Language Processing (nlp) Capabilities For Daily Operation. • Api Integration With Generic Ai Such As Google, Alexa And Siri Is Not Considered As Virtual Network Assistant Feature. • The Virtual Network Assistant Must Provide A Conversational Interactive Interface. • The Virtual Network Assistant Must Provide A Single-page Event And Data Correlation View To Eliminate The Need To Pull Up Multiple Dashboards Or Memorize Cli Commands. The Virtual Network Assistant Must Support Multi-vendor Switch Insights: • Switch-ap Affinity To Show How Many Aps Are Connected To A Switch, Reducing Impact Outages • Poe Compliance To Help Manage And Balance The Power Draw Of Connected Devices • Inactive Or Missing Wired Vlans That Are Misconfigured On Switch Ports Where Aps Are Connected But Clients Are Getting Blocked • Version Compliance For Switches Running Dissimilar Hardware • Switch Uptime To Monitor When Switches Are Online Or Offline • The Virtual Network Assistant Must Be Able To Provide Corrective Action Suggestions To Resolve Failures. • The Virtual Network Assistant Must Support Proactive Rma For Unhealthy Access Points. • The Virtual Network Assistant Must Support External Event Triggers Such As Automatic Creation Of A Ticket To External Support Systems With Email Alerts And Webhooks 1 Web-based Controller And Cloud Platform Management 1. Management Capabilities • Identity And Access Management • Centralized Cloud-based Management • Single-pane-of-glass Dashboard • Automatic Firmware Updates • Zero-touch Provisioning • Global Configuration Management 2. Ai-powered Analytics • Proactive Client Experience Monitoring • Automated Troubleshooting • Machine Learning-based Insights • Performance Prediction • Anomaly Detection 3. Security Features • Integrated Security Management • Automatic Threat Detection • Rogue Ap Identification • Compliance Reporting • Role-based Access Control 4. Key Functionalities • Network Configuration • Client Location Services • Performance Analytics • Detailed Reporting And Visualization 5. Access Methods • Web Browser Interface • Mobile Application • Continuous Monitoring And Optimization 1 Lot Structured Cabling • Cat6 Utp Cable • Information Outlet • Faceplate • Patch Panel 5. Scope Of Work Bidders Shall Comply With The Following: • Bidders Shall Be Allowed To Visit The Actual Site For The Preparation Of The Plans Prior To The Submission Of Their Proposal. Bidder Shall Submit An Architectural And Electrical Layout/design Based On User Requirements Together With Their Technical Bid Proposal. • Supply, Delivery, And Installation Of Complete Site Preparation Labor And Materials Including Other Peripherals Needed To Complete The Site Without Additional Cost To Procuring Entity. Bidder Shall Submit A Complete Bill Of Materials For The Site Preparation Component. • Transfer Of Existing Network Components, Servers, And Other It Peripherals From Current Location To New Data Centers • Supply And Installation Of Data Centers Power Distribution And Pacu Power Supply. • Supply, Delivery, And Installation Of Complete Fire Suppression System Including Hangers, Support, And Other Peripherals That May Be Needed To Complete System Without Additional Cost To Procuring Entity. • Supply, Delivery, And Installation Of Complete Security Door Access Input And Output Cables Including Rough-ins, Hangers, Supports, And Other Peripherals That May Be Needed To Complete The System Without Additional Cost To Procuring Entity. Registration Of Personnel To The Door Access System Shall Be Scheduled To Avoid Disruption Of Work. • Provisioning Of Vertical And Horizontal Cabling • Testing Of Each System Shall Be Done Accordingly And Will Be Certified As Completed After Performing And Passing The Functionality Test And The User Acceptance Test. 6. Product Support Requirement 6.1 24x7 Remote Support Through Phone And Email; And Services Assistance Thru Email, Phone, And Web-chat With A Response Time Of Not More Than An Hour Upon Receipt Of The Request From Boi. 6.2 Provision Of 24x7 On-site And On-call Services. 6.3 Provide Comprehensive Service Level Agreement 7. Bidders Eligibility And Project Team Requirements 7.1 A Philippine Contractor Accreditation Board License. At Least With Category A Level; With Classifications In Communication Facilities, Mechanical Works, Electrical Works, And Air-conditioning Works 7.2 The Contractor Must Have At Least One (1) Employed Electronics/electrical Engineer Fully Certified. A Copy Of The Certification Shall Be Provided. A Certified Engineer Must Be Employed By The Bidder For At Least Three (3) Years. 7.3 An Employed Certified Data Center Specialist Personnel; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years 7.4 An Employed Safety Officer With A Construction Occupational Safety And Health Certificate; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years. 7.5 An Employed Certified Associate In Project Management; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years 7.6 The Bidder Must Have Completed At Least One (1) Similar Project In The Supply, Delivery, Installation, Testing, And Commissioning Of A Datacenter Within The Last 10 Years. This Should Be Supported By A Certificate Of Completion And Acceptance By The Client. 7.7 Bidder Should Provide A Certificate That Has 24x7 Technical Support Capabilities. Bidder Should Identify The Person Responsible For Restoring Service Due To Outages And Provide His Contact Details I.e. Contact Person, Position, Contact Numbers, And Email Address. 7.8 Contractors Must Have Philippine Contractors Accreditation Board (pcab) Licenses Required By Republic Act 4566 To Perform Telecommunications /communications Installations. 7.9 A Member Of The Safety Organization Of The Philippines 7.10 A Certificate To Show The Company Is Registered With The National Privacy Commission 7.11 All Prospective Bidders Must Be Authorized Resellers Of All Equipment To Be Supported By A Certificate Issued By The Manufacturer/distributor Of Equipment/materials. 7.12 All Prospective Bidders Shall Submit The Original Copy Of The Design Proposal, Brochures, And Other Publications That Support Compliance To The Requirements. 7.13 Proposed Work Plan And Detailed Implementation Schedule For The Project Covering The Whole Period. Prospective Bidders Are Required To Conduct Site Inspections. This Is To Ensure The Reliability, Security, And Efficiency Of The Required Services That The Contractor Shall Perform. The Timeframe Should Be Specified For Each Activity To Be Done And Shall Include Gantt Chart Summary. 7.14 The Contractor Shall Be Held Solely Responsible For Any Property Or Personal Damages Or Claims, Including Damage To Existing Structures, Systems, Equipment, And/or Site Caused By The Contractor Shall Repair Or Replace It To Its Original Condition At No Additional Cost To The Office. 7.15 The Contractor Shall Be Responsible And Accountable For The Removal And Proper Disposal Of Material And Waste Generated By This Project. Debris, Surplus Materials, Equipment, Etc. Shall Be Removed Daily. 7.16 All Prospective Bidders Shall Submit Original Copy Of Design Proposal, Brochures And Other Publications That Supports Compliance To The Requirements. 8. Project Team Requirements/composition Team Composition And Qualifications The Winning Bidder Shall Assemble A Comprehensive Project Team With The Following Mandatory Positions And Qualifications: Project Management Team 8.1 Project Manager O Minimum Of 10 Years Of Experience In Large-scale It Infrastructure Projects O Proven Track Record In Data Center And Network Refresh Initiatives O Relevant Pmp (project Management Professional) Or Equivalent Certification O Demonstrated Experience In Managing Complex Technological Transformations 8.2 Deputy Project Manager O Minimum Of 7 Years Of Experience In It Infrastructure Projects O Strong Technical Background In Data Center And Network Technologies 8.3 Network Infrastructure Lead O Minimum Of 8 Years Of Specialized Experience In Enterprise Network Design O Advanced Certifications (ccie, Ccnp, Or Equivalent) O Expertise In Modern Network Technologies, Including Sdn, Cloud Integration, And Cybersecurity 8.4 Data Center Infrastructure Specialist O Minimum Of 8 Years Of Experience In Data Center Infrastructure Design And Implementation O Expert In Cooling, Power Management, And Physical Infrastructure Design O Certifications In Data Center Design And Management Support And Implementation Team 1. Senior Systems Engineers (minimum 2) O Each With At Least 6 Years Of Experience In Enterprise System Integration O Comprehensive Knowledge Of Server, Storage, And Virtualization Technologies 2. Network Engineers (minimum 2) O Each With At Least 5 Years Of Experience In Enterprise Network Implementation O Expertise In Network Configuration, Optimization, And Security Additional Team Requirements • The Winning Bidder Must Provide Detailed Cvs And Certifications For Each Key Team Member • Any Changes To The Proposed Team Composition Must Be Pre-approved By The Board Of Investments • The Team Must Demonstrate Collective Experience In Similar Large-scale Infrastructure Projects • All Team Members Must Be Available For The Full Duration Of The Project • The Bidder Must Have A Clear Succession And Backup Plan For Critical Roles The Board Of Investments Reserves The Right To Request Changes To The Team Composition If It Does Not Meet The Project's Critical Requirements. 9. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The All Equipment To Ensure Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Bidder To The Authorized Inspectors At No Charge To The Procuring Entity. 10. Warranty 10.1 The Bidder Shall Provide A Preventive Maintenance Program During The Warranty Period For All The Delivered Equipment And System. 10.2 The Bidder Shall Provide Quarterly Preventive Maintenance On The Pacu, Fire Suppression, Power Distribution Units, And Door Access System During The Warranty Period. 10.3 The Bidder Shall Provide Not Less Than 4 Hours Of Response Time After Receiving Calls From The Client During The Warranty Period. 10.3 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 11. License And Subscription Renewal Provision The Board Of Investments Maintains Absolute And Unconditional Rights To Renew Or Extend All Software Subscriptions, Licenses, And Service Entitlements Beyond The Initial Warranty Or Contract Period. Upon The Expiration Of Any Initial Warranty Or Support Period, We Reserve The Comprehensive Right To Renew Existing Software Licenses, Extend Service Subscriptions, Continue Maintenance And Support Contracts, And Maintain Full Access To All Software And Platform Entitlements. The Successful Bidder Must Provide Comprehensive Documentation Of All Existing Licenses And Subscriptions. This Includes Delivering Complete Credentials, Access Keys, And Licensing Information To Facilitate Seamless Transitions And Ensure Our Continued Operational Effectiveness. We Require Full Disclosure Of Licensing Terms, Clear Renewal Pathways, And Complete Transparency In All Licensing Models. 12. Delivery The Delivery And Commissioning Of All Items For The Data Center Shall Not Exceed 120 Calendar Days Upon Issuance Of The Corresponding Notice To Proceed (ntp). The Commissioning And Initial Testing Shall Be Conducted Within 2-3 Calendar Days After Each Component Is Completed And Witnessed By The End User. After Completion Of The Data Centers, The Bac-twg Together With End User Shall Conduct Functionality Tests. These Will Ensure That All Of The Project's Specifications And Requirements Are Met Must Provide In Hard And Soft Copies Detailed Project Documentation Of The Following: A. Project Implementation Plan With Timetable, B. Installation And Configuration Manual, C. Incident And Problem Escalation Procedure With A List Of Designated Technical Support Engineers, D. Sla (service Level Agreement) E. User Acceptance Test Plan, 13. Training And Technology Transfer A. The Contractor Must Provide Training For At Least Five (5) It Personnel For The Network Equipment/switches, And Troubleshooting For The Structured Cabling And Management Of The Data Center For At Least Three (3) Days Per Module. B. To Ensure That Proper Maintenance And Sustainment Appropriate Training Shall Be Conducted By The Contractor As Essential Part Of Technology Transfer To Prepare And Equip Boi And Its Personnel In The Overall Operations And Maintenance Of Its Network Infrastructure And It Facility. C. The Contractor Shall Submit A Program Of Instruction (poi) Detailing All The Training Activities To Be Conducted For Review, Evaluation, And Approval Of Boi. Hands-on Training Shall Form Part Of The Training Program. D. Operation And Training Manuals Shall Be Provided To Each Participant. E. The Training Shall Be Conducted And Completed Before The Issuance Of The Certificate Of Project Completion And Acceptance. F. All Expenses Related To Training (e.g. Venue, Meals, Equipment, Certificate.) Shall Be Borne By The Contractor. G. Certificate Of Training/s Shall Be Given By The Contractor To All Participants. 14. Liability Of The Bidder The Bidder’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 15. Incidental Services 1. Spare Parts The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. In The Event Of Termination Of Production Of The Spare Parts/expiration Of Software Licenses O Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; O Following Such Termination Of Production, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested; O The Bidder Shall Carry Provide The List Of Vendor Of Consumable Spare Parts Or Components For The Equipment. 16. Institutional Requirements Equipment And Asset Ownership All Equipment, Hardware, Software, Infrastructure Components, And Other Tangible And Intangible Assets Procured, Installed, Or Developed During The Data Center Rehabilitation And Network Refresh Project Shall Become The Sole And Exclusive Property Of The Board Of Investments (boi). The Contractor Is Prohibited From Removing Any Delivered Items From The Project Site After Installation Or Project Completion. Specific Provisions Include: • Full Ownership To All Project-related Assets Shall Immediately Transfer To Boi Upon Delivery Or Installation • The Contractor Shall Provide All Necessary Documentation To Formally Transfer Ownership, Including But Not Limited To Equipment Lists, Serial Numbers, Warranty Information, And Certificates Of Ownership • Any Attempt To Remove Or Retain Project-related Items Without Authorization Will Be Considered A Material Breach Of Contract The Contractor Shall Submit Project Implementation And Management Plan (pimp) Within Ten (10) Calendar Days Upon Receipt Of Notice To Proceed For The Implementation Of The Proposed Solution, Which Is Subject To Review And Approval By The Boi. The Pimp Shall Include But Not Be Limited To The Following: • Scope Of Work • Project Organization • Implementation Methodology • Project Timeline • Communication And Deployment Strategy The Contractor Shall Provide Complete Documentation, One (1) Soft Copy And Three (3) Printed Copies, For Every Deliverable And At Every End Of Each Development Stage And Milestone Which Must Be Submitted To The Boi For Approval. Boi Shall Own Any And All Documents And Shall Reserve The Right To Reproduce At No Additional Cost. The Documentation Must Be Written In English With Concise And High-quality Presentation To Include But Not Limited To The Following: 1. Technical Manuals: • As Built Document • Infrastructure Diagrams And Topology • Troubleshooting And Installation Guides • Single Line Diagram • System/operation Manual 2. Operations And Maintenance Manuals 17. Intellectual Property Rights The Bidder Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 18. Approved Budget Cost The Board Of Investments Intends To Apply The Sum Of Thirty-one Million Pesos (31,000,000.00) Being The Approved Budget For The Contract (abc) For The Completion Of The Relocation And Transfer Of The Board Of Investments’ Datacenter And It Related Infrastructure From 5th Floor To 4th Floor To Be A High-performing And Scalable It Infrastructure. Bids Received In Excess Of The Abc Shall Be Automatically Disqualified At The Opening Of The Financial Proposals. Prices Are In Php And Are Vat-inclusive. 19. Source Of Funds The Budget Authorized For Procurement Of Service For The Relocation And Transfer Of Boi Datacenter From 5th Floor To 4th Floor Shall Be Sourced From The 2025 Capital Outlay (co) And Maintenance And Other Operating. Expenses (mooe), Pursuant To The Philippine General Appropriation Act Of 2025. 20. Payment 10% Project Mobilization: Covers Initial Costs, Including Project Planning And Resource Allocation, And To Submit The Project Implementation Plan 25% Network And Datacenter Infrastructure Facility Civil Works All Materials, Equipment, And Labor Necessary For The Construction Of The It Infrastructure Facility Including All Civil Works, Walls, Doors, Partitions, Flooring, Security Access Pass, Air-conditioning Unit And Other Accessories/appurtenances As Specified And As Shown In The Drawings. 25% Delivery Of Equipment And Materials, Structured Cabling, Fixing, Installation Of Cables, Conduit, Outlets Racks Ladders, And Other Components (active Components) All Materials Are To Be Used In The Installation And Cabling. Installed Cables, Conduit, And Components And Tested And Working Cable Lines. 30% Upon Submission Of Certification Of 100% Completion Of Project And Passing Of The Functionality Test To Be Administered By The Bac-twg And Witnessed By The Bac 5% Training Of Personnel For The Completed Network And It Infrastructure Facility. 5% Retention Fee 100% 21. Penalty In Case There Is A Delay In The Delivery And Installation Of The Software Where Boi Is Not At Fault, The Contracted Service Provider Shall Be Subject To Sanctions As Specified In The Contract To Be Signed By Both Parties Based On The Applicable Provisions Of The Procurement Law.

Municipality Of Caibiran, Biliran Tender

Publishing and Printing
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 522 K (USD 8.9 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Office Supplies, 1st Quarter 2025 Location : So, Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P522,011.00 Source Of Funds : Mooe 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Unit Item Description Quantity 1 Ream A3 Bondpaper 3 2 Bottle Acohol 500ml 15 3 Pcs Airfreshener (glade) Gel (for Table) Lemon / Lavender Scents 5 4 Bottle Airfreshener (glade) Lemon / Lavender Scents 25 5 Pcs Airfresherner California Scents Lemon) 8 6 Pcs Albatross 10 7 Gal Alcohol 4 8 Box Ballpen Blue 1 9 Box Ballpen Faber Castel 9 10 Box Ballpen Pilot (black) (retractable) 1 11 Box Ballpen Red 1 12 Pcs Battery Aa 7 13 Box Battery Aa Energizer 1 14 Box Binder Clip 1/2" 10 15 Box Binder Clip 2" 15 16 Box Binder Clip 3/4 15 17 Box Binder Clips 1" 9 18 Unit Biometric 1 19 Box Bondpaper A4 37 20 Box Bondpaper Legal 34 21 Box Bondpaper Long 6 22 Box Bondpaper Short (substance 24) Letter Size 1 23 Ream Bookpaper A4 Ivory/cream Color 5 24 Bottle Brother Ink Bt5000 Cyan 2 25 Bottle Brother Ink Bt5000 Magenta 2 26 Bottle Brother Ink Bt5000 Yellow 2 27 Bottle Brother Ink D60 Black 12 28 Pcs Brown Envelope Long 125 29 Ream Brown Folder A4 1 30 Ream Brown Folder Legal 5 31 Pcs Bulb Led 5 32 Pcs Calculator 12digits 2 33 Bottle Canon Ink Black 1 34 Bottle Canon Ink Cyan 1 35 Bottle Canon Ink Magenta 1 36 Bottle Canon Ink Yellow 1 37 Pail Chlorine 1 38 Kilo Chlorine 1 39 Pcs Clear Folder Long 100 40 Roll Clear Tape Big 14 41 Pcs Computer Monitor 27" 144hz (nvision) 2 42 Pcs Correction Pen 5 43 Pcs Correction Tape Ct-cf5c 8m X 5mm 39 44 Pcs Cutter Good Quality 1 45 Box Cutter Blade 4 46 Pcs Data File Box Red 8 47 Pcs Diswashing Soap (paste) 10 48 Bottle Domex Cleaner 1 49 Roll Double Sided Tape 1" 2 50 Pcs Double Sided Tape 2" 4 51 Pc Dust Pan 1 52 Bottle Epson 001 Black 5 53 Bottle Epson 001 Cyan 1 54 Bottle Epson 001 Magenta 1 55 Bottle Epson 001 Yellow 1 56 Bottle Epson 003 Black 51 57 Bottle Epson 003 Cyan 9 58 Bottle Epson 003 Magenta 9 59 Bottle Epson 003 Yellow 9 60 Bottle Epson 008 Black 8 61 Bottle Epson 008 Cyan 4 62 Bottle Epson 008 Magenta 4 63 Bottle Epson 008 Yellow 4 64 Bottle Epson 664 Black 5 65 Bottle Epson 664 Cyan 3 66 Bottle Epson 664 Magenta 3 67 Bottle Epson 664 Yellow 3 68 Meter Ethernet Cable (indoor) Cat 6 50 69 Pcs Expandaple Foler Long 100 70 Pack File Divider (long) 15 71 Pcs Fire Extinguisher Standard Size 2 72 Pcs Flash Drive Otg 64gb Type C 3 73 Meter Flat Wire #16 50 74 Ream Folder Long (white) 5 75 Pcs Folder Long Red Color 50 76 Pcs Folding Table 3 77 Roll Garbage Bag Large 3 78 Bottle Glass Cleaner 4 79 Bottle Glue (elmers) 143ml 8 80 Pc Hdmi Cable 3m 1 81 Set Highlighter 1 82 Pcs Hp Ink Cartridge 310 Black 2 83 Pcs Hp Ink Cartridge 310 Colored 1 84 Pcs Industrial Mop (dust Mop Set) 2 85 Pcs Ledger Filer , Color Blue (long) 15 86 Box Mailing Envelope (long) 2 87 Pcs Maintenance Box (epson) L6170 2 88 Roll Masking Tape 1" 17 89 Pcs Masking Tape 1/2" 10 90 Roll Masking Tape Large 2" 14 91 Pcs Mechanical Keyboard With Numpad "wired" (msi "vigor Gk50 Z") 1 92 Pcs Micro Fiber Cloth 10 93 Pcs Monoblock Chairs 12 94 Box Morroco Cover Blue 1 95 Pcs Mouse For Computer 1 96 Pc Mouse Pad Long 70cm X 30cm 1 97 Roll Packing Tape 1 98 Box Paper Clip Big 21 99 Box Paper Clip Small 13 100 Pc Paper Cutter A3 1 101 Box Paper Fastener Plastic 6 102 Box Paper Fastener Round Head 2" 2 103 Box Paper Fasterner Long 5 104 Box Pencil Mongol #2 8 105 Pcs Permanent Marker Black Broad (refillable) 2 106 Pack Photo Paper A4 6 107 Pack Photo Paper Legal 31 108 Pcs Picture Frame A4 Size 12 109 Pcs Plastic Bag Clear 20"x30" P.e Plastic Bag Clear 80 110 Pack Plastic Cellophane (ice Candy Wrapper) 2 111 Pcs Plastic Pallet Crate 2 112 Unit Printer 3 In 1 Adf Monochrome M2170 1 113 Unit Printer L121 1 114 Box Push Pin 1 115 Pcs Record Book 500 3 116 Pcs Ribbon Cartridge Lq310 4 117 Pcs Ribbon Cartridge Lx-310 4 118 Unit Rice Cooker 6liter 1 119 Pcs Rj45 Connector 30 120 Pcs Rj45 Ethernet Cable Splitter Lan Cable Adapter 1male To 3 Female Port Splitter 2 121 Pcs Scissor (big) 21cm X 8 Cm 5 122 Roll Scotch Tape 1" X 200mm Big Hole 14 123 Roll Scotch Tape 1/2" 10 124 Pcs Sdi Stapler . Sdi- 1242m - Hbw 1 125 Pcs Sign Pen Gtech C-4 Pilot 3 126 Pcs Signpen 0.5mm Black 46 127 Pcs Signpen 0.5mm Blue 12 128 Pcs Signpen 0.5mm Red 12 129 Kls Soap Powder 10 130 Pc Soft Broom 12 131 Pack Special Paper (a4) 50 132 Pcs Stamping Pad 3 133 Box Staple Wire #35 42 134 Pcs Stapler With Staple Remover 1 135 Pcs Steel Brush With Handle 3 136 Pc Steel Rack 4layers Heavyduty 2 137 Pcs Steel Rack 5 Layers Heavy Duty 2 138 Set Steel Sink With Faucet 1 139 Pack Sticker Paper A4 Gloss Good For Inkjet 33 140 Pad Sticky Notes 3x4" 8 141 Box Storage Box 120l 2 142 Pcs Styro Box 2 143 Pack Toilet Paper 34 144 Pcs Toner Brother Tn2380 2 146 Pc Tp Link /ls1005g/ 5 Ports/ 10 To 100mbps] Network Switch 1 147 Pc Tp Link /tp-sf 1008p/ 8 Ports/ 10 To 100mbps] Network Switch 1 148 Pcs Trash Bin With Cover Medium 2 149 Pack Vellum Board A4 20 150 Pack Vellum Board Legal 10 151 Bottle Vs1 150ml 10 152 Unit Water Dispenser With Chiller 1 153 Pcs White Board Marker 13 154 Unit Wifi Starlink With Adapter 1 155 Pad Yellow Paper 2 156 Bottle Zonrox 1 Schedule Of Activities: (1st Posting) Advertisement : January 30, 2025 To February 6, 2025 Bid Evaluation : February 10, 2025 (10:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 Until February 7, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos. [p1,000.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before February 10, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On February 10, 2025 At Exactly 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production Delivery Schedule 4. Manpower Requirement 5. After Sales Service/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps022

NATIONAL POLICE COMMISSION REGION VIII Tender

Electrical Goods and Equipments...+3Machinery and Tools, Electrical and Electronics, Furnitures and Fixtures
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 699 K (USD 11.9 K)
Details: Description No. Complete Description Of Item(s) Qty Unit Abc Unit Price Total Price 1 2 In 1 Floor Scrub Brush/glass Scrape W/ Long Handle 2 Pc 1,000.00 2 2 Tier Trolley Cart (no Handle), Wheels With Stopper, Size 15" X 25" 1 Pc 5,000.00 3 6 Gang Extension Board (extension Cord) With Switch, 1m 1 Unit 500.00 4 Acrylic Table Name Stand Holder (3x12) 40 Pc 20,000.00 5 Acrylic Table Name Stand Holder (a4 Portrait) 6 Pc 3,000.00 6 Air Diffuser With Essential Oil 1 Pc 1,500.00 7 "airconditioning Unit Specifications: Split Type, 2.5hp, Inverter+installation" 1 Unit 50,000.00 8 Alcohol, Ethyl, 68%-72% 3 Gal 1,185.00 9 Anti-virus Subscription For 3-5 Users 2 Subscription 6,000.00 10 Ballpen, Black 80 Pc 1,200.00 11 Battery, Aa 10 Pc 2,000.00 12 Battery, Dry Cell Size A, Two (2) Pc Per Blister Pack 10 Pack 820.00 13 Biometric 1 Unit 15,000.00 14 Broom, Soft Tambo 5 Pc 680.00 15 Bulldog Paper Clamp 80mm 3 Box 600.00 16 Cable Tie, 100s, Black, 6 Inches, 4x150mm 1 Pack 35.00 17 Carbon Film, Pe, Blue, Size : 216mmx330mm 4 Pack 956.00 18 Carbon Film, Pe, Black, Size : 210mmx297mm 4 Pack 884.00 19 Carpenter Measurement Tape 1 Pc 500.00 20 Certificate Holder 30 Pc 1,800.00 21 Cleaner, Toilet Bowl And Urinal 10 Bottle 420.00 22 Cleaning Rubber Gloves 2 Box 1,000.00 23 Clear Glue, With Sponge Tip, Atleast 50cc 11 Pc 275.00 24 Clip, Backfold, All Metal, Clamping:19mm (-1mm) 5 Box 50.00 25 Clip, Backfold, All Metal, Clamping:25mm (-1mm) 4 Box 120.00 26 Clip, Backfold, All Metal, Clamping:32mm (-1mm) 10 Box 300.00 27 Clip, Backfold, All Metal, Clamping:50mm (-1mm) 8 Box 448.00 28 Clipboard, Black, Long 1 Pc 60.00 29 Clip, Paper, Vinyl/plastic Coat, Length 50mm Min 5 Box 150.00 30 Correction Tape 31 Pc 372.00 31 Crimping Tool 1 Pc 1,000.00 32 Data Box Filer, Red Color 30 Pc 4,950.00 33 Detergent Powder, 1kl 20 Pack 1,100.00 34 Dishwashing Liquid, 500ml 25 Bottle 4,500.00 35 Disinfectant Liquid 5 Gal 2,000.00 36 Disinfectant Spray, Aerosol Type 440g 20 Bottle 2,800.00 37 Divider Partition/room Divider 5.5ft H X 15" W (4 Panels) 1 Unit 4,000.00 38 Electric Drill 1 Unit 2,000.00 39 Electric Fan, Stand, 18" 3 Unit 7,350.00 40 Electric Fan, Wall Mount 1 Unit 2,500.00 41 Envelope, Expanding, Kraftboard,for Legal Size Doc (brown Color) 1 Box 1,800.00 42 Envelope, Long, Brown 25 Pc 325.00 43 Envelope, Mailing, White, 70gsm 2 Box 866.00 44 Executive Chair, Good Quality/heavy Duty 2 Unit 15,000.00 45 Exhaust Fan, 12 Inches 1 Unit 1,300.00 46 Expanding Folder, Long, Green 100 Pcs 2,000.00 47 Expanding Folder, Long, Orange 1 Box 900.00 48 Extension Wire (5m, 4 Sockets) 5 Pc 1,500.00 49 External Drive 1tb Hard Drive Portable Storage Plug And Play Usb 3.2 Gen 1 Type A To Micro B 4 Unit 12,000.00 50 Fastener, All Metal 3 Box 285.00 51 Fastener, Plastic 6 Box 270.00 52 Flash Drive, 16gb Capacity 6 Unit 1,800.00 53 Floor Matting (toyota Innova) 1 Set 5,000.00 54 Folder, Pressboard, Legal, White 2 Pack 3,780.00 55 Folder, Tagboard, For Legal Size Documents (brown) 1 Pack 322.00 56 Folder, Tagboard, For Legal Size Documents (white) 8 Pack 2,800.00 57 Folder, Tagboard, For Legal Size Documents (white) 50 Pc 750.00 58 Foot Rug, Cotton 24 Pc 2,400.00 59 Glass Cleaner, Spray 500ml 2 Can 400.00 60 Glass Cleaner, Sponge & Wiper Double, Long 2 Pc 500.00 61 Glue, All Purpose, 200g 8 Jar 600.00 62 Hand Sanitizer, 500ml 6 Bottle 2,394.00 63 Hand Soap, Liquid, 500ml 20 Bottle 4,000.00 64 Hand Towel, White 12 Pc 1,200.00 65 Hdmi, 10m 1 Pc 1,500.00 66 Hdmi To Vga, Wire Connector, 5meters 5 Pc 5,000.00 67 Insecticide, Aerosol Type 9 Can 3,150.00 68 Ink Gi-790, Black 4 Bottle 1,400.00 69 Ink Gi-790, Cyan 3 Bottle 1,050.00 70 Ink Gi-790, Magenta 3 Bottle 1,050.00 71 Ink Gi-790, Yellow 3 Bottle 1,050.00 72 Ink Brother, Bt5000c (cyan) 3 Bottle 1,050.00 73 Ink Brother, Bt5000m (magenta) 3 Bottle 1,050.00 74 Ink Brother, Bt5000y (yellow) 3 Bottle 1,050.00 75 Ink Brother, Btd60bk (black) 5 Bottle 1,750.00 76 Ink, Brother, T-420w Dcp, Black 21 Bottle 8,295.00 77 Ink, Brother, T-420w Dcp, Cyan 14 Bottle 5,530.00 78 Ink, Brother, T-420w Dcp, Magenta 14 Bottle 5,530.00 79 Ink, Brother, T-420w Dcp, Yellow 14 Bottle 5,530.00 80 Ink Epson, 003, Black 27 Bottle 9,450.00 81 Ink Epson, 003, Cyan 17 Bottle 5,950.00 82 Ink Epson, 003, Magenta 17 Bottle 5,950.00 83 Ink Epson, 003, Yellow 17 Bottle 5,950.00 84 Laminating Machine 1 Unit 2,750.00 85 Laminating Sheets, Long 1 Ream 500.00 86 "laptop Specifications: • Operating System: Windows 10® • Processor: Intel® Core™ I5 • Memory: 8gb • Storage: 1 Tb 2.5-inch 5400 Rpm • Graphics: Intel® Uhd Graphics, Supporting Opengl® 4.5, Opencltm 2.1, Microsoft® Directx® 12 • Display: 14"" • Optical Drive: N/a • Networking: Gigabit Ethernet 10/100/1000 • Wireless: 802.11a/b/g/n/acr2+ax (pre-standard) Wireless Lan + Bluetooth® 5.0 • Card Reader: Sd Card Reader • Camera: 720p Hd Audio/video Recording; Super High Dynamic Range Imaging (shdr) • Speaker: Four Built-in Stereo Speakers; Two Built-in Microphones • I/o Ports • Usb Type-c Port Supporting: • Usb 3.1 Gen 1 (up To 5 Gbps) • Displayport Over Usb-c • Usb Charging 5 V; 3 A • Dc-in Port 5 Or 9 Or 15 Or 20 V; 60 W • Three Usb 3.1 Gen1 Ports With One Featuring Power-off Usb Charging • Sd Card Reader • Hdmi® Port With Hdcp Support • External Display (vga) Port • Ethernet (rj-45) Port • Dc-in Jack For Ac Adapter • Adapter: 45w • Battery: 3-cell Li-ion Battery; Up To 11 Hours Battery Life • Keys & Controls: • Acer Finetip Keyboard With International Language Support • Multi-gesture Touchpad, Supporting Two-finger Scroll, Pinch And Rotate --with Wireless Mouse --with Headset --bag" 1 Unit 50,000.00 87 "laptop Operating System: Windows 11 Home Single Language, Processor: Intel® Core™ Ultra 5, Model: 125h, Tetradeca-core (14 Core™) Display & Graphics: Intel® Arc™ Graphics, Shared Memory, 35.6 Cm (14"") Lcd, Comfyview (matte), 2240 X 1400 Resolution, 60 Hz Refresh Rate, Memory: 16 Gb Lpddr5x, Memory Card Reader: Yes (microsd), Storage: 512 Gb Ssd (pci Express 4.0), Network & Communication : Ieee 802.11ax Wireless Lan, Gigabit Ethernet, Built-in Devices: Microphone: Yes, Finger Print Reader: Yes, Number Of Speakers: 2, Interfaces/ports: Hdmi: Yes, Usb 3.2 Gen 1 Type-a Ports: 2, Total Usb Ports: 4, Usb Type-c Docking Iii, Usb4 Ports: 2, Input Devices: Touchpad, Keyboard With Backlight, Oceanglass Touchpad, Battery Information: Lithium Ion (li-ion), 65 Wh, 13 Hours Maximum Battery Run Time, Power Description: 100 W Maximum Power Supply Wattage Physical Characteristics Height: 14.90 Mm, Width: 312.9 Mm, Depth: 217.9 Mm, Weight: 1.32 Kg, Product Color: Silver" 1 Unit 47,000.00 88 Laptop, Core I5 1 Unit 34,000.00 89 "laptop Specification: Size 14"" Processor • Intel® Coretm I7 Memory • 8 Gb Of Onboard Dual-channel Lpddr5 System Memory. Storage - 1 Terabyte Display Panel/ Resolution • 14"" Display With Ips (in-plane Switching) • Ultra Slim Design Operating System • Windows 11 Home With Microsoft Office With Bag, Wireless Mouse, Mouse Pad & Speaker" 1 Unit 45,000.00 90 Light Bulb, Led, 3w 25 Pc 3,000.00 91 Light Bulb, Led, 7w 50 Pc 6,000.00 92 Marker, Flourescent, 3 Assorted Colors Per Set 1 Set 43.00 93 Marker, Permanent, Black, Bullet Type 5 Pc 150.00 94 Marker, Permanent, Black, Broad 1 Box 400.00 95 Marker, Permanent, Black, Broad 5 Pc 400.00 96 Marker, Whiteboard, Black 1 Pc 15.00 97 Marker, Whiteboard, Black, Felt Tip Bullet Type 15 Pc 300.00 98 Marker, Whiteboard, Blue 1 Pc 15.00 99 Marker, Whiteboard, Green 1 Pc 15.00 100 Marker, Whiteboard, Red 1 Pc 15.00 101 Micro Sd Memory Card 8 Gb 6 Pc 1,260.00 102 Micro Sd Memory Card 16 Gb 6 Pc 1,770.00 103 "mini Refrigerator Specifications: 2 Door, 2.8 Cu Ft; Gross Capacity - 78l; Net Capacity - 67l" 1 Unit 11,000.00 104 Mouse Pad W/ Cushion & Arm Rest 8 Pc 1,200.00 105 Multi-purpose Printer : Wifi-enabled, With Feeder And Fladbed Scanner, Photocopying Feature, Ink Refillable 2 Unit 20,000.00 106 Note Pad, Stick On Size: 1.3x 4.4 Cm 4 Pc 300.00 107 Note Pad, Stick On Size: 50mm X 76mm 10 Pad 500.00 108 Note Pad, Stick On, 76mm X 76mm (3"x3") Min 21 Pad 1,050.00 109 Note Pad, Stick On 76mm X 100mm (3"x5") 11 Pad 550.00 110 "office Chair Specifications: Width: 65 Cm Depth: 55 Cm Height: 92 Cm Seat Height: 44 Cm Seat & Backrest: Plywood + Foam Covered With Mesh Fabric. Armrest: Polypropylene (pp) Plastic. Frame & Leg: Metal Tube In Chrome Plating Finish." 2 Unit 7,000.00 111 Paper Cutter A4 (210mm X 257mm) 1 Pc 3,000.00 112 Paper, Multicopy, Size: 8.5" X 11" 5 Ream 1,025.00 113 Paper, Multi-purpose, A4 45 Ream 10,350.00 114 Paper, Multi-purpose, Legal, 13", 70 Gsm 17 Ream 3,230.00 115 Paper, Photo, Glossy 10 Pack 1,500.00 116 Paper, Photo, Matte, A4 23 Pack 2,300.00 117 Paper, Specialty, White, Long, 250gsm 1 Pack 163.00 118 Paper, Specialty, (8.5 X 13) 1 Box 1,500.00 119 Paper, Specialty, A4 (cream Color 10s) 25 Pack 3,750.00 120 Paper, Specialty, A4 (cream Color 10s) 3 Ream 3,000.00 121 Paper, Sticker, Glossy 3 Pack 1,140.00 122 Picture Frame, Wall Mount, Wooden Design, A4 Size 4 Pc 396.00 123 Plastic Foot Rug 6 Meter 4,500.00 124 Portable Power Supply , (40,000-60,000mah)150w 2 Unit 11,000.00 125 Puncher, Paper, Heavy Duty, With Two Hole Guide 6 Pc 900.00 126 Rags, All Cotton, 1kilo Per Bundle 3 Bundle 159.00 127 Rechargeable Battery, Aa 6 Pc 600.00 128 Rechargeable Battery, Aaa 4 Pc 800.00 129 Rechargeable Batteries And Charger Nimh 2 Set 2,000.00 130 Rechargeable Wireless Mouse And Keyboard Set 5 Set 7,500.00 131 Record Book, 500 Pages 5 Book 600.00 132 Ribbon Cartridge For Lx310 Epson 2 Cart 1,020.00 133 Rollerball Pen, Black, 0.7mm With Grip 2 Pc 170.00 134 Rubber Band,70mm Min Lay Flat Length (#18) 2 Box 400.00 135 Ruler, Plastic, 12inches 8 Pc 400.00 136 Scissors, Symmetrical, Blade Length: 65mm Min 6 Pair 198.00 137 Sd Card Reader Usb 3.0/usb C Memory Card Reader, Otg Card Adapter, 5gbps Transmission Speed, Fusse Built-in 4 Pc 2,600.00 138 Sign Pen, Liquid/gel Ink, 0.5mm Needle Tip, Black 45 Pc 1,665.00 139 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 1 Box 250.00 140 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 21 Pc 777.00 141 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 1 Box 250.00 142 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 11 Pc 1,199.00 143 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Green 2 Pc 78.00 144 Sign Pen, Liquid/gel Ink, 1.0mm Needle Tip, Blue 30 Pc 690.00 145 "smart Tv Specifications: 40 Inch Display, Hdr 10, Full Hd (1080p), Led Display Panel, Dolby Audio, Android 10 Or More Os, Bluetooth 5.0, Hdmi And Usb Compatible, Power Capacity Ac 100-240v 50/60hz, Power Input 36 W" 1 Unit 22,000.00 146 Stamp, Dater, Rubber 3 Pc 300.00 147 Stamp Pad, Blue 2 Pc 200.00 148 Stamp Pad Ink, Purple Or Violet, 50ml (min.) 4 Bottle 500.00 149 Stamp Pad, Violet Small Size 3 Pad 120.00 150 "stapler, Standard Type, Load Cap: 200 Staples Min (with Staple Wire Remover)" 9 Pc 1,800.00 151 Staple Remover, Plier Type 9 Pc 423.00 152 Staple Wire, Standard, (26/6) 4 Box 232.00 153 Steel Cabinet, 3 Layers 1 Unit 10,000.00 154 Tape, Double Adhesive, 12mm X 10m 1 Roll 35.00 155 Tape, Double Adhesive, 19mm X 30m 2 Roll 90.00 156 Tape, Double Adhesive, 24mm 10 Roll 700.00 157 Tape, Masking, 24mm X 50mm 28 Roll 1,960.00 158 Tape, Masking, 48mm 2 Roll 200.00 159 Tape Packaging Width: 48mm X 50m 10 Roll 700.00 160 Tape, Transparent, 24mm X 50m 38 Roll 2,660.00 161 Tape, Transparent, 48mm 5 Roll 350.00 162 Tarpaulin Plain White With Eyelet 3x5 For Standee 3 Pc 900.00 163 Thread (high Quality) For Bookbinding, Black 20 Roll 4,000.00 164 "tissue, Interfold Paper Towel" 81 Pack 4,050.00 165 Trashbag, Small Size 25 Pack 3,750.00 166 Trashbag, Large Size 25 Pack 2,500.00 167 Trashbag, Medium Size 25 Pack 2,000.00 168 Trashbin, Medium 7 Pc 3,500.00 169 Twine Plastic 3 Roll 201.00 170 Usb Signature Pad With Pen 1x5 3 Set 36,000.00 171 Water Dispenser, Bottom Load 1 Unit 15,000.00 -nothing Follows-

Department Of Agrarian Reform - DAR Tender

Security and Emergency Services...+1Manpower Supply
Corrigendum : Closing Date Modified
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.6 K)
Details: Description Technical Specifications Terms Of Reference Provision Of Security Services For F.y. 2025 Introduction The Department Of Agrarian Reform Provincial Office (darpo) Of Zamboanga Del Sur Shall Engage The Services Of A Security Agency In Accordance With Republic Act 11917, Also Known As “the Private Security Services Industry Act”, That Will Provide Duly Licensed, Adequately Trained, And Armed Security Guards To Secure And Safeguard The Employees, The Office Building, Equipment, Vehicles And Other Office Properties, Including Its Premises And Immediate Vicinity From Theft, Pilferage, Robbery, Arson, And Other Unlawful Acts Of Strangers, Third Parties And /or Its Employees And Maintain Peace And Order Thereof At All Times For The Year 2025. General Requirements 1. Complete Licenses And Accreditations As Required In The Eligibility Requirements In The Bidding Documents Including The License To Operate From The Supervisory Office For Security And Investigation Agencies Or (pnp-sosia), License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, And Membership In The Philippine Association Of 2. Department Of Labor And Employment Registration; 3. Agency Experience Of At Least Five (5) Years; 4. Security Guard Must Possess The Following Qualifications:  A Filipino Citizen  At Least 21 Years Old;  Physically And Mentally Fit;  Have A Good Moral Character;  A Graduate Of High School From Any Deped Recognized Secondary School Whether Public Or Private;  Completed The Necessary Pre-licensing Training Program The Pltp/rtc;  With Experience Of At Least 1 Year As Security Guard;  Secured A Valid License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, Recognizing Him/her To Be Qualified To Perform The Duties Of A Private Security Professional In Accordance With Section 13 Of Ra 11917;  Acquired The Required Number Of Training Hours On Public Safety And Security Set By The Philippine National Police (pnp);  Must Undergo And Pass The Required Psycho-neuro Examination And Drug Test Conducted By A Pnp/nbi-accredited Testing Centers Within The Last Six (6) Months;  Secured A Valid Firing Certificate 5. Security Guard Must Not Have Committed Any Unlawful Act Nor Shown Misbehavior/unethical Conduct That Can Be Reasonable Grounds For Disqualification Under Section 21 Of Ra 11917. Grounds For Disqualification:  Having Been Convicted Of Any Crime Or Offense Involving Moral Turpitude;  Having Been Dishonorably Discharged Or Separated From Employment Or Service;  Being Mentally Incompetent;  Being A User Or Addicted To The Use Of Dangerous Drugs Or Narcotics;  Being A Habitual Drunkard;  Dummy Of A Foreigner 6. The Security Agency Has Fully Remitted Premium Payments Of Personnel To The Sss, Hdmf, And Phic For The Last Three (3) Months – To Be Checked During The Post-qualification Of The Lowest Calculated Bidder. 7. The Security Agency Has Established An Office In Pagadian City. Logistical Requirements The Security Agency Shall Provide The Following Minimum Logistical Support To The Security Guards: 1. At Least 1 Set Of Proper Agency Uniform With Visible Identification Badges (free Of Charge To The Guard) 2. 1 Unit Of A Licensed .38 Caliber Pistol Or 1 Unit 9mm Pistol With Ammunition 3. 1 Whistle For Each Of The 6 Security Guards 4. 1 Ac-dc Flashlight 5. 1 Unit Metal Detector 6. 1 Unit Handcuffs 7. 2 Units Umbrella 8. 1 Unit Night Stick 9. Timepiece (synchronized) 10. Writing Pen 11. Notebook And Duty Checklist (electronic Or Not) 12. First Aid Kit 13. Electronic And/or Communication Devices The Dar Shall Provide The Following Counterpart Support: 1. 6 Units Of Fire Extinguishers 2. 6 Units Of Emergency Lights 3. 2 Logbooks The Security Guard Shall Provide For Himself/herself An Extra Set Of Uniform Charged To His/her Personal Account As Per Section 204 Of Ra 11917. Total Number Of Guards Total Number Of Security Guards To Be Deployed 24/7 In Three (3) Intervals Is Six (6). Duty Detail And Area Of Coverage A. Security Services Shall Be Performed 24/7 In Three (3) Shifts At The Provincial Office Of The Dar In Acs Building, Barangay Dao, Pagadian City, Following The Duty Detail Indicated Hereunder: Time Schedule Post Two (2) Guards From 0700h To 1500h – Day Shift Main Entrance Two (2) Guards From 1500h To 2300h – Afternoon Shift Main Entrance Two (2) Guards From 2300h To 0700h – Night Shift Main Entrance B. Each Guard Shall Have A Regular 8-hour Tour Of Duty, Unless When Expressly Required In Writing By Darpo Management That An Overtime For A Maximum Of Four (4) Hours (such As During Late Night/extended Office Activities) Shall Be Taken By The Assigned Security Guards On Specific Posts. C. The Darpo Management Shall Inform The Security Agency In Writing In Case Of Changes In The Duty Detail. Manual Of Operations The Engagement Shall Cover The Following: A. Posting Station Shall Be At The Main Entrance Of The Office Building. B. Control Of Ingress And Egress Of Employees, Clients, And Other Visitors By Regular Updating Of The Logbook To Be Provided By The Dar. C. Conduct Of I.d. Verification And Body Search On All Incoming Clients, Guests, And Other Visitors And Require Them To Deposit Their Firearms And Other Deadly Weapons Before They Be Allowed To Enter The Office Building. D. Recording Of The Incoming And Outgoing Of All Vehicles (darpo’s And Others’) Entering The Office Premises. E. Roving/inspection Of The Office Premises Shall Be Done Two (2) Times In Every Duty Shift. F. Strict Observance Of The Eleven (11) General Orders As Mandated By Section 244 Of Ra 11917 And Its Irr. G. In Case Of Emergency/untoward Incidents (fire, Pilferage, Vandalism, Trespass, Robbery, Arson, Sabotage, Attack, Bomb Scare And Other Forms Of Security Threats) The Security Guard Shall First Attend To The Situation, Maintain Peace And Order Of Things, And Facilitate The Preservation Of Proofs/evidence Of Crime. The Security Guard Shall Immediately Notify The Fire And Police Departments For Reinforcement And Make A Spot Report To Aid The Police In The Conduct Of Investigation. H. The Security Guards Shall Be Under The Supervision And Control Of The General Services Officer (gso)/administrative Officer Iv (ao Iv) Of The Darpo; And Shall Facilitate Implementation Of Internal Office Policies, Rules And Regulations Such As The Policy On Austerity (turning Off Of Lights And Office Equipment When Not In Use); The Policy On Security And Safety (require Guests To Present And Deposit Ids, Firearms/weapons); The Policy On Attendance (require All Employees To Log In And Log Out On The Biometrics Machine); And The New Normal Health & Safety Protocol (enforcement Of The Wearing Of Face Mask, Maintenance Of Social Distancing, Sanitizing Of Hands Of Incoming Personnel/guests). I. Weekly Evaluation/surprise Inspection By A Security Agency Officer Shall Be Done To Ensure That Efficiency, Alertness And Discipline Are Instilled And Practiced By The Guards At All Times In The Performance Of Their Duties And Functions; The Security Agency Officer Shall Ensure That There Is Regular Compliance/implementation Of Security Measures, Procedures And Systems Adopted/applied In The Darpo. J. The Security Agency Shall Provide Opportunities For Skills Upgrading For The Security Guards Such As The Latter’s Enrollment To Security Training Courses, Attendance To Seminars On Personal Security Awareness, Disaster-preparedness And Other Significant Seminars That Will Increase The Level Of Knowledge, Skills And Expertise Of The Guards In Their Field Of Work. K. No Replacement/s Of Security Personnel/guards During The Effectivity Of The Contract Shall Be Allowed, Except Of Death, Resignation From Work, Physical Incapability Etc., Of The Guards Assigned. In The Event That Replacement Of The Security Guards Is Needed, A Written Notice Together With A Bio-data And Credentials Of The Replacements Are Required And This Shall Be Subject To The Approval Of The Darpo Management. L. The Darpo Shall Have The Absolute Right To Ask For The Relief And Replacement Of Any Security Guard In Whom The Former Has Lost Its Trust And Confidence And/or Has Been Found To Be Inefficient And Ineffective In The Discharge Of Duties. M. Supervising Personnel From The Security Agency Shall Conduct Regular Monitoring And Surprise Checking Of The Guards And/or As Requested By The Darpo Management To Ensure Consistent And Quality Security Service. N. The Security Agency Shall Ensure Complete And Timely Payment Of Premium Contributions Due To The Sss, Philhealth And Hdmf As Its Faithful Compliance To Its Written Undertaking Submitted As Part Of Its Bid. Proofs Of Payment Of Social Premium Remittances To Sss, Phic, And Hdmf Shall Be Submitted To The Darpo-sto Division On A Quarterly Basis. O. The Security Agency Shall Submit To The Darpo-sto Division On A Monthly Basis, Copy Of The Payroll Of The Assigned Security Guards And The Corresponding Statement Of Account. Such Payroll And Soa Are Pre-requisites To The Processing Of The Monthly Payment To The Security Agency. Inspection And Performance Assessment A. The Darpo Management Or Its Duly Designated General Services Officer (gso)/administrative Officer Iv (ao Iv) Shall Have The Right To Inspect The Guards Assigned By The Security Agency At Any Time; B. The Darpo Management Or Its Duly Designated Gso Or Ao Iv Shall Have The Right To Conduct Inspection And Performance Assessment To Determine The Quality And Acceptability Of The Services Being Performed By The Guards In Accordance With The Contract; C. On The Basis Of The Result Of The Aforementioned Inspection And Performance Assessment And At The Sound Discretion Of The Darpo Management Through Its Provincial Agrarian Reform Program Officer Ii, The Latter Shall Have The Right To Demand For The Temporary/permanent Replacement Of The Security Guards On Detail; D. As Part Of Darpo Management’s Precautionary And Safety Measures In Implementing The Security Services Contract, The Security Guards Shall Undergo Drug Test At Least Once A Year In An Accredited Pnp Drug Testing Center Or When Required By The Darpo Management. Security Plan The Security Agency Shall Submit A Security Plan That Assesses Security Risks, Develops Measures To Minimize The Risks, Formalizes The Procedures That Will Be Followed To Respond To Security Incidents And The Subsequent Procedures To Undertake In Reporting Such Security Incidents. In Addition, The Security Agency Shall Integrate The Herein Prescribed Security Policies, Rules, Regulations And Procedures Of The Dar-zds With Its Existing Security Protocols And Standards Of Practice In Accordance With R.a. 11917, Also Known As “the Private Security Services Industry Act”. Other Conditions A. There Shall Be No Employer-employee Relationship Between The Darpo Management And The Security -agency/guards During The Engagement Of The Latter Service/s Nor The Former Be Held Liable/accountable For Any Accident, Injury Of Any Kind And/or Even Death Of The Security Personnel/guards Assigned Either On-duty Or Off-duty. B. The Darpo Management Shall Not Be Responsible For Any Claim For Personal Injury Or Damage Including Death Caused To Any Security Guard In The Performance Of His Duties Nor Shall The Darpo Management Be Liable For Any Claims Against The Security Agency For Causes As May Be Allowed/determined By Applicable Laws. Responsibility/liability A. The Security Agency Shall Be Fully Responsible For All Work And Services Performed By Its Security Guards, And Shall For This Purpose Employ Qualified, Competent And Well-trained Guards To Perform The Services Under The Contract. B. The Security Agency Shall Take All Reasonable Measures To Ensure That The Security Guards Conform To The Highest Standards Of Moral And Ethical Conduct. C. The Security Agency Shall Ensure Its Security Professionals Adhere To The Professional Conduct And Ethical Standards Set Forth Under Section 235-236 Of Ra 11917 And Its Irr. D. The Security Agency Shall Assume Full Responsibility For Whatever Damages Or Losses On Any Of The Property Of The Darpo During The Watch Hour Or Tour Of Duty Of Its Guard/s After The Same Fact Of Loss Or Damage Has Been Established As A Result Of The Guard’s Omission, Commission, Negligence, Fault, Laxity Or Misconduct, Following Investigation Conducted Jointly By Both Parties; However, The Security Agency Shall Not Be Held Liable Where Such Losses Or Damages Are Due To Fortuitous Event As Defined In The Civil Code Of The Philippines, Or Where Losses Occurred Under Any Of The Following Causes Or Situation: 1. Where The Damage Or Loss Is Inside A Closed Room, Except Otherwise Proven That The Entrance Thereto Was With Force Upon Things Or Person/s As Defined Under The Revised Penal Code Of The Philippines, And That The Loss Or Damage Has Been Reported To The Security Agency Within Forty-eight (48) Hours Upon Discovery Of Occurrence, Whichever Comes First. 2. Any Property Belonging To The Party Of The Darpo And Issued To Or Held In Trust By Its Employees Shall Be The Sole Responsibility Of Said Employees, Unless Said Property Is Endorsed In Writing And Signed By The Guard. 3. Where The Loss Or Damage Of Items Is The Result Of Robbery In Band, Mob, Violence, Tumultuous Affray, Acts Of Dissident, Acts Of War And Revolution. E. In The Event Of Loss Or Damage To The Premises Or Properties Of The Darpo, The Security Agency Shall Only Be Liable For Its Replacement Or Restitution Thereof In The Same Condition As It Was/they Were Immediately Prior To The Loss Or Damage. F. No Assignment Whatsoever Of The Security Services Contract Shall Be Made To Any Third Party. Waiver From Any Liability A. The Security Agency Shall Hold The Darpo Management Free From Any Liability, Courses Of Action Or Claims Which May Be Filed By Its Security Guards By Reason Of Their Employment With The Security Agency Pursuant To The Contract, Or Under The Provision Of The Labor Code, The Social Security Act, And All Other Laws And Regulations Which Are Now In Force Or Which Hereafter Are Enacted; B. In The Event The Darpo Management Is Impleaded In Any Such Action Or Case, The Department Shall Be Authorized To Withhold From The Security Agency’s Collectible Accounts Such Amounts As Would Be Reasonable To Approximate The Claims Of The Security Guards Against The Security Agency In Case The Same Are Levied Or Exerted Against The Darpo Management. Contract Duration The Engagement Shall Be Effective Within A Period Of Twelve (12) Months Beginning January 1, 2025 To December 31, 2025. Terms Of Payment Payment Shall Be Made For The Account Of The Security Agency On A Monthly Basis Upon Submission To The Dar-zds Through The Administrative Officer Iv, General Services Section Of The Following:  Statement Of Account/billing Letter  Daily Time Record Duly Signed By Assigned Head Guard, As The Case May Be, And Countersigned By The Administrative Officer Iv  Payroll Of The Immediately Preceding Month  Proof Of Payment Of Remittances For Social Benefit Premiums (sss, Phic, Hdmf)— Submitted On A Quarterly Basis Contract Amount Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: • Increase In Minimum Daily Wage And Other Wage-related Benefits Pursuant To Law Or New Wage Order Issued After Date Of Bidding. In This Case, The Prescribed Wage/wage-related Benefit Increase Shall Be Borne By The Darpo And The Security Service Contract Shall Be Deemed Amended Accordingly. In The Event That The Darpo Fails To Pay The Prescribed Increases, The Security Agency Shall Be Jointly And Solidarily Liable With The Former; • Increase In Taxes; • If During The Term Of The Contract The Darpo Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. Separability If Any Provision Of This Contract Is Declared Void, Ineffective, Invalid Or Contrary To Law By A Final Judgment Or Decree By Any Court, Commission, Or Other Judicial Or Quasi-judicial Body Of Competent Jurisdiction, The Other Provisions Not Affected By The Said Judgment Or Decree Shall Remain Unimpaired Unless Said Judgment Affects The Contract As A Whole. Exclusivity Of The Venue Of Action/s Actions Arising Out Of This Contract Shall Be Filed With The Court Of Competent Jurisdiction In Pagadian City To The Exclusion Of All Other Courts.

City Of Bayawan Tender

Others
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 362.7 K (USD 6.2 K)
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Request For Quotation Rfq No. Svp 25-b-0032 Date January 30, 2025 Pr Reference 100-25-01-059 Philgeps Reference No. End-user Comelec Closing Date February 14, 2025 February 18, 2025 Bid Opening "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Basis Of Evaluation For This Rfq: Per Lot Per Item 8 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Total Abc: After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Supply And Delivery Of Office Supplies Expenses Aid To Comelec. Lot. I Appliances 1 "smart Tv, Display: Lcd Display Size: At Least 50"" Display Res.: 3840x2160 Backlit Type: Direct Led Picture Processor: At Least 4k Processor X1 Tm Connectivity: Lan, Wifi & Usb Hdmi Input: 3x Inclusions: Wall Mounting Brackets Complete Accessories Warranty: With Warranty" 1 Unit 40,000.00 [ ] [ ] Lot. Ii Arts And Crafts Equipment, Accessories And Supplies 2 Sign Pen, Fine Point G-tec, Tip 0.4mm, Blue 10 Piece 85.00 [ ] [ ] 3 Sign Pen, Fine Point G-tec, Tip 0.4mm, Black 10 Piece 85.00 [ ] [ ] 4 Sign Pen, Fine Point G-tec, Tip 0.3mm, Black 5 Piece 85.00 [ ] [ ] 5 Sign Pen, Fine Point G-tec, Tip 0.3mm, Blue 5 Piece 85.00 [ ] [ ] 6 Sign Pen, Liquid/gel, 0.7mm, Black 5 Piece 80.00 [ ] [ ] 7 Sign Pen, Liquid/gel, 0.7mm, Blue 5 Piece 80.00 [ ] [ ] 8 Specialty Board, Long, 10s/pack (white) 5 Pack 60.00 [ ] [ ] 9 Specialty Board, Short, 10s/pack (white) 5 Pack 50.00 [ ] [ ] 10 Bond Paper, Multi-purpose, Short, 70gsm, 500 Sheets Per Ream 10 Ream 200.00 [ ] [ ] 11 Photo Paper, Glossy, A4, 180gsm, 20s/pack 20 Pack 120.00 [ ] [ ] 12 Sticker Paper, Glossy, Long, (10s/pack), White 50 Pack 90.00 [ ] [ ] 13 Envelope, Expanding, Plastic Long Envelope With Handle (good Quality), Durable White/transparent 170 Piece 100.00 [ ] [ ] 14 Refill Ink, For G-tec C4 Sign Pen 20 Piece 55.00 [ ] [ ] 10 Black And 10 Blue Lot. Iii Audio And Visual Equipment And Supplies 15 "speaker, Tranducers: 2x5 25 Woofer; 2x25 Tweeter Output Power: At Least 160 Watts Rms Input Power: 100-240 V 50-60 Hz Frequency Response: 45hz-20khz 6db Signal To Noise Ratio: 80db Battery Type: Li-on Polymer 36 Wh Usb Port: Yes Bluetooth: Yes With 15dbm Eirp Inclusions: 2x Digital Wireless Mic Warranty: One Year!" 1 Unit 35,000.00 [ ] [ ] 16 "multimedia Projector, Projector System: 3lcd Technology Brightness: At Least 3600 Lumens Resolution: Xga, 1,024x768; 4:3 Interface: Usb, Vga & Hdmi Inclusions: Accessories, +hdmi Or Vga+70*70 Projector Screen Warranty: One Year! Parts & Labor! Carry-in!" 1 Unit 35,000.00 [ ] [ ] Lot. Iv Information And Communication Technology Equipment, Devices And Accessories 17 External Hard Drive, 1tb, 2.5 "hdd, Usb 3.0 2 Unit 3,500.00 [ ] [ ] 18 "inkjet Printer, Specifications: Printer Type: Inkjet, Inktank Functions: Print Only Print Speed: At Least 9ipm/4.8ipm (b/c) A4 Paper Sizes: A4, Max. Interface: Usb Inclusions: Starter Set Consumables Warranty: One (1) Year" 2 Unit 5,700.00 [ ] [ ] 19 Biometrics Machine, User Capacity: Atleast 3,000, Fingerprint Capacity: Atleast 1,000; Record Capacity: Atleast: 50,000; Communication: Tcp/ip, Wifi, Usb Host; Standard Function: 9 Digit User Id, T9 Input, Sms, Dst, Self-service Query, Automatic Status, Switch, Ring Bell; Power Supply: Dc 12v/1.5a; 1 Year Warranty 1 Unit 15,000.00 [ ] [ ] 20 "laptop Computer, Processor: Intel Core Tm I5 1135g7 Memory: 8 Gb Of Onboard Ddr4 System Storage: 512 Gb Nvme Ssd (hdd Upgrade Kit) Display : 14.0in Display With Ips Graphics: Intel Iris X Graphics -intel Wireless Wi-fi 6 Ax201 -802 11a/b/g/n/acr2+ax Wireless Lan -supports Bluetooth 5.1 Lan: Gigabit Ethernet, Wake-on-lan Ready Operating System: Windows 11 Pro Inclusion: Free Optical Mouse With Pad Warranty: One Year!" 1 Unit 45,000.00 [ ] [ ] 21 "laser Printer, Printer Type: Laserjet Memory Capacity: 128-256mb Paper Size: A4 Paper Capacity: Up To 250 Sheets 2-sided Printing: Yes Print Resolution: 1200 X 1200 Dpi Print Speed: 18-42pp, A4 Interface: Usb Voltage: 100-240vac/50-60hz Inclusions: 1 Starterkit + 1 Extra Toner Warranty: One Year!" 1 Unit 15,000.00 [ ] [ ] 22 "desktop Computer, Processor: Intel Core I3-1215uggraphics Integrated Intel Uhd Graphics Memory: 2x 4gb So-dimm Ddr4-3200 Storage: 512gbssdm.2 2280 Pcle 4.0x4 Nvme Camera: Hd720p Power Supply: 90w 89% Adapter Design Display: 21.5 Inch Fhd (1920x1080)ips Keyboard: Calliope Wireless Mouse Stand: Aio Stand Form Factor: Aio (21.5 Inches) Dimensions (wxdxh): (19.31x7.29x15.93 Inches) Connectivity: Ethernet Integrated 100/1000m Wlan+bluetooth Wifi,11ax 2x2+bt5.1 Operating System: Windows 11 Pro Licensed Warranty: One Year!" 2 Unit 48,000.00 [ ] [ ] 23 "memory Module, Spec: 8gb Pc3 Sodimm 12800mhz Warranty: One Year!" 1 Unit 2,700.00 [ ] [ ] Lot. V Office Equipment And Accessories 24 "cabinet, 3/5/6 Layer Metal File Cabinet Drawer Steel Cabinet Filing Cabinets & Stands Unit Mobile Pedestal Drawer With Wheels - Filing Cabinet Office Cabinet, Drawer Metal Cabinet, Metal Drawer, Home Office Cabinet Storage For Documents. Color: Black Or White" 3 Unit 3,500.00 [ ] [ ] 25 "folding Table, Foldable Plastic Rattan Table Dinning High Quality 61x100 Table Heavy Duty Table Color: Black" 2 Unit 1,600.00 [ ] [ ] Lot. Vi Other Supplies And Materials 26 "money Counter, Automatic Detecting With Uv (ultraviolet) And Mg (magnetic) While Counting Suitable For Most Currencies In The World Automatic Start, Stop And Clearing With Batching, Adding And Self-examination Functions Double-notes Detecting Automatic Half-note Detection Counting Speed:>1,000pcs/min Size Of Countable Note:50mmx110mm/90mmx190mm Dimensions:320mmx288mmx205mm Power Supply:ac 220v+10%50hz+5%power Consumption<70 Hopper Capacity:300 Pcs Stacker Capacity:200 Pcs Warranty: 1 Year!" 1 Unit 10,000.00 [ ] [ ] Lot. Vii Printing And Publication 27 "laminating Machine, A4/a3 Size Laminator Hot/cold/ Reverse Function 220v Heavy Duty Laminating Machine Warranty: 6 Months" 1 Unit 6,000.00 [ ] [ ] ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
341-350 of 351 archived Tenders