Computer Tenders

Computer Tenders

Department Of Health Treatment And Rehabilitation Center Tender

Healthcare and Medicine
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 12.5 Million (USD 214.6 K)
Details: Description Invitation To Bid Supply And Delivery Of Various Medical/ Laboratory Equipment 1. The Doh-camarines Sur Treatment And Rehabilitation Center, Through The 2025 General Appropriations Act (gaa)/ Health Facility Enhancement Program (hfep) Intends To Apply The Approve Budget For The Contract (abcs) For Below Indicated Items To Payments Under The Contract For Invitation To Bid No. 25-01. Bids Received In Excess Of The Item’s Abc Shall Be Automatically Rejected At Bid Opening. Lot No.1 1 Unit Full Digital (fpd) Mobile Xray Machine And Relevant Accessories Abc P 9,600,000.00 Bid Docs Fee P10,000.00 Inclusions (relevant Accessories): • 1 Set Radiation Protection Accessories • 1 Unit Mobile Vertical Chest Cassette Holder • 1 Unit Photo/ Document Printer Lot No.2 1 Unit Fully Automated Clinical Chemistry Analyzer And Compatible Items/ Equipment Abc P1,900,000.00 Bid Docs Fee P5,000.00 Inclusions (compatible Items/ Equipment): • 1 Set Computer • 1 Unit Printer • 1 Unit Uninterruptible Power Supply (ups) Lot No.3 1 Unit 5-part Hematology Analyzer And Compatible Item/ Equipment Inclusion (compatible Items/ Equipment): • 1 Unit Uninterruptible Power Supply (ups) Abc P900,000.00 Bid Docs Fee P1,000.00 Lot No.4 1 Unit Clinical Compound Microscope Abc P100,000.00 Bid Docs Fee P500.00 Lot No.5 1 Unit 12-lead Ecg Machine Abc P47,500.00 Bid Docs Fee P500.00 With Accessories (patient Cable, 4set Limb Electrodes, 6pcs Chest Electrodes, 1pc Power Cable, 10rolls Printing Paper, 1pc Usb Cable, 1copy Operation Manual Bid Evaluation And Award Of The Contract Shall Be On A Per Lot Basis. Specifying A Zero (0) Or A Dash (-) In An Item Would Mean That It Is Being Offered For Free To The Government. The Doh-camarines Sur Treatment And Rehabilitation Center Now Invites Bids For The Above Procurement Project. Deliveries Of The Goods Are Required Within Sixty (60) Calendar Days Upon Receipt Of The Notice To Proceed. 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). 2. 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. 3. Prospective Bidders May Obtain Further Information From Doh-camarines Sur Treatment And Rehabilitation Center And Inspect The Bidding Documents At The Address Given Below From Monday To Friday (8:00am-5:00pm) 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 14, 2025 From The Given Address And Website(s) And Upon Payment Of An Amount (as Indicated Above) 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 In Person, By Facsimile, Or Through Electronic Means. 5. The Doh-camarines Sur Treatment And Rehabilitation Center Will Hold A Pre-bid Conference On January 22, 2025 9:30am At Doh-camarines Sur Treatment And Rehabilitation Center, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below Not Later February 7, 2025 8:30am. Late Bids Shall Not Be Accepted. Bidders Are Requested To Submit Three (3) Copies Of The Technical And Financial Components Of Its Bid. A Detailed Envelope Sealing Illustration Is Presented In Itb Clause 16 Of The Bid Data Sheet. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On February 7, 2025 9:30am At The Given Address Below. Bids Shall Be Opened In The Presence Of The Bidders’ Representatives Who Chose To Attend The Activity. Only Two (2) Representatives Per Bidder Shall Be Allowed In The Opening Of Bids. 9. The Bac Will Be Providing Webex Links To Prospective Bidders Opting To Attend The Pre-bid Conference And Bid Opening Thru Online. 10. The Doh-camarines Sur Treatment And Rehabilitation Center 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. 11. Requests For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation Must Be In Writing And Submitted To The Bac Via Email Not Later Than January 28, 2025. Response To Such Clarifications Shall Be Through A Supplemental/ Bid Bulletin Issuance. Bac Secretariat Contact Details: • Cp No. : 09985111426/ 09938807144 • Email Address: Dohtrc_camsur_bac@yahoo.com You May Visit The Following Websites For Downloading Of Bidding Documents: • Philgeps.gov.ph • Notices.ps-philgeps.gov.ph • Cstrc.doh.gov.ph Lastly, Please Be Reminded Of The “no Contact Rule” Under Section 32.1 Of The 2016 Irr Of R.a. 9184. Procurement Stage/ Schedule Advertisement/ Posting Of Invitation To Bid At The Philgeps And Doh-cstrc Websites, Designated Bulletin Board Within The Premises And Social Media Account Of Doh-cstrc January 14, 2025 Pre-bid Conference Doh-cstrc, Bgy. Pamukid, San Fernando, Camarines Sur *please Check For Any Bid Bulletins In Case Of Rescheduling Due To Conflict Of Schedule/ Lack Or Quorum. January 22, 2025 9:30 Am Last Day Of Request For Clarification *via Email January 28, 2025 Last Day For Issuance Of Supplemental/bid Bulletin January 31, 2025 Deadline For Manual Submission Of Bids February 7, 2025 8:30am Opening Of Bids February 7, 2025 9:30am Date Of Issue: January 14, 2025 (sgd) Sarah Malate-gorimbao, Rsw, Mha Chairperson, Bids And Awards Committee

Department Of Labor And Employment Tender

Electronics Equipment...+2Telecommunication Services, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 425.8 K (USD 7.3 K)
Details: Description Supply, And Delivery Of Ict Supplies Procurement Of Passthrough Rj45 2,000 Pcs. – Php 120,000.00 Specifications: - Modular Plug Interconnection Device Matched With A Cable To Provide Data Communication Service To Various Electronic Devices. - 8-pin Configuration Of An Rj45 Is Similar To That Of 8p8c Connectors. - Half Duple Or Full Duplex T568a And T568b Wiring Standards. - Standardized Interface Which Often Connects A Computer To A Local Area Network (lan). - Through Hole Pcb Mount Socket - Compatible With Cat6a Cable Line Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Om3 Lc-lc Fiber Optic 2 Pcs. – Php 7,000.00 Specifications: - Lc To Lc Connector Types Of Fiber Optic Jumper. - 40 Meters Of Fiber Optic. - 50-nm Laser-optimized 50-micron Cable With An Effective Modal Bandwidth (emb) Of 2000 Mhz/km - Wide Range Of Connector And Cable Types. - Low Insertion Loss For Reliable Signal Transmission, Oem And White Label Services, Premium Quality Materials - Warranty: 1 Year Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Presentation Clickers 4 Pcs. – Php 18,000.00 Specifications: - Intuitive Controls And Red Laser Pointer Make Presentations A Snap, Even In The Darkest Auditoriums. - The 50-foot (15-meter) Range And Battery Indicator. - No Software Needed, Just Plug The Receiver Into A Usb Port And You’re Ready To Go. - Battery Type: 1x Aaaa, Wireless Connectivity: 2.4 Ghz Rf, Bluetooth, Wireless: Bluetooth / 2.4 Ghz Radio/rf, Usb Wireless Receiver: Yes, Os Compatibility: Any Os, Material: Metal, Laser Type: Class 2, Dimensions: 123.6 X 36.6 X 24.7 Mm, Weight: 1.9 Oz / 53.5 G. - Built-in Class 2 Laser Pointer, Ergonomic Design, Presenter Mode And Pc Compatible. - Warranty: 1 Year Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Wireless Dongle 100 Pcs. – Php 110,000.00 Specifications: - Wi-fi Speed (400 Mpbs On 2.4ghz Band And 867 Mbps On 5ghz Band) Wireless Speed With The Next Generation Wi-fi - 802.11ac - Dual Band Wireless – 2.4ghz And 5ghz Band For Flexible Connectivity - Super Speed Usb 3.0 Port - Up To 10x Faster Transfer Speeds Than Usb 2.0 - Mu-mimo - Delivers Highly Efficient Wireless Connection. - Supported Operating System – Supports Windows 10/8.1/8/7/xp, Mac Os X - Warranty: 1 Year Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Ip Camera 6 Pcs. – Php 13,800.00 Specifications: - Ultra-high-definition Video: Records Every Image In Crystal-clear 3mp Definition. - Pan And Tilt: 360º Horizontal Range. - Mage Sensor: 1/3” Progressive Scan Cmos Starlight Sensor, Focal Length: 4 Mm, Aperture: F2.0, Field Of View: 88° (diagonal), 75°(horizontal), 41°(vertical) Motion Range: Pan Mechanical Range: 340° (360° Pan Coverage) Tilt Mechanical Range: 69°, Night Vision:850 Nm Ir Led (40 Ft / 12 M), Maximum Resolution: 2560 × 1440 Px, Frame Rate:15/20/25/30 Fps (default 15fps) Video Compression: H.264, Live View: Yes, Image Enhancement:3d Dnr, Blc Audio Input & Output:, Built-in Microphone And Speaker, Audio Communication: - Two-way Audio With Noise Cancellation - Advanced Night Vision: Provides A Visual Distance Of Up To 30 Ft. - With 32 Gb On A Microsd Card - Motion Detection And Notifications: Notifies You When The Camera Detects Movement. - Warranty: 1 Year Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Portable Speakerphone 2 Pcs. – Php 37,000.00 Specifications: - Packaging Dimensions :158 X 58 X 155 Mm, Speakerphone Size Ø131mm / H38mm, Connectivity Usb 2.0 & Bluetooth® – Usb Cord ~90cm, Storage Temperature -40° C To 65° C, Bluetooth® Standard Bluetooth® 4.2 – Bluetooth® Low Energy (btle), Wireless Range Up To 100 Ft / 30 M, Paired Devices Personal Use Up To 8 & Shared Use Up To 900, Supported Bluetooth® Profiles Headset Profile V1.2 , Hands Free Profile V1.6, A2dp V1.2, Avrcp V1.5, Pc Usb Bluetooth Dongle (jabra Link 380) Usb Bt Audio Device/hid Dongle. Bluetooth® 4.2 – Bluetooth® Low Energy (btle), Peak Output Power 10 Watt, Root Mean Square (rms) 2 Watt, Frequency Range – Music Mode 150 Hz To 20 Khz Frequency Range – Conference Mode Usb Mode 150 Hz To 20 Khz - Bt Mode 150 Hz To 7 Khz, Type Omni-directional. - Frequency Range - Conference Mode Usb Mode & Bt Mode 150 Hz To 7 Khz - Warranty: 1 Year Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Hdmi 20 Meters 10 Pcs. – Php 60,000.00 Specifications: - Hdmi 2.1b, Supports A Range Of Higher Video Resolutions And Refresh Rates Including 8k60 And 4k120, And Resolutions Up To 10k And Dynamic Hdr Formats Are Also Supported, And Bandwidth Capability Is Increased Up To 48gbps Delivery Period: Forty-five (45) Calendar Days Upon Receipt Of Purchase Order. Procurement Of Lan Cable 5 Pcs. – Php 60,000.00 Specifications: - 5 Boxes Of Cat 6 Utp Cable Color White, Compatible With Passthrough Rj45 - Conform To Iec, Eia-tia Performance Requirements, U/utp Cable Structure With Cross Separator Inside For Better Cable Performance, 23awg Premium Grade Copper Conductor, Etl Certified Channel Test, Cable Jacket Available In Lszh, Cm, Pvc And Supports Category 6a (class Ea) Networks Running Up To 500mhz Applications. Delivery Period: Six (6) Calendar Days Upon Receipt Of Purchase Order. Vat Inclusive

Department Of Science And Technology Car Tender

Machinery and Tools...+1Furnitures and Fixtures
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 892.5 K (USD 15.3 K)
Details: Description Request For Bids/quotation Sir/madam: This Is A Request For Quotation On Items Enumerated Hereunder. If You Are Interested To And In A Position To Furnish The Same, We Shall Be Glad To Have Your Best Prices, Terms And Conditions Of Delivery. Project Title: Procurement Of Various Merchandise To Be Used For The Deployment Of Taraki Kiosks To One Sscp Pilot Lgu Per Province, And To Be Deployed At The Dost-car Lobby And To Be Used During Exhibits.___________________________________________________________________________________ Project Location/: Dos-car Item No. Qty Unit Procuring Entities’ Specifications Unit Price 1. 7 Unit Kiosk Gi Square Tubes, Acrylic Panels, 25,000.00 Printed Vinyl And Acp 30 In X 41 In X 23 In With Vr Headset And Controller Mount 2. 7 Unit Desktop Pc Amd Ryzen 5 7500f Socket 48,000.00 Am5 3.7ghz Processor Mpk Gigabyte Ga A620m-s2h Socket Am5 Ddr5 Motherboard Asrock Rx 6600 8g Challenger D 8gb 128bit Gddr6 Gaming Videocard Kingston Fury Beast Kf560c40bbk2-32 32gb 2x16 6000mt/s Ddr5 Memory Black Crucial P3 Plus 500gb Pcie 4.0 Gen4 Nvme M.2 Ssd Rakk Dulus Gaming Pc Case Black Cougar Stc500 500watts 80 Plus White Non Modular W/apfc Power Supply Mouse And Keyboard Comb Warranty: 1-year Warranty 3. 7 Unit Vr Headset Compatible Systems: Meta 32,000.0 Screen: 2 X Lcd Resolution: 2064 X 2208 Per Eye Refresh Rate: 90 Hz Maximum Field Of View: 104° Processor: Qualcomm Snapdragon Xr2 Gen 2 Ram: 8 Gb Internal Storage: 128/512 Gb Ipd Distance: 2.3 To 2.8" / 58 To 71 Mm Tether Cable Inputs/outputs Usb-c Audio Input: None Audio Output: Integrated Headphones Wireless Wi-fi 6e (802.11ax) Bluetooth: None Maximum Battery Life: 2.2 Hours Battery Charging Time: 2.3 Hours Weight: 1.1 Lb / 515 G Controller Battery Type 1 X Aa Tracking System Tracking Type: 6-dof Inside/out Tracking Cameras: 2 X Front Facing With Pass- Through Package Weight 3.21 Lb Box Dimensions (lxwxh) 9 X 8.8 X 4.8" 4. 7 Unit Computer Monitor Screen Size (class): 27 10,000.00 Flat / Curved: Flat Active Display Size (hxv) (mm): 597.888 X 336.312 Aspect Ratio: 16:9 Panel Type: Ips Brightness (typical): 250 Cd/? Brightness (min): 200 Cd/? Contrast Ratio Static: 1000:1 (typical) Resolution: 1,920 X 1,080 Response Time: 4 (gtg) Viewing Angle (h/v): 178°/178° Colour Support: Max 16.7m Colour Gamut (ntsc 1976): 72% (cie 1931) Srgb Coverage: 0.95 Refresh Rate: Max 100hz Auto Source Switch: Yes Display Port: 1 Ea Display Port Version: 1.2 Hdcp Version (dp): 1.2 Display Port Out Version: No Hdmi: 1 Ea Hdmi Version: 1.4 Hdcp Version (hdmi): 1.4 Usb Hub Version: No Usb-c Charging Power: No Temperature: 0 ~ 40 ? Humidity: 10~80, Non Condensing Front Colour: Black Rear Colour: Black Stand Colour: Black Stand Type: Simple Tilt:-2.0°(±2.0°)~22.0°(±2.0°) Wall Mount: 75.0 X 75.0 Power Supply: Ac100~240v Power Consumption (max): 35w Type: External Adaptor Package Weight: 5.9 Kg Power Cable Length: 1.5 M Hdmi Cable: Yes 5. 7 Unit Ssd Sata Interface: Sata 6 Gbps Interface 7,000.00 Weight: 0.19 Lbs. Family Line: 870 Evo Sata 2.5" Ssd Compatibility: Windows10/windows 8/windows 7/windows Server 2003 (32 Bit And 64 Bit), Vista (sp1 And Above), Xp (sp2 And Above), Mac Osx And Linux Capacity: 1tb Dimension (wxhxd): 3.94" X 2.75 " X 0.27 Performance Speed: Read/write Speeds Of Up To 560/530 Mb/s Encryption: Class 0 (aes 256) Tcg/opal V2.0, Ms Edrive (ieee1667) Type Interface: Sata 6 Gb/s Interface, Compatible With Sata 3 Gb/s & Sata 1.5 Gb/s Interface Capacity: 1,000 Gb (1 Gb=1 Billion Byte By Idema) * Actual Usable Capacity May Be Less (due To Formatting, Partitioning, Operating System, Applications Or Otherwise) Key Features Sequential Read Speed Up To 560 Mb/s Sequential Read * Performance May Vary Based On System Hardware & Configuration Sequential Write Speed: Up To 530 Mb/s Sequential Write * Performance May Vary Based On System Hardware & Configuration ** Measured With Intelligent Turbowrite Technology Being Activated Cache Memory: Samsung 1 Gb Low Power Ddr4 Sdram Trim Support: Trim Supported S.m.a.r.t. Support: S.m.a.r.t Supported Gc (garbage Collection) Auto Garbage Collection Algorithm Wwn Support World Wide Name Supported Device Sleep Mode Support Yes General Average Power Consumption (system Level): Average: 2.5 W *maximum: 4.0 W (burst Mode)* Actual Power Consumption May Vary Depending On System Hardware & Configuration Power Consumption (idle): Max. 30 Mw * Actual Power Consumption May Vary Depending On System Hardware & Configuration Reliability (mtbf): 1.5 Million Hours Reliability (mtbf) Environmental Specs Shock: 1,500 G & 0.5 Ms (half Sine) Form Factor Product 2.5 Inch 6. 7 Unit Vr Software/subscription For 5,500.00 Disaster Simulation

National Irrigation Administration Region Vi Tender

Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 380 K (USD 6.5 K)
Details: Description Please Quote Your Lowest Price On The Job/items Listed Below, Subject To The Specifications And Terms & Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than The Bid Opening On Not Later Than 10:00 Am Of January 2, 2025, Procurement & Property Unit Nia, Regional Office Vi, Brgy. Tacas, Jaro, Iloilo City. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. (signed) Rebecca F. Grana Bac Chairperson Acting Division Manager Total Approved Budget For The Contract: ₱380,000.00 No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price Supply & Delivery Of The Following: 1 2 Unit Branded Laptop (clerical) Processor: 8 Cores, 12 Threads, And 12 Mb Smart Cache Main Drive: 512 Gb M.2 Pcie Nvme Gpu: Integrated Graphics Memory: 8gb, Ddr4, 3200mhz Display: 15.6 Inch Fhd (1920 X 1080) Anti-glare Led Backlight Operating System: Windows 11 Productivity Software: Microsoft Office Keyboard And Touchpad: Standard Touchpad And Keyboard With Backlit Camera: Hd 720 At 30 Fps Camera With Dual-array Microphones Battery And Power: Integrated, Minimum 54 Wh Accessories: Carrying Case And Mouse Warranty: Minimum Of One (1)year 2 1 Unit Laptop (special Applications) Processor: 6.0 Ghz Max Frequency, 24 Cores, 32 Threads, 36mb Smart Cache Memory: 16gb Ddr5 Video Card: 8 Gb Ddr6 Vram, Gpu Boost Clock Up To 2080 Mhz Main Drive: 1tb Ssd Display: 16 Inches 2560 X 1600, 240 Hz Ips, 16:10 Ratio Power Supply: Maximum Wattage 330 W Operating System: Windows 11 Productivity Software: Microsoft Office Keyboard And Touchpad: Standard Touchpad And Keyboard With Backlit Camera: 1080p Hd At 60 Fps With Temporal Noise Reduction Battery And Power: Minimum Of 90 Wh 4-cell Li-ion Battery Accessories: Carrying Case And Mouse Warranty: Minimum Of One (1)year X-x-x-continuation Next Page-x-x-x No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price 3 1 Unit Desktop Computer (customized For Special Use) Atx Casing: Support For Up To A 350 Mm Graphics Card, 160 Mm Cpu Cooler, And Up To 200 Mm Psu - With 3 Sets Including Pre-installed Fans And Tempered Glass Side Panel. Power Supply Unit: Ac Input Voltage: 100-240 Volts,750w, 80plus Bronze Standard Motherboard: Socket Lga1700, Dual Channel Ddr4 Memory Module, Pcie 4.0x16 Slot Processor: 5.8ghz Max. Boost Frequency, 24 Cores, 32 Threads, 36mb Smart Cache Cpu Cooler: Heat Sink Material 4 Heat Pipes, Direct Contact, Aluminum Fins, Fan Airflow 42 Cfm (max) Memory Module: 32 Gb,(16gb X2) Ddr4,3600mhz Main Drive: 1tb Pcie 4.0 Nvme M.2 Ssd, Sequential Read/write Speeds Up To 7,450/6,900 Mb/s Storage Drive: 2tb Hdd 3.5 Inch, 5400 Rpm Video Card: Pci Express Gen 4.0,16gb Gddr6, 650w,overclock Mode 2685 Mhz,cuda Core:4352 Monitor: 32-inch Ips, 2560 X 1440 Qhd (quad Hd) 75hz, Color Gamut: Ntsc 72% Operating System: Windows 11 Pro Ups: 1500va/900 Watts Mouse & Keyboard: Standard Wired Keyboard And Mouse Warranty: Minimum Of One (1)year Productivity Software: Microsoft Office Home Business; X-x-x-x-x-x-x-x Delivery Period: _____________calendar Days Validity Period:_____________calendar Days Total Amount Total Bid Price In Words: Note: Subject To 5% Vat &1% Ewt/cwt Deduction As Per Ra 9337 " " Terms And Conditions 1. All Entries Must Be Printed Or Typed Written. 2. The Total Approved Budget For The Contract (abc) Is ₱380,000.00 .all Bids In Excess Of The Abc Shall Be Automatically Rejected; 3. Delivery Period Is Within _seven (7)_ Calendar Days From Receipt Of Purchase Order. 4. Price Validity Shall Be For A Period Of __30___calendar Days. 5. For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6. Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Report Of Inspection & Acceptance (ria) By The Authorized National Irrigation Administration's Representative If Applicable. 7. Bidders Shall Submit Only One (1) Bid/request For Quotation In Two Copies Together With The Following Licenses And Legal Documents Also In Two (2) Copies Placed In One Sealed Envelope, Namely: A) Certified Copy Of Philgeps Registration Certificate; B) Product Brochure/specifications (if Applicable). 8. If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product (s) Within The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Ordershall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Items From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1. Bid Quotations May Be Submitted To The Property & Procurement Unit, Nia Regional Office Vi, Brgy. Tacas, Jaro, Iloilo City, Fax No. 033) 329 6596 Or By Email At Niaro6property@yahoo.com.ph 2. Please Make Sure To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3. Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Materials And Equipment At Prices Noted Above.

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis / Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation Of Commercial Items – As Supplemented With Additional Information Included In This Notice. The Solicitation Is Issued Using Simplified Acquisition Procedures Under The Authority Of Far Part 13. this Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Document (i.e. Standard Form) Will Not Be Issued. this Solicitation Is A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Dated January 17, 2025. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541519 – Other Computer Related Services. The Small Business Size Standard Of $34,000,000. This Is A Total Small Business Set-aside Competition. Only Small Businesses Under The Applicable Naics Code Are Eligible To Respond. description Of Requirements background the National Institute Of Standards And Technology (nist) Engineering Laboratory (el) Systems Integration Division (sid) Has Led An Informal Working Group Since April 2021 To Develop An Information Model For The Neutral Representation Of The Laser Powder Bed Fusion Process For Metals Additive Manufacturing. The Models Developed In The Work Are Based On The Express Schema, With An Intended Proof Of Concept Implementation Using The Iso 10303 Ap 238 Specification. New Software Is Needed To Further Develop And Test The Information Models, Including Software Support For A Demonstration Build. objectives the Objective Of This Requirement Is To Procure A Software System To Formalize The Development Of The Consistent Interpretation Of Additive Manufacturing Of Metal Parts. scope Of Work please See The Attached Statement Of Requirements. delivery Requirements delivery Of The Software Shall Be Conducted Electronically Within 30 Calendar Days Of Award. Remote Software Installation Assistance Shall Be Provided By Contractor As Needed. contract Type & Payment Terms a Firm Fixed Price Purchase Order Is Anticipated. applicable Provisions And Clauses please See The Attached Document For Applicable Provisions And Clauses. question And Answer Period car 1352.215-73 Inquiries (apr 2010): quoters Must Submit All Questions Concerning This Solicitation In Writing Electronically To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov Questions Must Be Received By Or Before Wednesday January 27 2025, At 12:00 Pm Et. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Provision). due Date For Quotations all Quotations Must Be Submitted Via Email To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov. Submission Must Be Received Not Later Than Wednesday February 5, 2025, At 12:00 Pm Et. note: Quoters Must Have An Active Registration At Www.sam.gov At Time Of Offer Submission To Be Considered For Award. “id Assigned” Is Not Acceptable; Registration Must Be “active.” instructions To Quoters (addendum To Far 52.212-1) the Quoter’s Quotation Shall Be Submitted Electronically Via Email And Shall Consist Of Two Volumes As Detailed Below. Each Quotation Volume Shall Include The Quoter’s Name, System For Award Management Unique Entity Identifier (uei) Number, And Point Of Contact Information In A Cover Page, Header/footer, Or Other Easily Identified Location. The Contracting Officer Intends To Award A Purchase Order Without Discussions But Reserves The Right To Enter Into Discussions If In The Best Interest Of The Government. volume 1: Technical Response this Volume Shall Contain The Quoter’s Technical Response. The Technical Response (not Including Table Of Contents Or Past Performance Information) Shall Not Exceed Ten (10) Single-spaced, Single Sided Pages Or Twenty (20) Double-spaced, Single Sided Pages. Text Shall Be No Less Than 12-point Font In Read-only Microsoft Word Or Searchable Adobe Pdf Format. 10-point Font Is Acceptable For Graphics. the Technical Response Shall Include The Name, Title, Phone Number, And Email Address Of The Quoter’s Primary Point Of Contact And The Individual Authorized To Negotiate On Behalf Of The Quoter (if Negotiations Are Determined To Be Necessary). the Technical Response Shall Include: a Description Of The Proposed System Specifications And Capabilities As It Relates To The Requirements Identified In The Requirements Document, Including The Warranty And Training Requirements. delivery And Training Schedule Information. volume 2: Price Quotation this Volume Shall Contain The Quoter’s Price Quotation In Read-only Microsoft Excel Format, Or In Searchable Pdf Format. All Figures Must Be Rounded To The Nearest Hundredth. price Quotations Shall Be Submitted On A Firm Fixed Price Basis In Accordance With The Contract Line-item Numbering Structure Identified In This Solicitation. Quotations Shall Be Valid For 60 Days After Solicitation Close. price Quotations Shall Include Unit Pricing And Total Cost, Inclusive Of The Required Commercial Product, Shipping And Delivery, Training, And Warranty. to Assist The Government In Evaluating Firm Fixed Price Quotations, The Quoter Shall Provide A Breakdown Of The Proposed Fixed Price By Item Quoted And Shall Separate Delivery And Training Pricing From The Rest Of The Quote. quoters Shall Also Include A Proposed Fixed Price Payment Schedule Based On Requirement Deliverables. contract Line-item Structure: responsible Quoters Shall Provide Pricing For The Following Line Item: line Item 001: Laboratory Software License In Accordance With The Attached Statement Of Requirements evaluation Criteria And Basis For Award (addendum To Far 52.212-2) the Government Intends To Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To The Responsible Quoter Whose Quotation, Conforming To The Solicitation, Will Be Most Advantageous To The Government, Price And Other Factors Considered. upon Receipt Of Quotations, The Contracting Officer Will Review Them To Determine If Each Quoter Followed All Of The Quotation Preparation/submission Instructions In This Solicitation. A Quotation That Did Not Follow The Quotation Submission Instructions To An Extent That The Government Cannot Properly Evaluate The Quotation In Accordance With The Stated Evaluation Factors May Be Deemed Unacceptable And May Not Be Further Evaluated. the Government Intends To Evaluate Quotations On The Basis Of Lowest Price Technically Acceptable (lpta). responses To This Solicitation Shall Include Clear And Convincing Evidence Of The Quoters’ Capability As It Relates To The Identified Requirements. Under The Lowest-price Technically Acceptable (lpta) Process, Quoters Will Be Determined To Be “technically Acceptable” Or “technically Unacceptable.” Award Will Be Made To The Lowest-priced Quote Amongst Technically Acceptable Quotes. To Be Determined Technically Acceptable, Quotations Shall Meet The Following Requirements: (1) Technical Capability: The Quoter Must Clearly Indicate In Its Quotation The Ability To Provide All Technical, Training, And Warranty Requirements Identified In The Specifications Document. (2) Schedule: The Quoter Must Clearly Indicate In Its Quotation The Ability To Meet The Schedule Requirements Of Delivery Within 30 Calendar Days Of Award And Training Within 30 Days After Delivery.

Krajsk Zdravotn , A S Tender

Electronics Equipment...+1Electrical and Electronics
Czech Republic
Closing Date26 Jan 2025
Tender AmountCZK 24.5 Million (USD 1 Million)
Details: The subject of this public order is the delivery of a new medical device, namely 1 computer tomograph for the needs of the Rdg Department, Krajské Zdravotní, As – Chomutov Hospital, Oz, together with the corresponding accessories, including the implementation of construction readiness, dismantling of the existing device, assembly and installation of the subject of fulfillment. The Procurement Is Related To A Project And/or Program Financed By European Union Funds: No

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Is(spmym325p6023). This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 January 17, 2025. Dfars Change Notice Publication Notice 20250117. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: Https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html. the Fsc Code Is (5440) And The Naics Code Is (327390). The Small Business Standard Is 500 Employees.this Requirement Is Being Processed Utilizing 100% Small Business Set-aside. evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104. offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable. the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing: *interested Parties Must Submit The Request For Quote Found In The Attachment Section Titled, “25q6023 Rfq Required” To Be Considered For Award.* Section Four In The Statement Of Work Is To Be Submitted After Award. item Description Qty U/i 0001 Counterweights 50 Ea Counterweights, Small Per Attached Statement Of Work. Documentation Of Concrete Mixture Characteristics Shall Be Submitted For Review With Offer. 0002 Data Requirements 1 Ea A001 Exhibit A, Seq A001 See Exhibit “a” Seq A001: Cdrl Di-misc-81356a (certificate Of Compliance). 0003 Data Requirements 1 Ea A002 Exhibit A, Seq A002 See Exhibit “a” Seq A002: Cdrl Di-misc-80678 (testing/inspection Results) 0004 Counterweights 50 Ea Counterweights, Large Per Attached Statement Of Work. Documentation Of Concrete Mixture Characteristics Shall Be Submitted For Review With Offer. 0005 Data Requirements 1 Ea B001 Exhibit B, Seq B001 See Exhibit “b” Seq B001: Cdrl Di-misc-81356a (certificate Of Compliance). 0006 Data Requirements 1 Ea B002 Exhibit B, Seq B002 See Exhibit “b” Seq B002: Cdrl Di-misc-80678 (testing/inspection Results) note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With their Offer. far Clauses And Provisions 52.204-7, System For Award Maintenance 52.204-9, Personal Identity Verification Of Contractor Personnel 52.204-13, Sam Maintenance 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-24* See Attachment For This Provision 52.204-26* See Attachment For This Provision 52.204-29 Fascsa Representation* See Attachment For This Provision 52.211-14, Notice Of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery Of Excess Quantities 52.212-1, Instructions To Offerors - Commercial Products And Commercial Services 52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services 52.212-4, Contract Terms And Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs 52.232-39, Unenforceability Of Unauthorized Obligations 52.233-2 Service Of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.o.b-destination 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated By Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement: 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law For Breach Of Contract Claim 52.204-10 reporting Executive Compensation 52.204-27 prohibition On A Bytedance Covered Application 52.204-30 fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition 52.209-6 protecting The Government's Interest 52.219-6 notice Of Total Small Business Set-aside 52.219-28 post-award Small Business Program Representation 52.222-3 convict Labor 52.222-19 child Labor 52.222-21 prohibition Of Segregated Facilities 52.222-26 equal Opportunity 52.222-36 equal Opportunity For Workers With Disabilities 52.222-50 combating Trafficking In Persons 52.223-11 ozone Depleting Substances 52.223-18 encouraging Contractors To Ban Text Messaging While Driving 52.225-1 buy American-supplies 52.225-13 restriction On Certain Foreign Purchases 52.232-33 payment By Eft-sam 52.232-36 payment By Third Party 52.247-64 preference For Privately Owned Us-flag Commercial Vessels dfars Clauses And Provisions 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials, 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.204-7003. Control Of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training For Contractors. 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013) 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.204-7016, * See Attachment For This Provision. 252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services. 252.204-7019, *see Attachment For This Provision. 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification And Valuation 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations. 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials. 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048, Export Controlled Items 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7003, Electronic Submission Of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests For Equitable Adjustment 252.244-7000, Subcontracts For Commercial Items 252.247-7023, Transportation Of Supplies By Sea note: Vendor Shall List The Country Of Origin For Each Line Item. dlad Clauses And Provisions (see Attachment For Full Text) 52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution dla Procurement Notes (see Attachment For Full Text) c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023) c04 Unused Former Government Surplus Property (dec 2016) c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017) c20 Vendor Shipment Module (vsm) (aug 2017) e05 Product Verification Testing (jun 2018) g01 Additional Wide Area Workflow (wawf) Information (aug 2017) h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020) l06 Agency Protests (dec 2016) l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations l31 Additive Manufacturing (jun 2018) m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016) local Clauses (see Attachment For Full Text): ym3 A1: Additional Information ym3 C500: Mercury Control (supplies) ym3 C501: Correction Of Certifications ym3 C528: Specification Changes ym3 D2.2: Marking Of Shipments ym3 D4: Preparation For Delivery ym3 D8: Prohibited Packing Materials ym3 E2: Inspection And Acceptance (destination) ym3 E504: Notice Of Constructive Acceptance Period ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard ym3 M8: Single Award For All Items quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam. this Announcement Will Close(2/7/2025 3pm Est). The Point Of Contact For This Solicitation Is Jannell Moriarty, Who Can Be Reached At Jannell.moriarty@dla.mil. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/. ifnot The Actualmanufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. please Submit Quotations Via Email At Jannell.moriarty@dla.mil. quotes Also To: Dla-kme-quotations@dla.mil all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. *if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf. ******* End Of Combined Synopsis/solicitation ********

Batangas State University Tender

Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 458.5 K (USD 7.9 K)
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Semi-expandable Ict Equipment For Various Offices " 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Semi-expandable Ict Equipment For Various Offices " With An Approved Budget For The Contract (abc) Four Hundred Fifty-eight Thousand Five Hundred Pesos Only (php 458,500.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1 4 Unit All In One Printer Functions : Print, Scan, Copy Memory: 128mb Display: 1 Line Lcd Interface: Hi-speed Usb 2.0 Wired/wireless Network: Wireless Lan Print Speed (laser Comparable): Up To 17ipm (mono) And 16.5ipm (colour) Print Speed (fast Mode): Up To 30ppm (mono) And 26ppm (colour) Print Resolution: Up To 1200 X 6000 Dpi 2-sided Print: Automatic (up To A4/ltr) Direct Wireless Connection: Wi-fi Direct Maximum Copy Size: A4 Copy Speed (laser Comparable): Up To 13ipm (mono) And 10.5ipm (colour) Copy Speed (fcot): Up To 10.5 Sec (mono) And 21 Sec (colour) Copy Resolution (colour): Print Max. 1200 X 2400 Dpi; Scan Max. 1200 X 600 Dpi Maximum Scan Size: Up To A4 Scan Resolution: Optical: Up To 1200 X 2400 Dpi; Adf: Up To 1200 X 600 Dpi) Scan Speed: From 3.35 Sec/4.38 Sec (a4 Size, 100 X 100 Dpi) Paper Input (standard Type): Up To 150 Sheets (80g/m2) Paper Output: Up To 50 Sheets (up To A4) Paper Handling Sizes: A4, Ltr, Exe, A5, A6, Photo 4" X 6", Indexcard 5" X 8", C5 Envelope, Com-10, Dl Envelope, Monarch 57,600.00 2 1 Unit All-in-one Color Ink Tank Printer Function: Multi-function (print, Scan & Copy) Output Color: Color Print Technology: Inkjet Print Speed: Black - 8.8ppm; Color - 5ppm Number Of Nozzles: Total 1,472 Nozzles Resolution: 4800 X 1200dpi (max.) Paper Size: A4, A5, B5, Letter, Legal, 4 X 6 Inch, 5 X 7 Inch, 8x 10 Inch, Envelopes (dl, Com10), Square (5 X 5 Inch), Business Card. Custom: (width 55 – 215.9mm, Length 89 – 676mm) Paper Type: Plain Paper, High Resolution Paper, Photo Paper Plus Glossy Ii, Photo Paper Plus Semigloss, Matte Photo Paper, Envelope, Glossy Photo Paper, Photo Sticker Paper Weight: Plain Paper: 64 – 105g/m2, Canon Specialty Paper 275g/m2; Photo Paper Plus Glossy Ii (pp-201). Input Capacity: 100 Sheets Input Tray Output Capacity: 50 Sheets Output Tray Duplex Printing: Manual (driver Support Provided) Scanner Type: Flatbed Scanning Speed: 19s Scan Resolution: 600 X 1 200dpi Scan Paper Size: A4, Letter 10,700.00 Page 1 Of 5 Item No. Qty Description Total Multiple Copy: 1 – 20 Pages Copy Speed: 3.5ppm Connectivity: 1 Hi-speed Usb 2.0, Wi-fi Display: 1.2 Inch Segment Lcd Display Wireless: Yes, Ieee 802.11n / Ieee 802.11g / Ieee 802.11b Ink Tank: Yes Power: Input Voltage: Ac 100 – 240v; 50 / 60hz; Power Consumption: 11w (1.2w Standby) Ink Bottle: Gi-790 Black (6,000) Pages, Gi-790 Cyan, Magenta, Yellow (7,000) Pages 3 3 Unit All-in-one Ink Tank Printer Printer Type: Print, Scan, Copy Print Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Nozzle Configuration: 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 5760 X 1440 Dpi Automatic 2-sided Printing: No Print Speed: 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 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 Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 600 X 1200 Dpi Maximum Scan Area: 216 X 297 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 Flatbed (black / Colour): 200dpi: Up To 11 Sec / Up To 32 Sec Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80 G/m2); Up To 20 Sheets Of Premium Glossy Photo Paper Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2); Up To 20 Sheets Of Premium Glossy Photo Paper Maximum Paper Size: 215.9 X 1200 Mm Paper Sizes: Legal (8.5 X 14"), Indian-legal (215 X 345 Mm), 8.5 X 13", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7", 5 X 8", 4 X 6", Envelopes: #10, Dl, C6 Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver*3 Operating System Compatibility: Windows Xp / Xp Professional / Vista / 7 / 8 / 8.1 / 10 Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later Usb: Usb 2.0 Printer Software: Epson Scansmart 28,800.00 4 5 Unit Color Document Scanner Specifications Scanner: 249,500.00 Page 2 Of 5 Item No. Qty Description Total Scanner Type: Sheet-fed, 1-pass, Duplex Color Scanner Optical Resolution:600 Dpi Maximum Resolution:1200 Dpi Interpolated Monochrome Bit Depth:1-bitoutput Resolution:50 To 1200 Dpi Effective Pixels:5100 X 9300 Light Source:3-color Rgb Led Scanning Speed:letter Size: 45 Ppm/70 Ipm: 300 Dpi Black-and-white, Color, Gray Automatic Document Feeder: Capacity:100 Sheets Document Sizes: Paper Size Minimum: 2" X 2" Paper Size Maximum: 8.5" X 240" At 200 Dpi, 8.5" X 215" At 300 Dpi Daily Duty Cycle: 5,000 Sheets Paper Weight: 27 –413 G/m2 Consumables: Roller Assembly Kit: 200,000 Pages General: Operating Systems: Windows® 10 Windows 8/8.1 Windows 7 Mac Os X® 10.9.8 – Macos® 10.12.x Software Requires Internet Connection For Download And Installation. Temperature: Operating: 41 ° To 95 °f (5 ° To 35 °c) Storage: -13 ° To 140 °f (-25 ° To 60 °c) Humidity: Operating: 10 – 80% (no Condensation) Dimensions: Product Only: 11.7" X 7.7" X 12.5" Product In Package: 14.5" X 9.9" X 11.5" Weight: Product Only: 8.1 Lb. Product In Package: 10.6 Lb. 5 4 Unit Computer Speaker Dimensions Height: 110 Mm Width: 90 Mm Depth: 88 Mm Weight: .25 Kg Technical Specifications Total Watt (rms): 1.2w 3.5 Mm Input: 1 Usb Cable For Power: 1 Controls Power And Volume Controls On Right Speaker 3,000.00 6 3 Unit Computer Web Camera Resolution: Full Hd 1080p, 1920*1080 Pixels Lens Type: Full Hd Glass Lens Viewing Angle: 70 Degrees Focus Type: Fixed Focus Focus Range: 60cm And Beyond Built-in Mic.: Digital Hd Mic. Output Format: Mjpeg Frame Rate: 30fps Usb: Usb 2.0 System Requirements Compatible With: Windows 7 /8 / 8.1 / 10 Or Later Works In Usb Video Device Class (uvc) Mode: Mac Os 10.10 Or Later 3,900.00 Page 3 Of 5 Item No. Qty Description Total Linux Os 2.6 Or Later Chrome Os 6.0 Or Later Android V6.0 Or Later Compatible With Social And Video Calling Software Of The Above System 7 1 Unit Dot Matrix Printer Print Method: Impact Dot Matrix Print Direction: Bi-direction With Logic Seeking Number Of Pins In Head: 9 Pins Print Speed: High Speed Draft: (10 / 12 / 15 Cpi): 347 / 357 / 390 Cps (condensed, 17 / 20 Cpi): 383 / 298 Cps Draft: (10 / 12 / 15 Cpi): 260 / 312 / 223 Cps (condensed, 17 / 20 Cpi): 222 / 260 Cps (emphasized, 10 Cpi): 130 Cps Nlq: (10 / 12 / 15 / 17 / 20 Cpi): 65 / 78 / 55 / 47 / 56 Cps Reliability: Printhead Life: Approx. 400 Million Strokes/wire Mean Print Volume Between Failure (mvbf): Approx. 20 Million Lines (except Print Head) Mean Time Between Failure (mtbf): Approx. 10,000 Poh (25% Duty) Print Characteristics: Character Sets: Italic Table, Pc437 (us Standard Europe), Pc850 (multilingual), Pc860 (portugese), Pc861 (icelandic), Pc863 (canadian French), Pc865 (nordic), Abicomp, Brascii, Roman 8, Iso Latin 1, Pc 858, Iso 8859-15 Paper Path: Manual Insertion: Rear In, Top Out Push Tractor: Rear In, Top Out Paper Media: Cut Sheet (single Sheet): Length: 100 ~ 364mm (3.9 ~ 14.3") Width: 100 ~ 257mm (3.9 ~ 10.1") Thickness: 0.065 ~ 0.14mm (0.0025 ~ 0.0055") Cut Sheet (multi-part Forms): Length: 100 ~ 364mm (3.9 ~ 14.3") Width: 100 ~ 257mm (3.9 ~ 10.1") Thickness: 0.12 ~ 0.39mm (0.0047 ~ 0.015") (total) Continuous Paper (single Sheet / Multi-part): Length: 101.6 ~ 558.8mm (4.0 ~ 22.0") Width: 101.6 ~ 254.0mm 4.0 ~ 10.0") Thickness: 0.065 ~ 0.39mm (0.0025 ~ 0.015") (total) Envelope (no.6): 14,000.00 Page 4 Of 5 Item No. Qty Description Total Length: 92mm (3.6") Width: 165mm (6.5") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0,0205") (total) Envelope (no.10): Length: 105mm (4.1") Width: 241mm (9.5") Thickness: 0.16 ~ 0.52mm (0.0063 ~ 0.0205") (total) Roll Paper: Width: 216mm (8.5") Thickness: 0.07 ~ 0.09mm (0.0028 ~ 0.0035") Supported Os And Applications: Supported Os: Microsoft® Windows® 2000 / Xp / Vista / 7 / 8 / 8.1 / 10 8 6 Piece External Hard Drive Connection Interface: Usb 3.0 Capacity: 1tb Storage Media: 2.5" Hdd 19,200.00 9 1 Unit Monitor 34 Inches” Wqhd (3440x1440) High Resolution 21:9 Ultra Wide Display 121% Srgb 144hz High Refresh Rate Immersive 1500r Curvature 144hz Curved Monitor 20,000.00 10 14 Piece Ssd Form Factor 2.5? Capacity 1 Tb Interface Sata Iii Dimensions (l X W X H) 0.28? X 3.96? X 2.75? Sequential Read Performance 535mb/s Sequential Write Performance 450mb/s" 51,800.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Rizal Avenue Extension, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 10, 2025. E-mail : Procurement.central.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Jonas Erik L Ebora Assistant Director, Procurement Rizal Avenue Extension, Batangas City 980-0385 Loc. 1230

Municipality Of Manolo Fortich, Bukidnon Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 1.2 Million (USD 22 K)
Details: Description Invitation To Bid For Supply And Delivery Of Information And Communication Technology Equipment Under General Fund (2025-1st Half)-awarded Per Item The Local Government Unit Of Manolo Fortich Through The General Fund Intends To Apply The Sum Of One Million Two Hundred Eighty-eight Thousand Forty-four Pesos And Ten Centavos (php 1,288,044.10) Being The Abc To Payments Under The Contract For Supply And Delivery Of Information And Communication Technology Equipment Under General Fund (2025-1st Half)-awarded Per Item). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Number Unit Description Quantity Total Cost 1 Set Desktop Computer Set Core I5(latest Gen); 16gb Ram Ddr5 Or Ddr4; 256 Ssd M.2 + 1 Tb Hdd; True Rated Psu; 22 Inches Led Glossy Monitor; Mouse And Keyboard; Avr And Ups; 4gb Gpu; Casing With Fan; With Speaker 12 635,745.60 2 Unit Laptop Intel Core I7 (latest Gen) 16 Gb Ram Ddr5 1 Tb Ssd 15.6" Screen Rtx Series Gpu Windows 11 1 80,000.00 3 Unit Laptop Core I5 (latest Gen), 16gb Ddr4 Or Ddr5 Memory, 512gb M.2 Nvme Ssd With Numpad With Bag, Mouse And Usb To Lan Adapter If The Unit Does Not Have A Lan Port 1 55,000.00 4 Set Laptop (cpu: M3 Chip) -8-core Cpu With 4 Performance Cores(m3 Chip) And 4 Efficiency Cores, 8 Cores Gpu 16-core Neural Engine, 100gb/s Memory Bandwidth,8gb Unified Memory, 256 Gb Ssd, Liquid Retina Display 13.6-inch, Two Thunderbolt / Usb 4 Ports With Support For: Charging And Displayport, 1.13cm Thick With Latest Mac Os, Laptop Bag, Mouse, Charger, Usb To Rj45 Adapter 2 176,007.00 5 Set Laptop (cpu: M3 Chip) -8-core Cpu With 4 Performance Cores(m3 Chip) And 4 Efficiency Cores, 8 Cores Gpu 16-core Neural Engine, 100gb/s Memory Bandwidth,8gb Unified Memory, 256 Gb Ssd, Liquid Retina Display 13.6-inch, Two Thunderbolt / Usb 4 Ports With Support For: Charging And Displayport, 1.13cm Thick With Latest Mac Os, Laptop Bag, Mouse, Charger, Usb To Rj45 Adapter 1 88,003.50 6 Unit Printer A3 Printer - All In One Heavy Duty Inktank Printer With Adf-maximum Copy And Print Size: A3; Maximum Scan Area: 297.18 X 431.8 Mm (11.7 X17""); Reduction/enlargement: 25-400%, Auto Fit Function; Automatic 2-sided Printing:yes (up To A3) With Free Black And Colored Inks In A Bottle. 1 54,616.50 7 Unit Printer Print Speed Of Up To 25.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) Wi-fi, Wi-fi Direct, Ethernet Epson Connect (epson Iprint, Epson Email Print And Remote Print Driver, Scan To Cloud) 1 54,616.50 8 Set Projector 4500 Lumens, 3lcd Full Hd Laser Projector, With Screen, Outdoor 1 90,380.00 9 Unit Wireless Hdmi Video Transmission System "brand New And Branded Transmitter And Receiver - 4k Uhd - 450 Ft (150m) Los Range - 0.06s Low Latency (1080p60 Signal) - Sdi & Hdmi Support - Smart Channel Scan & Selection - Multiple Supply Power Options Inclusion: 2 Extra Batteries & 1 Dual Charger" 1 53,675.00 The Local Government Unit Of Manolo Fortich Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days Upon Receipt Of Approved Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From Local Government Unit Of Manolo Fortich And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays, 8:00 Am – 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 - February 04, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. The Local Government Unit Of Manolo Fortich Will Hold A Pre-bid Conference On January 21, 2025 At 2:00 Pm At The Bac Conference Rm. 3rd Floor New Government Center Bldng., Kalanawan, Tankulan, Manolo Fortich, Bukidnon Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 04, 2025 At 1:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 04, 2025 At 1:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 04, 2025 At 2:00 Pm At The Bac Conference Rm. 3rd Floor New Government Center Bldng., Kalanawan, Tankulan, Manolo Fortich, Bukidnon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Local Government Unit Of Manolo Fortich Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Miriam C. Flaviano Head Bac Secretariat Local Government Of Manolo Fortich Procurement@manolofortich.gov.ph 0917-809-7461 Catherine C. Gatchalian Bids And Awards Chairman

Department Of Education Division Of Naga City Tender

Publishing and Printing
Philippines
Closing Date1 Jan 2025
Tender AmountPHP 350 K (USD 6 K)
Details: Description Republika Ng Pilipinas Kagawaran Ng Edukasyon Rehiyon V Tanggapang Pansangay Ng Mga Paaralan Ng Lungsod Naga Bids And Awards Committee Request For Quotation For Goods And Services Date: December 27, 2024 Quotation No. : G2024-12-499 Purchase Request No. : 24-12-464 To: All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms & Conditions Of This Request For Quotation (rfq) And Submit Your Quotation Duly Signed By You Or Your Authorized Representative In The Return Envelope Not Later Than The Prescribed Period. Do Not Forget To Write The Quotation No./ Purchase Request (pr) No. In Front Of The Envelope Which You Must Seal, Sign, And Submit To Deped, Naga City Division, Roxas Avenue, Triangulo, City Of Naga. For Any Clarification, You May Contact Us At Cellphone No. 0995-751-0997 Or Email Address At Sdonaga.bac@deped.gov.ph. Fernando C. Macaraig Bac-chairperson _____________________________ Signature Over Printed Name Canvasser __ Terms & Conditions A. Submission Of Requirements 1. All Entries In The Rfq Form Must Be Accurate And Legibly Written. The Rfq And Other Requirements Stated Herein Shall Be Submitted In A Sealed Envelope To The Bids & Awards Committee (bac) At Deped Naga City Schools Division Office, Roxas Avenue Triangulo, Naga City. 2. Document Requirements: (suppliers Who Had Contract/s With Deped Naga Previously And Whose Documents Are Still Valid May No Longer Submit These) A. Philgeps Registration B. Dti/sec Registration C. Mayor’s Permit/business Permit D. Tax Clearance Certificate E. Pcab License (for Infrastructure Projects) B. Evaluation Of Quotations 1. Quotation Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission B. Compliance With Technical Specifications C. Price (to Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable). 2. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 3. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. C. Award 1. The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation By The Bac. 2. Prior To Award, An Omnibus Sworn Statement Must Be Submitted By The Supplier. 3. Once Purchase Order Is Awarded, The Photocopy Of Bank Account Number Of The Supplier’s Company Must Be Submitted (preferably Land Bank, If Available) D. Delivery 1. Delivery Of Goods Shall Be Made Within 7 Calendar Days From The Date Of The Receipt Of The Purchase Order. 2. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 3. Deliverables Shall Be Delivered To The Deped Naga City Schools Division, City Of Naga Or Wherever The Project Site Is Defined, Cost To The Account Of Supplier. Risk And Title Pass From The Supplier To The Purchaser Upon Inspection, Receipt And Final Acceptance Of The Goods At Project Site. 4. Upon The Delivery Of Goods To The Project Site, The Supplier Shall Notify The Purchaser And Present The Following Documents: A. Original And 4 Copies Of The Supplier’s Invoice Showing The Goods Description, Quantity, Unit Price And Total Price. B. Original And 4 Copies Of Delivery Receipts C. Original Statement Of Accounts D. Approved Purchase Order E. Warranty Certificate E. Instructions 1. Supplier Shall Be Responsible For The Source(s) Of Its Goods/equipment And Shall Make The Deliveries In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be A Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Shall Pick-up The Purchase Order Issued In Its Favor Within Three (3) Calendar Days From The Date Of Receipt Of Notice. A Telephone Call, Text Message, Email Or Use Of Messaging App Shall Constitute An Official Notice To The Supplier. Thereafter, If The Purchase Order Remains Unclaimed, The Purchase Shall Be Cancelled. 3. Supplier Who Accepted A Purchase Order But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Deped’s Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under Ra 9184 And It’s Irr Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 5. All Duties, Excise Taxes And Revenue Charges Shall Be Paid By The Supplier. 6. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 7. All Pages Of The Request For Quotation Shall Be Initialed By The Bidder/supplier To Ensure That Terms And Conditions Were Read And To Protect The Bac From Any Insinuation Of Tampering With The Said Documents. F. Inspection To Confirm Their Conformity To The Technical Specifications All Deliveries By Supplier Shall Be Subject To Inspection And Acceptance By The Deped Inspectorate Team And The End-user. And, All Costs Of The Necessary Laboratory Tests Undertaken By Deped On The Goods Shall Be To The Account Of Suppliers. G. Liquidated Damages A Penalty Of One-tenth Of The Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Delay Of The Delivery Of The Purchased Goods. In Case The Total Sum Of Liquidated Damages Reaches Ten Percent (10%) Of The Total Contract Price, The Procuring Entity Concerned May Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. H. Warranty Warranty Shall Be For The Period Of Six (6) Months For Supplies And Materials And One Year In Case Of Equipment, Reckoned From Date Of Acceptance Of The Goods At Project Site. I. Payment One Hundred Percent (100%) Of The Contract Price Shall Be Paid To The Supplier After Acceptance Of The Goods At Project Site And Submission Of The Required Supporting Documents Provided Under Letter D. Delivery. The Bids And Awards Committee: After Having Carefully Read And Accepted Your Request For Quotation And Its Terms And Conditions, I/we Quote You On The Item/s At Price Noted In This Rfq. The Quotation Shall Be Binding Upon Us For Thirty (30) Calendar Days Reckoned From The Last Day Of Submission Indicated In The Submission Requirement. The Corresponding Award Or Purchase Order Shall Be Accepted By Us Within 3 Days From Notification By Deped Naga Bac. Approved Budget Of The Contract For This Project: P 350,000.00 Item No. Item Description Qty Unit Estimated Unit Price State Comply Or Not Comply Unit Price Total Price Procurement For Secondary Schools. Allotment Availability: Ro-5-24-2942 Printer 3 In 1 16 Unit 12,500.00 Printer 3 In 1 1 Unit 25,000.00 Printer W/out Scanner 4 Unit 6,250.00 Toner Xerox Machine 10 Pcs 2,500.00 55” Television 1 Pc 25,000.00 Mini Pc 1 Unit 25,000.00 Desktop Computer W/ Installed Wps 1 Unit 25,000.00 Please See Attached Sample Pictures Note: Any Interlineations, Alteration/ Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Supplier’s Company Name: _________________________________________________ _______________________________ Philgeps Registration Number: _______________________________________________ Tin ______________________________ Address: ____________________________________________________________________________________________________________ Telephone/cellphone Number: __________________________ Email: _______________________________________________ Supplier Or Authorized Representative: _________________________________________________________________________ Signature Over Printed Name: _________________________________________________ Date: _____________________________ Note: A Special Power Of Attorney Is Required For The Authorized Representative *************
7391-7400 of 7564 archived Tenders