Camera Tenders

Camera Tenders

City Of Trece Martires Tender

Furnitures and Fixtures
Philippines
Details: Description Arm Chair (kindergarten) 30 Pc/pcs ₱45,000.00 -wooden, Sturdy, 14x14 -different Colors (red, Blue, Yellow, Green) Office Table 1 Pc/pcs ₱4,500.00 - Made Of Wood, With 4 Drawers And 2 Locks -color: White Or Gray -size (lxwxh) 46 X 22.4 X 28.4 Inches Office Chair 1 Pc/pcs ₱6,500.00 - Black, Adjustable Height -mesh Type, Fabric Finish - Office Mid-back Chair With Armrest Steel Cabinet Mobile Pedestal 1 Pc/pcs ₱5,000.00 - 3-drawer Gauge 20 W/ Key Lock, Color: White Book Shelf Organizer 2 Pc/pcs ₱3,600.00 - Wooden, White, 120*24*60cm (lxwxh) -moisture-proof, Thick, 8 Square Shelves -grid Cabinet Bookcase, Modern Montessori Bookshelf 2 Pc/pcs ₱5,600.00 - Material: Wood, Color: White, 80 - Dimension: 80*30*88 Cm, 5 Layer/shelves Whiteboard 1 Pc/pcs ₱6,500.00 - Wall Mounted, Approx. 4ft X 7ft, Heavy Duty Plastic Chair 5 Pc/pcs ₱3,175.00 - Nordic Plastic Chair, Stackable, Thickened Dimensions: 78*38*39, Color Grey Educational Posters 11 Pc/pcs ₱1,155.00 - 20" X 30", With Plastic Lamination - Alphabet, Numbers, Shapes, Colors, Fruits, Animals, Vegtables, Months, Days, Body Parts, Solar System (1 Each) Whiteboard Marking Pen 30 Pc/pcs ₱2,610.00 - Whiteboard, Black, Fine Pilot Or Equal Brand Ink Refill For Whiteboard Pen 10 Btl ₱650.00 - Black, 25ml Eraser - Felt, Whiteboard Eraser, 12.5x5x2.6cm 5 Pc/pcs ₱300.00 Trash Can-capacity: 50l, Touch Top Cover, Pp 2 Pc/pcs ₱960.00 Garbage Bag, Black Plastic, Medium, 50's 5 Pack ₱1,350.00 Walis Tambo, Broom, Soft 1 Pc/pcs ₱315.00 Walis Tingting, Broom, Stick 1 Pc/pcs ₱70.00 Dustpan, Plastic, Pansize: 23cm X 24cm 1 Pc/pcs ₱80.00 Alcohol, 70% Isoprophyl, 500 Ml 4 Btl ₱476.00 Bathroom Soap, Liquid W/ Dispenser, 221ml 1 Pc/pcs ₱265.00 Chlorox, 1892ml, Original, Zonrox Or Equal Brand 1 Gallon ₱215.00 Dipper With Handle 1 Pc/pcs ₱72.00 Pail-heavy Duty, 6 Gal. Plastic Pail 1 Pc/pcs ₱400.00 Spin Mop 1 Pc/pcs ₱760.00 - With Suspension Spinner And Extend Hydraulic Rod, 360 Easy Rotating, 30l - With 5 Wash Cloths, 48*28*27cm Bucket Size Toilet Bowl Brush, W/ Handle, Plastic, Short 1 Pc/pcs ₱224.00 Toilet Bowl Cleaner, 500ml 1 Pc/pcs ₱224.00 Extension Cord, 4 Switches, Universal Outset And Switch 3 Meters 4 Pc/pcs ₱1,840.00 Colored Erasable Whiteboard Markers 5 Pack ₱1,525.00 -12 Different Colors Per Pack Ink Refill For Colored Erasable Whiteboard Markers 2 Pack ₱1,060.00 - 12 Colors Refilling Ink Paper, Multicopy, 80gsm, Legal Size 5 Ream ₱2,350.00 Paper, Multicopy, 80gsm, A4 Size 5 Ream ₱2,100.00 Pen, Ballpoint, Fine Point, Pilot Or Equal Brand, Black 50 Pc/pcs ₱1,850.00 Pen, Ballpoint, Fine Point, Pilot Or Equal Brand, Red 20 Pc/pcs ₱740.00 Pen, Ballpoint, Fine Point, Pilot Or Equal Brand, Blue 20 Pc/pcs ₱740.00 Sign Pen, V-5 Extra Fine, Pilot Or Equal Brand, Black 4 Pc/pcs ₱500.00 Sign Pen, V-5 Extra Fine, Pilot Or Equal Brand, Blue 4 Pc/pcs ₱500.00 Pencil, Lead W/ Eraser, Wood Cased #1 12's 3 Box ₱510.00 Stapler No. 35, Heavy Duty, With Remover 2 Pc/pcs ₱1,304.00 Staple Wire, #35, 5000 Pcs. 5 Box ₱525.00 Wall Clock, Colorful, Large 1 Pc/pcs ₱1,600.00 Two-ring Binder (lever Arch File, H=14", W=9", Capacity=3", Long (1 Red, 1 Blue, 1 Yellow) 3 Pc/pcs ₱1,164.00 Scissors, 6" Minimum 2 Pc/pcs ₱320.00 Double Sided Tape, 1", 50 M 3 Roll ₱297.00 Masking Tape, 1" 24mm 2 Roll ₱182.00 Transparent Tape, 1", 50m 2 Roll ₱216.00 Transparent Tape, 2" 50mm 2 Roll ₱286.00 Ink Bottle, Brother, Btd60bk, Black 3 Bottle ₱1,557.00 Ink Bottle, Brother, Bt5000c, Cyan 1 Bottle ₱519.00 Ink Bottle, Brother, Bt5000m, Magenta 1 Bottle ₱519.00 Ink Bottle, Brother, Bt5000y, Yellow 1 Bottle ₱519.00 Bluetooth Mouse With Scroll 1 Pc/pcs ₱650.00 Mouse Pad, 25x20cm Approx. 1 Pc/pcs ₱210.00 Battery, Dry Cell, Aa, 2pc/pck 5 Pack ₱650.00 Battery, Dry Cell, Aaa, 2pc/pck 5 Pack ₱650.00 First Aid Kit-first Aid Kit Set, Emergency Kit 1 Set ₱620.00 Fire Extinguisher 1 Pc/pcs ₱1,750.00 - 10lbs, Dry Chemical, For Class A,b,c Fires Stand Fan, Electric Fan 1 Unit ₱2,483.00 Industrial Wall Fan 3 Unit ₱5,460.00 - 3 Metal Aluminium Blades, 55" Smart Tv 1 Unit ₱30,800.00 - 4k Smart Android Tv, 4k Hdr Tv - Slim Design, Two Leg Stand, Dolby Audio - Display Resolution: 3840 X 2160 Laptop 1 Unit ₱75,000.00 - Processor: 13th Gen Intel Core I5-13420h - Graphics: Integrated Intel Uhd Graphics - Memory: 8gb Ddr5-5200mhz - Storage: 256gb Ssd M.2 2242 Pcie Gen4 - Display: 16" Wuxga (1920x1200), Ips, Anti-glare, Non-touch, 45% Ntsc, 300 Nits, 60 Hz - Camera: 720p Hd With Dual Microphone With Fingerprint Reader, Color: Arctic Grey - Os: Windows 11 Home - With Licensed Microsoft Office Ink Tank Printer 1 Unit ₱19,000.00 - Function: Print, Scan, Copy - Max Printing Resolution: 4800 (horizontal) X 1200 (vertical) Dpi - Printable Width: Up To 203.2mm (8") - Paper Size: A4, A5, B5, Letter, Legal, Etc. - Paper Handling: A4 = 60 - Scanner Type: Flatbed - Optical Resolution: 600 X 1200 Dpi - Copier: Max Doc Size - A4/letter - Display: Lcd (1.5"/3.8cm Segment Mono) - Color: Black
Closing Date2 Jan 2025
Tender AmountPHP 249.9 K (USD 4.3 K)

Stadt F Rstenwalde Spree Tender

Civil And Construction...+1Others
Germany
Details: Framework agreement for over 1 year - 1,400 items. Cleaning of street drains <= 0.25 m³ - 500 items. Cleaning of street drains from 0.25 m³ up to 1.40 m³ - 1,000 m cleaning of connecting lines from DN 150 up to DN 250 - 1,200 items. Cleaning of sludge buckets made of galvanized steel in accordance with DIN 4052 - 20 items. Cleaning of soakaways - 30 items. Cleaning of rainwater shafts - 20 items. Cleaning of galvanized steel dirt traps - 2,950 m cleaning of various pipes. Pipe diameter - disposal costs for various types of waste - 4,000 m sewer inspection using a high-resolution camera - 100 m sewer inspection using a 3D scanner camera - 90 pcs. manhole inspection of existing, maximum depth 3 meters - 10 pcs. manhole inspection of existing, maximum depth 6 meters - 100 pcs. operating status check of the sections with an electric sewer mirror - 30 pcs. inspection of waste water infiltration systems - 40 pcs. delivery and disposal of sludge buckets - 40 pcs. delivery and disposal of dirt traps For further items, please refer to the list of services
Closing Date6 Jan 2025
Tender AmountRefer Documents 

Municipality Of Los Ba os, Laguna Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description I. Office Of The Mayor/hrmo(253,640.00) Laptop 1 Unit Os: Windows 11 Home Color: Mica Silver 12th Generation Intel®core? I5 Processor Intel®core I5-12500h(up To 4.5 Ghz W/ Intel®turbo Boost Technology(2g), 18mb L3 Cache, 12 Cores, 16 Threads) Intel Integrated Soc 16 Gb Ddr5-4800 Mhz Ram(2x8gb) 512 Gb Pcie® Nvme? Tlcm.2 Ssd 40.9cm(16.1") Diagonal, Fhd(1920x1080), 144hz,ips,microedge,anti-glare,250 Nits,45% Ntsc Audio By B&o; Dual Speakers; Hp Audio Boost Dimension: 37x26x2.35cm Ports:1 Superspeed Usb Type-c® 5gbps Signaling Rate(usb Power Delivery, Displayport? 1.4, Hp Sleep And Charge); 1superspeed Usb Type-a 5gbps Signaling Rate(hp Sleep And Charge); 2superspeed Usb Type-a 5gbps Signaling Rate; 1hdmi 2.1; 1 Rj-45; 1 Ac Smart Pin; 1 Headphone/microphone Combo With Backpack 1 Year Warrranty Desktop Pc W/ Oem Licensed Windows 11 Os 2 Unit 12th Gen Intel Core I3-12100(4-core,12mb Cache, Up To 4.3ghz Intel Uhd Graphics 8gb Ddr4-3200 Mhz Sdram 256gb M.2 Pcle Nvme Ssd+1tb 7200 Rpm Hdd 21.5" Full Hd (1920x1080) Led-backlit Lcd Monitor 2x Usb 2.0 (front) 2x Usb 3.2 Gen 1 Type A (front) 1x Hdmi 1x Vga 2x Usb 3.2 Gen 1 Type A (rear) 2x Usb 2.0(rear) 1x Rj45 Gigabit Ethernet 1x Media Card Reader 1x Combo Audio Jack 1x Line Out Oem 300w True-rated Psu Oem Wired Optical Mouse & Keyboard Integrated Wi-fi 6 802.11ax, .mu-mimo + Bluetooth (oem) Oem Windows 11 Home(64bit) Single Language English 1 Year Warranty High Speed And Heavy Duty A3 Scanner(duplex Sheet-fed Document Scanner) 1 Unit Scan At Speeds Up To 85ppm/170ipm(one-pass Duplex) Scan From 27gsm To 413gsm Scan Up To A3 1.44" Colour Lcd Sensor Type: Contact Image Sensor(cis) Scanning Method: Fixed Carriage & Moving Document Optical Resolution: 600x600dpi Min Document Size: 50.8 X 50.8 Mm Daily Scan Volume: Up Tp 9,000 Pages/day Adf Capacity: 100 Sheets (80g/m2) Interface: Usb 3.0 1 Year Warranty Ii. Records Management Office (188,400.00) 1 Branded Desktop Pc W/ Oem Licensed Windows 11 Os 2 Unit 12th Gen Intel Core I5-12100(6-core,18mb Cache, Up To 4.4ghz) Intel Uhd 630graphics 8gb Ddr4-3200 Mhz Sdram 512gb M.2 Pcle Nvme Solid State Drive (or 256gb M.2pcie Nvmessd = 1tb 7200 Rpm Hdd) 24" Full Hd (1920x1080) 75hzled-backlit Lcd Monitor 3x Usb 3.2 Gen 1 Type A Port 1x Usb 3.2 Gen 1 Type C Port 4x Usb 2.0 Port 1x Combo Audio Jack 1x Line Out Port 1x Hdmi 1.4b Port 1x Vga Port 1x Rj45 Gigabit Ethernet 1x Media Card Reader Oem 300w True-rated Psu Oem Wired Optical Mouse & Keyboard Integrated Wi-fi 6 802.11ax, .mu-mimo + Bluetooth (oem) Oem Windows 11 Home(64bit) Single Language English 1 Year Warranty 2 A3 All-in-one Inkjet, Color, Duplex, Wi-fi Printer 1 Unit Ink Tank System And Automatic Printer Type: Print, Scan, Copy, Fax With Adf Printing Technology: Print Method: Precisioncoretm Printhead Minimum Ink Droplet Volume:3.8 Pl Print Direction:bi-directional Printing Nozzle Configuration:800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution:4800 X 2400 Dpi Automatic 2-sided Printing:yes (up To A3) Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1:approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour):up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour):up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour):up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour):up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour):up To 10.0 Ipm / 5.0 Ipm *2 Copy Function: Reduction / Enlargement:25 - 400% Maximum Copy Size:a3 "copy Resolution:600 X 600 Dpi Max Copies:999 Copies" Copying: Iso 29183, A4 Simplex Flatbed (black / Colour):up To 23.0 Ipm / 10.0 Ipm Iso 24735, A4 Simplex Adf (black / Colour):up To 22.5 Ipm / 10.0 Ipm Iso 24735, A4 Duplex Adf (black / Colour):up To 15.5 Ipm / 7.5 Ipm Scanning: Scanner Type:flatbed Colour Image Scanner Sensor Type:cis Optical Resolution:1200 X 2400 Dpi "maximum Scan Area:297 X 431.8 (mm) Scanner Bit Depth (colour):48-bit Input, 24-bit Output Scanner Bit Depth (grayscale):16-bit Input, 8-bit Output Scanner Bit Depth (black & White):6-bit Input, 1-bit Output" Scan Speed:(flatbed / Adf (simplex | Duplex)):200dpi, Black: 5 Sec / Up To 26.0 Ipm | 11.5 Ipm 200dpi, Colour: 10 Sec / Up To 9.0 Ipm | 6.0 Ipm Adf Specifications: "support Paper Thickness: 64-95 G/m2 Paper Capacity: 50 Sheets" Fax Function: "type Of Fax:walk-up Black-and-white And Colour Fax Capability Receive Memory / Page Memory:6mb, Page Memory Up To 550 Pages Error Correction Mode: Itu-t T.30" "fax Speed (data Transfer Rate):up To 33.6 Kbps, Approx.3 Sec/page Fax Resolution:up To 200 X 200 Dpi Transmission Paper Size (flatbed):a5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17"" Transmission Paper Size (adf): A5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17"" Receiving Paper Size:half Letter, A5, B5, A4, Letter, Legal, B4, 11 X 17”, A3, A3+ Speed Dial / Group Dial:up To 200 Numbers, 199 Groups Fax Features:pc Fax (transmission/receive), Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception, Fax Preview, Memory Reception, Fax To Email, Fax To Folder, Automatic 2-sided Fax" Paper Handling: "paper Feed Method:friction Feed Number Of Paper Trays:3 (front 2, Rear 1)" "standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2)" 50 Sheets For Premium Glossy Photo Paper "cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper" "output Capacity:125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Maximum Paper Size:329 X 6000 Mm" Paper Sizes:a3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 Print Margin:3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver Card Slot / Usb Host Function: Type Of Direct Printing:usb Memory "supported Os:windows Xp / Vista / 7 / 8 / 8.1 / 10, Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later" Noise Level:pc Printing / Plain Paper Default *3:sound Power (black / Colour) 6.7 B(a) / 6.2 B(a), Sound Pressure (black / Colour) 52 Db(a) / 47 Db(a) "dimensions (w X D X H):515 X 500 X 350mm Weight:20.7kg" Interface: "usb:usb 2.0 Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Network Protocol:tcp/ipv4, Tcp/ipv6 Network Management Protocols:snmp, Http, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Sntp, Slp, Wsd, Lltd" Power: "rated Voltage:ac 220 - 240 V Rated Frequency:50 - 60 Hz Power Consumption:operating: 19.0 W Standby: 9.1 W Sleep: 0.8 W Power Off: 0.2 W" Lcd Screen:4.3" Colour Lcd Touch Screen 1 Year Warranty Iii. Mho (370,000.00) 1 Server 1 Unit With 4 X 3.5" Hard Drive Chasis Rack Server Intel Xeon E-2324 3.1 Ghz 8m Cache 16gb Udimm 3200mt/s 2tb Drive Sas Ise Tmp2.0 V3 Idrac9 Express 15g Perc H755, Black Feature Technical Specifications Processor Intel Xeon E-2324 3.1 Ghz, 8m Cache, Memory • 16gb Udimm, 3200 Mt/s • Supports Unregistered Ecc Ddr4 Dimms Only Storage Controllers • Internal Controllers (raid): Perc H355, Perc H355f, Perc H345, Perc H345f, H755, H755f, Hba355i, Hba355f, S150 • Internal Boot: Internal Dual Sd Module Or Usb Or Boot Optimized Storage Subsystem (boss-s2): Hwraid 2 X M.2 Ssds • External Hbas (non-raid): Hba355e Drive Bays Front Bays: • With 4 X 3.5" Hard Drive Chasis Rack Server Power Supplies • 600w Platinum 100-240 Vac Or 240 Vdc Redundant, Hot Swap Cooling Options Air Cooling Fans Up To Four Fans With Full Redundancy Dimensions • Height – 42.8 Mm (1.69 Inches) • Width – 482 Mm (18.98 Inches) • Depth – 585.3 Mm (23.04 Inches) Without Bezel 598.94 Mm (23.58 Inches) With Bezel Form Factor 1u Rack Server Embedded Management • Idrac9 • Idrac Direct • Idrac Restful Api With Redfish • Idrac Service Module Bezel Optional Lcd Bezel Or Security Bezel Openmanage Software • Openmanage Enterprise • Openmanage Power Manager Plugin • Openmanage Supportassist Plugin • Openmanage Update Manager Plugin Mobility Openmanage Mobile Integrations And Connections Openmanage Integrations • Bmc Truesight • Microsoft System Center • Red Hat Ansible Modules • Vmware Vcenter And Vrealize Operations Manager Openmanage Connections • Ibm Tivoli Netcool/omnibus • Ibm Tivoli Network Manager Ip Edition • Micro Focus Operations Manager • Nagios Core • Nagios Xi Security • Cryptographically Signed Firmware • Secure Boot • Secure Erase • Silicon Root Of Trust • System Lockdown (requires Idrac9 Enterprise Or Datacenter) • Tpm 1.2/2.0 Fips, Cc-tcg Certified, Tcm 2.0 Optional Embedded Nic 2 X 1 Gbe Lom Network Options Na Ports Front Ports • 1 X Idrac Direct (micro-ab Usb) Port • 1 X Usb 2.0 Rear Ports • 1 X Usb 2.0 • 1 X Idrac Ethernet Port • 1 X Usb 3.0 • 1 X Serial Port • 1 X Vga Internal Ports • 1 X Usb 3.0 (optional) Pcie 3 Pcie Slots: • 1x8 Gen4 (x16 Connector) Low Profile, Half Length • 1x8 Gen4 (x8 Connector) Low Profile, Half Length • 1x4 Gen4 (x8 Connector) For Dedicated Perc Only Operating System And Hypervisors • Microsoft Windows Server With Hyper-v 2 Branded Laptop W/ Licensed Os 2 Units Black Amd 16gb Ddr4/ 512gb M.2 Nvme Pcie Ssd/ Graphics: 15.6" Fhd Display: Amd Radeon Graphics Windows 10 Pro 64bit /webcam / Wifi / Bt / Lan / Audio Port /usb 3.0/usb Type-c/hdmi/laptop Operating System: Ryzen 7 5825u Audio: High Definition (hd) Audio, Speakers: Stereo Speakers, 1.5w X2 Microphone: Dual-microphone Array With Noise-cancelling Camera: Hd 720p, With Privacy Shutter, Fixed Focus "battery: Integrated Li-polymer 38wh Battery, Supports Rapid Charge (charge Up To 80% In 1hr) Integrated Li-polymer 45wh Battery, Supports Rapid Charge (charge Up To 80% In 1hr)" Max Battery Life: 10.3hrs "power Adapter: 65w Round Tip (3-pin) Ac Adapter, 100-240v, 50-60hz 65w Usb-c (2-pin) Ac Adapter, Supports Pd 3.0, 100-240v, 50-60hz 65w Usb-c (3-pin) Ac Adapter, Supports Pd 3.0, 100-240v, 50-60hz" Keyboard: 6-row, Spill-resistant, Multimedia Fn Keys, Smb Service Hot Key, Numeric Keypad Backlight: Non-backlight Touchpad: Surface Multi-touch Touchpad, Supports Precision Touchpad (ptp), 69 X 104 Mm (2.72 X 4.09 Inches) Dimensions: 359 X 236 X 19.9 Mm (14.13 X 9.29 X 0.78 Inches) "surface Treatment: Imr (in-mold Decoration By Roller) Texture" Ehternet: Gigabit Ethernet, 1x Rj-45, Supports Wake-on-lan "wlan + Bluetooth: Wlan + Bluetooth**[1] 802.11ac 2x2 Wi-fi® + Bluetooth® 5.1, M.2 Card Wi-fi 6, 802.11ax 2x2 Wi-fi + Bluetooth 5.1, M.2 Card" "1x Usb 2.0 1x Usb 3.2 Gen 1 1x Usb-c 3.2 Gen 1 (support Data Transfer, Power Delivery 3.0 And Displayport™ 1.2) 1x Hdmi 1.4b 1x Ethernet (rj-45) 1x Headphone / Microphone Combo Jack (3.5mm) 1x Power Connector" Security Chip: Firmware Tpm 2.0 Integrated In Soc Camera Privacy Shutter ** One Year Warranty **7 Days Replacement ****nothing Follows**** Bid Amount Shall Not Exceed The Approved Budget Of Each Department / Office
Closing Date31 Jan 2025
Tender AmountPHP 812 K (USD 13.8 K)

City Of Pagadian Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Bids And Awards Committee Invitation To Bid/ Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods, Charged To 1011-300-1-07-05-030/rf24-1000-2a-1g (information And Communication Technology And Equipment) With An Approved Purchase Request Nos. 210 Pagadian City, As Described Below: Pbg-2025-01-14 Procurement Of Accessories And Rehabilitation Of Video Surveillance System Of Close Circuit Television,this City. Item No. Qty Unit Of Issue Description Approved Budget For The Contract Unit Cost ₱ Total Cost ₱ 1 1 Piece 5ghz Directional Client - 16dbi 32,400.00 32,400.00 * Primary Use: Standard Client, Suitable For Most Conditions * Antenna Type: Flat Panel *antenna Gain: 16dbi * Power Consumption: 12 Watts * Input Voltage: 30 Vdc * Input Voltage: 30 Vdc * Dimensions: 12.4 X 25.1 X 11.9 Cm (4.9 X 9.9 X 4.7 In) * Weight-: 0.50 Kg (1.1 Lb) * Environmental: Ip55 * Temperature: 30⁰c To 60⁰c (-22⁰f To 140⁰f) * Wind Survival: 200 Km/h (124 Mph) * Certifications: Fccid-z8h-89ft0047, Ic - 109w-007, Ce - En 301 893 V2.1.1 (5.4 Ghz), En 302 502 V2.1.1 (5.8 Ghz) 2 2 Pieces 5ghz Directional Client - 16dbi 36,200.00 72,400.00 * Primary Use: High Gain Client Useful For Though Climates,longer Distances Or Industril Sites * Antenna Type: Flat Panel *antenna Gain: 19dbi * Power Consumption: 12 Watts * Input Voltage: 30 Vdc * Input Voltage:: 30 Vdc * Dimensions: 27.8 X 27.8 X 4.5 Cm (10.9 X 10.9 X 1.8 In) Without Mountaing Bracket * Weight-: 1.45 Kg (3.2 Lbs) * Environmental: Ip67 * Temperature: 30⁰c To 60⁰c (-22⁰f To 140⁰f) * Wind Survival: 200 Km/h (124 Mph) * Certifications: Fccid-z8h-89ft0047, Ic - 109w-0047, Ce - En 301 893 V2.1.1 (5.4 Ghz), En 302 502 V2.1.1 (5.8 Ghz) 3 1 Pieces 20- Port Enterprise Gigabit Poe Network Switch 310,300.00 310,300.00 * Throughput: 112 Gbps *mbps Rj45 Ports :16 * 10 Gbps Fiber Ports (sfp+): 4 * Poe+enabled Ports 802.3af/at/bt:16 * Low Voltage Passive Poe (24 V): 8 * High Power 4 Ppoe (up To 90 W): 8 * Dram: 512 Mb * Power Supply : Crps Dependent * Cpu Speed: 800 Mhz * Leds Per Port: Link/activity, Poe * 802.3af/atbt Poe (54v): Ports 1-16 * 24v Passive Poe -up To 15w: Ports 9-16 * 54v Passive Poe -up To 90w: Ports 1-8 * 54v Passive Poe -up To 30w: Ports 9-16 *poe Max Power Per Port: 30w/90w *temperature Ranges: 10⁰c Up To 65⁰c 4 7 Pieces 10-port Enterprise Gigabit Poe Network Switch 48,200.00 337,400.00 * Throughput: 20 Gbps *10/100/1000 Ports: 8 * Uplink Ports: 2 Sfp *poe+ Enabled Ports 802.3af/at:8 * Dram: 512 Mb *power Supply; 100240 Vac * Max Switch Power: 10.54w *cpu Speed: 800mhz * Leds Per Port: Link/activity, Poe * Poe+power Budget: 75 W *poe + Voltage: 54v * Poe Max Power Per Port: 30 W * Temperature: 0⁰c To 50⁰c (32⁰f To 122⁰f) * Storage Temperature: (-40⁰f To 158⁰f) 5 1 Piece 49-inch 3.5mm Lcd Display Unit 216,500.00 216,500.00 * Screen Siz: 49 Inches Backlight: Direct -lit Led Backlight Pixel * Pitch:0.56 Mm *physical Seam: 3.5 Mm * Bezel Width: 2.3mm (top/left), 1.2 Mm (bottom/right) * Brightness: 500 Cd/m² * Viewing Angle: Horizontal 178⁰, Vertical 178⁰ * Video & Audio Input: Hdmi X 1, Dvi X 1, Vga X 1, Usb X 1 * Power Consumption: =134 W * 4k Signal Input, Auto Loop Up To 30 Screens With Hdmi/dp Interfaces * Anti-glare, High Definition, High Brightness, High Color Gamut, And Vivid Images With Rich Colors * Metal Casing For Preventing From Radiation And Magnetic & Electric Field Interference * Wall-mount And Modular Brackets Available To Meet Various Installation Requirements 6 1 Piece 4mp Ir Varifocal Bullet Network Camera 36,200.00 36,200.00 * 1/3" Progressive Scan Cmos * 2688 X 520 @30fps * 2.7 To 13.5 Mm Varifocals Lens * Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir * H.265+, H.265, H.264+,h.264 * Three Streams * 120db Wdr * Junction Box Included In The Package * Blc/3d Dnr/roi/hlc * Ip67 * Built - In Micro Sd/sdhc/sdxc Card Slot, Up To 128 Gb * 3-axis Adjustment * Metadata Of Intrusion Detection, Line Crossing Detection, Unattended Baggage Detection, And Object Removal Are Supported. 7 10 Pieces Power Over Ethernet (poe) Adapters, 60w 2,500.00 25,000.00 * Output Voltage: 50vdc @ 1.2a * Rated Voltage: 100-240vac @ 50/60hz * 4-pair Powering: Pins 1,2,4,5 (+) And Pins 3,6,7,8 (-) * Data In /poe: Rj45 Shielded Socket 8 1 Piece Outdoor Carrier Class Shielded Ethernet Cable 29,800.00 29,800.00 * Industrial-grade Ethernet Cable That Protects Your Network From Elemental And Electrostatic Damage * Category 5e Cable * Insulated, Weatherproof Cable Jacket * Internal Foil Shielding And Drain Wire For Increased Esd Damage Protection * Internal Anti-crosstalk Divider To Preserve Signal Integrity In High Traffic Areas * Cable Length 305 M 9 1 Lot Installation Materials 135,000.00 135,000.00 10 1 Lot Installation, Termination, Commisioning And Testing, Included On-site Project Management & Training And Transportation 245,000.00 245,000.00 Grand Total 1,440,000.00 All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). . Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 31,2025 To February 7,2025 2-issuance Of Eligibility Forms /bid Documents February 6,2025 To February 17,2025 3-pre-bid Conference Fbruary 4,2025 City General Services Office @ 2pm 4-submission And Receipt Of Bids(including Eligibility Check) February 17,2025 City General Services Office @ 2pm Bidding Is Open To All Interested Local Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Bidding Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount At P1,400.00 To The Bac Secretariat, City General Services Office Through The Office Of The City Treasurer-cashier, This City. The City Government Of Pagadian 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. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: January 31,2025 To Febraury 7,2025
Closing Date7 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.6 K)

DEPT OF THE NAVY USA Tender

Education And Training Services
United States
Description: The Due Date For Responses To This Sources Sought Notice And Submission Of Requests To Meet One-on-one With The Government Is 16:00pm Est On Friday, 10 January 2024. one-on-one Meetings With The Government Will Be Scheduled In The Time Slots Listed On Page 6/7 Of This Sources Sought Notice (second-to-last Paragraph) On Wednesday, 15 January 2025 And Thursday, 16 January 2025 (all Times Are Eastern). disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. purpose this Sources Sought Is Not A Request For Proposal. the Purpose Of This Sources Sought Is To Determine The Interest And Capability Of Potential Offerors To Provide The Required Products And To Assist Determining The Appropriate Acquisition Strategy. responses To This Sources Sought Will Be Utilized To Determine If Any Small Business Set-aside Opportunities Exist. All Small Business Set-aside Categories Will Be Considered. After The Assessment Of The Responses And Any Other Market Research Data, Should This Requirement Not Be Set Aside For Small Business, The Government Intends To Establish A Small Business Participation Goal. introduction the Naval Air Warfare Center Training Systems Division (nawctsd) Is Providing This Sources Sought To Conduct Market Research For The Rrl Fy26 Performance Support Video Factory Effort To Support Sailor Learning At The Point Of Need (pon). anticipated Timeline: estimated Final Request For Proposal (rfp) Release: 3rd Quarter Fy2025 estimated Award: 2nd Quarter Fy2026 estimated Value Is $100 Million Over 5 Years projected Delivery Schedule Will Vary Depending On The Length Of The Performance Support (ps) Requirement. place Of Performance the Anticipated Place Of Performance Is The Contractor’s Facility With Some Travel To Various Government Facilities To Capture Video And Images Of The Subject For The Proposed Performance Support Video. eligibility: the Anticipated Product Service Code (psc) For This Requirement Is 6910. The Anticipated North American Industry Classification System (naics) Code For This Acquisition Is 512110 Which Is For Motion Picture And Video Production, Which Carries A Small Business Size Standard Of $40m. acquisition Approach the Government Anticipates Awarding, On A Competitive Basis In Accordance With Far Part 15 Procedures, A Single Award, Firm, Fixed-price Indefinite Delivery Indefinite Quantity (idiq) Contract To The Offeror Submitting An Acceptable Proposal That Represents The Best Value To The Government All Factors Considered. program Background sailor 2025 Is A Navy-wide Program To Improve And Modernize Personnel Management And Training Systems To More Effectively Recruit, Develop, Manage, Reward And Retain The Force Of Tomorrow. The Focus Is On Empowering Sailors; Updating Policies, Procedures, And Operating Systems; And Providing The Right Training At The Right Time In The Right Way To Ensure Sailors Are Ready For The Fleet. Recruiting, Developing, And Retaining The Right Number Of Sailors With The Right Skills To Man The Force Demands Innovation Built On A Framework Of Three Pillars. They Are: 1) Personnel System Modernization 2) Career Readiness And 3) Ready Relevant Learning. Nawctsd Focuses On The Third Pillar Ready Relevant Learning (rrl). rrl Is A Transformational Navy Training Initiative That Will Accelerate The Learning Of Every Sailor For Faster Response To Our Rapidly Changing Warfighting Requirements. One Goal Of This Initiative Is To Achieve Higher Performance By Coupling The Timing Of Training Delivery With Every Sailor’s Actual On-the-job Need. Rrl Will Ensure Every Sailor Receives Modernized Training Closer To The Pon. in Response To The Rrl Mission, The United States Fleet Forces Command (usffc) Career Long Learning Continuum (cllc) Process Has Generated Courses Of Action (coas) To Close Training Gaps, Enhance Sailor Performance, And Increase Fleet Readiness For Enlisted Ratings, With Eighty Percent Of The Coas Earmarked As Performance Support (ps). rrl Ps Focuses On Enhancing The Sailor’s Ability To Complete A Task And Meet Fleet Objectives. Ps Is Broken Out Into Four Phases: Phase I Consists Of Scoping, Analysis, And Design; Phase Ii Covers The Actual Ps Development. Once The Content Developer Submits Verified/validated Ps Content, Phase Iii Begins – Hosting And Distribution; Phase Iv, Entitled Consumption And Automate Metrics, Occurs Once Sailors Begin Accessing The Ps Content And Generating Automated Metrics About The User Experience. the First Phase Of Ps Content Is Primarily Intended For Individual Enlisted Sailors In Any Operational Environment To Support Performing Job Tasks. The Concept Of Ps Videos That Are Digitally Linked To Program Of Record (por) Sources Is A Relatively New Endeavor For America’s Navy. requirment Description: this Sources Sought Notice Is Related To A New Acquisition For The Ps Video Factory Effort. There Is No Incumbent Contract Or Contractor. the Fy26 Performance Support Video Factory Effort Will Focus On Ps Phases I And Ii. This Effort Will Bring Video Instruction To The Pon In The Fleet, Allowing Sailors To Reference The Correct Procedures For Review Anytime Necessary. This Is The Rrl Philosophy Of “right Place, Right Time, And Right Means.” interested Parties Should Demonstrate Verifiable Success Focusing On All Aspects Of Creating Instructional Videos From Script Writing, Camera And Sound Usage To Provide The Appropriate Effect And Angle For Scenes And Cutting And Editing The Media To Present The Final Package With A Successful Project Management Plan That Include: Compliance With A Tight Program Schedule, And Hiring And Retention Of Personnel And Risk Management. this Effort Is Intended To Procure The Following Ps Content Types: video: Live-action Video Created By Recording A Subtask Or Steps In A Procedures Using Physical Systems Or Equipment In A Lab Or Operational Environment. 3d Models: Animated Videos Created By Rendering The Actions Of A Subtask Or Steps In A Procedure Using A Virtual Model Of Systems Or Equipment In A Simulated Environment. interactive Schematics: Scalable Vector-based Diagrams Of System Elements And Their Operation (e.g., Power, Water, Signal, Electric Flows) Created Based On Por Technical Sources. Such Diagrams May Be Animated As The User Interacts With Them. ps Will Be Delivered In The Form Of A Video In Html5. Each Ps Video Will Be No Longer Than 5-minutes. A Literature Review Of Industry Use And Application Of Ps Yielded That The Optimal Duration Of An Individual Ps Video Is 2-3 Minutes. Ps Will Not Include Any Proprietary Software To Be Viewed, Operated And/or Sustained On Desktop, Laptop Or Mobile Devices. Additional Details Regarding The Requirements Are Available Upon Request. If You Would Like To Receive Copies Of The Ps Developer's Guide And The Ps Technical Compliance Check List, Please Email The Contract Specialist, Ms. Audrey Rolland At Audrey.l.rolland.civ@us.navy.mil And Include Your Company Cage. Upon Verification That Your Company Is A Department Of Defense Contractor, The Files Will Be Provided. special Requirements any Resulting Contract Is Anticipated To Have A Security Classification Level Of Secret. Vendors Shall Have A Facility Clearance Capability And Safeguarding Level Up To The Secret Level. In Phase I The Video Will Be Produced In The Unclassified Environment. submission Details (capabilities Statement) firms That Believe They Can Demonstrate The Capabilities Required To Be Considered For This Opportunity Are Invited To Submit An Electronic Response To The Contract Specialist, Ms. Audrey Rolland At Audrey.l.rolland.civ@us.navy.mil No Later Than 16:00 Est, Friday, 10 January 2025. Electronic Responses Shall Include A Reference To “[enter Your Company’s Name] Response To Fy25 Performance Support Sources Sought Notice” Within The Subject Line Of The E-mail. Please Use This Subject Line Format For Ease Of Internal Configuration Control. Carbon Copy Shall Be Provided To The Procuring Contracting Officer (pco), Mr. David Kors, At David.a.kors.civ@us.navy.mil. No Alternative Submittal Methods Are Requested. Information And Materials Submitted In Response To This Notice Will Not Be Returned. Classified Material Shall Not Be Submitted. The Response Shall Consist Of The Following: a Brief Capabilities Statement Package In Microsoft Word Format (no More Than 15) 8.5x11 Inch Pages (inclusive Of A Cover Page) And Times New Roman Font, No Less Than 10 Point) Shall Be Submitted. The Response To The Questions Listed In Paragraph 4 Below Shall Be Included Within This 15-page Limit. Brevity Of Extraneous Information Is Desired. Responses Should Clearly Describe The Potential Offerors’ Capabilities To Satisfy Requirements And Should Describe Current Capabilities In The Area Of Capabilities-based Video Production, Animation Of 3d Models And/or Interactive Schematics Of The Curricula It Supports With A Successful Project Management Plan That Include: Compliance With A Tight Program Schedule, Cost Containment, And Hiring And Retention Of Personnel And Risk Management. If Available, Please Provide A Copy Or Screenshot(s) Of A Previous Video That Your Company Has Completed. Additionally, Describe Work You Have Done With 3d Modeling Animations That Would Be Similar To Creating An Animation By Rendering The Actions Of A Subtask Or Steps In A Procedure Using A Virtual Model Of Systems Or Equipment In A Simulated Environment. Summaries Shall Identify, At A Minimum, Company Name, Business Size And Small Business Category, Cage Code, And Naics. business Description: company Name, Company Address And Points-of-contact (poc) Including Full Name, Phone Number, Fax Number, And Email Address. company Business Size Under The Size Standard Associated With The Assigned Naics Code (512110, $40m). Respondents To This Notice Must Also Indicate Whether They Are A Large Business Or Qualify As A Small, Small Disadvantaged, Service-disabled Veteran-owned Small Business, Women-owned Small Business, 8(a), Or Hubzone Small Business Concern. Identify Any Certifications. If Your Company Is In The 8(a) Program, Provide Graduation Date. state Your Company’s Intention To Be A Prime Or Subcontractor For This Effort. for Small Businesses: If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That The Far 52.219-14 “limitations On Subcontracting” Class Deviation 2021-o0008, Revision 1, Is Now In Effect Which Includes The Definition Of “similarly Situated Entity” And Provides A Methodology For The 50% Calculation For Compliance With The Clause. Small Business Primes May Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of Class Deviation 2021-o0008, Revision 1 - Limitations On Subcontracting For Small Business, Dated 15 February 2023, At [https://www.acq.osd.mil/dpap/policy/policyvault/usa000277-23-dpc.pdf]. To Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In The Ssn In Order To Assist The Government’s Capability Determination. for Firms Potentially Interested In Proposing To The Fy26 Performance Support Effort, Please Respond To The Following Questions. has Your Company Ever Performed As A Prime Contractor (or Subcontractor Of Dollar Value Close The Estimates Given Above) For A Video Production? if Answer To Question A Is Yes, Please Provide One Contract Reference Including The Contract Number, A Statement Of Work (sow), Number Of Subcontractors Managed, If Any, And Contract Document Indicating The Number Media Files That Were Developed So That Government Can Validate. Responses Should Address Required Capabilities Outlined Above. explain How Your Company Developed An Executable Schedule To Meet The Contract Requirements. did Your Company Experience Any Challenges And How Were They Resolved To Not Repeat Moving Forward On Future Contracts? describe Your Company’s Experience With Creating An Interactive Schematic – Scalable Vector-based Graphics Of System Elements And Their Operation (e.g., Power, Water, Signal, Electrical Flows) Created Based On Technical Source Material. Such Graphics May Be Animated As The User Interacts With Them. does Your Company Have Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located Where Required? Please Explain. has Your Company Ever Developed Courseware To Xapi Specification Compliance? If Yes, Explain How You Integrated Multiple Delivery Systems/environments To Meet Xapi Specification Compliance. describe Your Company’s Experience In Design, Development, And Delivery Of 3d Animations And Interactive Schematics Via Mobile Devices. how Quickly Can Your Company Hire The Appropriate Personnel Or Enter Into Teaming Arrangements Accordingly Shortly After Contract Award, And What Is The Average Turnover? the Government Is Interested In Conducting One-on-one Meetings With Interested Industry Partners Who Submit Timely Responses To This Sources Sought Notice. Interested Industry Partners Shall Indicate Their Interest In Meeting With The Government On The 15th Or 16th Of January 2025 To Audrey.l.rolland.civ@us.navy.mil With A Carbon Copy To David.a.kors.civ@us.navy.mil. In The Written Submission, Please Provide The Names And E-mail Addresses Of The Individuals Who Will Be Participating In The One-on-one Meetings So The Government Can Properly Distribute The Meeting Makers. one-on-one Meetings With The Government Will Be Scheduled In The Time Slots Listed Below On Wednesday, 15 January 2025 And Thursday, 16 January 2025 (all Times Are Eastern). Meetings Will Be Held Virtually, Via Microsoft Teams. Each Respondent Who Requests A One-on-one Meeting Shall Provide The Government With Three (3) Preferred Time Slots, And The Government Will Do Its Best To Accommodate One Of The Preferred Time Slots On A First-come, First-served Basis. wednesday, 15 January time Slot A: 9:00am – 9:30am time Slot B: 10:00am – 10:30am time Slot C: 11:00am – 11:30am time Slot D: 1:00pm – 1:30pm time Slot E: 2:00pm – 2:30pm time Slot F: 3:00pm – 3:30pm time Slot G: 4:00pm – 4:30pm thursday, 16 January time Slot H: 9:00am – 9:30am time Slot I: 10:00am – 10:30am time Slot J: 11:00am – 11:30am time Slot K: 12:00pm – 12:30pm time Slot L: 1:00pm – 1:30pm time Slot M 2:00pm – 2:30pm time Slot N 3:00pm – 3:30pm time Slot O: 4:00pm – 4:30pm
Closing Date10 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Software and IT Solutions
Philippines
Details: Description Request For Quotation Supply & Delivery Of Ict Equipments Quotation No. Niar9-auditingservices-023 (svp) Company Name Pr No.: 2025-10-0006 Philgeps Ref. No.: Address Purpose: For The Use Of Coa Atl & Members Location: Balintawak, Pagadian City Date Please Quote Your Lowest Price On The Job/items Listed Below, Subject To The Specifications And Terms & Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Together With Your Eligibility/legal Documents To Procurement Section, Regional Center, Balintawak, Pagadian City Not Later Than The Bid Submission Deadline On January 15, 2025 @ 9:00 Am. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. Rex L. Armentia Bac Chairperson Supervising Engr. A Total Approved Budget For The Contract: Php 630,000.00 No. Qty Unit Agency's Specification Bidder's Specification Unit Price Total Bid Price 1 1 Unit Laptop Specifications: Processor: Intel® Core Ultra 7 258v, 8c (4p + 4lpe) / 8t, Max Turbo Up To 4.8ghz, 12mb Ai Pc Category Copilot+ Pc Npu: Integrated Intel® Ai Boost, Up To 47 Tops Graphics: Integrated Intel® Arc Graphics 140v Chipset: Intel® Soc Platform Memory: 32gb Soldered Lpddr5x-8533, Mop Memory Memory Slots: Memory Soldered To Systemboard, No Slots, Dual-channel Max Memory: 32gb Soldered Memory, Not Upgradable Storage: 1tb Ssd M.2 2242 Pcie® 4.0x4 Nvme® Storage Support: One Drive, Up To 1tb M.2 2242 Ssd Storage Slot: One M.2 2242 Pcie® 4.0 X4 Slot Card Reader: None Optical: None Audio Chip: Sound Wire, Cirrus Logic Cs42l43 Codec Speakers: 4 Stereo Speakers, 2w X2 (woofers), 2w X2 (tweeters), Optimized With Dolby Atmos, Smart Amplifier Camera: Fhd 1080p + Ir With E-shutter, Tof Sensor Microphone: 4x, Array Battery: Integrated 70wh Power Adapter: 65w Usb-c® (3-pin) Design Display: 15.3inch 2.8k Wqxga+ (2880x1800) Ips 500nits Glossy / Anti-fingerprint, 100% Dci-p3 2 3 Unit Tablet Computer Specifications: Dimensions: 247.6 X 178.5 X 6.1 Mm (9.75 X 7.03 X 0.24 In) Weight: 462 G (1.02 Lb) Build: Glass Front, Aluminum Back, Aluminum Frame Sim: Esim Stylus Support Type: Liquid Retina Ips Lcd, 500 Nits (typ) Size: 11.0 Inches, 357.6 Cm2 (~80.9% Screen-to-body Ratio Resolution: 1640 X 2360 Pixels (~264 Ppi Density) Protection: Scratch-resistant Glass, Oleophobic Coating Os: Os 17.4, Upgradable To Os 18.2 Cpu: Octa-core (4 Performance Cores And 4 Efficiency Cores Memory Internal: 128gb 8gb Ram Wlan: Wi-fi 802.11 A/b/g/n/ac/6e, Dual-band, Hotspot Bluetooth: 5.3, A2dp, Le Usb: Usb Type-c 3.1 Gen2, Displayport, Magnetic Connector Features Sensors: Fingerprint (top-mounted), Accelerometer, Gyro, Compass, Barometer Battery Type: Li-po 7606 Mah (28.93 Wh) 3 4 Unit Smartphone Specifications: Dimensions: 163 X 77.6 X 8.3 Mm (6.42 X 3.06 X 0.33 In) Weight: 227 G (8.01 Oz) Build: Glass Front (corning-made Glass), Glass Back (corning-made Glass), Titanium Frame (grade 5) "sim: Nano-sim + Esim + Esim (max 2 At A Time; International) Esim + Esim (8 Or More, Max 2 At A Time; Usa) Nano-sim + Nano-sim (china)" Ip68 Dust/water Resistant (up To 6m For 30 Min) Display Type: Ltpo Super Retina Xdr Oled, 120hz, Hdr10, Dolby Vision, 1000 Nits (typ), 2000 Nits (hbm) Size: 6.9 Inches, 115.6 Cm2 (~91.4% Screen-to-body Ratio) Resolution: 1320 X 2868 Pixels, 19.5:9 Ratio (~460 Ppi Density) Protection: Ceramic Shield Glass Cpu: Hexa-core (2x4.05 Ghz + 4x2.42 Ghz) Gpu: 6-core Graphics Memory Internal: 256gb 8gb Ram Wlan: Wi-fi 802.11 A/b/g/n/ac/6e/7, Tri-band, Hotspot Bluetooth: 5.3, A2dp, Le Usb: Usb Type-c 3.2 Gen 2, Displayport Features Sensors: Face Id, Accelerometer, Gyro, Proximity, Compass, Barometer "ultra Wideband (uwb) Support (gen2 Chip) Emergency Sos, Messages And Find My Via Satellite" Battery Type: Li-ion 4685 Mah "charging: Wired, Pd2.0, 50% In 30 Min (advertised) 25w Wireless (magsafe), 15w Wireless (china Only) 15w Wireless (qi2) 4.5w Reverse Wired" Xxxxx Nothing Follows Xxxxx Total Amount: Total Bid Price In Words: Note: Subject To 5% Vat & 1% Ewt/cwt Deduction As Per Ra 9337 After Having Carefully Read And Accepted The Attached General Conditions, I/we Quote You On The Items At The Prices Noted Above. Company Name Printed Name/signature/date Accomplished Contact/telephone Number Terms And Conditions 1 All Entries Must Be Printed Or Typed Written Using The Nia Prescribed Form (rfq). Any Modification In The Terms Of The Rfq Shall Constitute To Disqualification. 2 The Total Approved Budget For The Contract (abc) Is Php 630,000.00. All Bids In Excess Of The Abc Shall Be Automatically Rejected. 3 Delivery Period Is Within 30 Calendar Day(s) From Receipt Of Purchase Order (po). 4 Price Validity Shall Be For A Period Of 90 Calendar Day(s) From The Date Of Bid Opening. 5 For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot. That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6 Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Inspection & Acceptance Report (iar) By The Authorized National Irrigation Administration's Representative If Applicable. Bidders Shall Submit Only One (1) Copy Of Bid/request For Quotation (rfq) Together With The Following Licenses And Legal Documents Also In One (1) Copy Placed In One (1) Sealed. Mayor's Business Permit Professional License / Curriculum Vitae (consulting Services) Printed Copy Of Philgeps Registration Number Pcab License (infra) Income / Business Tax Return (for Abcs Above P500k) Omnibus Sworn Statement (for Abcs Above P50k) 7 If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product(s) With In The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Order Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Item(s) From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1 Bid Quotations May Be Submitted To The Procurement Section, Regional Center, Balintawak, Pagadian City, Zamboanga Del Sur, Or Email At Niaregion9bac@gmail.com. 2 Please Make Certain To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3 Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected.
Closing Date15 Jan 2025
Tender AmountPHP 630 K (USD 10.7 K)

National Institutes Of Health Tender

Laboratory Equipment and Services
United States
Details: Fedbizops Synopsis document Type: Combined Synopsis/solicitation solicitation Number: Rfq-niaid-25--2252181 posted Date: January 16, 2025 response Date: January 27, 2025 set Aside: No naics Code: 334516 classification Code: 6640 contracting Office Address: department Of Health And Human Services, National Institutes Of Health, National Institute Of Allergy & Infectious Diseases/amob, 5601 Fishers Lane, Rockville Md 20852 title: Brand Name Or Equal For The Chameleon® Cryo-em Sample Prep Instrument, Accessories, And Installation primary Point Of Contact: Leah.hinson@nih.gov description: this Notice Is A Combined Synopsis/solicitation For Commercial Items Using Simplified Acquisition Procedures. This Acquisition Will Be Made In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6 “streamlined Procedures For Evaluation And Solicitation For Commercial Items,” As Applicable, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation (a Written Solicitation Will Not Be Issued) And Quotes Are Being Requested. The Solicitation Number Is Rfq-niaid-25-2252181 And The Solicitation Is Issued As A Request For Quotes (rfq). this Acquisition Will Be Processed Under Far Part 13 Simplified Acquisition Procedures (sap). The Solicitation Documents And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01 November 12, 2024. the North American Industry Classification System (naics) Code For This Procurement Is 334516, Analytical Laboratory Instrument Manufacturing, With A Size Standard Of 1000 Employees. The Requirement Is Being Competed With A Brand Name Restriction, And Without A Small Business Set-aside. project Description: the Structural Biology Core (sbc), Virology Laboratory (vl), Vaccine Research Center (vrc), National Institute Of Allergy And Infectious Diseases (niaid), National Institutes Of Health (nih) Uses A Structure-based Approach For Developing Antibody Therapeutics And Vaccines For Infectious Diseases, Including But Not Limited To Covid-19, Hiv-1, Malaria, Flu, And Rsv. The Structural Analysis Of Pathogen Proteins, Antibodies, And Vaccines Is Essential To Current And Future Sbc Research. It Requires High-resolution Cryo-em Data Attainable Only With High-quality Samples. The Choice Of The Available Equipment On The Market Is Limited By A Niche Nature Of Cryo-em Equipment Manufacturing. The Chameleon Cryo-em Sample Preparation Instrument Is A Unique Tool That Employs Blot-free Technology For Sample preparation. Its Self-wicking Grids Enable Rapid, On-the-fly Sample Dispensing, Minimizing The Adverse Effects Of Protein Exposure To The Air-water Interface. This Approach Effectively Addresses Issues Such As Preferred Orientation, Aggregation, And Denaturation. The Instrument Offers Several Key Advantages, Including The Ability To Dispense Nanomolar Sample Volumes, Automated Grid Handling, Camera-assisted Screening, Experimental Condition Tracking And Recording, And The Development Of Automated Workflows. Currently, No Alternative Equipment On The Market Utilizes Blot-free Technology. To Meet The Specialized Needs Of Sbc Vrc, We Propose The Acquisition Of The Chameleon Cryo-em Sample Preparation Instrument. niaid Has A Requirement For A Brand Name Or Equal Of The Chameleon-cryon-em Sample Prep Instrument Manufactured By Spt Labtech Ltd In The United Kingdom. the Brand Name And Part Numbers For The Products/services Are Provided In Full Detail Below. to Be Considered For Award, Vendors Quoting “equal” Product/services, Including “equal” Products/services Of The Brand-name Manufacturer, Must Meet The Following Minimum Requirements/specifications: description Of Need: 1.chameleon-cryon-em Sample Prep (see Quote)- Part # 3247-00001 Qty 1 Minimum Sample Volume: 5μl Minimum Dispense Volume: 6nl Batch Capacity: 8 Grids Sample Temperature Control: 4°c To 40°c Minimum Dispense-to-plunge Time: 54 Msec Liquid Nitrogen Level Monitoring Liquid Ethane Temperature Control Integrated Semi-automated Characterization And Plunge Speed Tuning Integrated Closed Loop Glow Discharge Module Integrated Post-dispense Qc System Session Tracking And Reporting Datapack Includes The Following Accessories: Chameleon® Cryogen Bowl Assembly -part #3247-70786, Qty1 Ethane Condensing Kit-part # 3247-70562, Qty 1 Chameleon® In-built Desktop Pc Controller (win 10) With Chameleon® Software, Qty 1 License & Comms Installed- Part# 3247-70799, Qty 1 Chameleon® Consumables Starter Pack- Part # 4150-40008, Qty 1 Installation- Part # Sla-ins-029, Qty 1 Vision Lite- Chameleon ® Applications Support Package- Part# Sla-tra-031, Qty 1 2. Shipping And Handling. Qty 1 delivery: 30 Days Aro place Of Performance: Nih, Vrc, Vl, Building 40, 40 Convent Dr, Bethesda, Md 20892, United States. Fob: Destination if Providing An Equal Product(s)/services(s), Please Supply Descriptive Data For Evaluation Purposes To Determine The Validity Of How It Is An Equal. The Following Far Provision Applies To This A Solicitation Far 52.211-6 Brand Name Or Equal (aug 1999): (a) If An Item In This Solicitation Is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government’s Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal" Products Must Meet Are Specified In The Solicitation. (b) To Be Considered For Award, Offers Of "equal" Products, Including "equal" Products Of The Brand Name Manufacturer, Must- (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By- (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modifications The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c) The Contracting Officer Will Evaluate "equal" Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An "equal" Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation. (end Of Provision) the Government Intends To Award A Firm Fixed Price Purchase Order To The Responsible Contractor As A Result Of This Rfq That Will Include The Terms And Conditions Set Forth Herein. The Award Will Be Based On The Following: Technical Capability To Meet The Requirements And Price. by Submitting A Quote In Response To This Solicitation, Vendor Is Accepting The Following Terms And Conditions: the Following Far Provisions Apply To This Acquisition: far 52.212-1 Instructions To Offerors Commercial Items (sep 2023) far 52.212-3 Offerors Representations And Certifications - Commercial Items (may 2024) far 52.204-7 System For Award Management (oct 2018) (offerors Must Complete Annual Representations And Certifications On-line At Http://www.sam.gov/ In Accordance With Far 52.212-3 Offerors Representations And Certifications- Commercial Items (please Ensure Far 52.209-2 -- Prohibition On Contracting With Inverted Domestic Corporations--representation. (nov 2015) Is Updated In Your Sam Record) far 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements – Representation (jan 2017) far 52.204–26 Covered Telecommunications Equipment Or Services-representation (oct 2020) *** Must Complete Representation If Attached To This Solicitation- See Attachment 52.204-26 the Following Far Contract Clauses Apply To This Acquisition: far 52-212-4 Contract Terms And Conditions Commercial Items (nov 2023) far 52-212.5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (may 2024) *the Applicable Subparagraphs Of Far52.212-5 Are Included In The Attachment To This Posting. far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015) 52.252-2 -- Clauses Incorporated By Reference. (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Http://farsite.hill.af.mil/vffara.htm by Submission Of An Offer, The Offeror Acknowledges The Requirement That A Prospective Awardee Shall Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation (www.sam.gov). copies Of The Above-referenced Provisions And Clauses Are Available From Http://www.acquisition.gov/far/loadmainre.html & Http: //www.hhs.gov/regulation/index.html Or, Upon Request, Either By Telephone Or Fax. submission Shall Be Received No Later Than January 27, 2025 @ 10:00 Am Est all Quotations And Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov. All Vendors Must Register In The Esass System To Submit A Quotation. Instructions On How To Register / Submit Quotes Are Included On The Website. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). All Responsible Sources May Submit An Offer That Will Be Considered By This Agency.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

Department Of Education Division Of Ozamiz City Tender

Electronics Equipment...+2Electrical Goods and Equipments, Electrical and Electronics
Philippines
Details: Description Item No. Qty Unit Items And Description Abc 1 10 Pcs Air Freshener Gel, Min. 180g 93.75 2 1 Pcs Ballpen Pilot G-tec C3 0.3mm Tip Ball Pen Ball Pens Fine Point Pen 12 Pcs (black) 792.00 3 2 Pack Battery Aa Max Alkaline Heavy Duty 2s/pack 143.00 4 1 Pack Battery Aaa Max Alkaline Heavy Duty 2s/pack 462.00 5 10 Pack Battery Aaa Max Alkaline Heavy Duty 2s/pack 160.00 6 1 Pcs Binder Folder Long With 4 Ring 200.00 7 6 Pcs Binder Folder Long With 4 Ring Refill 195.00 8 2 Pcs Binding Duct Tape 3x25 Meters 240.00 9 3 Pcs Brother Bt D60 Black Ink 390.00 10 1 Pcs Brother Bt D60 Cyan Ink 390.00 11 1 Pcs Brother Bt D60 Magenta Ink 390.00 12 1 Pcs Brother Bt D60 Yellow Ink 390.00 13 1 Pcs Brother Bt-d60bk Ink Bottle (black) 390.00 14 2 Pcs Clear Book 20 Pockets Legal Size 40.00 15 9 Pcs Clear Book 60 Pockets Legal Size 198.00 16 1 Pcs Coffee Table 4,000.00 17 1 Pcs Data File Box/data Filer With Cover Chipboard Material (double Size 285mmx285mmx400mm 506.00 18 1 Pcs Data File Box/data Filer With Cover Chipboard Material (single Size 5"11x5x16") 506.00 19 1 Pcs Desktop Wifi Camera Connect To Cellphone With Voice Mini Wireless 500.00 20 2 Pcs Disinfectant Spray Kills 99.9% Bacteria, 340g (half Early Morning And Half Crisp Berry Lysol) 450.00 21 2 Pcs Documents File Box ((hard) 11x16x12” (wxlxh) 560.00 22 15 Pcs Envelope, Brown A4 4.00 23 15 Pcs Envelope, Brown Long 4.50 24 30 Pcs Envelope, Brown, Long 3.58 25 29 Pcs Envelope, Brown, Short 3.30 26 5 Pcs Envelope, Expanded, Long, Assorted Colors 15.00 27 7 Pcs Epson 003 Cyan 300.00 28 7 Pcs Epson 003 Magenta 300.00 29 19 Pcs Epson Ink 003 Black 295.00 30 8 Pcs Epson Ink 003 Yellow 300.00 31 56 Pcs Feeds Sacks 20.00 32 3 Pcs Flash Drive 128gb 650.00 33 1 Pcs Floor Marking Tape 220.00 34 21 Pcs Folder Long (white) 7.00 35 3 Pcs Glossy Photo Paper A4 Size Packs (20 Sheets Per Pack)-235gsm 302.50 36 1 Pcs Heavy Duty Stapler Hd 021 1,200.00 37 2 Pcs Hp Deskjet Gt 51 Black 105.00 38 2 Pcs Hp Deskjet Gt 52 Cyan 105.00 39 2 Pcs Hp Deskjet Gt 52 Magenta 105.00 40 2 Pcs Hp Deskjet Gt 52 Yellow 105.00 41 5 Pcs Ink Epson Original 003, Black 300.00 42 3 Pcs Ink Epson Original 003, Black 300.00 43 2 Pcs Ink Original Epson 003, Black 295.00 44 1 Pcs Ink Original Epson L1800 (t673) Black 610.50 45 1 Pcs Ink Original Epson L1800 (t673) Black 555.00 46 1 Pcs Ink Original Epson L1800 (t673) Cyan 588.50 47 1 Pcs Ink Original Epson L1800 (t673) Cyan 535.00 48 1 Pcs Ink Original Epson L1800 (t673) Light Cyan 588.50 49 1 Pcs Ink Original Epson L1800 (t673) Light Cyan 535.00 50 1 Pcs Ink Original Epson L1800 (t673) Light Magenta 588.50 51 2 Pcs Ink Original Epson L1800 (t673) Light Magenta 535.00 52 1 Pcs Ink Original Epson L1800 (t673) Magenta 588.50 53 1 Pcs Ink Original Epson L1800 (t673) Magenta 535.00 54 1 Pcs Ink Original Epson L1800 (t673) Yellow 588.50 55 1 Pcs Ink Original Epson L1800 (t673) Yellow 535.00 56 3 Pcs Ink Original Epson, 003 Black 330.00 57 4 Pcs Ink Original Epson, 003 Black 330.00 58 6 Pcs Ink Original Epson, 003 Black 330.00 59 3 Pcs Ink Original Epson, 003 Black 350.00 60 4 Pcs Ink Original Epson, 003 Black 300.00 61 5 Pcs Ink Original Epson, 003 Black 330.00 62 1 Pcs Ink Original Epson, 003 Cyan 330.00 63 2 Pcs Ink Original Epson, 003 Cyan 330.00 64 2 Pcs Ink Original Epson, 003 Cyan 330.00 65 1 Pcs Ink Original Epson, 003 Cyan 350.00 66 2 Pcs Ink Original Epson, 003 Cyan 330.00 67 1 Pcs Ink Original Epson, 003 Magenta 330.00 68 2 Pcs Ink Original Epson, 003 Magenta 330.00 69 2 Pcs Ink Original Epson, 003 Magenta 330.00 70 1 Pcs Ink Original Epson, 003 Magenta 350.00 71 2 Pcs Ink Original Epson, 003 Magenta 330.00 72 1 Pcs Ink Original Epson, 003 Yellow 330.00 73 2 Pcs Ink Original Epson, 003 Yellow 330.00 74 2 Pcs Ink Original Epson, 003 Yellow 330.00 75 1 Pcs Ink Original Epson, 003 Yellow 350.00 76 2 Pcs Ink Original Epson, 003 Yellow 330.00 77 12 Pcs Jrt Tissue Roll Big 2 Ply 120.00 78 10 Pcs Jrt, 200m, 2 Ply 210.00 79 1 Pcs Metal Fastener 94.00 80 30 Pcs Mineral Water Natures Spring 375ml 35.00 81 2 Pcs Mouse, Optical Wireless, Branded With Battery 440.00 82 2 Pcs Paper Fastener Coated (plastic) 42.00 83 5 Pcs Pencil No. 2 8.50 84 10 Pcs Permanent Marker, Fine Tip, Black 50.00 85 10 Pcs Permanent Marker, Fine Tip, Black 50.00 86 1 Pcs Plastic Fastener 50 Pcs 150.00 87 1 Pcs Printer Ecotank 3 In 1 9,300.00 88 1 Pcs Pvc Binding Cover A4 100 Pcs/pack 250.00 89 1 Pcs Ring Binder Comb 12mm 259.89 90 6 Pcs Sign Pen, Medium Tip, Green 31.90 91 3 Pcs Specialty Paper 90gsm Long 28.00 92 3 Pcs Staple Wire, No. 35 Standard 26/6 43.00 93 3 Pcs Sticky Notes 3"x3" 40.00 94 10 Pcs Trashbag, Medium 40.00 95 5 Pcs Trashbag, Small 24.00 96 2 Pcs Usb Flash Drive 3.0, 32gb 440.00 97 2 Pcs White Glue. 250 Grams 70.00 98 5 Pcs White Plastic Eraser (soft And Latex Free) 20.00 99 1 Pcs Wireless Powerpoint Presenter Clicker And Pointer With Laser Ppt Presentation Remote Control 500.00 100 2 Pcs Wood File Cabinet 6,000.00 *** Nothing Follows *** Total 94,839.39
Closing Date17 Jan 2025
Tender AmountPHP 94.8 K (USD 1.6 K)

Department Of Agriculture Tender

Automobiles and Auto Parts
Philippines
Details: Description Invitation To Rebid For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) 1. The Department Of Agriculture-western Visayas, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Of Seven Million One Hundred Thousand Pesos (php7,100,000.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Various Machinery (by Lot) Rebid/ib No. 2025-012 (amv). Description Abc Lot 6 ₱2,600,000.00 Lot 7 ₱4,500,000.00 Total ₱7,100,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) With The Following Specifications: Lot 6 – 1 Unit Hauling Truck • Prime Mover: Brand New Type: Diesel Engine Engine Displacement: 3500-7,000 Cc • Performance/classification: Aspiration Method: Turbo-charged Intercooled Steering System: Power-assisted Steering Transmission System: 5-speed (min.), Manual No. Of Drive: 2, Minimum Emission Rating: Euro Iv, Minimum • Body: No. Of Wheels: (7) Including Spare Tire Must Be Manufactured Not Earlier Than October 2024 Payload: 4,000 Kg (min) Gross Vehicle Weight: 8,000 Kg, Minimum Front Cabin: Single Read Body Type: Open Cargo/dropside With Cab Aircon (complete Built-up From Country Of Origin) Dimension Of The Body: 8.3.1. Overall Length: 18 Feet (minimum) 8.3.2. Overall Width: 7 Feet (minimum) 8.3.3. Height From The Flooring: 5 Feet (minimum) • Other Features And Accessories: With Three (3) Years, Lto Registration With One (1) Year Comprehension Insurance Warranty: Chassis: Three (3) Years Unlimited Mileage Body: One (1) Year Only Engine: Three (3) Years Set Of Standard Tools For Maintenance And 10 Tons Hydraulic Jack With Tire Wrench Free Gas, Floor Matting And Tint (front Only) Early Warning Device (2 Pieces) With Bolted Railings Of Five (5) Feet Height Minimum From The Flooring With Provision Of Roofing With Heavy Duty Tarpaulin Attached (with Extra 1 Set Of Heavy-duty Tarpaulin) Dimension Of The Tarpaulin Shall Be In Accordance With Dimension Of The Rear Body Of The Offered Unit And Shall Cover In Full Load Capacity Tarpaulin Should Be Sewn On All Sides With Metal Ring For Every 2 Feet Distance And On The Corners Provided With Da-western Visayas Logo Supplier Must Have A Certificate Of 3s Dealership (sales, Service, Spare Parts) Of The Brand Being Offered Issued By The Manufacturer Of The Brand With Trained Mechanic Certified By The Manufacturer With Official Brochure And Technical Specifications Issued By The Manufacturer Of The Brand The Units Must Be Manufactured Not Earlier Than Year 2024 With Service Center In Region 6 With Certificate Of Conformity Issued By Denr-emb For The Offered Vehicle Type/model With Owner’s Manual And Warranty And Maintenance Booklet To Be Submitted During Delivery. Lot 7 – 3 Units Hauling Vehicle (utility Van Type) • Prime Mover: Engine Displacement: 2,400 Cc But Not Exceeding 4500cc Fuel Ignition/fuel: Diesel • Performance/classification: Aspiration Method: Turbo-charged Intercooled Steering System: Power/mechanical Steering Transmission System: 5 Speed-manual, Minimum Clutch System: Manual Brake Brake System: Hydraulic Drum Type/dual Circuit Vacuum Assist/hydraulic System No. Of Drive: 4x2, Minimum Emission Rating: Euro Iv, Minimum • Body: No. Of Wheels: 4-wheeler, Minimum (including One (1) Spare Tire Must Be Manufactured Not Earlier Than December 2024 Payload: 1000 Kg, Minimum Gross Vehicle Weight: 2900 Kg, Minimum Front Cabin: Single Rear Body Type: Closed Van Dimension Of The Body:  Overall Length: 4500 Mm (minimum)  Overall Width: 1600 Mm (minimum)  Overall Height: 1900 Mm (minimum) • Othe Features And Accessories: With Service Center Within Panay With Three (3) Years, Lto Registration With One (1) Year Comprehensive Insurance Warranty:  Chassis: Three (3) Years Or 100,000 Kms Whichever Comes First  Body: One (1) Year Only  Engine: Three (3) Years Set Of Standard Tools For Maintenance Free Gas, Floor Matting And Tint (front Only) Early Warning Device (2 Pieces) Provided With Da-western Visayas Logo Front And Rear Camera Installed Floor Matting And Tint Supplier Must Have A Certificate Of 3s Dealership (sales, Service, Spare Parts) Of The Brand Being Offered Issued By The Manufacturer Of The Brand With Trained Mechanic Certified By The Manufacturer With Official Brochure And Technical Specifications Issued By The Manufacturer Of The Brand The Units Must Be Manufactured Not Earlier Than Year 2024 With Service Center In Region 6 With Certificate Of Conformity Issued By Denr-emb For The Offered Vehicle Type/model With Owner’s Manual And Warranty And Maintenance Booklet To Be Submitted During Delivery Delivery Of The Goods Is Required Within 45 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At The Following Drop Off Points: Project Type Drop Off Point Quantity Hauling Truck Light Pototan, Iloilo 1 Unit Cabatuan, Iloilo 1 Unit Kabankalan, Negros Occidental 1 Unit Heavy San Rafael, Dumalag, Capiz 1 Unit Bidders Should Have Completed, Within Three (3) Years (2021-present) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amount: Lot Cost Of Bidding Documents Lot 6 ₱5,000.00 Lot 7 ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 A.m. On January 16, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 A.m. On January 28, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount: Lot Abc Bid Security Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit (2%) Form Of Surety Bond (5%) Lot 6 ₱2,600,000.00 ₱52,000.00 ₱130,000.00 Lot 7 ₱4,500,000.00 ₱90,000.00 ₱225,000.00 In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On January 28, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps January 8, 2025 Zarlina B. Cuello Bac Chairperson
Closing Date28 Jan 2025
Tender AmountPHP 7.1 Million (USD 121 K)

Department Of Tourism Tender

Others
Philippines
Details: Description T E C H N I C A L S P E C I F I C A T I O N S Project Title: Procurement Of A Service Provider For The Warehouse/storage Of Non-current And Permanent/archival Dot Records I. Purpose/objective • To Acquire Services Of A Third-party Service Provider For Insured Storage Space Which Will Store All The Non-current And Permanent/archival Dot Records. Ii. Minimum Requirement For Suppliers • The Service Provider Must Be Iso 9001:2015 Certified; • The Service Provider Must Be Located Within The Cities Of Parañaque City, Pasay City, Makati City Or Manila; • The Service Provider Should Specialize In Providing Storage Solutions And Transportation; • The Service Provider Should Have Operated For At Least 5 Years In Storage Management; • The Service Provider Must Be Willing To Provide A List Of Past Clientele, Details Of Work Done, And Contact Details Of Their Clientele For Verification Purposes; • The Service Provider Shall Secure Adequate Insurance For The Warehouse, Including All The Boxes And Their Content Stored Therein During Transit, Against Fire, Theft, And Acts Of God For The Duration Of The Contract; • The Service Provider Must Be Fully Outfitted With Equipment To Protect The Records Of Dot From Disasters, And In Such A Case, Has Recovery Mechanisms To Ensure That No Further Unnecessary Damage Shall Be Suffered By Stored Documents; • The Service Provider Shall Have A Warehouse With Steel Racks, Handling Equipment, And Environmental And Thermal Control Systems For Proper Storage Of Documents; • The Service Provider Must Comply With 24/7 Roving Security Guard/s And Stationary Security Guards, 24/7 Cctv Cameras And Fire Protection System Which Includes A Sufficient Number Of Fire Extinguishers, Automatic Fire Alarm Systems Or Smoke Detector/s; • The Service Provider Shall Have A Fully Insulated Warehouse With Maintained Temperature Between 15-25° C (59-77° F) And Relative Humidity Between 35-65% Rh; • The Service Provider Shall Always Keep All The Documents, Records And Files Placed Under Its Care Secure And Confidential. For This Purpose, No Storage Boxes Shall Be Opened, Inspected Or Tampered With In Any Form By The Service Provider Without The Written Consent Of Dot; • The Service Provider Shall Have A Barcode System For Tracking And Inventory Of Documents And Generating Electronic Reports. It Shall Provide Barcode Stickers For Every Box Stored Therein; • The Service Provider Shall Provide Standard And Customizable Boxes For Document Storage; • The Transfer/pick-up Of Boxes From The Existing Provider Must Be Shouldered By The Winning Bidder Free Of Charge. Iii. Scope Of Work 1. The Third-party Service Provider Should Be Able To Provide The Following: • Provision Storage Box Sizes Of (l16” X W13”x H13”) And (l24” X W15” X H10”); • Storage Spaces That Can Accommodate A Minimum Of 1,050 Pieces And 306 Pieces For Boxes With The Measurement Of L16” X W13”x H13” Boxes And L24” X W15” X H10”, Respectively - Projected Only; • Barcoding Of Boxes; • On-site Access For Retrieval Of Boxes; • Retrieval/pull-out Of Records/boxes By The Dot; • Pick-up Of New Boxes From Dot For Storage To Service Provider; • Provision Of Quarterly Inventory Report. Particulars Storage Rental (12 Months) Type B Box (size: L16" X W13" X H13") – 830 Boxes Type C Box (size: L24” X W15” X H10”) – 306 Boxes Storage Rental (9 Months) Type B Box (size: L16" X W13" X H13") – 220 Boxes Purchase Of Boxes Type B Box (size: L16" X W13" X H13") – 520 Boxes Type C Box (size: L24” X W15” X H10”) – 100 Boxes Retrieval Of 432 Boxes (on-site Access Or Delivery To Dot Office) Pick-up Of 520 Boxes From Dot Office To Physical Warehouse/storage Barcoding Of 620 Boxes Iv. Approved Budget Of The Contract Seven Hundred Twenty-four Thousand Seven Hundred Eighty-seven Pesos And 84/100 Only (php724,787.84), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), As-general Administration Expenses (gae) Funds. V. Delivery Period/ Contract Duration • January 10, 2025 To December 31, 2025 Vi. Payment Procedure The Service Provider Shall Charge Dot On A Monthly Basis To Include The Following Transactions: • Storage Rental Charges • Handling Charges (temporary Or Permanent Retrieval, Delivery And Pick-up) • Packaging Materials Or Purchase Of Box/carton • Barcoding Fee Billing Invoice Must Be Accompanied By Work Order Request Form And Transaction Receipts. Vii. Compliance To Specifications/provision • The Winning Bidder Shall Warrant Its Performance In Accordance With The Specifications As Stated In This Tor, And Design/concepts As Approved By The Dot-end User And That Any And All Resulting Defects Or Deviations Shall Be Corrected By The Winning Bidder At Its Own Expense Immediately Upon Being Informed Thereof By The Dot-end User; • The Winning Bidder Shall Hold In Confidence All Confidential Information And Shall Not Use, Reproduce, Nor Disclose To Others The Approved Office Supplies Except To Those Persons Entrusted/authorized By The Dot-end User. • The Dot-end User Has The Right To Pre-terminate The Contract As Needed. However, The Winning Bidder Will Be Given A Notice 15 Days Prior To The Pre-termination. Viii. Project Officer/contact Person Prepared By: Checked By: (original Signed) (original Signed) Maricel C. Malalad Resil F. Solis Head, Gsd-records And Communication Section Oic-chief, General Services Division Approved By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service Department Of Tourism Tel. No.: 8459-5200 To 30 Local 114 Telefax: 890-0189
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)
2971-2980 of 3004 archived Tenders