Cloud Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
Details: December 27, 2024 Department Of Veterans Affairs Northport Va Medical Center 79 Middleville Road, Northport Ny, 11768 Scope Of Work Project: 632-15-101 - Replace Primary Electrical Distribution Ph 1 Location Of Project This Project Is For Replacing Primary Electrical Distribution System For Northport Va Medical Center Facilities At 79 Middleville Road, Northport, Ny 11768. Scope Of Work This Project Is To Replace Primary Electrical Distribution System Up To Manhole P-7 Near Building 17. Scope Of Work Includes But Is Not Limited To The Following: Develop Site To Build New Switchgear Building And New Roadway. Construct New Building To Accommodate New 15 Kv Medium Voltage Switchgear And Equipment Service The Building. Provide Two Utility Feeders From Pseg Long Island Utility Poles On The Middleville Road. All Pseg Utility Work Shall Be Coordinated By The Contractor. Provide New Underground Concrete Encased Ductbank Feeders A, B, C, D And E For The Campus From 15kv Medium Voltage Switchgear Up To Manhole P-7. Provide New Underground Concrete Encased Ductbank For Optical Fiber Cabling Distribution And Terminations To Interface New Mv Switchgear Building With Campus Infrastructure. Provide New Heavy-duty Roadway And New Site Lighting To New Switchgear Building. Demolition Of Existing 15kv Switchgears And Enclosure. Demolition Of Existing 15kv Switchgears And Enclosures Added For Chp Project. Contractor Shall Visit The Facility To Familiarize Themselves With The Areas Of Work Before Submitting A Bid. The Contractor Shall Furnish Labor And Materials And Perform All Work As Required By The Drawings And Specifications, The Contract And Bid Documents. Contractor Shall Provide As-builts In Pdf And Most Current Autocad Version Upon Conclusion Of The Project. Schedule: Project Timeline Is 720 Calendar Days From The Notice To Proceed For Field Installation Services. Requirements: The Contracting Officer Or His/her Designee Will Notify The Contractor Of Any Noncompliance With The Foregoing Provisions And The Action To Be Taken. The Contractor Shall, After Receipt Of Such Notice, Immediately Correct The Conditions To Which Attention Has Been Directed. Such Notice, When Served On The Contractor Or His/her Representative At The Site Of The Work, Shall Be Deemed Sufficient For The Purpose Aforesaid. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue An Order Stopping All And Any Part Of The Work And Hold The Contractor In Default. Compliance: Contractor Shall Comply With All Va Infection Control Requirements, Penetration Requirements Etc. Including Obtaining All Necessary Permits. All Work Must Be Coordinated With The Cor. The Contractor Shall Comply With Va Contractor Id Badge Requirements. The Contractor To Provide To Cor Weekly Reports. And Meet With Cor Daily. Vicinity And Work Time Shall Be Defined By The Cor. Loud Work Shall Be Defined By The Cor. Contractor To Comply With All Va Requirements For Work In Healthcare Facilities. Contractor To Comply With All Specification And Drawing Requirements. Contractor To Provide All Close Out Documentation 15 Days Prior To Completion Of Project. Upon Acceptance Of Closeout Documentation By The Va Contractor Can Apply For Final Payments. Contractor To Provide 1-year Guarantee Of All Materials And Workmanship From Date Of Receipt And Verification Of Installation Operation And All Required Certifications. Upon Acceptance Of Closeout Documentation By The Va Contractor Can Apply For Final Payments. A Site Walk Through Shall Be Scheduled By The Co And Must Be Attended By All Prospective Bidders. Inspection, Safety And Security: The Cor Will Perform The Inspection In The Presence Of The Contractor Personnel, Prior To The Contractor Personnel Leaving The Facility. No Invoices Will Be Processed For Payment Prior To The Completion Of Cor Inspection. Request For Interruption Of Any Services Must Be Approved By The Cor, Contractors Shall First Make A Request In Writing (email, Letter, Etc.) Requesting Any Interruption Of Any Service Four (4) Weeks In Advance. Some Work May Need To Take Place On Nights And Weekends. There Shall Be No Live Electrical Work At Any Time. Contractors Shall Be Responsible To Plan And Coordinate All Work With The Cor Who Will Coordinate And Provide Access. Contractors Are Responsible For Safety, Record Keeping, Security Monitoring, And Inspection Of Area. Maintain Certified Payroll And Daily Logs. Contractors Shall Coordinate With Engineering Piv Card Sponsor As Directed By Cor, Copy Of Osha 10 Hour; See Va Specification Section 01 00 00 General Requirements For A Complete List Of Required Documents. Piv Card Request Forms In Pdf Format Are Included In This Procurement. The Contractors Shall Designate A Competent Person Refer To Specification 01 35 26, Safety Requirements For Training Documentation. All Contractor Personnel And Its Sub-contractors Must Wear Face Masks All The Time While On Va Property. Other Related Services (not Included In The Scope Of Work) Any Services Not Expressly Stated In This Statement Of Work Are Not Authorized. Services Such As Inspection, Original Equipment Manufacturer (oem) Required Maintenance, Or Other Maintenance And Repair Vital To The Continued Functioning Of The Systems May Be Added Only After Written Modification From The Contracting Officer. No Other Person, Including The Cor Or Any Other Va Personnel Are Authorized To Request Additional Work Be Performed By The Contractor. Any Additional Services Performed That Are Not Authorized By The Contracting Officer Will Be Considered Inclusive. Construction Management Platform Requirements: Construction Contractors And A/e Design Firms, Selected By Award To Perform Work At Visn 2 Va Facilities, Are Required To Utilize Visn 2 Autodesk Build Construction Management Platform, Also Called Autodesk Construction Cloud (acc). Access To The Platform And Training Portal Will Be Provided By Visn 2 Through Project Contracting Officer Representative (cor) At No Cost For The Duration Of The Project. Autodesk Build Is The Management And Collaborative Environment That Visn 2 Uses For All Its Non-recurring Maintenance (nrm), Minor Program Projects, Feasibility Studies, Commissioning And Retro-commissioning Contracts.â There Is No User, License, Or Subscription Fee To The Contractor For Using This Cloud-based Platform. Contractor Shall Accomplish And Complete The Following Tasks Upon Award Of Contract: Request Access To Acc Platform And Productivitynow Elearning Site To Project Va Cor Nlt 14 Days From Contract Award. Only Staff That Shall Utilize The Platform To Be Granted Access. Examples: Project Manager, Sub-contractors Poc, Site Manager, Safety Officer, Etc. The Access Request Shall Be In Writing And Include A List Of Staff. The List Shall Include The Following Information: Full Name Company Name Email Address Role/position On The Project (i.e., Project Manager, Site Super) Upon Granting Access, Staff Shall Complete Required Acc Training Through Productivitynow Platform Within 12 Calendar Days. Upon Successful Completion Of Training, Contractor Shall Submit Certificates Of Completion To Cor Nlt 2 Business Days. Access To Productivitynow Elearning Will Expire After 12 Calendar Days After Online Access Is Granted. Contractor Shall Complete Acc Training Within That Period. Additional Staff And Subcontractors Can Be Added At Any Time With A Request Submission To The Project Cor As Described Above. The Contractor Shall Only Use The Acc Platform For Contract Required Submissions, Official Project Correspondence To Be Acknowledged, Reviewed, And Actioned By The Responsible Party. No Additional Time Shall Be Added To The Contract, Nor An Increase In Contract Amount Be Provided For The Contractor S Failure To Utilize The Acc Platform As The Project S Official Communication And Collaboration System. Any Correspondence Out Of Platform Shall Not Be The Governing Authority Contradicting Direction And Will Be At The Contractor S Expense. Official Project Correspondence And Collaboration Includes But Not Limited To: Rfis, Submittals, Schedules, Shutdown Requests, Actionable Tasks, Reports, Testing, Safety Inspections, Photos, And Site Surveys. Contractor Must Inform The Cor Of Any Staff Changes Nlt 2 Business Days From The Change. Staff Changes Pertains To Staff Who Was Granted Access To The Acc Platform. Contractor Shall Request Termination Of Access, Replacement Of Personnel And/or Any Other Action That Might Impact The Contractor Ability To Maintain Required Utilization Of The Platform. Contractor Submission Requirements Cannot Be Accepted For Work To Begin Without Meeting All Acc Platform Requirements Outlined Herein, Including Completing Required Acc Platform Training. Information Security This Contract Does Not Involve Va Sensitive Information And Contractor Personnel Do Not Require Access To Va Computer Systems. Information Made Available To The Contractor Or Subcontractor By Va For The Performance Or Administration Of This Contract Or Information Developed By The Contractor/subcontractor In Performance Or Administration Of The Contract Shall Be Used Only For Those Purposes And Shall Not Be Used In Any Other Way Without The Prior Written Agreement Of Va. Information Security/privacy/ Records Management - The Department Of Veterans Affairs, Va Must Comply With All Applicable Privacy And Confidentiality Statutes And Regulations. One Of The Requirements In Va Is To Have All Personnel Trained Annually On Privacy Requirements. Privacy Represents What Must Be Protected By Va In The Collection, Use, And Disclosure Of Personal Information Whether The Medium Is Electronic, Paper Or Verbal. This Document (20939 Training) Satisfies The Basic Privacy Training Requirement For A Contractor, Volunteer, Or Other Personnel Only If The Individual Does Not Use Va Sensitive Information Or Protected Health Information (phi) In Any Form Such As Electronic Or Paper Or Have Access To Any Va Computer System. The Contracting Officer Representative (cor/ Cotr/ Project Manager) Is Responsible To Obtain This Training From The Contractor And To Maintain According To The Records Control Schedule (rcs 10-1). National Archives And Records Administration (nara) Records Management: 1. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion. 2. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation. 3. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created While Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data. 4. The Department Of Veterans Affairs Northport Medical Center And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of The Department Of Veterans Affairs Northport Medical Center Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Northport Vamc. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230. 5. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To The Department Of Veterans Affairs Northport Medical Center Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4). 6. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And The Department Of Veterans Affairs Northport Medical Center Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information. 7. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With The Department Of Veterans Affairs Northport Medical Center Policy. 8. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public The Department Of Veterans Affairs Northport Medical Center Information That Are Not Specifically Tied To Or Authorized By The Contract. 9. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act. 10. The Department Of Veterans Affairs Northport Medical Center Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which The Department Of Veterans Affairs Northport Medical Center Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20. 11. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training. 12. If Va Determines That The Contractor Has Violated Any Of The Information Confidentiality, Privacy, And Security Provisions Of The Contract, It Shall Be Sufficient Grounds For Va To Withhold Payment To The Contractor Or Third Party Or Terminate The Contract For Default Or Terminate For Cause Under Federal Acquisition Regulation (far) Part 12. 13. If A Vha Contract Is Terminated For Cause, The Associated Baa Must Also Be Terminated And Appropriate Actions Taken In Accordance With Vha Handbook 1600.01, Business Associate Agreements. Absent An Agreement To Use Or Disclose Protected Health Information, There Is No Business Associate Relationship.
Closing Date8 May 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Thirty (30) Calendar Days Upon Receipt Of The Approved Funded Purchase (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year Warranty For Equipment; 1 Year It Equipment From Date Of Acceptance By The End-user. William V. Lucero 4. Price Validity Shall Be For A Period For A Period Of Sixty (60) Calendar Days. Bac Chairperson 5. Mayor’s Permit/ Business Permit, Philgeps Registration Certificate, Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product, If Applicable. 7. Please Indicate The Brand For Each Items Being Offered. 8. The Approved Budget Ceiling For This Procurement Is P 430,750.00 Item No. Item Description Qty Unit Unit Price Total Price 1 Laptop Computer (for Applications Use) 1 Unit Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 10-cores And 4.60 Ghz Max Turbo Frequency Internal Memory/ram: 16gb Ddr4 Storage: 512gb Ssd Display & Graphics: 14-inch Diagonal Full High-definition Wide Screen Display With Integrated Graphics Memory Audio: Integrated High-definition Audio Support, Integrated Speakers And Integrated Digital Microphone Webcam: Integrated Widescreen Hd Io Ports: 3 Usb (2 Type-a And 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Bluetooth, Wireless Lan (auto Detecting And Auto Sensing), Gigabit Ethernet Weight: Not More Than 1.9 Kg / 4.2 Lbs. Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Property Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferable.it Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories Mouse: Optical With A Mouse Pad (same Brand As The Laptop) Carry Case: Manufacturer's Standard Cable Adapter: Gigabit Ethernet Cable Adapter (for Laptop Models Without Ethernet Port) Headset: With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In Current Catalog And Not End-of Life. Manufacturer's Certificate Is Required. Components: All Components Must Be Same Brand As The Laptop (except For The Headset) And Manufacturer Installed And New.the Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Laptops That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts Including Mouse, Headset With Microphone And Associated Software And Onsite Labor From The Date Of Inspection And Acceptance Report (iar). In Any Case That The Laptop Neeeds To Be Pullout For Servicing, The Supplier Must Return The Unit Within Two (2) Weels Or A Service Unit With The Same Or Higher Specifications Must Be Issued. Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am-5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Additional Notes: This Technical Specification Shall Be Used Along With The Certification Issued By Ims. End User : Procurement Unit - Mary Jane J. Remigio 2 Desktop Computer (for Applications Use) 3 Set Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 14-cores And 4.80 Ghz Max Turbo Frequency Internal Memory/ram: 32gb Ddr4 Storage: 1 Tb 7200rpm Hdd + 512gb Ssd Display & Graphics: 21-inch Diagonal Full High-definition Wide Screen Or Wide Viewing Angle Ips Display (same Brand As Cpu); Integrated Graphics Memory Audio: Integrated Sound Card With Internal/external Speaker Expansion Slot: 4 Slots On-board, At Least 1 Pci Express Slot Cooling System: Air Cooling System Io Ports: Minimum Of 6 Usb Slots (at Most 1 Type-c), Hdmi/display Port, Audio Port, Ethernet (rj-45) Network Interface: Integrated Gigabit Ethernet Casing: Two (2) External Drive Bays Software Operating System: Licensed Oem Windows 11 Professional 64-bit With Media Installer. Must Be Activated With Microsoft Prior To Delivery. Recovery Media: All Drivers And Utilities Must Be Stored In Any Electronic Storage Media. It Must Be Property Labelled And Virus Free. Office Software: Microsoft Office Standard (latest Version) Under Cloud Solution Provider (csp) Agreement. The Licenses Must Be Perpetual And Transferrable.it Must Be Licensed And Named After The Dpwh And Can Be Added To The Department's Existing Tenant Domain Dpwhgovph.onmicrosoft.com And Primary Domain Dpwh.gov.ph. The Supplier Must Present A Certificate As A Certified Csp Direct Partner In The Philippines. Accessories Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Laptop) Power Supply: Manufacturer's Standard Cables And Connectors: All Necessary Cables And Connectors; Patch Cord (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange) Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Computers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In Current Catalog And Not End-of Life. Manufacturer's Certificate Is Required. Components: All Components Must Be Same Brand As The Computer (except For The Webcam And Headset) And Manufactured Installed.. The Supplier Is Not Allowed To Change Or Add Any Components To The Equipment. Regulatory: Energy Star Certified (with Energy Star Stamp). For Desktop Computers That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or A Test Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With The Standard Manufacturer's Documentation On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A 1-year Warranty On All Parts And Including Mouse, Keyboard, Webcam, Headset With Microphone And Associated Software And Onsite Labor From The Date Of Inspection And Acceptance Report (iar). Technical Support: The Local Technical Support Shall Include Telephone And Email, 8 Hours Per Day (8:00am-5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of The Next Business Day. Additional Notes: The Ups (1000va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs, This Technical Specification Shall Be Used Along With Certification Issued By Ims. End User: Procurement Unit - Bryan P. Espejo ; Records Management Unit - Lynn C. Bernabe ; Cash Unit - Elvira T. Agustin 3 Multifunction Inkjet Printer (a3) 1 Unit Print Technology: Inkjet (color) Print Speed: Minimum Speed Of 30 Ppm Or 20 Ipm; Speed Measured Using A4/letter Size Paper Print Quality: 4800 X 1200 Dpi Copy Speed: Minimum Speed Of 30 Cpm Or Iso: 11 Ipm; Speed Measured Using A4/letter Size Paper Scan Resolution: 1200 Dpi; Memory Device Scan Features: Multi-sheet Scan To Single Pdf File; Scan To Network Folder; Scan To Usb/memory Device Scan Type: Flatbed And Adf Duty Cycle: 5,000 Pages Per Month; Memory: Manufacturer's Standard Ink/toner System: Continous Ink Supply System Or Ink Tank System (original Or Built-in); Refill Must Be Available Nationwide. Certificatye Of Authenticity Is Required. Pre-installed Ink Tanks With An Additional Three (3) Standard Ink Refill Bottles Per Color. Network Interface: Fast Ethernet Io Ports: Usb 2.0 (type A); Ethernet (rj-45) Paper Handling Duplex Printing: Automatic Two-sided Printing Paper Trays: Two Trays; Standard Input Tray (250 Sheets), Multi-purpose Tray (50 Sheets) Maximum Media Size: A3 (11.7 In X 17in) Media Type: Paper (bond, Light, Heavy, Plain, Recycled, Rough), Envelopes, Labels, Cardstock, Photo, Brochures. Software Supported Os: Windows 11, 10 Drivers: Original Cd/dvd Copy Or In Any Electronic Media Storage. Accessories Cables And Connectors: All Necessary Cables And Connectors; Patch Cable (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Printers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In Current Catalog And Not End-of Life. Manufacturer's Certificate Is Required. Regulatory: Energy Star Certified (with Energy Star Stamp). For Printers That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A One (1) Year Warranty For Parts And Onsite Labor From The Date Of Inspection And Acceptance Report(iar). Technical Support: The Local Technical Support Through Telephone And Email, 8 Hours Per Day (8:00am-5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Additional Notes: This Technical Specification Shall Be Used Along With Certification Issued By Ims. End User : Procurement Unit - Mary Jane J. Remigio 4 Multifunction Inkjet Printer (a4) 4 Unit Print Technology: Inkjet (color) Print Speed: Minimum Speed Of 30 Ppm Or 17 Ipm; Speed Measured Using A4/letter Size Paper Print Quality: 600 X 600 Dpi Copy Speed: Minimum Speed Of 11.5 Cpm Or 5.5 Ipm; Speed Measured Using A4/letter Size Paper Scan Resolution: 1200 Dpi Scan Features: Multi-sheet Scan To Single Pdf File; Scan To Network Folder; Scan To Usb/memory Device Scan Type: Flatbed And Adf Duty Cycle: 5,000 Pages Per Month; Memory: N/a Ink/toner System: Continous Ink Supply System Or Ink Tank System (original Or Built-in); Refill Must Be Available Nationwide. Certificate Of Authenticity Is Required. Pre-installed Ink Tanks With An Additional Three (3) Standard Ink Refill Bottles Per Color. Network Interface: Fast Ethernet Io Ports: Usb 2.0 (type A); Ethernet (rj-45) Paper Handling Duplex Printing: Automatic Two-sided Printing Paper Trays: Two Trays; Standard Input Tray (250 Sheets), Multi-purpose Tray (100 Sheets) Maximum Media Size: Legal (8.5in X 14in) Media Type: Paper (bond, Light, Heavy, Plain, Recycled, Rough), Envelopes, Labels, Cardstock, Photo, Brochures. Software Supported Os: Windows 11, 10 Drivers: Original Cd/dvd Copy Or In Any Electronic Media Storage. Accessories Cables And Connectors: All Necessary Cables And Connectors; Patch Cable (cat6, Factory Crimped With Rj-45 Connector, 5 Meters, Preferably Color Orange Other Requirements Brand And Model: Must Be Globally Recognized Brand Of Printers And Has Been Marketed In The Philippines For The Last Ten (10) Years. It Must Be In Current Catalog And Not End-of Life. Manufacturer's Certificate Is Required. Regulatory: Energy Star Certified (with Energy Star Stamp). For Printers That Do Not Carry An Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As A Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: All Equipment Shall Be Supplied With Standard Manufacturer Documentation, On Any Electronic Storage Media And Hard Copy Version Where Available. Warranty And Maintenance: The Supplier Must Provide A One (1) Year Warranty For Parts And Onsite Labor From The Date Of Inspection And Acceptance Report(iar). Technical Support: The Local Technical Support Through Telephone And Email, 8 Hours Per Day (8:00am-5:00pm) 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. Additional Notes: This Technical Specification Shall Be Used Along With Certification Issued By Ims. End User : Office Of The District Engineer-james P. Ferrer ; Procurement Unit-bryan P. Espejo; Cash Unit-elvira T. Agustin & Keith Allen Pandaraoan Whenever Possible And Economical Suppliers Should Provide Products That Are Environmentally Friendly (contain Maximum Level Of Post Consumer Recyclable Content, Non-hazardous Materials , Extended Durability And Lesser Negative Or Reduced Effect On Human Health And The Environment And/or Certified By Green Seal) Without Significantly Affecting The Intended Use Of The Product. Total Brand And Model: ______________________________ Warranty: Delivery Period: ______________________________ Price Validity: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item(s) At Prices Noted Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. Telephone #: 774 8617 C/o Bac Secretariat Ad: 18-mar-25 Print Name/signature/date
Closing Date24 Mar 2025
Tender AmountPHP 430.7 K (USD 7.5 K)

Zamboanga City Water District - ZCWD Tender

Food Products
Corrigendum : Closing Date Modified
Philippines
Details: Description P.r. No. 25-0010 Republic Of The Philippines Zamboanga City Water District Pilar Street, Zamboanga City Invitation To Bid For 1. Lease Of Venue With Meals ---------------------- 811 Pax Menu (to Be Coordinated With The End-user) Main Course - Chicken - Fish - Noodles/pasta (no Pork And Shrimps) - Vegetables (no Pork And Shrimps) - Steamed Plain Rice - Dessert - One (1) Round Softdrinks Requirements: - Servers/waiters During The Event - Provides One (1) Lechon Tray For The Vip Buffet Table – Free Of Charge - Provides Four (4) Chaffing Dishes For Chopped Lechon – Free Of Charge - Provides Lechon Chopper - Colored Table Toppers/tablecloth - State Of The Art Sound System - Provides Tables And Chairs For The Secretariat - Provides Red Carpet Along The Aisle - Complimentary Venue For Four (4) Hours - Stage Cloth Backdrop - Venue Must Be Available At 8:00am On December 19, 2025 For The Physical Setup - Three (3) Complimentary Rooms - Allow Zcwd To Utilize The Venue For The Thanksgiving Mass At 5:00pm - Free Corkages On Extra Viands, Lechon (pork/baca), Photobooth, Servers/waiters - Location Of The Venue Must Be Within The City Proper And Very Accessible To Zcwd Employees And Guests - Free And Spacious Parking Area For Employees And Guests - Clean Rest Rooms With Sufficient Water Supply Delivery Period: Friday, December 19, 2025 At 5:00pm Note: You Can Download The Philippine Bidding Documents And Omnibus Sworn Statement Revised (as Of July 3, 2023) In The Associated Components. 1. The Zamboanga City Water District, Through The Corporate Budget For The Contract Approved By The Board For Year 2025 Intends To Apply The Sum Of Four Hundred Five Thousand Five Hundred Pesos (p 405,500.00) Being The Abc To Payments Under The Contract For Purchase Requisition No. 25-0010. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Zamboanga City Water District Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Friday, December 19, 2025 At 5:00pm. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Zamboanga City Water District And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 8, 2025 From The Given Address And Website(s) 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 Ten Pesos (p 510.00) Inclusive Of Franchise/withholding Tax Of 2% Of The Bid Document Fee. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. Payment For The Applicable Fee For The Bidding Documents May Be Deposited In Our Zcwd Bid Documents Payment Account: Bank: Landbank Of The Philippines (lbp) Account Name: Zamboanga City Water District Account Number: 0191-3826-84 Account Type: Savings Bank Branch: Lbp Main Branch, Landbank Building F. Marcos Cor. Valderosa Sts., Pettit Barracks, Zamboanga City Thereafter, Send A Screenshot Or Scanned Copy Of The Deposit/confirmation Slip To Our Email Address, Bac@zcwd.gov.ph, On Or Before The Deadline For The Submission Of Bids. 6. The Zamboanga City Water District Will Hold A Pre-bid Conference1 On April 15, 2025 At 2pm At The Office Of The Bids And Awards Committee (bac), 3rd Floor, Zcwd Bldg., Pilar St., Zamboanga City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. Please Refer To The Link Below For The Scheduled Meeting: Pre-bid Conference Of Pr Nos. 25-0008, 25-0010, 25-0027 25-0049, 25-0050 & 25-0070 Tuesday, April 15 · 2:00 – 4:30pm Time Zone: Asia/manila Google Meet Joining Info Video Call Link: Https://meet.google.com/ufb-ayuv-wsr 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 2:00 Pm On April 29, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 29, 2025 At 2pm At The Given Address Below At The Office Of The Bids And Awards Committee (bac), 3rd Floor, Zcwd Bldg., Pilar St., Zamboanga City And/or Via Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Please Refer To The Link Below For The Scheduled Meeting: Public Bid Opening For Pr Nos. 25-0008, 25-0010, 25-0027, 25-0049, 25-0050 & 25-0070 Tuesday, April 29 · 2:00 – 5:30pm Time Zone: Asia/manila Google Meet Joining Info Video Call Link: Https://meet.google.com/vce-abpi-nnz 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Zamboanga City Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Vincent F. Fernandez Chairperson, Bids & Awards Committee Zamboanga City Water District Zcwd Bldg., Pilar St., Zamboanga City, 7000 Bac@zcwd.gov.ph Telefax No. (062) 991-6185 Www.zcwd.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.zcwd.gov.ph; Www.philgeps.gov.ph [if Applicable] For Online Bid Submission: [indicate Website] _________(signed)_________ Atty. Vincent F. Fernandez Chairperson Bids & Awards Committee
Closing Date8 May 2025
Tender AmountPHP 405.5 K (USD 7.2 K)

City Of Tayabas Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Invitation To Bid For Project # 25-037 Supply And Delivery Of Construction Materials For Improvement/concreting Of Farm To Market Road - Brgy. Isabang, City Of Tayabas 1.the City Government Of Tayabas, Through The 20% Df Continuing 2025 Intends To Apply The Sum Of One Million Seven Hundred Twenty-nine Thousand Eight Hundred Twenty-four Pesos And 34/100 (php 1,729,824.34) Being The Abc To Payments Under The Contract For Project # 25-037 Supply And Delivery Of Construction Materials For Improvement/concreting Of Farm To Market Road - Brgy. Isabang, City Of Tayabas. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the City Government Of Tayabas Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Per Delivery Schedule. Bidders Should Have Completed, Within Five (5) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From City Government Of Tayabas And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 28, 2025 (friday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of One Thousand Pesos (p 1,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6.the City Government Of Tayabas Will Hold A Pre-bid Conference[] On March 07, 2025 (friday) 10:00 Am At Bids And Awards Committee Office, 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before March 19, 2025 (wednesday), 10:00 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 14. 9.bid Opening Shall Be On March 19, 2025 (wednesday), 10:01 A.m. At The Given Address Below .bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Procuring Entity Is The City Government Of Tayabas With Email Address Of Bidsandawards@gmail.com For The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submission 11.the City Government Of Tayabas 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12.for Further Information, Please Refer To: Raymond S. Bermudez Head, Bac Secretariat 2nd Floor New City Hall, Brgy. Baguio, Tayabas City, Quezon (042)-797-3778 13.you May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/gepsnonpilot/tender/splashopportunitiessearchui.aspx?menuindex=3&clickfrom=openopp&result=3 Item No. Unit Description Qty Supply And Delivery Of Construction Materials For Improvement/concreting Of Farm To Market Road - Brgy. Isabang, City Of Tayabas 1. Box Welding Rod (20kgs) 1 2. Kgs #16 Gi Tie Wire 211 3. Lm 0.35mm Corrugated Gi Sheet 30 4. Pcs 1.5mm Thk X 50mm X 100mm X 6m Cee Purlins 10 5. Pcs 10mm Dia. X 6m Rsb Std. 43 6. Pcs 11.50mm Thk X 1.20m X 2.40m Marine Plywood 67 7. Pcs 12mm Dia. X 6m Rsb Std. 1,529 8. Pcs 150mm X 150mm X 3.6m Coco Lumber 10 9. Pcs 16mm Dia. X 6m Rsb Std. 259 10. Unit 2.40m X 2.40m Tarpaulin 1 11. Pcs 200-ltr Capacity Plastic Container 6 12. Pcs 3' X 2' Safety Signages 4 13. Pcs 50mm X 150mm X 3.6m Coco Lumber 30 14. Pcs 50mm X 200mm X 3.6m Coco Lumber 40 15. Pcs 50mm X 50mm X 3.6m Coco Lumber 51 16. Pcs 50mm X 75mm X 3.6m Coco Lumber 203 17. Pcs 5mm Thk X 1.20m X 2.40m Marine Plywood 10 18. Pcs 5mm-thk X 38mm X 38mm X 6m Angle Bar 5 19. Bags Asphalt Sealant 1 20. Roll Caution Tape (yellow) 1 21. Cu.m. Coarse Aggregate (blended-crushed Gravel And Filler Materials) 14 22. Kgs Common Wire Nail Asstd 34 23. Kgs Concrete Nail Asstd 35 24. Pcs Cutting Disc #14"(metal) 4 25. Pcs Diamond Blade Concrete Cutter #14 1 26. Unit Dust Mask 13 27. Cu.m. Filling Materials (aggregates) 14 28. Cu.m. Gravel 105 29. Liter Grease 1 30. Pcs Hacksaw Blade 10 31. Pairs Hand Gloves 13 32. Roll Laminated Sacks / Roll/8 Ft. 1 33. Sets Miscellaneous (medicine Cabinet First Aide Kit) 1 34. Pcs Nylon Cord (tysi -0.90mm) 22 35. Pcs Plastic Pail 7 36. Bags Portland Cement 774 37. Unit Safety Goggles 13 38. Unit Safety Helmet 13 39. Pairs Safety Shoes 13 40. Unit Safety Vest Net Type 13 41. Cu.m. Sand (s-1) 61 42. Pcs Shovel 5 43. Kgs Umbrella Nail 2 1/2 2 X-x-x-x-x-x-x----nothing Follows ----x-x-x-x-x-x-x February 28, 2025 ______________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date19 Mar 2025
Tender AmountPHP 1.7 Million (USD 30.1 K)

City Of Lipa Tender

Security and Emergency Services
Philippines
Details: Description 1.the Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "supply And Installation Of Cctv(facade And Perimeter)-phase 1" With An Approved Budget For The Contract (abc) Eight Hundred Thousand Pesos Only (php 800,000.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 1 Lot Supply And Installation Of Cctv (facade And Perimeter) Scope Of Works: 1.scaffolding Rental - 1 Lot H-frame Set, Clamps, Ladder & Catwalk, Labor And Etc. / Consumables 2.supply And Installation Of Cctv A.bullet Camera 4mp - 9 Pcs High Quality Imaging With 4 Mp Resolution -24/7 Colorful Imaging -support Human And Vehicle Detection -clear Imaging Even With Strong Back Lighting Due To 120 Db Wdr -efficient H.265+ Compression Technology -support On-board Storage Up To 256gb (sd Card Slot) -built-in Microphone For Real-time Audio Security Certifications: Cb (iec 62368-1) Fcc: 47 Cfr Part 15, Subpart B Ce-emc (en 55032, En 61000-3-2, En 50130-4 Ce-rohs (2011/65/eu Ip67 (iec 60529-2013) B.nvr 32 Channel - 1 Unit Up To 32-ch Ip Camera Inputs H.265+/h.265/h.264+/h.264 Video Formats Up To 2-ch@12 Mp Or 3-ch@8 Mp Or 6-ch@4 Mp Or 12-ch@1080p Decoding Capacity Up To 256 Mbps Incoming Bandwidth Certifications: Part 15 Subpart B, Ansi C63.4-2014 En 55032: 2015, En 61000-3-2, En 61000-3-3, En 50130-4, En 55035: 2017 C. Monitor 43" - 1 Unit 43'' Fhd Monitor Light And Cost-effective Plastic Housing Suitable For Continuous 24/7 Operation 178°h/178°v Extra-wide Viewing Angle For Overall Viewing Performance High Fidelity Digital Processing For A Brilliant And Vivid Video 8ms Fast Response Time With No Image Blurring Or Ghosting Support Multiple Signal Inputs Such As Hdmi, Vga And Usb Built-in Speakers Physical Button And Infrared Remote Dual Control Mode Certifications: Ce/fcc D. Hard Disk 8tb Hdd - 2 Units Hdd 8tb Internal Hard Drive Hdd 3.5 Inch Sata 6gb/s 7200 Rpm 256mb Sanitize Instant Erase (sie) And Self-encrypting Drive (sed) E.24 Port Gigabit Smart Poe Switch - 2 Units 24 X Gigabit Poe Rj45 Ports 1 × Gigabit Rj45 Port 1 X Gigabit Fiber Optical Port Total Poe Power Budget 230 W Unified Cloud Management For Security Systems Network Topology At Your Fingertips Remote Troubleshooting Visualized Topology Management Up To 300 M Long-range Poe Transmission 6 Kv Surge Protection Certifications: Cb (iec 62368-1: 2014, Second Edition) Ce-emc (en 55032: 2015+a11: 2020, En 50130-4: 2011+a1: 2014) Ce-rohs (2011/65/eu) F.poe Switch 16 Port - 4 Units 16 10/100/1000mbps Ports Innovative Energy-efficient Technology Saves Power Consumption Supports Mac Address Self-learning, Auto Mdi/mdix And Auto Negotiation Plug & Play Design Standards:ieee 802.3i, Ieee 802.3u, Ieee 802.3ab , Ieee 802.3x Certifications:fcc, Rohs G.poe Switch 8 Port - 4 Units Eight 10/100/1000mbps Rj45 Ports Equipped With Four 802.3af/at Poe+ Ports With Up To 30w For Each Port, Data, And Power Can Be Transferred On One Single Cable Supports Poe Power Up To 64 W For All Poe Ports* Provides Network Monitoring, Traffic Prioritization, Vlan Features, And Poe Auto Recovery Simple Network Set-up On Top Of Plug-and-play Connectivity Standards: Ieee 802.3i, Ieee 802.3u, Ieee 802.3ab, Ieee 802.3af, Ieee 802.3x, Ieee 802.1q, Ieee 802.1p, Ieee 802.3at Certifications: Fcc, Ce, Rohs H.access Point (wireless) - 6 Units Up To 150mbps On 5ghz Wireless Data Rates 23dbi High-gain Directional Antenna And A Dedicated Metal Reflector, Ideal For Long-distance Wireless Transmission Up To 20km Excellent Beam Directivity, Improved Latency And Noise Cancellation Innovative Snap-lock Parts Make For Fast Assembly And A Sturdy Structural Design Keeps Stable Even In Strong Winds Durable Ip65 Weatherproof Enclosure Along With 15 Kv Esd And 6 Kv Lightning Protection Ensures All-weather Suitability -improves Throughput, Capacity And Latency Performance -gives Administrators A Free, Centralized Management System Passive Poe Supports To Allow Flexible Deployment And Convenient Installation Certifications: Ce, Fcc, Rohs, Ip65 I.ups 1kva - 1 Unit 1kva, Floor/wall Mount,230v, 4x Universal Outlets, Avr Standards: En/iec 62040-1:2019/a11:2021 En/iec 62040-2:2006/ac:2006 En/iec 62040-2:2018 Certifiactions: Ce J. Tv Wall Bracket - 1 Set Tv Wall Bracket For 43 In Monitor 2. Wires/cables/conduits - Lot Materials Needed For Installation Such As Moldings, Pipes, Adhesives, Cables Brackets, Paint, Clamps Etc 800,000.00 Note: Kindly Indicate The Brand On Your Quotation. 2.philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3.the Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Batangas State University Lipa Brgy. Marawoy, Lipa City Batangas 4217 And Shall Be Received By The Committee On Or Before 5:00 Pm Of May 27, 2025. E-mail : Procurement.lipa@g.batstate-u.edu.ph 4.the Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Ms. Evangeline A. Garcia Head, Procurement Office Batangas State University Lipa Brgy. Marawoy, Lipa City Batangas 4217 (043)779-8400 Loc 3105/0917-129-3813
Closing Date27 May 2025
Tender AmountPHP 800 K (USD 14.3 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For Contract Id : 24nf0124 Contract Name : Installation/application Of Safety Devices At Jct. Del Carmen-sta. Monica-san Isidro Road Location Of The Contract: Siargao Island, Surigao Del Norte Brief Description : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract (abc): Php 10,000,000.00 Source Of Funds : Fy 2024 Gaa Contract Duration : 25 Calendar Days Bid Document Fee : Php 10,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 10,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 24nf0124, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 25 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). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Small B; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 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 Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 From Given Address And Website/s Below, In The Amount Of Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before January 9, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From December 20, 2024 To January 9, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On December 27, 2024 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before January 9, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids January 9, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 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 January 9, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office 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. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph December 19, 2024 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: December 20-26, 2024 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date9 Jan 2025
Tender AmountPHP 10 Million (USD 172.3 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For Contract Id : 25nf0020 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay Del Carmen, San Isidro, Surigao Del Norte Location Of The Contract: Barangay Del Carmen, San Isidro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Nep Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Intends To Apply The Sum Of Php 9,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0020, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 180 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). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Small B; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 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 Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 From Given Address And Website/s Below, In The Amount Of Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before January 9, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From December 20, 2024 To January 9, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On December 27, 2024 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before January 9, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids January 9, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 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 January 9, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office 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. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph December 19, 2024 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: December 20-26, 2024 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date9 Jan 2025
Tender AmountPHP 9.9 Million (USD 170.5 K)

Municipality Of Manolo Fortich, Bukidnon Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Invitation To Bid For Supply And Delivery Of Information And Communication Technology Equipment Under General Fund (2025-1st Half)-awarded Per Item The Local Government Unit Of Manolo Fortich Through The General Fund Intends To Apply The Sum Of One Million Two Hundred Eighty-eight Thousand Forty-four Pesos And Ten Centavos (php 1,288,044.10) Being The Abc To Payments Under The Contract For Supply And Delivery Of Information And Communication Technology Equipment Under General Fund (2025-1st Half)-awarded Per Item). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Number Unit Description Quantity Total Cost 1 Set Desktop Computer Set Core I5(latest Gen); 16gb Ram Ddr5 Or Ddr4; 256 Ssd M.2 + 1 Tb Hdd; True Rated Psu; 22 Inches Led Glossy Monitor; Mouse And Keyboard; Avr And Ups; 4gb Gpu; Casing With Fan; With Speaker 12 635,745.60 2 Unit Laptop Intel Core I7 (latest Gen) 16 Gb Ram Ddr5 1 Tb Ssd 15.6" Screen Rtx Series Gpu Windows 11 1 80,000.00 3 Unit Laptop Core I5 (latest Gen), 16gb Ddr4 Or Ddr5 Memory, 512gb M.2 Nvme Ssd With Numpad With Bag, Mouse And Usb To Lan Adapter If The Unit Does Not Have A Lan Port 1 55,000.00 4 Set Laptop (cpu: M3 Chip) -8-core Cpu With 4 Performance Cores(m3 Chip) And 4 Efficiency Cores, 8 Cores Gpu 16-core Neural Engine, 100gb/s Memory Bandwidth,8gb Unified Memory, 256 Gb Ssd, Liquid Retina Display 13.6-inch, Two Thunderbolt / Usb 4 Ports With Support For: Charging And Displayport, 1.13cm Thick With Latest Mac Os, Laptop Bag, Mouse, Charger, Usb To Rj45 Adapter 2 176,007.00 5 Set Laptop (cpu: M3 Chip) -8-core Cpu With 4 Performance Cores(m3 Chip) And 4 Efficiency Cores, 8 Cores Gpu 16-core Neural Engine, 100gb/s Memory Bandwidth,8gb Unified Memory, 256 Gb Ssd, Liquid Retina Display 13.6-inch, Two Thunderbolt / Usb 4 Ports With Support For: Charging And Displayport, 1.13cm Thick With Latest Mac Os, Laptop Bag, Mouse, Charger, Usb To Rj45 Adapter 1 88,003.50 6 Unit Printer A3 Printer - All In One Heavy Duty Inktank Printer With Adf-maximum Copy And Print Size: A3; Maximum Scan Area: 297.18 X 431.8 Mm (11.7 X17""); Reduction/enlargement: 25-400%, Auto Fit Function; Automatic 2-sided Printing:yes (up To A3) With Free Black And Colored Inks In A Bottle. 1 54,616.50 7 Unit 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 Epson Connect (epson Iprint, Epson Email Print And Remote Print Driver, Scan To Cloud) 1 54,616.50 8 Set Projector 4500 Lumens, 3lcd Full Hd Laser Projector, With Screen, Outdoor 1 90,380.00 9 Unit Wireless Hdmi Video Transmission System "brand New And Branded Transmitter And Receiver - 4k Uhd - 450 Ft (150m) Los Range - 0.06s Low Latency (1080p60 Signal) - Sdi & Hdmi Support - Smart Channel Scan & Selection - Multiple Supply Power Options Inclusion: 2 Extra Batteries & 1 Dual Charger" 1 53,675.00 The Local Government Unit Of Manolo Fortich Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days Upon Receipt Of Approved Notice To Proceed. 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). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From Local Government Unit Of Manolo Fortich And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays, 8:00 Am – 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 - February 04, 2025 From The Given Address 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 Thousand Pesos (5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. The Local Government Unit Of Manolo Fortich Will Hold A Pre-bid Conference On January 21, 2025 At 2:00 Pm At The Bac Conference Rm. 3rd Floor New Government Center Bldng., Kalanawan, Tankulan, Manolo Fortich, Bukidnon Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 04, 2025 At 1:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 04, 2025 At 1:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 04, 2025 At 2:00 Pm At The Bac Conference Rm. 3rd Floor New Government Center Bldng., Kalanawan, Tankulan, Manolo Fortich, Bukidnon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Local Government Unit Of Manolo Fortich 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. For Further Information, Please Refer To: Miriam C. Flaviano Head Bac Secretariat Local Government Of Manolo Fortich Procurement@manolofortich.gov.ph 0917-809-7461 Catherine C. Gatchalian Bids And Awards Chairman
Closing Date4 Feb 2025
Tender AmountPHP 1.2 Million (USD 22 K)

Zamboanga City Water District - ZCWD Tender

Others
Philippines
Details: Description P.r. No. 25-0012 Republic Of The Philippines Zamboanga City Water District Pilar Street, Zamboanga City Invitation To Bid For 1. Lease Of Venue Including Meals For Rtc And In-house Trainings ------------- 1,650 Pax Location: Within City Proper Of Zamboanga (with Free And Secured Parking Space Within The Venue) Functionality Of The Function Room: A. Classroom/lecture Setup For A Capacity Of 40-70 Participants B. Rooms Must Not Contain Pillars C. Amenities Include: I. Secretariat’s Table Ii. At Least (6) Microphone Units Iv. Projector Screen And Table For Lcd Projector V. Podium Vi. Extension Wires Vii. Rest Rooms With Good Water Supply Viii. Free And Steady Wifi Connection For Secretariat And Participants Ix. Waived Electricity Charges For Use Of Laptops And Projectors For Speakers And Secretariat Other Requirements: A. Provision Of Janitorial And Maintenance Service B. Adequate Security Services (24/7) Catering Services: A. Location Must Be Inside The Function Room B. Meals For Participants Per Training Day C. Am And Pm Snacks – To Be Determined By The Enduser D. Buffet Lunch – Scooping (free Of Charge – Servers Corkage) 1. Main Course A. Beef B. Chicken C. Noodles 2. Steamed Plain Rice 3. Dessert 4. Drinks (at Least One Round Of Softdrinks For Every Lunch) 5. Provision Of Freely-flowing Coffee And Water Serving Time: A. Am Snacks – 10:00am B. Lunch – 12:00nn C. Pm Snacks – 3:00m Date And Time Of Deliveries Are Subject For Determination/changes With Seven (7) Days Prior Notice From The Enduser To The Supplier No. Of Pax Is Subject To Change Based On The Actual No. Of Pax Registered On The First Day Mode Of Payment: Every After Training Note: You Can Download The Philippine Bidding Documents And Omnibus Sworn Statement Revised (as Of July 3, 2023) In The Associated Components. 1. The Zamboanga City Water District, Through The Corporate Budget For The Contract Approved By The Board For Year 2025 Intends To Apply The Sum Of One Million Thirty-nine Thousand Five Hundred Pesos (p 1,039,500.00) Being The Abc To Payments Under The Contract For Purchase Requisition No. 25-0012. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Zamboanga City Water District Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (date And Time Of Deliveries Are Subject For Determination/changes With Seven (7) Days Prior Notice From The Enduser To The Supplier). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Zamboanga City Water District And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 From The Given Address And Website(s) 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 Thousand One Hundred Pesos (p 5,100.00) Inclusive Of Franchise/withholding Tax Of 2% Of The Bid Document Fee. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. Payment For The Applicable Fee For The Bidding Documents May Be Deposited In Our Zcwd Bid Documents Payment Account: Bank: Landbank Of The Philippines (lbp) Account Name: Zamboanga City Water District Account Number: 0191-3826-84 Account Type: Savings Bank Branch: Lbp Main Branch, Landbank Building F. Marcos Cor. Valderosa Sts., Pettit Barracks, Zamboanga City Thereafter, Send A Screenshot Or Scanned Copy Of The Deposit/confirmation Slip To Our Email Address, Bac@zcwd.gov.ph, On Or Before The Deadline For The Submission Of Bids. 6. The Zamboanga City Water District Will Hold A Pre-bid Conference On February 13, 2025 At 2pm At The Office Of The Bids And Awards Committee (bac), 3rd Floor, Zcwd Bldg., Pilar St., Zamboanga City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. Please Refer To The Link Below For The Scheduled Meeting: Pre-bid Conference For Pr No. 25-0012- Lease Of Venue Including Meals For Rtc And Inhouse Trainings Thursday, February 13 · 2:00 – 3:30pm Time Zone: Asia/manila Google Meet Joining Info Video Call Link: Https://meet.google.com/pqz-yqwn-megc 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 2:00 Pm On February 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 27, 2025 At 2pm At The Given Address Below At The Office Of The Bids And Awards Committee (bac), 3rd Floor, Zcwd Bldg., Pilar St., Zamboanga City And/or Via Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Please Refer To The Link Below For The Scheduled Meeting: Public Bid Opening For Pr No. 25-0012- Lease Of Venue Including Meals For Rtc And Inhouse Trainings Thursday, February 27 · 2:00 – 3:30pm Time Zone: Asia/manila Google Meet Joining Info Video Call Link: Https://meet.google.com/sxj-rzza-yan 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Zamboanga City Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Vincent F. Fernandez Chairperson, Bids & Awards Committee Zamboanga City Water District Zcwd Bldg., Pilar St., Zamboanga City, 7000 Zcwdbacsec.jen@zcwd.gov.ph/ Zcwdbacsec.jeanette@zcwd.gov.ph Telefax No. (062) 991-6185 Www.zcwd.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.zcwd.gov.ph; Www.philgeps.gov.ph [if Applicable] For Online Bid Submission: [indicate Website] _________(signed)_________ Atty. Vincent F. Fernandez Chairperson Bids & Awards Committee
Closing Date27 Feb 2025
Tender AmountPHP 1 Million (USD 17.9 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0051 Contract Name : Construction Of Drainage Structure, Barangay Poblacion, General Luna, Surigao Del Norte Location Of The Contract: General Luna, Surigao Del Norte Brief Description : Flood Control: Construction–drainage Approved Budget For The Contract (abc): Php 55,641,900.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 321 Calendar Days Bid Document Fee: Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 55,641,900.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0051, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 321 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). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 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 Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On February 27, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before March 13, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From February 19, 2025 To March 13, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On February 27, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before March 13, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids March 13, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 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 March 13, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office 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. 12. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph February 17, 2025 Date Of Issue Demilyn M. Castrence Bac Vice-chairperson Date Of Publication: February 19-25, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date13 Mar 2025
Tender AmountPHP 55.6 Million (USD 970.3 K)
4901-4910 of 5197 archived Tenders