Cable Tenders

Cable Tenders

Department Of Energy Tender

Machinery and Tools
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: Can You Kindly Quote This “small Business Set Aside” Requirement With A Quote In My Name, Current Date And Lead Time. Please Offer Bsa Any Discounts Available For Your Best Price. by Providing Your Quote You Are Confirming That Your Company Is A Certified Small Business. items To Be Quoted:yokogawa And Siemens Models Only ~~ See Attached Draft Po With Qa Clauses~~ line1:eja110e-jms3g-b12em/fu1/d1eja110e-jms3g-b 12em/fu1/d1 Qty: 12.0000 Ea ja110e: Yokogawa Differential Pressure Transmitter, accuracy: +/-0.055% Of Span, Sil 2 Certified j: 4-20ma/hart 5/7 Output m: Span Limits: 4.0 To 400.0"h2o s: Hastelloy C Sensor Diaphragm, 316ss Cover flange 3: 1/4" Fnpt Process Connectors g: 316lss Bolting b: Bottom Process Connection Type, Left Side High pressure 1: Cast Aluminum Nema 4x Housing With Polyester resin Powder coating 2: 1/2" Electrical Connection (2) e: Digital Display m: 316 Sst Or Scs14a 2-inch Pipe Mounting (for bottom Process connection) fu1: Combined Is, Fm Explosion-proof Approval d1: Mwp Units In Psi line 2:7mf0340-1hn11-5dm2-z A01+b20+c11+d42+e48+h03+k81+k84+y01+y21 Qty: 4.0000 Ea sitrans P320 Pressure Transmitter 4 = Differential Pressure And Flow Pn160 0 = Hart (4...20 Ma) 1 = Measuring Cell Filling: Silicone Oil h = Maximum Measuring Span: 600 Mbar (241.1 inh²o) n = Oval Flange, Fastening Thread: 7/16-20 Unf (iec 61518) With Lateral Venting 1 = Process Connection: Stainless Steel 316l/1.4404, seal Diaphragms: Alloy C276/2.4819, Sensor differential Pressure: Process Flange: Stainless Steel 316/1.4408 1 = Die-cast Aluminum Housing 5 = Dual Chamber Device d = Intrinsic Safety, Explosion Proof m = 2 X 1/2-14 Npt 2 = With Display (lid With Glass Window) a01 = Cable Gland And Sealing Plug Attached, Metal b20 = Labeling Type Plate English - Psi c11 = Quality Inspection Certificate - 5 Point Factory calibration (iec 60770-2) d42 = Ex Plate Made Of Stainless Steel 1.4404/316l e48 = Csa (canada) & Fm (usa) h03 = Mounting Bracket, Stainless Steel 1.4404/316l k81 = Process Flanges For Vertical Differential Pressure lines (half Flange) k84 = Valve 1/4-18 Npt, Material Same As Process flanges y01 = Measuring Range Setting: Lower Range Value freight Along With Any Packing & Handling Fees Are To Be Included In The All-inclusive Price Of The Item Delivered To Bnl. *the Bnl Po Will Not Have A Line For Freight Or Extra Fees. please Provide The Following On Your Quote: 1. Origin Of Manufacture 2. Unique Employee Identifier (uei) please Also Return The Following Along With Your Quote: 1.published Price List: Showing The Items On Your Quote For Price Justification Or A Web Screenshot (or Link) Of Same/similar Items With Pricing And Part Number Shown. 2.system For Award Management (sam): in Order To Support Doe Reporting Requirements, Bsa Requires All Its Vendors/contractors To Be Registered In The U. S. Government Supplier Database Entitled System For Award Management (sam). Registration Can Be Performed On Line At Www.sam.gov. If Not Already Registered, Please Register As Soon As Possible Since Failure To Do So May Preclude Bsa From Doing Business With Your Organization. Please Note That There Is No Charge For Sam Registration. When Registering, You Are Strongly Urged To Copy And Paste Www.sam.gov Onto Your Browser Address Rather Than Utilizing Your Search Engine. Utilizing Your Search Engine May Redirect You To An Erroneous Site. You May Obtain Assistance In Completing Your Registration, Free Of Charge, From The Association Of Procurement Technical Assistance Centers (aptac), Or By Contacting The Federal Help Desk At 866-606-8220. 3.basis Of Award: bsa Will Make Award To The Responsive And Responsible Offeror Who Submits The Lowest Total Price And Who Meets All Of Bsa’s Technical Requirements, As Stated Herein. 4. Pricing: Shall Remain Valid For 60 Days quotations Will Be Opened In Private. Quotations, Including Their Withdrawal Or Modification, Received After The Closing Date Shall Be Considered Late. Such Responses Will Only Be Considered For Award If It Is In Bsa’s Best Interest To Do So. bnl Anticipates A Firm Fixed Price Type Contract. any Resulting Purchase Order Will Be Subject To The Attached Terms And Conditions.

DEFENSE HEALTH AGENCY DHA USA Tender

Software and IT Solutions
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: General Information: this Is An Rfi As Defined In Far 15.201(e) To Ascertain Whether A Commercial Item Exists That Provides The Capabilities Described Herein. this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi Will Be Treated As Business Confidential Information. Nonetheless, Submitters Should Properly Mark Their Responses If The Information Is Confidential. Responses To The Rfi Will Not Be Returned. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expense Associated With Responding To This Rfi. rfi Response And Due Date: 23 January 2025 instructions To Responders: responses From All Capable And Qualified Sources Are Encouraged To Respond To This Request. white Papers Should Adhere To The Following Formatting And Outline Instructions: 1. All Submissions Shall Be Made Electronically And Be In One Of The Following Formats: Microsoft Word Or Adobe Pdf. 2. Cover Page (1page) title organization responders Technical And Administrative Points Of Contact (names, Addresses, Phone, Fax Number And Email Addresses) topic Area(s) Addressed naics Code 3. Interested Parties Are Asked To Respond To This Rfi And Submit A Capabilities Statement That Supports The Focus Of This Rfi To Include Supporting Documentation As An Authorized Reseller For The Brand Name Requirement. Please Review The Place Of Performance Requirements. Please Submit Written Responses Via Email In Microsoft Office 2000 Or Later Format. All Responses Should Be Complete: In 12-point Font; And Not To Exceed 3 Pages Total, Including Graphics, Tables, And Appendices. no Hardcopies Shall Be Accepted. No Written Solicitation Document Is Available At This Time. Telephone Requests Will Not Be Honored, And No Bidders List Shall Be Maintained. No Inquiries Regarding Any Potential Future Acquisition Activities Shall Be Entertained. responses Are Due To The Point Of Contact, Brenda Mena At Email: Brenda.i.mena.civ@health.mil no Later Than 10:00am Et, Thursday, 23 January 2025. background/overview: The Walter Reed Army Institute Of Research (wrair), Center For Military Psychiatry And Neuroscience (cmpn), Brain Trauma Neuroprotection Branch (btnb) Requires A Lifecycle Replacement Of A Brand Name Noldus Ethovisionxt Automated Video Tracking And Motion Analysis System. The System Detects And Follows One Or More Animals Or Objects In A Video Image, Tracks Their Location And Movement, And Provides Analysis Of Locomotion And Behavior In One Or Multiple Arenas. The Data Is Then Transformed Into A Series Of Dependent Variables Quantifying The Behavior Of The Subjects. The System Will Allow For Continuance Of Collecting And Analyzing Animal Tracking Data At The Level Outlined In Existing And Newly Funded Protocols this Requirement Shall Include An Ethovision Xt System Comprised Of Two (2) Ethovision License Upgrades With Multiple Arena Module, Two Color Gige Cameras (lens And Mounting Plate, Pc Connection Cable, And Surge Protector), Two Dell Pc Professional Desktop Workstations, And Associated Components And Parts, Including Monitor, Keyboard, Mouse, And Network Card. In Addition To The Hardware And Software, Professional Support Shall Be Included That Covers Software Upgrades And Unlimited Technical/hardware Support Via Phone And Email For The First Year, With Options To Extend Software And Hardware Maintenance, Support, And Repairs For Up To Three Additional Years. period Of Performance: base Period: 4/8/2025 To 4/7/2026 option 1: 4/8/2026 To 4/7/2027 option 2: 4/8/2027 To 4/7/2028 option 3: 4/8/2028 To 4/7/2029 minimum Essential Characteristics (mecs). noldus Ethovision System required Specifications For Noldus Ethovision Xt System: replacement Video Tracking System That Visually Tracks And Analyzes The Behavior, Movement, And Activity Of Small Animals In Small Testing Areas Such As Open Field, Y/t Maze, Elevated Plus Maze, And Morris Water Maze. system Shall Include Digital Camera, Computer Controller, And Data Acquisition And Analysis Software. camera Shall Be Capable Of Consistent High Frame Rate With High Resolution Such As A Gige Camera. computer Shall Be Capable Of Directly Interfacing With High Speed/resolution Camera And Software, High Performing Processor Such As I7, 8gb+ Ram, And 1tb+ Storage Space. tracking Software Shall Be Able To Readily Detect Animal In Defined Small Testing Areas And Record/analyze Movements Including Rodent Rearing, Swimming, And Ambulation In Relation To Designated Arenas/areas Of Interest. system Items Shall Be Shipped/delivered To Wrair With Instructions For Assembly. for Software Purchases: the Vendor Must Permit The Government To Perform Software Vulnerability Scans On Acquired Software To Identify Potential Weaknesses In The Code. Collaboration Between The Vendor And The Government Is Required To Address Any Vulnerabilities Detected During These Scans. Additionally, The Vendor Is Responsible For Providing Ongoing Support To Patch Vulnerabilities Throughout The Software’s Lifespan. * All Commercial-off-the-shelf (cots) Software Must Be Registered On Sam.gov And Have A Cage And Dun Number. for Hardware Purchase: vendors Are Required To Offer Information Technology (it) Maintenance Warranty Support For Any Purchased Hardware Until Hardware Reaches It End Of Life (eol). Furthermore, Vendors Must Also Provide Patching Support To Include Firmware And Driver Updates For Any Vulnerabilities Uncovered During Government Vulnerability Scanning. *all Hardware Must Be Trade Agreement Act (taa) Compliant *all Computers Must Be Trusted Platform Module (tpm) 2.0 Compliant ****please See Attachment For Complete Details***

Department Of Health Regional Office Ii Tender

Healthcare and Medicine
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 52.5 K (USD 895)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-030 Location Of The Project – Tuguegarao City Request For Quotation Date:01/21/25 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am January 27, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Bottle 6 4,800.00 Ink Set For Epson L5290 2 Bottle 6 13,200.00 Ink Set For Brother Dcp T710w 3 Unit 2 8,000.00 Toner Cartridge For Brother Mfcl-5900 Dw 4 Unit 2 12,000.00 Drum For Brother Mfcl-5900dw 5 Unit 7 10,500.00 "4 Gang Extension With Usb Charger In Organizer Box" 6 Unit 4 4,000.00 "extension Cord Socket With Cable Extra, Long 10 Meters" Note: See Attached Specifications Procurement Of Office Supplies And Other Materials For Service Delivery Of Cagayan Valley Chd "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-01-0110 Page 1 Of 1 /kevin

Municipality Of Isabela, Negros Occidental Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Tender Amount Updated
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 499.1 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Invitation To Bid For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental. 1. The Municipality Of Isabela, Through The General Fund Intends To Apply The Sum Of Four Hundred Ninety Nine Thousand One Hundred Pesos (php 499,100.00) Only Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Isabela Now Invites Bids For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental.delivery Of The Goods Required Is Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 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 An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Isabela And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00) And One Thousand Pesos Only (p1,000.00) For Accreditation Fee. 5. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 3:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 31, 2025, 3:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. 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 Municipality Of Isabela Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. The Bid Price Shall Be Submitted In Lump Sum Not To Exceed The Total Approved Budget For The Contract (abc). 8. For Further Information, Please Refer To: Virginia A. Ariola Bac Primary Secretariat Isabela, Municipal Hall Borromeo St., Brgy. 4, Isabela, Neg. Occ. Cellphone Number : 09317644890 Email Add: Virgie_aariola@yahoo.com Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Bids And Awards Committee Bill Of Quantities Project Name Rehabilitation Of Giant Cross Location Barangay Mansablay, Isabela, Negros Occidental Abc Php 499,100.00 Item No. Qnty. Unit Item Description Unit Price Total Price 1 155 Bag Cement 2 25 Cu.m. Wash Sand 3 15 Cu.m. Gravel 3/4 4 65 Lengths 10 Mm Dsb 5 8 Lengths 3'' Gi Pipe Schedule 40 6 12 Lengths 2'' Gi Pipe Schedule 40 7 35 Sheet 1/4" Ordinary Plywood 8 50 Pcs 2 X 2 X 8 Good Lumber 9 5 Box Welding Rod 6013 10 10 Gal Epoxy Primer 11 15 Gal Enamel (white) 12 10 Gal Semi Gloss Latex (white) 13 10 Pcs Paint Brush 3'' 14 5 Pcs Roller Brush 7" 15 5 Kg Cwn 4" 16 5 Kg Cwn 2" 17 7 Kg Concrete Nails 2'' 18 30 Kg G.i. Tie Wire 19 4 Pcs 20,000 Lumens, 6000k Daylight Solar Streetlight With Solar Panel & 12 Hours Standby Battery Operation Life Span 20 4 Pcs 3'' G.i Pole With Concrete Base 21 4 Box Led Strip Light - Daylight White 22 1 Box Thwn 3.5mm (150meters/box) 23 10 Box No. 14 Cable Clip 24 1 Lot Labor Xxxnothing Followsxxx Signature Over Printed Name Of Bidder Date

City Of Winnipeg Tender

Civil And Construction...+1Others
Canada
Closing Date22 Jan 2025
Tender AmountRefer Documents 
Details: Full Title: 2025 Regional Street Renewals- Mcgregor Street Reconstruction, Church Av To Mcadam Av D3. Scope Of Work D3.1 The Work To Be Done Under The Contract Shall Consist Of Two Parts: (a) Part 1 – City Funded Work (b) Part 2 – Manitoba Hydro Funded Work. Part 1 – City Funded Work D3.2 Part 1 – City Funded Work Shall Consist Of: (a) Concrete Reconstruction (i) Mcgregor Street From Church Avenue To Mcadam Avenue. Part 2 – Manitoba Hydro Funded Work D3.3 Part 2 – Manitoba Hydro Funded Work Shall Consist Of: (a) Street Lighting And Associated Work (i) Mcgregor Street From Church Avenue To Mcadam Avenue. D3.4 The City Currently Has No Approved Funding In The Capital Budget For Part 2 Of The Work, But Is Anticipating Receiving Notification About Funding From Manitoba Hydro. Part 2 Of The Work Is Contingent Upon Manitoba Hydro Approving Sufficient Funding. D3.4.1 Further To C7.1, If Notice Of Sufficient Funding Is Not Received, The City Shall Have The Right To Eliminate All Or Any Portion Of Part 2, And The Contract Price Will Be Reduced Accordingly. D3.4.2 Further To C7.5, C7.5.1, And C7.6, A Reduction In The Contract Price Pursuant To D3.4.1 Shall Not Be Considered In Calculating The Aggregate Reduction In The Contract Price For Purposes Of C7.5. D3.4.3 If All Or Any Portion Of Part 2 Is Eliminated Pursuant To D3.4.1, The Time Periods Stipulated In D23.1.1 For Substantial Performance Of The Work And In D25 For Total Performance Of The Work Will Be Reduced Proportionally By The Contract Administrator Acting Reasonably. D3.5 The Major Components Of The Work Are As Follows: (a) Concrete Reconstruction (i) Removal Of Existing Pavement; (ii) Excavation; (iii) Manhole Repairs; (iv) Installation Of Catch Basins And Leads; (v) Watermain Service Insulation; (vi) Compaction Of Sub-grade; (vii) Installation Of Subdrains; (viii) Placement Of Separation/ Filtration Geotextile Fabric And Class A Geogrid; (ix) Placement Of Sub-base And Base Course (granular A) Materials; (x) Adjustment Of Existing Manholes And Appurtenances; (xi) Installation Of Traffic Signals Conduit, Service Boxes, And Concrete Bases. (xii) Construct Integral Concrete Barrier Curb (180 Mm Height) And Modified Barrier Curb; (xiii) Construction Of 250 Mm Plain Dowelled (31.8 Mm Dowels) By Slip Form Paving And 150 Mm Reinforced Concrete Pavements; (xiv) Construction Of 100 Mm Concrete Sidewalk With Block Outs For Paving Stone Indicator Surface; And (xv) Topsoil And Sod. (b) Street Lighting And Associated Work (i) Removal Of Existing Street Lighting Poles; (ii) Installation Of Concrete Bases; And (iii) Installation Of New Street Lighting Cables (trenching, Boring, And/or Overhead) And Poles (including Connections)

Municipality Of Bobon, Northern Samar Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)
Details: Description Republic Of The Philippines Municipality Of Bobon Province Of Northern Samar -oo0oo- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The Municipal Government Of Bobon, Northern Samar Through Its Bids And Awards Committee (bac) Invites Contractors/suppliers To Apply For Eligibility And To Bid For Procurement Of Equipment To Be Used In Lgu-bobon On Sti Ecosystem Towards Smart And Sustainable Bobon, Northern Samar (year 1 Of 4); Item No. Quantity Unit Item/description 1 1 Lot Laptop Computer (2-pc Set) Technical Specifications (equivalent Or Better): Processor: Intel Core I7-13700hx Processor Memory: 8gb + 8gb (separate) Of Ddr5 4800mhz System Memory, Upgradable To 32 Gb Using Two Sodimm Modules Storage: 512gb Pcle Gen4, 16 Gb/s, Nvme Display: 16 Inch Display With Ips (in-plane Switching) Technology Graphics: Nvidia Geforce Rtx 4060 With 8gb Of Dedicated Gddr6 Vram Operating System: Windows 11 And, 1 Set High Speed Satellite Internet System With One Year Subscription (high Speed Satellite Internet System Kit Utilizing Low Earth Orbit Broadband Internet Connectivity, Roam, Cables, Access Points 200-300m, Network Setup And Installation) Approved Budget For The Contract (abc)-------> Php. 300,000.00 Eligibility Forms And To Bid Documents May Be Secured At The Office Of The Bac Chairman During Office Hours From 8:00 Am To 5:00 Pm Upon Payment Of Five Hundred Pesos (php500.00) Only To The Office Of The Municipal Treasurer. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Evaluation Of Bids, Post Qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass”/“fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. Schedule Of Activities: Issuance Of Bidding Documents-------------> January 17, 2025 – February 03, 2025, 8:00 Am-5:00 Pm (office Hour) Submission And Opening Of Bids------------> February 03, 2025; 9:00 Am-bac Office, Bobon, Northern Samar Bid Evaluation--------------------------------->february 04, 2025; 9:00 Am-bac Office, Bobon, Northern Samar Post Qualification-----------------------------> February 05, 2025 Approval Of Resolution/issuance Of Noa-> February 06, 2025 Contract Preparation And Signing-----------> February 07, 2025 Issuance Of Notice To Proceed---------------> February 10, 2025 The Municipality Of Bobon Through The Office Of The Bac Reserves The Right To Reject Any Or All Other Bids, Waive Any Minor Defect Therein And Accept The Offer Most Advantageous To The Local Government Of Bobon, Northern Samar. Also, The Municipality Of Bobon Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Engr. Luncio N. Ramos Bac Chairman-bids And Awards Committee Date: January 17, 2025

City Of Lapu lapu Tender

Software and IT Solutions
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 420 K (USD 7.1 K)
Details: Description City Of Lapu-lapu City General Services Office Bill Of Quantities Delivery Period : Philgeps Reference No. : Title : For Philhealth Data Storage And Other System Database Needed In Lapu-lapu City Hospital. Abc : Php 420,000.00 P.r. No. : 25-01-0096 P.r. Date : 01/03/25 Office : Lapu-lapu City Hospital Abc : Php 420,000.00 No. Qty. Unit Item Description Brand Unit Cost Total Cost 1 7 Unit "branded Computer Desktop, Specifications: - Processor I5 3.00 Ghz Up To 4.70 Ghz 12 Mb - With Ups - Memory 8 Gb Ddr4 2666 Mhz Udimm - Up To 32 Gb Of Dual-channel Ddr4 2666 Mhz - Hard Disk Drive 1 Tb 3.5-inch 7200 Rpm 128 Gb M.2 2280 Solid State Drive Graphics With 2 Gb Of Ddr5 (supporting: Dvi-d, Hdmi®) - Optical Drive 8x Dvd-rw Drive, 9.0 Mm Slim, Tray-load - Audio Integrated High-definition, 5.1-channel Surround Sound Standard I/o Ports Front/side I/o Connectors Card Reader: Yes Audio Jack(s): 2 Usb 3.1 Gen Port(s): 1 Usb Type-ctm Port(s): 1 Port 1 - Usb 3.1 Gen 1 (up To 5 Gbps): 1 Rear I/o Connectors D-sub Port(s): 1 Hdmi Port(s): 2 (out) Lan Port(s): 1 Audio Jack(s): 3 Usb 2.0 Port(s): 4 Usb 3.1 Gen 1 Port(s): 2 Expansion Slot (s) Number Of Pcie X16 Slot(s): 1 Number Of Pcie X1 Slot(s): 1 M.2 Slot (for Ssd): 1 M.2 Slot (for Wlan): 1 Power Supply And Adapter 300w Keyboard & Mouse Usb Wired Keyboard & Wired Mouse Monitor / Screen K242hql Bid Size: 23.6"" Input: Vga + Dvi + Hdmi Max Res.: 1920x1080 @60hz - Technology: Va - Colors: 16.7 Million - With Vga & Hdmi Cables - With Wireless Mouse, Wireless Keyboard And 1 Pc Mouse Pad - Warranty 2 Year Parts - 2 Year Labor" I Hereby Certify That The Above Quoted Price Of Each Article Is True And Correct And I Bind Myself To Deliver The Same To The City Of Lapu-lapu Upon Receipt Of Notice Of Said Purchased Order. Note: This Prio-forma Forms Part Of The Paid Tender Documents And Will Be Made As One The Basis For Clarification Form The Interested Bidders/suppliers And Eventually The Modification Of The Statements/provisions In The Invitations To Bid.

JOSE RIZAL MEMORIAL STATE UNIVERSITY KATIPUNAN CAMPUS Tender

Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 689.2 K (USD 11.7 K)
Details: Description Republic Of The Philippines Jose Rizal Memorial State University Katipunan Campus Katipunan, Zamboanga Del Norte Request For Quotation: Supply And Delivery Of Computerized Polygraph Machine For The Scje Crim Lab 1) The Jose Rizal Memorial State University-katipunan Campus, Katipunan, Zamboanga Del Norte Through Its Bid And Award Committee (bac), Invites Suppliers/ Manufacturer/ Distributors/ Bidders To Apply For Eligibility And To Bid For The Hereunder Projects: Supply And Delivery Of Computerized Polygraph Machine For The Scje Crim Lab Location: Katipunan, Zamboanga Del Norte Approved Budget: =p=689,203.90 1 1 Unit Computerized Polygraph Machine *expert Scoring System, Manual Monitoring System Scoring Interface And Synchronous Pg-13 Polygraph Instrument Pneumograph Sensor For Upper Chest Respiration Standard Blood Pressure Cuff, Blood Volume Sensor, Skin Temperature Sensor, Activity Sensor, Audio And Video, Usb Data Line, All Necessary Cabling, User Manual, Laptop, Intel Core I5, 3-in-1 Printer 2) Bidding Will Be Conducted Through Open Competent Bidding Procedures Using A No-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Sole Proprietorship, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belong To Citizens Of The Philippines, And To Citizens Or Organization Of A Country The Laws Or Regulations Of Which Grant Similar Or Privileges To Filipino Citizens Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 3) Interested Bidders May Obtain Further Information To Jrmsu-katipunan Campus Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Document At The Address Below. A Complete Set Of Bidding Documents May Be Claim The Jrmsu-katipunan, Zamboanga Del Norte Bac Secretariat In The Amount Of Five Hundred Pesos (=p=500.00) Bids Must Be Delivered To The Address On Before 10:00 In The Morning On February 06, 2025. 4) Payment Of This Purchase Will Be Done After The Complete Delivery Of Stocks. 5) The Jose Rizal Memorial State University – Katipunan Campus, Katipunan, Zamboanga Del Norte Reserves The Right To Accepts Of Any Bid, To Annul The Process, And To Reject All Bids At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Jrmsu-(jose Rizal Memorial State University Katipunan Campus Katipunan, Zamboanga Del Norte File Uploaded Successfully! Please Copy The Link Below And Paste It On The "other Information" In The Step 2 Of Notice Creation For Postings In The Philgeps 1.5 Portal Or On The "document Link" Field Of The Temporary Notice Posting Portal. Https://drive.google.com/file/d/1gc_9seemrm_iubjyadpeg72lzmwoepmt/view?usp=drivesdk Thank You!

Department Of Education Division Of Surigao Del Sur Tender

Food Products
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
Details: Description Item/lot No. Item & Description/technical Specification Approved Budget The Contract (abc) In Php Quantity Unit Of Measure Brand And Model No. Unit Cost 1 Meals & Snacks Day 1- January 24, 2025 Am Snack: Burger, Cucumber Juice 100 40 Pax Lunch: Pancit Guisado, Chicken Sweet And Sour, Cream Crab In Corn Soup , Pineapple 350 40 Pax Pm Snack: Pizza, Ice Tea 100 40 Pax Dinner: Chopsuey, Fish Tinola, Pork Humba, Pineapple, Rice, Coke 350 40 Pax Accommodation 800 40 Pax Day 2- January 25, 2025 Breakfast: Sunny Side-up , Ampalaya With Egg, Longanisa , Rice, Cucumber Juice 200 40 Pax Am Snack: Kakanin , Cucumber Juice 100 40 Pax Lunch: Pork Caldereta , Kinilaw, Mushroom Soup, Banana, Rice, Softdrinks 350 40 Pax Pm Snack: Tuna Sandwich, Ice Tea 100 40 Pax Dinner: Grilled Fish, Shell Soup, Pancit Canton , Water Melon, Moringa Citrus 350 40 Pax Accommodation 800 40 Pax Day 3- January 26, 2025 "breakfast: Boiled Egg, Boiled Vegies, Fried Fish , Rice, Juice " 200 40 Pax Am Snack: Binignit , Ice Tea 100 40 Pax Lunch: Pinakbet, Tinolang Isda, Camaron Rebosado, Pineapple 350 40 Pax Pm Snack: Juice, Egg Sandwich 100 40 Pax Dinner: Buttered Chicken, Chopsuey, Cream Crab In Corn Soup, Water Melon, Rice, Coke 350 40 Pax Accommodation 800 40 Pax Day 4- January 27, 2025 "breakfast: Sunny Side-up, Corned Beef, Rice Cucumber Juice " 200 40 Pax Am Snack: Kakanin, Ice Tea 100 40 Pax Lunch: Pork Caldereta, Kinilaw, Mushroom Soup, Banana, Rice, Softdrinks 350 40 Pax Pm Snack: Burger, Water 100 40 Pax Venue Minimum Requirements: Available Genset Incase Of Power Outage, Wifi, Projector Screen, Sound System With Bluetooth Or Cabled Cennectivity, 2 Functional Wireless Microphone With Reserve Batteries, Emergency Lights, Standby Technical Staff, Air Conditioned, Trashbins, Philiphine Flag Podium Food Minimum Requirements: Food Server, Food Station 1 Station For Every Expected Participants And 2 Snacks Will Be Delivered In Designated Contest Venues, Water Station, Coffee Station Accommodation Minimum Requirements: Complete Toiletries: Shampoo, Soap, Tissue, Towel, Air-conditioned Room, Well-lighted Xxxxxxnothing Followsxxxxxx For Revisiting And Recalibrating The Division Education Development Plan 2023-2028 And Comprehensive Strategic Planning And Direction Setting For Calendar Year 2025 Delivery Period: 5 Days From Suppliers Receipt Of Purchase (po) Delivered To: Within Surigao Del Sur This Is To Submit Our Price Quotations As Indicated Above Subject To The Terms And Conditions Of This Rfq

National Farming Promotion Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Poland
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: Ag.b.0162.1.2024.138.pt Kraków 25/07/2024 Price Inquiry Mon. Delivery and installation of air conditioners in the buildings of the Municipal Police Headquarters in Krakow at ul. Mogilska 109” The proceedings are in accordance with Decision No. 58/2021 of November 4, 2021 of the Provincial Police Commander in Krakow General information: 1. The offer should be sent by August 2, 2024. Until 10.00. Please submit Offers and All Inquiries via the Purchasing Platform to the following address: https://malopolska-policja.eb2b.com.pl, "proceedings" tab - "list of open procedures". In case of problems with submitting an offer, please contact the Eb2b Helpdesk - Contact in the footer of the website. 2. The Offer should be prepared in accordance with this Request. II. Description of the Subject of the Order: Task No. 1 · Delivery of 2 pcs. of LG Standard 2 S12et air conditioners or Kaisai Pro Heat Krp-12megi/krp-12mego or Vivax R Acp-12ch35aeri+ - To be selected by the Contractor and installed in rooms No. 317a and 319a (3rd floor) ) (indoor units at a height of approx. 3 m, outdoor units on the building facade (height 12 meters from the ground). · Delivery and installation: O Air conditioner 1 room 317a - Refrigeration pipes 2 x approx. 8 Mb long, - Condensate pipe And signal cables with a length of approx. 8 Mb, - trays for refrigeration cables with a length of approx. 6 Mb, - cable trays for the external unit: approx. - Power cable with a length of approx. 22 Mb, - air conditioner cable trays with a length of 2 x approx. 8 Mb, - condensate cable with a length of approx. 6 Mb, - Power cable tray with a length of approx. 4 Mb (for 1 cable), - Outdoor unit hanger. - Power Cord Length Approx. 17 Mb, · Before installing the cable trays on the 11 Mb section, the current (narrower) cable trays should be dismantled and the cables should be placed in the newly installed cable trays. Task No. 2 · Disassembly of the Aeg Air Conditioner Apr 12 (Indoor unit at a height of approx. 3 meters, Outdoor unit on the façade at a height of approx. 9 meters from the ground) Together with the installation between the outdoor unit and the indoor unit. · Delivery of the LG Standard 2 S12et air conditioner or Kaisai Pro Heat Krp-12megi/krp-12mego or Vivax R Acp-12ch35aeri+ - To be selected by the contractor and installed in place of the dismantled air conditioner. · Delivery and installation of: - Refrigeration pipes with a length of 2 x Approx. 6 Mb, - Condensate and signal cable with a length of approx. 6 Mb, - Power Cable Length Approx. 7 Mb, - Signal Cable and Condensate Drainage, Length Approx. 6 Mb. To mount the air conditioner, use the existing hanger of the outdoor unit (after adapting to the dimensions of the new unit). The installation should be carried out in the currently installed trays. Warranty Cards should be handed over to the Ordering Party's Representative. III. Conditions Relating to the Offer and Order Fulfillment: 1. Payment for the performance of the service within 30 days from the date of receipt of a correctly issued invoice - by transfer to the account indicated by the Contractor. 2. Required Warranty Terms for the air conditioner: 36 or 60 months (according to the Manufacturer's Warranty), 3. The offer must include all necessary materials for the installation and proper functioning of the devices. 4. The basis for issuing a VAT invoice will be the Work Acceptance Protocol, confirmed by the User. 5. The Contractor is responsible for any damage resulting from the work performed during the installation of air conditioning. 6. The Ordering Party reserves the right to award the order only for Task No. 1 or Task No. 2 or to refuse to award the order in the event of failure to obtain appropriate financial resources or when the price of the most advantageous offer exceeds the amount that the Ordering Party can allocate to finance the order. 7. The condition for the implementation of the service is to send the data of the persons performing the service at least 3 business days before the completion date (name and surname, PESEL number) and the Registration No. Vehicle Used for the Order In the event of no recommendation of the person(s), the Contractor will provide a replacement for other persons. Order Completion Deadline: Up to 14 Calendar Days from receipt of the order, within the time agreed with the Ordering Party. Place of Order Fulfillment: Kwp in Krakow at ul. Mogilska 109. Contact numbers in the case: - Paweł Trela - 47 83 58 678, Iv. Criteria for Research, Evaluation and Selection of Offers: Lowest Price for the Implementation of Individual Tasks. V. Attachments: Offer Presentation Template Attachment No. 1
9861-9870 of 10000 archived Tenders