Cloud Tenders
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 # 25-047 Supply And Delivery Of Construction Materials For Improvement/concreting Of City Road/line Canal - Brgy. San Roque Zone Ii, City Of Tayabas 1. The City Government Of Tayabas, Through The 20% Development Fund 2025 Intends To Apply The Sum Of Two Million Seventy-seven Thousand Four Hundred Forty-six Pesos And 44/100 (php 2,077,446.44) Being The Abc To Payments Under The Contract For Project # 25-047 Supply And Delivery Of Construction Materials For Improvement/concreting Of City Road/line Canal - Brgy. San Roque Zone Ii, 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 March 18, 2025 (tuesday), 8:00 A.m. – 5:00 P.m. From The Given Address And Website(s) Below, In The Amount Of Five Thousand Pesos (p 5,000.00) 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 25, 2025 (tuesday) 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 April 07, 2025 (monday), 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 April 07, 2025 (monday), 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 Improvement/concreting Of City Road/line Canal - Brgy. San Roque Zone Ii, City Of Tayabas 1. Kgs Welding Rod 1.00 2. Kgs #16 Gi Tie Wire 181.00 3. Lm 0.35mm Corrugated Gi Sheet 30.00 4. Pcs 1.5mm Thk X 50mm X 100mm X 6m Cee Purlins 8.00 5. Pcs 11.50mm Thk X 1.20m X 2.40m Marine Plywood 50.00 6. Pcs 150mm X 150mm X 3.6m Coco Lumber 10.00 7. Pcs 16mm Dia. X 6m Rsb Std. 1,559.00 8. Unit 2.40m X 2.40m Tarpaulin 1.00 9. Pcs 200-ltr. Capacity Plastic Container 6.00 10. Pcs 3’ X 2’ Safety Signages 4.00 11. Pcs 50mm X 150mm X 3.6m Coco Lumber 30.00 12. Pcs 50mm X 200mm X 3.6m Coco Lumber 30.00 13. Pcs 50mm X 50mm X 3.6m Coco Lumber 51.00 14. Pcs 50mm X 75mm X 3.6m Coco Lumber 143.00 15. Pcs 5mm Thk X 1.20m X 2.40m Marine Plywood 10.00 16. Pcs 5mm Thk X 38mm X 6m Angle Bar 3.00 17. Bags Asphalt Sealant 1.00 18. Roll Caution Tape (yellow) 1.00 19. Cu.m. Coarse Aggregate (blended-crushed Gravel And Filler Materials) 16.00 20. Kgs Common Wire Nail Asstd 24.00 21. Kgs Concrete Nail Asstd 4.00 22. Liters Curing Compound 39.00 23. Pcs Cutting Disc #14” (metal) 6.00 24. Pcs Diamond Blade Concrete Cutter #14 1.00 25. Unit Dust Mask 13.00 26. Cu.m. Filling Materials (aggregates) 16.00 27. Cu.m. Gravel 109.00 28. Liter Grease 1.00 29. Pcs Hacksaw Blade 12.00 30. Pairs Hand Gloves 13.00 31. Roll Laminated Sacks 1.00 32. Sets Miscellaneous (medicine Cabinet First Aide Kit) 1.00 33. Pcs Nylon Cord (tysi -0.90mm) 20.00 34. Pcs Plastic Pail 6.00 35. Bags Portland Cement 809.00 36. Unit Safety Goggles 13.00 37. Unit Safety Helmet 13.00 38. Pairs Safety Shoes 13.00 39. Unit Safety Vest Net Type 13.00 40. Cu.m. Sand (s-1) 65.00 41. Pcs Shovel 5.00 42. Kgs Umbrella Nail 2 ½ 2.00 X-x-x-x-x-x-x----nothing Follows ----x-x-x-x-x-x-x March 18, 2025 ______________________________________ Wilfredo S. Tomines Chairperson, Bids And Awards Committee
Closing Date7 Apr 2025
Tender AmountPHP 2 Million (USD 36.4 K)
Department Of Agriculture Tender
Telecommunication Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Procurement Of Supply And Delivery Of Ict Equipment 1. The Department Of Agriculture-western Visayas, Through The General Appropriations Act Of 2025 Intends To Apply The Sum Three Million Eight Hundred Ninety Five Thousand Pesos (php3,895,000.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Ict Equipment/ib No. 2025-064 (gas). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Ict Equipment With The Following Specifications: Label Printer 1 Unit 360 Dpi Resolution, 17 Printable Lines, 826 Characters, 618 Symbols, Max Tape Width Is 36mm, With Auto And Half Cutter Inclusion: 10 Pcs Tze Standard Laminated Tape Wifi Access Point (ap) 15 Units Wifi 6 Ap With 6 Spatial Streams. 140 M² Coverage Powered Using Poe, Networking Interface: (1) Gbe Rj45 Port, Powered Using Poe, Networking Interface: (1) Gbe Rj45 Port, Mounting: Wall And Ceiling (included), 802.11a/b/g/n/ac/ax (wifi 6), Wpa-psk, Wpa-enterprise (wpa/wpa2/wpa3), Bssid : 8 Per Radio, Vlan : 802.1q, Advanced Qos: Per-user Rate Limiting, Guest Traffic Isolation, Vlan : 802.1q, Advanced Qos: Per-user Rate Limiting, Guest Traffic Isolation, Concurrent Clients: 350+, 802.11ax (wifi 6): 7.3 Mbps To 4.8 Gbps (mcs0 - Mcs11 Nss1/2/3/4, He 20/40/80/160) Mini Pc 2 Units Intel Core Ultra 9 Processor 185h, Ddr5 Dual Channels 32gb Ram (sodimm Slots, Up To 5600mhz, Max 96gb), M.2 1tb Ssd Intel Arc Graphics, Equipped With 4inch Touch Screen For System Performance Monitoring With Dc 19v (adapter Included), Hdmi Cable, Stand And User Manual And Windows 11 Operating System Mini Pc 2 Units M4 With 10-core Cpu, 10-core Gpu, 16gb Unified Memory, 512gb Ssd Storage Pc Monitor 5 Units 27-inch Ips Screen Full Hd Resolution (1920 X 1080 ), 75 Hz, 16.7 Million Colors, Hdmi Input Signal Servo Automatic Voltage Regulator (avr) 2 Units Capacity : 3kva/2400w, Servo Motor Controlled Design Input Voltage : 220vac Or 230vac Single Phase Input Voltage Range : 130 ~ 270vac Input Frequency : 50hz / 60hz Output Voltage : 220vac Or 230vac Single Phase +/- 1~3% Output Frequency : 50hz / 60hz Efficiency : 90% Input Protection Delay Time : 3s Ink Tank Printer 1 Unit Printer Technology: Micropiezo Printhead 5760x1440 Dpi Maximum Print Resolution, 1.5 Pl Minimum Ink Droplet Size Nozzle Configuration (180x1 Nozzle Black; 1 Per Colour For Cyan, Magenta, Yellow, Light Cyan, Light Magenta) Inclusion: 3 Sets Of Ink Ink Tank Printer 40 Units Print Type: Print, Scan And Copy Print Method: On-demand Inkjet (piezoelectric) Nozzle Configuration:180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi, Photo Default - 10 X 15 Cm / 4 X 6 " *1, Approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 33.0 Ppm / 15.0 Ppm*2, Iso 24734, A4 Simplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm*2, First Page Out Time From Ready Mode (black / Colour): Approx. 10 Sec / 16 Sec*2, Copying: Maximum Copies From Standalone: 20 Copies, Maximum Copy Resolution: 600 X 600 Dpi, Maximum Copy Size: A4, Letter, Iso 29183, A4 Simplex (black / Colour): Up To 7.0 Ipm / 1.7 Ipm Network Video Recorder 5 Units 8 Channel Ip Camera Inputs, H.265+/h.265/h.264 Video Formats, Up To 80 Mbps Incoming Bandwidth Network Camera (dome) 20 Units 2mp Resolution, 24/7 Colorful Imaging, Ip67, 1/2.8" Progressive Scan Cmos, 1920x1080 Max Reso Network Camera (bullet) 20 Units 2mp Resolution, 24/7 Colorful Imaging, Ip67, 1/2.8" Progressive Scan Cmos, 1920x1080 Max Reso 4tb Surveillance Hard Drive 5 Units 4tb 3.5 Sata 6gb/s, 190mb/s Max Sustained Transfer Rate, 300,000 Load/unload Cycles 4u Data Cabinet 7 Units Standard 600w*450d*280mmh; Glass Front Door; Mounting Type: Wall Mounted; 1 Fixed Tray; Removable Side Panel; Powder Coated Finish Black; Aggregation Switch 4 Units 8-port, Layer 2 Switch Made For 10g Sfp+ Connections.with Management Interface: Ethernet In-band, Switching Capacity: 160 Gbps, Forwarding Rate: 119.04 Mpps, Power Method: Universal Input, 100—240v Ac, 50/60 Hz, Power Supply, Ac/dc, Internal, 36w, Lcm Display: (1) 1.3" Lcm Color Touchscreen, Button: Factory Reset, With The Following Peripherals: 2 Pcs - 10g Direct Attach Cable Sfp+ To Sfp+,1m Length 2 Pcs - 10g Multi-mode Optical Module 4 Pcs - Sfp+ To Rj45 Adapter Network Switch (catalyst) 5 Units Managed And Enterprise-class Gigabit Ethernet Layer 3 Switch, 24-port Ge, Poe, 4x1g Sfp 10g Cloud Gateway 2 Units 2,000+ Client Support And 5 Gbps Ips Routing.and Redundant Nvr Storage, Lcm Display: (1) 1.3" Touchscreen, System Memory : 8 Gb Ddr4, On-board Storage: 32 Gb Emmc,integrated 128 Gb Ssd Compact Cloud Gateway 6 Units Built-in Wifi 6 Ap, 140 M² (1,500 Ft²) Single-unit Coverage, 50+ Connected Wifi Devices*, Management Interface: Ethernet,bluetooth, Management Interface: Ethernet,bluetooth, Power Method: Usb Type C (5v Dc/3a), Max. Power Consumption: 10w, Throughput Rate: 2.4 Ghz: 573.5 Mbps ; 5 Ghz : 2.4 Gbps, Lcm Display: 0.96" Status Display, Button: Factory Reset Power Station/bank 5 Units 27,650 Mah Powerbank, 250w Multi-device Fast Charging, 170w Fast Usb-c Recharge, With Intuitive Smart App, Poe Switch Hub 6 Units Networking Interface: (8) Gbe Rj45 Ports (2), 10g Sfp+ Ports, Poe Interface (6) Poe/poe+ (pins 1, 2+; 3, 6-), (2) 60w Poe++ (pair A 1, 2+; 3, 6-) (pair B 4, 5+; 7, 8-); Forwarding Rate: 41.664 Gbps ;voltage Range: Poe Mode, Poe: 44—57v, Poe+: 50—57v, Poe++: 50—57v Open Data Rack 22u Double Bay 1 Unit 19 Inch Standard Data Rack, With 4 Castor, Easy To Move; Various Optional Accessories For Common Using; Double Row Open Rack With 4 Casters, 20 Sets Of Screws And Nuts Smart Fingerprint Lock 1 Unit Alluminum Alloy Panel Material, Left Inward, Unlocking Method (finger Print, Passcode, Proximity Card), Support Up To 50 Users Portable Speaker 2 Units 15" Speaker, 450w Or Higher Portable Trolley Speaker With Usb/sd, Bluetooth, 2 Uhf Wireless Mic, Rechargeable Battery Internet Satellite (2 Units Residential & 1 Unit Roam) 3 Units Gen 3 Antenna Electronic Phased Array (standard), 110 Deg Field Of View, Wifi6, Tri Band 4x4 Mu-mimo, With 2 Latching Ethernet Lan Ports With Removable Cover, Wpa2 Security, - Peripherals: Gen 3 Router, 15m Cable, Ac Cable, Power Supply - Base With 1 Month Subscription For 3 Units Laptop 20 Units 13 Inch Display 2560x1600 Ips Display, M1 Chip, 8 Cpu Cores, 7 Gpu Cores, 256 Gb Ssd 5g Nr Mifi Mobile Hotspot 3 Units Wifi 5 Ac950 Technology Up To 950mbps 5g Sim Card Router With Rechargeable 5000mah Li-ion Battery (type-c Port) Portable Two Way Radio 3 Units 5 Watts Rf Power, 136mhz-174mhz Vhf, 400mhz-480mhz Uhf, 128 Channels, 50 Ohms Impedance, 1800mah Battery Multi Data Gathering Device 4 Units 11.2 Inch Display, Ips Lcd, 68b Colors, 144hz, Hdr10, Snapdragon 8s Gen3, 12gb Ram, 512gb Rom Monitor 5 Units 27" Screen Size, Hdr10, 2560x1440 Resolution Or Higher, Hdmi 2.0, Anti Glare Sip Phone 10 Units Sip Prime Business Phone, 4.3" 480x272 Pixel Color Display With Backlight, Adjustable Lcd Screen, Up To 16 Voip Accounts, Poe Support, Hac Handset, Built In Dual Band 2.4g/5g Wifi Terms And Conditions: 1. Warranty And Equipment Condition: All Equipment Must Be Brand New, Not Refurbished Or Cloned, And Must Include A Minimum One (1) Year Warranty. 2. Reseller Certification: For Network Equipment, Including Access Points, Switches, And Poe Hubs, The Supplier Must Provide A Valid A Reseller’s Certificate. 3. Warranty Service And Replacement: If Any Defects Arise Within The Warranty Period, The Supplier Is Responsible For Collecting The Defective Equipment From The Department’s Main Office And Ensuring Its Prompt Replacement Or Repair Under The Warranty Terms. Delivery Of The Goods Is Required Within 50 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At 2nd Floor, Da New Building Pmed Office, Parola, Iloilo City. Bidders Should Have Completed, Within Three (3) Years (2022-present) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 12009. 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. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 28, 2025 – May 20, 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 Pesos (php5000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 A.m. On May 6, 2025 At The 3rd Floor, Bac Bidding Room, Department Of Agriculture, Rfo 6, Parola, Iloilo 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 9:30 A.m. On May 20, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount Of Php77,900.00 (if The Bid Security Is In The Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit) Or Php194,750.00 (if The Bid Security Is In The Form Of Surety Bond). In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On May 20, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas 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 70 Of The Irr Of Ra No. 12009, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Atty. Rolin M. Asuncion Bac Chairperson 3rd Floor, Bac Office Da Rfo 6, Parola, Iloilo City Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps April 28, 2025 Atty. Rolin M. Asuncion Bac Chairperson
Closing Date20 May 2025
Tender AmountPHP 3.8 Million (USD 69.8 K)
Department Of Public Works And Highways - DPWH Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0044 Contract Name : Supply & Delivery Of It Equipment For Use At Administrative Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme045 Contract Name : Supply & Delivery Of It Equipment For Use At Finance Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 224,250.00 2. P 328,900.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0044 – Supply & Delivery Of It Equipment For Use At Administrative Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Desktop Computer Processor & Chipset: Core-i5 (12th Gen), 6-cores And 64-bit Or Its Equivalent Internal/ Memory: 16 Gb Ddr4 Storage: 1tb 7200rpm Hdd + 512gb Ssd Display & Graphics: 21-inch Diagonal Full High-definition Wide Screen Or Wide Viewing Angle Led Display (same Brand As Cpu); 2gb Gddr6 Dedicated Graphics Memory Audio: Integrated Sound Card With Internal/external Speaker Expansion Slot: 4 Slots On-board, At Least 1 Pci Express Slot I/o Ports: 6 Usb (2 Front, 4 Rear At Least 1 Type-c), Vga, Audio, Hdmi/display 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 Properly Labeled 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 Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) Power Supply: Manufacturer's Standard Cables And Connectors: All Necessary Cables And Connectors; Patch Cord (cat6, Factory Crimped With 0-45 Connector, 5 Meters, Preferably Color Orange). Additional Notes: The Ups (650va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs. 4 Units Multifunction Printer Specification Print Technology: Inkjet (color) Print Speed: Maximum Speed Of 30 Ppm Or 17 Ipm; Speed Measured Using A4/letter Size Paper Print Quality: 600 X 600 Dpi Copy Speed: Maximum 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: Continuous 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 (8.5 X 14 In) Media Type: Paper (bond, Light, Heavy, Plain, Recycled, Rough) Envelopes, Labels, Cardstock, Photo, Brochures. Software Supporter 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) 1 Unit Document Scanner Specification Scan Technology: Sheetfed Scanner Sensors: Contact Image Sensor (cis); Multi-feed Detection Sensor Scan Speed: 40 Ppm Color Depth: 24-bit Scan Resolution: 600 Dpi Document Processing Function: Optical Character Recognition (ocr) Duty Cycle (daily): 6,500 Pages File Format: Pdf, Searchable Pdf, Jpg, Bmp, Tiff File Destination: Usb, Network Folder, Scan To Email, Scan To Management Software Duplex Scanning: Automatic Two-sided Scanning Network Interface: Gigabit Ethernet Io Ports: Usb 2.0; Ethernet (rj-45) Paper Handling Maximum Media Size: Legal (8.5 X 14 In) Adf Capacity: 80 Sheets Media Type: Paper (bond, Light, Heavy, Plain, Recycled, Rough), Envelopes, Labels, Cardstock, Photo, Brochures Software Supported Os: Windows 11, 10 Management Software: Pre-installed Scanning Applications Software 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) 2. 25gme0045 – Supply & Delivery Of It Equipment For Use At Finance Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 2 Units Multifunction Laser Printer (color, A4) General Print Technology: Laser (color) Print Speed: Minimum Speed Of 30ppm; Speed Measured Using A4 Size Paper Print Quality: 600 X 600 Dpi Copy Speed: Minimum Speed Of 30 Cpm; Speed Measured Using A4 Size Paper Scan Resolution: 600 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: 85,000 Pages Memory: 1 Gb Ink/toner System: Genuine Toner (high Yield); Toner Must Be Available Nationwide. Certificate Of Authenticity Is Required. Pre-installed Toner With An Additional One (1) High-yield Genuine Toner Per Color. Network Interface: Gigabit 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 (550 Sheets) , Multi-purpose Tray (100 Sheets) Maximum Media Size: Legal (8.5in X 14in) Media Type: Paper (bond, Light, Heavy,plain,recycled,rough) Envelopes, Labes, 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) 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 The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. Regulatory: Energy Star Certified (with Energy Star Stamp), For Printers That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: The 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 One (1) Year Warranty For Parts And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) Technical Support: The Local Technical Support Through Telephone And Email, 8 Hours Per Day (8:00 - 5:00 Pm), 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 2 Units Desktop Computer Computer Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 14-cores And 4.80 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 1tb 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 I/o 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 Properly Labeled 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 Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) 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) 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 The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. All Components Must Be The Same Brand As The Computer (except For The Webcam, And Headset) And Manufacturer 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 Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: The 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 One (1) Year Warranty On All Parts Including Mouse, Keyboard, Webcam, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The 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 (650va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs. This Technical Specification Shall Be Issued Along With The Certification Issued By Ims. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1 And 2. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using 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 Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 19 - 26, 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: Project No. 1-2 Php 500.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 26, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On March 26, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On March 26, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: March 19 – 25, 2025 R12.14 Rpa/rgs
Closing Date26 Mar 2025
Tender AmountPHP 224.2 K (USD 3.9 K)
Department Of Public Works And Highways - DPWH Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Invitation To Bid For 1. Contract Id No. : 25gme0044 Contract Name : Supply & Delivery Of It Equipment For Use At Administrative Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 2. Contract Id No. : 25gme0045 Contract Name : Supply & Delivery Of It Equipment For Use At Finance Section, Dpwh-sarangani District Engineering Office Contract Location: Sarangani Province 1. The Dpwh Sarangani District Engineering Office, Through The Government Of The Philippines Fy2024 Intends To Apply The Sum Of: 1. P 224,250.00 2. P 328,900.00 Being The Abc’s To Payments Under The Contract For: 1. 25gme0044 – Supply & Delivery Of It Equipment For Use At Administrative Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 1 Unit Desktop Computer Processor & Chipset: Core-i5 (12th Gen), 6-cores And 64-bit Or Its Equivalent Internal/ Memory: 16 Gb Ddr4 Storage: 1tb 7200rpm Hdd + 512gb Ssd Display & Graphics: 21-inch Diagonal Full High-definition Wide Screen Or Wide Viewing Angle Led Display (same Brand As Cpu); 2gb Gddr6 Dedicated Graphics Memory Audio: Integrated Sound Card With Internal/external Speaker Expansion Slot: 4 Slots On-board, At Least 1 Pci Express Slot I/o Ports: 6 Usb (2 Front, 4 Rear At Least 1 Type-c), Vga, Audio, Hdmi/display 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 Properly Labeled 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 Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) Power Supply: Manufacturer's Standard Cables And Connectors: All Necessary Cables And Connectors; Patch Cord (cat6, Factory Crimped With 0-45 Connector, 5 Meters, Preferably Color Orange). Additional Notes: The Ups (650va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs. 4 Units Multifunction Printer Specification Print Technology: Inkjet (color) Print Speed: Maximum Speed Of 30 Ppm Or 17 Ipm; Speed Measured Using A4/letter Size Paper Print Quality: 600 X 600 Dpi Copy Speed: Maximum 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: Continuous 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 (8.5 X 14 In) Media Type: Paper (bond, Light, Heavy, Plain, Recycled, Rough) Envelopes, Labels, Cardstock, Photo, Brochures. Software Supporter 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) 1 Unit Document Scanner Specification Scan Technology: Sheetfed Scanner Sensors: Contact Image Sensor (cis); Multi-feed Detection Sensor Scan Speed: 40 Ppm Color Depth: 24-bit Scan Resolution: 600 Dpi Document Processing Function: Optical Character Recognition (ocr) Duty Cycle (daily): 6,500 Pages File Format: Pdf, Searchable Pdf, Jpg, Bmp, Tiff File Destination: Usb, Network Folder, Scan To Email, Scan To Management Software Duplex Scanning: Automatic Two-sided Scanning Network Interface: Gigabit Ethernet Io Ports: Usb 2.0; Ethernet (rj-45) Paper Handling Maximum Media Size: Legal (8.5 X 14 In) Adf Capacity: 80 Sheets Media Type: Paper (bond, Light, Heavy, Plain, Recycled, Rough), Envelopes, Labels, Cardstock, Photo, Brochures Software Supported Os: Windows 11, 10 Management Software: Pre-installed Scanning Applications Software 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) 2. 25gme0045 – Supply & Delivery Of It Equipment For Use At Finance Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Qty/unit Description: 2 Units Multifunction Laser Printer (color, A4) General Print Technology: Laser (color) Print Speed: Minimum Speed Of 30ppm; Speed Measured Using A4 Size Paper Print Quality: 600 X 600 Dpi Copy Speed: Minimum Speed Of 30 Cpm; Speed Measured Using A4 Size Paper Scan Resolution: 600 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: 85,000 Pages Memory: 1 Gb Ink/toner System: Genuine Toner (high Yield); Toner Must Be Available Nationwide. Certificate Of Authenticity Is Required. Pre-installed Toner With An Additional One (1) High-yield Genuine Toner Per Color. Network Interface: Gigabit 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 (550 Sheets) , Multi-purpose Tray (100 Sheets) Maximum Media Size: Legal (8.5in X 14in) Media Type: Paper (bond, Light, Heavy,plain,recycled,rough) Envelopes, Labes, 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) 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 The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. Regulatory: Energy Star Certified (with Energy Star Stamp), For Printers That Do Not Carry Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: The 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 One (1) Year Warranty For Parts And Onsite Labor From The Date Of The Inspection And Acceptance Report (iar) Technical Support: The Local Technical Support Through Telephone And Email, 8 Hours Per Day (8:00 - 5:00 Pm), 5 Days A Week (monday-friday) For Problem Resolution. Support Shall Have A Response Time Of Next Business Day. 2 Units Desktop Computer Computer Processor & Chipset: Core-i5 (13th Gen) Or Its Equivalent, Minimum Of 14-cores And 4.80 Ghz Max Turbo Frequency Internal Memory: 16gb Ddr4 Storage: 1tb 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 I/o 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 Properly Labeled 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 Keyboard: Manufacturer's Standard (same Brand As The Computer) Mouse: Optical With A Mouse Pad (same Brand As The Computer) Webcam: 2mp Fhd Headset: Headset With Microphone (1-meter Cable Length, With Noise Cancellation Feature, Audio Jack/usb Connections Type. Must Be Compatible With The Offered Desktop) 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) 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 The Current Catalog And Not End-of-life. The Manufacturer's Certificate Is Required. All Components Must Be The Same Brand As The Computer (except For The Webcam, And Headset) And Manufacturer 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 Energy Star Label, An Appropriate Means Of Proof Of Energy Consumption Level Shall Be Submitted Such As Technical Dossier Of The Manufacturer Or Attest Report From A Recognized Body To Demonstrate Compliance With This Requirement. Documentation And Media: The 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 One (1) Year Warranty On All Parts Including Mouse, Keyboard, Webcam, Headset With Microphone, And Associated Software And Onsite Labor From The Date Of The 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 (650va) Shall Be Issued In Bundle With The Desktop Computer For Applications Use Tech Specs. This Technical Specification Shall Be Issued Along With The Certification Issued By Ims. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of Goods Required Is Twenty-five (25) Calendar Days For Item 1 And 2. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using 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 Dpwh Sarangani District Engineering Office, Sarangani Province And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm (office Hour). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 19 - 26, 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: Project No. 1-2 Php 500.00 May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of The Republic Act 9184 And Its Implementing Rules And Regulations. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Electronically In The Email Address Given Below Or In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 26, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On March 26, 2025 At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams 8. Bid Opening Shall Be On March 26, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Via Zoom And Youtube Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Dpwh Sarangani 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh – Sarangani Deo 9501, Kawas, Alabel, Sarangani Province Salazar.reuben@dpwh.gov.ph Contact Nos.: 083-892-5877 0905-553-0924 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Www.philgeps.gov.ph Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Date Of Publication: March 19 – 25, 2025 R12.14 Rpa/rgs
Closing Date26 Mar 2025
Tender AmountPHP 328.9 K (USD 5.7 K)
Philippine Statistics Authority Tender
Housekeeping Services
Philippines
Details: Description Procurement Of Disinfectant Treatment With Pest Management Services/rat Control Program At Psa Rsso Iv-a, Lipa City, Batangas (february To December 2025) 11 Months Scope Of Work: "disinfectant & Odor Management Treatment (once A Week) thorough Inspection Of The Area For Disinfection .application Using Ultra-low Volume (ulv) Misting On High-touch Surfaces Like Floor Tiles, Doorknob, Pantry, Comfort Rooms, Faucets, And Other Surfaces. chemical To Be Used: Germoll-s to Be Conducted Once A Week (saturday Or Sunday)" "general Pest Control/ Rodent Control (twice A Month) Scope Of Work: Flying And Crawling Insects (fly, Mosquito, Cockroach, Ants) Space Spray Treatment (misting) 1. Application Of Water Based Ultra-low Volume Sprays Or Oil-based Clouds Of Smoke Containing Minute Particles Of Insecticide For The Control Of Flying Insects And Those That Have Escaped Coarse Sprays. 2. Accomplished By Delivery Of Ulv Amounts Of Insecticide Using A Misting Machine. 3. For The Effective Control Of All Flying And Crawling Insects Like Mosquitoes, Flies And Cockroaches." "surface Spray 1. Application Of Either Residual Or Contact Action Insecticide Sprays Directly On Foraging Insects,where They Converge, Their Harbourage, Passageways And Entry Points 2. Primary Method For The Control Of Crawling Insects. 3. Accomplished By Delivery Of Coarse Sprays Of Insecticides Solution Using A Compressed Air Sprayer. 4.for The Effective Control Of All Crawling Insects And Their Habitat." "gel Bait 1. For Effective Maintenance Against Ants And Cockroaches. Larviciding 1. Application Of Larvicide Chemicals To Areas That Serves As Breeding Grounds Of Mosquitoes." "rodents Poisoned Baiting 1. Laying Of Baiting Stations Containing Anti-coagulant Rodenticide Formulations Using Either The Restricted Or Surplus Baiting Technique To Control Infestations Of Rat And Mice. 2. Baits Are Placed In Secured Areas Away From Contact Of Non-target Organisms But In Areas Frequented By Rodents Or Are Suspected Of Being Their Habitation. Rat Traps 1. Use Of Mechanical Or Glue Traps To Augment Poisoned And As An Added Measure Of Control To “bait Shy” Individual." "areas To Be Treated: all Areas Of The Office Including Philsys Fixed Registration Center (approximately 995 Sqm.) Service Provider Must Submit Weekly Accomplishment Report. Inclusive Of All Taxes And Charges" Contract Duration: February To December 2025 Location: Lipa City Batangas Approved Budget For The Contract (abc): Php 170,500.00
Closing Date17 Jan 2025
Tender AmountPHP 170.5 K (USD 2.9 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
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 : 25nf0080 Contract Name : Concreting Of Brgy. Del Carmen – Sta. Paz Fmr, San Isidro, Surigao Del Norte Location Of The Contract: San Isidro, Surigao Del Norte Brief Description : Roads: Construction-pccp Approved Budget For The Contract (abc): Php 14,925,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 110 Calendar Days Bid Document Fee : Php 25,000.00 2. Contract Id : 25nf0081 Contract Name : Concreting Of Sitio Sabang, Brgy. San Roque Fmr, Brgy. San Roque, Socorro, Surigao Del Norte Location Of The Contract: Socorro, Surigao Del Norte Brief Description : Roads: Construction-pccp Approved Budget For The Contract (abc): Php 14,925,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 140 Calendar Days Bid Document Fee : Php 25,000.00 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 14,925,000.00 & Php 14,925,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0080 & 25nf0081 Respectively, 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 110 & 140 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 April 29, 2025 From Given Address And Website/s Below, In The Amount Of Php 25,000.00 & Php 25,000.00. 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 May 7, 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 May 20, 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 April 29, 2025 To May 20, 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 May 7, 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 May 20, 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 May 20, 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 May 20, 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 April 28, 2025 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Vice-chairperson Date Of Publication: April 29, 2025 – May 5, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date20 May 2025
Tender AmountPHP 14.9 Million (USD 267.7 K)
Philippine Health Insurance Corporation Tender
Publishing and Printing
Philippines
Details: Description 1. The Philhealth Regional Office Xii, Through The Corporate Operating Budget For Cy 2024 Intends To Apply The Sum Of Three Million Forty-three Thousand Three Hundred Pesos Only (p3,043,300.00) Being The Abc To Payments Under The Contract For The Item In The Procurement Of Various Marketing Collaterals For The Conduct Of “konsulta Delivery Service Caravan” And Arta Material With Invitation To Bid No. Bac-pb-2025-003. Bid Received In Excess Of The Abc For The Item Shall Be Automatically Rejected At Bid Opening. 2. The Philhealth Regional Office Xii Now Invites Bids For The Above Procurement Project. Item No. Product/ Service Name Item Description Quantity Unit Approved Budget (php) 1. Shirt • Round-neck Marketing Shirt • Various Sizes (men’s And Ladies’ Cut) • 60% Cotton, 40% Polyester • Black With Green Print Front And Back Front – 13 Inches’ X 3.5 Inches (philhealth Member Ako) • Back – 13 Inches’ X 4 Inches (panatag Kami Dito!), Helvetica Bold • Individual Polybag 12,045 Pcs 2,529,500.00 2. Mugs • 11 Oz • White Ceramic Mugs • Size: Height = 3.75 Inches, Diameter = 3.25 Inches • 21 Cm X 8 Cm, Full Color • Sublimation Printing • Individual Packaging (clear Acetate Box With Padding Board) 457 Pcs 68,550.00 3. Foldable Fans • 25 Cm (diameter) • Nylon 190t • White • Screen Printed; R2/ G159/ B17; Hex# 029f11 • Individually Wrapped In Plastic Polybag; To Be Packed At 100pcs/bundle 253 Pcs 12,650.00 4. Marketing Vest • Sizes, Xxl, Xl, L, M, S • Material (cotton Twill) • Color (warm Green (r-33, G-58, B-26) • Process (front – 3 Inches (embroidered) Back – 10 Inches (screen Print) • Packaging (individually Wrapped In A Plastic Poly Bag) 233 Pcs 157,000.00 5. Jacket • Size (xxl, Xl, L, M, S) • Material (polyester With Gina Silk Inside Lining) • Color (white With A Combination Of Emerald Green And Blue (please Refer To The Design) • Process (3 Inches Wide Embroidered Philhealth Logo And Screen Print Of Konsulta Logo) 173 Pcs 260,000.00 6. Dry Seal With Philhealth Logo • Material: Dry Seal Stamps Can Be Made From Materials Like Cast Iron, Copper Braise, And Steel • Size: Dry Seal Stamps Can Be 2 Inches In Diameter • Engraving: Dry Seal Stamps Can Be Engraved Manually Or By Machine • Use: Dry Seal Stamps Can Be Used To Create Impressions On Paper, Wax, Or Clay 8 Pcs 15,600.00 Total P3,043,300.00 Delivery Of The Goods Is Required For A Period Of Thirty (30) Days Commencing From The Time Of Receipt By The Winning Supplier Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years (june 23, 2023 – June 22, 2025) 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 Philhealth Regional Office Xii – Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8:00 Am - 5:00 Pm From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 2– June 22, 2025 (8:00 Am – 4:00 Pm, During Weekdays Only) And On June 23, 2025 (8:00 Am – 9:30 Am), From The Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb: The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person, By Facsimile, Or Through Electronic Means. Approved Budget For The Contract Maximum Cost Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,00 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 6. The Philhealth Regional Office Xii Will Hold A Pre-bid Conference At 10:00 Am On June 11, 2025 At The Philhealth Regional Office Xii Training Room, Csa I Building Corner Zulueta Street- General Santos Drive, City Of Koronadal, South Cotabato And Through Video Conferencing Via Ms-teams Platform, 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 Or Online Or Electronic Submission As Indicated Below (bidders Maybe Requested To Submit Hard Copies Of The Bidding Documents During Bid Evaluation Stage Of The Procurement) On Or Before 10:00am On June 23, 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 June 23, 2025 At 10:00 Am Onwards At The Philhealth Regional Office Xii Training Room, Csa I Building Corner Zulueta Street- General Santos Drive, City Of Koronadal, South Cotabato And Through Video Conferencing Via Ms-teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Shall Submit Their Electronic Bids Using A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual Bid Opening On June 23, 2025 At 10:00 Am Onwards. Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions Is Allowed. 11. The Philhealth Regional Office Xii 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: Sharon Rose B. Ysmael/mark Vincent N. Romero Bac Secretariat Philhealth Regional Office Xii 2nd Floor, Csa I Building Corner Zulueta Street - General Santos Drive, City Of Koronadal, South Cotabato Bac.pro12@phihealth.gov.ph Telephone No. (083) 228-6990 Www.philhealth.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Https://www.philhealth.gov.ph/suppliers/iaeb/index.htm For Online Bid Submission: Bac.pro12@phihealth.gov.ph Issued This 2nd Day Of June 2025. _____________sgd.________________ Lorelie G. Bonilla Chairperson, Bids And Awards Committee (bac) Noted: _______________sgd.__________________ Hector Zenon Leonardo P. Malate, Md Head Of The Procuring Entity (hope)
Closing Date23 Jun 2025
Tender AmountPHP 3 Million (USD 53.1 K)
University Of The Philippines Tender
Others
Philippines
Details: Description Supply Of Integrated Multi-resolution Chromosomal Snp Microarray Analysis Platform With Complete Dna Processing Workflow System For Cytogenetics Laboratory Detailed Specifications Integrated Multi-resolution Chromosomal Microarray Analysis Platform With Complete Dna Processing Workflow System And Network Storage The System Must Be A Fully Integrated Platform Capable Of Processing Multiple Types Of Whole-genome Microarray Chips With Varying Resolutions And Probe Densities. The Platform Should Support: - Standard-resolution Arrays (~315,000 Markers) Optimized For Clinical Diagnostics - High-resolution Arrays (~750,000 Markers) For Enhanced Genomic Coverage - Ultra-high Resolution Arrays (>2.6 Million Markers) For Comprehensive Genome Analysis - Targeted Arrays For Specific Applications Such As Exome Analysis The System Must Maintain Consistent Performance Across All Supported Array Types Without Requiring Hardware Modifications. It Should Provide Automated Workflow From Sample Processing Through Data Analysis, With Integrated Quality Control Metrics Specific To Each Array Type. Key Requirements: - Unified Workflow For All Supported Array Types - Automated Detection And Protocol Selection Based On Array Type - Scalable Analysis Capabilities To Handle Varying Data Densities - Comprehensive Database Of Array-specific Reference Files - Integrated Quality Metrics Appropriate For Each Array Resolution - Flexible Reporting Templates Suitable For Different Array Types A. Core System Components A. Computer Workstation And Data Storage Workstation Requirements: - Processor: Latest Generation Multi-core Processor, Minimum 8 Cores/16 Threads - Base Frequency: 3.0 Ghz Or Higher - Cache: Minimum 16mb - Memory: Minimum 32gb Ddr4 Ram, Expandable To 128gb - Primary Storage: Dual 2tb Nvme Solid-state Drives In Raid 1 Configuration - Graphics: Integrated Video Card - Operating System: Windows 10 Iot Enterprise Ltsc 2021 - Monitor: 23-inch Professional-grade Display B. Network Attached Storage (nas): - Configuration: Minimum 4-bay Hot-swappable Drive Bays - Storage Capacity: Minimum 24tb Raw Capacity (4 X 6tb Enterprise-grade Drives) - Raid Support: Hardware Raid 0, 1, 5, 6, 10 - Network Interface: Dual 10 Gigabit Ethernet Ports - System Memory: Minimum 8gb Ecc Ram - Advanced Features: • Automated Backup Scheduling • Snapshot Backup And Replication • Cloud Backup Capability • User/group Level Permissions • Remote Secure Access C. Automated Dna Extraction System - Magnetic Bead-based Purification System - Processing Capacity: Minimum 6 Samples - Compatible Sample Types: Blood, Tissue, Cells, Amniotic Fluid - Processing Volume: 30μl - Extraction Time: Maximum 60 Minutes For Standard Protocol - Features: • Heated Shaking (10°c To 75°c) • Uv Decontamination System • Touch Screen Interface – Liquid Crystal Displays With Keypad D. Microarray Platform Components I. Scanner System: - Resolution Range: 0.51-2.5 Μm Pixelation - Autoloader Capacity: 48 Arrays - Temperature-controlled Environment - Laser Specifications: - Type: Solid-state - Excitation: 532 Nm, 10mw Maximum - Emission Filters: 570 Nm, 565 Nm, 605 Nm, 655 Nm, 705 Nm Ii. Fluidics Station: - Four Independent Processing Modules - Automated Washing And Staining - Independent Module Control - Standard Configuration: • 2 Wash Buffer Bottles • 1 De-ionized Water Bottle • 1 Waste Bottle Iii. Hybridization Oven: - Capacity: 64 Arrays (8 Carriers × 8 Slots) - Temperature Range: 30°c To 70°c - Temperature Accuracy: ±2.0°c (35°c To 60°c) - Rotation Speed: 10-80 Rpm, Programmable E. Supporting Equipment I. Thermal Cycler: - 96-well Capacity - Temperature Range: 4°c To 99.9°c - Temperature Accuracy: ±0.25°c - Temperature Uniformity: ±0.5°c At 95°c - Programmable Heated Lid (30°c To 110°c) Ii. Dna Fluorometer: - Detection Range: 5 Pg/ul To 4,000 Ng/ul For Dna Detection - Sample Volume: 1-20 Μl - Measurement Time: <3 Seconds Iii. Electrophoresis System: - Gel Capacity: Minimum 4 Samples, Maximum 22 Samples - Voltage Range: 5-300v - Rated Current: 1.87a - Built-in Imaging System Iv. Power Protection Requirements - Three Units 2kva Avr For Core Equipment - Three Units 2kva Ups With Network Management - One-unit 3kva Ups For Nas System B. Software Systems A. Control Software - Operating System: 64-bit Compatible - Real-time Monitoring Capabilities - Protocol Management System - User Access Control - Audit Trail Functionality B. Analysis Software - Comprehensive Analysis Package: • Raw Data Processing • Quality Control Metrics • Cnv Analysis • Snp Analysis • Loh Detection • Mosaicism Analysis • Maternal Cell Contamination Detection • Uniparental Disomy Detection - Database Integration Capabilities - Multiple Export Formats C. Ai-based Interpretation System - Automated Variant Classification - Phenotypic-genotypic Interpretation For Clinical Diagnostics - Machine Learning-based Quality Assessment - Customizable Reporting System - Integration With Laboratory Information Systems C. Training And Validation Components A. Training Kits - Standard Resolution Array (315k Markers): • 3 Complete Kits (24 Samples Each) • All Necessary Reagents And Controls • Reference Samples Included - Enhanced Resolution Array (750k Markers): • 2 Complete Kits (24 Samples Each) • All Necessary Reagents And Controls • Reference Samples Included B. Training Program I. Comprehensive Modules Including: • Dna Extraction And Qc • Sample Preparation • Microarray Processing • Data Analysis • Ai System Training • Maintenance Ii. Validation Support • Full Validation Package: • Iq/oq/pq Protocols • Method Validation Support • Ongoing Technical Support Delivery Term: • Delivery Period: Equipment Must Be Delivered Within 90 Calendar Days From Receipt Of Purchase Order. • Shipping And Handling: All Costs Associated With Shipping, Handling, And Insurance Until Delivery Shall Be Borne By The Supplier • Installation: Supplier Shall Install And Commission The Equipment At The Designated Location Within 14 Working Days Of Delivery • Delivery Place: Institute Of Human Genetics, University Of The Philippines, Manila Warranty: • Warranty Period: Minimum 24 Months’ (2 Years) Comprehensive Warranty From Date Of Successful Installations. • Scope Of Warranty: Covers All Parts And Labor For Repairs Or Replacements Due To Manufacturing Defects • Software Updates: All Software Updates During Warranty Period Provided Free Of Charge Other Terms And Conditions: • Training: O Comprehensive On-site Training For Minimum 7 Staff Members O Training Must Cover: System Operation Basic Maintenance Software Usage Data Management And Backup Procedures Troubleshooting Procedures Training To Be Completed Within 30 Days Of Installation • Documentation: O Complete User Manuals O Maintenance Guides O Software Documentation O Network Configuration Guide O Backup And Recovery Procedures O Standard Operating Procedures O All Documentation In English • Support Requirements: O 24/7 Technical Support Availability O Maximum 48-hour Response Time O Remote Diagnostic Capability O Regular Maintenance Visits During Warranty Period • Compliance: O Must Meet International Safety Standards O Quality Certifications Required: Iso Certification Ce Marking Or Equivalent O Electrical Safety Certification O Must Comply With Government Procurement Regulations • Validation: O Installation Qualification (iq) O Operational Qualification (oq) O All Validation Documents To Be Provided • Spare Parts: O Guaranteed Availability For 5 Years’ Post-warranty O Critical Spare Parts List To Be Provided O Recommended Spare Parts Inventory
Closing Date30 Jun 2025
Tender AmountPHP 30 Million (USD 530 K)
Zamboanga City Water District - ZCWD Tender
Civil And Construction...+1Excavation
Philippines
Details: Description P.r. No. 25-0086 Republic Of The Philippines Zamboanga City Water District Pilar Street, Zamboanga City Invitation To Bid For 1. Crawler-type Drilling Rig ----------------- 1 Unit Technical Specifications/inclusions: Hydraulic Rotary Top Drive Drilling Rig • Hole Diameter: 140-350 Mm • Drilling Depth: 580 M • Drill Pipe Diameter: 102-114 Ø • Drill Pipe Length: 1.5-6.0 Meters • Rig Lifting Force: 28 T • Hoisting Force Of Winch: 2 T • Swing Torque: 8500-11000 N.m • Climbing Angles (max): 30 Degrees • Air Compressor: 1.7-3.5 Mpa • Air Consumption: 17-42 Cu.m./min • Penetration Efficiency: 15-35 M/h Mud Pump With Engine • Cylinder Diameter: 150 Mm • Stroke: 180 Mm • Pump Speed: 58-82 Min • Flow: 850 L/min • Pressure: 2.9-3.0 Mpa • Power: 37 Kw • Power Unit: 42 Kw Rpm • Rated Speed: 2400 Rpm On-board Hydraulic Powered Foam Pump • Rated Speed: 1450 Rpm • Maximum Pressure: 250 Bar • Water Flow: 18 L/min • Maximum Working Pressure: 25 Mpa On-board Welding Generator • Power: 40 Kw • Rated Current: 600 A • Generating Voltage: 230 V • Rated Speed: 3500 Rpm • Drill Rod (114mm) - 45 Pcs • Tricone Bit (7 7/8 Inches) With Fittings • Tricone Bit (9 7/8 Inches) With Fittings • Tricone Bit (12.5 Inches) With Fittings • Tricone Bit (17.5 Inches) With Fittings • Tricone Bit (20.5 Inches) With Fittings • Hydraulic Hose (20 Meters) With Fittings • 7-day On-site Training For Technical Personnel: Training For Actual Drilling Operations Will Be Provided For A Maximum Of 10 Personnel. This Training Will Include Airfares, Meals, And Travel Allowances If Necessary. It Must Be Conducted By A Nwrb-registered Mechanized Driller To Ensure The Issuance Of Certifications, Including The Certificate Of Training And Certification For Drilling Experience, For All Participants. • Delivery Fee Note: You Can Download The Philippine Bidding Documents And Omnibus Sworn Statement Revised (as Of July 3, 2023) In The Associated Components. Delivery Period: 65 Calendar Days After Issuance Of Purchase Order Delivery Point: Zcwd Property Section, Motorpool, Pasonanca, Z.c. 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 Twelve Million Pesos (p 12,000,000.00) Being The Abc To Payments Under The Contract For Purchase Requisition No. 25-0086. 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 65 Calendar Days After Issuance Of Purchase Order. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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 March 11, 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 Twenty-five Thousand Five Hundred Pesos (p 25,500.00) 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 March 18, 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. 25-0086 Crawler Type Drilling Rig Tuesday, March 18 · 2:00 – 4:00pm Time Zone: Asia/manila Google Meet Joining Info Video Call Link: Https://meet.google.com/ipd-akgu-hff 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 2, 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 2, 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. 25-0086 Crawler Type Drilling Rig Wednesday, April 2 · 2:00 – 3:30pm Time Zone: Asia/manila Google Meet Joining Info Video Call Link: Https://meet.google.com/fpf-jvpr-ipm 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 Date2 Apr 2025
Tender AmountPHP 12 Million (USD 209.3 K)
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Machinery and Tools
United States
Details: Notice Id No. Nist-ssn-25-7301557
title:sources Sought Notice For A Laser-based 3d Tracking And 3d Scanning Metrology Instrument
the Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs.
background
the National Institute Of Standards And Technology (nist) Engineering Laboratory Intelligent Systems Division (isd) Performs Research To Develop Standards For Robots And Robot Systems For Manufacturing, Emergency Response, And Industrial And On-road Automated Vehicles.
the Nist Isd Requires A Single, Portable, Instrument For Use In Planned Common Coordinate Frame System Research Experiments. The Instrument Must Be Able To Perform Both Reflector And Reflector-less 3d Measurements To Achieve Nist’s Requirements For Obtaining Ground-truth Information And High-throughput 3d Data.
capabilities Sought
nist Is Seeking Information From Sources That May Be Capable Of Providing A Single, Portable, Laboratory Instrument That Will Achieve The Following Objectives:
able To Operate Both As A Laser Tracker (reflector Measurements) With Spherically-mounted Retroreflectors (smrs) And Operate As A Scanner (reflector-less Measurements) To Obtain Point Cloud Data Of Surfaces Without The Need For Smrs.
able To Achieve The Following While Performing Reflector Measurement:
must Be Capable Of Tracking A Spherically-mounted Retroreflector (smr) At A Distance Of Up To 80 Meters Or Farther And 0.8 M Or Closer.
must Have A Maximum Permissible Error (mpe) For Angular Accuracy Of ± 15 µm + 6 µm/m Or Lower, According To Iso 10360-10:2016
the Mpe Of Length Measurement (euni:0:lt,mpe) Must Be ± 100 µm, According To Iso 10360-10:2016 Chapter 6.4, Table 4, Positions 1 To 35.
must Have A Field Of View Of 360° In The Horizontal Plane.
must Have A Field Of View Of ±145° Or Larger In The Vertical Plane.
able To Achieve The Following While Performing Reflector-less Measurement:
must Be Capable Of Obtaining Scans Of Surfaces That Are At A Distance Of Up To 60 Meters Or Farther, And 1.5 Meters Or Closer.
must Have An Absolute Accuracy Of ±300 μm Or Lower Of Mpe Of The Absolute Position Of A Planar Target Of 78% Albedo, Placed Anywhere Between 1.5 M To 30 M Away And Anywhere Between 0° To ±45° Angle.
must Have The Following Specifications Per Astm E3125-17:
angular Performance Of ±50 µm + 10 µm/m (etwo-face,mpe)
length Measurement Error Of ± 150 μm (edistance,mpe, Per Astm E3125-17 Tables 2, 3, & 4)
must Have A Field Of View Of 360° In The Horizontal Plane.
must Have A Field Of View Of ±145° Or Larger In The Vertical Plane.
portable And Battery Powered.
the Power Output Of The System Lasers Must Not Exceed That Of A Class 2 Laser Product In Accordance With Iec 60825-1 Second Edition (2014-05).
how To Respond To This Notice
in Responding To This Notice, Please Do Not Provide Proprietary Information.
submit The Response By Email To The Primary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response.
please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response:
provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei).
identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following:
manufacturer Name
model Number
technical Specifications
if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s)
describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response.
discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization.
identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications That You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive.
state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured.
identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline.
for The Naics Code Listed In This Notice:
indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information.
if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement.
describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance.
describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available.
state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services.
if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information.
identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address.
provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement.
state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment.
questions Regarding This Notice
questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received By May 6, 2025. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice.
important Notes
this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time.
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response.
nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate.
any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted.
after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s).
the Responses Shall Not Exceed Six (6) Pages Including All Attachments, Charts, Etc.
thank You For Taking The Time To Submit A Response To This Request!
Closing Date14 May 2025
Tender AmountRefer Documents
4921-4930 of 5197 archived Tenders