Cctv Tenders
Cctv Tenders
Municipality Of Kauswagan, Lanao Del Norte Tender
Telecommunication Services
Philippines
Details: Description Qty Unit Item Description 1 Unit Fiber Optic Patch Panel (for Mdf) Premium Line 19” Fiber Optic Patch Panel, Main Body, Black 1 Pc Premium Line Splice Cassette Fro 12-port, Gray 2 Pcs Premium Line Fiber Optic 12 Pack Pigtail Sc-upc, Sm 9/125um, 0.9mm, Pvc, 1m 2 Pcs Premium Line 8 Port Sc, Adapter Panel, Simplex, Sm, Fully Loaded, Black 3 Pcs 1 Unit Rg-nbr6215-e (router) 8x10/100/1000 Base-t Ports, 1x100/1000 Base-x Port, 1x10gb Base-x Port, 2usb Ports And 1 Console Port; 1500 Recommended Concurrent Clients, 2.5 Gbps Maximum Throughput; Suport Ruijie Cloud App And Platform Manegement 1 Unit Rg-nbr-hdd-1t (1tb Hdd) 1 Unit Rg-nbf5200m-8fs16gt4xs (e-lighten Pon L3 Switch) Passive Optical Networking Support Core Switch + Olt 2 In 1 For Flexible Networking 10g Uplink 6kv Surge Protection Reducing The Risk Of Port Damage Free Layer 3 Cloud Management 8 Units Om-ge-sfp-10km-sm1490 (gigabit Pon Transceiver) 1x32 Split 2 Pcs Xg-sfp-aoc1m (uplink Cable) 10gbase Sfp+optical Stack Cable (included Both Side Transceiver) 1 Meter 4 Pcs Premium Line Sc/upc-sc/upc Duplex Single Mode, 9/125 Patch Cord 3 M, 3.0mm, Lsoh (pon Transceiver To Foc Patch Panel) 1 Unit 3kva Online Ups Rack Mounted (mp Rt 3ks) 1 Assembly Foc Splicing Dome Premium Line Fiber Optic Dome Type Splice Enclosure, 2 In – 2 Out, 24 Core, Black 1 Set Protection Sleeve For Optic Fiber Fusion Splice 24 Pcs Banding Band Banding Buckle 8 Assembly Node Box (distribution Post) Era-d500 Cctv Box (500 X 400 X 180cm) Banding Band Banding Buckle 8 Assembly Fiber Ftth Box (8 Ports) Premium Line Ftth Distribution Box, 8 Ports, Sc Simplex Type, Without Adapters 1 Pc Premium Line Fiber Optic Pigtail Sc-upc, Sm 9/125um, Lsoh, 1m 8 Pcs Premium Line Sc/pc Simplex Sm Adapter, Zirconia Ceramic Sleeve, Blue 8 Pcs 8 Units Rg-spl2016-sc (16 Pon Splitter) 2 Points 16 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 1 Pc Premium Line Sc/upc-sc/upc Simplex Single Mode, 9/125 Patch Cord 2 M, 3.0mm, Lsoh (uplink From Ftth To Splitter) 8 Assembly Node Box (distribution Post) Era-d500 Cctv Box (500 X 400 X 180cm) Banding Band Banding Buckle 8 Assembly Fiber Ftth Box (16 Ports) Premium Line Ftth Distribution Box, 16 Ports, Sc Simplex Type, Without Adapters 1 Pc Premium Line Fiber Optic Pigtail Sc-upc, Sm 9/125um, 0.9mm Lsoh, 1m 16 Pcs Premium Line Sc/pc Simplex Sm Adapter, Zirconia Ceramic Sleeve, Blue 16 Pcs 8 Units Spl2016-sc (16 Pon Splitter) 2 Points 16 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 2 Units Spl2032-sc (32 Pon Splitter)2 Points 32 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 1 Lot Independent Data Back Up Stand Alone Data Supply With Hardware 4 Units Nbf2100s-8gt1sc-p (8p Wired Poe Onu) 8-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 4 Units Nbf2100s-8gt1sc-p (8p Wired Non-4poe Onu) 8-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 4 Units Nbf2100s-16gt1sc-p (8p Wired Poe Onu) 16-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 8 Assembly Data Outlet (fiber Optic Wall-mounted) Premium Line Fiber Optic Sc Duplex Faceplate 86x86 1-port Ral 1013 1pc Premium Line Category 6 90º Unshielded Shutter Slim Keystone Jack, 110 Type Whitek 1 Pc Utility Box 25 Pcs Premium Line Sc-upc-sc/upc Simplex Single Mode, 9/125 Patch Cord 2 M, 3.0mm, Lsoh (data Outlet To Onu) 4000 Meters Premium Line Fiber Optic Outdoor Aerial Ftth Drop Flat Cable W/ Two Frp Strength Member, Sm 9/125 G657a2, 2 Core, Solid Steel Wire Messenger, Lsoh, Black, 2km Reel (node Box To Home) 1 Lot Internet Bandwith Supply In Different School And Offices (1 Year) Including Back Up And Management Of Network 1 Lot Installation/commissioning/technical Expertise/transportation/mobilization And Tools/equipment/maintenance
Closing Date3 Jan 2025
Tender AmountPHP 8 Million (USD 138 K)
VILLANUEVA NATIONAL HIGH SCHOOL Tender
Furnitures and Fixtures
Philippines
Details: Description Procurement Of Office Equipment For The 1st Quarter Of Villanueva National High School Looc, Villanueva, Misamis Oriental Fund Source: Reguloar Mooe 2025 Please Contact Directly The Following ,personnel Listed Below For More Information. Venus T. Magsacay-09261155700 Irish L. Ganzan-09472055264 Note To Suppliers For Submission Of Rfq Or Canvass: 1.contact Directly The School Concern.please See Above For Contact Numbers. 2.request Of Price Quotation (rfq) Must Be Submitted To The School Concern (hardcopy) Or Email To The Given Email Address Above On Or Before The Closing Date Of Posting. 3.rfq Can Be Donwloaded At The Associated Components Of This Posting. 4.late Submission Of Rfq Will Not Be Accepeted. Item No: Qty. Unit Of Issue Item Description Estimated Cost Total Cost 1 140 Ream Paper,multipurpose (copy) A4,70 Gsm 195.00 27,300.00 2 20 Ream Paper,multipurpose (copy) Legal,70 Gsm 220.00 4,400.00 3 80 Pack Detergent Powder, All Purpose, 1kg 130.00 10,400.00 4 900 Box Floor Wax, Paste, Red 28.00 25,200.00 5 1 Box Premium Latex Gloves 500.00 500.00 6 10 Box Fastener, Metal, 70 Mm Between Prongs 95.00 950.00 7 2 Pieces Philippine National Flag, 100% Polyester 320.00 640.00 8 75 Pieces Signpen,black, Liquid/gel Ink, 0.5 Mm Needle Tip 35.00 2,625.00 9 75 Pieces Signpen,red, Liquid/gel Ink, 0.5 Mm Needle Tip 35.00 2,625.00 10 1 Box Ballpen (black) 500.00 500.00 11 10 Pack Photo Paper 60.00 600.00 12 20 Pack Special Paper 65.00 1,300.00 13 50 Pack Stick Glue 30.00 1,500.00 14 5 Pieces Glue Gun, Big 260.00 1,300.00 15 1 Piece Long Arm Stapler 550.00 550.00 16 2 Units Cctv Camera, Complete Set With Installation 20,000.00 40,000.00 17 3 Units Printer 3 In 1 Legal 16,500.00 49,500.00 18 2,000 Pieces Personalized Medals 120.00 240,000.00 19 300 Pieces Special Medals 120.00 36,000.00 20 400 Pieces Ordinary Medals 35.00 14,000.00 21 10 Pieces Plaque 1,000.00 10,000.00 22 20 Pack Ribonnette 200.00 4,000.00 23 20 Pack Robonnette "3" 220.00 4,400.00 24 90 Pieces Correction Tape, Film Base Type, Ul 6m Min 28.00 2,520.00 Total 480,810.00
Closing Date21 Jan 2025
Tender AmountPHP 480.8 K (USD 8.2 K)
TESDA PROVINCIAL TRAINING CENTER LIPA CITY, BATANGAS Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description Spirit Level 5 Pcs Hack Saw 5 Pcs Pipe Cutter 5 Pcs Pipe Reamer 5 Pcs Pipe Threader 5 Pcs Pipe Bender 5 Pcs Bolt Cutter 5 Pcs Ball Hammer 5 Pcs Electrician Pliers 25 Pcs Screwdrivers Set 25 Pcs Box Wrench 5 Pcs Wire Splicer 5 Pcs Wire Stripper 5 Pcs Electrician Knife 5 Pcs Tools Holster 10 Pcs Push-pull 0-5 Mtrs 5 Pcs Claw Hammer 5 Pcs Prick Punch 5 Pcs Heat Gun 1200 Watts 5 Pcs Heavy-duty Soldering Iron 5 Pcs Flat File Smooth 8” 5 Pcs #16 G.i Wire 5 Kgs Whiteboard 4 X 8 X ¾ 1 Pc Equipment Electric Drill 5 Units Portable Grinder 5 Units Multi-tester 5 Units Fire Alarm System (5units Detector, 1 Control Panel) 1 Set Motion Sensors 3 Sets Security Equipment Access Control 1 Sets Cctv (4 Cameras, 1 Dvr) 1 Sets Clamp-on Meter 5 Units Insulation Resistance Tester 1 Unit Earth Resistance Tester 1 Unit Labeling Machine 1 Unit Materials Rsc/imc 25 Pcs Entrance Cap 5 Pcs Locknut & Bushing 50 Pcs Ground Fault Current Interrupting Device (gfci) 5 Pcs 3/16’ X 1” Metal Screw 100 Pcs Conduit Strap/clamp 50 Pcs Wiring Boards, ¾ Ft. X 4 Ft. X 8 Ft. 5 Sets Floor Outlet 10 Pcs Working Gloves 25 Pcs Safety Shoes 10 Pairs Hard Hat 10 Pcs Safety Goggles 10 Pcs Wire Awg #12, (3.5mm2) 5 Boxes Wire Awg #14(2.0mm2) 5 Boxes Electrical Tape 5 Rolls Wood Screw ½” X 8 1 Box Receptacle Surface Type 25 Pcs Receptacle Flush Type 25 Pcs Incandescent Bulb 50 W/ 250v Ac 25 Pcs Convenient Outlet C.o. (grounding Type,/flush Type) 2 Gang W/ Plate And Cover 25 Sets Pvc Square Box, 4 X 4 10 Pcs Flexible Conduit ½”, ¾ 25 Mtrs Pvc Conduit ½, ¾ 10 Pcs Junction Box Pvc 25 Pcs Utility Box 25 Pcs Connectors Pvc, ½ 50 Pcs Connectors Pvc, ¾ 50 Pcs Connectors Rsc, ¾ 50 Pcs Elbow Pvc ½ 20 Pcs Elbow Pvc ¾ 20 Pcs Elbow Rsc ½ 20 Pcs Elbow Rsc ¾ 20 Pcs Panel Board With 70 Amp Main And 4 Branch Ckt. 20 Amps, 2 Pcs. 15 Amps, 2 Pcs. 5 Sets Switch (3 Way With Plate And Cover) 10 Pcs Switch (single Pole With Plate And Cover) 10 Pcs
Closing Date23 Jan 2025
Tender AmountPHP 394.9 K (USD 6.7 K)
The City Government Of Baguio Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Various Materials For Smart City Command Center 15,500,000.00 22 Unit 16 Port Poe Switch - 16 Port Poe Switch - Cpu Core Count 1 Cpu Nominal Frequency 800 Mhz Size Of Ram 256 Mb Storage Size 16 Mb Storage Type Flash Mtbf Approximately 200'000 Hours At 25c Cooling Type Passive Poe-out Ports Ether1-ether16 Poe Out 802.3af/at Max Out Per Port Output (input 18-30 V) 1.1 A Max Out Per Port Output (input 30-57 V) 0.6 A Max Total Out (a) 2.8a (18v-30v) & 1.4a (48v-57v) X2 10/100/1000 Ethernet Ports 16 Number Of 1g Ethernet Ports With Poe-out 16 Sfp+ Ports 2 Certification Ce, Eac, Rohs Ip Ip54 Warranty :1 Year 88 Unit Adjustable Stainless Steel Strapping Band - Adjustable Stainless Steel Strapping Band - Material: Stainless Steel 304 Width: 1/2 Inch Thickness: 0.5 Mm Length: 30 Meters 44 Unit Cable Loop Holder - Cable Loop Holder - Galvanized Steel Pole Mountable 4 Branches At Least 400mmx400mm 1 Box Cat6 Utp Pure Copper Outdoor Cable - Cat6 Utp Pure Copper Outdoor Cable - Cat6 Utp Pure Copper Outdoor Cable 40 Unit Cctv Channel License - Cctv Channel License - Single Anpr Camera Connection For Use With Central Software Warranty :perpetual Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 40 Unit Cctv Lpr Camera - Cctv Lpr Camera - Camera Image Sensor 1/1.8″ Progressive Scan Cmos Max. Resolution 2688 × 1520 Min. Illumination Color: 0.001 Lux @ (f1.2, Agc On) Shutter Time 1/25 S To 1/100,000 S Day & Night Ir Cut Filter Lens Focal Length & Fov 2.8-12 Mm: Horizontal: 113.5° To 39°, Vertical: 58.4° To 22.7°, Diagonal: 141.3° To 44.3° Aperture 2.8-12 Mm: F1.38, 8-32 Mm: F1.7, 10-50 Mm: F1.7 Illuminator Built-in Supplement Light Type Ir Light Built-in Supplement Light Range Up To 40 M Ir Wavelength 850 Nm Video Main Stream 50 Hz: 25 Fps (2688 × 1520, 1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) 60 Hz: 30 Fps (2688 × 1520, 1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) Sub-stream 50 Hz: 25 Fps (1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) 60 Hz: 30 Fps (1920 × 1080, 1280 × 760, 704 × 576, 352 × 288) Video Compression H.264 And H.265 Encoding Main Stream: H.265/h.264/mjpeg Sub-stream: H.265/h.264/mjpeg Video Bit Rate 32 Kbps To 16 Mbps Protocols Tcp/ip,icmp,http,https,ftp,sftp,dhcp,dns,ddns,rtp,rtsp,rtcp,ntp,smtp,snmp,igmp,qos,ipv4/ipv6,udp,ssl/tls,isup,arp,802.1x Simultaneous Live View Up To 6 Channels Road Traffic And Vehicle Detection Coverage Up To 3 Lane(s) Smart Function Traffic Flow Detection:average Speed, Traffic Flow, Queuing Length, And Traffic Status Incident Detection: Congestion, Stopped Vehicle, Lane Change, Wrong-way Driving, Speeding, Low-speed Driving Capture Speed Range 5 To 120 Km/h Blocklist And Allowlist Max. 50000 Records Warranty :2 Years Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 5 Unit Cctv Nvr - Cctv Nvr - Supports Redundant Power Supply To Improve The System Stability Supports Hdd Hot Swap With Raid0, Raid1, Raid5, Raid 6, And Raid10 Storage Scheme Configurable. Either Normal Or Hot Spare Working Mode Is Configurable To Constitute An N+1 Hot Spare System. Supports Some Specialist Cameras, Including People Counting Camera/anpr (automatic Number Plate Recognition) Camera/fisheye Camera Supports Video Analytic Functions Such As Vehicle Detection, License Plate Recognition --video & Audio Input -ip Video Input 128-ch -incoming/outgoing Bandwidth 576 Mbps/512 Mbps -incoming/outgoing Bandwidth (raid Mode) 576 Mbps/512 Mbps -tls Outgoing Bandwidth 128 Mbps, Or 64 Mbps (when Raid Is Enabled) --video & Audio Output -protocol Hikvision, Acti, Arecont, Axis, Bosch, Brickcom, Canon, Hunt, Onvif (version 2.5), Panasonic, Pelco, Rtsp, Samsung, Sony, Vivotek, Zavio --video & Audio Output -hdmi Output Two Independent Hdmi Outputs Of 4k Resolution. Resolution: 4k (4096 × 2160), 4k (3840 × 2160)/30hz, 2k (2560 × 1440)/60hz, 1080p (1920 × 1080)/60hz, Uxga (1600 × 1200)/60hz, Sxga (1280 × 1024)/60hz, 720p (1280 × 720)/60hz, Xga (1024 × 768)/60hz -vga Output 1-ch. Resolution: 1080p (1920 × 1080)/60hz, Uxga (1600 × 1200)/60hz, Sxga (1280 × 1024)/60hz, 720p (1280 × 720)/60hz, Xga (1024 × 768)/60hz --video & Audio Decoding -decoding Format H.265, H.265+, H.264, H.264+, Mpeg4, Mjpeg (for Hikvision Ip Camera Only) -video Resolution 32 Mp/24 Mp/12 Mp/8 Mp/7 Mp/6 Mp/5 Mp/4 Mp/3 Mp/1080p/uxga/720p/vga/4cif/dcif/2cif/cif/qcif *: 32 Mp And 24 Mp Is Only Available For Channel 1 To 4 When Ultra Hd Resolution Mode Is Enabled -synchronous Playback Up To 16 Channels -capability 1-ch@32 Mp (8160 × 3616, 30 Fps)/5-ch@8 Mp(30 Fps)/10-ch@4 Mp(30fps)/20-ch@1080p(30 Fps)/40-ch@720p(30 Fps) *: The Length Or Width Of Camera Resolution (each Track) Cannot Exceed 4096 Pixels --hdd -interface 16 Sata Interfaces Supporting Hot-plug -capacity Up To 10 Tb For Each Hdd -storage Extension 1 × Esata Interface, 2 × Mini Sas Interface (optional) --raid Raid Type Raid0, Raid1, Raid5, Raid 6, And Raid10 --network Management -protocol Ipv6, Https, Upnp, Snmp, Ntp, Sadp, Smtp, Nfs, Iscsi, Pppoe, Ddns Network Interface 4, Rj45 10m/100m/1000m Self-adaptive Ethernet Interface --external Interface -usb Interface Front Panel: 2 × Usb 2.0; Rear Panel: 2 × Usb 3.0 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 3 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) -alarm Input/output 16/8 --general -power Supply 100 To 240 Vac, 50 To 60hz, 5 A -fan Redundant Dual Ball Bearing Fan; Speed Adjustable -consumption (without Hdd) ≤ 140w -warranty :2 Years 1. Responsibility Of The Supplier 1.1 Supply And Delivery Of Ict Equipment 1.2 Inventory Of The Items Deliverd With The Following Details 1.2.1 Brand 1.2.2 Model 1.2.3 Serial Number 1.2.4 Quantity 1.3 The Bidder Must Ensure That All Components Delivered Will Be Brand New 1.4 All Equipment Provided Must Be Compatible And Working With The Cctv System As A Whole 1.5 Materials And Equipment Delivery Within 90 Days 1.6 Cctv Contractor Should Have Manufacture Authorization And Certification. 1.7 Contractor Must Have A Valid Iso 9001:2015 Certificate 1.8 All Equipment Provided Must Be Capable/compatible To Interconnect With The Existing Systems Located At The Smart City Command Center (sc3) To Be Viewable And Configurable In The Sc3. 80 Unit Cctv Nvr Surveillance Hard Drive - Designed And Built To Handle Heavy Surveillance Workloads Advanced Vibration Management Capacity 10tb Interface Sata 6 Gb/s Max. Sustained Transfer Rate Od (mb/s) 250mb/s Cache (mb) 256 Tarnish Resistant Yes Mtbf 1,500,000 Hr Warranty :2 Years 15 Set Command Center Desktop Computer - Minimum Specifications: Operating System: Microsoft Windows 11 Pro 64bit Processor: Intel Core I5 14600k Turbo Frequency 5.3ghz 14 Cores/20 Threads, 24mb Cache, Socket Lga1700 Cpu Air Cooler: Twin Tower Cpu Air Cooler, With 6x6mm Sintered Copper Heatpipes, With 2x140mm Fans Motherboard: B760 Chipset, Lga1700 Socket, Ddr5 4xdimm Matx Form Factor Ram: Ddr5 5600mhz, 32gb (dual 2x16gb) Memory Modules Gpu: Rtx 4070, 12gb Gddr6/gddr6x Ssd: 512gb Capacity R/w 560/520 Mb/s 3d Tlc Ssd 2.5 Inch Form Factor Hdd: Capacity 2tb, 7200 Rpm, 256mb Cache, 3.5 Inch Form Factor Power Supply: 1000 Watts, 80 Plus Gold Certified, Fully Modular, With 120mm Smart Hydraulic Bearing (hyb) Fan, With Active Pfc, Mtbf: >100,000 Hours Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 4 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Case: Tempered Glass Mid Tower Atx Case With At Least 3 Fans Monitor: 2 Units, 24 Inches, Resolution: Fhd 1920 X1080, Aspect Ratio:16:9, Brightness: 250cd, Color Gamut Ntsc 72%, Refresh Rate: 100hz, Response Time: 5ms(gtg), Connectivity: 1x Hdmi 1x Displayport Keyboard: Usb Connectivity, With Backlight, Rubber Dome, Usb Connectivity, Multi-key Anti-ghosting, Polling Rate: 1000hz, Cable Type: Attached, Braided, Cable Length: 5.9ft Mouse: Usb Connectivity, Optical Sensor, Mouse Button Durability: 30m L/r Click, Cable: 1.8m Tangle Free Rubber, Dpi: 12,400 Dpi Ups: Max Configurable Power (watts) 650 Watts / 1.2kva, At Least 3 Universal Socket Warranty :2 Years 2 Unit Command Center Field Laptop - Command Center Field Laptop - Intel Core I7-13700hx Processor (30 Mb Smart Cache, 2.1 Ghz Performance-core With Turbo Boost Max Technology 3.0 Up To 5.0 Ghz, Overclock Capable) 1x 16gb Of Ddr5 4800mhz System Memory, Upgradable To 32 Gb Using Two Sodimm Modules 2x 512gb Nvme Ssd; Total Of 1tb 16 Display With Ips (in-plane Switching) Technology, Wqxga 2560 X 1600, High-brightness (500 Nits) Nvidia® Geforce Rtx 4060 With 8 Gb Of Dedicated Vram Warranty :2 Years 2 Unit Command Center Printer - Command Center Printer - A3 Wi-fi Duplex All-in-one Ink Tank 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 Printer Type: Print, Scan, Copy, Fax With Adf Minimum Ink Droplet Volume: 3.8 Pl Print Direction: Bi-directional Printing Nozzle Configuration:800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 2400 Dpi Automatic 2-sided Printing: Yes (up To A3) Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm *2 Warranty :1 Year Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 5 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 Unit Command Center Video Wall Controller - Command Center Video Wall Controller - Interface Alarm In Alarm Out 8-ch Alarm Out 8-ch Alarm In Serial Interface Rs-232 (rj45) × 1, Rs-485 × 1 Usb Interface Usb 2.0 × 2 Network Interface Rj45 × 2, 10 M/100 M/1000 Mbps Self-adaptive Ethernet Interface Optic Interface × 2 100 Base-fx/1000 Base-x Supports Optoelectronic Self-adaptation Video Walls 1 Video Wall Size <= 8 Layers Per Screen 1080p × 3 Or 4k × 1.5 Layers Layers Per Screen × Output Interface(s) Split Window Yes Scene Auto-switch Delay 3s Auto-switching Plans Support 256 Auto-switching Plans Max. Input Resolution 4k Audio Encoding Format G722.1, G711u, G711a, Aac-lc Video Output Interface Type Hdmi 1.4 Video Output Interface(s) 8 Video Decoding Resolution Up To 32 Mp Warranty:2 Years 8 Unit Command Center Video Wall Display - Command Center Video Wall Display - Display Panel Diagonal Size Class 55 Measured 54.6 Resolution 3,840 X 2,160 (16:9) Brightness (typ.) 700 Nit Orientation Landscape/portrait Haze 25% Contrast Ratio (typ.) 4,000:1 Type Va Active Display Area 1,209.6 (h) X 680.4 (v) Pixel Pitch (mm) 0.315 X 0.315 Color Gamut Ntsc 72% Operation Hour 24/7 Connectivity / Sound Input Video Dp 1.2 (1), Hdmi 2.0 (3) Audio N/a Usb Usb 2.0 X 2 Tuner N/a Output Audio Stereo Mini Jack Wifi / Bt O/o External Control Rs232c (in/out), Rj45 Speaker 10w 2ch Mechanical Spec Dimension (mm / In.) With Heavy Duty Full Motion Tv Wall Mount Warranty :3 Year 44 Unit Din Rail Mount - Din Rail Mount - 35mm At Least 7.5mm Depth Aluminum 22 Unit Electrical Box Enclosure - Electrical Box Enclosure - Electricalbox Panel Box Metal Enclosure(ip66, Nema 4 & 12) 300x250x150 Mm W/ 2 Fans And Fan Filter With Pole Mount Bracket X1 Molded Case Circuit Breaker Mccb30a 220v 2 Pole Din Rail Mount Type X1 Residual Current Circuit Breaker 63a 220v With Grounding/earthing 2 Pole Din Rail Mount Type X1 Grounding Bus Bar With Insulator X1 Din Rail Mount Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 6 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 40 Roll Fiber Optic Connectivity - Fiber Optic Connectivity - Fiber Optic Connectivity 2.0 Kms 4 Core Fiber Optic Cable Maintenance Of Outside And Inside Plant Equipment To Smart City Command Center For 1 Year 1 Unit Fiber Optic Fusion Equipment - Fiber Optic Fusion Equipment - Fiber Alignment Core/cladding Motor Number 6 Motors Splicing Time 5s Heating Mode 15s, Can Be Customized According To The External Environment Fiber Type Single-mode Fiber (smf/g.652), Bif/g.657); Suitable For Single Mode, Multi-mode, Bare Fiber, Tail Fiber, Drop Cable, Jumper, Invisible Fiber Fusion; The Cladding Diameter 80-150μm Splicing Loss 0.02db(sm)、0.01db(mm)0.04db(ds/nzds) Splicing Mode Automatic Focusing Core Alignment, Conventional/high Precision Welding Splicing Way Automatic, Semi-automatic Opm Wavelength: 850nm、1300nm、1310nm、1490nm、1550nm、1625nm、980nm、1270nm、1577nm、1650nm/measurement Range: -50+26dbm Absolute Error: <0.3db (-50dbm ~+3dbm Range) Battery Capacity 7800mah Large Capacity Lithium Battery Charging Time ≤3.5; It Can Continuously Weld And Heat About 260 Cores Magnification 320x (x Or Y Axis Single Display) 200x (x And Y Axis Dual Display) Fiber Diameter Coating Diameter: 80-150μm/coating Diameter: 100-1000μm Cutting Length Coating Layer 250μm Below: 8-16mm/coating Layer 250-1000μm: 16mm Heat Shrink Tube 60mm、50mm、40mm、25mm Tensile Testing Standard 2n Display 5 Inch Tft Color Display Screen Return Loss Better Than 60 Db Product Protection Waterproof, Dustproof And Fall Proof Warranty :1 Year 44 Unit Fiber Patch Cord Single-mode 9/125 Sc/upc To Lc/upc - Fiber Patch Cord Single-mode 9/125 Sc/upc To Lc/upc - Fiber Patch Cord Single-mode 9/125 Sc/upcto Lc/upc3 Meter 44 Unit Fiber Patch Cord Single-mode Sc/upc To Sc/upc - Fiber Patch Cord Single-mode Sc/upc To Sc/upc - Fiber Patch Cord Single-mode Sc/upcto Sc/upc3 Meter 45 Unit Gigabit Rj-45 Surge Protector Arrester - Gigabit Rj-45 Surge Protector Arrester - Protects Your Ethernet Device From The Damage Of Lightning & Surge Gigabit 10/100/1000 Specification: Connectors: Rj-45 Material: Shielded Aluminum Alloy 44 Unit Grounding Bus Bar With Insulator - Grounding Bus Bar With Insulator - Grounding Bus Bar With Insulatorat Least 8 Way At Least 8x12mm² 2 Roll Grounding Cable Pure Copper Wire - Grounding Cable 4mm Pure Copper Wire Round Solid 100m Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 7 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 22 Unit Grounding Rod And Clamp Copper Plated - Grounding Rod And Clamp Copper Plated - "grounding Rod Full Set - (1pc Grounding Rod + 1 Pc Grounding Clamp) Size: Approximately 50cm Length X 0.9cm Diameter" 22 Unit Heavy Duty Surface Type Extension Outlet 4 Gang - Heavy Duty Surface Type Extension Outlet 4 Gang - Heavy Duty Surface Type Extension Outlet 4 Gang 15 Amperes Capacity/ Maximum 3,750watts 1 Lot Installation, Integrations And Configuration Of Outside Plant Equipment - Installation, Integrations And Configuration Of Outside Plant Equipment - Installation, Integrations And Configuration Of All Outside Plant Project Equipment In Outside Project Sites Outside Of The Smart City Command Center 1 Lot Installation, System Integrations And Configuration Of All Inside Plant Project Equipment - Installation, System Integrations And Configuration Of All Inside Plant Project Equipment In The Smart City Command Center Such As The Hikcentral Camera License, Integration To Existing Hikcentral Software And Integration Of Existing Cctv Cameras Into New Nvr 22 Unit Iot Box Panelbox Metal Enclosure (ip66,nema4 & 12) 500x300x200mm W/ 2 Fans And Fan Filter With Pole Mount Bracket X1 Heavy Duty Surface Type Extension Outlet 4 Gang Terminal Block Distribution 2 Input 4 Output Push-in Type 40 Unit Lpr Camera Arm Mount - Gi Pipe Extension Arm 1.5-3 Meters 40 Unit Lpr Camera Memory Card - Product Capacity Covering 128g The Storage Mediumis Tlc Particles Long Reading And Writing Times, Which Can Meet More Than 1000 Cycles Optimized For Long Time On-board Video Recording, Offering More Stable Reading And Writing Experience Operating Voltage 2.7v~3.6v Compatibility Sd 6.1 Working Life 1,000 Cycles Storage Medium Tlc Speed Class Write/read Speed 64gb:up To 35/100mb/s 128gb:up To 70/100mb/s256gb:up To 90/100mb/s Durability 10,000 Insertion/removal Cycles Uhs-i Sdr104 Type Sdxc 40 Unit Lpr Camera Vertical Pole Mount - Vertical Pole Mounting Bracket Installed On The Cross Bar Galvanized Steel Sheet And Steel Material With Surface Spray Treatment Can Be Used For New Bullet Camera Outdoor Greycolo Must Be Compatible With Cctv Camera 22 Roll Metal Flexible Conduit 1 Inch - Metal Flexible Conduit 1 Inch 30 Meters Per Roll 44 Unit Molded Case Circuit Breaker Mccb 30a - Molded Case Circuit Breaker Mccb 30a 220v 2 Pole Din Rail Mount Type 22 Unit Molded Case Circuit Breaker Mccb 63a - Molded Case Circuit Breaker Mccb 63a 220v 2 Pole Din Rail Mount Type 22 Unit Poe Switch Power Supply - Power Supply 48v 2a 96w With Us Plug Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 8 Of 12 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-231 Bidding December 10, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Seven (7) Months Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 22 Unit Residual Current Circuit Breaker 63a 220v - Residual Current Circuit Breaker 63a 220v With Grounding/earthing 2 Pole Din Railmount Type 44 Unit Sfp+ Module Lc Connector Type - Gigabit Single-mode Wdm Bi-directional Sfp Module Spec: Lc Connector, Tx:1550nm/rx:1310nm, Single-mode, 20 Km 7 Roll Solidwire Awg#12 - Solidwire Awg#12 75m Per Roll Use For Termination Inside Iot Box 7 Roll Solidwire Awg#16 - Solid Wire Awg#16 75m Per Roll Use For Termination Inside Iot Box 66 Unit Terminal Block Distribution 2 Input 4 Output - Terminal Block Distribution 2 Input 4 Output Push-in Type This Is A Lot Bidding, Partial Bids Are Not Allowed Please Indicate Brands Of Offers And Attach Complete Technical Brochures In The Eligibility And Technical Proposal Please Indicate Unit Prices Of Offers In The Financial Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business For Use Of Cmo Mitd Under Pr No. 1 Please Refer To Attached Terms Of Reference In The Associated Components Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature
Closing Date10 Jan 2025
Tender AmountPHP 15.5 Million (USD 267 K)
CAWIT ELEMENTARY SCHOOL ZAMBOANGA CITY Tender
Security and Emergency Services
Philippines
Details: Description 2025-01-038 Daytime Security Guard (feb To Dec 2025) The Role Is To: 1. Patrolling Routine Patrols: Guards Regularly Patrol Premises To Monitor For Suspicious Activities Or Security Breaches, Either On Foot Or By Vehicle. Monitoring Perimeter: They Check The Perimeter Of A Building Or Site To Ensure Fences, Gates, And Other Barriers Are Intact And Secure. Surveillance: Using Security Cameras Or Other Monitoring Systems To Keep An Eye On Critical Areas. 2. Access Control Managing Entry Points: Security Guards Control Access To Buildings Or Restricted Areas, Checking Identification, Verifying Credentials, And Ensuring Only Authorized Individuals Can Enter. Visitor Screening: They May Sign In Visitors, Issue Temporary Badges, And Ensure That All Visitors Follow Security Protocols. 3. Surveillance Monitoring Cctv Monitoring: Guards Monitor Security Cameras To Detect Any Unusual Behavior Or Potential Threats. Responding To Alarms: They Are Responsible For Investigating Alarms And Taking Appropriate Action, Such As Contacting Authorities If Necessary. 4. Responding To Incidents Emergencies: In Case Of Incidents Such As Fires, Medical Emergencies, Or Break-ins, Security Guards Are Trained To Respond Quickly, Initiate Emergency Protocols, And Alert Emergency Services. Conflict Resolution: They May Intervene In Disputes Or Conflicts On The Premises And Ensure Situations Are Handled Calmly And Safely. 5. Report Writing Incident Reports: Security Guards Are Required To Document Any Incidents, Including Criminal Activities, Accidents, Or Safety Hazards. These Reports Serve As Evidence And May Be Used For Legal Purposes. Log Maintenance: Guards Keep Logs Of Their Daily Activities, Patrol Routes, And Any Significant Occurrences During Their Shifts. 6. Enforcing Rules And Regulations Policies And Procedures: They Enforce Building Policies, Safety Rules, And Any Other Regulations Specific To The Premises They Are Assigned To. Preventing Trespassing: Guards Ensure That Unauthorized Individuals Do Not Trespass On The Premises And Take Appropriate Action If They Do. 7. Customer Service Assisting The Public: Security Guards Often Act As The First Point Of Contact For Customers, Visitors, Or Employees, Offering Assistance Or Information When Needed. 8. Providing Directions: Guards Can Help With Wayfinding Or Address Concerns, Contributing To A Positive Environment. 9. Preventive Measures Deterring Criminal Activity: Their Visible Presence Helps Prevent Crimes Like Theft, Vandalism, Or Trespassing. Inspection Of Deliveries: In Some Cases, Security Guards Inspect Deliveries To Prevent Unauthorized Materials From Entering The Premises. 10. Coordination With Law Enforcement Reporting Suspicious Activity: If A Security Guard Observes Potential Criminal Behavior, They Report It To Law Enforcement And Assist In Investigations. Assist Police Or Emergency Services: During Criminal Activities Or Emergencies, Security Guards Work Alongside The Police Or Other Emergency Responders. 10. Health And Safety First Aid: Many Security Guards Are Trained In Basic First Aid And Cpr To Assist In Medical Emergencies. Safety Protocols: Guards Ensure That Safety Measures, Such As Fire Drills Or Evacuation Plans, Are Properly Carried Out. Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Important Notice To The Bidder: -prospective Bidder May Obtain Further Information By Visiting Cawit Elementary School At Zone 4, Cawit, Zamboanga City During Office Hours 8:00 Am To 5:00 Pm. Contact The Bac Secretariat @09976993710 Or Email Jesicasiayuen.chong@deped.gov.ph For The Issuance Of The Signed Quotation. Bidders May Also Download The Quotation And Canvasser's Form On The Philgeps Website. -fill Up And Sign The Quotations And Canvasser's Form To Be Submitted Together With The Copies Of The Philgeps Certificate Of Registration And Mayor's Permit In A Sealed Envelope Indicating The Company's Name, Pr Number, And Address To The Bac Chairperson. The Deadline Of The Submission Of The Quotation Will Be On January 30, 2025 On Or Before 8:30 Am And Must Marked Received With Time And Date To Be Dropped In The Drop Box Located At Cawit Elementary School Building 1 Room 1.
Closing Date30 Jan 2025
Tender AmountPHP 183.3 K (USD 3.1 K)
City Of Olive Branch Tender
Civil And Construction...+1Water Storage And Supply
United States
Details: Legal Notice To Bidders Sealed Bids For The Construction Of Fairhaven Raw Water Well Replacement Project, Will Be Received By The City Of Olive Branch At 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 Until 2:00 P.m. Local Time On Monday, January 13, 2025, And Thereafter Will Be Opened And Publicly Read. The Project Consists Generally Of The Construction Of One 1,000 Gallon Per Minute Raw Groundwater Supply Well, Including All Drilling, Test Holes, Raw Water Analysis, Reaming, Casings, Screen, Gravel Wall, Well Development, Well Testing, Well Cleaning, Cctv Inspection, Construction Of Pump Foundation, Well Pump, Discharge Head, Column Assembly, Shafts, Suction Pipe, Electric Motor, Water Level Indicator, Pressure Gauge, Discharge Piping, Check Valves, Flow Meter, Gate Valves, Insulation, Connection To The Existing Raw Water Line, Painting, Electrical And Controls, Site Work, Fencing, Site Restoration, Final Cleaning, And All Other Necessary And Appurtenant Work Required To Complete The Work As Described In These Specifications And Detailed In The Drawings. A Non-mandatory Pre-bid Meeting Will Be Held At 2:00 P.m. On Monday, January 6, 2025, In The 1st Floor Conference Room Of City Hall Located At 9200 Pigeon Roost Road, Olive Branch, Mississippi. Plans, Specifications And Contract Documents May Be Picked Up At The Office Of Karen Mcneil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208) Or Via Email At Karen.mcneil@obms.us. In Addition, Official Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids Can Be Submitted At Www.centralbidding.com. Electronic Bids Are Due The Same Time And Date As Sealed Bids. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Each Bid Must Be Submitted In A Sealed Envelope, Addressed To The City Clerk, City Of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each Envelope Must Be Plainly Marked On The Outside As “re-bid Fairhaven Raw Water Well Replacement Project” And Must Bear On The Outside The Date The Bid Is To Be Opened. Opened Bids Will Be Presented For Consideration At A Regular Meeting Of The Mayor And Board Of Aldermen Of The City Of Olive Branch. Each Bid Shall Be Accompanied By A Bidder’s Bond Issued By A Surety Company Licensed To Operate In The State Of Mississippi, In The Amount Of 5% Of The Total Bid Price, As A Guarantee That If The Bid Is Accepted, The Bidder Will Enter Into A Contract And Execute The Performance And Payment Bonds In The Form And Within The Time Specified. The Successful Bidder Will Be Required To Execute A Performance Bond And A Payment Bond, Each In The Amount Of 100% Of The Contract, Issued By A Surety Company Licensed To Operate In The State Of Mississippi And Shall Be Named In The Current List Of "companies Holding Certificates Of Authority As Acceptable Sureties On Federal Bonds And As Acceptable Reinsuring Companies" As Published In Circular 570 (amended) By The Audit Staff Bureau Of Accounts, U.s. Treasury Department. Each Bidder Shall Have A Certificate Of Responsibility To Bid On Contracts For Public Projects In Which The Bid Price Exceeds $50,000.00 And For Private Projects In Which The Bid Price Exceeds $100,000.00 As Required By The Laws Of The State Of Mississippi. Each Bidder Shall Show On The Outside Of The Envelope Containing His Bid: His Current Certificate Of Responsibility Number And Expiration Date Or If Applicable, A Statement Certifying That The Bid Enclosed Does Not Exceed $50,000.00 For A Public Project Or $100,000.00 For A Private Project. Failure To Show These Items On The Outside Of The Envelope Containing The Bid Will Result In The Bid Being Returned To Bidder Unopened. No Bidder May Withdraw His Bid For A Period Of Sixty (60) Days After Date Of Actual Bid Opening, Without The Owner's Consent. The City Of Olive Branch Reserves The Right To Reject Any Or All Bids In Whole Or In Part, With Or Without Cause; And To Accept The Lowest Bid Which In Its Judgment Will Be For The Best Interest Of The City Of Olive Branch. Witness My Signature This The 19th Day Of November, 2024. /s/ Tena Stewart, City Clerk
Closing Date13 Jan 2025
Tender AmountRefer Documents
City Of Trece Martires Tender
Others...+1Electrical and Electronics
Philippines
Details: Description Repair & Maintenance Of Ac Units At Different Offices 4ps-gen Cleaning Window Type 1.5 Non Invtr. 1 Unit ₱2,000.00 Koppel 1.5hp Split Type Non Inverter Gen. Cleaning 1 Unit ₱4,800.00 System Reprocess/charging Of Freon 1 Unit ₱10,200.00 Replacement Capacitor 1 Unit ₱1,100.00 Cho/lab- Re-insulate Going To Ob & Hallway 1 Unit ₱5,700.00 Acctg.-replacement Of Waterpump Hose To Copper Tube 1 Unit ₱10,500.00 Comm. Cntr. Cctv,public Address Sys. Office Gen. Cleaning 2 Unit ₱12,000.00 Delivery Charge & Toll 1 Unit ₱1,700.00 Hr-carrier 3tr. Floormounted Non Invertyer Gen. Cleaning 1 Unit ₱4,800.00 Insulate & Repair Water Leak 1 Unit ₱1,600.00 Gen. Cleaning Of (2) Units Carrier (1) Koppel 3 Unit ₱14,400.00 Cbo-carrier 2.5hp Wallmounted Gen. Clesaning 1 Unit ₱4,800.00 Sanggunian Off. 5tr Flr. Mounted-gen. Cleaning Replacement Air Sensor & Coil Sensor 1 Unit ₱6,000.00 Charging Freon 1 Unit ₱15,000.00 Carrier & Koppel 3tr. Flr. Mounted Non Invtr. Gen. Cleaning 2 Unit ₱12,000.00 Sanggunian Session Hall-carrier Wall Mounted Gen. Cleaning 1 Unit ₱4,800.00 Replacement Indoor Board Assy. & Receiver 1 Unit ₱14,000.00 Acctg./carrier 2.5hp Wallmounted Intre. Repair Leak 1 Unit ₱2,000.00 Trece Med. Pavillion Opd Rm./gen. Cleaning 1 Unit ₱4,800.00 Trece Med. Pavillion Infirmary Rm./carrier 1.5hp System Reprocess/charging Of Freon/unit Align Repair Leak 1 Unit ₱15,000.00 Cho. Carrier 3tr Flr. Mounted-installation 2 Unit ₱43,904.00 Excess Piping 76ft 76 Unit ₱63,080.00 Comm. Wire 26mtrs. 26 Ft ₱7,800.00 Feeder Line 26mtrs. 26 Mtrs ₱11,700.00 Breaker 2 Mtrs ₱9,600.00 Daikin Wallmounted Gen. Cleaning 1 Pcs ₱6,000.00 Sys. Reprocess Charging Freon/unit Align 1 Unit ₱15,200.00 Carrier 1hp-gen, Cleaning 1 Unit ₱7,500.00 Ceo-carrier 3hp Flr. Mounted Inverter Charging Freon R22/gen. Cleaning/sys. Reprocess 1 Lot ₱21,168.00 Carrier 3tr. Flr.mounted Gen. Cleaning/repiping Drain Line & Insulatyed 1 Lot ₱14,896.00 Carrier 3tr. Flr.mounted Gen, Cleaning/charging Freon R22/sys.reprocess Replacement Magnetic Contactor & Insulated 1 Lot ₱27,440.00 Koppel Wallmounted Gen. Cleaning/charging Freon R10a 1 Lot ₱10,976.00 Cto-repair Service Pump Down Cleaning/gen. Cleaning/flr. Mounted 1 Lot ₱17,985.00 Assessor.-pump Down Cleaning/gen, Cleaning 1 Lot ₱14,058.00 Repair Service Floor Mounted-pump Down Cleaning/gen. Cleaning 1 Lot ₱17,985.00 General Cleaning Services For: Animal Bite Rm. Split Btype 1 Lot ₱4,702.50 X-ray Rm/split Type 1 Lot ₱4,702.50 Environmental Sanitation/window Type 1 Lot ₱1,870.00 Central Supply Rm./split Type 1 Lot ₱4,702.50 Adolescent Friendly Health Facility/split Type 1 Lot ₱4,702.50 Tb Dots/split Type 1 Lot ₱4,702.50 Treatment Rm./split Type 1 Lot ₱4,702.50 Ward Room/split Type 1 Lot ₱4,702.50 Birthing Room/split Type 1 Lot ₱4,702.50
Closing Date2 Jan 2025
Tender AmountPHP 475.9 K (USD 8.2 K)
Land Bank Of The Philippines Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Project/services Requirement: With At Least Five (5) Years Minimum Experience As A General Contractor Related To Construction/renovation Of Commercial Buildings, Hospitals, Multi-storey School Buildings, Bpo’s And Banks With At Least Two (2) Fit-out Projects. Fit-out Projects Shall Refer To Projects Which Include The Electrical, Data And Communications, Mechanical, Water And Sanitary Systems With Inferior Finishes, Fixtures, Office Furnishings And Equipment- I.e Workstations, Air-conditioning Units And Generator Sets. Major Scope Of Works Includes The Following: Site Works; Concrete, Rebars And Form Works; Masonry Works; Carpentry Works; Finishing Works; Metal/steel Works; Specialty Works; Glass And Aluminum Works; Doors And Door Jambs; Painting Works; Plumbing And Sanitary Works; Electrical Works; Structured Cabling; And Permanent Power. Likewise, Supply, Delivery, Installation, Testing And Commissioning Of The Following Equipment And Furnishing: (i) Cash Vault Items; (ii) Various Chairs; (iii) Steel Cabinets; (iv) Roller Blinds: (v) Office Furniture; (vi) System Furniture; (vii) Various Signages And Branch Merchandising Materials; (viii) Air-conditioning Units (acus); (ix) Generator Set; And (x) Closed Circuit Television (cctv) Are Also Included In The Contractor’s Scope Of Works. 1. The Land Bank Of The Philippines, Through The 2025 Corporate Operations Budget Intends To Apply The Sum Of Twelve Million Seven Hundred Twenty-eight Thousand Seven Hundred Forty-six Pesos Only (₱12,728,746.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Services Of A General Contractor For The Proposed Landbank Daraga Branch Relocation/ Fit-out Located At General Luna St., Lgu Compound, Daraga, Albay With Project Identification No. Itb-lbp-rbacv-0125-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Land Bank Of The Philippines Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 135 Calendar Days. Bidders Should Have Completed 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Land Bank Of The Philippines- Regional Bids And Awards Committee V (rbac V) And Inspect The Bidding Documents At The Address Given Below During Banking Hours 8:30 A.m. To 3:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (p 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Official Receipt Issued By The Landbank Branch From Where The Bidding Documents Were Purchased Upon The Submission Of The Bidding Documents On The Day Of The Scheduled Opening Of Bids. 6. The Land Bank Of The Philippines Will Hold A Pre-bid Conference On January 31, 2025, 10:00 A.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City Through Face-to-face Meeting And Videoconferencing Using Microsoft (ms) Teams Application, Which Shall Be Open To Prospective Bidders. Interested Bidders Shall Send A Request Email To Lbprbacv@yahoo.com For The Meeting Link. 7. Bids Must Be Duly Received By The Rbac V Secretariat Through Manual Submission At The Given Address Below On February 12, 2025 Not Later Than 9:00 A.m. 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 16. 9. Bid Opening Shall Be On February 12, 2025, 10:00 A.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Land Bank Of The Philippines 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date30 Jan 2025
Tender AmountPHP 12.7 Million (USD 217 K)
Land Bank Of The Philippines Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Project/services Requirement: With At Least Five (5) Years Minimum Experience As A General Contractor Related To Construction/renovation Of Commercial Buildings, Hospitals, Multi-storey School Buildings, Bpo’s And Banks With At Least Two (2) Fit-out Projects. Fit-out Projects Shall Refer To Projects Which Include The Electrical, Data And Communications, Mechanical, Water And Sanitary Systems With Inferior Finishes, Fixtures, Office Furnishings And Equipment- I.e Workstations, Air-conditioning Units And Generator Sets. Major Scope Of Works Includes The Following: Site Works; Concrete Works Including Rebarworks & Formworks; Masonry Works; Carpentry Works; Finishing Works; Metal/steel Works; Glass & Aluminum Works; Doors & Door Jambs; Painting Works; Plumbing Works; And Electrical Works. Likewise, Dismantling, Re-orientation/relocating/hauling And Reinstallation Of Existing (i) Cash Vault System; And (ii) Steel Cabinets; And Supply, Delivery, Installation, Testing And Commissioning Of The Following Office Furnishing And Equipment (ofe): (i) Various Chairs; (ii) Steel Cabinets; (iii) Roller Blinds; (iv) Office Furniture; (v) Systems Furniture; (vi) Various Signages And Branch Merchandising; (vii) Air-conditioning Units (acus);and (viii) Closed Circuit Television (cctv) 1. The Land Bank Of The Philippines, Through The 2025 Corporate Operations Budget Intends To Apply The Sum Of Thirteen Million Nine Hundred Two Thousand Seven Hundred Sixty-six Pesos Only (₱13,902,766.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Services Of A General Contractor For The Landbank Masbate Branch Relocation/ Fit-out Located At Osmeña St., Corner Quezon St. Brgy. Bagumbayan, Masbate City With Project Identification No. Itb-lbp-rbacv-0125-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Land Bank Of The Philippines Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 165 Calendar Days. Bidders Should Have Completed 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Land Bank Of The Philippines- Regional Bids And Awards Committee V (rbac V) And Inspect The Bidding Documents At The Address Given Below During Banking Hours 8:30 A.m. To 3:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (p 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Official Receipt Issued By The Landbank Branch From Where The Bidding Documents Were Purchased Upon The Submission Of The Bidding Documents On The Day Of The Scheduled Opening Of Bids. 6. The Land Bank Of The Philippines Will Hold A Pre-bid Conference On January 31, 2025, 1:00 P.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City Through Face-to-face Meeting And Videoconferencing Using Microsoft (ms) Teams Application, Which Shall Be Open To Prospective Bidders. Interested Bidders Shall Send A Request Email To Lbprbacv@yahoo.com For The Meeting Link. 7. Bids Must Be Duly Received By The Rbac V Secretariat Through Manual Submission At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City On February 12, 2025 Not Later Than 12:00 P.m. 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 16. 9. Bid Opening Shall Be On February 12, 2025, 1:00 P.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Land Bank Of The Philippines 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date30 Jan 2025
Tender AmountPHP 13.9 Million (USD 237 K)
City Of Winnipeg Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Canada
Details: D4. Scope Of Services D4.1 The Services Required Under This Contract Shall Consist Of Professional Consulting Services In Accordance With The Following Phases Of Work: (a) Preliminary Design Services As Outlined In D5 (b) Detailed Design Services As Outlined In D5.6(a) (i) Design And Specification Development; (ii) Drawing Preparation; (iii) Procurement Process (c) Contract Administration Services As Outlined In D7; (d) Post-construction Services As Outline In D8. D4.1.1 The Services Shall Be In Accordance With The City’s Project Management Manual Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#2 And Templates Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#4 . Notwithstanding The Foregoing, The Consultant Is Being Engaged By The City For Their Professional Expertise; The Consultant Shall Bring To The Consulting Contract Administrator’s Attention Any Aspect Of The City’s Project Management Manual Or Templates Which The Consultant Is Of The Opinion Is Not Consistent With Good Industry Practice. D4.2 The Following Shall Apply To The Services: (a) Universal Design Policy Http://clkapps.winnipeg.ca/dmis/docext/viewdoc.asp?documenttypeid=2&docid=3604 (b) Should This Project Include A Public Engagement Aspect, It Will Be Required To Meet: Public Engagement Guidelines Https://winnipeg.ca/publicengagement/pdfs/publicengagementrequirements.pdf D4.3 Within The Project Phases In D4, The Consultant May Be Required – Depending Upon Location And Technical Scope Of Services – To Conduct Site Investigation Services, Materials Testing Services, Geotechnical Services, Underground Structures Acquisitions, Pipeline Loading Assessments, Ground-penetrating Radar Inspections, And/or Closed-circuit Television (cctv) Sewer Inspection And Sewer Assessment. D4.3.1 Notwithstanding C11, Fees For Subconsultants Engaged To Perform Services In D4.3 Shall Be Payable As Invoiced By The Subconsultant, Plus An Allowed Handling Fee Of 5%. D4.3.2 Consultant Fees For Supervision Of Subconsultants Required To Perform Any Services In D4.3 Shall Be Included In The Consultant’s Fees. D4.4 The Consultant Will Coordinate Their Activities With (including But Not Limited To): (a) City Of Winnipeg (various Departments And Branches), Including But Not Limited To Public Works Engineering, Parks And Open Spaces, Traffic Signals, Traffic Services, Traffic Management, Street Lighting, Underground Structures, Streets Maintenance, Transportation Planning Division, Transit Department, Planning Property & Development Department, Real Estate, Urban Design, Insurance, Legal Services, And Purchasing; (b) The Water And Waste Department And/or Their Representative(s), For The Renewal Or Abandonment Of The Water Mains, For The Televising And Renewal Or Abandonment Of The Sewer Mains, Water And Sewer Repairs, And New Infrastructure ; (c) Public Information Preparation/coordination During Construction; (d) Identify And Coordinate As Applicable With Development Projects, Events, Festivals; (e) Coordinating With Individual Fronting Businesses And Residences, In Advance Of And During Construction; (f) Coordinate Access With Schools And Daycares Within The Project Limits, Construction Should Occur While School Is Not In Session; (g) The Winnipeg Parking Authority; (h) Winnipeg Transit Regarding The Impact Of The Project On Their Operations And Bus Stops; (i) Any And All Utilities Or Agencies Having Infrastructure In The Project Area, Or That May Be Impacted By The Project; And, (j) City Of Winnipeg Forestry Branch And The Consultant Contract Administrator For Review Of Tree Protection, Removals And Plantings For All Locations. D4.5 The Project Locations/limits And Technical Scope Is Subject To Final Approval Of The Consultant Contract Administrator. D4.5.1 Substitutions And/or Deletions May Occur Within The Consulting Assignment And May Result In An Adjustment In Fees As Per B8. Work Already Completed For Work Identified In The Consulting Assignment Prior To The Notification Of Adjustment In The Consulting Assignment Will Be Paid At Hourly Rates Identified In The Proposal For The Actual Time Completed Prior To Notification. There Will Be No Financial Compensation If There Is A Reduction In The Consulting Assignment. D4.6 Where Applicable, The Following Shall Apply To The Services: (a) City Of Winnipeg’s Accessibility Design Standards (2015) And Universal Design Policy At: Www.winnipeg.ca/ppd/universal_design.stm; (b) The Most Current Edition Of The City Of Winnipeg Standard Construction Specifications City Of Winnipeg Standard Construction Specifications; (c) City Of Winnipeg’s Project Management Manual, Also At Link; (d) Manual For The Production Of Construction Drawings – City Of Winnipeg (november 1984); D4.7 The Consultant Will Be Responsible For Project Reporting And Support To The Consultant Contract Administrator For Project Reporting In Accordance With The City Of Winnipeg’s Project Management Manual And Templates At Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#2
Closing Date17 Jan 2025
Tender AmountRefer Documents
1761-1770 of 1787 archived Tenders