Cctv Tenders
Cctv Tenders
Municipal Council Tender
Finance And Insurance Sectors
GEM
India
Closing Date7 Feb 2025
Tender AmountINR 3.3 Million (USD 38.7 K) This is an estimated amount, exact amount may vary.
Description: CATEGORY: Asset Management Services - FAWDA WITH
HANDELQTY200; Onsite , Asset Management Services -
GAITI WITH HANDELQTY50; Onsite , Asset Management
Services - PANCHA LOHE KAQTY75; Onsite , Asset
Management Services - BUCKET LOHE KAQTY80; Onsite ,
Asset Management Services - FAWDA GAITI KA
HANDLEQTY300; Onsite , Asset Management Services -
FAWDI WITH HANDLEQTY75; Onsite , Asset Management
Services - 12 MM ROD 10 FEETQTY60; Onsite , Asset
Management Services - 6 MM ROD 10 FEETQTY50; Onsite ,
Asset Management Services - SABBAL 3 FEETQTY38; Onsite
, Asset Management Services - LOHE KA TASLAQTY150;
Onsite , Asset Management Services - SECTION PIPE 6
INCHQTY30; Onsite , Asset Management Services - SABBAL
2POINT5 FEET QTY30; Onsite , Asset Management Services -
BLIICHING POWDER 25 KGQTY40; Onsite , Asset
Management Services - CLEANING CRAPERSQTY50; Onsite ,
Asset Management Services - SINGLE SHAFT SHREDDER
FOR MUNICIPLE SOLID WASTEQTY1; Onsite , Asset
Management Services - WEIGHT SCALING MACHINEQTY1;
Onsite , Asset Management Services - FLAT SEGRETAION
CONVEYOR BELTQTY1; Onsite , Asset Management Services
- HYDRAULIC Plastic Balling machineQTY1; Onsite , Asset
Management Services - FATKA MACHINEQTY1; Onsite ,
Asset Management Services - FRONT END BACKCHO
TRACTOR ATTACHEMENTQTY1; Onsite , Asset Management
Services - TUB 100 LTRQTY20; Onsite , Asset Management
Services - PPEQTY8; Onsite , Asset Management Services -
FANQTY2; Onsite , Asset Management Services - PANQTY20;
Onsite , Asset Management Services - COMPUTERQTY1;
Onsite , Asset Management Services - PRINTERQTY1; Onsite
, Asset Management Services - INVERTERBATTERYQTY1;
Onsite , Asset Management Services - FIRE
EXTINGUISHERQTY2; Onsite , Asset Management Services -
OFFICE TABLEQTY1; Onsite , Asset Management Services -
OFFICE CHAIRQTY4; Onsite , Asset Management Services -
CUPBOARDQTY1; Onsite , Asset Management Services -
CCTV FULL SETUPQTY2; Onsite , Asset Management
Services - 1 POINT 0 CUM STORAGE CONTAINERS; Onsite
BARANGAY MAYBACONG, BORONGAN CITY, EASTERN SAMAR Tender
Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 280 K (USD 4.7 K)
Details: Description Republic Of The Philippines Province Of Eastern Samar City Of Borongan Barangay Maybacong Bids And Award Committee ============================================ Invitation To Bid For Installation Of 16 Units Cctv For Barangay Benowangan Itb-001-2025 1.the Blgu-barangay Maybacong Borongan City, Through The Barangay Funds Of 2024 The Intends To Apply The Sum Of Two Hundred Fifty Thousand (php.250,000,00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of 16 Units.cctv For Barangay Maybacong For Itb -001-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Blgu-barangay Maybacong, Borongan City, Now Invites Bids For The Installation Of 16 Pcs. Cctv Of Barangay Maybacong. Delivery Of The Goods Is Required For 30 Calendar Days . From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4.interested Bidders May Obtain Further Information From Bac Office, Brgy. Benowangan, Borongan City, Eastern Samar [insert Name Of The Procuring Entity] And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm . 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php.500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6.bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before Febuary 5, 2025 At 2:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On Febuary 5, 2025 At 2:00 P.m. Bac Office , Brgy. Maybacong, Borongan City, E. Samar. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7.the Blgu- Barangay Benowangan , Borongan City, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8.for Further Information, Please Refer To: Bac Secretariat
DEPT OF THE AIR FORCE USA Tender
Security and Emergency Services
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Description: Amendment Notice 6 March 2025 At 5pm:revision Made To Faq - Atc Document. please See Attachments Below. revised-faq-atc.002.pdf changes Highlighted ________________________________________________ general Statement:
this Is A Combined Synopsis/soliciation For The Commercial Items Issued By The 23rd Contracting Squadron, Moody Afb, Georgia. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein. requirement: Two Separate Units At Moody Afb Require The Installation Of Hardwired, Closed-circuit Television (cctv) Surveillance Systems: 1. Atc - 23d Operations Support Squadron objective:monitor The Entry Points Of The Atc Tower. cameras:two (2) New Outdoor Cameras Are Required, One Covering The First-floor Entryway And The Other Covering The Tower Cab Entryway. monitoring:one (1) Monitor Is Required For System Observation. 2. Scif -820 Combat Operations Squadron objective:enhance Security And Monitoring Within A Classified Working Area (scif) And Its Entry Points. cameras:three (3) To Four (4) New Cameras Are Required For Both Indoor And Outdoor Coverage, Encompassing The Secure Area And The Exterior Door. system Specifications: 4k Resolution (8mp) Is Mandatory For All Cameras. person And Vehicle Detection Capabilities Are Preferred. recording: The System Must Include An 8-channel Nvr With A Minimum Of 2tb Hdd Storage Capacity. monitoring:two (2) Monitors Are Required For System Observation. please Review Soo Below For Complete Breakdown Of Customer Requirements. far 52.212-2 Evaluation - The Following Factors Shall Be Used To Evaluate Offers: Item Technical Capability, Lowest Price Technically Acceptable, And Past Performance. Disregard "this Provision Has Been Tailored To This Procurement And Is Provided Via Attachment To This Solicitation.", As Seen Below. offerors Shall Submit A Single Proposal Addressing Both Clin 0001 And Clin 0002, Ensuring Clear Delineation Of Pricing And Responses For Each Distinct Location And Its Respective Requirements. statement Of Objectives -atc
moody Afb Bldg 1300 Cctv 1.0 Scope
the 23d Operations Support Squadron (oss) Has A Requirement To Have A Surveillance System Installed In Building 1300. Vendor Will Be Required To Install 2 New Cameras In And Outside Of Building 1300: 1 Camera Outside The First-floor Entryway, And 1 Camera Outside The Tower Cab Entryway. System Must Not Have Wi-fi. Vendors Will Be Required To Provide All Necessary Parts, Equipment, And Software, And Will Provide Installation And Training For The Newly Installed System. Would Also Like A Warranty On Purchased Items And A Maintenance Plan If Feasible To Mitigate Downtime For System. Must Be Hardwired. We Need Closed Circuit Television To Monitor The Atc Tower Entry Points. Vendor Will Be Responsible For Providing 1 Monitor, 2 Cameras, Software Systems, Conduits, Cables And All Necessary Components For Camera Installation And Software System Installation To Cover The Necessary Areas. 2.0 Minimum Requirements
2.1 The Facility Should Have A Type Of Cctv Or Security Surveillance System In Place For Observation.
2.2 All Cameras Shall Be Connected To A Central Control/monitor To Be Located In The Air Traffic Control Tower (atct) Cab.
2.3 Vendor Is Responsible For Providing All Necessary Racks, Cabling, Servers, And Other Equipment To Include Those Items Identified In The Solicitation.
2.4 The System Must Provide Complete Coverage Outside The Main Entryway Of The Bottom Floor, And Outside The Tower Cab Entryway On The 7th Floor.
2.5 System Components (including Hardware And Software) Shall Be Compatible With And Authorized For Use In The Facility. 3.0 Installation
3.1 Vendor Will Be Required To Provide Installation Of All Parts And Equipment For The Provided System.
3.2 Building 1300 Contains Existing Infrastructure. Vendor Will Be Required To Use The Existing Drilled Holes In The Wall, Remove The Old Cable And Route New Cable In Existing Wall Tunnel Holes.
3.3 Vendor Will Not Have Any Exposed Wiring Or Make Any Additional Holes Or Modifications To The Building Without Prior Coordination.
3.4 Installation Will Be Conducted Monday - Friday, During The Hours Of 8:00 Am - 5:00 Pm Est. Vendors Must Always Be Escorted While Working Within Building 1300. 5.0 Warranty
5.1 The Vendor Warrants All Hardware And Software, Including Parts And Troubleshooting Equipment, Against Defects In Materials And Workmanship For A Period Of Five (5) Years From The Date Of Delivery ("warranty Period").
5.2 The Vendor's Liability Under This Warranty Is Limited To Repairing Or Replacing, At Its Sole Discretion, Any Defective Equipment. This Warranty Does Not Cover Defects Or Damage Caused By:
• Normal Wear And Tear.
• Misuse, Abuse, Negligence, Or Accident.
• Unauthorized Modification Or Repair.
• Improper Installation Or Maintenance.
• Use In Violation Of The Documentation Provided With The Equipment.
5.3 The Vendor Will Provide Warranty Maintenance Services During The Warranty Period To Ensure Product Reliability. Such Services May Include, But Are Not Limited To, Troubleshooting, Repair, And Replacement Of Defective Parts. The Vendor Will Undertake Commercially Reasonable Efforts To Minimize Any Disruption To The Purchaser's Operations During The Performance Of Warranty Maintenance. --------------------------------------------------------//break//--------------------------------------------------------- statement Of Objectives - Scif
moody Afb Bldg 1506 Cctv 1.0 Scope the 820 Combat Operations Squadron (cos) Intelligence Section Has A
requirement To Upgrade The Camera System. Vendor Will Be Required To Install 3 Or 4 New Cameras In And Outside Of Building 1506. A 4k Security Camera System; 3 Or 4 Cameras To Cover The Secure Area Locations And The Outside Door. 4k Security Cameras Wired With Person Vehicle Detection, 8mp/4k 8 Ch Nvr With 2tb Hdd For Recording. System Must Not Have Wi-fi, Or 2-way Talk. The System Is For A Classified Working Area. Must Be Hardwired; Ir, Rf, Or Audio Communications Are Prohibited Dodm 5105.21-v1. We Need Closed Circuit Television To Monitor The Scif Entry Points. Vendor Will Be Responsible For Providing Two Monitors, 3 Or 4 Cameras, Software Systems, Conduits, Cables And All Necessary Components For Camera Installation And Software System Installation To Cover The Necessary Areas. vendor Will Be Required To Ensure Cameras In Building 1506 Connect And Are Compatible With The Vendor's Software. Vendor Will Be Required To Use The Existing Drilled Holes In The Wall, Remove The Old Cable And Route New Cable In Existing Wall Tunnel Holes. The Hub For The Camera System Will Be Installed In Room 102 In Bldg 1506 Next To The Special Security Representative (ssr). See Attachment 1, Bldg 1506 Cctv Layout. 2. Minimum Requirements For Building Camera Installation 2.1 Building 1506
2.1.1 A Minimum Of Two Monitors, 3 Or 4 New Cameras Will Be Installed Throughout The Building With One Outside Viewing The Front Door: The Others Viewing The Hallways
note
3 Or 4 Cameras: We Anticipate Only A Third Camera Is Needed For Coverage Of The Hallway Highlighted In Yellow On The (scif) Camera Layout But If A Fourth Is Deemed Necessary To Provide Full Coverage, Then It Will Be Considered. 2.1.2 The Vendor Will Provide All Necessary Cables, Hardware And Electrical Connections To Ensure That The Cameras Are Working Properly And Connected To The System In In The Secure Room In Building 1506
2.1.3 The Vendor Is Required To Ensure The New Cameras In The Building Must Be Functional And Connected To The Vendor's Software.
2.1.4 The New Camera System Wiring Will Need To Follow The Predrilled Wiring Pathways In The Building. The Existing System Will All Be Replaced With New System So No Compatibility Of Software Should Be Needed. 3. Installation 3.1 Vendor Will Be Required To Provide The Two Monitors, 3 Or 4 Cameras, Conduits, Cables, Software And Other Hardware Required For A Working Camera System.
3.2 Vendor Will Be Required To Use The Existing Drilled Holes In The Wall, Remove The Old Cable And Route New Cable In Existing Wall Tunnel Holes. Must Be Able To View All Installed Cameras At The Hub Installed In Building 1506.
3.3 Vendor Will Be Required To Coordinate A Date And Time For Installation. Venders Must
be Escorted At All Times In The Secure Working Area. 4. Warranty 4.1 The Vendor Warrants All Hardware And Software, Including Parts And Troubleshooting Equipment, Against Defects In Materials And Workmanship For A Period Of Five (5) Years From The Date Of Delivery ("warranty Period"). 4.2 The Vendor's Liability Under This Warranty Is Limited To Repairing Or Replacing, At Its Sole Discretion, Any Defective Equipment. This Warranty Does Not Cover Defects Or Damage Caused By:
normal Wear And Tear.
misuse, Abuse, Negligence, Or Accident.
unauthorized Modification Or Repair.
improper Installation Or Maintenance.
use In Violation Of The Documentation Provided With The Equipment. 4.3 The Vendor Will Provide Warranty Maintenance Services During The Warranty Period To Ensure Product Reliability. Such Services May Include, But Are Not Limited To, Troubleshooting, Repair, And Replacement Of Defective Parts. The Vendor Will Undertake Commercially Reasonable Efforts To Minimize Any Disruption To The Purchaser's Operations During The Performance Of Warranty Maintenance. *expired --- Site Visit:
a Site Visit Will Be Held Onfriday, February 28, 2025 At 10:00 Am Est. Base Map Attached For Guidance And Location Details, Please Refer Attachments. While Attendance Is Not Mandatory, It Is Highly Recommended. Vendors Are Encouraged To Inspect The Site In Order To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance To The Extent That Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Arrive At The Moody Air Force Base Visitor's Centerno Later Than 9:30 Am Est For Check-in(required For All Contractors Prior To Entering The Base) To Ensure On Time Arrival For The Site Visit. For Completing The Attached Base Pass Forms: Please Put Your Business Name Next To The "prime Contractor" Spot (where Abcd Is Present). Replace The Name John Doe With The Full Name Of The Member Requesting Base Access For The Site Visit, Include Date Of Birth (ssn Is Not To Be Added On The Form But May Be Needed For Check-in) And Company For All Additional Members That May Be Attending. When Complete, Email The Base Pass To June.alba@us.af.mil No Later Thanthursday, February 27, 2025 At 1 Pm Est. question Deadline Due By Wednesday, March 5, 2025 At 10 Am Est. site Visit - Security Protocol Notice:
to Maintain The Integrity Of Secure Areas And Comply With Base Security Protocols, All Contractors Are Required To Leave Personal Electronic Devices Secured Within Their Vehicles For The Duration Of The Site Visit.
this Includes, But Is Not Limited To:
• Cellular Phones, Tablets, Smart Watches, Laptop Computers, Cameras
contractors Are Requested To Come Prepared With Physical Notepads And Writing Instruments For Any Necessary Notetaking Or Documentation Purposes.we Appreciate Your Understanding And Cooperation In Maintaining A Secure Environment. all Contractors Are Responsible For Thoroughly Reviewing And Understanding All Provided Documentation Related To The Project And The Visit Itself. This Includes Site Maps, Schedule, And Any Specific Instructions Or Protocols Outlined In Communications Regarding The Visit. “notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs.”
BARANGAY 654 ZONE 69 Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 616.1 K (USD 10.6 K)
Details: Description Republic Of The Philippines City Of Manila Barangay 654 Zone 69 District V Office Of The Barangay Chairman ________________ Invitation To Bid Barangay 654 Zone 69 District V, Invites Interested To Bid For The Supplies And/or Equipment Of The Following: Mooe 2025 Office Supply 50,000.00 Mooe 2025 Peace & Order 50,000.00 Mooe 2025 Monobloc Chair & Table 100,000.00 Bdf 2025 Clean & Beautification 239,157.00 Rrmf 2025 Cctv Camera 176,986.00 Bid Proposal, Shall Be Submitted To The Barangay Treasurer On/or Before Feb 21,2025 And It Will Be Opened Immediately On Feb 26,2025 On 10;00am In Front Of The Attending Bidders Or Their Authorized Representatives And Accounting, Manila Barangay Bureau (mbb) And Commission On Audit (coa) Representative. The Venue Of The Bidding Will Be At The Barangay 654 Zone 69, Districtv, Manila. This Invitation To Bid Shall Be Posted In Three (3) Conspicuous Places In The Barangay
Bicol State College Of Applied Sciences And Technology Tender
Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description Request For Price Quotation __________________________________________ (name Of External Provider) __________________________________________ (address) Please Quote Your Lowest Price On The Item Listed Below, Subject To The General Conditions On The Latter Part Of This Stating The Shortest Time Of Delivery And Subject Your Quotation Duly Signed By Your Representative Not Later Than February 24, 2025 At 12:00 Nn In The Return Envelope Attached Herewith. Conditions: 1. All Entries Must Be Legibly Written 2. Price Validity Shall Be For A Period Of 30 Calendar Days. 3. Delivery Should Be Made On 30 Days After Issuance Of Purchase Order. 4. Payment Shall Be Made Through Government Check _____ Days After Delivery. 5. The Approved Budget For The Contract For This Procurement Is P 100,000.00 (6%) Vat Inclusive & Freight Inclusive. 6. Posting Of Performance Bond Upon Receipt Of Notice Of Award In Either Of The Following Amount. Cash (5%) Bank Guarantee (10%) Surety Bond (30%) 7. Guide To Vat Inclusion On Total Price Quoted: Vat Registered 6% For Goods Non-vat Registered 4%(goods) 7% For Services 5%(services) 8. The Bidder Must Not Be “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 9. The Bidder Must Not Be Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 10. The Bidder Must Indicate The Brand Name And Model If Applicable. Analyn A. Madrid, Met Bac Chairperson Item No. Description Of Articles Qty. Unit Of Measure Unit Price Total Price Project Name:procurement Of Outdoor Security Camera - 1 Lot 1 Outdoor Security Camera, Full-color With Audio, 4 Channel Cctv Kit, Clear Hd Footage, 1080p Hd Dvr Complete Cctv Package, App Support, 4 Tb Hdd Storage, Waterproof, Night Vision, 360° Rotation With Installation Services 1 Lot 2 Outdoor Security Camera, Full-color With Audio, 6 Channel Cctv Kit, Clear Hd Footage, 1080p Hd Dvr Complete Cctv Package, App Support, 4 Tb Hdd Storage, Waterproof, Night Vision, 360° Rotation With Installation Services 1 Lot Terms And Conditions I. Payment Terms And Conditions Payment Shall Be Made After Full/complete Delivery, Inspection And Acceptance Of The Items And Upon Issuance Of The Certificate Of Inspection And Acceptance By Biscast. Ii. Warranty Requirements • Warranty: One (1) Year • The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. • The Guarantee For Supplied Equipment Shall Have A Period Of At Least One (1) Year Inclusive Labor, Transportation And Expenses That Are Needed For The Repair/replacement Of Defective Equipment. Iii. Other Terms And Conditions • The Contractor Shall Perform The Installation, Testing And Commissioning Of All Equipment. All Necessary Tests, Services And Inspections To Assure The System Functions And Shall Be Checked And Approved Before The Acceptance Test. • With Complete Installation, Assembly And Testing/commissioning On-site In Thirty (30) Calendar Days Upon Delivery Of The Unit. • Hands-on Training Of At Least One (1) Authorized Personnel From The End-user On Proper Operation And Preventive Maintenance. Grand Total: ____________ Delivery Period _________________________ Warranty _________________________ Price Validity _________________________ After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Price Above Indicated. ________________________________ *printed Name/signature ________________________________ *tel. No./cellphone No./e-mail Address ________________________________ *tin Number Documentary Requirements For Small Value Procurement: 1. Certificate Of Philgeps Registration/philgeps Reg. Number 2. Mayor’s/business Permit 3. Bir Certificate Of Registration 4. Dti/sec Certificate 5. Income/business Tax Return (for Abcs Above 500,000.00) *for Abcs Above 50,000.00 6. Original Copy Of Notarized Omnibus Sworn Statement Using The Gppb-prescribed Form/template Note: If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement, Subject To Compliance Therewith After Award Of Contract But Before Payment
Health And Family Welfare Department Tender
Healthcare and Medicine...+2Electrical Goods and Equipments, Electrical and Electronics
GEM
India
Closing Date3 Mar 2025
Tender AmountRefer Documents
Description: CATEGORY: LaserJet Auto duplex Printer with Scanner , CCtv camera
setup , Biometric , Complaint and Suggestions Box , Cup
and Saucer , Folding Yellow Sign Caution Wet Floor , Glass
Rack for Drinking Water , Grills for windows , IEC and
Booklet display Rack , Shoe rack SSMetal for Patients with
capacity for 30 pairs , Wall Mounted Shelf Bathroom ,
Exhaust Fan , Bed side locker , Cardiac Table , Dressing
Trolly with Bowl , Medicine racks with Open Storage Shelves
pharma rack , Slide drying rack , Walker stand , Walker
stick , Ambu Bag Kit for Adult , Ambu Bag Kit for Paediatric ,
Cheatles Forceps , CuscosGraves Speculum vaginal bi valve
large , Cusco sGraves Speculum vaginal bivalve medium ,
Cusco sGraves Speculum vaginal bivalve small , Dressing
Forceps spring type 160 mm stainless steel , Fetoscope , IV
Stand with wheels , Kelly s haemostat Forceps straight 140
mm ss , laryngoscope kit adult , laryngoscope kit pediatric ,
Sims retractordepressor , Test tube holding clamp , Uterine
Sound Graduated , Dipsticks for urine test for protein and
sugar 1 container of 25 strips , Disposable Sterile cotton
Swabs , Vacutainer purple color EDTA , Vacutainer red color
Plain , Vacutainer green color Heparin , Glass rods ,
Interdental cleaning aids , Salt Iodine test kit , Serum
Separating tubes Gold Color , sodium citrate tubes Light
Blue color , Whole Blood Finger Prick HIV Rapid Test , Whole
Blood Finger Prick HBsAG Rapid Test , Filaria rapid test ,
Yellow Tips for Micropipette , Talquist Hb scale Color strip
method , Shirobasti Leather Caps Large , Shirodhara Stand ,
Enema pot , Measuring Glasses100 , Measuring Glasses200
, Measuring Glasses50 , Dropper steel , Doppler fetal
monitor , Examination lamp with wheels , Manual BP
apparatus , Suction Machine , Thermometer For Refrigerator
, Mosquito Mesh for windows , Roller Blind Curtains for
Windows , Solar Water Heater Setup , Solar panels or
backup generator for electricity , Abhyanga Massage
TableDroni , Shirodhara Patra , Swedan yantra , Privacy
Screen with cloth , Panchakarma table , Baby Weighing
Hanging Scale , Crash cart , Wall mounted Height
measuring scale
PUBLIC ATTORNEY'S OFFICE LEGAZPI CITY, ALBAY Tender
Electronics Equipment...+2Security and Emergency Services, Electrical and Electronics
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 180 K (USD 3.1 K)
Details: Description Request For Quotation The Public Attorney’s Office Will Undertake A Procurement Transaction For The Purchase Of Nine (9) Units Cctv Cameras Through Small Value Procurement (svp) Under The Revised Implementing Rules And Regulations (irr) Of Republic Act No. (ra) 9184, For The Use Of The Following District Offices: 1. Iriga City District Office 5 Units 2. Libmanan, Camarines Sur District Office 4 Units The Approved Budget For The Contract (abc) Is One Hundred Eighty Thousand Pesos (php 180,000.00) Inclusive Of Government Taxes And Charges. The Office Hereby Invites All Interested Suppliers Or Distributors To Quote Their Lowest Price On The Item Listed On The Price Quotation Form (annex “a”) Subject To The General Conditions Stated Herein. Please Submit Your Quotation Duly Signed By You Or Your Authorized Representative Not Later Than February 14, 2025 To The Address Below: Public Attorney’s Office Pao-regional Office No. V Hall Of Justice Building Rawis, Legazpi City For Further Inquiries, Please Look For: Maricar G. Bejo-bocauto Administrative Assistant Iii Pao-regional Office No.v General Conditions: 1. All Entries Must Be Signed By The Bidder Or Authorized Representative; 2. Delivery Location: Public Attorney’s Office, Pao- Regional Office No. V (bicol Region), Hall Of Justice Bldg., Rawis Legazpi City 3. Delivery Period: 30 Calendar Days Upon Receipt 4. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days; 5. Submission Of Mayor’s Permit Along With Valid Philgeps Registration Price Quotation Form Date: __________________ Pao- Regional Office No. V Public Attorney’s Office Hall Of Justice Building Rawis, Legazpi City Sir/ma’am: After Having Carefully Read And Accepted The Terms And Conditions On The Request For Quotation, Hereunder Is Our Quotation For The Item As Follows: Item No. Description Quantity Abc Total Price Unit Price Total Price 1 Cctv Cameras 9 Units 180,000.00 Abc Total Price (total Amount In Words) The Above Quoted Prices Are Inclusive Of All Cost And Applicable Taxes. Delivery Period ________________ Warranty ________________ Price Validity ________________ Very Truly Yours, ________________________________________ Name And Signature Of Authorized Representative _____________________ ________________________ Name Of Company Company Address _______________________ ________________________ Contact Number/s Email Address
Armasuisse Property Tender
Electrical and Electronics...+1Electrical Works
Switzerland
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: Title: Berthoud, Extension Site Extérieur, Cfc 232.03
description: Cfc 232.03 Installations Électriques Pour Le Grand Projet D’extension De L’antenne De Berthoud, Nous Avons Besoin D’un Entrepreneur-électricien Pour Le Lot Travaux Principaux. Le Présent Appel D’offres Comprend Toutes Les Mesures Du Domaine Des Installations Électriques, Qui Seront Publiées Et Attribuées En Tant Que Lot Séparé De L’appel D’offres Mesures Préliminaires. Les Mesures Comprennent Les Phases De Construction 7 – État Final Dans Le Plan Des Phases De Réalisation. Les Objets Suivants Sont Soumis À L’appel D’offres Au Moyen D’une Subdivision : – 1808/gg, Rénovation Des Ateliers – 1808/gg, Projet Supplémentaire Centrale De Production De Chaleur – 1808/gn, Nouvelle Construction Bâtiment Logistique – 1808/gp, Nouvelle Construction Loge – 1808/ze, Alentours – 1808/ze, Projet Supplémentaire Cctv D
Sanjay Gandhi Post Graduate Institute Of Medical Sciences - SGPGI Tender
GEM
India
Closing Date13 Jan 2025
Tender AmountINR 1.9 Million (USD 22.7 K)
Description: CATEGORY: Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - Hospital; Annual
Operation Charge of AHUs; Service Provider , Repair,
Maintenance, and Installation of Plant/ Systems/Equipments
(Version 2) - Hospital; Comprehensive Annual Maintenance
Charges of AHUs; Service Provider , Repair, Maintenance,
and Installation of Plant/ Systems/Equipments (Version 2) -
Hospital; Terminal HEPA Filter Size 610x610x90; Service
Provider , Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - Hospital; Terminal HEPA
Filter Size 610x305x90; Service Provider , Repair,
Maintenance, and Installation of Plant/ Systems/Equipments
(Version 2) - Hospital; Prefilters EU 4 for exhaust Modules;
Service Provider , Repair, Maintenance, and Installation of
Plant/ Systems/Equipments (Version 2) - Hospital; Validation
charges Twice In a year ie Particle count Velocity and Filter
Leak Test for nine rooms and one OT; Service Provider ,
Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - Hospital; Comprehensive
Charges of Operation and Maintenance of Electronic
Management System for control for BMS; Service Provider ,
Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - Hospital; Comprehensive
Charges for Operation and Maintenance of OT Laminar Air
Flow; Service Provider , Repair, Maintenance, and
Installation of Plant/ Systems/Equipments (Version 2) -
Hospital; Comprehensive Charges for Operation and
Maintenance of OT Pendant; Service Provider , Repair,
Maintenance, and Installation of Plant/ Systems/Equipments
(Version 2) - Hospital; Comprehensive Charges for Operation
and Maintenance of Dynamic Pass Box; Service Provider ,
Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - Hospital; Charges for
Operation and Maintenance of Nurse Call System Including
of Call bells of all rooms and display panel; Service Provider
, Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - Hospital; System
Including CCTV CAMERA DVR HDD etc; Service Provider ,
Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - Hospital; One Time
Repairing works complete in all respects OTR; Service
Provider , Repair, Maintenance, and Installation of Plant/
Systems/Equipments (Version 2) - Hospital; Scrape value
rate which will be deducted by running bill time to time;
Service Provider
City Of Bais Tender
Security and Emergency Services
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 10 Million (USD 172.3 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Law Enforcement & Operational Support And Surveillance Against Illegal Activities (cy 2025), City Mayor’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 142-25 Php 10,000,000.00 1 1 Lot Purchase, Installation And Commissioning Of Smart Ip-cctv Surveillance System With Plate & Facial Recognition Includes Installation Of Network Structural Cabling At Different Intersections Of The City And Installation Of Ip Based Emergency Phone With Public Address Speaker System Connected Through Fiber Optic Cable To The Command Center With Terms Of Reference - Phase Iv. Command Center Equipment As Follows: 1. 1 Unit Ippbx For Public Address System 2. 1 Unit Ip Operator's Phone With Microphone 3. 1 Unit 16 Bay Embedded Video Storage 4. 4 Units Computer Desktop, With Complete Accessories 5. 7 Reels Cat 5e Utp Lan Cable 305 Meters 6. 1 Lot Integration With The Existing Video Wall And Existing Command Center Different Intersections Of The City - Cameras & Equipment As Follows: 7. 21 Units Outdoor Weather Proof Pole Mount Box 8. 9 Units Concrete Pedestal 9. 20 Sets Cctv Alley Arm For Ptz Camera 10. 21 Sets Cctv Alley Arm For Bullet Type Camera 11. 21 Units Smart Online Ups 1,000va, Lcd 230v 12. 21 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 13. 21 Units Ptz Ip Camera 1920x1080p 4mp, 25x Zoom 14. 50 Units Outdoor Bullet Type Ip Camera 15. 1 Lot Electrical Materials & Connections To Each Of The Camera Locations 16. 4 Kms. G.652 Fiber Optic 12 Core 17. 20 Sets Ip Based All Weather Outdoor Emergency Phone With Public Address Speaker System 18. 19 Units Inline Fiber Closure 96f For Cdrrmo, Police & Fire Station Connectivity: 19. 3 Units Ip Phone Hd Poe 20. 3 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 21. 3 Units 12ru Data Cabinet With Complete Accessories 22. 3 Units Smart Online Ups 1,000va, Lcd 230v Replacement For Defective Equipments: 23. 11 Units Smart Online Ups 1,000va, Lcd 230v 24. 2 Units Epon Onu With 8 Poe Manageable Ports Can Set Vlan In Each Port 25. 2 Units Outdoor Bullet Type Ip Camera Terms Of Reference Project Title: Purchase, Installation And Commissioning Of Smart Ip-cctv Surveillance System With Plate & Facial Recognition Includes Installation Of Network Structural Cabling At Different Intersections Of The City And Installation Of Ip Based Emergency Phone With Public Address Speaker System Connected Through Fiber Optic Cable To The Command Center (phase Iv). I. Rationale The Local Government Of Bais Intends To Install The Phase Iv Of The Scalable Smart Ip-cctv Surveillance System With A Centralized Recording And Management System. The Centralized Recording And Management System Is Capable To Be Integrated With Advanced Features Like Face Recognition, Vehicle Plate Number Recognition And Other Smart Features (please Note That The Face Recognition Feature Needs A Back-end Hardware/software Which Is Not Included In This Project). There Are Two Hundred Forty Seven (309) Existing Cameras All Over The City Referred To As The Phase I, Phase Ii And Phase Iii Implementation Of This Project. There Are Four (4) Traffic Ip Cameras Installed. One Was Installed At The Border Between Tanjay City And Bais City Near Central Azucarera De Bais. Another One Was Installed At Crossing Tamisu Which Supports Vehicle Plate Number Recognition Feature. The Remaining Two (2) Traffic Ip Cameras Were Installed At The City Proper. There Are Also Thirty Eight (56) Ptz Cameras And Two Hundred Five (249) Bullet Network Cameras That Were Installed On Strategic Locations On The Streets Of Bais City For Phase 1, 2 And 3. All Cameras Are Powered By An Uninterruptible Power Supply (which Were Installed On Outdoor Weather-proof Boxes) And Connected Using Fiber Optic Cables To The Centralized Recording And Management System Located At The Command Center. These Cameras Were Installed Around The City On A Dedicated Cctv Post. Fiber Optic Cables Between Cctv Posts And The Command Center Traversed To The Existing Noreco1 Electric Posts Which The Bais -lgu Has Already Been Given A Notice To Proceed By Noreco1. Active Monitoring Of Live Cctv Video Feeds Are Displayed On A Video Wall System Installed At The Command Center. However, Collaborations Made With Philippine National Police And The Bureau Of Jail Management And Penology Reveals That, The Existing Cameras Are Not Enough To Cover Important Areas In The City. Thus, Phase Iv Is Very Necessary In Order To Make Our City Safer By Providing Law Enforcement With The Information They Need To Investigate And Deter Crimes, Including The Implementation Of The Environmental And Health Related Ordinances Of The City. Phase Iv Covers The Rest Of The Intersections Of The City And Most Areas Along The National Hi-way From Bais City (bais City Bridge) To The Cab Of Brgy. Calasga-an(bais South-bound Boundary), This Will Allow Us To Monitor The National Hi-way 24/7. In Addition, Ip Based All Weather Outdoor Emergency Phones Will Be Installed On 20 Selected Locations (existing Cctv) Posts That Can Call The Command Center And 20 Public Address Speaker Systems Will Be Installed On Selected Locations For Public Announcements And Early Warning. Ii. Objective 1. Install The Cctv Posts, Outdoor Weather-proof Boxes, Fiber Optic Cables And Network Equipment. 2. Install Other Ptz And Bullet Cameras At Strategic Locations Within Bais City. Please Refer To The Attached Camera Location Plan. 3. Install The Centralized Recording And Management System And The Video Wall System At The Command Center. 4. Install The Ip Based All-weather Outdoor Emergency Phones At Strategic Locations Within Bais City. Please Refer To The Attached Ip Emergency Phone Location Plan. 5. Install The Public Address Speaker System At Strategic Locations Within Bais City. Please Refer To The Attached Public Address Speaker System Location Plan. Iii. Scope Of Work 1. Supply, Installation, Testing And Commissioning Of Ip Cameras, Fiber Optic Network, Uninterruptible Power Supply And Other Accessories At Designated Cctv Posts Needed For The Operation Of The Ip-cctv Surveillance System. 2. Supply, Installation, Testing And Commissioning Of The Centralized Recording And Management System And The Network Equipment Located At The Command Center. 3. Supply, Installation, Testing And Commissioning Of The Ip Emergency Phones And Public Address Speaker Systems At Designated Cctv Posts. 4. Training For At Least Twenty Four (24) Hours On Video Wall Management System, Ip-cctv Recording And Management System, Optical Distribution Network And Active Monitoring Of Ip-cctv Video Live Feeds. Iv. Project Cost Estimate The Estimated Project Cost Is Ten Million Pesos (php 10,000,000.00). This Includes The Supply, Delivery, Installation, Configuration, Testing, Commissioning, Training, And Warranty Services. V. Project Deliverables The Following Are The Minimum Performance Standard Required And Specifications For The Deliverables. A. Command Center Equipment Item Qty. Uom Description 1. 1 Unit Ipbbx For Public Address System More In One System: Unify Pbx Flexible Deployment Options Leading Interoperability: Support Auto-provisioning 300+ Popular Phone Models And Sip Trunks From Telco Easy Administration: Panel Based Administration, Granular Permissions Peace Of Mind: Highly Reliable And Secure, Reduces Security Threats 2. 1 Unit Ip Operator's Phone With Microphone 3. 1 Unit 16 Bay Embedded Video Storage Loaded With 96tb Hdd Max 320 - Ch Ip Camera Inputs Supports Raid 0/1/5/6/10/50/60, Hot Spare Supports Video Stream Storage Mode And Ipsan Storage, Supports N+m Cluster Supports Automatic Network Replenishment (anr) Modular And Drawer-like Design 4. 4 Units Computer Desktop, With Complete Accessories Form Factor : Tower Type Processor: Core I5 (at Least 12th Generation) Or Its Equivalent Memory (ram): At Least 32 Gb Ddr4 Storage: 1 Tb Ssd Video: 4gb Dedicated Connectivity: Lan Gigabit Ethernet Software: Camera Software Accessories: Optical Mouse, Usb Keyboard Monitor: At Least 32" Hd Warranty: Minimum Of 2 Year And Parts At Least 1 Year Protection Ups: 650va With Camera Software 5. 7 Reels Cat 5e Utp Lan Cable 305 Meters 6. 1 Lot Integration With The Existing Video Wall And Existing Command Center B. Different Intersections Of The City – Camera & Equipment Item Qty. Uom Description 7. 21 Units Outdoor Weather Proof Pole Mount Box 8. 9 Sets Concrete Pedestal 9. 20 Sets Cctv Alley Arm For Ptz Camera 10. 21 Set Cctv Alley Arm For Bullet Type Camera 11. 21 Units Smart Online Ups 1,000va, Lcd 230v Output Power Capacity 700watts/1.0kva Nominal Output Voltage 230v Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage Output Voltage Distortion Less Than 5% At Full Load Output Voltage Note: Configurable For 220 Or 240 Nominal Other Output Voltages 220, 240 Topology Line Interactive Waveform Type Sine Wave 12. 21 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 13. 21 Units Ptz Ip Camera 1920x1080p 4mp, 25x Zoom 1/2.8" Megapixel Starvis Cmos, Starlight Technology H.265 & H.265+ Encoding Max. 50/60fps@1080p Auto-tracking & Intelligent Video System(ivs) Support Poe+, Ir Distance Up To 100meters Progressive, Streaming Method Is Unicast & Multicast, With Face Detection Scanning System Is Progressive Ip66 Bit Rate Control: Cbr/vbr Protocol: Ipv4/ipv6, Http, Https, Ssl, Tcp/ip, Udp, Upnp, Icmp, Igmp, Snmp, Rtsp, Rtp, Smtp, Ntp, Dgcp, Dns, Pppoe, Ddns, Ftp, Ip Filter, Qos. 14. 50 Units Outdoor Bullet Type Ip Camera Hd, 1920x1080p, 4mp Full Color 1/2.8” 2megapixel Progressive Scan Starvis™ Cmos H.265 & H.264 Triple-stream Encoding 25/30 Fps@1080p (1920 × 1080) Wdr (120 Db), Day/night (icr), 3d Dnr, Awb, Agc, Blc Multiple Network Monitoring: Web Viewer, Cms (dss/pss) & Dmss 2.7 Mm–13.5 Mm Motorized Lens 2/1 Alarm In/out, 1/1 Audio In/out Max. Ir Leds Length 50 M Micro Sd Memory, Ip67, Ik10 With Epoe Technology, Realizes Full Duplex Transmission Over 800 Meters At The Speed Of 10mbps Or 300 Meters At The Speed Of 100mbps Via Cat5 Or Coaxial Cable Media It Supports Poe And Poc Power Supply Technology, Has Greatly Simplified Construction & Wiring. Pro Ai Series Contains Face Capture, Perimeter Protection & People Counting Functions. Powered By Deep-learning Artificial Intelligence Algorithms. Starlight & Smart Ir Technology. Fully Protected From Dust & Water, Certified Ip67 And Vandal Resistant To Ik10 Standard. 15. 1 Lot Electrical Materials & Connections To Each Of The Camera Locations 16. 4 Kms. G.652 Fiber Optic 12 Core With Messenger, Armour, For Aerial Installation As Jumper From The Existing Fiber To All New Cctv Locations 17. 20 Sets Ip Based All Weather Outdoor Emergency Phone That Can Call The Command Center With Public Address Speaker System 18. 19 Units Inline Fiber Closure 96f C. For Cdrrmo, Police And Fire Station Connectivity Item Qty. Uom Description 19. 3 Units Ip Phone Hd Poe 20. 3 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 21. 3 Units 12ru Data Cabinet With Complete Accessories 22. 3 Units Smart Online Ups 1,000va, Lcd 230v Output Power Capacity 700watts/1.0kva Nominal Output Voltage 230v Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage Output Voltage Distortion Less Than 5% At Full Load Output Voltage Note: Configurable For 220 Or 240 Nominal Other Output Voltages 220, 240 Topology Line Interactive Waveform Type Sine Wave D. Replacement For Defective Equipments Item Qty. Uom Description 23. 11 Units Smart Online Ups 1,000va, Lcd 230v Output Power Capacity 700watts/1.0kva Nominal Output Voltage 230v Output Voltage Note Configurable For 220 : 230 Or 240 Nominal Output Voltage Output Voltage Distortion Less Than 5% At Full Load Output Voltage Note: Configurable For 220 Or 240 Nominal Other Output Voltages 220, 240 Topology Line Interactive Waveform Type Sine Wave 24. 2 Units Epon Onu With 8 Poe Manageable Ports, Can Set Vlan In Each Port 25. 2 Units Outdoor Bullet Type Ip Camera Hd, 1920x1080p, 4mp Full Color 1/2.8” 2megapixel Progressive Scan Starvis™ Cmos H.265 & H.264 Triple-stream Encoding 25/30 Fps@1080p (1920 × 1080) Wdr (120 Db), Day/night (icr), 3d Dnr, Awb, Agc, Blc Multiple Network Monitoring: Web Viewer, Cms (dss/pss) & Dmss 2.7 Mm–13.5 Mm Motorized Lens 2/1 Alarm In/out, 1/1 Audio In/out Max. Ir Leds Length 50 M Micro Sd Memory, Ip67, Ik10 With Epoe Technology, Realizes Full Duplex Transmission Over 800 Meters At The Speed Of 10mbps Or 300 Meters At The Speed Of 100mbps Via Cat5 Or Coaxial Cable Media It Supports Poe And Poc Power Supply Technology, Has Greatly Simplified Construction & Wiring. Pro Ai Series Contains Face Capture, Perimeter Protection & People Counting Functions. Powered By Deep-learning Artificial Intelligence Algorithms. Starlight & Smart Ir Technology. Fully Protected From Dust & Water, Certified Ip67 And Vandal Resistant To Ik10 Standard Door Bullet Type Ip Camera Vi. Other Components 1. The Prospective Bidder Must Conduct A Site Inspection Survey Regarding The Placement And Location Of Cctv Posts, Cameras, Outdoor Equipment, Cabling Route And Command Center Equipment. Prospective Bidder Must Execute An Affidavit That The Site Inspection Survey Has Been Done. 2. The Prospective Bidder Must Have At Least Four (4) Fiber Optic Technicians Certified By The Fiber Optic Association (foa) To Undertake The Installation Of Fiber Cabling, Aside From The Manager, Safety Officer And Electrician. The Prospective Bidder Must Submit The Certifications Of Their Technicians To Be Attached With The Bid Documents. Proof Of Employment With The Prospective Bidder Will Be Verified During Post Qualification. Position Required Personnel Manager 1 Safety Officer 1 Fiber Optic Technician 4 Electrician 1 3. The Prospective Bidder Must Submit A Detailed Design Attached With Their Bid Documents. The Twg Will Review, Evaluate And Compare The Submitted Detailed Designs Of The Prospective Bidders. 4. The Prospective Bidder Must Have A Pcab Sp-cf License. 5. The Prospective Bidder Must Attach The Following Camera Manufacturer's Certificate: 5.1 The Prospective Bidder Must Submit Cctv Camera Manufacturer's Certification For Full Technical And Warranty Support Of The Project. 5.2 Iso 45001 - Occupational Health & Safety Management Related To Design, Development, Manufacture, Sales & Maintenance Service. 5.3 Iso 14001 – International Standard For Environmental Management Systems (ems). 5.4 Iso 9001 – Internationally Recognized Standard For Quality Management Systems (qms). *** Note: These Certificates Should Come From The Camera Manufacturer 6. The Prospective Bidder Must Have A Technical Support Group And Network Operations Center (noc) That Operates 24/7 Based In The Province Of Negros Oriental. After Sales Service Target Response Time Should Be 2-3 Hours After A Technical Issue Has Been Reported. 7. The Prospective Bidder Must Have A Previous Outdoor Fiber Optic Cabling Project Worth At Least 50% Of The Abc In The Last 2 Years And Submit A Copy Of The Project Po Or Contract Or Project Completion Certificate As Proof And To Be Attached With The Bid Documents. 8. The Winning Bidder Must Be Able To Complete The Entire Project Within 120 Days After The Notice To Proceed (ntp). 9. The Winning Bidder Should Shoulder The Labor Cost On The Installation Of Kwhr Meters And The Application Of Electrical Permit For The Kwhr Meters. The Winning Bidder Must Be Able To Integrate This Project To The Existing Cctv Fiber Optic Network And Equipment At The Bais Cctv Command Center, 2nd Floor, New Public Market, Barangay Hangyad, Bais City. The Approved Budget For The Contract Is To Be Taken From 20% Edf 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On February 18, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On March 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
4441-4450 of 4766 archived Tenders