Cloud Tenders

MUNICIPALITY OF LANTAPAN Tender

Civil And Construction...+2Construction Material, Pipe Line Project
Philippines
Closing Date26 Mar 2025
Tender AmountPHP 1 Million (USD 19.1 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Procurement Of Materials For Repair & Maintenance Of Transmission Distribution Mains & Service Lines Of Lwd (2nd Bid) 1. The Local Government Unit Of Lantapan, Through The Capex Intends To Apply The Sum Of One Million Ninety-seven Thousand Fifty-five Pesos (php 1,097,055.00) Being The Abc To Payments Under The Contract Procurement Of Materials For Repair & Maintenance Of Transmission Distribution Mains & Service Lines Of Lwd Ib # 2025-03-027 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 20 Calendar Days. Bidders Should Have Completed, 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 6, 2025 To March 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 Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference March 14, 2025 On 1:00 O’clock P.m At Municipal Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 8:45 A.m (philippine Standard Time) On March 26, 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 March 26, 2025 At 9:00 O’clock 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. [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 Local Government Unit Of Lantapan 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: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: March 6, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-03-027 Name Of Project: Procurement Of Materials For The Repair & Maintenance Of Transmission Distribution Mains And Service Lines Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 1,097,055.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Brass Ball Valve With Lock Wing 1/2"-ø Piece(s) 100 2 Brass Ball Valve With Lock Wing 3/4"-ø Piece(s) 10 3 Brass Ball Valve With Lock Wing 1"-ø Piece(s) 5 4 Brass Male Adaptor (straight Coupling) 1/2"-ø Piece(s) 200 5 Brass Tail Piece 1/2"-ø Pair(s) 50 6 D.i. Mechanical Gate Valve (2"-ø) Piece(s) 3 7 D.i. Mechanical Gate Valve (3"-ø) Piece(s) 2 8 D.i. Mechanical Gate Valve (4"-ø) Piece(s) 2 9 D.i. Mechanical Gate Valve (6"-ø) Piece(s) 3 10 D.i. Mechanical Gate Valve (8"-ø) Piece(s) 2 11 D.i. Saddle Clamp 8" X 1" Set 3 12 D.i. Saddle Clamp 6" X 2" Set 3 13 D.i. Saddle Clamp 6" X 3/4" Set 10 14 D.i. Saddle Clamp 2" X 3/4" Set 15 15 D.i. Tee Mechanical Type With Grip Ring (6"-ø, Equal) Piece(s) 2 16 D.i. Tee Mechanical Type With Grip Ring (8"-ø, Equal) Piece(s) 1 17 Full Threaded Bar 3/8 Length(s) 1 18 Full Threaded Bar 5/8 Length(s) 1 19 G.i Bushing Reducer 2" X 1" Piece(s) 5 20 G.i Pipe 1/2", S-40 Length(s) 5 21 G.i End Cap/ Plug Cap 1/2"-ø Piece(s) 250 22 G.i Plug Bolt 1"-ø Piece(s) 5 23 G.i Plug Bolt 3/4"-ø Piece(s) 200 24 G.i Plug Bolt 1/2"-ø Piece(s) 100 25 G.i. Coupling 1/2" Piece(s) 200 26 G.i. Coupling 1" Piece(s) 15 27 G.i. Elbow 90⁰ 1/2" Piece(s) 500 28 G.i. Elbow Reducer 90⁰ 3/4"x 1/2" Piece(s) 6 29 G.i Union 1/2'' Piece(s) 50 30 G.i Union 3/4'' Piece(s) 25 31 Mechanical Gasket (2"-ø) Piece(s) 10 32 Nut 3/8" Piece(s) 20 33 Nut 5/8" Piece(s) 20 34 P.e. Coupling 1" Piece(s) 150 35 P.e. Coupling 1/2" Piece(s) 1000 36 P.e. Coupling 2" Piece(s) 15 37 P.e. Coupling 3/4" Length(s) 50 38 P.e. Coupling Reducer 3/4'' X 1/2" Piece(s) 25 39 P.e. Coupling Reducer 2'' X 1'' Piece(s) 5 40 P.e. Tee 1/2'' Piece(s) 10 41 P.e. Tee 3/4'' Piece(s) 10 42 Hdpe Pipe 2", Sdr 11 (60m-roll) Roll(s) 3 43 Hdpe Pipe 3/4", Sdr 11 (150m-roll) Roll(s) 5 44 Upvc Pipe (2"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 5 45 Upvc Pipe (3"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 5 46 Upvc Pipe (6"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 10 47 Upvc Pipe (8"-ø; Push-on Type; Machine Installed/ Built-in Seal; Series 8; 6.0m Effective Length) Piece(s) 5 48 Upvc O-ring (10"-ø) Piece(s) 3 49 Sleeve-type Coupling (2"-ø; Ductile Iron; Long Body) Piece(s) 5 50 Sleeve-type Coupling (3"-ø; Ductile Iron; Long Body) Piece(s) 4 51 Sleeve-type Coupling (10"-ø; Ductile Iron; Long Body) Piece(s) 3 52 Sealtape (tombo) 3/4" Piece(s) 50 53 Washer 3/8" Piece(s) 50 54 Washer 5/8" Piece(s) 15 55 Water Meter 1/2" With Brass Tail Piece (1 Year Warranty) Piece(s) 140 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Philippines
Closing Date15 Apr 2025
Tender AmountPHP 4.9 Million (USD 86.3 K)
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 : 25nf0073 Contract Name : Construction Of Multi-purpose Building (covered Court), Barangay Sta. Fe, General Luna, Surigao Del Norte Location Of The Contract: Barangay Sta. Fe, General Luna, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 2. Contract Id : 25nf0074 Contract Name : Cluster 2025 – 4 1. Construction Of Rainwater Collection System, (rwcs) Gen. Luna Nhs – Consuelo National High School – Annex Sub Abc = Php 521,100.00 2. Construction Of Rainwater Collection System, (rwcs) Lobogon Elementary School Sub Abc = Php 521,100.00 3. Construction Of Rainwater Collection System, (rwcs) Mabini Elementary School Sub Abc = Php 521,100.00 4. Construction Of Rainwater Collection System, (rwcs) Salvacion Elementary School Sub Abc = Php 521,100.00 5. Construction Of Rainwater Collection System, (rwcs) Tigasao Elementary School Sub Abc = Php 521,100.00 Location Of The Contract: Siargao Island, Surigao Del Norte Brief Description : Water Supply (level 1): Construction (rainwater Collectors) Approved Budget For The Contract (abc): Php 2,605,500.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 90 Calendar Days Bid Document Fee : Php 5,000.00 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 4,950,000.00 & Php 2,605,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0073 & 25nf0074 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 150 & 90 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 March 25, 2025 From Given Address And Website/s Below, In The Amount Of Php 5,000.00 & Php 5,000.00. 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 April 2, 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 April 15, 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 March 25, 2025 To April 15, 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 April 2, 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 April 15, 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 April 15, 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 April 15, 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 March 24, 2025 Date Of Issue Demilyn M. Castrence Bac Chairperson Date Of Publication: March 25-31, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Closing Date15 Apr 2025
Tender AmountRefer Documents 
Details: Effective Date: 03/15/2023 revision: 01 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-04 (effective 04/22/2024). this Solicitation Is Unrestricted For Full And Open Competition. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 532420 - Office Machinery And Equipment Rental And Leasing, With A Small Business Size Standard Of $40.0m. The Fsc/psc Is W075 Lease Or Rental Of Equipment. Rental And Leasing. the Department Of Veterans Affairs, Network Contracting Office 12 (nco 12), Visn 12, 115 South 84th St., Milwaukee, Wi. 53214, Is Seeking To Lease Mailroom Systems For The Va Illiana Health Care System, Main Danville, Il Campus And Cbocs. all Interested Companies Shall Provide Quotations For The Following: requirement the Va Illiana Health Care System, Danville, Il., Veterans Integrated Services Network (visn) 12, Is Seeking Sources For Metered Mail Lease Base + 4 Option Years, Pop: 5/1/2025 4/30/2030. To Be Deemed Technically Acceptable, Any Quoted Cloud-based Services Shall Have Fedramp Approval At The Time Of Quote Submission. requirements For 1 Mail System For Danville Main Campus: . Mixed Mail Feeder Base . At Least 10lb Weigh Platform For Mailing Module . At Least 70lb Weigh Platform W/display . Dynamic Scale . All-in-one Pc And Thermal Label Printer. . Conveyor Stacker . Multi-carrier Shipping, Accounting, Reporting And Tracking Capabilities. . Usps Meter With Automatic Rate Updates . Configuration Training . Must Have Installation And Training And Service Included . Must Have Available Service Rep Within An Hour Of Facility requirements For 1 Mail System For Peoria Cboc: . Mixed Mail Feeder Base . At Least 10lb Weigh Platform For Mailing Module . Dynamic Scale . Usps Meter With Automatic Rate Updates . Must Have Installation And Training And Service Included . Must Have Available Service Rep Within An Hour Of Facility requirements For 4 Mail System For Cbocs Springfield, Mattoon, Decatur, Bloomington: . Hand Feed . At Least 5lb Weigh Platform For Mailing Module . Usps Meter With Automatic Rate Updates . Sealer . Must Have Installation And Training And Service Included . Must Have Available Service Rep Within An Hour Of Facility the Contract Period Of Performance Is Base Plus Four (4) Option Years: base Year: 05/01/2025 - 04/30/2026 option Year 1: 05/01/2026 - 04/30/2027 option Year 2: 05/01/2027 - 04/30/2028 option Year 3: 05/01/2028 - 04/30/2029 option Year 4: 05/01/2029 - 04/30/2030 place Of Performance/place Of Delivery: va Illiana Health Care Systems Springfield Va Clinic 1900 E Main St. Bldg. 19 5850 South 6th Street, Suite A danville, Il 61832-5198 Springfield, Il 62703-5162 matoon Va Clinic Decatur Va Clinic 501 Lakeland Blvd. Suite D 792 N. Sunnyside Road matoon, Il 61938-5283 Decatur, Il 62522-1156 bloomington Va Clinic Peoria Vet Center 207 Hamilton Road 5015 American Prairie Drive bloomington, Il 61704-7527 Peoria, Il 61615 the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors Commercial Products And Commercial Services (sep 2023) far 52.204-7, System For Award Management (nov 2024) far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) far 52.214-21, Descriptive Literature (apr 2002) far 52.217-4, Evaluation Of Options Exercised At Time Of Contract Award (june 1988) far 52.217-5, Evaluation Of Options (jul 1990) far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions Commercial Products And Commercial Services (nov 2023) addendum To Far 52.212-4 far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) far 52.217-8, Option To Extend Services (nov 1999) far 52.217-9, Option To Extend The Term Of The Contract (mar 2000) vaar 852.203-70, Commercial Advertising (may 2018) vaar 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018) vaar 852.211-72, Technical Industry Standards (nov 2018) vaar 852.212-71, Gray Market And Counterfeit Items (feb 2023) vaar 852.219-76, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) vaar 852.239-76, Information And Communication Technology Accessibility (feb 2023) vaar 852.242-71, Administrative Contracting Officer (oct 2020) vaar 852.246-71, Rejected Goods (oct 2018) vaar 852.247-71, Delivery Location (oct 2018) vaar 852.247-73, Packing For Domestic Shipment (oct 2018) the Following Subparagraphs Of Far 52.212-5 Are Applicable: far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (may 2024) refer To Attached Far 52.212-5 For Subparagraphs The Contractor Shall Comply With The Following Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services. all Quoters Shall Submit The Following: quotation In Accordance With Addendum To Far 52.212-1, Instructions To Offerors, Attachment 1: Tailored Far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services completed Buy American Certificate Found At Far 52.225-2, Buy American Certificate. statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. to Be Considered Technically Acceptable, Submit, At A Minimum The Requirements Listed Above For Each Location. all Quotes Shall Be Sent To The Contracting Officer, Erica Grimslid At Erica.grimslid@va.gov. the Contracting Officer Will Evaluate Products Based On Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. Award Will Be Based Upon Lowest Priced Technically Acceptable Quote In Accordance With The Simplified Acquisition Procedures Of Far 13. The Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. options Will Be Evaluated At Time Of Award. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 09:00pm On April 15, 2025. Responses Should Be Sent To The Contracting Officer, Erica Grimslid At Erica.grimslid@va.gov. Hand Delivered Responses Will Not Be Accepted. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact erica Grimslid contracting Officer network Contracting Office 12 erica.grimslid@va.gov

Civil Service Commission Tender

Telecommunication Services
Philippines
Closing Date21 May 2025
Tender AmountPHP 146.7 K (USD 2.6 K)
Details: Description Bids And Awards Committee Request For Quotation Rfq 2025-05-048 15 May 2024 The Civil Service Commission - National Capital Region (csc-ncr), Through Its Bids And Awards Committee (bac), Will Undertake A Small Value Procurement For The Subscription Of Licenses For Video Conferencing Application For Fy 2025 To 2026 In Accordance With Section 35.13 Of The Republic Act (ra) No. 12009 Otherwise Known As The New Government Procurement Act And Its Implementing Rules And Regulations, As Follows: Name Of Project: Subscription Of Licenses For Video Conferencing Application For Fy 2025 To 2026 Deadline For Submission: Quotations Must Be Submitted Not Later Than 10:00 Am Of 21 May 2025 Place Of Submission: For Manual Submission Of Quotation – Civil Service Commission National Capital Region No. 25 Kaliraya St., Barangay Doña Josefa Quezon City For Electronic/online Submission Of Quotation – Cscncrbac@gmail.com I. Specific Deliverables Quantity Unit Description Supplier’s Product Specifications Unit Bid Price Total Bid Amount Bidder’s Statement Of Compliance 5 Licenses Video Conferencing Application Subscription For Cy 2025 To 2026 (please See Technical Specifications And Terms And Conditions In This Request For Quotation) Instructions: 1. Interested Contractors Shall Agree To Conform To The Attached Technical Specifications And Terms And Conditions Indicated In This Request For Quotation And Must State Its Conformity Thereof By Placing “comply” Or Any Equivalent Term In The Column For Bidder’s Compliance. 2. Interested Contractor And/or Its Authorized Representatives Shall Sign Its Conformity At The Last Page Of This Request For Quotation. Delivery Period: The Subscription Of Licenses Shall Commence From June 2025 And Only After Receipt Of The Issuance Of The Notice To Proceed Issued By The Csc-ncr. Total Ii. Approved Budget For The Contract The Approved Budget For The Contract (abc) Is One Hundred Forty – Six Thousand Seven Hundred Twenty – Nine Pesos Only (php146,729.00). Iii. Technical Specifications A. Project Title Subscription Of Licenses For Video Conferencing Application For Fy 2025 To 2026 B. Objective To Provide A Platform For Meetings And Webinars That Can Handle 500 Participants That Can Empower Csc-ncr Officials And Employees To Organize Their Work, Collaborate, Plan, And Work Efficiently. C. Duration Of The Contract The Contract Duration For The Subscription Of Licenses For Video Conferencing Application Shall Be One (1) Year Reckoned From The Date Indicated In The Notice To Proceed (ntp) To Be Issued By The Csc-ncr. D. Scope Of Work And Services 1. The Contractor Shall Provide The Subscription Of Licenses For Video Conferencing Application And Support Services For The Five (5) Host Licenses For A Contract Duration Of One (1) Year Reckoned From The The Date Indicated In The Notice To Proceed (ntp). 2. The Contractor Shall Provide Licenses And Support Services For The Following Video Conferencing Application Features: A. Minimum Of 5 Licenses For The First Purchase B. Basic + Additional Features C. Can Cater To 500 Participants For Meetings D. With A Meeting Duration Of Up To Twenty Four (24) Hours E. Custom Personal Meeting Id F. Assign Scheduler G. Provision For Online And Local Customer Support H. Video And Web Conferencing Features I. Group Collaboration J. One (1) Tb Of Mp4/m4a Cloud Recording Storage K. With User Management And Admin Feature Controls L. With Breakout, Polling, And Reporting Features M. Translated Captions 3. The Contractor Shall Be Able To Provide Twenty-four (24) Hours A Day, Seven Days A Week (24x7) Technical Support Service. The Modalities For The Rendition Of Technical Support By The Contractor Can Be Through Telephone Call, Electronic Mail, Online And/or On-site Support Or Other Appropriate Means, Depending On The Needs Of The Csc-ncr. 4. The Contractor Shall Resolve Any Report For Technical Support And/or Request For Problem Resolution By The Csc Ncr On Any/all Video Conferencing Application License Components Within Four (4) Hours After Request By The Csc-ncr. E. Warranties And Undertaking Of The Contractor 1. The Contractor Warrants That It Shall Conform Strictly To The Terms And Conditions Of This Request For Quotation. 2. The Contractor Warrants, Represents And Undertakes Reliability Of The Services And That Their Manpower Complement Is Qualified And Dedicated To Do The Service Required To The Satisfaction Of The Csc-ncr. 3. The Contractor In The Performance Of Its Services Shall Secure And Maintain At Its Own Expense All Registration, Licenses Or Permits Required By National Or Local Laws And Shall Comply With The Rules, Regulations, And Directives Of Regulatory Authorities And The National Government. 4. The Contractor Warrants That It Has Been Granted The Necessary Certification/authorization To Represent The Original Product Manufacturer/authorized Reseller Of The Video Conferencing Application. 5. The Contractor Shall Neither Assign, Transfer, Pledge, Nor Sub-contract Any Part Or Interest Under This Contract. 6. The Contractor Warrants That Its Quotation To Be Submitted To The Csc Ncr Shall Be Inclusive Of All Taxes Required To Be Paid By The Government Such As Final Withholding Value Added Tax (services) Of Five Percent (5%), And Expanded Withholding Tax Of Two Percent (2%), And Such Other Taxes As May Be Required By The Government. 7. The Contractor Warrants That The Price Indicated In Its Quotation/contract Shall Be Fixed And Is Not Subject To Any Price Escalation For The One (1) Year Duration Of The Contract. F. Terms Of Billing And Payment 1. The Contractor Shall Be Paid By The Csc Ncr Upon Provision Of The Licenses For This Project Subject To The Required Final Withholding Vat (services) Of Five Percent (5%) And Expanded Withholding Tax Of Two Percent (2%). 2. The Contractor Shall Send To The Csc Ncr Its Billing Statement On A Monthly Basis For The Duration Of This Contract 3. Payment Shall Be Made Within A Reasonable Time From The Submission Of The Documentary Requirements Such As, But Not Limited To The Following, Based On Existing Accounting And Auditing Laws, Rules And Regulations: (i) Sales Invoice/billings; And (ii) Certificate Of Acceptance Issued By The Csc Ncr. 4. No Advance Payment Shall Be Allowed Pursuant To Section 88 Of Presidential Decree No. 1445 Which Prohibits Against Advance Payment On Government Contracts. G. Other Terms And Conditions: 1. The Contractor Shall Provide Correct And Accurate Information Required To Be Submitted In This Request For Quotation, As Well As Those Required Under Relevant Laws, Rules And Regulations. 2. The Price Quotation To Be Submitted By The Contractor Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission Thereof. 3. The Price Quotation To Be Submitted By The Contractor Shall Be Denominated In Philippine Peso And Is Understood To Include All Taxes, Duties, And/or Levies Payable, Or Other Fees As May Be Required By The Government. 4. The Quotations Submitted By The Contractor Exceeding The Abc Shall Be Rejected Disqualified. 5. The Award Of Contract Shall Be Made To The Contractor Who Submitted The Lowest Calculated And Responsive Quotation Which Complies With The Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Contractor Or Any Of Your Duly Authorized Representative/s. 7. The Subscription Of Licenses For The Video Conferencing Application Shall Be Delivered According To The Requirements Specified In The Technical Specifications And Other Terms And Conditions Of The Contract. 8. The Csc-ncr Shall Have The Right To Inspect And/or Test The Services To Guarantee Its Conformity To The Technical Specifications And Other Terms And Conditions Of The Contract. 9. In Case Two Or More Contractors Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Csc-ncr Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Government Procurement Policy Board Circular (gppb) 06-2005. 10. The Implementation Of The Contract Shall Be In Accordance With The Provisions Of Ra No. 12009, Its Irr, And Other Related Issuances. Iv. Documentary Requirements All Interested Contractors Shall Submit The Following Documents Not Later Than 10:00am Of May 21, 2025: 1. Philgeps Registration Number; 2. 2025 Business/mayor’s Permit; 3. Income Or Business Tax Return (to Be Submitted Before Award Of Po/contract); 4. Notarized Omnibus Sworn Statement (sample Attached) (to Be Submitted Before Award Of Contract); 5. Certification From The Service Provider Of The Video Conferencing Application That The Contractor Is An Authorized Distributor/reseller Of The Video Conferencing Application 6. The Csc-ncr, After Notice, May Require The Contractor To Submit Completed Contracts For The Conduct Of The Post-qualification Procedure In Accordance With Ra No. 12009, Its Irr And Other Gppb Related Issuances. For Further Inquiries, You May Directly Coordinate With Ms. Maybelline N. Galang At Tel. No. 02-87416097. The Quotation May Be Submitted Through E-mail At Cscncrbac@gmail.com Or Deliver Sealed Quotation To The Address Below: Bids And Awards Committee No. 25 Kaliraya Street, Barangay Doña Josefa Quezon City The Csc-ncr Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein. To Annul The Bidding Process, At Any Time Prior To The Issuance Of The Purchase Order/contract, Without Thereby Incurring Any Liability To The Affected Supplier/bidder, And To Accept Only The Offer That Is Most Advantageous To The Government. The Csc-ncr Assumes No Responsibility Whatsoever To Compensate Or Indemnify Suppliers/bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Atty. Vlademir E. Villacorta Chairperson, Bids And Awards Committee Contractor’s Conformity I Hereby Certify To Comply And Deliver The Services Stated In This Request For Quotation Subject To Its Technical Specifications And Other Terms And Conditions Thereof. _______________________ _____________________________ ________________ Name Of Company/bidder Signature Over Printed Name Of Date Representative

MUNICIPALITY OF LANTAPAN Tender

Others
Philippines
Closing Date5 Jun 2025
Tender AmountPHP 557.2 K (USD 10 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Procurement Of Plaques Medals Other Materials Food & Drinks Use For Araw Ng Lantapan Activities (1st Bid) 1. The Local Government Unit Of Lantapan, Through The No-araw Ng Lantapan Celebration - Omoe Intends To Apply The Sum Of Five Hundred Fifty-seven Thousand Two Hundred Seventy Pesos (php 557,270.00) Being The Abc To Payments Under The Contract Procurement Of Plaques Medals Other Materials Food & Drinks Use For Araw Ng Lantapan Activities Ib # 2025-05-055 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 29, 2025 To June 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 One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On __________which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 8:45 A.m (philippine Standard Time) On June 5, 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 5, 2025 At 9:00 O’clock 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. [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 Local Government Unit Of Lantapan 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: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: May 29, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-05-055 Name Of Project: Procurement Of Plaques Medals Other Materials Food & Drinks Use For Araw Ng Lantapan Activities Location Of Delivery: Poblacion, Lantapan, Bukidnon Abc: Php 557,270.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount Package 1 - Other Materials For Use For Various Activities Other Materials Use For Enduro Trail 1 Event Tarpaulin (4ft X 8ft) Sheets 2 2 Trophies (3 Per Category, 6 Categories; 1st/2nd/3rd) Pcs 18 3 Plaques (mayor, Vice Mayor, Event Chairperson, Organizers And Etc. Pcs 8 4 Caution Tape (for Track Boundaries) Rolls 10 Other Materials Use For Motorcade 1 Tarpaulin Pcs 44 2 Ballon Pack 20 Other Materials Use For Tax Payer 1 Plaque 12" 1st Ctc (big & Small) Barangay Category Pcs. 2 2 Plaque 10" 2nd Ctc (big & Small) Barangay Category Pcs. 2 3 Plaque 9" 3rd Ctc (big & Small) Barangay Category Pcs 2 4 Plaque 12" - 1st Business Tax Category Pcs. 11 5 Plaque 10" - 2nd Business Tax Category Pcs. 4 6 Plaque 9" - 3rd Business Tax Category Pc. 1 Other Materials For Vollyball Tournament' 1 Medals & Certificate Pcs 48 2 Trophies Pcs 12 3 Tarpaulin Banner 8ft X 6ft Pcs 2 Other Materials For Agrifair Activity 1 1st Place Plaque Piece 2 2 2nd Place Plaque Piece 2 3 3rd Place Plaque Piece 2 4 Plaques Of Recognition Piece 14 5 Plaque For Best Booth/eyecatcher Piece 1 6 Plaque For Best In Record Keeping Piece 1 7 Plaque For Customer-oriented Booth Piece 1 8 Tarpaulin Piece 2 9 Bantings Set 2 10 Token (customized Notebook With Pen) Set 3 Other Materials For Barangay Night 1 Plaques Pcs 3 2 Tarpaulin Pcs 2 Other Materials For For Fun Run 1 Start/finish Tarp (3x20ft) Pcs 2 2 Tarp (3x8ft) Pcs 4 3 Inner Side Tarp (2x8ft) Pcs 2 4 Outer Side Tarp (2x10ft) Pcs 2 Tarpauline 5 Direction Tarp (2ftx3ft) Pcs 6 6 Progress Tarp (2x3ft) Pcs 20 7 Back Drop (6ftx8ft) Pcs 1 8 Photobooth(7ftx8ft) Pcs 1 9 Racebibs Pcs 2100 10 Finisher Uniform Pcs 180 11 Medals Pcs 360 Other Materials For Production, Preparation Of Essential And Print Materials 1 Laminated Id With Lanyard Pcs 140 2 Calendar Type Invitation Program Pcs 80 3 1 Inch Plain Satin Gift Ribbon Roll 50 Meters Asstd Colors (red, Orange, Yellow) Rolls 6 4 Catalog Envelop (6x9inches) - 10 Pcs/set Set 10 Other Materials For Job Fair 1 Token Pack 50 2 Certificate Holder Pack 60 3 Photo Paper A4 Pc 10 4 Tarpaulin Doz 1 5 Balloons Pack 10 6 Lay For Guest Pcs 20 7 Polo Shirt (sublimation) Pcs 15 8 Plaque 2 Total Abc For Package 1 Php 362,010.00 Package 2 - Meals & Snacks Food & Drinks For Fun Run 1 Water Gals 40 2 Asstd. Fruits (melon, Pineapple And Banana Set 1 3 Meals Packs 50 Food & Drinks For Job Fair 1 Breakfast Cover 10 2 Am Snacks Cover 60 3 Lunch Cover 60 4 Pm Snacks Cover 60 5 Litson Head 2 6 Mammon Pack 20 7 Bottled Juice Bot. 100 8 Coffee Pack 50 9 Biscuit Pcs 2 Food & Drinks For Lgbtq - Night 1 Meals (rice, Humba, Chicken Joy, Sotanghon, Fruits, Softdrinks) Pax 244 Food & Snacks For Lantapan Band Concert 1 Meals June 15, 2025 Lunch: Ginisang Gulay, Tinolang Manok Covers 20 Lemon Butter Fish Fillet, Fresh Fruits: Banana, Mango, Apple, Red Rice Snacks During Practice Session: 20 - Sandwich And Soda Dinner: Covers 40 - Beef With Broccoli Snacks During Actual Performance: - Lasagna And Soda 40 2 June 16, 2025 Breakfast: Boiled Egg, Toasted Bread, Fresh Fruit: Banana, Mango, Apple Covers 15 - Coffee And Fruit Juice Lunch: Covers 20 Beef Steak, Sinigang Na Isda, Pork Ribs, Fresh Fruits: Banana Mango, Apple, Red Rice Total Abc Package 2 Php 195,260.00 Total Bid Price In Figure: _____________________________ Total Bid Price In Words: ___________________________________ Prepared And Submitted By: _______________________________

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 4.9 Million (USD 88.9 K)
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 : 25nf0082 Contract Name : Construction/completion Of Multi Purpose Building, Barangay San Juan, San Benito, Surigao Del Norte Location Of The Contract: Barangay San Juan, San Benito, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 2. Contract Id : 25nf0083 Contract Name : Construction Of Road, Brgy. Corazon To Brgy. Katipunan, General Luna, Surigao Del Norte Location Of The Contract: General Luna, Surigao Del Norte Brief Description : Roads: Construction - Pccp Approved Budget For The Contract (abc): Php 96,500,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 319 Calendar Days Bid Document Fee : Php 50,000.00 3. Contract Id : 25nf0084 Contract Name : Construction Of Multi-purpose Building, Brgy. Sto. Nino, San Isidro, Surigao Del Norte Location Of The Contract: Brgy. Sto. Nino, San Isidro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 4,950,000.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 150 Calendar Days Bid Document Fee : Php 5,000.00 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 4,950,000.00, Php 96,500,000.00 & Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0082, 25nf0083 & 25nf0084 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 150, 319 & 150 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 & 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 May 17, 2025 From Given Address And Website/s Below, In The Amount Of Php 5,000.00, Php 50,000.00 & Php 5,000.00. 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 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 June 10, 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 May 17, 2025 To June 10, 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 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 June 10, 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 June 10, 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 June 10, 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 May 16, 2025 Date Of Issue Demilyn M. Castrence Bac Chairperson Date Of Publication: May 17-23, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board

Municipality Of Mercedes, Camarines Norte Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Closing Date1 Jul 2025
Tender AmountPHP 1.1 Million (USD 19.5 K)
Details: Description Republic Of The Philippines Province Of Camarines Norte Municipality Of Mercedes Bids And Awards Committee Bids And Awards Committee Office, Lgu - Mercedes, Camarines Norte Invitation To Bid For The Purchase Of Various Office Equipment-local Government Unit Of Mercedes, Camarines Norte. The Local Government Unit Of Mercedes, Camarines Norte, Through The Annual Budget 2025/ Continuing Appropriation 2021, 2024/ Supplemental Budget #2-2025/ Trust Fund, Trust Fund-prizes Intends To Apply The Sum Of One Million One Hundred Eight Thousand Pesos Only (php1,108,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Various Office Equipment-local Government Unit Of Mercedes, Camarines Norte - Identification Number 1011-25-03-0350/0351/0361, 1051-25-04-0456, 4411-25-04-0486, 1011-25-05-0554, 1071-25-05-0564, 1081-25-05-0565, 1011-25-05-0609, 1011-25-06-0625, Peso-25-06-0628. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Mercedes, Camarines Norte, Now Invites Bids For The Purchase Of Various Office Equipment-local Government Unit Of Mercedes, Camarines Norte As Follows: Item No. Qty Unit Description 1 9 Units Desktop Computer >intel Core I3 >motherboard >memory Ddr4 16gb >ssd 1tb >casing With Power Supply >keyboard And Mouse >500 Watts Avr >monitor 20" Display >ups 650va 2 8 Units Printer >continuous Ink (print, Scan And Copy Type) 3 1 Unit Printer >continuous Ink (print, Scan And Copy Type) 4 2 Units Printer >continuous Ink (print Type) 5 1 Unit Printer With Copier Eco Tank L145150 A3 + Wi-fi >duplex Wide Format All In One Ink Tank Printer >print Speed Of Up To 17.0 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 >epson Connect (epson Iprint, Epson Email Print And Remote Print Drive, Scan To Cloud) 6 1 Unit Printer Specifications: >compact Integrated Tank Design >high Yield Ink Bottles >ultra-high Page Yield Of 4,500 Pages (black) And 7,500 Pages (colour) >borderless Printing (up To 4r0 >print Method: On-demand Inkjet >maximum Resolution: 5760 X 1440 Dpi >nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) 7 5 Units Laptop Computer >slim Type >intel Core I5 >memory 16gb >ssd 512gb >video Card - Built In Graphic Card >full Hd 15.6" Display >with License Home Os >with Bag 8 1 Set Water Dispenser Hot And Cold >bottom Load Freestanding >automatic Water Pump >material: Plastic >rated Voltage: 220v >rated Frequency: 50hz >rated Power: 450w >product Size: 32x35x94.5cm 9 1 Unit Free Standing Water Dispenser >bottom Loading >hot, Normal And Cold >compressor Type Cooling >hot Water Safety Lock >585w (l-12.25", W-12.25", H-41) 10 5 Units Airconditioner - Window Type >2hp >conventional Type With Remote 11 1 Units Airconditioner - Split Type Wall Mounted >2hp >goldfin Inverter >with Installation 12 1 Unit Airconditioner >2.5hp Split Type Inverter 13 1 Unit Portable Hard Drive 1tb 14 1 Pc Portable Speaker >speaker Unit; 8inches X 2 >input Ac: 110v-240v >usb/tf Media Card Input >wireless Microphone (2pcs) >with Led Colorful Lights >with Bt Function >remote Control >mic Input >guitar Input >aux Audio Signal Input >rechargeable Battery >external Dc 9v Input 15 1 Unit Projector >projection Technology: 3lcd Technology (rgb Liquid Crystal Shutter Projection System >brightness: 3,300 Lumens White And Color Light Output >resolution: Native Xga 91024 X 768) >aspect Ratio: 4:3 >contrast Ratio: 15,000:1 >lamp: 210w Uhe With A Life Of 6,000 Hours (normal) Or 12,000 Hours (eco) >connectivity: Hdmi, Usb Type B (for Firmware Update And Osd Copy), And D-sub 15-pin. >throw Ratio: 1.44 - 1.95 (zoom Ratio: 1.44 - 1.95 Wide To Tele) >projection Lens: No Optical Zoom/focus (manual Focus). >focal Length: 16.70mm. >dimesions (excluding Feet): 302 X 77 X 234mm. >weigh: Approximately 2.4kg. Xxxxxxxxxxxxxxxxxxxxxx 2. Delivery Of The Goods Is Required Thirty (30) Calendar Days Delivery Period And Upon Receipt Of Notice To Proceed And Purchase. Bidders Should Have Completed, Within Two (2) 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Mercedes, Camarines Norte-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours - 8:00 Am-12:00 To 1:00 Pm-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 12, 2025 Until 8:30 Am Of July 1, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only Php500.00. 6. The Local Government Unit Of Mercedes, Camarines Norte Will Hold A Pre-bid Conference On June 19, 2025 9:00am At Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines 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 Indicated Below, On Or Before 8:30am July 1, 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 9:00 Am Of July 1, 2025 At The Bids And Awards Committee Office- Second Floor Jpl Sports Complex - Municipal Compound, Eco Avenue Street, Barangay 5, Mercedes, Camarines Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Mercedes, Camarines Norte, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Macario B. Totanes Municipal Planning And Development Office Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0998-576-8321 Arsenia M. Ordiales Bac Secretariat Bids And Awards Committee Office 2nd Floor Jpl Sports Complex, Lgu Mercedes Municipal Compound, Barangay 5, Mercedes, Camarines Norte 0908-896-9684 Email Address: Lgubac.mercedes@yahoo.com 12. You May Visit The Website: For Downloading Of Bidding Documents: Www.mercedes.gov.ph June 11, 2025 ________________________________ Macario B. Totanes Bac Chairman

OFFICE FOR TRANSPORTATION SECURITY Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date26 May 2025
Tender AmountPHP 157 K (USD 2.8 K)
Details: Description A Portable Multimedia Projector 1 Unit • Projection Technology: Rgb Liquid Crystal Shutter Projection System (3lcd) • White Light Output (normal/eco): 3,800 Lm • Colour Light Output: 3,800 Lm • Resolution: Xga • Aspect Ratio :4:3 • Contrast Ratio :16,000:1 • Features: Wifi (optional) • Quick Corner • Lightsource: Lamp • Maintenance Cycle: 6,000 / 12,000 Hours*3 • Usb Interface: Usb Type A: 1 • (for Wireless Lan, Firmware Update, Copy Osd Settings) Usb Type B: 1 (for Firmware Update, Copy Osd Settings) • Network: Wireless: Optional (elpap11) • Analog Input: Composite: 1 Rca D-sub 15pin: 1 • Digital Input: Hdmi: 1 (mhl Not Supported) Audio Input:2 Rca: 1 B Office Chair 7 Pcs • Elegant Office Chair With High Back, Ergonomic • Pneumatic Height Adjustment • Adjustment Of The Position Of The Headrest • With 3d Armrests • Fabric Seat • Nylon Base With Pu Swivel Wheels • Adjustable Lumbar Support • Dimensions: 68 X 65 X 107-117 Cm • Black Color C Mobile Pedestal 3 Pcs • 5 Swivel Castors Built For Smooth Mobility And Convenience • With 3 Drawers Including 1 Central Lock, 1 Pen Tray And 1 File Divider • Material: Powder-coated Steel • Color: Beige • Dimensions: 40(w) X 56.5(d) X 65.5(h) Cm • Weight: 14kgs D Heavy Duty Color Printer 1 Unit 1. Printer Type: Print, Scan, Copy, Fax With Adf 2. Print Speed: Print Speed Of Up To 25.0 Ipm • Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 26 Sec Per Photo (border) / 27 Sec Per Photo (borderless)*2 • Draft, A4 (black / Colour):up To 32.0 Ppm / 32.0 Ppm *2 • Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / 25.0 Ipm *2 • Iso 24734, A4 Duplex (black / Colour): Up To 21.0 Ipm / 21.0 Ipm * • 2iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / 13.5 Ipm *2 • Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / 10.0 Ipm *2 3. Copying: • Iso 29183, A4 Simplex Flatbed (black / Colour): Up To 23.0 Ipm / 23.0 Ipm • Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 22.5 Ipm • Iso 24735, A4 Duplex Adf (black / Colour): Up To 19.0 Ipm / 19.0 Ipm 4. Copy Function: • Reduction / Enlargement: 25 - 400% • Maximum Copy Size: A3 • Copy Resolution: 600 X 600 Dpi • Max Copies: 999 Copies 5. Scanning: • Scanner Type: Flatbed Colour Image Scanner • Sensor Type: Cis Optical Resolution:1200 X 2400 Dpi • Maximum Scan Area:297 X 431.8 (mm) • Scanner Bit Depth (colour):48-bit Input, 24-bit Output • Scanner Bit Depth (grayscale):16-bit Input, 8-bit Output • Scanner Bit Depth (black & White):16-bit Input, 1-bit Output 6. Scan Speed: • Scan Speed (flatbed / Adf (simplex | Duplex)): • 200dpi, Black: 5 Sec / Up To 26.0 Ipm | 11.5 Ipm 200dpi, Colour: 10 Sec / Up To 9.0 Ipm | 6.0 Ipm 7. Fax Function: • Type Of Fax :walk-up Black-and-white And Colour Fax Capability • Receive Memory / Page Memory:6mb, Page Memory Up To 550 Pages • Error Correction Mode:itu-t T.30 • Fax Speed (data Transfer Rate): Up To 33.6 Kbps, Approx. 3 Sec/page • Fax Resolution: Up To 200 X 200 Dpi • Transmission Paper Size (flatbed): A5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17" • Transmission Paper Size (adf): A5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17" • Receiving Paper Size: • Half Letter, A5, B5, A4, Letter, Legal, B4, 11 X 17”, A3, A3+ • Speed Dial / Group Dial: Up To 200 Numbers, 199 Groups • Fax Features: Fax (transmission/receive), Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception, Fax Preview, Memory Reception, Fax To Email, Fax To Folder, Automatic 2-sided Fax 8. Card Slot / Usb Host Function: • Type Of Direct Printing: Usb Memory 9. Paper Handling: • Paper Feed Method: Friction Feed • Number Of Paper Trays:3 (front 2, Rear 1) • Standard Paper Input Capacity: Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2) Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) 50 Sheets For Premium Glossy Photo Paper • Output Capacity:125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper • Maximum Paper Size:329 X 6000 Mm • Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 • Print Margin:3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver 10. Interface: • Usb: Usb 2.0 • Network: Ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct • Network Protocol: Tcp/ipv4, Tcp/ipv6 • Network Management Protocols: Snmp, Http, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Sntp, Slp, Wsd, Lltd 11. Mobile And Cloud Solutions: 12. Control Panel: • Lcd Screen:4.3" Colour Lcd Touch Screen 13. Printer Software: 14. Power: • Rated Voltage: Ac 220 - 240 V • Rated Frequency:50 - 60 Hz • Power Consumption: Sleep: 0.9 W Operating: 18.0 W Power Off: 0.2 W Standby: 9.7 W 15. Noise Level: • Pc Printing / Plain Paper Default *3: Sound Power (black / Colour) 6.8 B(a) / 6.7 B(a), Sound Pressure (black / Colour) 52 Db(a) 16. Consumables: • Maintenance Box:c12c934591 • Pigment Black Ink Bottle: 7,500 Pages *4 - 008 (c13t06g100 / C13t06g199 (indonesia)) • Pigment Cyan Ink Bottle:6000 Pages (composite Yield) *4 - 008 (c13t06g200 / C13t06g299 (indonesia)) • Pigment Magenta Ink Bottle:6000 Pages (composite Yield) *4 - 008 (c13t06g300 / C13t06g399 (indonesia)) • Pigment Yellow Ink Bottle :6000 Pages (composite Yield) *4 - 008 (c13t06g400 / C13t06g499 (indonesia)) 17. Dimensions And Weight: • Dimensions (w X D X H): 515 X 500 X 350mm • Weight: 21.0kg 18. Printing Technology: • Print Method: Precisioncoretm Printhead • Minimum Ink Droplet Volume:3.8 Pl • Print Direction:bi-directional Printing • Nozzle Configuration:800 X 1 Nozzles Each (black, Cyan, Magenta, Yellow) • Maximum Resolution:4800 X 1200 Dpi • Automatic 2-sided Printing:yes (up To A3) 19. Adf Specifications: • Support Paper Thickness: 64-95 G/m2 • Paper Capacity:50 Sheets 20. Supported Os And Applications: • Supported Os: Windows Xp / Vista / 7 / 8 / 8.1 / 10, Windows Server 2003 / 2008 / 2012 / 2016 / 2019/ Mac Os X 10.6.8 Or Later Abc = P157,000.00 Total Offered Quotation Total *the Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. *price Must Be Valid For Sixty (60) Days Upon Submission Of Quotation Minimum Requirements: A. Valid And Current Phil Geps Registration Certificate; B. Valid And Current Mayor’s Permit C Dti Or Sec Registration D. Certificate Of Registration (bir 2303) E. Income / Business Tax Return F. Omnibus Sworn Statement

Department Of Social Welfare And Development Main Tender

Software and IT Solutions
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 940 K (USD 16 K)
Details: Description Request For Proposal (negotiated Procurement - Small Value Procurement – Consulting Firm) Hiring Of Consulting Services For The Development Of The Kaagapay Website Dswd Rfp No. 25-gop-svp-cf-001 (pr No. 2024101480) 1. The Republic Of The Philippines, Through The Department Of Social Welfare And Development – Information And Communications Technology Management Service (dswd-ictms) Cy2025 Funds Intends To Apply The Sum Of Nine Hundred Forty Thousand Pesos (php940,000.00) Being The Approved Budget For The Contract (abc) For The Hiring Of Consulting Services For The Development Of The Kaagapay Website Under (dswd Rfp No. 25-gop-svp-cf-001). 2. Objectives The Consulting Firm Will Be Engaged To Execute The Software Development Cycle For Establishing The Kaagapay Website. The Project Will Encompass The Following Objectives: A. Business Requirements Analysis: Thoroughly Analyze The Business Requirements To Understand The Needs And Specifications For The Kaagapay Website. B. Design And Development: Design And Develop The Kaagapay Website In Alignment With The Identified Business Requirements. C. Quality Assurance And Privacy Impact Assessment: Conduct Necessary Quality Assurance Tests And Complete A Privacy Impact Assessment To Ensure The Website Meets All Required Standards And Regulations. D. Vulnerability Assessment: Address Weaknesses And Flaws Of The Web Application And Ensure Data Security In Accordance With The Memorandum Circular No. 03 Series Of 2024. E. Deployment And Training: Assist With The Deployment Of The Kaagapay Website And Provide Training For Trainers To Facilitate Smooth Adoption And Use. F. Post-deployment Warranty: Offer Warranty Service Post-deployment To Address Any Issues And Ensure Ongoing Support Within The Dswd Domain. 3. Scope Of Work The Consulting Firm Is Responsible For Designing, Developing, Testing, Deploying, And Supporting The Maintenance Of The Kaagapay Website Development Project. The Project’s Primary Goal Is To Create An Interactive Portal To Support The Department, Dswd Partners And Donors In Contributing Directly To Disaster Relief, Calamity Response, Dswd Care Facilities, Beneficiaries, And Clients. This Does Not Include Walk-in Donations Made To The Dswd Without Having To Access The Portal. Moreover, This Portal Will Streamline Communication And Donations, Incorporating An E-wallet System Linked With Land Bank Of The Philippines (lbp), Maya And Gcash Payment Portals. The Consulting Firm Will Begin With Project Planning, Developing An Inception Report Or Project Plan That Outlines The Framework, Approaches, Methodologies, And Specific Timelines For Tasks And Deliverables, Including A Privacy Impact Assessment. Following This, A Comprehensive Requirements Analysis And System Design Will Be Conducted To Understand Dswd’s Needs And Define System Specifications. Project Management Will Ensure That The Project Progresses As Planned And Meets Its Objectives. The Software Development Phase Will Involve Coding, Configuring, And Creating All Necessary System Components To Ensure Functionality And User-friendliness Of The Website. The Kaagapay Portal Will Offer Three (3) Distinct Areas For Donors To Facilitate Donations: A. Dswd Official Partners And Centers • Disaster Donations  For Cash Donations, Bank Details Of The Dswd Where Donors Can Send Are Available For Their Reference Such As The Account Name And Account Number.  For In-kind Donations, Donors Can Facilitate It By Filling In Donor Details (name, Contact Information, Address Of The Identified Dswd Office) And Selecting A Logistics Partner (e.g. Air21, Lbc, Transportify, J&t, Or Grab).  For International Donors, They Can Only Donate In Cash. • Centers And Residential Care Facilities  Donors Can Choose Specific Categories, Such As Children And Youth, Women, Family Or Community, Persons With Disabilities, Or Senior Citizens.  Donors Will Then Select A Specific Center Or Residential Care Facility Which They Wish To Donate To. This Portion Includes The Contact Details Of The Center Focal Person Or Representative.  International Donors Can Only Provide Cash Donations, Entering Necessary Details To Complete The Process. B. Private Social Welfare And Development Agencies (swdas) And Non-government Agencies • Donors Can Select Centers And Residential Care Facilities Or Public Solicitation From Foundations Or Organizations They Want To Send Their Donations To. • The Procedure For Centers And Residential Care Facilities Mirrors Non-disaster Donations Under Dswd Official Partners, Including Selecting Specific Categories And Centers, Providing Donation Details, And Completing The Process. • For The Public Solicitation, The Donors May Choose From The List Of Current Public Solicitation Activities. Details Of The Activity Are Also Available For Reference. Public Solicitation Activities Only Accept Cash Donations. C. Local Government Units (lgus) • Donors Can Select From The List Of Current Disasters They Wish To Send Their Donations. Once The Donors Identify Which Disaster And Local Government To Donate To, Details Are Available For Their Reference Including The Affected Areas, Contact Details And Email Addresses Of The Municipalities/cities/provinces. • The Donation Process Follows The Same Procedure As The Disaster Donations. International Donors May Only Donate Cash. Donors Are Required To Provide Necessary Details To Complete Their Donations. Actors Involved: The Actors Involved In This Project Include Donors (individuals, Private Companies, Groups) Who Wish To Provide Donations To: • Dswd Offices And Centers • Private Swdas And Ngos • Lgus Affected By Disasters Backend Team: The Backend Team Responsible For Maintaining And Updating The Website Will Include: • Administrator From The Office Of Assistant Secretary For Partnerships Building And Resource Mobilization Under The Office Of The Secretary. • Financial Management Service For Monitoring Fund Allocation And Receiving Donations In Kind. • Technical Staff, Including It Admins And System Administrators, For Website Maintenance And Updates. 4. Technical Requirements And Deliverables A. Design Documents: Design Documents Will Encompass Detailed Plans And Blueprints For The Kaagapay Website. This Includes User Interface Designs, System Architecture, Workflow Diagrams, And Other Visual Or Textual Representations That Illustrate How The Kaagapay Web Platform Will Be Structured And Function. The Design Documents Will Serve As A Guide For Developers And Stakeholders Throughout The Development Process. B. Source Code: The Source Code For The Kaagapay Website Represents The Core Programming Instructions Written In A Programming Language To Build The System. It Should Be Well-documented, Structured, And Maintainable, Ensuring That Future Updates And Modifications Can Be Made Efficiently. The Source Code Will Be The Proprietary Asset Of Dswd And Should Adhere To Industry-standard Coding Practices. C. Documentation: This Includes Comprehensive Documentation Covering All Aspects Of The Kaagapay Website. It Should Detail The System’s Functionality, Installation, Configuration, And Troubleshooting Guidelines. User Manuals For Different Stakeholders (administrative Staff, Service Providers, Beneficiaries) Should Also Be Provided, Explaining How To Use The Platform Effectively. D. Training: Training Modules Or Sessions Should Be Provided To Dswd Staff And Other Relevant Stakeholders. The Training Should Cover System Operation, Basic Troubleshooting, And Administrative Tasks To Ensure The Dswd Team Can Effectively Manage And Operate The Kaagapay Website Post-deployment. E. Support: Post-deployment Support Services Are Crucial For The Operational Stability Of The Kaagapay Website. This Includes Technical Support For Troubleshooting And Resolving Issues, Maintenance Services For System Updates And Bug Fixes, And Customer Support For User Queries And Assistance. A Clear Support Structure Should Be Defined, Including Contact Points, Response Times, And Escalation Procedures. The Service Provider Shall Provide 4-years Warranty Period To Address Issues, Error, Bugs, Vulnerabilities And Quality Issues At No Additional Cost For The Dswd And With The Prescribed Sla (provide Sla). Technical Requirements: A. General Requirements 1. Web-based Compatibility: Kaagapay Website, Must Be Accessible Via Popular Web Browsers And Support Both Computer And Mobile Device Use. This Ensures Broad Accessibility And Ease Of Use For Diverse Users. 2. Infrastructure Deployment: The System Will Be Hosted On Dswd’s Managed Infrastructure, Aligning With Modern Application Deployment Practices For Scalability And Reliability. 3. Compatibility With Dswd Infrastructure: Kaagapay Website Must Be Compatible With Existing Dswd Digital And Cybersecurity Infrastructure, Ensuring Seamless Integration And Adherence To Security Standards. 4. User Load Capacity: The System Should Be Capable Of Handling User Traffic As Projected By Dswd, Ensuring Consistent Performance Even During Peak Usage Periods. 5. Licensing And Server Provision: Dswd Will Provide Licenses For Servers And Other Services That The Kaagapay Website Will Utilize In The Production Environment, Ensuring Compliance With Software Licensing Requirements. 6. Service Provider Access Limitations: The Service Provider Will Not Have Access To Dswd’s Production System. They Must Provide Comprehensive Instructions And Support For Dswd System Administrators For System Deployment And Setup. 7. Ownership Of Work Products: All Work Products, Including Software, Documentation, And Design Materials Developed For This Project, Will Be The Sole Property Of Dswd. 8. Generate Report: The Kaagapay Website Shall Be Able To Generate Report As To The Submitted Template By The Dswd (i.e. Summary Of Donation, Etc.). B. Functional Requirements 1. Provision Of Process Flows, Use-cases, And Wireframes: Dswd Will Provide The Service Provider With Approved Process Flows, Use-cases, And Wireframe Diagrams. This Information Is Crucial For Guiding The Development Process And Ensuring Alignment With Dswd’s Operational Requirements. 2. Regular Cadence Meetings: The Service Provider Is Required To Conduct Regular Meetings With Dswd. These Meetings Are Intended To Address And Resolve Any Issues Or Questions Arising During The Software Development Process, Ensuring Smooth Progression And Alignment With Project Goals. C. Non-functional Requirements 1. Compliance With Cybersecurity And Data Privacy Policies: The System Must Adhere To All Dswd Cybersecurity And Data Privacy Policies. This Ensures The Protection Of Sensitive Data And Aligns With Legal And Regulatory Standards. 2. Real-time Audit Log Transmission: The Kaagapay Website Must Becapable Of Sending Real-time Audit Logs To A Designated Syslog Server, Conforming To The Format Prescribed By Dswd. This Feature Is Crucial For Monitoring System Activities And Maintaining Security And Compliance. 3. Disclosure Of Third-party Libraries: The Service Provider Must Disclose All Third-party Libraries Used In The System’s Development. These Libraries Must Be Verified To Be Free From Security Vulnerabilities, Ensuring The Overall Security And Integrity Of The System. D. Software Quality Assurance (testing) 1. Comprehensive System Testing: The Service Provider Is Required To Conduct Thorough Testing Of The System To Ensure All Functionalities Work As Intended And Meet The Specified Requirements. 2. Security Vulnerability Assessment: The System Must Be Rigorously Tested For Known Vulnerabilities. The Service Provider Must Ensure The System Is Secure And Safeguarded Against Potential Cyber Threats. 3. Load Testing: The Service Provider Must Perform Load Testing To Validate The System’s Performance And Stability Under Varying Degrees Of User Traffic, Ensuring Reliability And Efficiency During Peak Usage. 4. User Acceptance Testing (uat): Dswd Will Conduct User Acceptance Testing To Ensure The System Meets Their Operational Needs And User Expectations Before Final Deployment. All Website Technical Issues That May Arise During This Activity Shall Be Updated By The Service Provider At No Additional Cost From The Department. E. Deployment Environment 1. Provider’s Development And Testing Environments: The Service Provider Is Responsible For Developing And Testing The System Within Their Own Development And Testing Environments. This Ensures That Initial Development And Primary Testing Phases Are Handled Independently Before Uat. 2. Dswd’s User Acceptance Testing (uat) Environment: Dswd Shall Provide A Separate Uat Environment. This Is Where Dswd Will Conduct User Acceptance Testing To Assess The System’s Functionality And Compliance With Specified Requirements Before Final Acceptance. 3. Dswd’s Production Environment: The Finalized System Shall Be Deployed In Dswd’s Production Environment. This Is Where End-users Will Operationalize And Access The System, Ensuring A Real-world, Operational Setting For The Kaagapay Website. 5. Work Deliverables And Payment Schedule Payment Tranches Deliverables Timeline % Of The Contract Price 1st • Inception Report Within Five (5) Calendar Days After Receipt Of The Notice To Proceed 0% 2nd • Inception Report • Business Process And Requirements Analysis (bpra) Report • System Requirements Specifications (srs) Document • System Design (wireframes, Use-cases) Within Five (5) Calendar Days After Acceptance And Approval Of The Inception Report 20% 3rd • Functional Kaagapay Website With Complete Modules, And Apis With Documentation Within Thirty (30) Calendar Days After Acceptance And Approval Of Bpra, Srs, And System Design 20% 4th • Completed And Dswd Approved Reports Of The Following: O Quality Assurance Tests O Performance Test O Vulnerability Assessment O Penetration Test O Privacy Impact Assessment O User Acceptance Test O Other Ict Technical Report That May Be Required 20% 5th • Users, Developers And System Administrators Manual • Training Manuals For Users • Documentation Of Training Of Trainers Conducted • Print And Multimedia Assets For Kaagapay System Walktrough • Troubleshooting Guide Within Ten (10) Calendar Days After Acceptance And Approval Of Uat, Vapt, And Other Documentary Requirements 20% 6th • Project Completion Report Consisting Of Sign-off Document With Packaged System Documentation (hard And Soft Copies Of Source Codes) Fully Deployed At Dswd Managed Infrastructure Within Ten (10) Calendar Days After Acceptance And Approval Of The Sign-off Document And Packaged System Documentation 20% The Consulting Firm Shall Develop The Kaagapay Website In Line With The Scope And Deliverables Outlined In This Terms Of Reference. The Solutions/information Systems/ Applications Are Expected To Be Delivered Within A Duration Of Two (2) Months For The Whole Project Implementation. Liquidation Damages And Payment: Please Note That The Project Success Hinges On Meeting All Agreed-upon Deliverables And Functionalities. Failure To Deliver The Kaagapay Website As Per The Defined Requirements May Result In The Dswd Withholding A Portion Of The Consulting Firm’s Payment. This Serves As An Incentive For The Firm To Prioritize Achieving The Project’s Exact Results And Ensures The Dswd Receives A Fully Functional Website That Meets Their Needs. 6. Institutional Arrangements Report Directly To Pbrmo And Will Work Under The Supervision Of Pbrmo And Ictms. A Dswd Project Management Team For The Development Of Kaagapay Website Will Also Be Created To Support The Consulting Firm. While The Location Of The Consultant Team May Be Flexible At Different Times Of The Project, It Is Expected That The Majority Of Consultancy Work And Activities Will Be Conducted In Quezon City And With The Dswd Project Personnel, Given That The Engagement With Business Owners And Stakeholders Is Critical To The Successful Delivery Of Outputs And The Project’s Scope Of Work And Requirements. 7. Ownership And Use The Dswd Kaagapay Website And Source Code That Will Be Developed Shall Be Fully And Exclusively Owned And Used By The Dswd And Shall Not Be Transferred In Favor Of Any Entity Or In Any Other Mode. Intellectual Property Over The Design And Implementation Of The Requirements (including Custom Code And Configurations) Shall Remain With Dswd. Source Code Or Binaries, Database Schema And Definitions, Configuration Files And Build Artifacts, Documentation, And Any Other Custom-developed Artifact Of The Application Specifically Developed For This Project Must Be Submitted To The Dswd In Order For The End-users To Carry Out Independent Maintenance And Updating/ Modification Of The Application In The Future. The Complete Source Code And Scripts, Properly Versioned, Must Be Submitted To The Dswd Immediately At The Start Of The Implementation Phase. 8. Qualifications The Consulting Firm Should Have The Following Minimum Qualifications: 1. With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors. 2. With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability. 3. With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable. This Project Shall Be Procured Using Section 53.9 (negotiated Procurement-small Value Procurement) Of The Revised 2016 Implementing Rules And Regulations Of Republic Act No. 9184 Or The Government Procurement Reform Act And Pursuant To The Following Criteria: Qualification Rating With At Least Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System (preferably Digital Social Protection Delivery System) Or Any Related Technical Implementation Documentation Across A Diverse Set Of Geographies And Industry Sectors 35% A. More Than Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System 35% B. Three (3) Successfully Completed Design, Development, And Operational Handover Of Detailed Information System 30% With At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 45% A. More Than Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 45% B. At Least Five (5) Years Of Experience As An Institution Working With Government On Design, Development, And Management Of Digital Solutions, Including Across Different Administrative Levels And Sectors. Demonstrable Knowledge Of Data Governance, Data Interoperability 40% With Sufficient Human Resources Possessing Technical Expertise In Areas Relevant To The Project, Such As Web-based Application Development And Cloud Services, The Consulting Firm Should Have Technical Personnel Or Staff Certified In Technologies Like Vue.js, Laravel, And Php For The Web Application Stack, As Well As Expertise In Ms Sql Server For Database Management And Other Relevant Certification That Is Applicable Role Quantity Project Manager 1 Developers 2-3 Ui/ux Designer 1 Quality Assurance (qa) Specialist 1 Business Analyst 1 Systems Administrator 1 20% A. More Than One (1) Project Team Member Has Technical Certification Relevant To Web-based Application Development 20% B. At Least One (1) Project Team Member Should Have A Technical Certification Relevant To Web-based Application Development. Below Is The Preferably Project Team Composition: 15% Total 100% Passing Rate: 85% Note: Failure To Meet Any Of The Minimum Requirements Per Criteria Stated Above Will Automatically Be Given A Zero (0%) Rating And Will Be Automatically Disqualified. 9. The Dswd Now Invites Interested Consulting Firms To Submit The Following: A. Company Profile/portfolio (highlighting The Years And Experiences Of The Firm And With Proof Of Engagements With The Government); B. Comprehensive Curriculum Vitae (cvs) Of The Project Team Members Including Evidences; C. Financial Proposal (annex A); D. Bir Certificate Of Registration; E. 2025 Mayor’s/business Permit Or 2024 Mayor’s/business Permit With Proof Of Application And/or Official Receipt Of Renewal For 2025 (2025 Mayor’s/business Permit Must Be Submitted Prior To Award); F. Income/business Tax Return; G. Duly Notarized Omnibus Sworn Statement With Secretary’s Certificate; And H. Proof Of Philgeps Registration/ Philgeps Registration Number. 10. The Required Documents Shall Be Submitted At The Address Below Or Through Email At Quotations@dswd.gov.ph Not Later Than 5:00pm Of 17 January 2025 (friday). 11. The Project Duration For Cy 2025 Is Two (2) Months Upon Receipt Of The Notice To Proceed (ntp). 12. The Consulting Firm Shall Be Required To Issue Official Receipt (or) As Acceptable Evidence Of Receipt Of Payment For Disbursements. The Chairperson Bids And Awards Committee C/o Bids And Awards Committee Secretariat As-procurement Management Division Dswd Central Office Ibp Road, Constitution Hills. Quezon City Telephone Nos.: (02) 8931 8101 To 07 Voip Nos. 10095 Email Address: Bacsec@dswd.gov.phquotations@dswd.gov.ph (original Signed) Monina Josefina H. Romualdez Undersecretary And Chairperson Bids And Awards Committee

SOGGETTO AGGREGATORE REGIONE TOSCANA SETTORE SISTEMA CLOUD TOSCANO, INFRASTRUTTURE DIGITALI E PIATTAFORME ABILITANTI 012942 2025 Continuous Integration, Continuous Delivery And Deployment, Analisi Del Codice Sorgente, Vulnerability Assessment Per La Piattaforma Regionale OSCAT Aperta Tender

Software and IT Solutions
Italy
Closing Date16 Jun 2025
Tender AmountRefer Documents 
Purchaser Name: SOGGETTO AGGREGATORE REGIONE TOSCANA SETTORE SISTEMA CLOUD TOSCANO, INFRASTRUTTURE DIGITALI E PIATTAFORME ABILITANTI 012942 2025 Continuous Integration, Continuous Delivery And Deployment, Analisi Del Codice Sorgente, Vulnerability Assessment Per La Piattaforma Regionale OSCAT Aperta | Continuous Integration, Continuous Delivery And Deployment, Analisi Del Codice Sorgente, Vulnerability Assessment Per La Piattaforma Regionale Oscat
4941-4950 of 5160 archived Tenders