Camera Tenders

Camera Tenders

Municipality Of Hinunangan, Southern Leyte Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 600 K (USD 10.2 K)
Details: Description Republic Of The Philippines Province Of Southern Leyte Municipality Of Hinunangan Invitation To Bid For Purchase/installation Of Sound System Project Id: 2025gf-09/2025276 1. The Municipality Of Hinunangan, Through The General Fund Of Lgu Budget Fy 2025 Intends To Apply The Sum Of Six Hundred Thousand Pesos Only (php 600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase/installation Of Sound System. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Quantity Unit Sound System 1 Set Passive Speaker 2 – Way Speaker, Bass – Reflex Type Frequency Range (-10db) 50 Hz – 20 Khz Nominal Coverage H 90˚ V 60˚ Components Lf 10” Cone, 2” Voice Coil (ferrite Magnet) Hf 1” Voice Coil, Compression Driver (ferrite Magnet) Crossover 2.8 Khz Power Rating Noise 175w Pgm 350w Peak 700w Nominal Impedance 8ω Spl Sensitivity (1w; 1m On Axis) 94db Spl Peak (calculated) 123 Db Spl I/o Connectors ¼” Phone X 1, Speakon Nl4mp X 1 Power Amplifier 8 Ohms : 500 W Per Channel 4 Ohms : 800 W Per Channel 2 Ohms : 500 W Per Channel Efficient Class – D Amplifier Power Boost Mode Digital Routing Of Inputs & Outputs Xlr, 1/4:”, Speakon & Binding Post Peq, Crossover, Filters, Delay D – Contour Multi – Band Dynamic Processing 12 Channel Console Mixer 12 – Channel Mixing Console Max. 6 Mic / 12 Line Inputs (4 Mono + 3 Stereo) 2group Buses + 1 Stereo Bus 2 Aux (inct. Fx) 1-knob Compressors High-grade Effects; Spx With 24 Programs 24 – Bit / 192 Khz 2in / 2out Usb Audio Functions Connection Kit / Lightning To Usb Camera Adapter Pad Switch On Mono Inputs +48v Phantom Power Internal Universal Power Supply For World-wide Use Xlr Balanced Outputs Dual Wireless Microphone System Dual Diversity Receiver, And (2)handheld Microphone Transmitters Rf Level Switch Between 1mw And 10mw 2 “aa” Batteries Up To 10 Hours Of Battery Life Bottom On/off Switch Design Anti – Rolling Ring On Grille For Pg28 Power And Battery Status Led 6 Color Rings For Microphone Identification Transmitter Type : Handheld Dimensions : 254 Mm X 51 Mm Diameter Rf Output Power : 1 Battery, Endurance : 10 H Weight : 270 G Audio Input Level : -20 Dbv Maximum Equipment Rack And Wall Bracket Speaker Cable With Speakon Connector 20m Microphone Cable 10 Mtrs. With Connector Mini Pl To Pl Connector Microphone Stand 2. The Municipality Of Hinunangan Now Invites Bids For The Purchase/installation Of Sound System. Delivery Of The Goods Is Required Within 15 Calendar Days. Bidders Should Have Completed, Within Six Months 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) 9184, Otherwise Known As The “government Procurement Reform Act”. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Hinunangan, Southern Leyte And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7-27, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). 6. The Municipality Of Hinunangan Will Hold A Pre-bid Conference On January 14, 2025 At 2:00 Pm At The Bac Office 1st Floor New Municipal Building, Hinunangan, Southern Leyte, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 27, 2025 At 2:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 27, 2025 At 2:00pm At The Bac Office 1st Floor New Municipal Building, Hinunangan, Southern Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Hinunangan, Southern Leyte 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. 9. For Further Information, Please Refer To: Emely M. Pamo Supply Officer 1 Lgu-hinunangan, Southern Leyte Contact No.: 09100655564 Email Address:lguhinunangan@yahoo.com ====================================================================================== (sgd)jocelyn D. Reytas Bac Chairperson Noted: Sgd)engr. Reynaldo C. Fernandez Municipal Mayor

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: Notice: This Is Not A Solicitation But Rather A Sources Sought To Determine Capability Of Potential Sources And Is For Information And Planning Purposes Only. this Notice Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Notice. the Following Information Is Provided To Conduct Market Research To Determine The Availability Of Contractors That Can Perform The Work For This Project At The Coatesville Va Medical Center. this Project Provides Stub-outs For A Temporary Boiler Connection To Our Steam Supply. The Stub-outs Will Be Located On An Outside Wall Of The Boiler Plant, And Tie Into A Steam Supply Main At An Appropriate Location. Work Includes Installation Of Block Valves To Isolate The In-plant Boiler Supply From The Temporary Boiler Supply, And Any Other Isolation Deemed Necessary For Safety With Future Construction Activities Occurring During Operation Of The Plant. Work Includes All Connection Points For Boiler Feed Water And Condensate Return, Electrical Power And Controls. Work Includes Replacement Of The Steam Header In The Boiler Plant. Work Includes Cameras For Monitoring The Temporary Boiler And All Associated Monitors And Wiring. Work Includes A Temporary Control Room Trailer. Work Includes Driveway Repairs And Removeable Protective Bollards, And Associated Site Work. Work Includes Hooking Up A Temporary Boiler For Commissioning Purposes, And Commissioning, To Ensure That It Is Fully Integrated Into The Existing Plant. All Work Must Be In Accordance With Va And Code Requirements. All Work Shall Be Completed Within 270 Days Of Notice To Proceed. the Magnitude Of Construction Is Between $1,000,000.00 And $5,000.000.00. contractors That Have The Ability To Perform The Work For This Project Are Requested To Respond As Follows: statement Of Interest capability Statement pricing For Completed Projects Of Similar Scope address If You Would Perform The Work As A Prime Contractor, Joint Venture, Va Mentor-protã©gã© Program, Or Potential Teaming Partners include Company Name, Address, Point Of Contact, Uei (sam) Number. provide Business Type And Size Standard Based On Naics Code 238220, Commercial And Institutional Building Construction (i.e. Large Business, Small Business, Service-disabled Veteran Owned, Veteran Owned, Women-owned, Etc). responses Must Be Submitted By January 30, 2025 By 2:00 Pm Eastern Standard Time (est). Submit Responses To The Information Requested Via Email To Vanessa.chmielewski@va.gov. All Sdvosb And Vosb Firms That Respond Shall Include Proof Of Cve Certification Via Www.veterans.certify.sba.gov/. All Small Business Firms That Respond Shall Include Proof Of Small Business Status Via Their Representations And Certifications In Accordance With (far 4.1102 Policy). All Firms That Respond Must Be Registered In The System For Award Management Via Https://sam.gov/sam/. all Questions Are To Be Submitted Via Email To Vanessa.chmielewski@va.gov By January 28, 2025 By 4:00 Pm Est 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. Please Be Advised That When The Solicitation Is Released, It Will Not Be The Same Announcement Number As This Sources Sought Notice.

Eskom Holdings SOC Ltd Tender

Civil And Construction...+1Civil Works Others
South Africa
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: Details Tender Number Kzn170 Department Eskom Tender Type Request For Bid(open-tender) Province Kwa-zulu Natal Date Published 13 December 2024 Closing Date 07 February 2025 10 00 Place Where Goods, Works Or Services Are Required 25 Valley View Road, New Germany-new Germany And Welkom Areas-new Germany-3610 Special Conditions A Compulsory On Site Clarification Will Be Held In Order To View The Sites Were Installation Is Required As Follows Failure To Attend The Clarifications Within The Operating Unit Being Tendered On Will Render The Tender Non-responsive. A Compulsory Site Visit / Clarification Meeting To Be Held At The Various Sites In The Kwazulu Natal And Free State Operating Unit As Per The Below For The Tenderers Understand As To What Is Required In Order To Tender Correctly On The Scope Of Work. Kindly Refer To The Attached Schedules With The Dates And Times On Each Area. Enquiries Contact Person Danny Rajkumar Email Danny.rajkumar@eskom.co.za Telephone Number 031-710-5735 Fax Number 031-710-5357 Briefing Session Is There A Briefing Session? Yes Is It Compulsory? Yes Briefing Date And Time 20 January 2025 09 00 Briefing Venue Ms Teams Link Tender Documents Fs Ou Security Technology Boq.xlsx Itt Invitation To Tender Access Control & Cctv Cameras Kzn170.pdf Techeval Surveillance Technology- Evaluation For Comments V1 _.xlsx 240-12248652_list Of Tender Returnables_cat 4_ Rev 7.pdf Nec3 Essc Design Install And Supply Security Systems Kzn170.pdf Safety (2).zip 240-105658000 Supplier Quality Management Specification (3).pdf Cctv And Access Control 20 Nov 2024 (002).pdf High Risk Template.pdf 32-520 Ohs Risk Assessment Procedure Revision. 5.pdf Proof Loaded On Eskom Tender Bulletin.docx Bee_affidavit-qse-gen.pdf Design Install And Supply Security Systems Nec Essc 09.12.doc Central East Cluster Supply,installation, Commisioning And Suport.pdf Annexure B Acknowledgement Form For Eskom She Rules And Other Requirements Copy.pdf Cec Kzn Ohs Baseline Risk Assessment_security.xlsx Example On How To Complete A Qse Sworn Affidavit.pdf Bee_affidavit-eme-gen.pdf 32-726 Rev 3 Contract And Contractor Ohs Management.pdf (high Risks) She Tender Requirements_.pdf Sdl I Check List Cctv.docx Bidders Document Cctv And Access Control 20 Nov 2024.docx High Risk Template Cctv.pdf 240-68099512 Form A_cat 4_ Rev 9.pdf Eskom Standard Conditions Of Tender (august 2024).pdf Annexure C 240-86738968 Specification For Integrated Security Alarm System For Protection Of Eskom Installations And.pdf Supplier Quality Mngt Category 4 Method Statement.docx Annexure B 240-91190304 Specification For Cctv Surveillance With Intruder Detection.pdf Acknowledgement Form For Eskom She Rules And Other Requirement.pdf Key Elements When Completing A Sworn Affidavit.docx Sow Upgrade Of Electronic Security Systems In Central East Cluster1012.pdf Example On How To Complete An Eme Sworn Affidavit.pdf 32-95_rev 9.pdf Kzn Ou Security Technology Boq.xlsx 32-418 Work At Height Standard.pdf Requirements For Financial Evaluation 6 Aug 2024.pdf

Development Academy Of The Philippines Tender

Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 84 K (USD 1.4 K)
Details: Description 1 Lot Photographer And Videographer Of January 30 To 31 20,205 At Dapcc Tagaytay Terms Of Reference (tor) Position Title: Photographer And Videographer Duration: 30-31 January 2025 1. Overview This Provides A Terms Of Reference For The Photo And Video Coverage With Same-day-edit Services For The Lgemc Year-end Assessment Program On 30 January 2025; And Class Photo On 31 January 2025. The Venue Is At The Development Academy Of The Philippines Conference Center Tagaytay, From 08:00 Am To 06:00 Pm And 6:00 Am To 9:00am Respectively. The Coverage Requires Capturing Photos And Videos Of The Whole Event, Especially The Key Activities; And Providing A Same-day Edit Video, With A Minimum Of Five Minutes, To Be Presented On The Last Part Of The Program. 2. Scope Of Work 2.1 Photo Coverage: A Minimum Of Three (3) Photographers Shall Capture The Event Focusing On: 2.1.1 Individual Photoshoots Of Scholars 2.1.2 Arrival Of Participants 2.1.3 Interaction And Socialization 2.1.4 Key Stage Activities (speeches, Performances, Recognition, Etc.) 2.15 Candid Moments And Overall Event Atmosphere 2.2 Video Coverage A Minimum Of Two (2) Videographers Shall Capture The Event Focusing On: 2.2.1 Arrival Of Participants 2.2.2 Interaction And Socialization 2.2.3 Key Stage Activities (speeches, Performances, Recognition, Etc.) 2.2.4 Candid Moments And Overall Event Atmosphere 2.2.5 B-roll Footage, Including But Not Limited To Venue And Decorations 2.3 Same-day Edit (sde) Video: 2.3.1 A Dedicated Editor Shall Compile And Create A Minimum Of Five (5) Minutes Video Summarizing The Event’s Highlights. 2.3.2 The Sde Shall Incorporate Music, Basic Graphics, And Text Overlays As Needed. 2.3.3 The Final Sde Shall Be Delivered In A Digital Format Suitable For Online Sharing (e.g. Mp4). 3. Deliverables 3.1 All Photos Shall Be Delivered In High-resolution Digital Format. 3.2 All Raw Footage From All Video Cameras Will Be Stored Securely 3.3 A Minimum Of Five (5) Minutes Of Sde Video Delivered By The End Of The Event. 3.4 All Materials Shall Be Turned Over To Dap Through A Hard Drive/s Within One Week. 4. Qualifications, Expertise And Skills Required 4.1 At Least A Bachelor’s Degree In Fine Arts, Multimedia Arts, Visual Communication, Graphic Design, Or A Relevant Field; 4.2 Experience In Photography And Event Coverage; And 4.3 Has A Good Understanding Of New Technologies And Digital Platforms. 5. Additional Considerations 5.1 Music For The Sde Should Be Royalty-free 5.2 Maximum Of Two Additional Editing Requests For The Sde 5.3 The Supplier Will Shoulder The Travel And Meals Costs For The Photographer/videographer Team. 6. Working Conditions And Arrangements The Photographer Shall Directly Coordinate With The Assigned Lgemc Program Or Project Manager/ Recruitment And Admission Head On All Matters Relative To This Engagement. All Deliverables Submitted Are Subject To The Standard Review And Approval Process Of The Academy. 7. Ownership And Confidentiality The Academy Expects The Performance Of Such Duties And Responsibilities With The Highest Standards Of Professionalism. As Such, The Photographer Shall Refrain From Making Any Public Pronouncement And From Disclosing Any Information About The Project To Any Third Party Without Prior Consent Of The Academy Even After The Termination Of The Engagement. Ownership Of Outputs, Reports, And Other Materials Produced Under This Engagement Shall Be Vested Exclusively In The Academy.

Department Of Education Division Of Naga City Tender

Software and IT Solutions...+1Education And Training Services
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.9 K)
Details: Description Invitation To Bid For [insert Procurement Project] Invitation To Bid For: Procurement Of Material And Equipment For The Reproduction Of The Dynamic Learning Program (learner’s Activity Sheets) Saro No. Ro-5-24-1295 1. The Department Of Education, Division Of Naga City, Through The Republic Act No. 11975-fy 2024 Gaa Intends To Apply The Sum Of One Million Six Hundred Forty One Thousand Six Hundred Seventy Five Pesos Only (php 1,641,675.00) Being The Abc To Payments Under The Contract For Procurement Of Material And Equipment For The Reproduction Of The Dynamic Learning Program (learner’s Activity Sheets) Broken Down As Follows: Quantity Unit Item Description Est. Unit Cost Total Cost 35 Pc Laptop 16.0" X1605za-mb819wsm I5-1235u/16gb Ddr4/512gb M.2 Nvme Ssd/win11 Laptop + H& ₱ 46,905.00 ₱ 1,641,675.00 • Windows 11 Home • Intel® Core™ I7-1235u • Intel® Iris® Xe Graphics • 16” Wuxga 60hz Ips • 16gb (2x 8gb) Ddr4 • 512gb M.2 Pcie Nvme Ssd • Ms Office Home And Student 2021 • 1x Usb 2.0 Type-a • 1x Usb 3.2 Gen 1 Type-c • 2x Usb 3.2 Gen 1 Type-a • 1x Hdmi 1.4 • 1x 3.5mm Combo Audio Jack • 1x Dc-in • 720p Hd Camera • With Privacy Shutter • Sonicmaster • Built-in Speaker • Built-in Microphone • With Cortana Voice-recognition Support • Wi-fi 5 (802.11ac) (dual Band) 1x1 + Bluetooth® 5.1 Wireless Card (*bluetooth® Version May Change With Os Version) • 42whrs, 3s1p, 3-cell Li-ion • Ø4.5, 45w Ac Adapter • Output: 19v Dc, 2.37a, 45w • Input: 100~240v Ac 50/60hz Universal • 1.88 Kg (4.14 Lbs) • 35.87 X 24.95 X 1.99 ~ 1.99 Cm (14.12" X 9.82" X 0.78" ~ 0.78") • Screenxpert • Glidex • System Diagnosis • Battery Health Charging • Fan Profile • Splendid • Function Key Lock • Wifi Smartconnect • Taskfirst • Live Update • Ai Noise Canceling Total Abc Php 1,641,675.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education, Division Of Naga City Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 30 Calendar Days From The Issuance Of Notice To Proceed. Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education Division Of Naga City And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00am To 5:00pm, Except Non-working Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 To February 12, 2025 From 8:00am To 5:00pm (mondays – Fridays Except Non-working Holidays) 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 Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through A Copy Of Official Receipt Presented Either In Person Or Through Electronic Means. 6. The Department Of Education Division Of Naga City Will Hold A Pre-bid Conference On January 30, 2025, 9:00am At The 2nd Floor Division Conference Hall, Deped Naga City And Via Google Meet App (https://meet.google.com/sfw-gyxa-dqb), 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 February 12, 2025, Not Later Than 8:30am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 12, 2025, 9:00am At The 2nd Floor Division Conference Hall, Deped Naga City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education, Division Of Naga City 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. For Further Information, Please Refer To: Mary Ann B. Rosauro Head, Bac Secretariat, Deped Naga City Roxas Avenue, Triangulo, Naga City Sdonaga.bac@deped.gov.ph Cp No. 0995-751-0997/ 0938-871-5166 12. You May Visit The Following Websites For Downloading Of Bidding Documents: Https://www.depednaga.ph/?page_id=6876 And Https://notices.philgeps.gov.ph/ January 23, 2025 Sgd Fernando C. Macaraig Bac Chairperson

MUNICIPALITY OF CAGWAIT, SURIGAO DEL SUR Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 574.1 K (USD 9.8 K)
Details: Description 2 Unit Cpu, Amd Ryzen 3 3200g Processor, A520m-k V2 Motherboard, Kingston8gb Ddr4 Memory, 256gb Ssd + 1tb Hdd Storage Amd Radeon Graphics, Trendsonic Casing With 700w Psu, Including Mouse With Mouse Pad And Keyboard 1 Unit Computer Avr, 500w, 220v 1 Piece Camera Memory Card, 256gb 1 Unit Computer Printer, L120, Eco Tank System 3 Unit Computer Printer With Scanner And Wifi, Can Print And Scan Long Size, Epson L5290 2 Unit Computer Printer With Scanner And Wifi, Can Print And Scan Long Size, Mfc-920dw 1 Unit Computer Printer With Scanner And Wifi, Dcp-t520w 34 Btl. Computer Ink Epson (black) 664, 70ml, At Least 2 Years Expiry 11 Btl. Computer Ink Epson (yellow) 664, 70ml, At Least 2 Years Expiry 11 Btl. Computer Ink Epson (cyan) 664, 70ml, At Least 2 Years Expiry 11 Btl. Computer Ink Epson (magenta) 664, 70ml, At Least 2 Year Expiry 45 Btl. Computer Ink Epson (black) 003, 65ml, At Least 2 Years Expiry 27 Btl. Computer Ink Epson (cyan) 003, 65ml, At Least 2 Years Expiry 26 Btl. Computer Ink Epson (magenta) 003, 65ml, At Least 2 Years Expiry 26 Btl. Computer Ink Epson (yellow) 003, 65ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (black) 001, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (cyan) 001, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (magenta) 001, 70 Ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (yellow) 001, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Bk673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson C673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Mk673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Y673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Lm673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Lc673, 70ml, At Least 2 Years Expiry 12 Btl. Computer Ink, Brother Btd60 Black, 108ml, At Least 2 Years Expiry 9 Btl. Computer Ink, Brother Bt5000 Magenta 48.8ml, At Least 2 Years Expiry 9 Btl. Computer Ink, Brother Bt5000 Yellow, 48.8ml, At Least 2 Years Expiry 9 Btl. Computer Ink, Brother Bt5000 Cyan, 48.8ml, At Least 2 Years Expiry 2 Unit Computer Laptop, Hp Pavilion X 360 2n1, Processor: Intel Core I3-1215u, Ram: 8gb Ddr4-3200 Mhz Ram (onboard), Storage: 512 Gb Pci, Display Size 14" Fhd Ips, Windows 11 Home, With Bag 1 Unit Computer Laptop, Lenovo Yoga 7i, 2-in-1 Gen 9, Specs: I7, 13th Gen, Intel Iris Xe, 16gb, 1tb Ssd, Oled Display, With Bag, Mouse And Mouse Pad 1 Unit Computer Laptop, Acer Nitro V, Size 15.6", Color: Obsidian Black, Category Gaming/ Model Avn15-41-r7zb Opi, Processor: Amd Ryzen 5 6600h Hexa-core Processor, (up To 3 Mb L2 Cache, Up To 16 Mb L3 Cache, 3.3 Ghz With Boost Up To 4.5 Ghz)/ Memory X 1 8gb Of Ddr5 System Memory, Upgradable To 32gb Using Two Sodimm Modules, Memory Slots (available) 2, Memory Frequency 4800mhz, Ddr5 Storage 512gb Nvme Ssd, M.2 Slots (available) 2, Operating Windows 11, With Mouse, Mouse Pad And Bag 2 Unit Scanner, Workforce Ds-c330 Portable Sheet-fed Document Scanner, Handle Long Documents With Maxium Scan Size Of 215.9mm X 3,048 Mm, Versatile Scanning-vertical Path Scan Like: Up To A4, Receipts, Post Card, Business Card. Straight Path Scan Like: B4-a3, Long Paper, Passbook, Passport, Card, Envelope, Duplex Scanning At Speeds Of Up To 30ppm / 60ipm, Ultra Compact 2 Unit Desktop Computer, Amd Ryzen 5 4600g Processor, A520m-k V2 Motherboard, Kingston8gb Ddr4 Memory, 512gb M.2 Ssd Storage Amd Radeon Graphics, Trendsonic Casing With 700w Psu, Acer: 21.5" Fhd Ips Screen, Keyboard, Mouse, Pad, Speaker, Avr 2 Piece Epson To4d1 Maintenance Box For Epson L6190 1 Unit Ups, 650va, 390 Watts, 4 Socket 2 Piece Usb Flash Drive, 256gb 4 Piece Hard Drive, External, 2tb 1 Piece Usb+type C Dual Port 128gb 2 Piece Wifi Dongle 5.0 Bluetooth Receiver For Pc 1 Pair Desktop Speakers, Computer Wired, Multi-media Monitor Speaker Min Of 6w, In Pair

DAVAO ORIENTAL STATE UNIVERSITY Tender

Aerospace and Defence
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 133.8 K (USD 2.3 K)
Details: Description 1 Unir Drone Aircraft Folded H83mm X W83mm X L198mm | Diagonal Size (propellers Excluded) 335 Mm | Weight (battery & Propellers Included)1.62 Lbs (734 G) (exclude Gimbal Cover) 1.64 Lbs (743 G) (include Gimbal Cover) | Max Ascent Speed 16.4 Ft/s (5 M/s) In Sport Mode | Max Descent Speed 9.8 Ft/s (3 M/s) | Max Speed 40 Mph (65 Kph) In Sport Mode Without Wind | Maximum Takeoff Altitude16404 Feet (5000 M) | Max Flight Time 30 Minutes (no Wind At A Consistent 15.5 Mph (25 Kph)) | Max Hovering Time 27 Minutes (no Wind) | Esc(electronic Speed Controller)foc | Max Total Travel Distance (one Full Battery, No Wind) 9.3 Mi (15 Km, No Wind) | Operating Temperature Range 32° To 104° F (0° To 40° C) | Satellite Positioning Systemsgps / Glonass | Hover Accuracy Range Vertical: +/- 0.1 M (when Vision Positioning Is Active) Or +/-0.5 M Horizontal: +/- 0.3 M (when Vision Positioning Is Active) Or +/-1.5 M | Operating Frequency Fcc: 2.4-2.4835ghz; 5.150-5.250 Ghz; 5.725-5.850 Ghz Ce: 2.4-2.4835ghz; 5.725-5.850 Ghz Srrc: 2.4-2.4835 Ghz;5.725-5.850 Ghz | Transmitter Power (eirp) 2.4ghz Fcc:<=26 Dbm; Ce: <=20 Dbm; Srrc:<=20 Dbm; Mic:<=18 Dbm 5.2 Ghz Fcc:<=23 Dbm 5.8 Ghz Fcc:<=23 Dbm; Ce <=13 Dbm; Srrc: <=23 Dbm; Mic: - Camera Sensor 1/2.3” (cmos), Effective Pixels:12.35 M (total Pixels:12.71m) | Lensfov 78.8° 26 Mm (35 Mm Format Equivalent) F/2.2 Distortion < 1.5% Focus From 0.5 M To ∞ | Iso Rangevideo: 100-3200 Photo: 100-1600 | Electronic Shutter Speed 8s -1/8000 S | Image Size 4000×3000 | Still Photography Modes Single Shot Burst Shooting: 3/5/7 Frames Auto Exposure Bracketing (aeb): 3/5 Bracketed Frames At 0.7 Ev Bias Interval | Video Recording Modes C4k: 4096×2160 24p 4k: 3840×2160 24/25/30p 2.7k: 2720x1530 24/25/30p Fhd: 1920×1080 24/25/30/48/50/60/96p Hd: 1280×720 24/25/30/48/50/60/120p | Max Video Bitrate60 Mbps | Supported File Systems Fat32 ( ≤ 32 Gb ); Exfat ( > 32 Gb ) | Photo Jpeg, Dng | Video Mp4, Mov (mpeg-4 Avc/h.264) | Supported Sd Cards Micro Sd™ Max Capacity: 128 Gb. Class 10 Or Uhs-1 Rating Required | Operating Temperature Range 32° To 104° F ( 0° To 40° C )" Remote Controller Operating Frequency2.4 Ghz To 2.483 Ghz | Max Transmission Distancefcc Compliant: 4.3 Mi (7 Km); Ce Compliant: 2.5 Mi (4 Km) Srrc Compliant: 2.5mi (4 Km) Mic Compliant: 2.5 Mi (4 Km) (unobstructed, Free Of Interference) | Operating Temperature Range32° To 104° F ( 0° To 40° C ) | Battery2970mah | Transmitter Power (eirp)fcc:<=26 Dbm Ce:<=20 Dbm | Srrc: <=20 Dbm Mic: <=18 Dbm | Operating Current / Voltage950ma @ 3.7v | Supported Mobile Device Sizethickness Supported:6.5-8.5mm Max Length: 160mm Supported Usb Port Types: Lightning, Micro Usb(type-b),usb(type-c) Wifi Operating Frequency2.4g/5g Max Transmission Distance80 M(distance), 50m(height) (unobstructed, Free Of Interference) Max Speed14 Km/h (9 Mph) Max Ascent Speed6.6 Ft/s(2 M/s) Max Descent Speed3.3 Ft/s(1 M/s) Gimball Controllable Rangepitch: -90° To +30° Roll: 0° Or 90° (horizontally And Vertically) Stabilization3-axis (pitch, Roll, Yaw) Charger Voltage13.05 V Rated Power50 W Vision System Vision Systemforward Vision System Downward Vision System Obstacle Sensory Rangeprecision Measurement Range: 2 Ft (0.7 M) To 49 Ft (15 M) Detectable Range: 49 Ft (15 M) To 98 Ft (30 M) Operating Environmentsurface With Clear Pattern And Adequate Lighting (lux > 15) Velocity Range≤22.4 Mph (36 Kph) At 6.6 Ft (2 M) Above Ground Altitude Range1 – 43 Feet (0.3 – 13 M) Operating Range1 – 43 Feet (0.3 – 13 M)" Intelligent Flight Battery Capacity3830 Mah Voltage11.4 V Battery Typelipo 3s Energy43.6 Wh Net Weightapprox.0.5 Lbs(240 G) Charging Temperature Range41° To 104° F ( 5° To 40° C ) Live View Live View Quality720p@30fps, 1080p@30fps(remote Controller)720p@30fps(wi-fi) 720p@60fps, 1080p@30fpslatency160-170ms

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Combined Synopsis/solicitation Notice page 3 Of 3 1. This Is A Combined Synopsis/solicitation For Commercial Services/items Prepared In Accordance With The Format In Far Subpart 12.6 In Conjunction With Far Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. 1.a. Project Title: Body Armor 1.b. Description: The Greater Los Angeles Va Healthcare System Is Seeking A Contractor To Provide Body Armor. 1.c. Project Location: Greater Los Angeles Va Healthcare System, Los Angeles, Ca 1.d. Solicitation Number: Request For Quotes (rfq) - 36c26225q0301. 1.e. Set Aside: This Solicitation Is Issued As Service-disabled Veteran-owned Small Business (sdvosbc) Set Aside. 1.f. Applicable Naics Code: 315990 Apparel Accessories And Other Apparel Manufacturing sba Has A Class Waiver Under This Naics Code Which Can Be Found Through The Sba Website. Https://www.sba.gov/document/support-non-manufacturer-rule-class-waiver-list 1.g. Small Business Size Standard: 600 Employees 1.h. Type Of Contract: Firm Fixed Price 2. Scope. The Veteran S Integrated Service Network 22 Is Seeking A Contractor To Provide Full-body Wrap Armor Vests, Custom Load Bearing Vest Carriers, And Other Components. The Requirement Is For Bluestone Safety Products, Inc, Body Armor, And Accessories Brand Name Or Equivalent, Having The Following Salient Characteristics, Adhering To The Attached Statement Of Work (sow) And The S02 36c26225q0301 Clauses And Provisions manufacturer: Bluestone Safety Products, Inc equal To Product Information: salient Characteristics: nij 0101.06 Level 3a+ Nb-lightest- Full Wrap Body Armor Vest must Be Sized To Order For Each Officer. each Vest Must Include A Front Body Armor Panel, A Back Body Armor Panel, And An Inner Carrier With Trauma Plate Pouches. plus Sizes Must Be Available. custom Load Bearing Carrier Vest the Contractor Will Make And Supply 20 Rifle Plate Panel Load Bearing Vest Carriers (panels Supplied By Va) Navy Blue In Color With The Following Features: vest Must Be Manufactured Of Heavy Duty Cordura Nylon. vest Must Have An Extraction Drag Strap On The Top Of The Rear Panel. the Front Panel Must Secure Over The Rear Panel When Vest Is Closed. must Have Flat Pockets For Pens/notebooks On Top Left And Top Right Of Vest (4.25 Wide X5 High). must Have Two Hidden Lower Pockets For Additional Equipment must Have A Microphone And Body Camera Tab Between Two Chest Pockets must Have A Badge Combo (velcro And Eyelets) Above Left Pocket must Have 1 X 5 Customized Embroidered Name Tape Above Right Pocket Blue With White Lettering vest Must Have Buttons On The Two Chest Pockets And Down The Front Center Of The Vest To Emulate The Uniform Shirt. must Have A Large Police Placard Centered On Top Rear Panel each Vest Must Be Custom-tailored To The Measurements Provided For The Individual Officer. vest Must Have 4 Pouches On The Front Of The Vest For Equipment And Must Be Customized To The Layout For Each Officer: tactical Flashlight Pouch radio Pouch cat5 Tourniquet Pouch cellphone Pouch must Confirm Measurements/sizing With End-user Before Shipping. 3. Submit Written Offers With Spec-sheets Of Proposed Items In Accordance With The Following Instructions, As Well As Addendum To Far 52.212-1, Instruction To Offerors. Oral Offers Will Not Be Accepted. Complete And Submit Enclosure 1 Via Email No Later Than 12:00pm Pst Tuesday January 14, 2025, To Israel.garcia2@va.gov. Ensure The Following Are Completed And/or Included In The Quote Packet: 3.a. Vendor Information With Sam Uei. 3.b. Concurrence/non-concurrence With Solicitation Terms, Conditions, And Provisions 3.c. Schedule Of Services. Items Shall Be Fob Destination. Please Specify Offered Item Manufacturer And Part Number. 3.d. Provide An Authorized Distributor Letter/memo From Manufacturer. 3.e. Product Must Comply With The Buy American Act, Trade Agreement Act And All Other Clauses Stated On The S02 36c26225q0301 Document. 3.f. Fill Out And Sign Va Notice Of Limitations On Subcontracting--certificate Of Compliance For Supplies And Products With Your Submission From The S2 36c26225q0301 Document. price/cost Schedule item Information item Number description Of Supplies/services quantity unit unit Price amount 0001 20.00 ea __________________ __________________ nij 0101.06 Level 3a+ Full Wrap Body Armor Vests- Sized To Order For Each Officer. Nb Lightest Each Vest Includes A Front Body Armor Panel, A Back Body Armor Panel, And An Inner Carrier With Trauma Plate Pouches Pn: Nb Lightest 0002 20.00 ea __________________ __________________ custom-tailored Load Bearing Vest Carrier With A Horizontal Upper Mic Tab, 2 Upper Uniform Pockets And 2 Lower Pockets. Each Vest Is Cutom Made To The Individual Officers Specific And Is Made To Fit The Armor They Were Fitted For, Or There Existing Armor. 0003 20.00 ea __________________ __________________ custom Rifle Plate Pockets Added To The Front And Back Of The Custom Load Bearing Vest, Allowing To Easily Insert Level 4 Plates Into Custom Lbv. (level 4 Rifle Plates Sold Seperately) 0004 20.00 ea __________________ __________________ custom Sewn-on Flashlight Pouch 0005 20.00 ea __________________ __________________ custom Sewn-on Radio Pouch 0006 20.00 ea __________________ __________________ custom Sewn-on Cellphone Pouch 0007 20.00 ea __________________ __________________ custom Sewn-on Tourniquet Pouch 0008 20.00 ea __________________ __________________ drag Strap Added To The Back Of The Vest 0009 20.00 ea __________________ __________________ police Identification Patch On The Back Of The Vest 0010 20.00 ea __________________ __________________ custom Embroided Name Tab For Load Besring Vest 0011 20.00 ea __________________ __________________ add Metal Eyelets And Velcro To The Badge Area On The Lbv grand Total __________________

Infanta quezon Water District Tender

Software and IT Solutions
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 101 K (USD 1.7 K)
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 02-007-s25 Request For Quotation (rfq) For “supply And Delivery Of All-in-one Computer & Printer” 1. The Infanta (quezon) Water District (iqwd) Referred To As The “purchaser” Now Requests The Submission Of A Price Proposal For The Procurement Of The Above-stated Item Described In The Technical Specifications/schedule Of Requirements With An Approved Budget For The Contract (abc) Of One Hundred One Thousand Pesos (₱ 101,000.00) 2. Attachment 1 Provides A Set Of Technical Specifications. All Items And Jobs Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any Of The Requirements May Result In The Proposal Being Rejected. 3. Procurement Procedures Will Be Conducted By The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. The Iqwd Intends To Evaluate The Bid/proposal On A Lump Sum Basis, And An Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations/proposals And Other Requirements Must Be Delivered At The Address Below Not Later Than 1:30 P.m., February 10, 2025, At Infanta (quezon) Water District (iqwd) Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon. 6. Interested Bidders May Acquire/download Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And Iqwd’s Website. 7. Prices Must Be Quoted In Philippine Pesos And Include The Unit Price And Total Price, Including All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 8. Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “supply And Delivery Of All-in-one Computer And Printer” Or You May Send Your Bid/proposal Through Courier. 9. Bids/proposals Shall Be Valid For Sixty (60) Calendar Days From The Deadline For Submission Of Bids. 10. The Contract Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order. The Supplier/contractor Should Inform The Purchaser Three (3) Days Before Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And Bac Before The Event, If Any, Shall Be Awarded The Contract. 12. The Supplier That Submitted The Lowest Calculated Responsive Bid/proposal, And Passed The Ocular Inspection Conducted By The End User And Bac Before The Event, If Any, Shall Be Awarded The Contract. 13. Proposals Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission Of Documentary Requirements B. Compliance With Technical Specifications/schedule Of Requirements C. Price 14. Delivery Site: Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 15. The Applicable Rate For Late Deliveries Is One-tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Amount. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 16. The Purchaser Reserves The Right To Accept Or Reject Any Proposal And To Annul The Procurement Process Or Reject All Proposals Before Contract Award, Without Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Does Not Materially Affect The Material's Overall Functionality And The Supplier's Capability To Perform The Contract. 17. The Prospective Bidder Shall Submit The Following Documentary Requirements: A. Duly Signed Request For Quotation (rfq) Form B. Technical Specifications/schedule Of Requirements C. Mayor’s/business Permit D. Philgeps Registration Number/certificate E. Income/business Tax Return (for Abcs Above P500k) F. Notarized Omnibus Sworn Statement Gerry C. Bustonera Bac Chairperson Attachment 1 Technical Specifications/schedule Of Requirements The “procurement Of All-in-one Computer & Printer” Shall Be Delivered And Completed Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order By The Supplier. Item No. Description/specifications Qty. Unit 1 All-in-one Computer 1 Unit Processor: Intel Core I5, 13th Gen Memory: 256 Gb Ssd + 1tb Hdd Graphics: Intel Uhd Graphics Psu Display Screen: 24” 1920x1080 Resolution Hd Camera Gigabit Lan + Wlan + Bluetooth 5.0 *standard I/o Ports: Usb 3.0 Gen. Usb 2.0 Headphone/speaker, Mic, Vga Port/ Display Port, Hdmi Port Peripherals/accessories: Keyboard & Mouse Os/software: Licensed Windows 10 Or 11, Licensed Microsoft Office For Home & Student, Internet Security W/ Anti-virus Ups, 650 Va 2 Printer (all-in-one Ink Tank Printer) 1 Unit Print, Scan, Copy Compact Integrated Tank Design Print Speed Up To 14ipm For Black And 8.0ipm For Colour Auto-duplex Printing Adf Capacity Ethernet & Wi-fi Direct Borderless Printing Space-saving Design, Spill Free Refilling Superb Quality And Cost-savings Large Paper Capacity High Speed Printing Heat-free Technology Precision Core Printhead 400 X 1 Nozzles Black, 128 X 1 Per Color (cyan, Magenta, Yellow) 4800 X 1200 Dpi Colour Lcd Screen Paper Size: Legal (8.5 X 14”) , 8.5 X 13”, Letter, A4, B5, A5, A6, Hagaki (100 X 148mm), 16k (125 X 270mm) Indian-legal (215 X 345 Mm), B6, 5x7”, 4x6”, Envelopes #10, Dl, C Ac 220-240 V/50-60 Hz ***nothing Follows*** Requirements: Please Indicate The Brand, And Model And Attach Brochures/ And/or Literature Of The Offered Product.

Rizal Medical Center Tender

Healthcare and Medicine
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 900 K (USD 15.3 K)
Details: Description Request For Quotation Rfq No. 2025-037 The Rizal Medical Center (rizal Med) Through Its Special Bids And Awards Committee (sbac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Item Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than 27 January 2025. Name Of Project: Supply, Delivery, And Installation Of Two (2) Units Of Dental Chair Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Nine-hundred Thousand Pesos (php900,000.00) Item No. Description Unit Qty Unit Cost (php) Total Abc (php) 1. Supply, Delivery, And Installation Of Two (2) Units Of Dental Chair Unit 2 450,000.00 900,000.00 Power Supply: 220v-60hz Ambidextrous (left To Right) Operation Motor Type Heavy Duty Actuator Type Emergency Stop Switch By Backrest Silent Movement System/no Joint Mechanical Sounds Fuse/surge Protection Installed Seamless Upholstery Cushion With Lumbar Support Completely Ceramic Spittoon Cuspidor 45 Degrees Rotation Tubing Soft And Rubberized, Elastic, Flexible And Heavy Duty Auto Control System For Spittoon Flush And Cup-filler Clean Water System For Water Tank Vacuum Canister With Solid Collector Multi-functional Foot Control For Chair And Handpieces Operation Adjustable Timed Bowl Rinse And Spittoon Flush With Push Button Four (4) Programmable Memory Position Plus One (1) Pre-set Plus One Pre-set Zero Position And One (1) Last Position Asepsis Control For Three Handpiece And Three-way Syringe Low Speed Micromotor, High Speed Handpiece, 3-way Syringe Multi-functional Touch Pad Control For Chair/unit Positioning/functioning Implant Operating Light-shadowless With All Light Intensity Adjustment X-ray Viewer Panoramic Size 12x9 Inches Accessories: Two (2) Pieces 2-hole High-speed Handpiece With Led Light One (1) Piece 2-hole Air Motor With Straight Nose And Contra-angle One (1) Piece Piezo Type Scaler With Led Light Scaling/endo Functions Two (2) Pieces Three-way Syringe (autoclavable Tip) Built-in One (1) Led Light Cure Unit (heavy Duty) With Intra-oral Camera With Monitor With 2 Hp Silent And Oil Free Dental Air Compressor With Provision Of: A. Dental Autoclave 24 Liters Sterilizing Chamber Volume: 24 Liters Working Pressure: 0.22 Mpa Working Temperature: 134c Temperature Adjust Range: 105 To 134c Time Range: 0 To 60min Heat Average: <+1c Power: 1.5kw/220v/60hz Sterilizing Plate: 340x220x30 (3 Pieces) Dimension: 545 Mm X 328 Mm X 423 Mm B. Ultrasonic Bone Surgical Unit Power Supply: 220v/60hz Input Power: 150va Working Frequency: 24khz-36khz Flow: 30-110ml/min Environment Temperature: 0c+40c Atmospheric Pressure: 70kpa-106kpa Temperature In Water Inlet Of Water-cooling Equipment Is Not Higher Than 25c I. General Requirements: 1. Original Signed Price Quotation; 2. Certified True Copy Of The Following: A) Philgeps Certificate; B) Mayor’s/business Permit; C) Income/business Tax Return (for Abcs Above Php500,000.00); D) Valid License To Operate Issued By Philippines Food And Drug Administration; E) Certificate Of Product Registration/ Certificate Of Non-registrable/ Certificate Of Product Notification/ Certificate Of Medical Device Notification; F) Certificate Of Distributorship (manufacturer’s Authority) Or Sub-distributorship Certificate / Agreement From The Distributor; 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Warranty Certificate: Two (2) Years Parts And Five (5) Years Service Warranty 5. Product Description/brochure. Documentary Requirements Must Be Submitted To The Sbac Secretariat Not Later Than The Deadline. Ii. General Conditions: • The Monthly Billing Statement With Complete Documentary Requirements Must Be Provided By The Service Provider A Week After The Applicable Month • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise, All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. For Further Inquiries, You May Contact The Sbac Secretariat At Mobile No. (0917) 104 6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Jacquelyn M. Perez, Llb Head, Sbac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. (0917) 104 6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd)ruth G. Valeriano, Md, Ffps, Fcnsp, Fpna Chairperson, Special Bids And Awards Committee
4421-4430 of 4499 archived Tenders