Call Center Tenders
Call Center Tenders
HDFC Bank - HDFC Tender
Auction
Real Estate Service
India
Details: All That Piece And Parcel Of Shop/office No. 18, Admeasuring 17.78 Sq.
mtrs Of Built-up Area And 14.82 Sq. Mtrs. Of Carpet Area On 2nd Floor
(according To Plan On 3rd Floor), In The Scheme Called "anaya
business Center", Having Non-agricultural Land, Situate, Lying And
being Developed On R. S. No. 79/1, Block No. 129, T. P. Scheme No. 58
(bamroli), F. P. No. 30/b, In Moje Bamroli Village, Sub-dist Taluka -
majura, Dist-surat.
Closing Date15 Jan 2025
Tender AmountINR 700 K (USD 8 K)
Budapesti Dr Manninger Jen Baleseti K Zpont Tender
Services
Healthcare and Medicine
Hungary
Details: Title: Képalkotó Diagnosztikai Szolg. A Bmjbk Részészére
description: Képalkotó Diagnosztikai Szolgáltatás A Bmj Bk Részére 1 Db Mr, 1 Db Ct, 3 Db Ultrahang, 9 Db Digitális Röntgen Készülék Bevonásával, Közfinanszírozott Betegellátás Érdekében Járó-, És Fekvő Humán Egészségügyi Szolgáltatások Nyújtása Ajánlatkérő Továbbá Annak Területi Ellátási Kötelezettség Alá Eső Betegek Részére. Nyertes Ajánlattevő Az Ajánlatkérő Betegei Részére Járó- És Fekvőbeteg Röntgen Vizsgálatok, Ultrahang Vizsgálatok, Ct És Mr Vizsgálatok Végzését És Leletezését Kell Hogy Elvégezze Az Ajánlattevő Által Biztosított Készülékkel És Szakszemélyzettel, Az Ajánlatkérő Telephelyén, Az Ajánlatkérő Befogadott Kapacitásának Megfelelő Volumenben, Folyamatos (7/24 Órás) Call Center Szolgáltatást Üzemeltetve. Mennyiség Mindösszesen Legfeljebb Az Alábbiak Szerinti Mennyiségbe, Az Egészségügyi Szolgáltatások Egészségbiztosítási Alapból Történő Finanszírozásának Részletes Szabályairól Szóló 43/1999. (iii. 3.) Korm. Rend. Alapján, Mindösszesen Legfeljebb Nettó 1.158.692.809 Ft Értékben. 1.1.1. Normál Elszámolással Történő Fekvő Beteg Ellátás Esetén Havonta 15.840.000 Ft Keretösszeg Mértékig, Továbbá Ajánlatkérő +10%-os Opciós Jogot Köt Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani 1.1.2. Normál Elszámolással Történő Járó Beteg Ellátás Esetén Havonta 93.060.000 Ft Keretösszegig Mértékig, Továbbá Amennyiben A Tárgyhónapra Jelentett, Elszámolható És Visszaigazolt Járóbeteg-szakellátási Teljesítmény Meghaladja A Keretösszeget, Akkor A Többletteljesítményt 10 Százalékos Többletmennyiségig 30 Százalékos Díjjal, 10 És 20 Százalék Között Többletmennyiségig 20 Százalékos Díjjal (2. Melléklet Szerinti Díjtételek) Számolja El És Ezeknek Megfelelő Mértékű Opciós Jogot Köt Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani 1.1.3. Korrekciós Elszámolással Történő Fekvő Beteg Ellátás Esetén Havonta 990.000 Ft Keretösszeg Mértékig, Továbbá Ajánlatkérő +5%-os Opciós Jogot Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani 1.1.4. Korrekciós Elszámolással Történő Járó Beteg Ellátás Esetén Havonta 990.000 Ft Keretösszeg Mértékig, Továbbá Ajánlatkérő +5%-os Opciós Jogot Ki, Amely Igénybe Vételére Nem Köteles, Viszont Ennek Igénybevétele Esetén Szolgáltató Az Alap Mennyiséggel Azonos Feltételek Mentén Köteles A Szolgáltatást Nyújtani A Szolgáltatás Teljeskörű, Az Ellenértéknek Minden Költséget Tartalmaznia Kell. 1 Db Mr, 1 Db Ct, 3 Db Ultrahang, 9 Db Digitális Röntgen Készülék Folyamatos Üzemeltetéséhez Szükséges Szakszemélyzet Biztosítása A Műszaki Leírásban Rögzített Szakmai Paraméterek Szerint Az Ajánlatkérő Telephelyén. 1 Db Mr Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Asszisztensi Elérhetőséggel És Folyamatos Mr Vizsgálat Készítési Lehetőséggel, Leletezéssel. 1 Db Ct Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Vizsgálati Lehetőséggel És Leletezéssel. 3 Db Ultrahang Készülék Működtetésével, 1 Db Ultrahang Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Radiológus Szakorvosi, Egyéb Készülékek Esetén Munkaidőben (hétfőtől Péntekig 8-16 Óra Között) Történő Szakorvosi Működtetéssel. 9 Digitális Röntgen Készülék Működtetése, Amelyből 3 Készülék Esetén Folyamatos (heti Hét Napon Napi Huszonnégy Órában) Radiológusi Asszisztensi Jelenléttel, És Radiológusi Szakorvosi Leletezéssel, A Többi 6 Készülék Esetén Munkaidőben (hétfőtől Péntekig 8-16 Óra Között) Szükséges Radiológus Asszisztensi Jelenlét, Radiológus Szakorvosi Leletezéssel A Különböző Képalkotó Modalitásokkal Végzett Vizsgálatok Képi Eredményének Pacs Rendszeren Való Tárolása, Pacs Rendszeren Való Elérhetőségének Biztosítása. A Pacs Rendszer Intézeti Informatikai Rendszerrel (ihs Működtetésű E-mesol) Kompatibilis Működtetése, A Leletek Intézeti Informatikai Rendszerre Küldésének Biztosításával. Hagyományos Röntgenfelvételek Készítése Során A Lelet Tartalmazzon Méretezést Segítő Mércét, Az Elkészült Felvételen Való Méreteknek A Valóshoz Történő Viszonyításához. A Részletes Műszaki Leírás És Részletes Mennyiség Meghatározása A Felhívást Kiegészítő További Közbeszerzési Dokumentumokban Került Meghatározásra. Ajánlatkérő A Megadott Teljes Keretösszeg 70%-ára Vállal Lehívási Kötelezettséget.
Closing Date10 Jan 2025
Tender AmountRefer Documents
Municipality Of Calaca, Batangas Tender
Others
Philippines
Details: Description Supply And Delivery Of Tablets To Be Used During Session Of Sangguniang Panlungsod Members At The City Of Calaca, Batangas 12 Units Tablet - 11" Inches Ultra Retina Xdr Display Tandem Oled 2420-by-1668-pixel Resolution At 264 Ppi Promotion Technology With Adaptive Refresh Rates From 10hz To 120hz Wide Color (p3) True Tone Fingerprint-resistant Oleophobic Coating Fully Laminated Antireflective Coating Sdr Brightness: 1,000 Nits Max Xdr Brightness: 1,000 Nits Max Full Screen, 1,600 Nits Peak (hdr Content Only) 2,000,000]1 Contrast Ratio M4 Chip 256gb 9-core Cpu With 3 Performance Cores And 6 Efficiency Cores 10-core Gpu Hardware-accelerated Ray Tracing 16-core Neural Engine 120gb/s Memory Bandwidth 8gb Ram Media Engine Hardware-accelerated 8k H.264, Hevc, Prores, And Prores Raw Video Decode Engine Video Encode Engine Prores Encode And Decode Engine Av1 Decode Camera 12mp Wide Camera, B/1.8 Aperture Digital Zoom Up To 5x Five-element Lens Adaptive True Tone Flash Panorama (up To 63mp) Sapphire Crystal Lens Cover Autofocus With Focus Pixels Smart Hdr 4 Wide Color Capture For Photos And Live Photos Advanced Red-eye Correction Photo Geotagging Auto Image Stabilization Burst Mode Image Formats Captured: Heif And Jpeg Video Recording 4k Video Recording At 24 Fps, 25 Fps, 30 Fps, Or 60 Fps 1080p Hd Video Recording At 25 Fps, 30 Fps, Or 60 Fps 720p Hd Video Recording At 30 Fps Prores Video Recording Up To 4k At 30 Fps (1080p At 30 Fps For 256gb Storage) Audio Zoom Adaptive True Tone Flash Slo-mo Video Support For 1080p At 120 Fps Or 240 Fps Time-lapse Video With Stabilization Extended Dynamic Range For Video Up To 30 Fps Cinematic Video Stabilization (4k, 1080p, And 720p) Continuous Autofocus Video Playback Zooms Video Formats Recorded: Hevc And H.264 Stereo Recording True Depth Camera Landscape 12mp Ultra-wide Camera B/2 Aperture Portrait Mode With Advanced Bokeh And Depth Control Portrait Lighting With Six Effects (natural, Studio, Contour, Stage, Stage Mono, High-key Mono) Smart Hdr 4 1080p Hd Video Recording At 25 Fps, 30 Fps, Or 60 Fps Time-lapse Video With Stabilization Extended Dynamic Range For Video Up To 30 Fps Cinematic Video Stabilization (1080p And 720p) Wide Color Capture For Photos And Live Photos Lens Correction Retina Flash With True Tone Auto Image Stabilization Burst Mode Video Calling Center Stage Screen Sharing Spatial Audio Voice Isolation And Wide Spectrum Microphone Modes Speakers: Four Speaker Audio Microphones: Studio-quality Four-mic Array For Calls, Video Recording, And Audio Recording Sensors Face Id Lidar Scanner Three-axis Gyro Accelerometer Barometer Ambient Light Sensors Charging And Expansion Thunderbolt / Usb 4 Port With Support For: Charging Displayport Thunderbolt 3 (up To 40 Gbps) Usb 4 (up To 40 Gbps) Usb 3 (up To 10 Gbps) Display Support Supports One External Display With Up To 6k Resolution At 60hz Thunderbolt 3 Digital Video Output Native Displayport Output Over Usb-c Vga, Hdmi, Dvi, And Thunderbolt 2 Output Supported Using Adapters Video Mirroring Video Mirroring And Video Out Support Through Usb-c Digital Av Multiport Adapter And Usb-c Vga Multiport Adapter Power And Battery11 Built-in 31.29-watt -hour Rechargeable Lithium Polymer Battery Up To 10 Hours Of Surfing The Web On Wi-fi Or Watching Video Charging Via Power Adapter Or Usb-c To Computer System
Closing Date5 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.5 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Electrical Works
United States
Details: Notice Type:
special Notice Of Intent To Sole Source
this Is A Special Notice Announcement Only. The Department Of Veteran Affairs, Visn 2 Network Contracting Office Intends To Award A Sole Source Contract For The Albany Va Medical Center In Albany, Ny. This Proposed Contract Action Is For A Service In Which The Government Intends To Award A Base Period Plus Four (4) Option Periods, Firm Fixed-price Contract With Only One Source; Martin Energy Group Services Llc (sam Uei: Vww9wr2xnmj5) Located At 70150 Highway 50, Tipton, Missouri 65081-3128 Under The Authority Federal Acquisition Regulation (far) Part 6.302-1 (a)(2), Only One Responsible Source.
place Of Performance:
department Of Veterans Affairs
samuel Stratton Va Medical Center
113 Holland Ave
albany, Ny 12208
purpose And Objectives:
the Contractor Will Provide A One (1) Year Base Plus Four (4) Option Years Support And Preventative Maintenance Service On The Chp Cogen Combined Heat & Power System Gas-fired Combined Heat And Power Unit Providing All Necessary On-site Labor, Materials, Preventative Maintenance, Operational Modifications, And Application Support For Va Owned Martin Energy Chp Unit Located At The Albany Va Medical Center In Accordance With Manufacturer Specifications.
the Contractor Shall Be Authorized By The Original Equipment Manufacturer (oem) In The Repair Of All Equipment Listed Within This Contract. The Oem For This Requirement Is Martin Energy Group Services Llc. Contractor Shall Maintain Qualifications Throughout Entire Contract Period. Qualification Includes But Not Limited To The Certification Of All Repair Persons And Repair Facilities By The Oem As Being Qualified To Perform Required Repairs. The Government Shall Maintain The Right To Seek Proof Of Qualification Prior To Award And Anytime During Contract Period Of Performance.
general Requirements
the Contractor Must Comply With The Following General Requirements:
contractor Shall Furnish All Labor, Parts, Tools, And Equipment As Applicable To Perform Full-service Preventative Maintenance And Minor Repairs On Identified Equipment And Associated Software.
basic Preventative Maintenance Plan (bpmp)
basic Preventative Maintenance Plan Equipment Schedule
description
manufacturer
model/configuration Or Part Number
serial No.
engine Generator, Natural Gas Fired, Skid Mounted Package
martin Energy
megmt1005n
m0709181225
digital Genset Controller
intellisys
basebox
remote Hmi
comap
intellivision
enhanced Preventative Maintenance Plan (epmp)
enhanced Preventative Maintenance Plan Equipment Schedule
description
manufacturer
model/configuration Or Part Number
serial No.
hw Forwarding Pump, 3 Hp
bell & Gossett
3ad Series E-1531
intercooler Pump, 2 Hp
bell & Gossett
2ad Series E-1531
jacket Water Pump, 25 Hp
bell & Gossett
2.5 Ac Series E-1531
plate & Frame Heat Exchanger
mueller
4177 Mbh
jacket Water Radiator
guntner
s-gfw 080.1/4-n(2)
intercooler Radiator
guntner
s-gfh 080.2d/1-n(2)
exhaust Heat Recovery/bypass Valve
meg
n/a
engine Battery Charger
nrg
20a
oil Transfer Pumps
apex
260102
vfds (3)
allen Bradley
powerflex 525
flow, Btu And Revenue Meters
romet, Onicon, Square D
rm1 1000, System10, F-3100, Powerlogic
enclosure Exhaust Fans (4)
ventilation Direct
vxd240
fire Suppression System
catalyst
extended Warranty Plan
extended Warranty Plan Equipment Schedule
description
manufacturer
model/configuration Or Part Number
serial No.
engine Generator, Natural Gas Fired, Skid Mounted Package
martin Energy
megmt1005n
m0709181225
digital Genset Controller
intellisys
basebox
remote Hmi
comap
intellivision
hw Forwarding Pump, 3 Hp
bell & Gossett
3ad Series E-1531
intercooler Pump, 2 Hp
bell & Gossett
2ad Series E-1531
jacket Water Pump, 25 Hp
bell & Gossett
2.5 Ac Series E-1531
plate & Frame Heat Exchanger
mueller
4177 Mbh
jacket Water Radiator
guntner
s-gfw 080.1/4-n(2)
intercooler Radiator
guntner
s-gfh 080.2d/1-n(2)
exhaust Heat Recovery/bypass Valve
meg
n/a
engine Battery Charger
nrg
20a
oil Transfer Pumps
apex
260102
pump Vfds (3)
allen Bradley
powerflex 525
flow, Btu And Revenue Meters
romet, Onicon, Square D
rm1 1000, System10, F-3100, Powerlogic
enclosure Exhaust Fans (4)
ventilation Direct
vxd240
catalyst
fire Suppression System
miscellaneous Work
a Factory Authorized Original Equipment Manufacturer (oem) Service Contractor Shall Perform The Scheduled Maintenance On The Identified Equipment To Ensure Continued Operation Of The Equipment Within The Operating Parameters Published By The Manufacturer And Project Design.
contractor Shall Be Responsible For The Removal Of Waste Oil, Coolant, Filters And Other Maintenance Materials.
the Contract Price Shall Include All Travel, Fees, Accommodations, And Any Other Costs Incurred By The Contractor. Additional Fees Or Charges Of Any Kind Will Not Be Paid.
contractor Shall Provide Owner With Access To Its Call Center, Including 24/7 Access To Technical Support.
contractor Shall Monitor The Chp Unit Remotely Via An Internet Connection Provided By The Contractor.
contractor Shall Provide Monthly Reports Including: Chp Unit Runtime, Chp Availability, Daily And Monthly Totals Of Kwh Production, Daily And Monthly Totals Of Heat (mmbtu) Recovered To Va, Daily And Monthly Totals Of Heat Rejection (mmbtu), Average Chp Unit Output Kw, Scheduled And Unscheduled Maintenance Activities, And Spare Parts Inventory.
contractor Shall Provide Priority Response To Unscheduled Maintenance Service Requests Within 48 Hours Or Less.
contractor Shall Provide All System Software Upgrades As Released By The Manufacturer Including The Installation Labor.
scheduled Preventive Maintenance Service Will Be Provided At The Frequencies Required By The Manufacturer Per Year In Accordance With The Contract. Such Service Will Be Provided At Intervals Determined By Engine Operating Hours During The Term Of The Contract. Unless A Particular Time Is Specified In The Contract, The Contractor Shall Notify The Cor Within Thirty (30) Days Of Acceptance Of The Contract Of The Projected Times During Which The Preventive Maintenance Inspections Are To Be Performed. The Contractor Is Responsible For Scheduling All Pm Service Visits Prior To The End Of The Month In Which They Are Due. Any Deviations From This Schedule Must Be Approved In Advance By The Contracting Officer Representative (cor).
response:
responses To This Special Notice Should Be Able To Demonstrate The Firm's Ability, Capability, And Responsibility To Deliver The Service Listed Above. The Purpose Of This Special Notice Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. Responses Should Include The Following Information: Business Name, Address, Business Size And Socioeconomic Category (hubzone, 8(a), Service Disabled Veteran, Small Business, Large Business, Etc.), And Point Of Contact To Include E-mail Address And Telephone Number. All Offerors Must Be Registered In The System For Award Management (www.sam.gov) And Representations And Certifications Must Be Completed Prior To Any Future Award. Supporting Evidence Must Be Furnished In Sufficient Detail To Demonstrate The Ability To Provide The Full Maintenance And Repair Service On Equipment Listed.
determination By The Government Not To Compete This Proposed Contract Based On Responses To This Notice Is Solely Within The Discretion Of The Government.
important Information: The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 238220 ($19 Million).
any Offeror Capable Of Providing This Service Shall Notify The Contracting Officer By Email Within 10 Calendar Days From The Date Of The Publication Of This Special Notice.
all Information Must Be Submitted Via E-mail To: Julie.monaganbarnard@va.gov
Closing Date10 Mar 2025
Tender AmountRefer Documents
Philippine Amusement And Gaming Corporation - PAGCOR Tender
Telecommunication Services
Philippines
Details: Description Request For Quotation Date : January 31, 2025 Project Title : Procurement Of Service Provider For Internet Subscription For Two (2) Years Itb No. : Sv25-01-001ang Approved Budget For The Contract (abc) : Eight Hundred One Thousand Four Hundred Twenty-eight Pesos And 64/100 (php801,428.64), Vat Exclusive, Zero-rated Transaction. Deadline For The Submission And Receipt Of Quotation(s)/ Proposal(s) : February 7, 2025, Friday, 10:00 A.m. (sealed Quotation) Opening Of Quotation(s) / Proposal(s) February 7, 2025, Friday, 10:00 A.m. Onwards Please Submit And Address The Envelope Containing The Accomplished Rfq Form And Required Documents To The Branch Canvassing/contracting Committee Through The Procurement Section, Casino Filipino Angeles, Century Resort Hotel, Mc Arthur Highway, Balibago, Angeles City, Pampanga. The Envelope Shall Bear The Following Information In Capital Letters: 1. Procurement Of Service Provider For Internet Subscription For Two (2) Years, And 2. Name, Address, And Contact Details (telephone/cellphone Number And/or Email Address) Of The Bidder. Note: Quotations(s) / Proposal(s) Submitted After The Deadline Shall Not Be Accepted. Sir / Madam: In Accordance With The Technical Specifications/scope Of Work And General Conditions For The Project Stated Herewith, Kindly Fill Up And Submit Your Lowest Price Quotation. For Any Inquiries Or Clarifications, Please Contact Allan D. Ocampo, Procurement Officer I, And Procurement Section Cf Angeles At Telephone Number (045) 625-7603 Local 1325. Thank You. Mary Jane A. Manera(sgd) Chairperson Branch Canvassing/contracting Committee (bc3) Dear Ms. Manera: In Accordance With Your Request, Following Is Our Quotation For Your Requirement: I. Technical Specifications Technical Description Offered Technical Proposal Statement Of Compliance Please Check The Appropriate Box Procurement Of Service Provider For Internet Subscription For Two (2) Years □ Comply □ Not Comply Two (2) Year’s Subscription Of Two (2) Internet Circuits • Circuit 1 – With Minimum Burst Speed Of 300mbps • Circuit 2 – With Minimum Burst Speed Of 300mbps • Both Circuits Should Have One (1) Static Ip Address □ Comply □ Not Comply Installation And Location • Installation And Configuration Of Circuit1 At The Mezzanine Floor Of Casino Filipino Angeles. • Installation And Configuration Of Circuit 2 At The Information Technology Office With Extension At The Bingo Area Located At The 3rd Floor Of The Casino Premises. • Provide Design And Planning Of Service. • Provide Necessary Updates To Cf-angeles On The Progress Of Service Delivery. • Conducts Standard Testing Of Service And Provide Service Acceptance Report. • All In-house Wiring Shall Be Done By The Winning Service Provider At Their Own Cost. □ Comply □ Not Comply Operations And Maintenance Of The Service • The Service Provider Shall Maintain And Ensure Operation Of The Service Provided. • The Service Provider Shall Maintain The Proper Working Condition Of The Equipment Provided. • The Service Provider Must Respond To Support Requests As Written In The Service Level Agreement (sla) Document. • The Service Provider Must Provide 24 X 7 Call Center And Field Engineer Support. □ Comply □ Not Comply Schedule Of Requirements Within Fifteen (15) Days After Issuance Of Service Contract/purchase Order/annex □ Comply □ Not Comply Payment Schedule Monthly For A Period Of Two (2) Years. First Payment Will Begin A Month After The Installation Of Internet Service. □ Comply □ Not Comply Location Of Installation Casino Filipino Angeles – Century Resort Hotel, Mc Arthur Highway, Balibago, Angeles City, Pampanga. □ Comply □ Not Comply Pre-termination In The Event Of A Sale, Disposition, Or Privatization Of Casino Filipino Angeles, Pagcor May Extrajudicially Terminate The Contract Or Agreement Prior To The Expiry Of Its Effectivity Period Without Any Liability And/or Penalty □ Comply □ Not Comply Contact Person: Ramon K. Castro It Officer Ramon.castro@pagcor.ph Tel. No. (045) 625-7603 Local 1332 □ Comply □ Not Comply Ii. Financial Quotation: Description Of Item Monthly Cost (vat Exclusive, Zero- Rated Transaction) Total Cost For Two (2) Years (vat Exclusive, Zero-rated Transaction) Procurement Of Service Provider For Internet Subscription For Two (2) Years Php________________ (amount In Figures) ______________________ ______________________ (amount In Words) Php__________________ (amount In Figures) ________________________ ________________________ (amount In Words) Notes: 1. Price Quotation (unit, Total Cost And Grand Total Cost) Shall Be Rounded Off Up To Two (2) Decimal Places. 2. Validity Of Offer: Ninety (90) Calendar Days From The Date Of Submission, Receipt, Opening And Preliminary Examination Of Quotation(s) Proposal(s). Iii. Additional Requirements: As Part Of The Post-qualification Process, Kindly Submit The Following Documents For Compliance Within 3-calendar Days From Receipt Of The Notice And Upon Determination Of The Bidder Having The Lowest / Single Calculated Quotation: 1. Valid Mayor’s / Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; 2. Philippine Government Electronic Procurement System (philgeps) Registration Number Or A Valid Philgeps Registration Certificate; Philgeps Registration Number: ___________________________; 3. Latest Income Or Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) For Projects With An Abc Amounting To More Than Five Hundred Thousand Pesos (php500,000.00). In Accordance With Executive Order (e.o.) No. 398, Revenue Regulation (r.r.) No. 03-2005 And Revenue Memorandum Circular (rmc) 16 – 2005, The Above-mentioned Tax Returns Shall Refer To The Following: A) Latest Income Tax Return (itr) Shall Be The Itr For The Preceding Year, Whether Calendar Or Fiscal, Or; B) Latest Business Tax Returns Shall Refer To The Value-added Tax (vat) Or Percentage Tax Filed And Paid Covering The Previous Six (6) Months Before C) The Date Of Submission, Receipt, Opening & Preliminary Examination Of Quotations. 4. Omnibus Sworn Statement Using The Attached Prescribed Form. The Omnibus Sworn Statement Shall Be Supported By An Attached Document Showing Proof Of Authorization, E.g., Duly Notarized Secretary’s Certificate Issued By The Corporations, Partnerships Or Joint Ventures Or A Special Power Of Attorney (in Case Of Sole Proprietor) Attesting That The Signatory Is The Duly Authorized And Designated Representative Of The Prospective Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Prospective Bidder In The Procurement Process. Note : Kindly Ensure That The Notary Public Of The Submitted Omnibus Sworn Statement, Secretary’s Certificate Or Special Power Of Attorney Has Completed A Mandatory Continuing Legal Education (mcle) For The Seventh (7th) Or Eighth (8th) Compliance Period. Iv. Additional Notes: 1. Bidders Shall Submit Their Quotations Through Their Duly Authorized Representatives Using This Form Only. This Form Must Be Completed Without Any Alterations To Their Format And No Substitute Form Shall Be Accepted. All Parameters Shall Be Filled In With The Correct And Accurate Information As Required. 2. Quotation(s) Submitted Exceeding The Approved Budget For The Contract Shall Not Be Accepted. 3. The Prices Quoted Are To Be Paid In Philippine Currency. 4. All Prices Quoted Are Inclusive Of All Applicable Duties, Government Permits, Fees, And Other Charges Relative To The Acquisition And Delivery Of Items To Pagcor, But Vat Exclusive, Zero-rated Transaction. 5. For The Purpose Of Standardization Of Quotations/proposals, This Rfq Form Will Prevail Over All Kinds And Forms Of Quotation. In Case Of Price Discrepancy Over The Amounts In Words And In Figures, The Amount In Words Shall Prevail. 6. 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. 7. Pagcor Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 8. Award Of Contract Shall Be Made In Favor Of The Supplier Having The Single Or Lowest Calculated Responsive Quotation, Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 9. The Contractor Shall Perform/render The Required Services Within The Time Prescribed In This Contract. Should The Contractor Incur Delay Or Fails To Perform Or Fails To Satisfactorily Render Any Or All Of The Services Time Extension Duly Granted, The Contractor Shall Be Liable For Liquidated Damages Equivalent To One-tenth (1/10) Of One Percent (1%) Of The Cost Of The Delayed Or Unperformed Or Unsatisfactorily Performed Services, Including Sundays And Holidays, Until Such Services Are Rendered And Accepted By Pagcor. Such Liquidated Damages Shall Be Paid By The Contractor Or Deducted From Any Money Due Or Which May Become Due To The Contractor Or Collected From Any Applicable Securities Or Warranties Posted By The Contractor. In Case The Total Sum Of Liquidated Damages Reaches Ten Percent (10%) Of The Total Contract Price, Pagcor May Rescind Or Automatically Terminate The Contract And Impose Appropriate Sanctions Over And Above The Liquidated Damages To Be Paid, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10. Other Terms And Conditions Are Stipulated In The Attached Annex A Of The Purchase Order/service Contract. Bidder’s Commitment: We Hereby Agree And Bind Ourselves To The Terms And Conditions Herein Specified, To The Manner Of Procurement And Evaluation Set Up By The Bc3, To The Provisions Of The Attached Annex A (terms And Conditions) Of The Purchase Order/service Contract And To The Rules And Regulations Of The Government And Pagcor. We Understand That Pagcor Is Not Bound To Accept The Lowest Or Any Quotation It May Receive. Very Truly Yours, ____________________________ Signature Over Printed Name / Date Tin:________________________ ____________________________ Position ____________________________ Company Represented Tin: ________________________ ____________________________ Address ____________________________ ____________________________ Tel. No. / Fax No. ____________________________ ____________________________
Closing Date7 Feb 2025
Tender AmountPHP 801.4 K (USD 13.7 K)
INTERNAL REVENUE SERVICE USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: This Source Sought Notice To Respond Is Being Extended To 1/30/2025. Due To Discrepancy In The Source Of Sought Notice, The Technical Capabilities Section Has Been Updated. Attached Is An Updated Source Of Sought Notice. All Other Information That Is Written In The Source Sought Notice Remains The Same.
the Internal Revenue Service (irs) Seeks To Identify Potential Vendors With The Skills And Capabilities Necessary To Perform The Requirements Outlined In The Attached Draft Pws. The Irs Is Looking To Identify Small Businesses. The Contact Center Support Division (ccsd) Has A Need For Contractor Support With Expertise In The Areas Of Cisco's Intelligent Call Manager (icm) Call Routing And Scripting, Domain Management And Support, Contact Center Commercial Off-the Shelf (cots) Support, Server Administration, System Monitoring Support, Operations Of Intra-day Support, Engineering, Architecture Design, Portfolio/project Management, Release Schedule Management And Quantitative And Qualitative Analytical Support For Its Enterprise Solution To Route Calls To A Multi Call Site Virtual Contact Center. These Requirements Align And Support The Overall Internal Revenue Service (irs) Contact Center Mission And Service Objectives. Attached Is Drafted Performance Works Statement And Source Of Sought Notice For Submission Information.
Closing Date30 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Details: Sources Sought Notice
page 13 Of 13
*= Required Field
sources Sought Notice
page 1 Of 13
this Request For Information (rfi) Sources Sought Is Issued Solely For Market Research And Planning Purposes Only And Does Not Constitute A Solicitation
1. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research Only To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Small Businesses , Including Service-disabled Veteran-owned Small Businesses And Veteran-owned Small Businesses (sdvosb/vosb), Who Are Interested In Submitting Proposals For This Procurement And Who Are Capable Of Performing The Work Required For This Procurement.
2. The Naics For This Requirement Is 541512 Computer Systems Design Services
3. The Contractor Shall Provide Audiocare Prefill Software Prescription Refill For The Southern Arizona Va Healthcare System (savahcs) (see Attached Draft Sow). The Required Products Shall Be Provided By The Contractor Along With All Resources Necessary To Accomplish The Deliverables Described In The Attached Draft Statement Of Work (sow).
4. Interested And Capable Contractors Are Encouraged To Respond To This Notice Not Later Than Wednesday, Mar 11th 2025, At 11:00 Am Pst, By Providing The Following Information Via Email Only To Jose.espinoza3@va.gov.
(a) Company Name
(b) Address
(c) Point Of Contact
(d) Phone, Fax, And Email Of Primary Point Of Contact
(e) Contractor S Unique Entity Id (sam) Number
(f) Type Of Small Business, If Applicable, (e.g. Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), 8(a), Hub-zone, Woman Owned Small Business, Small Disadvantaged Business, Or Small Business).
(g) Statement Indicating Whether Your Company Is Considered Small Under The Size Standard For The Naics Code Identified Under This Rfi.
(h) Statement Indicating The Product Name Of The Audiocare Prefill Software Prescription Refill For The Savahcs Product Referenced Above That You Intend To Provide For This Procurement.
(i) Statement Indicating Whether You Are The Manufacturer Of The Audiocare Prefill Software Prescription Refill For The Savahcs That You Intend To Provide For This Procurement. If You Intend To Provide Products Manufactured By A Company Other Than Your Own, State The Name Of The Company Whose Audiocare Prefill Software Prescription Refill For The Savahcs Product You Intend To Provide, The Country Of Origin, And Whether The Company That Manufactures That Product Is A Small Business Under The Size Standard For The Naics Code Identified Under This Rfi.
(j) Statement Indicating If You Have A Current Contract To Provide The Audiocare Prefill Software Prescription Refill That You Intend To Provide For This Procurement, Along With The Installation, Configuration, Validation, Support, And Maintenance Services Required By This Procurement, Under Either The General Services Administration (gsa) Federal Supply Schedule (fss) Or With The Va National Acquisition Center (nac), National Aeronautics And Space Administration (nasa) Solutions For Enterprise-wide Procurement (sewp), Or Any Other Federal Contract. If Yes, Provide The Contract Type And Contract Number, As Well As The Identity Of The Federal Agency With Whom You Hold That Contract.
(k) Statement Indicating If Your Product That You Intent To Provide For This Procurement Was Assessed By Va Technical Reference Model Management Group And Currently Approved For Use In The Va.
(l) Statement Indicating How Many Calendar Days You Estimate It Would Take You To Implement, Configure, And Validate The Audiocare Prefill Software Prescription Refill For The Savahcs That You Intend To Provide For This Procurement In A Medical Center Similar To The Va Medical Center.
(m) General Pricing For Your Products/solutions For Market Research Purposes.
(n) A Capability Statement That Provides Detailed Information For One Or More Reference Contracts That Demonstrate Your Experience Providing Requested Products That Meets The Requirements Described In The Attached Draft Salient Characteristics And Demonstrates Your Experience Providing The Installation, Configuration, Validation, Support, And Maintenance Services Required By This Procurement. General Statements Of Capability Are Not Acceptable. Respondents Must Provide The Following Information For Each Reference Contract The Respondent Identifies As Evidence Of The Respondent S Capability To Perform The Work Required By This Procurement. Respondents Must Provide The Following Information For Each Reference Contract:
(1) The Legal Name Of Entity With Whom The Respondent Held The Contract;
(2) The Contract Number;
(3) A Description Providing Details Of The Specific Tasks The Respondent Performed Under That Contract;
(4) The Dates During Which The Respondent Performed The Contract;
(5) The Name, Phone Number, And Email Address Of A Person At The Entity With Whom The
Respondent Held The Contract Who Can Verify The Information The Respondent Provides
regarding This Reference Contract.
if A Respondent Offers To Demonstrate Experience Through The Proposed Use Of Subcontractors, The Respondent Must Provide All Of The Information Required Above For One Or More Reference Contracts Performed By Each Subcontractor The Respondent Intends To Use.
note: The Information Requested Above Is Required For The Government To Evaluate Whether There Are Sufficient Small Business Concerns Of A Particular Type Who Are Capable Of Performing The Work Required By This Procurement To Determine If This Procurement Should Be Set Aside For A Given Type Of Small Business Concern. Failure To Submit All Of The Information Requested Above To Support A Respondent S Claimed Experience May Be Viewed By The Government As Evidence That The Respondent Lacks The Ability To Provide The Products Requested In This Procurement. This, In Turn, May Affect The Government S Determination About Whether The Requirements For A Set-aside Procurement Have Been Met.
5. All Offerors Who Provide Goods Or Services To The United States Government Must Be Registered In The System For Award Management (sam) Database Found At Https://www.sam.gov. Registration Must Include Representations And Certifications.
6. Small Business Respondents.
(a) If Respondent Is Vosb Or Sdvosb, Respondent Is Encouraged To Provide Proof Of Www.vetbiz.gov Certification. In Addition, Sdvosb/vosb Contractors Are Asked To Acknowledge That They Understand The Limitations On Sub-contracting Pursuant To Far 52.219-14, Limitations On Sub-contracting, Which Will Be Included In The Impending Solicitation. Further Sdvosb/vosb Contractors Are Asked To Respond That They Are Capable Of Providing The Requested Services Keeping Within The Parameters Of This Clause.
(b) Small Businesses, Including Sdvosb/vosbs Are Also Advised That Per 13 Cfr, § 125.6 The Prime Contractor's Limitations On Subcontracting Are As Follows:
(1) General. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than $150,000, An 8(a) Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That:
(2) In The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded.
(c) Please Note That If Va S Pending Market Research Establishes That Two Or More Verified Vosb Or Sdvosb Can Provide The Services Required, Va Will Set Aside The Underlying Solicitation Per 38 U.s.c. §8127.
--end Of Sources Sought Announcement--
disclaimer
This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), 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 Expenses Associated With Responding To This Rfi.
statement Of Work
background: Tucson, Arizona Healthcare System (savahcs) Currently Utilizes Audiocare Software To Help Improve Patient Care. The Additional Of Audiocare Prefill Will Enhance Services That Pharmacy Is Able To Provide Patients. As Savahcs Already Utilizes Audiocare, A Contract Is In Place.
at The Conclusion Of Year One With Audiocare Prefill, That Contract Will Be Able To Be Rolled Into The Main Contract With Audiocare.
purpose Of Project: Audiocare Is Already A System Used By Icva Pharmacy To Facilitate Communication Between Staff And Patients. Per Audiocare Contact, Prefill Has Started To Roll Out To Other Visns With Impressive Data Being Gathered. Call Centers Are Seeing A Reduction In Refill And Renewal Calls And Sites Are Seeing Up To 2-3 Times Their Previous Rxs Processed Via Their Automated Line. As The Va Does Not Utilize Automatic Refilling, It Is Common For Patients To Wait To Long To Refill/renew Their Prescriptions Which Leads To An Increase In Overnight Shipping Costs As The Local Facility Needs To Then Overnight The Prescription To The Patient To Avoid An Interruption Of Therapeutic Care. These Overnight Shipping Costs Are Quite A Financial Burden To The Facility. Prefill Can Help Combat This And Increase Patient Safety, Patient Satisfaction, And Employee Satisfaction.
statement Of Work: The Addition Of Prefill To The Existing Audiocare Software Will Make Managing Prescriptions Easier And More Convenient For Patients. As Savahcs Already Has Audiocare, Installation Would Be Able To Begin Immediately. This Installation Would Involve Savahcs It And Pharmacy Staff.
this Procurement Shall Include Any Necessary Networking Equipment, Infrastructure, And Licensing To Properly Integrate Into Savahcs S Existing Service Contract With Audiocare.
the Installations Associated With The Infrastructure Are To Be Included In This Procurement. Installation Includes, But Is Not Limited To:
project Management And Coordination Of The Install:
appropriate Savahcs Staff Shall Assist As Needed To Maintain The Integrity Of Va Sensitive Information.
if Applicable, Shipping And Handling Of The Agreed Upon Equipment And Infrastructure And Ensuring It Reaches The Appropriate Destination.
installation Of All Agreed Upon Software, Licensure, And Networking Infrastructure.
installation Of Prefill Shall Result In A Fully Functioning System.
savahcs Information Technology And Pharmacy Staff Shall Assist Contractors As Necessary To Ensure The Integrity Of Any Va Sensitive Information.
confirming The Integration Of Audiocare Prefill With The Existing Audiocare Platform.
contractor Qualifications: If A Contractor Is Required The Contractor Must Be Certified To Perform Any Installation By The Original Equipment Manufacturer And Have At Least Two Years Prior Of Experience Performing The Install Work. Joint Commission And Accreditation Agencies Are Applicable To This Procurement.
evaluation And Award Factors: Award Shall Be Made To The Offer Representing The Best Value To The Government Considering Technical And Price Factors As Stated Below. Offerors Shall Include In Their Proposal S Specific Information Relative To The Evaluation Factors Listed Below To Ensure Proper Evaluation Of Their Proposal. The Technical Evaluation Factors Shall Be Considered More Important Than The Remaining.
past Performance
specialized Skills, Expertise, And Knowledge
ability To Integrate With Existing Audiocare Platform.
price
program Office Point Of Contact And/or Contracting Officer Technical Representative (cotr):
r, Pharmacy Informatics Chief Will Be Identified Upon Award
contractor Personnel Security Requirement: Any Contracted Personnel Shall Need Access To Sensitive Patient Data And Systems During Install Of Software To Verify And Test Functionality.
market Research: Please Refer To Market Research Document For Information On The Performed Market Research.
delivery & Package, Inspection/acceptance Requirements, Warranty: Software Shall Be Combined With Existing Contract After 1 Year. Warranty Would Become Part Of That Contract.
Closing Date11 Mar 2025
Tender AmountRefer Documents
Credit Information Corporation Tender
Software and IT Solutions
Philippines
Details: Description Request For Quotation No.2025-cims(006)-npsvp-0007 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Finance And Administration Group Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Business Starter 210 User Php3,753.80 Php788,298.00 Business Standard 10 User Php7,507.60 Php75,076.00 Total Php863,374.00 Contract Duration: March 23, 2025 To October 22, 2025 (7 Months) Delivery Site: 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Note: Manner Of Award Will Be On A Lot Basis. Bids Received In Excess Of The Approved Budget For Contract (abc) Shall Be Automatically Rejected At The Opening Of The Quotations. Supplier/s Who Submits The Lowest Calculated And Responsive Quotation Shall Be Eligible For Award. Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than March 11, 2025, 5:00 P.m. Philgeps Certificate/number; Mayor’s/business Permit For The Current Year; Latest Income/business Tax Returns; Notarized Omnibus Sworn Statement (annex C); And For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(006)-npsvp-0007, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot Particulars Qty Uom Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Business Starter 210 User Business Standard 10 User Total Total Bid Price In Words: __________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: Annex "b" Compliance Form Technical Specifications Procurement Of License For Email, Productivity Tools And Cloud Collaboration Solution Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Credit Worthiness Of Borrowers. Email System, Productivity Tools, And Online Collaboration Tools Play An Important Role In The Communication, Messaging And Computing Operations Of The People Supporting And Maintaining The Credit Information System (cis). Cic Needs An Online Suite Or Workspace/solution With The Following Features: Web-based Email Service With 99.9% Guaranteed Uptime With Zero Scheduled Downtime For Maintenance, 30gb Of Storage Space (business Starter), 2tb Of Storage Space (business Standard) And 24/7 Phone And Email Support Cloud File Storage And Synchronization Service That Can Be Shared With Others, And Access The Files From Any Computer, Tablet, Or Smartphone Collaborative Software That Allows User To View And Edit Documents, Spread Sheets And Presentations Together In Real-time Through A Web Browser Or Mobile Device An Online Survey Application Or Forms Having The Features Of All Of The Collaboration And Sharing Features Found In Docs, Sheets, And Slides; Can Also Be Used To Create Quizzes Online Calendar That Comes With Additional Features Designed For Business Use, Including Smart Scheduling Of Meetings, Where The Service Finds Available Times And Appropriate Locations Based On Coworkers' Schedules, And Public Calendars For Consumers To See A Business' Upcoming Events A Communication Software That Provides Direct Messages And Team Chat Rooms Can Accommodate 100 Participant Video Meetings (business Starter) Can Accommodate 150 Participant+ Recording, Noise Cancellation (business Standard) Admin Panel For Managing Users And Services. Purpose The Cic Aims To Procure The License For The Existing Email, Productivity Tools, And Cloud Collaboration Solution To Continually Provide An Easy-to-manage Technology That Integrate With Other It Tools And Software Solution Of The Cic To Improve Its Overall It Communication, Productivity And Collaboration While Overcoming Its Limited Budget And Man-power Resources. Scope The Paid License Covers To Receive Online Collaboration Services, Product Updates And Versions, And Access To Technical Support For Seven Months. Definition Of Terms Term Definition Cloud Computing Is The On-demand Availability Of Computer System Resources, Especially Data Storage (cloud Storage) And Computing Power, Without Direct Active Management By The User. The Term Is Generally Used To Describe Data Centers Available To Many Users Over The Internet. Collaboration Tool Or Collaborative Software Is Application Software Designed To Help People Working On A Common Task To Attain Their Goals; May Be Divided Into: Real-time Collaborative Editing Platforms That Allow Multiple Users To Engage In Live, Simultaneous And Reversible Editing Of A Single File (usually A Document), And Version Control (also Known As Revision Control And Source Control) Platforms, Which Allow Separate Users To Make Parallel Edits To A File, While Preserving Every Saved Edit By Every User As Multiple Files (that Are Variants Of The Original File) Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User. System Uptime Uptime Is A Measure Of System Reliability, Expressed As The Percentage Of Time A Machine, Typically A Computer, Has Been Working And Available. Uptime Is The Opposite Of Downtime. Duties And Responsibilities Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: The Delivery And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay Provide Account Support Via Phone Or Email, Including Requests For Additional Licenses, Storage, Billing Management, And Information About The Use Of The System, Along With Other Product Details. Provide 24x7 Online Technical Support Facility And Capability, Consisting Of Online Helpdesk Facility And Competent Technical Support Personnel Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: Monitor The Provided Services And Verify If The Parameters Under The Service Level Agreement Are Met And Performed By The Sp. Issuance Of A Certificate Of Inspection And Acceptance To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. Requirements General Items Requirements Statement Of Compliance (“comply Or Not Comply” Against Each Specification) Proof Of Compliance Service Provider Duly Notarized Statement That The Sp Is An Authorized Partner (at Least Partner Level) And Has Been In Business Of Providing The Cic’s Existing Email System For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. The Sp Must Establish A Single Point Of Contact Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem Related Issues. The Sp Should Provide Unlimited Phone, Email, Chat And Any Form Of Electronic Communications And Messaging Support For One Year. Service Provider Roles And Responsibilities The Service Provider Shall Deliver Comprehensive And Ongoing Support For The Following Issues, Including, But Not Limited To: Login Issues Forgotten Password, Account Locked And Two-factor Authentication (2fa) Issues Email Issues (gmail) Not Receiving Emails, Sending Errors And Outlook Or Third-party Email Clients Google Drive/docs/sheets/slides Issues File Syncing Problems, File Access Issues And Corrupted Files Google Calendar Issues Event Sync Problems And Permissions Issues Google Meet And Google Chat Issues Audio/video Issues In Google Meet, Connectivity Issues And Chat Not Working Google Admin Console Issues Admin Access Problems And User Creation Issues Google Workspace Marketplace Problems App Installations Not Working Google Workspace Mobile App Issues App Crashes Or Freezes And Syncing Problems General Connectivity And Performance Issues Slow Performance And Browser Compatibility Security And Compliance Issues Suspicious Activity And Data Loss Or Backup Issues Licensing Issues License Not Applied The Service Provider Shall Deliver Comprehensive Training Programs For Both Administrators And Users To Ensure Effective Usage And Management Of Google Workspace. The Training Will Include, But Is Not Limited To, The Following Areas: Administrator Training User Training Ongoing Support And Refresher Training Technical Requirements Items Requirements Statement Of Compliance (“comply Or Not Comply” Against Each Specification) Proof Of Compliance System Overview Google Workspace Business Starter Number Of Users : 210 Coverage Period : March 23, 2025 – October 22, 2025 Plan Type : 7 Months 100 Participant Video Meetings 30 Gb Pooled Storage Per User Google Workspace Business Standard Number Of Users : 10 Coverage Period : March 23, 2025 – October 22, 2025 Plan Type : 7 Months 150 Participant Video Meetings + Recording, Noise Cancellation 2tb Pooled Storage Per User Terms Of Payment Payment Shall Be Made On The Following: Payment Shall Be Made On A One-time Basis (100%) Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance”. Statement Of Compliance Dated This . Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: Annex "c" Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: Select One, Delete The Other: [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; Select One, Delete The Other: [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.
Closing Date11 Mar 2025
Tender AmountPHP 863.3 K (USD 15 K)
Credit Information Corporation Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description February 14, 2025 Request For Quotation No.: 2025-cims(021)-npsvp-0001 Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance (negotiated Procurement – Small Value Procurement) Sir/madam: The Credit Information Corporation Through Credit Information Management Services Invites You To Submit Your Quotation / Offer For The Item/s Described Below Using The Price Proposal Form (see Annex "a") Subject To The Terms And Conditions Stated In The Rfq And Terms Of Reference (see Annex “b”). Qty Uom Particulars Unit Cost (in Php) Approved Budget For The Contract (abc) In Php 1 Lot Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance - 2240 Pvu - One (1) Year Maintenance/renewal *deployment - Deployment, Installation And/or Renewal Costs *on-site And Online Support Services - One (1) Year Maintenance 8x7 Online Support - One (1) Year Unlimited Phone And Email Support - Customer Is Entitled To Four (4) Visits Of Onsite Support During The Contract Period - Quarterly Onsite Visit With Reports And Recommendation By Certified Ibm Engineers 1,000,000.00 1,000,000.00 Contract Duration: One (1) Calendar Year Or March 1, 2025 To February 28, 2026 Delivery Schedule: Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Delivery Site: 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Submit Your Proposal, Together With The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than February 18, 2025, 5:00 P.m. Philgeps Certificate/number; Mayor’s/business Permit For The Current Year Or Official Receipt As Proof That The Bidder Has Applied For Renewal, If The Updated Mayor’s Permit Is Not Yet Available; Latest Income/business Tax Returns; Notarized Omnibus Sworn Statement (annex C); And For Authorized Representatives: Spa (sole Proprietorship/partnership), Secretary’s Certificate Or Board Resolution (corporation). Note: Philgeps Platinum Registration Certificate May Be Submitted In Lieu Of Philgeps Number, And Mayor’s/business Permit For The Current Year; In Case Of Sole Proprietorship, The Bidder Must Submit A Special Power Of Attorney (spa) If The Proprietor/owner Has Assigned/appointed A Person To, On His/her Behalf, Represent The Company In The Procurement Of Cic And Sign All Documents Pertaining To The Project/contract To Be Bid. Only One (1) Set Of Documents Certified To Be True Copies Of The Original Shall Be Required. Proposals And Other Documents Required Shall Be Sent Electronically To Procurementunit@creditinfo.gov.ph. Electronically Submitted Proposals And Documents Must Be Submitted On Or Before The Deadline Of Submission As Stated In This Rfq. Upon Determination Of Your Technical, Legal And Financial Eligibility, The Administration Unit Of The Cic Shall Undertake Negotiation With Your Company Based On The Technical Specifications For This Project. Phoebe Ann R. Wagan Administrative Services Officer V Annex "a" Price Proposal Form Date: _________________ Administrative Office Credit Information Corporation 6f, Exchange Corner Bldg., 107 Va Rufino St. Cor. Esteban St., Legaspi Village, Makati City Sir/madam: Having Examined The Request For Quotation No. Rfq No. 2025-cims(021)-npsvp-0001, Which Includes The Technical Specifications, The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned, Offer To, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Qty Uom Particulars Unit Price (in Php) Total Bid Price In Php (inclusive Of Vat) 1 Lot Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance - 2240 Pvu - One (1) Year Maintenance/renewal *deployment - Deployment, Installation And/or Renewal Costs *on-site And Online Support Services - One (1) Year Maintenance 8x7 Online Support - One (1) Year Unlimited Phone And Email Support - Customer Is Entitled To Four (4) Visits Of Onsite Support During The Contract Period - Quarterly Onsite Visit With Reports And Recommendation By Certified Ibm Engineers Contract Duration: One (1) Calendar Year Or March 1, 2025 To February 28, 2026 Total Bid Price In Words: ______________________________________________________ We Undertake, If Our Proposal Is Accepted, To Deliver The Goods/services As Identified In The Technical Specifications/terms Of Reference And In Accordance With The Delivery Schedule. Our Quotation Includes All Taxes, Duties And/or Levies Payable And Is Valid For A Period Of Thirty (30) Calendar Days Upon Issuance Of This Document. We Understand That The Cic Technical Working Group May Require From Us The Submission Of Documents That Will Prove Our Legal, Financial And Technical Capability To Undertake This Project. Until A Formal Contract Is Prepared And Executed, This Proposal, Together With Your Written Acceptance Thereof And The Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Proposal For And On Behalf Of: ___________________ Annex "b" Compliance Form Technical Specifications Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance 1. Overview The Credit Information Corporation (cic) Is Mandated To Collect And Aggregate Borrower’s Credit Data To Establish The Creditworthiness Of Borrowers. Cic Needs And Uses A Workload Automation Solution That Enables The Organization To Automate, Plan, And Control The Processing Of Credit Information System (cis) Workloads. The Tool Or Solution Allows The Cic To Manage Workflows From A Single Point Of Control Across Multiple Platforms And Business Applications. The Existing Workload Scheduler That The Cic Utilizes Has The Following Key Features And Capabilities: 1. Hybrid Workload Automation From A Single Point Of Control Monitor Workloads And Resources Through A Single Point Of Control Across Different Platforms And Systems. Monitor Critical Job, Sla Compliance Risk Level And Be Alerted To The Risk Of Sla Constrains And Potential Violations In Advance Through Specific Report And Dashboards. 2. Wide Variety Of Application Plug-ins For Business Processes Automation Automate Beyond Boundaries And Expand Your Automation Outreach To New Domains Thanks To A Large Variety Of Application Specific Plug-ins Available Out Of The Box 3. High Scalability (millions Of Daily Jobs Managed) Manage Organizations Growth And Increasing Demands With A Single Controlling System, Reducing Costs And Risks And Increasing Stability. Automatically Adapts Workload Submission To Support On Demand Processes, Allowing Easy And Safe Integrations Across A Hybrid Environment. 4. Easy Integration In Hybrid-cloud Application Through Rest Api Modelling Rest Apis Are Available To Add/update/delete Scheduling Resources As Well As Retrieve List Of Resources Or Models. Planning Api Are Available To Act On The Scheduling Plan Enabling The Add And Update Actions On All The Resources In The Scheduling Plan Itself. 2. Purpose The Cic Aims To Renew The Ma Of Existing Workload Scheduler Solutions And Licenses To Automate, Plan And Control The Processing Of Workloads Of The Credit Information System (cis) While Overcoming Its Limited Budget And Manpower Resources. 3. Scope The Paid License Covers Receiving 2240 Processor Value Units (pvus) To The Existing Workload Scheduler Solution Of The Cic. 4. Definition Of Terms Term Definition Job Scheduling Job Scheduling Allows Businesses To Automate Batch Jobs On A Single System And To Submit These Batch Jobs For Execution As A Result Of A Specific Event Or At A Certain Time. Traditional Job Scheduling Software Works On One Machine And Is Pretty Inflexible. In Complex Systems, Job Scheduling Has Its Limitations And Inherently Leads To A Lack Of Coordination Between Operating Systems, A High Level Of Complexity When It Comes To Scheduling Jobs And Maintenance, The Need For Lots Of Manual Intervention As Well As The Need For Frequent Programming To Fill Gaps. Scalability Is The Property Of A System To Handle A Growing Amount Of Work By Adding Resources To The System. Service Level Agreement (sla) A Commitment Between A Service Provider And A Client. Particular Aspects Of The Service – Quality, Availability, Responsibilities – Are Agreed Between The Service Provider And The Service User Workload Refers To A Computer System’s Ability To Handle And Process Work. Workload Automation Is The Process Of Using Software To Schedule, Initiate, And Execute Business Processes, Transactions, Workflows, And Other Related Tasks. It Also Allows Businesses To Configure Or Stop Processes. The Use Of Workload Automation Allows For All Of This Processing To Happen Without Human Or Manual Intervention. Workload Scheduler Is A Workload Automation Solution That Enables Organizations To Automate, Plan And Control The Processing Of Complex Systems' Workloads. It Allows You To Manage Workflows From A Single Point Of Control Across Multiple Platforms And Business Applications. --definitions Are Retrieved From Https://www.wikipedia.com, Https:/www.ibm.com, Https://www.bmc.com, Https://www.nutanix.com 5. Duties And Responsibilities 5.1. Service Provider (sp) The Sp’s Responsibilities With Respect To This Project Are As Follows: The Renewal And Installation Of License Must Be Completed Within Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed (ntp). Otherwise, The Sp Shall Pay A Penalty In The Amount Of One Tenth Of One Percent (1/10 Of 1%) Of The Total Contract Price For Every Calendar Day Of Delay. 5.2. Credit Information Corporation Cic’s Responsibilities With Respect To This Project Are As Follows: Issuance Of A Certificate Of Inspection And Acceptance From The Inspection And Acceptance Committee To The Sp Upon Successful Completion Of The Testing Certifying That The Sp Conforms To All Requirements Stipulated In This Document. Pursuant To General Procurement Policy Board (gppb) Resolution No. 019-2006 Dated 06 December 2006, At The End Of Each Year, The Cic Will Conduct An Assessment Of The Quality Of Service Provided Particularly The Cost Charged By The Sp And The Range Of Services It Offers Against Other Service Providers In The Area. Conducts An Assessment/evaluation Of The Sp Sixty (60) Days Before The End Of The Contract. 6. Requirements 6.1. General Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Service Provider Duly Notarized Statement That The Sp Has Been In Business Of Providing Workload Scheduler Solutions For At Least Five (5) Years Prior To The Deadline For The Submission Of Bids. The Sp Must Establish A Single Point Of Contact (spoc) Call Center Operations/helpdesk With Hotline Numbers To Provide Timely And Responsive Trouble Reporting, Incident Handling, Problem Escalation And Field Support For All Problem-related Issues. The Sp Must Provide Escalation Or Incident Management Procedures, Including The Complete Names Of Contact Persons, Positions, Email Address, Mobile And Landline Numbers. The Sp Shall Inform Cic Of Any Changes In The Escalation Or Incident Management Procedure Immediately. The Sp Should Provide Unlimited Phone, Email, Chat, And Any Form Of Electronic Communications And Messaging, And Online Or Remote Support For One (1) Year. Monday To Friday, 8x5, For Local Support; And 24x7 For International Helpdesk Support. The Sp Should Provide A Consumable 8x5 Onsite Support With Next Business Day Response Time For One Year. Four (4) Visits Of Onsite Support During The Contract Period. The Sp Must Provide Preventive Maintenance And Health Checks With Reports And Recommendations Every Four (4) Months. Implement Recommended Remedial Action, Security Updates, System Upgrades As Needed. 2. Service Delivery Manager The Sp Should Assign A Service Delivery Manager (sdm) To Cic For The Project To Ensure All Requirements Of This Contract Are Successfully Delivered To Cic. The Sdm Should Have At Least Two (2) Year Service Delivery Or Project Management Experience In Handling Similar Project Implementation. (provide Curriculum Vitae And Related Certifications) 3. Technical Support Staff The Sp Should Assign Two (2) Technical Support/ibm Engineers To The Cic Project (provide Certificate Of Employment, Updated Curriculum Vitae & Related Certifications). At Least Eighteen Months Of Experience In The Configuring, Maintaining, And Troubleshooting Of The Cic’s Existing Workload Scheduler. 6.2. Technical Requirements Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. System Overview Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance Renewal A) 2240 Pvu B) One (1) Year Maintenance/renewal (march 1, 2025 To February 28, 2026) 2. Installation And Configuration Shall Work With Cic To Define Policies, Configuration And Other Requirements As Needed By The System 3. Troubleshooting A) When Workload Scheduler Solution Is Determined To Be Causing Job Scheduling And Automation-related Problems, The Sp Shall Assist The Cic Examining The Solution’s Configuration And Functionality For Potential Issues. A Ticket Will Be Filed By Cic To The Sp’s Service Desk Facility To Trigger The Support Activity. B) The Sp Will Implement Cic’s Change Request Within A 24-hour Period For Simple Change And Up To A Maximum Of Five (5) Days For Complex Changes. 4. Software Updates And Upgrades A) The Sp Must Immediately Apply Updates Whenever Software Updates/bug Fixes Are Available To Mitigate Security Threats. B) Software Updates Or Upgrades Are Separate From The Change Request. 5. Health Checks And Preventive Maintenance A) The Sp Shall Conduct System Health Checks Every Four (4) Months To Determine Potential Issues And Improve Workload Automation Services. 6.3. Service Level Items Requirements Statement Of Compliance “comply” Or “not Comply” Proof/evidence Of Compliance 1. Change Requests (cr) Cr Must Be Acknowledged By The Sp Within Two (2) Hours Upon Receipt, Mondays To Fridays, 8:00-5:00 Pm. 2. Incident Response Help-desk Facility Available Twenty-four By Seven (24x7) To Receive Reports On Any Issues Incident Response/support Tickets Relayed Through Helpdesk, Email, Phone, Or Instant Messaging Must Be Acknowledged By The Service Provider Within Two (2) Hours Upon Receipt, And Resolve Issues Within Six (6) Hours Upon Acknowledgement. 3. Service Report The Sp Must Provide Service Reports For Each Onsite Or Remote Support Service Performed And Shall Be Verified And Acknowledged By Cic Authorized Personnel. The Sp Shall Submit A Detailed Problem-resolution Report For Every Service Requested Within 24 Hours. It Shall Include Details Of Actions Taken In Resolving The Problem Duly Acknowledged By The Authorized Cic Personnel. 4. Knowledge Transfer At Least Half (1/2) Day Of Training For Basis Users For Viewing And Monitoring Of Job Streams, Workload And Scheduled Jobs. At Least Three (3) Participants For The Basic/viewers Training At Least Half (1/2) Day Of Training Of Administrators And Advanced Users To Cover Management, Administration And Operation, Including Troubleshooting. At Least Three (3) Participants For The Advanced Users /administrators Training Provision Of User Manual And Guides 7. Schedule Of Delivery The Service Provider Shall Commence Delivery And Implementation Of The Services Within 30 Calendar Days (lead Time For Delivery For Non-stock Items) Upon Receipt Of The Notice To Proceed. 8. Terms Of Payment Payment Shall Be Made On The Following: Payment Shall Be Made On A One-time Basis (100%) Subject To Submission Of Billing Statement And Other Supporting Documents By The Sp, And Shall Be Processed Within Thirty (30) Calendar Days, Subject To The Issuance Of Certificate Of Satisfactory Project Completion By Cic End-user. The Start Of Billing Shall Be Based On The Date Of Issuance Of “certificate Of Acceptance” By The Cic Inspection Committee. Payment Shall Be Subject To The “warranty” Provisions In The Form Of Retention Money In An Amount Equivalent To At Least One Percent (1%) Of The Contract Price Required In Section 62 Of R.a. 9184 And Its Irr. 9. Contract Termination Both Parties Have The Option Or Terminate The Contract Acceptable To Both Parties Based On The Philippine Government Procurement Reform Act And Its Implementing Rules And Regulations, Gppb Guidelines Or Its Issuances, And Other Philippine Laws As Applicable. Pursuant To Annex I Of The 2016 Revised Implementing Rules And Regulations, As Of 15 July 2022, Of The Republic Act No. 9184, The Cic Reserves The Right To Terminate The Procurement Of Ibm Workload Scheduler Processor Value Unit (pvu) Annual Software Maintenance On The Following Grounds: Termination By Default: Pursuant To Section 68 Of The 2016 Revised Irr, When Outside Of Force Majeure, The Sp Fails To Deliver Or Perform Any Or All Of The Contract Deliverables Within The Period Specified In The Contract, Or Within Any Extension Thereof Granted By The Cic Pursuant To A Request Made By The Sp Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; Pursuant To Section 68 Of The 2016 Revised Irr, The Sp, As A Result Of The Force Majeure, Is Unable To Deliver Or Perform Any Or All Of The Contract Deliverables, Amounting To At Least Ten Percent (10%) Of The Contract Price, For A Period Of Not Less Than Sixty (60) Calendar Days After Receipt Of Notice From The Cic Stating That The Circumstances Of Force Majeure Is Deemed To Have Ceases; Or The Sp Fails To Perform Any Other Obligation Under The Contract. Termination For Convenience, In Whole Or In Part. If The Cic Has Determined The Existence Of Conditions That Make The Contract Implementation Economically, Financially Or Technically Impractical And/or Unnecessary, Such As, But Not Limited To, Fortuitous Event/s Or Changes In Law And National Government Policies. Termination For Insolvency. If The Sp Is Declared Bankrupt Or Insolvent As Determined With Finality By A Court Of Competent Jurisdiction. Termination For Unlawful Acts. In Case It Is Determined Prima Facie That The Sp Engaged, Before Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation. Statement Of Compliance Dated This ________________. Signature Of Authorized Representative Printed Name Of Authorized Representative Capacity/position/designation Duly Authorized To Sign Compliance For And On Behalf Of: ___________________ Annex "c" Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: Select One, Delete The Other: [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; Select One, Delete The Other: [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Select One, Delete The Rest: [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Procurement Agent If Engaged, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This __ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ______ . Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Doc. No. ___ Page No. ___ Book No. ___ Series Of ____. Note: “sec. 12. Competent Evidence Of Identity – The Phrase “competent Evidence Of Identity” Refers To The Identification Of An Individual Based On: At Least One Current Identification Document Issued By An Official Agency Bearing The Photograph And Signature Of The Individual, Such As But Not Limited To, Passport, Driver’s License, Professional Regulations Commission Id, National Bureau Of Investigation Clearance, Police Clearance, Postal Id, Voter’s Id, Barangay Certification, Government Service And Insurance System (gsis) E-card, Social Security System (sss) Card, Philhealth Card, Senior Citizen Card, Overseas Workers Welfare Administration (owwa) Id, Ofw Id, Seaman’s Book, Alien Certificate Of Registration/immigrant Certificate Of Registration, Government Office Id, Certification From The National Council For The Welfare Of Disabled Persons (ncwdp), Department Of Social Welfare And Development (dswd) Certification; The Board Resolution Or Secretary’s Certificate Referring To The Said Board Resolution Designating The Bidder’s Authorized Representative And Signatory Need Not Specifically Indicate The Particular Project Where Such Authority Is Given Provided That The Said Authority Covers Activities By Cic.
Closing Date20 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
East Avenue Medical Center Tender
Healthcare and Medicine
Philippines
Details: Description Request For Expression Of Interest For Bidding For Consultancy Services For 3d Laser Scanning And As-built Services Of East Avenue Medical Center (main Building) 1. The East Avenue Medical Center, Through The Gaa/income 2024 Intends To Apply The Sum Of Ten Million Five Hundred Thousand Pesos (₱10,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bidding For Consultancy Services For 3d Laser Scanning And As-built Services Of East Avenue Medical Center (main Building). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The East Avenue Medical Center Now Calls For The Submission Of Eligibility Documents For Bidding For Consultancy Services For 3d Laser Scanning And As-built Services Of East Avenue Medical Center (main Building). Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat Through Manual Submission On March 5, 2025, 2:00pm At East Avenue Medical Center, 7th Floor Conference 2a. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From East Avenue Medical Center – Procurement Section, Lower Ground Floor And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays, 8:00 Am To 5:00 Pm . 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 To March 5, 2025, From The Address Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (₱ 10, 000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Three (3) Consultants Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: 6. Shortlisting Criteria Maximum Points I Applicable Experience Of The Consultant (meaning The Consulting Firm) 50 Ii Qualification Of Principal And Key Staff 30 Iii Current Workload Relative To Capacity 20 Grand Total 100 Passing Score: 70 Points 7. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 8. The Procuring Entity Shall Evaluate Bids Using The Quality Based Evaluation/selection (qbe) Procedure. The Criteria And Rating System For The Evaluation Of Bids Are Provided In The Instructions To Bidders. 9. The Contract Shall Be Completed Within 120 Calendar Days. 10. The East Avenue Medical Center 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. 11. For Further Information, Please Refer To: Procurement Section East Avenue Medical Center East Avenue, Diliman, Quezon City 89280611 Loc 224/560 Procurement@eamc.doh.gov.ph February 26, 2025 _________________________________ Willie N. Saludares, Md (sgd) Hbac-c Chairperson
Closing Date5 Mar 2025
Tender AmountPHP 10.5 Million (USD 181 K)
151-160 of 169 archived Tenders