Camera Tenders
Camera Tenders
Municipality Of Pintuyan, Southern Leyte Tender
Automobiles and Auto Parts
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 17.8 Million (USD 306.7 K)
Details: Description Item No. Item And Descriptions Quantity Unit 1 Lot Of Mobile Command And Control Vehicle (moccov) With Triage Technology Specifications: Trailer; 1 Set Trailer Dimension: L 16’ft X 6’8” Ft Trailer 40 Sq.m. Covered Area, Command Center Tent Maximum Capacity: 18 Persons Capacity: 10,000 Lbs. Multi-use Compartment For Rescue Equipment Swing Out Sink Rear/kitchen Top Tailgate Water Tank Gauge Indicator Automatic Water Pump For Faucet Reflectorized Trailer Side Markers Full Color Decal Suspension And Under Chassis Details: Round Axle With Hubs And Heavy-duty Bearings Rear Stabilizer Swivel Legs Front Stabilizer Swivel Legs Tandem Wheel And Fender With Spare Tires Front Swing/swivel Hand Jack With Tire Electromagnetic Brake System Swing Out Rear Tail Gate Dust And Waterproof Pvc Travel Cover Tent System; 1 Set Material: Wax Poly Cotton Canvas Fabric Annex 1: Mission Room Convertible To Bedroom Annex 2: Kitchen And Pantry Room Annex 3: Mission Room Annex Walls, With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All Made With Heavy Duty Materials Maximum Capacity: 18 Persons Annex Walls With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All In Heavy Duty Material Tent Material Is Water Repellent 3-season Tent That Can Withstand A Wind Force Of 7.5 Mph Baseline With Approximately 38 Mph Winds And Gusts Trailer Utilities; 1 Set Trailer Built-ins 150 Liters Water Tank Pump And Plumbing System Ac And Dc Power Inlet Mounted And Wash Basin Dust And Waterproof Pvc Travel Cover Portable Air-conditioning Unit Horsepower: 1 Hp Weight: 29 Kg Dimensions: 36.5 × 44.5 × 71.5 Cm Cooling Capacity: 12,600 Kj/h Power Consumption: 1100 W Applicable Area: 18-28 M 3 Units Independent Portable Toilet Material: Pp, Abs Dimension:35x42x43cm / 13.8×16.5×17" Capacity: 24l Flush Method: Press Compact Size And Lightweight Design Also Fit For Outdoor 1 Unit Toilet/shower Tent Material: Waterproof Cloth Rod: Glass Fiber Pop-up Dimension: 1.2x1.2x1.8 M With 1unit Portable Camping Shower, Rechargeable 2 Units Fuel Tank Standard: As/nzs 2906:2001 Capacity: 20l Of Fluid Spill Proof Vented Pouring Spout. Material: Uv Stabilized High Density Polyethylene 4 Units Fire Extinguisher 5lb Abc Non-toxic And Non-corrosive Chemicals Refillable Mono Ammonium Phosphate Chemical, Non-conductor, Non-toxic, Stored Pressure Equipped With Pressure Gauge, Brass Valve And Heavy-duty Air Hose With Nozzle 1 Unit Communication And Surveillance Pneumatic Mast Operation: Arc Movement + Vertical Movement Height: 10m Pan Movement: 360°gross Weight: 50 Kg Operation Platform: Arc Movement Horizontal And Vertical Rotation Speed: 6r/min Wind Resistance: 66km/h Control Way: Rs485, Pelco-d/p Agreement, Remote Control Material: Aluminum Alloy Power Supply: Dc12v-10a 1 Unit Wireless Siren Voltage: Dc 12v Output Power: 200w Siren And Microphone 1 Set Weather Station System Measurements: Hygrometer//humidity, Rainfall, Temperature, Wind Direction, Wind Speed Sensors: Anemometer, Rain & Temperature Solar-powered With Stored Energy Backup. Corrosion-proof And Can Withstand Extreme Weather Environments Has Wireless Transmission Range Of 1000 Ft. (300 M) Transmits Data Every 2.5 Seconds 1 Set Rescue Quadcopter Drone Waterproof Extended Flight Time Up To 20 Minutes Power-flip Function When Floating Flight Control Feel Tuned For Lifesaving As Well As Search And Rescue Operations 2.7k Color Camera, Remote Control Specially Designed Rescue Buoyancy Sausage Live As Well As Recorded Video Footage Payloads Up To 1.2kg 1 Set Satellite Internet Starlink; Standard Roaming Account (subscription Not Included) 1 Unit Uhf/vhf Radio Communication System Frequency Range 136-174 Mhz Or 450-520 Mhz Number Of Channels Max. 32 Channel Spacing Analog 12.5 Khz Digital 6.25 Khz Operating Voltage 13.6 V Dc ± 15% Frequency Stability ± 2.0 Ppm ± 1.0 Ppm Antenna Impedance 50 Ω Weight: 1.10 Kg 1 Set Management Laptop Intel Core I5 Ram 8gb Display: 15.6 Inches (main Display) Windows 10/11 Home/webcam/bt/wifi/cardreader/backlit Keyboard 1 Set Led Robotic Search Light Lighting Mode: Low Light, High Light, And Flashing Image Resolution: 1280 × 720 Max. Rotation Range Yaw: - 70° To + 70°, Pitch: - 135° To 45° Power Consumption: ≤ 40 W 1 Unit Ptz Perimeter Camera System Pan, Tilt, Zoom 1/2.8" Hd Progressive Scan Cmos 1920 × 1080 Resolution 25× Optical Zoom 120 Db True Wdr (wide Dynamic Range) Up To 100 M Ir Distance 3d Intelligent Positioning Switchable Tvi/ahd/cvi/cvbs Video Output 1 Unit Bullet Camera System Image Sensor 1/3" Progressive Scan Cmos Min. Illumination Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir Day & Night Ir Cut Filter Angle Adjustment: Pan: 0° To 360°, Tilt: 0° To 100°, Rotate: 0° To 360° Max. Resolution: 2688 × 1520 4 Units Cctv Nvr 8 Channel (ds-7208huhi-k1/e) Digital Video Recorder Mouse, Manual And Power Cord Remote Viewing Anytime, Anywhere Live View From Pc, Smartphone Or Tablet Turbo Hd Camera Ultra-low Light Chromatic Night Vision 1 Set Console Box Heavy Duty Case For Cctv System And Media System Laminated Water Resistant, 1 Unit All In One Pc, 2 Units 22inch Multimedia Tv With Tv Box, 1 Unit 32-inch Smart Tv, 7inch Am/fm Audio Receiver With Speakers, Wireless Keyboard And Mouse 1 Unit Step Ladder 3 Step Foldable Aluminums Ladder 1 Unit Table For Mapping Folding Half Table With Foldable Steel Legs 4ft 122 X 60 X 74cm 1 Unit White Board Magnetic White Board 30cm X 60cm 1 Unit Rescue And Triaging Foldable Rescue Boat With Outboard Motor Width (beam) When Open: 60″ 1.52mdraft: 4″ 11.4cmdepth Mid-ship: 24″ 56cmcapacity: 807 Lbs. Number Of Seats: 6material: Hard Plastic 1 Set Water Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 2 Rescue Vest, 1 Rescue Can, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag 1 Set High Angle Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag, 1 Swing Spinner Carabiner,1 Hand Ascender Device, 1 Adjustable Foot Loop Sling, 1 Descender Rescue 8, 1 Pulley Single Sheeve, 1 Pulley Double Sheave 1 Set Automated External Defibrillator Protocol: Semiautomatic And Fully Automatic Configuration Defibrillator Charge Hold Time: 30 Seconds. Aed 3 Automatic Model: 3 Seconds Prior To Automatic Shock Delivery Energy Selection: Factory Pre-programmed Selection Patient Safety: All Patient Connections Are Electrically Isolated Size: (h X W X D) 12.7 Cm X 23.6 Cm X 24.7 Cm. 5.0 In X 9.3 In X 9.7 In Weight: 2.5 Kg; 5.5 Lbs. (with Battery) 1 Unit Emergency And Trauma Bag. 1 Btl Alcohol 150ml 1 Btl Betasol Povidone 60ml 1 Btl Hydrogen Peroxide 60ml 1pc. Tourniquet 1 Set Oxygen Tank W/ Regulator 1 Pc. Emergency Blanket 1 Pc. Arm Splint / Sam Splint 1 Pc. Leucoplast ½ 1pc. Cpr Mask Surgi-tech 1 Pc. Cervical Collar 1 Pc. Triangular Bandage 1 Pc. Hot And Cold Pack 160g Surgi-tech 1 Pc. Digital Thermometer Advan 1 Btl Dextrose Partners 1 Pc. Iv Tubing Surgi-tech 1 Pc. Iv Cath G.24 1 Pc. Cosmed Butterfly G.23 1 Pc. Pulse Oximeter 1 Set Ambu Bag Pvc 1 Pc. Pen Light Indoplas 1 Set Blood Pressure / Bp Set 1 Pc. Kelly Forceps Straight 1 Pc. Surgical Scissor Straight 1 Set Foldable Military Spec Medical Beds Material: High-grade Aluminum Foldable Product Size: 194 X 66 X 41cmfolded Size: 90 X 12 X 20cmweight: 9.5kgload Bearing: Less Than 159kg 5 Units Jack 3-ton Crocodile Jack 1 Unit Rescue Axe Gross Weight: 32oz Or 910g Length: 15" Or 38cm Carbon Steel Head Dual Fiberglass Handle Rubberized Grip 1 Unit Bolt Cutter Size: 12" Max. Cutting Size: 5mm Cr-v Blade 1 Unit Hi-lift Responder Jack Material: Cast Iron Steel Size: 42” Leverage: 4660 Lbs. 1 Unit Medical Stretcher Product Size (length*width*height): 214*54*13cm Foldable 1 Unit Shovel Full Length: 42cm Spade Width: 10cm Shovel Length: 12.5cm Pick Length: 11cm 1 Unit Power Supply And Electronics Jump Starter/power Bank Ce/rohs/emc Battery Capacity:15000mah Input: 14/a Output:5v/4a; 12v/12a; 19v/3.5a Charging Time: 5 Hours Start Current: 300a Peak Current: 600a 1 Unit Solar Power Generator System Rated Power: 200w Rated Voltage (vmp): 18v Rated Current (imp): 3.34a Open-circuit Voltage: 21.6v Short-circuit Current: 3.64a Number Of Cells: 36 Cell Type: Poly-crystalline Silicon Glass Type: High Transmission, Low Iron, Tempered Glass, Glass Thickness Of Glass: 3.2mm 1 Set Wind Power Generator System - Material: Nylon Fiber - Blade Length:600mm - Wind Wheel Diameter:900mm - Weight:12.5kg - Rated Power: 400w - Starting Wind-speed: 12m/s - Rated Voltage: 12/24vr 1 Unit Generator Set Power Inlet Mounted220-240vopen Type Generator Starting System: Recoil/electrical Starting Alternator Material: 100% Cu Frequency (hz): 60voltage(v): 120-240rated Output (kw): 8max Output (kw): 8thd (%): 25running Time At 50% Loading(h): 8.5fuel Tank Size(l): 21noise Db(a): 97insulation Grade: F 1 Unit 220v Backup Inverter Power System 3000 Watts Power Inverter Dc Charging System Output Voltage: 220v (+-) 10% Output Frequency: 60hz (+-) 2 Output Wave Form: Modified Sine Wave Peak Efficiency: 65% 1 Unit Battery Bank Power Supply 100ah X 4 (total Capacity= 400ah) Lithium Ion Battery 1 Unit Training - Seminar Technical Seminar Training For Ingress And Digress Of Trailer-tent System Gain Knowledge Of Equipment And Its Specifications Proper Handling And Proper Use Of Tools And Equipment's Ergonomic Placement Of Equipment Individual Seminar Training And Testing Of Each Individual For A Specific Role Ex: Basic Drone Pilot Training, Cctv Controller Etc. Note: Caap Certification Not Included Team Seminar Conducting Team For Ground Training And Actual Response Action Efficient Ingress And Digress Of Mocov Synchronization Of Individual And Their Roles At A Specific Time Of Action Tool Set 82 Pcs Tool Set 1 Set Cook Set 6 Persons Cook Set 1 Set Portable Stove 2 Burner Portable Butane Stove 1 Unit Vehicle Modified 4x4 Xl Ford Ranger 2024 Or Its Equivalent Or Better Powertrain 4x4 Drivetrain 2.0l Turbo Diesel Maximum Power 170hp @ 3,500maximum Torque 405nm @ 1,750-2500 Rpm6-speed Manual Transmission Chassis & Suspension Front Suspension Double Wishbone With Coil Springs Rear Suspension Leaf Spring Front Ventilated Discs/rear Drum Wheels & Tires16" Off-road Mag-wheels 255 / 70r 16 Tires Accessories: Snorkel Led Bar Light, Roof Tray, Led Emergency Strobe Light Bar, Load Plus (suspension), Tow Hitch Set 1 Lot Notes: 1. All Items Should Be Supplied, Delivered And Installed On-site As Designated By The End-user Unit. 2. Mobile Command And Control Vehicle With Triage Technology And Its Accessories Should Be Accredited Or Recognized From Department Of Science And Technology (dost) Or Any Appropriate Government Agencies. 3. Vehicle Inclusions: Lto Registration – 3years, Ctpl-3years, Insurance With Aog – 1 Year, With Logo Of The Municipality (pintuyan). 4. Product Warranty Certificates For Vehicle. 5. Product Warranty Certificates For Equipment, Devices And Accessories Not Less Than One (1) Year. 6. Trainings For Operators Of All Equipment, Devices And Accessories And Corresponding Seminars For Conducting Team Shall Be Formed Part Of The Contract.
Department Of Education Division Of Naga City Tender
Publishing and Printing
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 70 K (USD 1.1 K)
Details: Description Republika Ng Pilipinas Kagawaran Ng Edukasyon Rehiyon V Tanggapang Pansangay Ng Mga Paaralan Ng Lungsod Naga Bids And Awards Committee Request For Quotation For Goods And Services Date: January 16, 2025 Quotation No. : G2025-01-027 Purchase Request No. : 24-12-522 To: All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms & Conditions Of This Request For Quotation (rfq) And Submit Your Quotation Duly Signed By You Or Your Authorized Representative In The Return Envelope Not Later Than The Prescribed Period. Do Not Forget To Write The Quotation No./ Purchase Request (pr) No. In Front Of The Envelope Which You Must Seal, Sign, And Submit To Deped, Naga City Division, Roxas Avenue, Triangulo, City Of Naga. For Any Clarification, You May Contact Us At Cellphone No. 0995-751-0997 Or Email Address At Sdonaga.bac@deped.gov.ph. Fernando C. Macaraig Bac-chairman _____________________________ Signature Over Printed Name Canvasser __ Terms & Conditions A. Submission Of Requirements 1. All Entries In The Rfq Form Must Be Accurate And Legibly Written. The Rfq And Other Requirements Stated Herein Shall Be Submitted In A Sealed Envelope To The Bids & Awards Committee (bac) At Deped Naga City Schools Division Office, Roxas Avenue Triangulo, Naga City. 2. Document Requirements: (suppliers Who Had Contract/s With Deped Naga Previously And Whose Documents Are Still Valid May No Longer Submit These) A. Philgeps Registration B. Dti/sec Registration C. Mayor’s Permit/business Permit D. Tax Clearance Certificate E. Pcab License (for Infrastructure Projects) B. Evaluation Of Quotations 1. Quotation Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission B. Compliance With Technical Specifications C. Price (to Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable). 2. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 3. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. C. Award 1. The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation By The Bac. 2. Prior To Award, An Omnibus Sworn Statement Must Be Submitted By The Supplier. 3. Once Purchase Order Is Awarded, The Photocopy Of Bank Account Number Of The Supplier’s Company Must Be Submitted (preferably Land Bank, If Available) D. Delivery 1. Delivery Of Goods Shall Be Made Within 7 Calendar Days From The Date Of The Receipt Of The Purchase Order. 2. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 3. Deliverables Shall Be Delivered To The Deped Naga City Schools Division, City Of Naga Or Wherever The Project Site Is Defined, Cost To The Account Of Supplier. Risk And Title Pass From The Supplier To The Purchaser Upon Inspection, Receipt And Final Acceptance Of The Goods At Project Site. 4. Upon The Delivery Of Goods To The Project Site, The Supplier Shall Notify The Purchaser And Present The Following Documents: A. Original And 4 Copies Of The Supplier’s Invoice Showing The Goods Description, Quantity, Unit Price And Total Price. B. Original And 4 Copies Of Delivery Receipts C. Original Statement Of Accounts D. Approved Purchase Order E. Warranty Certificate E. Instructions 1. Supplier Shall Be Responsible For The Source(s) Of Its Goods/equipment And Shall Make The Deliveries In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be A Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Shall Pick-up The Purchase Order Issued In Its Favor Within Three (3) Calendar Days From The Date Of Receipt Of Notice. A Telephone Call, Text Message, Email Or Use Of Messaging App Shall Constitute An Official Notice To The Supplier. Thereafter, If The Purchase Order Remains Unclaimed, The Purchase Shall Be Cancelled. 3. Supplier Who Accepted A Purchase Order But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Deped’s Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under Ra 9184 And It’s Irr Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 5. All Duties, Excise Taxes And Revenue Charges Shall Be Paid By The Supplier. 6. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 7. All Pages Of The Request For Quotation Shall Be Initialed By The Bidder/supplier To Ensure That Terms And Conditions Were Read And To Protect The Bac From Any Insinuation Of Tampering With The Said Documents. F. Inspection To Confirm Their Conformity To The Technical Specifications All Deliveries By Supplier Shall Be Subject To Inspection And Acceptance By The Deped Inspectorate Team And The End-user. And, All Costs Of The Necessary Laboratory Tests Undertaken By Deped On The Goods Shall Be To The Account Of Suppliers. G. Liquidated Damages A Penalty Of One-tenth Of The Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Delay Of The Delivery Of The Purchased Goods. In Case The Total Sum Of Liquidated Damages Reaches Ten Percent (10%) Of The Total Contract Price, The Procuring Entity Concerned May Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. H. Warranty Warranty Shall Be For The Period Of Six (6) Months For Supplies And Materials And One Year In Case Of Equipment, Reckoned From Date Of Acceptance Of The Goods At Project Site. I. Payment One Hundred Percent (100%) Of The Contract Price Shall Be Paid To The Supplier After Acceptance Of The Goods At Project Site And Submission Of The Required Supporting Documents Provided Under Letter D. Delivery. The Bids And Awards Committee: After Having Carefully Read And Accepted Your Request For Quotation And Its Terms And Conditions, I/we Quote You On The Item/s At Price Noted In This Rfq. The Quotation Shall Be Binding Upon Us For Thirty (30) Calendar Days Reckoned From The Last Day Of Submission Indicated In The Submission Requirement. The Corresponding Award Or Purchase Order Shall Be Accepted By Us Within 3 Days From Notification By Deped Naga Bac. Approved Budget Of The Contract For This Project: P 70,000.00 Item No. Item Description Qty Unit Estimated Unit Price State Comply Or Not Comply Unit Price Total Price Procurement Of Equipment For Adolescent Reproductive Health Program Implementation In Schools. Allotment Availability: Ro-5-24-1452 1. Laptop 1 Unit 40,000.00 Intel Core I5-1335u 13th Generation Processor 8gb Lpddr5 Memory 512gb Pcie Nvme Ssd/ Intel Iris Xe Graphics 15.6" Fhd Ips Slimbezel Wifi/bluetooth/web Camera Laptop Bag Rechargeable Wireless Mouse 2. Laptop 1 Unit 30,000.00 Intel Core I5-13420h 8core (4p+4e) 13th Generation Processor P-core 2.1/ 4.6 Ghz, E-core 1.5/ 3.4ghz 8gb Lpddr5-4800 Memory/512 Gb M.2 2242 Pcie 4.0x4 Nvme Ssd Integrated Intel Uhd Graphics 15.6" Fhd Wifi/bluetooth/web Camera Laptop Bag Rechargeable Wireless Mouse Note: Any Interlineations, Alteration/ Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Supplier’s Company Name: _________________________________________________________________________________________ Philgeps Registration Number: _______________________________________________ Tin ______________________________ Address: ____________________________________________________________________________________________________________ Telephone/cellphone Number: __________________________ Email: _______________________________________________ Supplier Or Authorized Representative: _________________________________________________________________________ Signature Over Printed Name: _________________________________________________ Date: _____________________________ Note: A Special Power Of Attorney Is Required For The Authorized Representative *************
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: This Is Not A Solicitation Announcement. this Is A Request For Information Only. this Request For Information (rfi) Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Request For Information Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. This Sources Sought Notice Is For Market Research Purposes Only And Shall Not Be Considered An Invitation For Bids, Request For Quotations, Or A Request For Proposal. Do Not Submit A Proposal Or Quote. This Market Research Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Additionally, There Is No Obligation On The Part Of The Government To Acquire Any Products Or Services Described In This Source Sought Notice. You Will Not Be Entitled To Payment For Direct Or Indirect Costs That You Incur In Responding To This Sources Sought Notice. Any Contract That Might Be Awarded Based On Information Received Or Derived From This Market Research Will Be The Outcome Of A Competitive Process. Interested Parties Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. department Of Veteran Affairs
statement Of Need
cori Surgical Robot And Software Brand Name Or Equal introduction: The Pittsburgh Va Medical Center (646) Located At University Drive C., Pittsburgh, Pa 15240, Has A Brand Name Or Equal Requirement For Two (2) Smith And Nephew Cori Surgical Robot System, And Instruments. background And Scope Of Work: We Are Requesting Brand Name Or Equal Purchase Of The Smith And Nephew Cori Surgical Robot System, And Instruments For The Operating Room (or) At Va Pittsburgh Healthcare System (vaphs). This System Is Upgraded Technology To Complement Conventional Procedures By Robotic-assisted Computer-aided Technology. the Cori System Is An Image-agnostic Registration And Real-time Gap Assessment Designed To Help Optimize Alignment And Balancing. A More Efficient System That Features An Ergonomic Handpiece With Burr Designs Delivering Twice The Cutting Volume (29% Faster Resection). The Advanced Tracking System Offers A 458% Faster Refresh Rate, And Enhanced Workflow Requires Fewer Steps Saving Time In The Operating Room. This System Is Designed To Be Portable With A Small Or Footprint, Using Real Intelligence Software To Offer Broad Capabilities And An Expanding Range Of Joint Reconstruction Indications. total And Partial Knee Surgery:
designed To Achieve Accuracy In Bone Resection And Alignment.
revision Knee Surgery:
the First System Indicated For Robotic-assisted Revision Knee Surgery In The Us. image-free Smart Mapping Eliminates Potential For Image Distortion Caused By In-situ Components, With 3d Joint Models Registering Anatomy And Bony Defects After Implant Extraction.
total Hip Surgery (software Only):
ri.hip Navigation Allows Surgeons To Assess Pelvic Tilt, Providing A Predicted View Of The Post-operative Anteroposterior (ap) X-ray In Surgery And Digital Measurement Of Leg Length/offset Changes. pittsburgh S Surgical Services Currently Has Four (4) Orthopedic Surgeons That Will Be Using The Cori Robot For Total Knee, And Total Hip Procedures. An Additional Two (2) Orthopedic Surgeons Will Be Joining Pittsburgh S Surgical Services, And Plan On Training/using The Cori Robot. The Cori Surgical System Was Agreed Upon By The Current Surgeons For Standardization Of One Platform For Compatibility With The Smith & Nephew Implants Used In Pittsburgh. This Robotic-assisted System Has Better Results In Lower Revision Rates, Patient Discharge Times, Improved Implant Positioning, Reduced Blood Loss, And Total Surgical Time Than Conventional Uka (unicompartmental Knee Arthroplasty) And Tka (total Knee Arthroplasty). characteristics Of The Cori Surgical System:
must Contain The Integration Of Robotics Into A Hand-held Solution.
must Be Fda-cleared For An Image-free Workflow; This Means It Is Not Dependent On Any Pre-operative Image. The Image Is Acquired Intra-operatively By Utilizing Smart Mapping Technology To Be Quick, Simple, And Highly Accurate.
should Be User Friendly With A Touch Screen Or Tablet, To Eliminate Outside Support To Operate The System.
current System Sits On A Surgical Endoscopy/video Tower. Must Have A Small Footprint Allows For A Very Simple And Easy Room-to-room Transition.
camera Must Have 458% Faster Refresh Rate Than The Ndi Camera. This Allows For The Lowest Latency Rate On The Market And Increases Accuracy And Efficiency. deliverables: Must Provide Exact Or Similar Accessories item Number
item Description
quantity
rob10024
real Intelligence Cori
2
rob10025
real Intelligence Tracking Camera
2
rob10026
real Intelligence Foot Pedal
2
rob10027
real Intelligence Robotics Tablet
2
rob10002
real Intelligence Robotics Cart Column
2
rob100021
real Intelligence Robotics Cart Base 120
2
rob10003
real Intelligence 24 Touch Screen
2
rob20000
cori Robotics Usa
2
rob10001
real Intelligence Robotics Instruments
8
4240-7500
real Intelligence Robotics Instruments
8
4240-7501
ri.knee Tibia Fixation Base Left
8
4240-7502
ri.knee Tibia Fixation Base Right
8
4240-7503
ri.knee Tibia Cut Guide Left
8
4240-7504
ri.knee Tibia Cut Guide Right
8
4240-7505
ri.knee Tracker Adapter
8
4000-6070
ri.knee Adjustable Tibia Tray Insert
8
rob10090
universal Insert Lid C
8
rob00060
navio Tka Distal Femur Punch 38mm
8
rob10100
cori Knee Tensioner
8
rob10102
cori Knee Tensioner Tray Insert
8
rob10088
universal Insert Lid A
8
rob00061
navio Tka Distal Femur Punch - 45mm
8
rob20018
ri.hip Navigation On Cori Usa Latam Apac
2
52312
sterilization Tray Hip
6
52410a
reference Array T-geometry X-press
6
52429
bone Fixator 2-pin X-press
6
52400-01a
pinless Femur Reference Array
6
54916
manual Screwdriver Hex 2.5mm
6
54919
drill 2.5mm Ao-interface
6
52781-10
hip Pointer Gauge
6
52781a
hip Pointer
6
55085
starlock-array Adaptor
6
52876b
hip Caliper
6
52856b
cup Impactor Universal Offset
6
52855-34
bl Impactor Universal Thread 3/8 -16unc
6
52855-65
bl Impactor Universal Nose Radel
6
52858-01
straight Impactor Universal Shaft
6
52858-02
straight Impactor Universal Nav Interface
6
52855-34
bl Impactor Universal Thread 3/8 16unc
6
52855-65
bl Impactor Universal Nose Radel
6 delivery Requirement: Deliver All Line Items Specified Under Data/deliverables To:
vamc Pittsburgh Attn: Warehouse/biomed
university Drive C. Room 2a118
pittsburgh, Pa 15240 during Normal Operating Hours, M-f 8:00am 3:30pm reports/deliverables:
delivery Confirmation Of Equipment And Commodities Will Be Made Through The Logistics Department Of The Vamc Pittsburgh (646). This Will Include Documentation Of Receipt And Assignment Of A Facility Based Ee Number For Identification And Tracking Purposes. Delivery Confirmation Of Non-equipment/ Commodities Acquisitions Is The Responsibility Of The Receiving Facility And/ Or Service. request For Information Instructions: the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications Mentioned Above. responses To This Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Uei Number, Cage Code, Size Of Business Pursuant To North American Industrial Classification System (naics) 339112 (size Standard Of 1000 Employees). Please Answer The Following Questions: please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? is Your Company Considered Small Under The Naics Code Identified Under This Rfi? are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? if Not, Can You Provide Additional Information Shown Below. This Is To Confirm Compliance With The Nonmanufacturer Rule Iaw 13 Cfr 121.406(b) Nonmanufacturers. Does Your Company Exceed 500 Employees; primarily Engaged In The Retail Or Wholesale Trade And Normally Sells The Type Of Item Being Supplied; take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice; obtained An Individual Or Class Waiver?
if You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? if You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work And Completion Of Job. does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Any Other Federal Contract? If So, Please Provide The Contract Number.
if You Are An Fss Gsa/nac Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? general Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
please Submit Your Capabilities In Regard To The Salient Characteristics Detailed Above And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? please Review Salient Characteristics/statement Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a. please Provide Your Uei Number. this Rfi Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Telephone Responses Will Not Be Accepted. Responses Must Be Received Via E-mail To Andrew.taylor@va.gov No Later Than, 4:00 Pm Eastern Time (et) On January 17, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only. Do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. all Questions Will Be Addressed By The Contracting Specialist, Andrew Taylor. Questions Or Responses Will Include The Source Sought Number 36c24524q0208 In The Subject Line. All Firms Responding To This Request For Information Are Advised That Their Response Is Not A Request For Proposal, Therefore Will Not Be Considered For A Contract Award. any Interested Business Concern Must Submit A No Longer That 10-page Capability Statement Addressing Its Ability To Meet The Requirements Listed Above To Capability Statement Shall Include A Statement Regarding How The Business Concern Is Engaged In Wholesale Trade And Normally Sells The Item Being Supplied And How The Business Concern Will Take Ownership Of The Items Being Delivered. Vendors Shall Also Provide Certification, Evidence That They Are An Authorized Distributor Of The Original Equipment Manufacturer. provide Authorized Distributor Letter From Manufacture And Country The Surgical Robot Is Manufactured In. if A Solicitation Is Issued, Information Will Be Posted On The Sam Web Site For All Qualified Interested Parties At A Later Date And Interested Parties Must Respond To The Solicitation To Be Considered For Award. This Notice Does Not Commit The Government To Contract For Any Supplies Or Services. The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Request For Information. Information Will Only Be Accepted In Writing By E-mail To Contracting Officer At Andrew.taylor3@va.gov Include 36c24425q0208 In The Subject Line. 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. 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. end Of Document
Department Of Environment And Natural Resources - DENR Tender
Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 7.2 Million (USD 122.7 K)
Details: Description Invitation To Bid For Supply And Delivery Of Sixteen (16) Units Of Aerial Drone With Accessories For Area Mapping Under National Greening Program 1. The Department Of Environment And Natural Resources (denr) – Region 10, Through The National Expenditure Program (nep) For Fy 2025 Intends To Apply The Sum Of Seven Million Two Hundred Thousand Pesos Only (₽ 7,200,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Sixteen (16) Units Of Aerial Drone With Accessories For Area Mapping Under National Greening Program. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Denr-10 Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) 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). Particulars (specifications) Unit Qty Supply And Delivery Of Sixteen (16) Units Of Aerial Drone With Accessories For Area Mapping Under National Greening Program - (₽7,200,000.00) Annex A. Drone, Accessories And Program Specifications Aircraft Weight (with Propellers, Without Accessories) 915 G Max Takeoff Weight 1,050 G Dimensions Folded(without Propellers): 221x96.3x90.3 Mm (lxwxh) Unfolded(without Propellers): 347.5x283x107.7 Mm (lxwxh) Diagonal Distance 380.1 Mm Max Ascent Speed 6 M/s (normal Mode) 8 M/s (sport Mode) Max Descent Speed 6 M/s (normal Mode) 6 M/s (sport Mode) Max Flight Speed (at Sea Level, No Wind) 15 M/s (normal Mode) Forward: 21 M/s, Side: 20 M/s, Backward: 19 M/s (sport Mode) Max Wind Speed Resistance 12 M/s Max Take-off Altitude Above Sea Level 6000 M (without Payload) Max Flight Time (no Wind) 45 Mins Max Hover Time (no Wind) 38 Mins Max Pitch Angle 30° (normal Mode) 35° (sport Mode) Max Angular Velocity 200°/s Operating Temperature Range -10° To 40° C (14° To 104° F) Motor Model 2008 Propeller Model 9453f Propellers For Enterprise Beacon Built Into The Aircraft Class C2 (eu) Wide Camera Sensor 4/3 Cmos, Effective Pixels: 20 Mp Lens Fov: 84° Format Equivalent: 24 Mm Aperture: F/2.8-f/11 Focus: 1 M To ∞ Iso Range 100-6400 Shutter Speed Electronic Shutter: 8-1/8000 S Max Image Size 5280x3956 Still Photography Modes Single: 20 Mp Timed: 20 Mp Smart Low-light Shooting: 20 Mp Panorama: 20 Mp (raw Image) Video Resolution H.264 4k: 3840x2160@30fps Fhd: 1920x1080@30fps Bitrate 4k: 130 Mbps Fhd: 70 Mbps Supported File Formats Exfat Photo Format Jpeg/dng (raw) Video Format Mp4 (mpeg-4 Avc/h.264) Tele Camera Sensor ½-inch Cmos, Effective Pixels: 12 Mp Lens Fov: 15° Format Equivalent: 162 Mm Aperture: F/4.4 Focus: 3 M To ∞ Iso Range 100-6400 Shutter Speed Electronic Shutter: 8-1/8000 S Max Image Size 4000x3000 Still Photography Modes Single: 12 Mp Timed: 12 Mp Smart Low-light Shooting: 12 Mp Video Resolution H.264 4k: 3840x2160@30fps Fhd: 1920x1080@30fps Bitrate 4k: 130 Mbps Fhd: 70 Mbps Supported File Formats Exfat Photo Format Jpeg/dng (raw) Video Format Mp4 (mpeg-4 Avc/h.264) Digital Zoom 8x (56x Hybrid Zoom) Thermal Camera Thermal Imager Uncooled Vox Microbolometer Pixel Pitch 12 Μm Frame Rate 30 Hz Lens Dfov: 61° Format Equivalent: 40 Mm Aperture: F/1.0 Focus: 5 M To ∞ Noise Equivalent Temperature Difference (netd) ≤50 Mk@f1.0 Temperature Measurement Method Spot Meter, Area Measurement Temperature Measurement Range -20° To 150° C (-4° To 302° F, High Gain Mode) 0° To 500° C (32° To 932° F, Low Gain Mode) Palette White Hot/black Hot/tint/iron Red/hot Iron/arctic/medical/fulgurite/rainbow 1/rainbow 2 Photo Format Jpeg (8-bit) R-jpeg (16-bit) Video Resolution 640×512@30fps Bitrate 6 Mbps Video Format Mp4 (mpeg-4 Avc/h.264) Digital Zoom 28x Infrared Wavelength 8-14 Μm Infrared Temperature Measurement Accuracy ±2° C Or ±2% (using The Larger Value) Gimbal Stabilization 3-axis (tilt, Roll, Pan) Mechanical Range Tilt: -135° To 100° Roll: -45° To 45° Pan: -27° To 27° Controllable Range Tilt: -90° To 35° Pan: Not Controllable Max Control Speed (tilt) 100°/s Angular Vibration Range ±0.007° Sensing Type Omnidirectional Binocular Vision System, Supplemented With An Infrared Sensor At The Bottom Of The Aircraft. Forward Measurement Range: 0.5-20 M Detection Range: 0.5-200 M Effective Sensing Speed: Flight Speed ≤15 M/s Fov: Horizontal 90°, Vertical 103° Backward Measurement Range: 0.5-16 M Effective Sensing Speed: Flight Speed ≤12 M/s Fov: Horizontal 90°, Vertical 103° Lateral Measurement Range: 0.5-25 M Effective Sensing Speed: Flight Speed ≤15 M/s Fov: Horizontal 90°, Vertical 85° Upward Measurement Range: 0.2-10 M Effective Sensing Speed: Flight Speed ≤6 M/s Fov: Front And Back 100°, Left And Right 90° Downward Measurement Range: 0.3-18 M Effective Sensing Speed: Flight Speed ≤6 M/s Fov: Front And Back 130°, Left And Right 160° Operating Environment Forward, Backward, Lateral, And Upward: Surface With A Clear Pattern And Adequate Lighting (lux >15) Downward: Diffuse Reflective Surface With Diffuse Reflectivity>20% (e.g. Walls, Trees, People) And Adequate Lighting (lux >15) Video Transmission Video Transmission System O3 Enterprise Transmission Live View Quality Remote Controller: 1080p/30fps Operating Frequency 2.400-2.4835 Ghz 5.725-5.850 Ghz Max Transmission Distance (unobstructed, Free Of Interference) Fcc: 15 Km Ce: 8 Km Srrc: 8 Km Mic: 8 Km Max Transmission Distance (obstructed) Strong Interference (dense Buildings, Residential Areas, Etc.): 1.5-3 Km (fcc/ce/srrc/mic) Medium Interference (suburban Areas, City Parks, Etc.): 3-9 Km (fcc), 3-6 Km (ce/srrc/mic) Low Interference (open Spaces, Remote Areas, Etc.): 9-15 Km (fcc), 6-8 Km (ce/srrc/mic) Max Download Speed 15 Mb/s Latency (depending On Environmental Conditions And Mobile Device) Approx. 200 Ms Antenna 4 Antennas, 2t4r Transmission Power (eirp) 2.4 Ghz: <33 Dbm (fcc), <20 Dbm (ce/srrc/mic) 5.8 Ghz: <33 Dbm (fcc), <30 Dbm (srrc), <14 Dbm (ce) Battery Capacity 5000 Mah Standard Voltage 15.4 V Max Charging Voltage 17.6 V Type Lipo 4s Chemical System Licoo2 Energy 77 Wh Weight 335.5 G Charging Temperature 5° To 40° C (41° To 104° F) Charger Input 100-240 V (ac Power), 50-60 Hz, 2.5 A Output Power 100 W Output Max. 100 W (total) When Both Ports Are Used, The Maximum Output Power Of Each Interface Is 82 W, And The Charger Will Dynamically Allocate The Output Power Of The Two Ports According To The Load Power. Charging Hub Input Usb-c: 5-20 V, 5.0 A Output Battery Port: 12-17.6 V, 8.0 A Rated Power 100 W Charging Type Three Batteries Charged In Sequence Charging Temperature Range 5° To 40° C (41° To 104° F) Storage (supported Memory Cards) U3/class10/v30 Or Above Is Required. Annex B. Sample Photos Of Drone And Batteries Drone In Flight Accessories Battery Kit Other Requirements: As Stated In The Terms Of Reference 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From Denr Bids And Awards Committee Secretariat’s Office At The Procurement Section And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours From 8:00 Am To 5:00 Pm Mondays To Fridays Starting January 06, 2025 Up To January 27, 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 06, 2025 From The Given 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 Ten Thousand Pesos (₱10,000.00). 6. The Denr-10 Will Hold A Pre-bid Conference On January 13, 2025 At 9:00 Am At Denr-10 Conference Room, 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 January 27, 2025 At 8:30 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 27, 2025 At 9:00 Am At Denr-10 Conference Room, Puntod, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schedule Of Bac Activities Are As Follows: Activity Date Time Venue Availability Of Bidding Documents January 06, 2025 To January 27, 2025 8:00 Am To 5:00 Pm Monday To Friday (january 06, 2025 To January 24, 2025) 8:00 Am To 8:20am (january 27, 2025) Denr-10 Bac Secretariat, Puntod, Cagayan De Oro City Pre-bid Conference January 13, 2025 9:00 Am Denr-10 Conference Room Deadline For Submission Of Bid Documents January 27, 2025 8:30 Am Denr-10 Conference Room Opening Of Bids January 27, 2025 9:00 Am Denr-10 Conference Room 11. The Denr-10 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Rogelito D. Urbiztondo Chairperson, Bac Secretariat Denr-10, Puntod Cagayan De Oro City Contact. Nos. 0927-718-4359 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: R10.denr.gov.ph And At Philgeps Website [january 03, 2025] Pura T. Pallares Chairperson, Bids And Awards Committee Chief, Finance Division
Department Of Science And Technology Caraga Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 224.6 K (USD 3.8 K)
Details: Description Notice To All Providers/suppliers: The Department Of Science And Technology, Caraga, Through Its Bac Intends To Procure For The Supply And Delivery Of Ict Equipment And Supplies For The Implementation Of Gia Projects. Qty Unit Item Description Unit Abc Total Abc 3 Pcs Mouse, Wired Type, Rating: 5v/100ma, Cable Length: 150cm, Hardware Connectivity: Usb 200.00 600.00 3 Pcs Hdmi Cable, 5m 1,000.00 3,000.00 5 Pcs Wi-fi Adapter, Usb Type 700.00 3,500.00 1 Unit Usb Headset With Noise Cancelling Microphone, With Leatherette Earpads, Color: Black 3,000.00 3,000.00 2 Pcs Sealed Rechargeable Battery, 6v, 12ah 9,750.00 19,500.00 4 Unit "uninterrupted Power Supply Input Voltage: 220vac Frequency: 50hz-60hz Output Voltage: 220vac Capacity Va/wattage: 2000va/1200w" 5,000.00 20,000.00 2 Unit "laptop Computer 49,250.00 98,500.00 Intel Core I5-12450h, 8c (4p + 4e) Core I5 12450h 16gb Ram 512gb Ssd M.2 2242 Pcie® 4.0x4 Nvme 14inch Fhd (1920x1080) Ips 300nits Anti-glare Windows 11 Home With Licensed Software 3 Pcs Hd Web Camera 2,000.00 6,000.00 *resolution Fps: Hd 720p/30fps *diagonal Field Of View: 60° *connection: Usb - A Plug-and-play *cable Length: 1.5 M 1 Pcs Headphone 2,000.00 2,000.00 *wired *padded Earcups *with Microphone *noise Cancelling 1 Unit Multfunctional Boarderless Printer 20,505.00 20,505.00 *borderless Printing *flatbed/automatic Document Feeder (adf) Scanning *paper Size: A4, Legal *can Copy *multiple Copies: Up To 99 Pages *connectivity: Hi-speed Usb 2.0; Wireless Lan 1 Unit Multifunctional Printer 13,000.00 13,000.00 *can Print, Scan, Copy *compact Integrated Tank Design *print Yield Up To 4,500 Pages For B&w And 7,500 Pages For Color *print Method: On-demand Inkjet * Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) *maximum Resolution: 5760 X 1440 Dpi 1 Unit Document Scanner 35,000.00 35,000.00 *desktop Sheet-fed Scanner *scanning Mode: Black And White, Error Diffusion, 256-level Greyscale, Advanced Text Enhancement, Advanced Text Enhancement Ii, 24-bit Colour *scanning Features: Folio Scanning, Double Feed Detection Ignore, 2d / Barcode *output Resolution: 100, 150, 200, 240, 300, 400, 600 Dpi *media Handling: Up To Long Document Mode *connectivity: Usb 2.0 As Such, The Supplier Of Known Qualifications Is Hereby Invited To Submit Their Quotations/price Proposals Not Later Than 18 February 2025, 12:00 Noon. The Service Provider Must Submit The Following Requirements: 1. Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; And 2. Philgeps Registration Certificate/number; 3. Tax Clearance Certificate; And 4. Omnibus Sworn Statement. Please Submit Your Formal Proposal/bid Duly Signed By Your Representative Through Email, Supply@caraga.dost.gov.ph, Or Via Sealed Envelope Or The Option Of The Supplier, Attention To: Jennifer J. Dejarme Bac Chairperson Dost Caraga Csu Campus, Ampayon, Butuan City Note: Late And Unsigned Proposals/quotations Will Not Be Honored. A Proposal With An Incomplete Set Of Requirements Will Also Not Be Accepted.
SURIGAO DEL NORTE COLLEGE OF AGRICULTURE & TECHNOLOGY Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 267.1 K (USD 4.5 K)
Details: Description Lot A Repair Kit (toolbox): 16 Pcs Repairing Tool Set Item: Hardware Tools Set Material: Alloy Steel, Abs Plastic Weight: 1.20 Kg Quantity: 16pcs Disassemble Or Install All Kinds Of Screws Measure The Length Of Things Drive Nail And All Kinds Of Knock Convenient To Use, Strong Combination, Wide Usage High Carbon Steel Material 27 Pcs Repairing Tool Set High Quality Tool Easy To Carry Case With Handle Case Color: Blue Product Dimension: (l X W X H) 32 X 6 X 6 Cm Product Weight: 1868 G 2 Set Sub Total …. Lot B Computer: Desktop (set) Monitor: 24"- 75hz Os: Windows 10 Pro (licensed) Installed Microsoft Office 2021 (licensed) Processor: Ryzen 5 5500 Motherboard: Biostar B550mph Storage: 500gb Ssd + 1 Tb Hdd Ram: 16 Gb Kingston Fury Beast Ddr4 Ram Cpu Case: Mma Tempered Case (4x Argb Fans) Power Supply: Keytech/ Ygt 750w Keyboard: Wired Mechanical Keyboard Mouse: Fantech X9 Thor Rgb Mouse Headset: Leaven E600 Usb Surround Sound Noise-canceling Extended Mousepad: Mat Large Mousepad Extended 70*30 Usb Wifi Adapter: 150 Mbps Automatic Voltage Regulator: 500w Avr With Meter (svc-500va) 5 Units Lcd Projector: Projection Technology:rgb Liquid Crystal Shutter Projection System (3lcd) White Light Output (normal/eco):3,800 Lm Colour Light Output:3,800 Lm Resolution:xga Aspect Ratio:4:3 Contrast Ratio:16,000:1 Features:wifi (optional) Quick Corner Lightsource:lamp Maintenance Cycle:6,000 / 12,000 Hours*3 Usb Interface:usb Type A: 1 (for Wireless Lan, Firmware Update, Copy Osd Settings) Usb Type B: 1 (for Firmware Update, Copy Osd Settings) Network:wireless: Optional (elpap11) Analog Input:composite: 1 Rca D-sub 15pin: 1 Digital Input:hdmi: 1 (mhl Not Supported) Audio Input:2 Rca: 1 1 Unit Photocopier: Double-sided Print. Single-sided Copy And Colour Scan. Copy Double-sided Id Cards On A Single Sheet Of Paper With Ease. Compact Design With Low-noise Printing. Airprint, Mopria, Kyocera Mobile Print.; Engine Speed: Up To 35 Pages A4 Per Minute; Resolution: 300 Dpi, 600 Dpi, 1,200 Dpi; Dimensions (w X D X H) Main Unit: 417 X 412 X 437 Mm 1 Unit Mobile Phone/smartphone (android): (up To 6gb [3gb + 128gb] | Mediatek Helio G81 Gaming Processor | 13 Mp Rear Ai Dual Camera | 6.7" Ips 120hz Punch-hole Display With Dynamic Bar | 5000 Mah 2 Unit Megaphone: Rechargeable Portable Megaphone 30w Crown Sr-966 Sr966 Sr 966 Talk, Siren, Whistle, Voice Recording 1 Units Sub Total …… Lot C First Aid Kit: First Aid Box Set - Emergency First Aid Kit Set *band Aid 5pc *torniquet Blue/green *micropore Tape/surgical Tape 1pc *ammonia 1pc *alcohol Swab/pad 4pc *60ml Alcohol 1pc *3x10 Gauze Bandage 1pc *hydrogen Peroxide 60ml1pc *povidon Betasol 15ml1pc *digital Thermometer *bandage Scissor Or Surgical Scissor/ Irish Scissor *triangular Bandage *3x5 Elastic Bandage *1 Pack (50balls Cotton) *4x4 Gauze Pad 1pc 5 Sets
Dagupan City Water District Tender
Security and Emergency Services
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
Details: Description The Dagupan City Water District (dcwd), Through Its Bids And Awards Committee, Hereby Invites All Interested Parties To Submit Proposal/price Quotation For The Following Project: Name Of Project : Supply, Delivery And Installation Of Cctv Location : Dagupan City Water District, Tambac District, Dagupan City Approved Budget For The Contract (abc) : Php 80,000.00 Source Of Budget : Corporate Budget Approved By The Board Delivery Period : Within Ten (10) Working Days Upon Receipt Of Notice To Proceed/purchase Order Technical Specifications: 1 Lot 4 Units Indoor Cctv 4 Units Outdoor Cctv Package Inclusion: Dvr 8ch 2mp Camera Colorvu 32 Inches Monitor 2tb Hdd Pure Copper Utp Cable Rj45 40 Data Cabinet Junction Box 100m Flexible Hose Clamp Note: The Goods And Service To Be Supplied Must Be Provided With At Least One (1) Year Warranty Against Defects, Except When Defect Is Due To Catastrophe, Accidents And Negligence Which Are Beyond Control Of The Supplier. Issues Including Malfunctions And Defects Must Be Addressed Immediately Upon Request. Kindly Submit Your Duly Signed Proposal/price Quotation Manually Or Via Mail/courier At The Address Stated Below Or Email To Dagcitywdbac@gmail.com On Or Before February 20, 2025 5:00 Pm. Renato N. Mundo Chairperson Bids And Awards Committee Dagupan City Water District Tambac District, Dagupan City, Pangasinan, 2400 (075) 523-2741 Interested Bidders Are Also Required To Submit The Following Documents Along With The Quotation On Or Before The Deadline Of Submission Of Quotation: 1. Philgeps Registration Number 2. Valid Mayor’s/business Permit 3. Duly Notarized Omnibus Sworn Statement Using The Attached Format Template May Also Be Accessed To This Link: Https://www.gppb.gov.ph/wp-content/uploads/2023/07/07032023omnibus-sworn-statementrevised-as-of-07.03.2023.docx Instructions: A. Submit Duly Signed Price Quotations. B. Price Quotations Along With The Required Documents Received After The Deadline Shall Be Rejected And Will Not Be Accepted. C. Please Quote Your Best Offer For The Item/s Indicated In The Quotation Form. Please Do Not Leave Any Blank Items. Indicate A Zero (0) Or A Dash (-) If The Item Being Offered Is For Free. D. All Technical Specifications Must Be Complied With. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. Terms And Conditions: A. Price Quotations Must Be Valid For A Period Of Forty Five (45) Calendar Days From The Deadline Of Submission. B. Quoted Prices Shall Be Inclusive Of All Applicable Taxes/charges And Must Be Quoted In Philippine Peso. C. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. D. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. E. Goods Delivered Are Subject To Inspection And Acceptance. F. Payment Processing Shall Be Made After Delivery And Submission Of The Required Supporting Documents (delivery Receipt/order Slip And/or Billing Statement/invoice). G. Liquidated Damages Equivalent To One-tenth Of One Percent (0.001) Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Dagupan City Water District May Rescind Or Terminate The Contract Once The Cumulative Amount Of The Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. H. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. The Dagupan City Water District Reserves The Right To Reject Any And All Quotations/bids, Declare A Failure Of Bidding, Or Not Award The Contract Pursuant To Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Any Inquiries Or Clarifications You May Contact Us At (075) 523-2741 Or Send Us An Email At Dagcitywdbac@gmail.com. Renato N. Mundo Bac Chairperson
City Of Legazpi Tender
Security and Emergency Services
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Republic Of The Philippines City Government Of Legazpi Bids And Awards Committee Legazpi City Secgso@gmail.com Invitation To Bid For Supply, Delivery And Installation Of 4mp High Defination Full Color Network Camera 1. The City Government Of Legazpi, Through The General Fund Cy 2025 Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only (p4,950,000.00) Being The Abc To Payments Under The Contract For Services Vehicle To Be Used During Emergency Response And Field Inspection And To Be Used For Cargo Transport (rubber/fiber Boats, Gen Set And Other Equipment). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Legazpi Now Invites Bids For The Above Procurement Project. Goods Is To Be Delivered And Installed Within Fifteen Calendar Days (15) Upon Receipt Of Notice To Proceed. Bidder Should Have Completed, Within Ten (10) 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. [select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The 2016 Revised Irr Of Ra No. 9184 Do Not Exist:] 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 City Government Of Legazpi And Inspect The Bidding Documents At The Address Given Below During 08:00am-05:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 To February 24, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The City Government Of Legazpi Will Hold A Pre-bid Conference At 2:00 In The Afternoon On February 11, 2025 At The Internal Audit Office, City Hall Compound, Legazpi City. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 12:00 Noon February 24, 2025. 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 2:00 O’clock In The Afternoon, February 24, 2025 At The Internal Audit Office, Conference Room, City Hall Compound, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The City Government Of Legazpi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Jenybeth D. Agripa Bids And Awards Committee Secretariat Office Of The Bids And Awards Committee (bac) City Hall Compound, Legazpi City Secgso@gmail.com 13. You May Visit The Following Websites: Https:www.philgeps.gov.ph Https:legazpi.gov.ph Signed Maria Chona A. Riocasa Bids And Awards Committee Chairman February 3, 2025
Quezon National High School Tender
Publishing and Printing
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Details: Description Ream Paper, Multicopy, A4, 80gsm 20 350.00 Ream Paper, Multicopy, A4, 70gsm 60 300.00 Ream Paper, Multicopy, Long, 70gsm 30 350.00 Ream Paper, Parchment 2 250.00 Piece Light Bulb, Light Emitting Diode (led) 10 180.00 Piece Broom, Soft, Tambo 15 150.00 Piece Broom, Stick, Ting-ting 15 50.00 Pack Detergent Powder, All-purpose 1kg 15 150.00 Gallon Sodium Hypochlorite, 3.785 Liters 5 350.00 Pack Trashbag, Gpp Specs, Black,940mmx1016mm 5 200.00 Piece Flash Drive, 64gb 10 550.00 Box Fastener, Metal, Non-sharp Edges 5 150.00 Piece Puncher, Paper, Heavy Duty 5 250.00 Piece Tarpaulin 8x16 4 1,500.00 Piece Medals (personalized) 100 45.00 Piece Certificate Holder 75 45.00 Piece Paint Assorted Color 5 1,200.00 Piece Paint Brush 5 50.00 Piece Paint Roller 5 85.00 Pack Velum 75 100.00 Piece Hd Camera 1 15,000.00 Pack Worx Paper 65 250.00 Pack Dressmakers Pin 25 45.00 Unit Epson Printer 3in1 1 15,000.00 Piece Styro Foam Board 15 300.00 Unit Glue Gun Big 45 250.00 Unit Microphine Heavy Duty 2 2,500.00 Bundle Cartolina, Assorted Colors 10 150.00 Can Floor Wax 900grms 5 800.00 Box Fastener, Metal, Long Heavy Duty 3 250.00 Bundle Rubber Back, Thick 2 150.00 Bottle Epson Ink ( Black) 50 400.00 Bottle Epson Ink (cyan) 20 400.00 Bottle Epson Ink (magenta) 20 400.00 Bottle Epson Ink (yellow) 20 400.00 Piece Riso Ink F-11 2 1,900.00 Piece Riso Master Roll 1 2,500.00 Piece Clearbook, Transparent Pockets, Legal 15 100.00 Piece Signpen 50 40.00 Box Thhhn Wire #16 1 4,000.00 Piece Electrical Outlet 4gang Heavy Duty 10 80.00 Pack Photo Paper 50 150.00 Liter Fuel For Mower 50 75.00 Unit Solar Light 500watts 4 5,000.00 Kilos Tie Wire 10 100.00 Box Rj45 Connector 2 600.00 Piece Lan Tester 5 350.00 Piece Crimping Tool 10 350.00 Piece Keystone Jack 25 1,250.00 Piece Raceway Or Slotted Pvc 1.5x1.5x48 5 700.00 Box Utp Cable 2 1,900.00 Piece Patch Panel 24 Ports 2 1,800.00 Unit Active Speaker Heavy Duty 2 25,000.00 Piece Speaker On Cable 2 700.00 Bundle Keyboard & Mouse Bundle Usb Type 20 650.00 Unit Computer Power Supply 10 700.00 Unit Ssd 500gb Storage Device 5 2,600.00 Roll Ribbon Satin "2 Assorted 5 250.00 Bundle Balloons Assorted 5 300.00 Ream Construction Paper 2 800.00 Piece Ballpen Fiber Castel 10 30.00 Meter Cloth For Lei 10 76.00 Meter Tassel 20 75.00 Piece Duct Tape 40 75.00 Piece Plaque 50 500.00
VISAYAS STATE UNIVERSITY ISABEL CAMPUS Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 998.9 K (USD 17.2 K)
Details: Description Standard Form Number: Sf-good-05 Revised On: July 28, 2004 Invitation To Bid The Visayas State University-isabel, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply And Delivery Of It Supplies And Equipment (goods-25-01) Location : Visayas State University - Isabel, Marvel, Isabel, Leyte Brief Description : Ink Epson T664, Ink Epson 003, Computer Set, Projector, Cctv Camera, Laptop, Motherboard, Printer, Uninterrupted Power Supply, Etc. Total Approved Budget For The Contract : Php 998,991.00 Source Of Fund : Gaa And Stf Contract Duration : 30 Calendar Days Prospective Bidders Should Have An Experience In Undertaking A Similar Project Within The Last 2 Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. It Is Also Restricted To Filipino Citizens/sole Proprietorships, Partnerships Or Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Share Belonging To Citizens Of The Philippines. The Significant Schedules And Deadlines Of Procurement Activities Are Shown Below: 1. Availability And Issuance Of Bidding Documents 06 February 2025 – 26 February 2025 Until 12:00 Pm 2. Pre-bid Conference 14 February 2025 (friday), 1:30 Pm At Supply Procurement And Property Management Building, Vsu-isabel, Marvel, Isabel, Leyte And/or Through Video Conferencing Or Webcasting Via Google Meet 3. Submission & Receipt Of Bids Until 26 February 2025 (wednesday), 12:00 Pm 4. Opening Of Bids 26 February 2025 (wednesday), 1:30 Pm At Supply Procurement And Property Management Building, Vsu-isabel, Marvel, Isabel, Leyte And/or Through Video Conferencing Or Webcasting Via Google Meet The Bidding Documents Can Be Downloaded Free Of Charge From The Philgeps. Bidders Who Are Interested To Submit Bids Are Required To Pay Within The Above Specified Date A Non-refundable Amount Of Php 1,000.00 To The Vsu-isabel Cashier Or Through Bank Deposit To The Vsu Official Bank Account. Bid Submission Shall Be Done Either Manually Or Electronically. Bidders Who Opt Manual Submission Must Submit Their Bids, Using The Forms Specified In The Bidding Documents, In Two (2) Separate Sealed Bid Envelopes And Such Bids Must Be Duly Received By The Bac Secretariat At The Address Indicated In The Bidding Documents. On The Other Hand, Bidders Who Opt Electronic Submission Must Submit Their Bids, Using The Forms Specified In The Bidding Documents, In Two (2) Password-protected Bidding Documents In Compressed Archive Folders, Which Shall Be Submitted Simultaneously To The Email Address Indicated In The Bidding Documents. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Stated In Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. This Should Be Followed By The Sending Of The Hardcopy Of The Original Bid Proposal To The Bac Through Couriers. Bids Must Be Accompanied By A Bid Security In The Amount Of And Acceptable Form As Stated In Section 27.2 Of The Revised Irr. Bids Shall Be Opened In The Presence Of Bidder’s Representatives Who Choose To Attend Physically At The Specified Venue Or Virtually Through Video Conferencing. For Electronic Bid Submission, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through The Videoconference. Late Bids Shall Not Be Accepted. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The Vsu-isabel Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before Contract Award Without Incurring Any Liability To The Affected Bidders. Esperanza E. Sumalinog Bac, Chairman
4891-4900 of 5084 archived Tenders