Camera Tenders

Camera Tenders

Technological University Of The Philippines Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 209.5 K (USD 3.6 K)
Details: Description For Research And Development I. Purpose: For Urec Approved Project Title: “smart Jackfruit Monitoring System” 2 Pcs Mobile Phone @ P20,000.00 / Pc Specifications/features:  Expandable Memory, Fingerprint Sensor, Touchscreen, Gps, Wifi, Radio, Bluetooth, Proximity, Barometer, Gyro  Display Size: 6.78 Inches / Battery: Lithium Polymer  Screen Type: Amoled / Sim Card Slots: 2  Network Connections: 5g / Number Of Camera: Dual  Processor: Qualcomm Sm6450 Snapdragon 6 Gen 1  Video Resolution: 4k / Input Voltage; 220v  Ram Memory: 8gb / Ppi: 338 Ppi / Os: Android  Battery Capacity: 5500 Mah / Resolution: 1080x2400 Pixels Unit, Cable With Charger Adaptor Ii. Office Equipment 1-unit Paper Shredder, Micro Cut @ P28,000.00 / Unit Specification: > At Least 100-sheet Auto Feed Shredding Capacity > At Least 10-sheet Manual Feed Shredding Capacity 4x10mm Mini-cut, Shreds Each A4 Sheet Into Over 1000 Particles. Around 4x More Secure Than Standard Cross-cut > Non-stop Shredding For At Least 15 Minutes > Capable Of Auto Reserve, Silent Shred, Sleep Mode, Disruption-free Shredding > 23 Litres Pull-out Bin And Extra-small Particle Size Give A Capacity Of At Least 175 Sheets > Can Shred: Paper, Staples, Credit Cards, Paper Clips > Basket Type: Pull-out Bin Or Better; Bin Capacity (litres): 23 Or Higher > Cut Size (mm): 4 X 10 Or Better; Cut Type: Mini Cut > Shreds Per Page: 1500 Or Higher; Throat Width (mm): 220 > Average Shred Speed (mpm): 2.4 Or Higher > Warranty: At Least 2 Years > Delivery To Tupt: Included Iii. Office Supplies(consumables) 1.) 5 Reams Bond Paper, A3, 70 Gsm @ P510.00 / Ream 2.) 10 Reams Bond Paper, A4, 70 Gsm @ P250.00 / Ream 3.) 10 Reams Bond Paper, Legal/long, 70 Gsm @ P500.00 / Ream 4.) 5 Reams Bond Paper, Short, 70 Gsm @ P230.00 / Ream 5.) 100 Pcs Expandable Folder, Legal/long @ P19.50 / Pc 6.) 50 Pcs Expandable Envelope, Legal/long With Garter @ P25.00 / Pc 7.) 50 Pcs Envelope, Brown, Legal/long @ P15.00 / Pc 8.) 5 Pack Sticker Paper, Matte, A4, 10 Sheets Per Pack @ P65.00 / Pack 9.) 10 Pack Specialty Paper, 180 Gsm, A4, 10 Sheets Per Pack, Color: Cream @ P110.00 / Pack 10.) 15 Pack Photopaper, A4, 180 Gsm, 20 Sheets Per Pack @ P380.00 / Pack 11.) 10 Pack Battery, Aa, Alkaline, 4 Pcs Per Pack @ P100.00 / Pack 12.) 5 Pack Battery, Aaa, Alkaline, 4 Pcs Per Pack @ P250.00 / Pack For Guidance Office 1.) 1 Pc Outdoor Projector @ P65,000.00 / Pc 2.) 2 Pcs Portable Mobile Speaker With Microphone @ P25,000.00 / Pc For Osa 1.) 3 Reams Special Paper, Sub-20 (cream) Legal @ P666.67 / Ream Note: 1.) Attention Quotation/letter To: Dr. Norway J. Pangan, Bac-goods/services, Chairperson Thru: Mr. Enrique A. Silvino, Procurement Officer 2.) Bidders Must Submit Copies Of Signed Letter Quotations On Or Before Closing Date/time In A Sealed Envelope Or Thru Email Together With The Following Requirements: A. Latest/updated Philgeps Certificate B. Employer Tin C. Sec/dti Registration D. Business/mayors Permit 3.) Interested Parties Can Email Proposals At Tupt.procurement@tup.edu.ph Or Send It Thru Sealed Envelope. 4.) For More Details You Can Call Mr. Enrique Silvino, Procurement Officer At Viber#09205814881.

Department Of Environment And Natural Resources - DENR Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 54.1 K (USD 934)
Details: Description 1. The Department Of Environment And Natural Resources Region Iii, Through The Government Appropriation Act Intends To Apply The Sum Of Php.54,190.00 Being The Approved Budget For The Contract (abc) To Payments Under The “procurement Of 1-unit Geo-tagging Tablet Computer, 1 Pc. Magic Keyboard & 1 Pc. Stylus Pen” For Which This Request For Quotation Is Issued. 2. The Department Of Environment And Natural Resources Herein After Referred To As “the Purchaser” Now Request You To Submit Price Quotation For The “procurement Of 1-unit Geo-tagging Tablet Computer, 1 Pc. Magic Keyboard & 1 Pc. Stylus Pen” Of The Following: Item No. Description Quantity Unit 1 Geotagging Tablet Computer 1 Unit Specifications: Octa-core W/ 4 Performance Core And 4 Efficiency Cores 10-core Gpu 8gb Ram Screen Size: 11” Rear Camera: At Least 12mp Wide, At Least 12mp Ultra Wide Wi-fi Sensor: Lidar Scanner, Three-axis Gyro, Accelerometer, Barometer Os: Ios/android 2 Magic Keyboard For Geotagging Tablet Computer 1 Pc. 3 Stylus Pen For Geotagging Tablet Computer 1 Pc. For Official Use Of Office Of The Ard For Management Services On Fmmr Project 3. A Set Of Technical Specifications For The Above Items Are Provided In Attachment 1. All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. 4. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 5. It Is The Intent Of The Purchaser To Evaluate The Bid/ Quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/ Quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchaser’s Technical Specifications. Or It Is The Intent Of The Purchaser To Evaluate The Bid/quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchasers’ Technical Specifications. 6. Quotations Must Be Delivered At The Address Above Within Seven (7) Days. 7. Your Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. 8. All Bids / Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “procurement Of 1-unit Geo-tagging Tablet Computer, 1 Pc. Magic Keyboard & 1 Pc. Stylus Pen”. 9. Bids/ Quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 10. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of The Notice To Proceed (ntp) Or The Purchase Order (po). The Supplier Should Inform The Purchaser (denr) At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Delivery Site: Department Of Environment And Natural Resources Region Iii, Diosdado Macapagal Regional Government Center Brgy. Maimpis, City Of San Fernando, Pampanga 12. The Applicable Rate For Late Deliveries Is One Tenth (1 / 10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. The Department Of Environment And Natural Resources Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser (denr) Reserves The Right To Waive Minor Deviations/ Defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionality Of The Equipment And The Capability Of The Supplier To Perform The Contract. 14. The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Technical Specifications C) Proof Of Philgeps Registration (sgd.) Laudemir S. Salac Rbac Chairman

BARANGAY SIBAHAY LANUZA SURIGAO DEL SUR Tender

Electronics Equipment...+2Security and Emergency Services, Electrical and Electronics
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 89.5 K (USD 1.5 K)
Details: Description Province Of Surigao Del Sur Municipality Of Lanuza Barangay Sibahay Invitation To Bid For Installation Of Barangay Cctv Barangay Sibahay, Lanuza, Surigao Del Sur 1.the Barangay Local Government Unit Of Sibahay (blgu Of Sibahay), Through Provincial Governor’s Office Intends To Apply The Sum Of Eighty- Nine Thousand, Five Hundred Seventy Pesos And Twenty Cents (php 89,570.20) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Barangay Cctv Barangay Sibahay, Lanuza, Surigao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Barangay Council Of Sibahay Now Invites Bids For: Item No. Qty. Unit Item Description Cctv Materials: 1 1 Pc. Dvr/ Nvr- 8 Channels 2 1 Pc. Storage-11tb Hdd For Video 3 2 Pcs Indoor Cams-h-4 Indoor (dome) 4 6 Pcs Outdoor Cams-ip Cam Turret (outdoor) 5 - - Ip Camps- 6 1 Pc Network Switch- Dahua-pfs3010 8port Poe Switch 7 5 Pcs Adapters 8 1 Pc Power Supply 9 1 Pc Cables-outdoor Utp-cat6e + Fiber Optr. Roll 10 2 Pcs Materials-installation Materials 11 2 Pcs Essential Components-media Converter Pair 12 9 Pcs Per Camera Installation 13 1 Pc Monitor 32” Smart Led Tv 3.the Blgu Of Sibahay Now Invites Bids For Installation Of Barangay Cctv Barangay Sibahay,lanuza,surigao Del Sur. Delivery Of The Goods Is Required Within Forty (40) Calendar Days Upon Receipt Of The Purchase Order. 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. 4.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 (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 And Subject To Commonwealth Act 138. 5.interested Bidders May Obtain Further Information From Blgu Of Sibahay And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 10, 2025 To January 22, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (php 1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6.the Blgu Of Sibahay Will Hold A Pre-bid Conference. 7.bids Must Be Delivered To The Address Below On Or Before 10:00 A.m. Of January 22, 2025. 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 10:00 A.m. Of January 22, 2025 At Barangay Office Of Barangay Sibahay, Lanuza, Surigao Del Sur. 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 Blgu Of Sibahay Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9.for Further Information, Please Refer To: (sgd.) Hon. Juvielyn O. Sarabosing Bac Secretariat Barangay Sibahay, Lanuza, Surigao Del Sur (sgd.) Hon. Joan E. Dagdag Bac Chairperson

MUNICIPALITY OF SOCORRO Tender

Aerospace and Defence
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 180 K (USD 3 K)
Details: Description Office Of The Bids And Awards Committee Invitation To Bid No. 034-025 Project Name: Supply And Delivery Of Brand-new Enterprise Drone With Fly More Combo For The Operation, Surveillance, And Other Services Of The Menr Office Of The Local Government Unit Of Socorro, Barangay Navarro, This Municipality Source Of Fund: Source Of Fund: Devolved Fund Year 2025 Under The Menro Services --------------------------------------------------------------------------------------------------------------- Specifications: ✓3-axis Gimbal With Tri-camera System; ✓20mp 5.1 Wide-angle 4/3 Cmos Hasselblad; ✓166mm 12mp 7x Zoom Telephoto; ✓70mm 48mp 3x Zoom Medium Telephoto Lens; ✓24mm Hasselblad Widde-angle; ✓7 Intelligent Flight Modes; ✓up To 43 Minutes Of Flight Time; ✓03+ Transmission With 9.3 Mile Range; ✓omnidirectional Avoidance With Apas 5.0; ✓d-log, D-log M, And Hlg Post Processing; ✓fly More Combo, And Rc Remote Xxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxx --------------------------------------------------------------------------------------------------------------- Status Of Publication: (a) 1st Advertisement: ☑ ☑ ☑ Reference Number: 11665341 1st Publication: January 16, 2025 1st Bid Opening: January 30, 2025 (b) 2nd Advertisement:☑ ☑ ☑ Reference Number: 2nd Publication: 2nd Bid Opening: --------------------------------------------------------------------------------------------------------------- The Municipality Of Socorro Through The Bids And Awards Committee Is Inviting All Prospective Bidders/contractors To Participate In Public Bidding For The Supply And Delivery Of Brand-new Enterprise Drone With Fly More Combo For The Operation, Surveillance, And Other Services Of The Menr Office Of The Local Government Unit Of Socorro, Barangay Navarro, This Municipality Which Will Be Received In The Office Of The Bids & Awards Committee Starting January 16, 2025. It Will Be Opened On January 30, 2025, At Exactly 10:00 Am In The Bac Office By The Bidders/supplies Or Their Authorized Representative And The Municipal Committee On Awards Or Their Authorized Representatives. Terms And Conditions: 1. A Pre-bid Will Be Held On: January 22, 2025 2. All Interested Bidders Are Requested To Submit The Following: Class "a" Documents A. Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For A Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; B. Mayor's Permit C. Certification Of Philgeps Registration D. Bir Registration E. Tax Clearance F. Audited Financial Statement, Showing Among Others The Consultant's Total And Current Assets And Liabilities, Stamped "received" By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year, Which Should Not Be Earlier Than Two (2) Years From Bid Submission; G. Income Tax Return H. Nfcc I. Omnibus Sworn Statement J. Authority Of The Singing Official/spa (in Case Of Representative) K. Other Documents Required By Law Under Ra 9184 I. Delivery Schedule M. Technical Specification Of The Goods Being Offered (brochures/manuals) 3. Bidders Are Requested To Place Their Bids In A Sealed Envelope Addressed To The Chairperson, Bidding And Awards Committee, Socorro, Surigao Del Norte At Least 3 Copies 4. Any Bids That Do Not Comply With The Requirement/suppliers, Will Be Rejected Automatically. 5. Form Of Bid Security: The Amount Of Bid Security Equal To The Percentage Of The Abc For Cash Is 2% And The Check Is 5%. 6. Form Of Performance Security: All Bidders Are Requested To Put Up The Bidder's Bond, In A Form Of Cash, Managers Check, Or Cashier's Check Equivalent To 10% Of His Winning Bid The Cash Bond Of Losing Bidders Will Be Returned After The Bidding, However The Bidders Bond Of The Successful Bidder Shall Serve As His Performance Bond To Release Only The Delivery Of The Suppliers/ Materials Equivalent. 6. Only The Pre-qualified Bidders/suppliers Will Be Allowed To Participate In Bidding (in The Case Of Consulting Services). 7. Only The Bidders Who Buy The Bidding Documents Can Attend The Pre-bid Conference (in The Case Of Consulting Services) 8. The Government Reserves The Right To Reject Any Of All Bids Or Any Part Thereof And Any Accept Such Bid Which May Be Considered Most Advantageous To The Government. 9. Place Of Delivery: On-site Delivery 10. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of: Five Hundred Pesos Only (php.500.00) Xxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

City Of San Pedro Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 1.2 Million (USD 22.1 K)
Details: Description Republic Of The Philippines Province Of Laguna City Of San Pedro City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Pr No. 2025-01-0042 1. The City Government Of San Pedro, Laguna Through The 2024 Budget Approved By The Sangguniang Panlungsod Intends To Apply The Sum Of Php 1,279,080.00 Being The Approved Budget Contract (abc) To Payments Under The Contract For Supply And Delivery Of 13-inch Laptop With M3 Chip-midnight For Instructional And Administrative Purposes Of Deped Schools Division Office Of City Of San Pedro, Laguna. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of San Pedro, Laguna Now Invites Bids For The Following: Quantity Unit Item Description 12 Unit 13-inch Laptop With M3 Chip-midnight Configuration: -m3 Chip With 8-core Cpu, 10-core Gpu, 16-core Neutral Engine -16 Gb Unified Memory -512 Gb Ssd Storage -13.6 Inch Liquid Retina Display With True Tone -1080p Facetime Hd Camera -magsafe 3 Charging Port -two Thunderbolt/ Usb 4 Ports -35w Dual Usb-c Port Compact Power Adapter -backlit Magic Keyboard With Touch Id- Us English -accessory Kit Delivery Of The Goods/services Is Required Within Thirty (30) Days Upon Receipt Of The 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, Instruction To Bidders. 3. 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 (ra) 9184. Otherwise Known As The “government Procurement Reform Act”. In Addition, Bidding Is Restricted To Filipino Citizen/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 And Regulations Of Which Grant Similar Rights To Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The City Government Of San Pedro, Laguna And Inspect The Bidding At The Address Given Below During 8:30am To 9:30am Only. Office Of The Bac Secretariat 4/f Conference Room, City Administrator’s Office City Hall Bldg., San Pedro, Laguna A Complete Set Of Bidding Document May Be Purchased By Interested Bidders On The Date, Time And Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. Issuance Of Eligibility And Bidding Documents: January 31 – February 20, 2025 8:30am To 9:30am Bac Secretariat 4/f Conference Room City Administrator’s Office City Hall Bldg., San Pedro, Laguna 5. Bids Must Be Delivered To The Address Below On Or Before The Specified Date And Time. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Deadline Of Submission Of Eligibility Requirements And Opening Of Bids: February 20, 2025 10:00am Bac Secretariat 4/f Conference Room City Administrator’s Office City Hall Bldg., San Pedro, Laguna Pre-bid Conference: February 10, 2025 Bid Opening Shall Be On The Same Date And Time For Deadline Of Submission Of Eligibility Requirements And Submission Of Bids And Shall Be Conducted At The Office Of Bac Secretariat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Given Above. Late Bids Shall Not Be Accepted. 6. The City Government Of San Pedro, Laguna Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bid. Further, City Government Of San Pedro, Laguna, Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Refer To: Mr. Merlin B. Paala Office Of The Bac Secretariat Telefax No. 8847.1722 (signed)atty. Henry B. Salazar Chairman City Bids And Awards Committee

Barangay Mayondon Los Ba os, Laguna Tender

Software and IT Solutions...+1Telecommunication Services
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Details: Description Centralized Management Wi-fi Network Controller Up To 500 Access Points, 100 Jetstream Switches, And 100 Routers Up To 15,000 Clients Cloud Access: Yes L3 Management: Yes Multi-site Management: Yes Management Features Automatic Device Discovery Batch Configuration Batch Firmware Upgrading Intelligent Network Monitoring Abnormal Event Warnings Unified Configuration Reboot Schedule Captive Portal Configuration 2× 10/100/1000 Mbps Ethernet Ports 1× Usb 3.0 Port Power Supply: 100–240 V~50/60 Hz, 0.6 A Gigabit Vpn Router With Poe+ Ports And Controller Ability Port: 2× Gigabit Sfp Wan/lan Port, 1× Gigabit Rj45 Wan Port, 1× Gigabit Rj45 Wan/lan Ports, 8× Gigabit Rj45 Lan Ports Spec: 802.3at/af, 8 Ports With 110 W Poe Power, Desktop & Wall-mount Steel Case Feature: 3-in-1 (router, Poe+ Switch, Controller), Support Ipsec/pptp/l2tp Vpn & Openvpn, Load Balance, Link Backup, Policy-based Firewall, Static Routing, Policy Routing, Multi-net Dhcp, Guest Portal, Vlan, Cloud Access, Multi-site Management, Media Converter Up To 1000mbps Auto-sensed, Easily Upgrade Full-duplex And Half Duplex Auto-sensed Mdi/mdi-x Auto Negotiation Up To 1000mbps Store-and Forward Up To 1,000mbps Cut-through Transmission Packet Size Up To1518bytessupport 9k Jumbo Frame Supporting Vlan / Voip /qos Packets Support Flow Control And Reduce Broadcast Packets Supporting Stp To Form A Redundant Network Extremely Low Power Consumption, Low Heat, Up To 24port Gigabit Switch L2, Smart Managed, 24 Gigabit Non Poe Ports, 2 Gigabit Sfp Ports, 802.3af/at, Poe Power Budget 370w, Max. 300-meter-long Distance Poe Transmission, Poe Watchdog, Vlan, Qos, Snmp, Port Mirroring, Storm Control, Visualized Topology Management, Network Health Monitor, Real-time Alarm Push And Video Control And Preview Management Router Fiber Optic Cable Ftth Misc Items Management, Network Health Monitor, Real Time Alarm Push And Video Control And Preview. Outdoor Dual-band Wi-fi Access Point Port:1x Gigabit Rj45 Port Speed: 300 Mbps At 2.4 Ghz + 867 Mbps At 5 Ghz Feature: 802.3af Poe And Passive Poe, 2× External Antennas, Ip65 Weatherproof, Mesh, Seamless Roaming, Mu-mimo, Band Steering, Beamforming, Load Balance, Airtime Fairness, Centralized Management By Sdn Controller, Fiber Optic Cable Ftth Utp Cable Shielded Cat 6 Cable High-grade Copper Outdoor Box Clamp, Cable Tie, Bolts And Nuts, Optimal Module, Pendant Mounting Junction Box Insect Sprayer Plastic Molding, Junction Box, Cable Ties, Hose Clamps, Din Rail, Ac Circuit Breaker, Toks And Screw, Assorted Ss Bolt And Nut, Sealant, Rubber Tape, Electrical Tape, Electrical Wire, Electrical Outlet, Flexible Metal Conduit Hose, Flexible Metal Conduit Adaptor, Post Bracket, Camera Bracket, Cable Gland, Post Clamp, S-clamp, Anchor Clamps, Guy Wire, Turn Buckle, Rj45 Connectors, Foc Connectors, Ss Banding Belt, Ss Banding Clamp, Ss Post Clamp, Surge Protector Device, Ground Rod Multi-purpose Outdoor Electrical Wiring System 1000va, 230v, Automatic Voltage Regulators, Ups Multi-purpose Outdoor Electrical Wiring System Misc Items Breaker, Voltage Meter, Voltage Regulator, Etc. Logistics, Delivery, Labor, Installation, Cable Pulling, Rough-ins, Cloud Service, Mobile Configuration And User Restriction, Commissioning, Wi-fi System, (40% Of Materials Cost) All Kinds Of Taxes Is Included

Department Of Environment And Natural Resources - DENR Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 113.7 K (USD 1.9 K)
Details: Description # Unit Specifications Qty Unit Price Total Price Fp Unit Price Fp Total Price Technical Proposal Piece External Ssd Hard Drive, 1tb 3.00 ₱4,230.00 ₱12,690.00 Piece Flash Drive, 64gb 10.00 ₱610.00 ₱6,100.00 Piece 4-gang Extension Board, Max. Voltage: 250v; Max. Power: 2500w; Capture Length: 1.8 Meters 5.00 ₱995.00 ₱4,975.00 Piece Dslr Camera, With Kit Lens: Rf-s18-45mm F/4.5 - 6.3 Is Stm Specifications: Af Modes: One-shot Af, Servo Af / Movie Servo Af; Af Point Selection: Face+tracking Af, Spot Af, 1-point Af, Zone Af; Af System Points: Up To 143 Af Frame Zones; Built-in Flash Available; Closest Focusing Distance (cm): No20 (af, F=18mm) | 15 (mf, F=18mm); Continuous Shooting Speed (shots Per Sec) (up To): Electronic 1st Curtain: One-shot Af: 6.5 | Servo Af: 3.5: Dimensions (excl. Protrusions) (mm) (approx.): 116.3 × 85.5 × 101.3; Drive System: Leadscrew-type Stm; Effective Iso: Stills: 100–12,800 (h:25,600) | Movie (full Hd): 100–12,800(h:25,600) | Movie (4k):100–6,400; Effective Pixels (megapixels): 24.1; Eye Detection Af: One-shot Af / Servo Af / Movie Servo Af; Flash Modes: E-ttl Ii Flash Metering / Manual Flash; Focal Length (35mm Equivalent): 29-72mm; Guide Number Iso 100 Metres: 6; Image Resolution: "6000×4000 (jpeg L/raw/c-raw), 3984×2656 (jpeg M), 2976×1984 (jpeg S1), 2400×1600 (jpeg S2) "; Lcd Monitor (size) (inch): 3.0; Lcd Monitor Resolutions (dots): 1.04 Million; With Manual Focus; Memory Card Type: Single Card Slot (sd, Sdhc*, Sdxc*) | *uhs-i Cards Compatible; With Movie Digital Is; Movie Format: Mp4; With Optical Image Stabilizer: Optical Zoom: 2.5x; Optional Power: Ac Power (ac Adapter Ac-e6n And Dc Coupler Dr-e18); Peripheral Connections: Usb Type-c (hi-speed Usb (usb 2.0) Equivalent | External Microphone In Terminal | Hdmi Micro (type D) | Remote Control Terminal(e3) | Accessory Shoe; Processor Type: Digic 8; Sensor Size: Aps-c Cmos; Shooting Modes: Stills : A+/hybrid Auto/special Scene Mode/creative Filters/p/tv/av/m | Movies : Movie Auto Exposure/movie Manual Exposure; Shutter Speed Range (sec.): Stills: Electronic 1st-curtain: 30 - 1/4000 | Electronic Shutter: 30 - 1/4000 | Movie Recording: Auto Exposure: 1/25* - 1/4000 | Manual Exposure: 1/8* - 1/4000; Silent Shutter; Standard Power Supply: Lp-e17; Still Image Format: Jpeg, Raw, C-raw; Viewfinder Coverage (approx.): 100%; Viewfinder Type: 0.39-inch Oled, Approx. 2.36million Dots | 59.94 Fps Refresh Rate; Weight (g) (including The Battery And Memory Card) (approx.): 486; White Balance: Auto (ambience Priority / White Priority), Daylight, Shade, Cloudy (effective In Twilight And Sunset), Tungsten Light, White Fluorescent Light, Flash*, Custom, Color Temperature Setting (approx. 2500–10000 K) | White Balance Shift And White Balance Bracketing Features Available | *flash Color Temperature Information Transmission Possible (ex / El Series Speedlite); X-sync (sec.): 1/250 1.00 ₱45,000.00 ₱45,000.00 Piece Tablet With Cover, Storage: 128gb | 8gb; Connectivity: 5g; Color: Gray; Cover Color: Black 1.00 ₱45,000.00 ₱45,000.00 Total: ₱113,765.00

Department Of Agriculture Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 12.1 Million (USD 208.5 K)
Details: Description Section I. Invitation To Bid Da8-goods-2025-11 Rebidding (id No. Bt-25-goods-gass-57208-0003) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Gass -2025 Current Fund Intends To Apply The Sum Of Twelve Million One Hundred Thousand Pesos Only (p12,100,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “supply And Delivery Of Motor Vehicles” Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Qty Uom Item Description Unit Cost Total Cost Lot 1: 2 Unit 1. Type: Sports Utility Vehicle (suv) 3,000,000.00 6,000,000.00 2. Engine: A) Type: 4 Cylinders, Turbo Charged B) Displacement: 2 To 3 Liters C) Fuel Type: Diesel 3. Transmission: Automatic 4. Function: A) With Keyless Entry 5. Interior: A) Seating Capacity: Minimum Of 6 Seating Capacity B) With Multi Information Display C) With Dash Cameras (front And Back) Installed, Storage Glove Box And Cool Box 6. Exterior: A) With Mudguards, Front Grille, And Spare Tire 7. Motor Vehicle Tools: A) With Basic Tools (ex. 3 Tonner Hydraulic Jack, Tire Wrench, Handheld Flashlight, 1 Pair Of Early Warning Device & With 1 Portable Fire Extinguisher) 8. Safety: A) With Abs (anti-lock Brake System) And Seatbelts B) With Srs Airbags For Driver, Front Passenger (minimum) C) With Tinted Windows (3m And Color Black) Lot 2: 1 Unit 1. Type: Pick-up 2,400,000.00 2,400,000.00 2. Engine: A) Type: 4-cyclinder, 16 Valve Turbo B) Displacement: 2.0 – 3 Liters C) Fuel: Diesel 3. Transmission: Automatic 4. Function: A) Keyless Entry B) With Air-conditioning System, Smartphone Connectivity, Audio, Speakers, Wireless Charger, Usb Charger, Accessory Outlet For 12 V And Cruise Control 5. Interior: A) With Dash Cameras (front And Back) Installed, Storage Glove Box And Cool Box 6. Exterior: A) With Bedliner, Spare Tire And Antenna 7. Safety: A) With Abs (anti-lock Brake System) And Seatbelts B) With Srs Airbag For Driver, Front Passenger (minimum) C) With Seatbelt, Back Monitor, Vehicle Security System D) With Tinted Windows (3m And Color Black) Lot 3: 1 Unit 1. Type: Passenger Van 3,700,000.00 3,700,000.00 2. Engine: A) Displacement: 2.7 – 3.0 Liters B) Fuel: Diesel C) Emission Standard: Euro 4, Minimum 3. Transmission: 6 Speed At 4. Function: A) With Air-conditioning System, Audio, Speakers, Charging Ports, Usb Charger, Accessory Outlet For 12 V And Cruise Control 5. Interior: A) Seating Capacity: Minimum Of 8 To Maximum Of 12 Seating Capacity, And All Seats Facing Front And Not Sideways B) With Front Seat Ventilation System C) With Multi Information Display D) With Dash Cameras (front And Back) Installed, Storage Glove Box And Cool Box E) With Instrument Panel, Accessory Connector, Sunshade, Cup/bottle Holder, Seat (captain Seat - Slide, Recline, And Vertical Adjust), Seat Made Of Leather Material 6. Exterior: A) With Rear Wiper And Defogger B) With Front Foglamps 7. Safety: A) With Abs (anti-lock Brake System) And Seatbelts B) Vehicle Stability Control C) With Hill Start Assist Control D) With Srs Airbag In Driver, Front Passenger (minimum) E) With Seatbelt, Back Monitor, Vehicle Security System F) With Tinted Windows (3m And Color Black) Terms And Conditions: A. During The Opening Of Bids, Bidders Shall Submit: 1 Certificate Of Distributorship And Authority To Bid From The Manufacturer; 2 Certificate Of Service Center Within The Region That Could Respond Within 72 Hours (including Holidays And Weekends) Upon Request Of The End-user/beneficiary. B. Winning Bidder/s Shall: 1 Deliver Genuine, Unaltered, And Brand-new Units To The Da Rfo 8 At New Directors’ Building, Kahuraw Hill, Tacloban City On Or Before The Agreed Delivery Deadline, And To Give Due Notice To The Office At Least 5 Days Before The Intended Delivery Schedule; 2 Conduct Necessary Training After Complete Delivery Of The Vehicle For The Operation And Maintenance Of The Unit And Provide Copies Of The Operators’ Manual; 3 Deliver The Units With Dash Cameras Installed Per Unit To Da Rfo 8 Within 60 Calendar Days Upon Receipt Of Notice To Proceed; 4 Shoulder The Expenses For Change Oil Including Oil And Services Up To 15,000 Km Mileage; 5 Shoulder Lto Registration With Cptl For 3 Years, Including Freight And Handling, And Shall Provide Temporary Plates (pn) Pending The Issuance Of The Permanent Plates; 6 Shoulder Gsis Comprehensive Insurance For 3 Years; 7 Warranty Against Defective Materials And Workmanship Shall Be Provided For At Least Three (3) Years Or 100,000 Km, Whichever Comes First Upon The Acceptance Of Unit; 8 Any Delay Of Delivery Of Unit Shall Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of The Undelivered Items; 9 Provision Of Da Logo And "for Official Use Only" (all Caps, Bold Letters, Color Red, Arial Black Font And With Font Size – 3 Inches) On The Rear, Left And Right Of The Vehicle, Which Shall Be Shown First To The Da Rfo 8 Care Of The Gss Team For Checking Of Spelling, Quality, Font Size, And Color Before Installation/stickering; 10 Payment Schedule: A) 90% Shall Be Made After Full Delivery (with Or And Cr), Testing And Acceptance; B) 10% Shall Be Made Upon Turn-over Of Official License Plate To End-user. 11 Winning Bidder/s Shall Submit Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 12 Observe The Provisions Of The Ra 9184 Also Known As The Government Procurement Reform Act. 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. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 To February 12, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Lot/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On January 31, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, 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, 9:00 Am (bac-secretariat Time). 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, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 10. The Department Of Agriculture-rfo 8 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. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee

National Irrigation Administration Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 3 Million (USD 52.8 K)
Details: Description Invitation To Bid For Supply & Delivery Of Construction Materials For San Jose Cis The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-restocis2025-017 (goods) Project Name : San Jose Cis Contract Location : Dipolog City, Zamboanga Del Norte Scope Of Works : Supply & Delivery Of Construction Materials Approved Budget For The Contract (abc) : Php 3,097,845.33 Contract Duration : 60 Calendar Days Amount Of Bidding Documents : Php 5,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 25% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/juh-znyf-mbg Opening Of Bids : Https://meet.google.com/kwm-bvjs-ems Item No. Description Quantity Unit Total Delivered, Weeks/months 1 10mm Ø Rsb 602.00 Pcs 602.00 1st Month 2 Common Tei Wire (ctw) #16 25.00 Kg 25.00 1st Month 3 Portland Cement (40kg/bag) 300.00 Bags 525.00 1st Month 225.00 2nd Month 4 Find Aggregates 28.00 Cu.m. 28.00 1st Month 5 Coarse Aggregates 3/4'' 58.00 Cu.m. 58.00 1st Month 6 Coco Lumber 1,425.00 Bd.ft 1,425.00 1st Month 7 1/2'' Marine Plywood 72.00 Sheets 72.00 1st Month 8 Common Wire Nails (cwn) #2 38.00 Kg 38.00 1st Month 9 Common Wire Nails (cwn) #3 76.00 Kg 76.00 1st Month 10 Latex Paint Primer 28.00 Ltrs 28.00 1st Month 11 Gloss Latex Paint Assorted Colors 56.00 Ltrs 56.00 1st Month 12 Enamel Paint 5.00 Ltrs 5.00 1st Month 13 Paint Thinner 0.25 Gal 0.25 1st Month 14 Skim Coat (25kg/bags) 25.00 Bags 25.00 2nd Month 15 Paint Tray 3.00 Pcs 3.00 2nd Month 16 Paint Roller With Handle # 9" 5.00 Pcs 5.00 2nd Month 17 Paint Brush #4 5.00 Pcs 5.00 2nd Month 18 Paint Brush #2 3.00 Pcs 3.00 2nd Month 19 Paint Brush #1/2 3.00 Pcs 3.00 2nd Month 20 Cctv Camera, Hd Dvr (4 Channel), Hd Camera 4 Pcs (2.0mega Pixel) Free Wire Per Camera (20meters), 19 Inches Monetor Aoc And 1tb Hdd Storage & Complete Accessories 1.00 Set 1.00 1st Month 21 Bnc Male/female 1.00 Pcs 1.00 1st Month 22 Power Supply 1.00 Pcs 1.00 1st Month 23 Ups 650va 1.00 Pcs 1.00 1st Month 24 Avr 1.00 Pcs 1.00 1st Month 25 Junction Box 4.00 Pcs 4.00 1st Month 26 Co-axial Wire 250.00 M 250.00 1st Month 27 G.i. Pipe:'50mm Dia. X 6m Length (schedule 40) 22.00 Pcs 22.00 1st Month 28 Inter-linked: 'hot Dip Zinc Galvanize Inter-linked, D: 5ftx10m, Hole Size: 5cm X 5cm, Wire Diameter: 3.3mm) 4.00 Roll 4.00 1st Month 29 Galvanize Barbed: 'wire 30cm Dia. 3.00 Roll 3.00 1st Month 30 Welding Rod #3016 25.00 Kg 25.00 1st Month 31 Cutt-off Wheel: '4" Cutt-off Wheel 5.00 Pcs 5.00 1st Month 32 Disk;'4" Grinding Disk 2.00 Pcs 2.00 1st Month 33 Cylindrical Hinge Heavy Duty: 4" 6.00 Pcs 6.00 1st Month 34 6"ø X 6m Upvc Blue Pipes W/ Complete Accessories 170.00 Pcs 271.00 1st Month 101.00 2nd Month 35 6"ø Upvc Blue Pipes Elbow 45˚w/ Accessories 5.00 Pcs 5.00 1st Month 36 6"ø Upvc Blue Pipes Elbow 90˚ W/ Accessories 11.00 Pcs 11.00 1st Month 37 Pipe Cement Solvent 200cc 20.00 Can 20.00 1st Month 38 3"ø X 6m Upvc Blue Pipes W/ Complete Accessories 100.00 Pcs 167.00 1st Month 67.00 2nd Month 39 3"ø Upvc Blue Pipes Elbow 45˚w/ Accessories 5.00 Pcs 5.00 1st Month 40 3"ø Upvc Blue Pipes Elbow 90˚ W/ Accessories 5.00 Pcs 5.00 1st Month 41 6'' Ø Flange Type Gate Valve 5.00 Pcs 5.00 1st Month 42 20 Mm Ø X 4'' Bolt & Washer 96.00 Set 96.00 1st Month 43 Conventional Boot Wall Opening 8.00 Pcs 8.00 1st Month 44 6'' Ø Ductile Iron Restrain Flange Connector 8.00 Unit 8.00 1st Month 45 6'' Ø Flange Type Ductile Iron Tee 2.00 Unit 2.00 1st Month 46 6''ø To 2''ø Pe Compression Saddle Clamp 2.00 Pcs 2.00 1st Month 47 2'' Ø Hdpe Pipe 6.00 M 6.00 1st Month 48 90 ̊ 2'' Ø Hdpe Compression Elbow 12.00 Pcs 12.00 1st Month 49 2'' Ø Hdpe Compression Tee 2.00 Pcs 2.00 1st Month 50 Hdpe Tee Reducer (2'' Ø To 0.50'' Ø) 4.00 Pcs 4.00 1st Month 51 90 ̊ 1/2'' Ø Gi Elbow 8.00 Pcs 8.00 1st Month 52 1/2'' Ø Gate Valve 8.00 Pcs 8.00 1st Month 53 1/2'' Ø Pipe Nipple (150cm L) 8.00 Pcs 8.00 1st Month 54 1/2'' Ø Polyethylene 400.00 M 800.00 1st Month 400.00 2nd Month 55 2''x2''x0.25''x 6m L Bar 2.00 Pcs 2.00 1st Month 56 2''x0.25''x6m Flat Bar 1.00 Pcs 1.00 1st Month 57 0.045'' Diamond Plate Steel Iron 2.00 Sheets 2.00 1st Month 58 4'' Heavy Duty Metal Hinge 9.00 Pcs 9.00 1st Month 59 Plastic Canvass 100.00 M 100.00 1st Month 60 Nylon #100 2.00 Kg 2.00 1st Month 61 Rubber Boots 30.00 Pair 30.00 1st Month 62 Working Gloves 30.00 Pair 30.00 1st Month 63 Safety Helmet/hard Hat 30.00 Pcs 30.00 1st Month

Philippine Economic Zone Authority - PEZA Tender

Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 990 K (USD 16.8 K)
Details: Description Republic Of The Philippines Philippine Economic Zone Authority Baguio City Economic Zone Bids And Awards Committee Loakan Road, Baguio City 2600 Request For Quotations The Philippine Economic Zone Authority – Baguio City Economic Zone (peza-bcez) Through Its Bids And Awards Committee (bac), Invites All Interested Suppliers/bidders To Offer Their Lowest Government Price For The Following Project: Mode Of Procurement : Small Value Procurement Reference No. : Bcezproc2025-11 Name Of Project : Supply And Delivery Of Survey Equipment Total Approved Budget For The Contract (abc) : Php 990,000.00 Location/place Of Delivery : Peza- Bcez Loakan Road, Baguio City Specifications: : See Attached Annex “a” Deadline Of Submission : January 31, 2025, 10:00 Am Delivery Period : Within Seven (7) Calendar Days Upon Receipt Of Purchase Order Interested Bidders/suppliers Are Required To Submit Their Duly Accomplished Price Quotation Forms (annex “a”) On Or Before The Specified Deadline To The Bac Secretariat, Located At The 1/f Peza-bcez Administration Bldg., Loakan Road, Baguio City. Submissions May Be Made Either As Open Or Sealed Quotations. For Open Quotations, Submissions Shall Be Sent Via Email To Bcezbacsec@peza.gov.ph Or Thru Facsimile At (074) 447- 3330/ 447-4154. Please Note That Electronic Submissions Sent To Any Other Email Address Other Than The One Specified Will Not Be Accepted. Consistent With Appendix A Of The Rules (annex “h” Of The Ra 9184 2016 Implementing Rules And Regulations), The Bcez-bac Requires That The Necessary Documentary Requirements Shall Be Submitted By The Lowest/single Calculated Bidder Prior Issuance Of The Notice Of Award: Awarding Of The Contract Will Be Done As One Lot. Further, Award Of Contract Shall Be Made To The Bidder Who Made The Lowest Calculated Quotation Which Complies With The Minimum Technical Specifications (annex A) And General Terms And Conditions (annex B). For Awarded Infrastructure Projects, The Winning Bidder/s Are Required To Submit A Safety & Health Program Approved By Dole Prior To The Issuance Of The Notice Of Award. For Further Inquiries, You May Contact The Peza-bcez Bac Secretariat At Telephone Numbers (074) 447-4155/3333 Or Via Email At Bcezbacsec@peza.gov.ph. The Peza-bcez Bac Reserves The Right To Reject Any Or All Bids, Waive Any Informality In The Bids Received, To Accept Or Reject Any Item/s Of Any Bid And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The Government. The Peza Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Expenses Incurred In The Preparation Of Their Price Quotations/proposals.annex A Price Quotation Form Reference No. Bcezproc2025-11 The Chairperson Bids And Awards Committee Philippine Economic Zone Authority Baguio City Economic Zone Loakan Road, Baguio City Thru : Bac Secretariat Peza-bcez Dear Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions Of This Request For Quotation (rfq) And Followed The Instructions To Bidders Specified In Annex B, We Wish To Submit Our Quotation/s For The Following Items: ** Please Note That It Is Required To Specify The Brand, Or Model, Or Technical Specifications Of The Product/item. For Items Without Brands (e.g. Sand, Gravel, Nails, Walis Tambo, Etc… ), Please Write The Word “comply”. Item No. Total Abc (in Php) Unit Qty. Peza-bcez Specifications Bidder’s Offer (tech. Spec/ Model No., If Applicable) Unit Price (php) Total Price (php) ₱990,000.00 Lot 1 Supply And Delivery Of Survey Equipment (rtk) Part A. Supply And Delivery Of Global Navigation Satellite System (gnss) Real Time Kinematics (rtk) 1 Set 1 Gnss Rtk Set With Case, Manual, And Complete Accessories - 1 Pc. Base - 1 Pc. Rover - 1 Pc. Android Rtk Controller - 1 Pc. Carbon Fiber Pole - 1 Pc. Tribrach - 1 Pc. Heavy Tripod - 1 Pc. Clip Tripod - 1 Pc. Pole Battery - 2 Pcs. Charger - 2 Pcs. Antenna - 2 Pcs. Two - Way Radio Part B. Rover Specification Gnss Performance - Gps: L1c/a, L2c, L2p, L5 - Glonass: L1, L2 - Bds: B1, B1c, B2, B2a, B2b, B3 - Galileo: E1, E5a, E5b, E6 - Qzss: L1, L2, L5, L6 - Sbas: Waas, Egnos, Msas, Gagan, Sdcm - Minimum Of 1408 Tracking Channels - Cold Start: <60s - Hot Start: <15s - Positioning Output Rate: 1hz - 50hz - Signal Reacquisition: <1s - Rtk Initialization Time: <5s - Initialization Reliability: >99.99% - Time Accuracy: 20ns 3 Of 6 Bcezproc2025-11 Positioning Accuracy Code Differential H: 0.25m To 0.40m Rms V: 0.50m To 0.80m Rms Static H: 2.5mm + 0.5ppm Rms V: 5mm + 0.5ppm Rms Rtk H: 8mm + 1ppm Rms V: 15mm + 1ppm Rms Network Rtk H: 8mm + 0.5ppm Rms V: 15mm + 0.5ppm Rms Physical Material Magnesium Alloy Dimensions ɸ 120mm - 140mm X 80mm - 100mm Weight Less Than 1kg Operating Temperature -20℃ ~ +60℃ Storage Temperature -20℃ ~ +70℃ Protection / Dustproof / Waterproof Ip67, Protected From 30min Immersion To Depth Of 1m From Water Shock/drop Survive A 2m Pole Drop Onto Concrete Humidity 95% Non-condensation 1 Electrical And Communications Power Supply 9~24v Dc External Power Input Battery Built-in 7000mah-7.4v Liion Battery Battery Life Rover Mode: Min. Of 12hours Base Mode: Min. Of 7hours Static Mode: Min. Of 15hours I/o Interface 1 X Lemo Port 1 X Usb Type-c Port 1 X Sim Card Slot, Nano Sim 1 X Uhf Antenna Interface Internal Uhf 1w - 5w Transmit Power Protocols Trimtalk, Alphatalk, South, Satel Cellular Network 4g Modem, Supports Tdd - Lte / Fdd - Lte / Wcdma Wifi 802.11 B/g Bluetooth Capable Differential Data Format Rtcm2x, Rtcm3x, Cmr Sensor Accuracy <2.5cm Tilt Compensation At Least 60° 4 Of 6 Bcezproc2025-11 Camera Front Camera 2mp Downward Camera 5mp Fov At Least 70° Laser Laser Measurement ±1cm + 5mm/m Data Storage Memory At Least 32gb User Interaction Operating System Linux Os Buttons Power Key Indicators 1 X Power Indicator 1 X Bluetooth Indicator 1 X Satellite Indicator 1 X Data Link Indicator Voice Intelligent Voice Prompts Part C. Inclusion - Delivery Of Equipment Within 7 Calendar Days - Initial Set-up And Tuning (ready To Use) - 2 - Years (24 Months) Warranty For The Whole Unit (except For Accessories) - Technical Support And Services: Diagnosis, Repair, Corrections, Calibrations, Availability Of Spare Parts (subject To Labor Charges) - 1 - 3 Days Training - Familiarization Of Gnss Rtk (operation Of Equipment) - Field, Autocad, And Civil 3d - Civil 3d 2021 Tutorial - Importing Of Survey Points - Defining Scale Of The Drawing Base On The Title Block 20" X 30" - Defining The Size And Text Height Of The Point Marker And Point Label - Surface Generation (contour Data And Contour Interval) - Editing Of Surface - Contour Labeling - Spot Elevation - Object Viewer (3d Terrain View) - Alignment , Profile, And Cross Sections - Volume Computation (cut And Fill) - Geolocation (on Line Map) - Google Earth (kml/kmz File) - Autocad Tutorial - Lot Data Computations In Ms Word Format - Lot Descriptions - Lmb Approval Plan - Lra Plan - Sketch Plan On Standard Format - Automatic Sketch Plan On Bond Paper Size, Mostly Used In Loan Application, Advance Copy Of Plan For Your Client. - Traverse Computations - Field Notes Inside And Setting Computation - Importing Of Csv File (rtk) 5 Of 6 Bcezproc2025-11 Note To The Bidder: Kindly Ensure The Submission Of The Following Documents Along With Your Quotation: 1. Valid And Current Mayor’s Permit Or Proof Of Schedule For Renewal. 2. Philgeps Registration Number **inclusive Of Vat/ Applicable Taxes, Fees, And Charges** X X X Nothing Follows X X X __________________________________________ ____________ Printed Name And Signature Of Authorized Representative Date Bidder/supplier’s Information: Company Name Address: Tel/fax No. Email Address: ________________________________ Name And Signature Of Canvasser 6 Of 6 Bcezproc2025-11 Annex B General Terms And Conditions 1. Price Validity. Price Validity Shall Be Thirty (30) Calendar Days From The Deadline Of Submission Of Quotation; 2. Price Escalation. All Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation; 3. Alternative Bids. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding; 4. Taxes. Prices Shall Be Inclusive Of Applicable Taxes (vat Or Percentage). Total Price Quoted Is Subject To Withholding Tax And Payable Through Check; 5. Delivery Period: Seven (7) Calendar Days Upon Receipt Of Purchase Order. 6. Delivery Terms: For Goods Supplied From Abroad, The Delivery Terms Applicable To The Contract Are Ddp Delivered To Baguio City Economic Zone, Baguio City, While For Goods Supplied From Within The Philippines, The Delivery Terms Applicable To The Contract Are Delivered To Baguio City Economic Zone, Baguio City. “risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At The Final Destination.” 7. Incidental Charges And Services. The Cost Of Transportation, Insurance, And Other Cost, Including Packaging And Documentation Incidental To Delivery Of The Goods And/or Services Shall Be Included In The Price Quoted By The Bidder. An Additional Or Separate Delivery Charge In The Bid Shall Be Treated As Non-responsive And Shall Be Rejected. 8. Term Of Payment. Payment Shall Be Charged Account. Cash On Delivery (cod) Shall Not Be Allowed, Unless Specified In The Quotation And Accepted During Bid Evaluation. Most Importantly, No Payment Shall Be Made Until Full Delivery Of Item/s And/or Services Is/are Completed And The Same Is/are Inspected And Satisfactorily Accepted By Peza-bcez. 9. Performance Security. For Procurement Of Goods And/or Services, Peza May Require The Submission Of A Performance Security Depending On The Nature Of The Procurement Project. However, For Infrastructure Projects, Submission Of A Performance Security Is Required By Peza. The Amount Of The Performance Security Shall Not Be Less Than The Required Percentage Of The Total Contract As Provided Under Section 39 Rule Xi Of The 2016 Revised Irr Of Ra 9184. 10. Warranty And Retention Money. Supplier/contractor Warrants That All Goods/services To Be Provided Are Of Acceptable Industry Standard. Whenever Applicable, The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) But Not To Exceed Five Percent (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Prescribed Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. (gppb Resolution No. 30-2017 Dated 30 May 2017) 11. Liquidated Damages. Delay In The Delivery Shall Be Subject To Liquidated Damages By Way Of Penalty At 1/10 Of 1% Of Each Day Of Delay Reckoned From The Day After The Last Day Of The Delivery Period Or The Agreed Date Of Delivery, Whichever Is Applicable. 12. Alteration Or Technical Specifications And Terms And Conditions. Altering And/or Amending The Technical Specifications And Terms And Condition(s) May Be Considered Non-responsive/ Non-compliant. Instructions To Bidders: A) Completely Fill Out The Price Quotation Form (annex B), Technical Specification/brand (if Applicable), Unit/ Total Price And Supplier/bidder’s Information. Do Not Forget To Sign The Price Quotation Form (annex A). Whenever Applicable, Original Brochures Or Certificates Of The Items Offered Showing Its Performance Characteristics Or Specifications, Shall Be Attached And Submitted Together With The Price Quotation Form. B) If Applicable, An Ocular Inspection, In Coordination With The End-user And Bcez-bac, Shall Be Conducted By The Interested Bidder Of The Premises/area Subject Of Herein Procurement Process
5541-5550 of 5732 archived Tenders