Camera Tenders
Camera Tenders
BARANGAY BALILI MANKAYAN, BENGUET Tender
Automobiles and Auto Parts
Philippines
Details: Description Province Of Benguet –car Municipality Of Mankayan Barangay Balili Barangay Bids And Awards Committee Invitation To Apply For Eligibility And To Bid February 06,2025 The Barangay Local Government Unit Of Barangay Balili, Mankayan, Through Its Bids And Awards Committee, Invites Platinum Philgeps Registered Supplier For Bidders/contractors Registered With And Classified By The Philippine Accreditation Board (pcab)-category C& D, Small B To Apply For Eligibility And To Bid For The Hereunder Listed Projects: Name Of Projects: Procurement Of Wheel Loader Location: Balili, Mankayan, Benguet Solicitation No.: 2025-002-0001 Balili Approved Budget For The Contract(abc): Php 3,000,000.00 Source Of Fund: National Wealth Item Unit Qty Description No. 1 Unit 1 Wheel Loader Description Dimension A. Overall Height- Bucket Raised B. Bucket Pin Height At Max. Lift C. Dump Clearance At Max. Lift (45°) D. Reach At Max. Lift And 45° Dump E. Rack Back Angle At Carry F. Rack Back Angle At Ground G. Digging Depth H. Rack Back Angle At Max. Lift I. Dump Angle At Max. Lift J. Carry Height K. Ground Clearance L. Center Line Of Front Axle To Hitch M. Wheel Base N. Overall Length O. Departure Angle P. Height To Top Of Cab Q. Overall Width Over Bucket R. Min. Turning Radius Over Bucket S. Min. Turning Radius Over Tires T. Steering Angle- Left/right U. Width At Tread Center V. Overall Width Over Tires Technical Parameters Bucket Capacity 1.8m³ Rated Payload 3000kg Operating Weight 10300(10500)±300kg Traction Force 97±3kn Breakout Force 95±3kn L×w×h 7450×2500×3180 Maker/model Weichai/wp6g125e22 Rated Power 92kw/2200rpm Maximum Torque 500nˑm/1400-1600rpm Bore × Stroke (mm) 105×130mm No. Of Cylinders/displacement 6/6.75l Air Cleaner Three Stage Air Cleaner Alternator 70amp Battery 2-24v/105ah Starting Motor 24v/6kw Transmission Type Countershaft Powershift Shift Type Mechanical Powershift Control Pressure Transmission 1.1-1.5mpa Torque Converter Type Single-stage&turbine, 3-element Axles Rigid(front)&oscillating(rear) Rear Axle Oscillation (°) ±10° Differential Conventional Main Reducer Spiral Bevel, 1-stage Reduction Final Reducer Planetary Reduction Tire 17.5-25l-3 12pr Tt Travel Speed-forward 7/12/24/36 Km/h Travel Speed-reverse 8.5/28 Km/h Service Brake Single Circuit Caliper, Dry Brake Setting Pressure 0.70-0.78mpa Parking Brake Flexible Shaft Controlled Emergency Brake Caliper Brake Type Hydraulic Load Sensing System Pump 246l/mlnˑ2200rpm System Pressure 14mpa Cylinder Type Double Acting Steering Angle ±35° Type Joystick Control Pump 246l/mlnˑ2200rpm Control Valve 2 Spool System Pressure 16mpa Cycle Time (sec) 9 Fuel Tank (l) 200l Hydraulic Tank (l) 165/170((3rd Spool)l Crankshaft (l) 14l Transmission (l) 36l Front Axle/rear Axle (l) 18l/18l Configuration Weichai Engine Lonking Transmission Mechanical Powershift Control Lonking Axles (dry Type) Joystick Working Control Flexible Shaft Controlled Caliper Brake Rops&fops Cabin Lcd Dashboard Air Conditioner Optional Oil-bath Air Filter 17.5r25 L-3 Tl 3rd Spool For Auxiliary Function Sliding Cabin Window Electric Heating Rear Window Lockable Oil Tank Cap Rear View Camera Radio/mp3 Bucket (2.0m³) Enlarged Bucket (2.3m³) Coal Bucket (2.5m³) Bucket(3 Piece Cutting Edges) Log Grapple Grass Grapple Side Tip Bucket Log Fork Quick Hitch Coupler Quick Hitch Bucket 4in1 Bucket (quick Hitch Only) Snow Blade ( Quick Hitch Only) Republic Act 9184 And Its Implementing Rules And Regulations Shall Govern All Particulars Relative To The Eligibility Standards And Screening, Bid Security, Performance Security, Pre-bidding Conference, Post-qualification And Awards Of The Contracts. The Barangay Local Government Unit Of Barangay Balili Mankayan Reserves The Right To Reject Any Or All Bids, Waive Any Defect Or Informality Therein, Or Accept Any Bid Maybe Consider To Be Advantageous And Beneficial To The Barangay Local Government Unit Of Barangay Balili, Mankayan. Further, The Barangay Local Government Unit Of Barangay Balili, Mankayan Assumes No Obligation Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Or Loss That They May Incur In Their Undertaking Nor Does It Guarantee That An Award Will Be Made. Schedule Of Bac Activities As Follows: February 13, 2025 Last Submission Of Letter Of Intent And Purchase Of Bid Docs(5:00pm) February 18,2025 Pre-bid Conference ,(10:00am)at Atayan Barangtay Hall, Mankayan February 26, 2025 Dropping Of Bids, (08:00am- 09:30am) At Atayan Barangtay Hall, Mankayan February 26, 2025 Opening Of Bids, (10:00am) At Atayan Barangtay Hall, Mankayan A Complete Set Of Bid Documents May Be Acquired From The Barangay Bac, Balili, Mankayan, Benguet Upon Payment Of Non-refundable Fee Corresponding To The Amount Of The Contract. Jovencio L. Lanso-an Barangaybac-chair Noted: Jerry S. Balong-angey Punong Barangay The Philgeps Team Is Not Responsible For Any Typographical Errors Or Misinformation Presented In The System. Philgeps Only Displays Information Provided For By Its Clients, And Any Queries Regarding The Posting Should Be Directed To The Contact Person/s Of The Concerned Party. Jovencio L. Lanso-an Bac Chairman Barangay Hall, Atayan, Balili Mankayan, Benguet Philippines 2608
Closing Date13 Feb 2025
Tender AmountPHP 3 Million (USD 51.6 K)
Bureau Of Plant Industry Tender
Telecommunication Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description Rfq No. 0217 Pr No. 0443-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Supply And Delivery Of Ict Equipment Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: February 26, 2025 (8:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Thirty (30) Calendar Days Upon Receipt Of Purchase Order (p.o.) 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry 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. " Approved Budget For The Contract: Php 270,000.00 End User: Pms Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price Ict Equipment 1 Unit Laptop 80,000.00 Intel Core Ultra 7 Processor 155h 1.4ghz 14" 3k (2880x1800)oled, 120 Hz Refresh Rate, Hdr Intel Arc Graphics 16gb Lpddr5 1tb M.2 Nvme 4.0 Ssd 720 Hd Camera Wi-fi 6e 1 Unit All-in-one Computer 90,000.00 Intel Core Ultra 7 Processor 4.8ghz 16gb Ddr5-5600 Mhz 1tb Pcle Nvme M.2 Ssd Intel Iris Xe Graphics 28.8" Fhd (1920x1080) Touch Wi-fi 6 Bluetooth 5.3 Wireless Card With Wireless Keyboard And Mouse Combo 1 Unit Tower Server 100,000.00 Intel Xeon W-1350 6c/12t (3.30ghz) Processor 12mb Intel Smart Cache 16gb Ddr4-3200 Ecc Udimm Memory 512gb M.2 Nvme Ssd Pcle + 3.5" 1tb Sata 7200rpm Nvidia T400 4gb 500w 80 Plus Bronze Microsoft Windows 11 Pro For Advanced Workstation "place Of Delivery: Bpi Property Section (pss), Malate, Manila Proposed Delivery Period: Thirty (30) Calendar Days Upon Issuance Of Purchase Order" Grand Total 270,000.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
Closing Date26 Feb 2025
Tender AmountPHP 270 K (USD 4.6 K)
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Description: The Defense Logistics Agency (dla) Maritime Norfolk At Norfolk Naval Shipyard (nnsy) Intends To Award A Firm Fixed Price (ffp) Single Award Contract With Lowest Price Technically Acceptable (lpta) Evaluation Factors For The Item Listed Below. The Required Item Is For Commercial Items Prepared In Accordance With The Information In Far Part 13 And Far Subpart 12.6, As Supplemented With The Additional Information Included In This Notice.
the Contract Line Items (clins) Are As Follows:
hyd-mech S-23p Band Saw Quantity: 1 U/i: Ea
capacity Rectangular (h X W) Round
90° 16" X 20" 16"
45° 16" X 14" 14"
30° 16" X 9-1/2" 9-1/2"
blade Size: 1-1/4" X 16' 10"
blade Drive: 8.8 Hp Vfd
machine Voltage: 240v /3 Ph
variable Vise Pressure
adjustable Work Stop – 34”
coolant Drip Pan – For Idler Conveyor
blade Speed: 75-330 Sfm
coolant Tank – Built In Coolant Drawer With Centrifugal Pump And 9 Us Gal Capacity
work Load: 5,000 Lbs.
machine Weight 2.900 Lbs.
table Height: 33"
cast Iron Blade Guide Arms. Idler Side Guid Arm Adjustable And Supported By Linear Rail.
dimensions (w X L X H) 101” X 80” X 61”
laser Light
work Light
mechanical Band Tensioning With Digital Readout
43" Material In-feed Roller Table And 19-1/4" Out Feed Table
blade Breakage Switch
cast Iron Band Wheels
pre-set Replaceable Carbide Guide Inserts
flood Coolant With Wash Down Hose
safety Door Interlocks
filler Plates For 5’ Idler Conveyor Below The Frame
type 1 – 5’ In Feed/out Feed Idler Conveyor (26” W X 35” H) Material Support Rollers To Be Installed Below The Frame
replaceable Blade Brush
replaceable Carbide Guide Inserts
miter Scale For The Head Miter Position In 1 Degree Increments With Cam Lock Brake Locking Mechanism
steel Base
semi-automatic Operator Plc Control Equipped With A Digital Lcd Display, Shall Show Machine Mode, Pieces Cut, Blade Speed, Blade Tension, Amperage Draw, Cut Duration, Overall Machine Run Time, And Head Position.
full Capacity, Full Stroking Hydraulic Material Vise
swinging, Heavy-duty, Cast-iron Saw Head That Can Swing Up To 60 Degrees In One Direction
hydraulic Positive Down Feed Sawing Head With Infinite Down Feed Adjustments
hydraulic Positive Downfeed – Dual Down Feed System Capable Of Controlling Both Feed Rate And Feed Force Parameters
quality Assurance Provisions - Inspection And Acceptance Of The Supplies, Performed At Destination By Code 983 And Shall Consist Of Type And Kind; Condition; Operability, If Readily Determinable; Preservation; Packaging.
preservation, Packaging And Packing – The Equipment Shall Be Packaged, Packed And Preserved For Shipment To Reach Ultimate Destination Undamaged. Package Shall Be Prominently Marked “not For Outside Storage”. Yellow Packaging, Packing, Preservation And Marking Are Prohibited.
additional Requirements:
nameplate: A Nameplate Shall Be Permanently And Securely Attached To Each Machine The Information Provided On The Plate Shall Be As Listed Below.
nomenclature
manufacturer's Name
manufacturer's Model Designation
manufacturer's Serial Number
power Input (volts, Total Amps, Phase, Frequency)
amp Rating Of Largest Motor
short Circuit/over-current Protection Rating
contract Number Or Order Number
national Stock Number Or Plant Equipment Code
date Of Manufacture
operating And Maintenance Manual: Machines Shall Be Provided With Operating And Maintenance Manual (o&m), Electrical Manual, Mechanical Manual & Schematics Three (3) Each Shall Be Provided With The Machine And One (1) Each Searchable Electronic Copy (pdf) Shall Be E-mailed To Tpoc.
verification Test: After Delivery The Contractor Shall Test Run The Machines At The Site To Ensure Conformance With This Purchase Description.
warranty: These Machines Shall Be Warranted Against Any Defects In Material, Parts, And Workmanship For 12 Months After The Date Of Installation With Labor Provided By Dealer. Additional Parts Are To Be Warranted For Two (2) Years.
installation:
location: Machines Shall Be Installed Inside Norfolk Naval Shipyard, Portsmouth, Va 23709.
training: The Contractor Shall Provide Training To Familiarize Norfolk Naval Shipyard Personnel With The Equipment And To Help Ensure Reliable Performance And Maximum Service Life, During Normal Usage.
operator / Programmer On-site Training: Training Shall Be Provided At The Receiving Activity. Training Shall Include Preparation Of Part Programs, And Preparation Of Equipment For Safe Operation. The Trainees Shall Be Provided Instruction For All Aspects Of Machining Operations. Trainees Shall Be Provided Instruction For The Care, Use And Operation Of All Attachments And Accessories. Training Shall Be Provided For Three (3) Operators/programmers. The Training Period Shall Not Be Less Than Three (1) Consecutive, Eight (8) Hour Workday. A Training Manual (which Could Be An Additional Operator's Manual) Shall Be Provided For Each Student.
entry Requirements: All Personnel Expected To Visit Nnsy Shall Be Us Citizens. Contractors/sub-contractors Including Truck Drivers Shall:
30 Days Before Arrival: Contractor Shall Provide Secnav 5512 Data On All Personnel Expected To Visit Nnsy To The Tpoc. This Shall Include List Of All Personnel Expected To Visit, Identifying Those That Require Secnav 5512 Forms & Those With Existing Valid Base Passes. All Personnel Expected To Visit Nnsy Shall Be Us Citizens. All Personnel Shall Provide Two Forms Of Identification. Accepted Required Identity Documentation For Proof Of Us Citizenship, Us Birth Certificate, Us Passport, Certificate Of Citizenship, Birthright Citizenship, Certificate Of Naturalization, Birth Abroad For Us Citizens. The Tpoc Shall Provide Secnav 5512 Forms Upon Request. The Tpoz Will Endorse The Secnav 5512 Form And Forward To The Nnsy Pass Office.
vehicle Entry: The Contractor Shall Display The Company Name Of Each Door Of The Contractor’s Vehicles In A Manner And Size That Is Clearly Visible. All Contractor Vehicles Shall Display A Valid State License Plate That Complies With State Vehicle Code With Company’s Name Clearly Displayed On The Sides On Vehicle. Contract Vehicles Shall Meet All Other Requirements Of The State Vehicle Code, Such As Safety Standards, Proof Of Insurance And State Registration. Contract Vehicles Shall Have Insurance And Registration In The Company’s Name. Passes Will Be Issued For Vehicles To Enter The Shipyard. A Separate Pass Is Required For Entering The Cia. There Are Available Parking Spots Near Each Building, Including In The Cia. Unloading Can Be Accomplished At High Bay Door Loading And Unloading Zones However, The Loading And Unloading Zones May Not Be Near The Equipment For Each Building.
portable Electronic Dive (ped): In Accordance With Comsublant/comsubpacinst 2075.1c, The Use Of Portable Electron Devices (peds) While In Or On Department Of Navy Controlled Industrial Areas Are Prohibited. A Portable Electronic Device (ped) Is Defined As Any Non-stationary Electronic Apparatus With Singular Or Multiple Capabilities Of, But Not Limited To Recording, Storing, And/or Transmitting Data, Voice, Video, Or Photo Images E.g.: Cell Phones, Laptops, Tablets And Wearable Devices Such As Fitness Bands And Smart Watches. Non-camera Cell Phones Are Acceptable (feature Phones). Where A Laptop Computer Is Required For Trouble-shooting And Machine Programming Purposes, Contractor Must Inform Tpoc No Later Than Two (2) Weeks Prior To Visit To Allow Time To Schedule Inspections And Vetting From Nnsy It Department.
safety Or Security: Contractor Will Need Cia Access And Ppe. “per Far 22.102-1(a) Entitled “safety”, Contractors Are Hereby Informed That Their Employees Or Representatives Present On Property Under Norfolk Naval Shipyard Cognizance Must Follow Federal And State Osha Requirements And Norfolk Naval Shipyard Oshe Program Manual, Navshpydnorinst P5090.2 Requirements Or Safety Requirements For Site Specific Location Of The Contract.”
critical Time Constraints: The Installation And Training Shall Be Performed Between The Hours Of 7:20 Am And 3:50 Pm Excluding Any Federal Holidays.
installation Responsibilites
government
provide And Install Anchor Bolts And Nuts.
connect Machine To The Provided Utilities Hook-up.
material For Performance Testing At Gover
provide Utilities Hook-up Within 20 Feet Of The Machinenment Facility
contractor
level And Align Machine.
provide All Necessary Tools, Gages, And Instrumentation Necessary To Perform The Required Test.
provide And Charge All Systems With Fluids In Accordance With Manufacturer’s Instructions.
the Requirement Will Be Solicited As A Total Small Business Set Aside. The Naics Code Applicable To This Procurement Is 332216, Saw Blade And Handtool Manufacturing With A Size Standard Of 750 Employees. The Product Service Code Is 3405.
the Anticipated Delivery Date For This Acquisition Is 30 Days After Contract Award. The Solicitation, Any Documents Related To This Procurement, And All Amendments Issued Will Be In Electronic Form Only.
the Solicitation Number Is Spmym125q0034 And It Is Expected To Be Available On Or About 21 January 2025 And Posted To Sam.gov, Https://sam.gov/ Quotes Will Be Due By 5:00 Pm Est On 24 January 2025. Responses To The Solicitation Notice Shall Be Emailed To The Attention Of Monica Richardson As Monica.richardson@dla.mil Please Make Sure That The Solicitation Number (spmym125q0034) Is Included In The Subject Line Of Any Email Correspondence. Emails Without Subject Lines Will Not Be Read Because Of Security Issues.
potential Offerors Are Hereby Notified That The Solicitation And Any Subsequent Amendments Will Only Be Available By Downloading The Documents At Www.sam.gov (contracting Opportunities). The Government Is Not Responsible For Inability Of The Offeror's To Access Solicitation Documents Posted. Prospective Offeror's Should Also Register On The Interested Vendor List Under Spmym125q0034. No Telephone Or Fax Requests Will Be Accepted, And No Hardcopy Solicitation/amendment Will Be Mailed Or Faxed.
all Responsible Sources May Submit A Proposal Which May Be Considered By The Government. By Submitting A Quote, The Offeror Will Be Self-certifying That Neither The Principal Corporate Officials Nor Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. Failure To Do So May Represent Grounds For Refusing To Accept The Proposal. By Submission Of A Proposal, The Offeror Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation, Except For Awards To Foreign Vendors For Work To Be Performed Outside The United States. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220, Or Via The Internet At Https://www.sam.gov. All Questions Shall Be Submitted In Accordance With The Solicitation, Dates And Procedures. Please Direct All Questions Regarding This Requirement To Monica Richardson At Monica.richardson@dla.mil.
Closing Date24 Jan 2025
Tender AmountUSD 39.6 K
This is an estimated amount, exact amount may vary.
Establishments And Organizations Of Higher Education, Research And Innovation Tender
Others
Corrigendum : Closing Date Modified
France
Details: The purpose of this consultation is: The supply of 12 electromechanical structures for 4-meter telescopes (sst-mec) for the Cta project. The contract is an ordinary contract with a global and fixed price including the following services: - Entire production process of 12 Sst-mec; - Optimization of the Lcs (local control software); - The AIT/V (assembly, integration, testing and verification) in the factory of the first telescope considered as the qualification model (qm) of the series and manufactured from the following assemblies: - First electromechanical structure Sst-mec produced; - Optical assembly Sst-opt; - Telescope control system Sst-tcs which includes the Lcs; - Scientific camera Sst-cam or equivalent model. - On-site Cta-s transport in Chile of the 9 Sst-mec and the associated Sst-opt optical assemblies. - The AIT/V On-site Cta-s of the 9 Sst-tel developed from these previous systems and equipped with the Sst-cam camera.
Closing Date10 Jan 2025
Tender AmountRefer Documents
PROVINCIAL TRAINNING CENTER KIDAPAWAN, NORTH COTABATO Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description 2 Pcs Spirit Level 6 Pcs Hack Saw 2 Pcs Pipe Cutter 2 Pcs Pipe Reamer 1 Set Pipe Threader 2 Pcs Pipe Bender 2 Pcs Bolt Cutter 5 Pcs Ball Hammer 10 Pcs Electrician Pliers 20 Pcs Screwdrivers 5 Pcs Box Wrench 5 Pcs Wire Splicer 5 Pcs Wire Stripper 5 Pcs Electrician Knife 5 Pcs Push-pull 0-5 Mtrs 5 Pcs Claw Hammer 5 Pcs Prick Punch 2 Pcs Heat Gun 1200 Watts 2 Pcs Heavy-duty Soldering Iron 5 Pcs Flat File Smooth 8” 5 Kgs Tie Wire #16 1 Pcs Whiteboard 4 X 8 X ¾ 10 Pcs Flat Screwdrivers 1 Box Whiteboard Marker, Assorted Color 5 Pcs Pencil Sharpener 25 Pcs Pencil With Erase 1 Unit First Aid Kit 5 Pcs Whiteboard Eraser Magnetic 5 Units Electric Drill 5 Units Portable Grinder 5 Units Multi-tester 1 Set Fire Alarm System (5units Detector, 1 Control Panel)(2 Zone) 1 Unit Motion Sensors 1 Set Security Equipment Access Control 1 Set Cctv (4 Cameras, 1 Dvr) With Monitor And 1 Tb Hard Drive 2 Units Clamp-on Meter 1 Unit Insulation Resistance Tester 10 Pcs Entrance Cap Size 3/4 1 Unit Labeling Machine 1 Unit Fire Extinguisher Kgs Abc 10 Pcs Rsc/imc Size ½ 10 Pcs Entrance Cap Size ½ 20 Pairs Locknut & Bushing Size ½ 5 Pcs Ground Fault Current Interrupting Device (gfci) 100 Pcs 3/16’ X 1” Metal Screw 50 Pcs Conduit Strap/clamp Size ½ 15 Pcs Plywood Size ¾ 5 Pcs Floor Outlet 25 Pcs Working Gloves 5 Pairs Safety Shoes 10 Pcs. Hard Hat 10 Pcs Safety Goggles 3 Boxes Wire Awg #12, (3.5mm2 4 Boxes Wire Awg #14(2.0mm2) 15 Rolls Electrical Tape Big 400 Pcs Wood Screw ½” X 8 25 Pcs Receptacle Size “4” Flush Type 15 Pcs Locknut & Bushing Size 3/4 40 Pcs Incandescent Bulb 50 W/ 250v Ac 10 Sets Convenient Outlet C.o. (grounding Type) 40 Pcs Pvc Square Box, 4 X 4 280 Mtrs Flexible Conduit ½” 50 Pcs. Pvc Conduit/pipe ½, 65 Pcs Junction Box Pvc 65 Pcs Utility Box 100 Pcs Connectors Pvc, ½ 20 Pcs Connectors Pvc, ¾ 20 Pcs Connectors Rsc, ¾ 20 Pcs Elbow Pvc ½ 20 Pcs Elbow Pvc ¾ 20 Pcs Elbow Rsc ½ 20 Pcs Elbow Rsc ¾ 2 Pcs Panel Board 6 Branches 20 Pcs. 3 Way Switch With Plate And Cover 10 Pcs. Switch (single Pole With Plate And Cover) 10 Pcs Flush Type Switch (2 Gang W/ Plate And Cover) 5 Pcs Circuit Breaker 50 Amperes (plug In Type) 5 Pcs Circuit Breaker 30 Amperes (plug In Type) 5 Pcs Circuit Breaker 20 Amperes (plug In Type) 5 Pcs Circuit Breaker 15 Amperes (plug In Type) 5 Pcs. Pvc Conduit/pipe Size 3/4
Closing Date3 Mar 2025
Tender AmountPHP 450 K (USD 7.7 K)
City Of San Pedro Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
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. 2025-01-0043 1. The City Government Of San Pedro, Laguna Through The 2024 Budget Approved By The Sangguniang Panlungsod Intends To Apply The Sum Of Php 2,499,967.00 Being The Approved Budget Contract (abc) To Payments Under The Contract For Supply And Delivery Of Various Office Device 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 Cctv Specification: -tp Link Vigi C540-w 4mp 4mm Full-color Wifi Pt (pan & Tilt) Network Camera 28 Unit Label Printer Specification: -pt -d610bt Bundled With Tape Tze231v2 1 Unit Wireless Microphone Features: -aluminum Panel With Extra Large Led Display Indicates The System System Volume, Battery, A/b Signal Switching Of Diversity Channel, Work Frequency, Receiving Distance And The System Locked Key, Etc. -wireless Synchronization Of Transmitters Via Infrared Interface. -automatic Scan Frequency Feature Searches Available Frequencies. Specification: -frequency Range: Uhf 500-900 Mhz -channels Number: Dual Channel -frequency Quantity: 2x100 -power Supply: 12v Dc/1000ma -af Output Impedance: 600 Ohms -receiver Principle: True Diversity -dimensions: Approx 480x190x45mm (including Mounting Rack) 115 Unit Ecotank Printer Specification: -printer Type: Print, Scan, Copy, Fax With Adf -print Method: On-demand Inkjet (piezoelectric) -printer Language: Esc/p-r, Esc P Raster -nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 -nozzles Per Color (cyan, Magenta, Yellow) -maximum Resolution: 5760 X 1440 Dpi -draft A4 (black /colour): Up To 33 Ppm / 15 Ppm*2 -scanner Type: Flatbed Colour Image Scanner -sensor Type: Cis -optical Resolution: 1200 X 2400 Dpi -maximum Scan Area: 216 X 297 Mm -scanner Type: Flatbed Colour Image Scanner -scan Speed (flatbed/ Adf (simplex): 200 Dpi, Black:12 Sec/ Up To 4.5 Ipm -copying: Maximum Copies From Standalone: 99 Copies -maximum Copy Resolution: 600 X 600 Dpi -type Of Fax: Walk-up Black-and White And Colour Fax Capability -fax Speed (data Transfer Rate): Up To 33.6 Kbps, Approx. 3 Sec/ Page -fax Resolution: Up To 200 X 200 Dpi -interface: Usb: Usb 2.0 -network: Ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct -network Protocol: Tcp/ipv4, Tcp/ipv6 -network Management Protocols: Snmp, Http, Dhcp Mdns, Slp, Bootp, Apipa, Ping, Ddns, Mdns, Slp, Wsd, Lltd, -operating System Compatability: Windows Xp/ Xp Professional/ Vista/ 7/ 8/ 8.1/ 10 Windows Server 2003/ 2008/ 2012/ 2016/ 2019 Only Printing Functions Are Supported For Windows Server Os Mac Os X 10.6.8 Later 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
Closing Date20 Feb 2025
Tender AmountPHP 2.4 Million (USD 43.2 K)
DEFENSE HEALTH AGENCY DHA USA Tender
Others
United States
Details: ***request For Information Only - Looking For Sources *** Location Of Work Is Natick, Ma. Lecture Hall And Lobby Audio/visual (a/v) Refreshmarket Survey Request: This Is A Request For Information Only For Market Research And Planning Purposes Only, As Defined In Far 15.201(e). This Is Not A Solicitation Or Request For Competitive Proposals. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. It Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For The Information Solicited. No Solicitation Document Exists Or Is Guaranteed To Be Issued As A Result Of This Notice. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted, And The Government Will Not Reimburse Respondents For Preparation Of The Response. Response To This Notice Is Strictly Voluntary And Will Not Affect Future Ability To Submit An Offer If A Solicitation Is Released. There Is No Bid Package Or Solicitation Document Associated With This Announcement. Background: The United States Army Medical Research Institute Of Environmental Medicine (usariem) Is Requiring A Microsoft Teams Supported Solution (logitech Preferred To Align With Other Conference Room Spaces) For Both Their Lecture Hall And Their Building Lobby Area. Requirement: Desired Outcomes For Usariem Lecture Hall And Lobby Audio / Visual (a/v) Refresh: Note: Simplicity And Stability In This Design Is Important. Also, As-is Drawing Of Current System Connectivity (as Provided By Installer Who Put It Together) Is Available. 1.) Lecture Hall: Remove:(all Removed Items Must Be Retained By Usariem For Proper Turn In And Disposal). All Existing Cisco Codec And Associated Peripherals That Will Not Be Reused In This Design A. Projector B. Projector Ceiling Mount. Keep: A. Existing Ceiling Mounted Bose Speakers B. Existing Podium (unless Theres A Reason To Remove And Replace With A Better Solution) C. Existing Side Wall Mounted Camera To View The Presenter On Stage (unless Theres A Reason To Remove And Replace With A Better Solution). Install: A. New Ms-teams Native Solution Installed (logitech Preferred To Align With Other Conference Room Spaces) B. In-ceiling Microphones Throughout The Room C. Display Wall To Support High Resolution Images Clearly Visible From All Angles Of The Room D. Expected Dimensions: 12ft Wide By About 7ft High (16:9 Width To Height Ratio) Desired End State Of Lecture Hall: A. High Quality Display Easily Viewable From Any Seat In The Room In Any Lighting Condition The Room Provides (lights All On Or Partial On-off). B. Ms Teams Supported Solution To Allow Easy Integration. C. Ability To Use A Laptop That Plugs Into The Room Via A Single Usb-c Connection And Provides Audio (output From Laptop As Well As Microphone Input To Laptop) As Well As Video Output To A Large Display To Be Procured And Installed As A Part Of This Contract. D. Ability To Use The In-room Audio (podium Microphone And In-room Speakers) And A Means To Turn Up/down Volume Levels Via Some Simple And Obvious Interface Available To The Presenter. E. Microphones That Can Pick Up Audio From All Throughout The Room, Not Just At The Podium For The Presenter. 2.) Lobby: (simplicity And Reliability Are The Most Important Factors For This Design). Remove: (note: Electronics Items To Be Retained By Usariem For Proper Turn In And Disposal). A. Two Existing Wall Mounted Tvs. Keep: A. Not Applicable. Install: A. Two Tvs Mounted On Right Wall When Entering The Building (wall 190 Inches H X 94 Inches W). B. One Vertical Display Which Will Be Used For Digital Signage ? Expected Dimensions: 5ft Tall By About 3ft Wide (16:9 Ratio). C. One Horizontal Display Which Will Be Used To Display Both Interactive And Non-interactive Content: Expected Dimensions: 60-inch Display, Likely Approx. 53-inch X 30-inch. D. Horizontal Display Will Be Slight Right Of The Center Of Overall Wall. E. Vertical Display Will Be Centered Between Left Wall And Horizontal Display F. Mechanism To Update Content On Both Displays. G. Displays Will Have Frames Around Them Desired End State Of Lobby: A. Two Displays That Are Easily Updated Either Through Network Connected Software Or Usb (back-up If Only Option). B. Network Setup Should Not Include Any Type Of Media Server If Going That Route. Submittals: Summaries Of The Services As Listed Above Shall Be No More Than Five (5) Pages In Length (1 Side Of 1 Sheet Of Paper Counts As A Page) And Shall Describe Service Capabilities In Each Of These Areas. Interested Parties Shall Provide Their Business Size Status Based Upon Naics Code 238210, Electrical Contractors, And Other Wiring Installation Contractors, With A Small Business Size Standard Of $19m, And Their Cage Code As Registered At Sam.gov. Interested Parties May Include Brochure Information (if Appropriate) With The Summary Package By The Governments Requested Date Of Submittal Of 07 January 2025, 11:00am Eastern Standard Time (est). Interested Parties Shall Submit Information In Response To This Rfi To: Jennifer.s.bassett.civ@health.mil. Responses Shall Be Submitted And Received Via Email No Later Than Two O-clock Post Meridian Eastern Standard Time (2:00pm Est) Tuesday 07 January 2025. Documents Shall Be Electronic In Microsoft Word, Excel, Power Point, And Or Adobe Portable Document Format (pdf) And Provided As Attachments To The Email. No Telephonic Responses To This Rfi Will Be Considered. Questions Concerning This Request For Information (rfi) May Be Addressed By Contacting: Jennifer.s.bassett.civ@health.mil. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. Responses To This Rfi Are Not Offers For A Contract And Will Not Be Used By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. Vendors Having The Services That They Believe Would Be Suitable For Operations As Described Herein Shall Submit All Supporting Documentation Requested By This Rfi To The Point Of Contact (poc) Noted Above. Please Provide Information On Your Organization In The Following Areas: 1. Company Name, Address And Single Point Of Contact With Name, Title, Telephone Number And E-mail Address. 2. Duns Number And Cage Code 3. Confirmation Of Current Active Registration In System For Award Management (sam) 4. Primary Naics Code(s) And Business Size (i.e., Small/large) 5. Gsa Schedule, If Available 6. Commercial Price List, If Gsa Schedule Is Not Available 7. Product Specific Brochures Literature. Provisions And Clauses: 52.215-3 Request For Information Or Solicitation For Planning Purposes. Request For Information For Planning Purposes (oct 1997)(a) The Government Does Not Intend To Award A Contract On The Basis Of This Solicitation Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsection 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation. (b) Although Proposal And Offeror Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. (c) This Request For Information (rfi) Is Issued For The Purpose Of Lecture Hall And Lobby Audio / Visual (a/v) Refresh. (end Of Provision)
Closing Date7 Jan 2025
Tender AmountRefer Documents
Civil Aviation Authority Of The Philippines - CAAP Tender
Others
Philippines
Details: Description January 20, 2025 Request For Quotation The Civil Aviation Authority Of The Philippines (caap D.z.r. (tacloban) Airport), Through Its Canvass And Contract Committee (ccc), Will Undertake A Shopping For The “procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects” In Accordance With Section 52.1 (b) Of The Implementing Rules And Regulations Of Republic Act No. 9184. Rfq No. : C25-01-001 Name Of Project : Procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects Approved Budget For Contract : P471,926.23 Terms : See The Attached Annex “a” For Terms Of Reference And Corresponding Specifications Location : Caap D.z.r. (tacloban) Airport, Tacloban, City Delivery Term : Twenty-five (25) Calendar Days From The Receipt Of Notice For Compliance Delivery Time : 8:00 Am-4:00 Pm (working Days) Interested Suppliers/bidders Are Required To Submit Their Valid And Current Documents Which Must Be Properly Fastened And Sealed In An Envelope: 1. Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; 2. Philgeps Certificate Of Registration; 3. Price Quotation Form (annex “a”) Completely And Properly Filled Up Including Letterhead, Date, Unit Price, Etc. Incomplete Or Patently Insufficient Price Quotation Form May Be A Ground To Disqualify Bidder. 4. Brochure If Applicable. Submission Of Quotations Must Be Made At This Office On Or Before The Opening Of Quotations Scheduled On January 28, 2025 At 1:30 Pm, At The Caap, D.z.r. Airport Conference Room. The Winning Supplier Shall- Upon Claiming Of The Contract- Present The Original Copy Of The Documents Listed Above For Comparison, Or Submit A Certified True Copy Of The Original Document Which Must Be Certified By The Issuing Government Agency. However, The Original Copy Of The Omnibus Sworn Statement, Price Quotation Form, And Brochure Must Be Included In The Sealed Bid. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. Award Of Contract Shall Be Made To The Lowest Quotation, Which Complies With The Minimum Description As Stated Above And Other Terms And Conditions Stated In The Price Quotation Form. In Case Two Or, More Bidders Are Determined To Have Submitted The Lowest Calculated/lowest Calculated And Responsive Quotation, Caap-ccc 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. The Caap-tac Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative/s. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Caap Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damaged Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Ms. Yvette S. Separa Ccc-chairperson (attached Company Letterhead) Annex “a” Price Quotation Form Date: ________________________ The Chairperson Canvass And Contract Committee Civil Aviation Authority Of The Philippines D.z.r. Airport, Tacloban City Sir: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Description Procurement Of Office Supplies For Pmo-caap/dotr (project Management Expense – Office Supplies) At Tacloban Airport Of Dotr Downloaded Projects Item No. Specification Qty Unit Unit Price Total Price 1 Laptop With Cad Software, Civil Engineering Design And Documentation Software, 3d Structural Analysis And Design Software; Cpu: Intel ® Core™ I9 13th Gen / Ryzen 9 7000series, Memory: 16gb Ddr5, Dedicated Gfx: Nvidia Geforce Rtx3060, Storage: 2tb Pcie Ssd (built-in), Screen Size: 15.6", Resolution: Fullhd 1920x1080 (panel: Ips), Refresh Rate: 144hz, Os: Latest Edition Windows Os With Wireless Mouse And Laptop Bag. 3 Units 2 64 Gb Usb 3.0 And Micro-usb Otg Dual Flash Drive Up To 150mb/s Read Speed. 3 Pcs 3 1 Tb Portable External Memory 3 Pcs 4 Cellular Phone W/ Internet Access And Main Camera Of At Least 64 Mp, F/1.9, 26mm (wide), 1/1.72", 0.8pm, Pdaf For Communications And Collection Of Progress Photos. 1 5 Cellphone Prepaid Load 24 Months 6 A3 Printer W/ Scanner (epson L15150) 1 Unit 7 Scientific Calculator 3 Pcs 8 A3 Size Bond Paper 20 Reams 9 Paper Clips 50mm 20 Boxes 10 Binder Clips (19mm & 50mm) 20 Boxes 11 Fastener Clips (plastic) 10 Boxes 12 Puncher (2 Holes) 2 Pcs 13 Stapler #35 2 Pcs 14 Staple Wire #35 8 Boxes 15 Brown Envelope (short) 100 Pcs 16 Expandable Brown Envelope 100 Pcs 17 Folder (short) 100 Pcs 18 Folder (long) 100 Pcs 19 Stabilo Asstd. 5 Colors 50 Pcs 20 Permanent Marker 20 Pcs 21 Self Stick Note Pad 3x3 25 Pads 22 Sign Pen (red, Black, Blue) 30 Pcs 23 Pencil 12/box 2 Boxes 24 Pencil Eraser 5 Pcs 25 File Box 10 Pcs 26 Correction Tape 5 Pcs 27 Paper Glue (130 Grams) 2 Bottles 28 Steel Tape (5m) 3 Pcs 29 Clear Utility Tape (24mm X 30m) 10 Pcs 30 Heavy Duty Packaging Tape (100m) 10 Rolls 31 Tape Dispenser 1 Pc 32 Printer Ink Black (epson #008) 8 Cart 33 Printer Ink Cyan (epson #008) 8 Cart 34 Printer Ink Magenta (epson #008) 8 Cart 35 Printer Ink Yellow (epson #008) 8 Cart The Above-quoted Unit Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ___________________________________ Name And Signature Of Representative ___________________________________ Position ___________________________________ Name Of Company ___________________________________ Contact No. ___________________________________ Email Address
Closing Date28 Jan 2025
Tender AmountPHP 471.9 K (USD 8 K)
City Of San Pedro Tender
Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines City Of San Pedro Province Of Laguna City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Pr No. 2025-01-0063 1.the City Government Of San Pedro, Laguna Through The 2025 Budget Approved By The Sangguniang Panlungsod Intends To Apply The Sum Of Php 2,429,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Various Rescue Equipment And Supplies, Office Equipment, Furniture & Fixtures, And Other Supplies And Materials For Official Use Of Bfp San Pedro Fire Station. 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 2 Unit Rescue Boat (hard Plastic, Detachable) Net Weight: 68kg, Seat Limit: 4-6 People, Load Bearing: 400kg Length: 3.33 Meters 1 Unit 2hp Window Type Aircon 6 Pcs Tablet 10.4 Inch 6gb/128 Gb 4 Set Firefighting Personal Protection Equipment (helmet-color Yellow, Trouser, Firecoat, Fireboots) 1 Unit Drone (weight: 595g) Max Flight Distance: 18.5km Max Speed: 67.5km/h Max Flight: 31min. Video: 5.4k Photo: 20mp Production 2 Unit Laptop Window 11 Home Single Language 64-bit Intel Core Tm I5 - 12500h Processor Dodeca-core 2.50 Ghz Nvidia Geforce Rtx Tm 3050 With 4 Gb Dedicated Memory 39.6 Cm (15.6") Full Hd (1920x1080) 16:9 144 Hz, 8gb, Ddr4 Sdram, 512 Gb Ssd 1 Pc Hero 13 Black Dive Bundle 64gb/128gb Tiny Mighty Action Camera 8 Pc Office Table With Drawer (computer Desk Office Table , White, L-100cm W-50cm H 74.5 Cm) 5 Pairs Booties For Water Rescue Size 8 2pcs. , Size 9 2pcs. And Size 10 1 Pc. 10 Pc Chairs (ergonomic Office Chair, W/o Wheels) 2 Pc Water Rescue Rope (50 Meters) 3 Pc Rescue 8 Decender 40 Kn 5 Pc Manual Lacking Steel Carabiner 1 Pc Static Rescue 11mm/200 Meters 5 Pc Rescue Helmet (hard Hat) 1 Pc Basket Stretcher 5 Pc Rope Rescue Gloves 5 Pc Standard Rescue Pulley 1 Pc Single Sheave Prusik Pulley 1 Pc Knot Passing Pulley 1 Pc Tandem Pulley 1 Set Fiberglass Extension Ladder 28ft (fiberglass Industrial Extension Ladder 28ft To 32ft) 3 Pc Respirator Mask 3m Mask 7 In 1 6200 Gas Mask Half Face Safety Respirator Mask Breathing Valve Mask Filter Dust Chemical Painting Anti-pesticide Formaldehyde Decoration ) 6 Pair Padded Gloves Pairs For Overhauling/ Extricating Gloves 5 Pc Led Flashlights For Headgears (super Bright Led Flashlight Xml T8 Waterproof Rechargeable Flashlight, Three Lighting Modes) 1 Roll Extension Wire 50 Meters Hd 1 Unit Chain Saw Delivery Of The Goods/services Is Required Within Sixty Calendar (60) 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. 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 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. 4.interested Bidders May Obtain Further Information From City Government Of San Pedro, Laguna And Inspect The Bidding Documents At The Address Given Below During 8:30am To 9:30 Am Only. Office Of The Bac Secretariat 4/f Conference Rm. City Administrator’s Office, City Hall Bldg., San Pedro, Laguna A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On The Date, Time And Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. Issuance Of Eligibility And Bidding Documents: January 28, 2025 To February 17, 2025 8:30am – 9:30am Bac Secretariat 4/f Conference Rm. 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 17, 2025 10:00 Am Bac Secretariat 4/f Conference Rm. City Administrator’s Office City Hall Bldg., San Pedro, Laguna Pre-bid Conference: February 5, 2025 10:00am 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 The 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. 847.1722 Atty. Henry B. Salazar Chairman City Bids And Awards Committee
Closing Date17 Feb 2025
Tender AmountPHP 2.4 Million (USD 41.9 K)
Department Of Environment And Natural Resources - DENR Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description "1. The Department Of Environment And Natural Resources Region Iii, Through The Government Appropriation Act Intends To Apply The Sum Of Php368,900.00 Being The Approved Budget For The Contract (abc) To Payments Under The “procurement Of Information Technology Supplies & Equipment"" 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 Information Technology Supplies & Equipment"" Of The Following:" Item No. Description Quantity Unit 1 "all In Printer Print Speed Of Up To 25.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet" 1 Piece 2 "gis Laptop With A Processor 14th Generation Intel® Core™ I7-14650hx Processor (e-cores Up To 3.70 Ghz P-cores Up To 5.20 Ghz)operating System Windows 11 Home 64 Singlelanguage Graphic Card Nvidia® Geforce Rtx™ 4060 Laptop Gpu 8gbgddr6memory 16 Gb Ddr5-5600mhz (sodimm)storage 512 Gb Ssd M.22280 Pcie Gen4 Tlcdisplay 16"" Wqxga (2560 X 1600), Ips, Anti-glare, Non-touch, Hdr 400, 100%dci-p3, 500 Nits, 240hz, Low Blue Light Camera 1080p Fhd With Dual Microphone Battery4 Cell Li-polymer 80wh, Us Keyboard White Backlit, Black - English Wlan Wi-fi 6e 2x2 Ax & Bluetooth® 5.1 Or Above (branded)" 1 Unit 3 "laptop Computer: Specifications: Os: Windows 11 Home Processor: Amd Ryzen™ 7 7435hs Mobile Processor 3.1ghz Graphics: Amd Radeon™ Rx 7600s, Up To 95w Display: 16-inch, Fhd+ 16:10 (1920 X 1200, Wuxga) Memory/storage: Atleast 512gb Pcie® 4.0 Nvme Ssd, And 8gb Ddr5 Ram, (branded)" 1 Unit 4 "desktop Computer: Specifications: Processor: Core I5 (12th Generation And Above) Integratred Graphics Card Ram: 8gb Storage: Atleast 512gb Nvme Ssd Display: 23.8"", 1920x1080 Screen Resolution Ms Office Windows 11 Home Mouse & Keyboard Combo (branded)" 1 Unit 5 "ups 600w Capacity, Frequency Range: 60 Hz Freq. Range (batt. Mode): 60 Hz ± 1 Hz, Transfer Time: Typical 4-8 Ms Waveform (batt. Mode): Simulated Sine Wave Back-up Runtime: 10-15 Mins, Voltage: 220 Vac, Voltage Range: 162-270 Vac" 5 Units 6 2 Tb External Ssd Interface Usb Type Usb Type-a/ Usb Type-c Connection Interface Usb 10gbps Storage Flash Type 3d Nand Flash Capacity 1 Tb 2 Tb Operating Environment Operating, Operating Voltage 5v±5% Performance Read Speed (max.) Up To 1,050 Mb/s Write Speed (max.) Up To 950 Mb/s 2 Pieces 7 "128gb Ultra Dual Drive Go Usb Type-c Flash Drive Capacities: 128 Gb Interface : Superspeed Usb 3.,0(backward Compatible With Usb 2.0) Usb Interface (type A) Windows Vista™, Windows® 7, Windows® 8, 8.1 And 10 Or Mac Os X 10.6.6/10.7/ 10.8/ 10.9" 2 Pieces For Official Use Of Manila Bay Site Coordinating And Management Office "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. Procurement 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 Quotation For Each Item Separately, And Award Will Be Made To The Quotation Or Combination Of Quotations Resulting In The Overall Lowest Cost. 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 Three (3) 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 Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “procurement Of Information Technology Supplies & Equipment”." "9. 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) Certificate Of Philgeps Registration" Laudemir S. Salac Rbac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 368.9 K (USD 6.3 K)
5901-5910 of 6000 archived Tenders