Computer Tenders
Computer Tenders
National Irrigation Administration Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Item No. Qty Unit Item & Description 1 2 Set Laptop Computer Specification: Minimum Requirement Operating System: Windows 10 Processor: Intel Core I7-11370h Processor 3.3 Ghz, 4 Cores (12m Cache, Up To 4.8ghz) Graphics: Nvidia Geforce Rtx 3060 Laptop Gpu, With Boost Up To 1390mhz At 80w (85w With Dynamic Boost), 6gb Gddr6 Display: 15-inch, Fhd (1920 X 1080) 16:9, Anti-glare Display, Srgb:62.5%, Adobe:47.34%, Refresh Rate:240hz, Value Ips-level, Adaptive-sync, Optimus Memory: 16gb Ddr4 On Board, Ddr4-3200 So-dimm, Max Capacity:32gb Storage: 512gb 3.0 Nvme M.2 Ssd I/o Ports: 1x 3.5mm Combo Audio Jack 1x Hdmi 2.1 Tmds 3x Usb 3.2 Gen 1 Type-a 1x Rj45 Lan Port 1x Thunderbolt 4 Support Displayport / Power Delivery Protective Laptop Bag Ac Frequency Bandwidth: 40~400hz Installed With Licensed Windows Operating System And Microsoft Office 2 2 Set Desktop Specification: Minimum Requirement Intel I9-14900f 4.3ghz 24-cores 32-threads 36mb Cache Ddr4 Lga1700 Cpu Gigabyte Ga-b760m-ds3h Ddr4 Lga1700 M-atkingston Kf432c16rb2ak2/16 16gb (2x8) 3200mhz Cl16 Dimm Fury Renegade Rgb (32gb) Kingston Snv2s/1000g 1tb Nv2 Gen4 Pcie Nvme M.2 2280 Ssd Palit Ne63050018p1-1070d Rtx3050 Dual 8gb Gddr6 128bit Dvi Hdmi Dp Graphics Card Gigabyte Gp-ud850gm 850w 80+ Gold Fully Modular Power Supply Coolman Aurora W/ 3pcs Rgb Fan Atx Mid-tower Gaming Case Black 27" Ips 100hz Fhd Monitor Krs-8372 A-shape With Mouse Usb Black Secure 1000va/ 700watts Ups 3 1 Set Colored Photocopier,printer And Scanner Specification: Minimum Requirement Copy,print,network Scan And Optional Fax Function 600, Fast 1200 Dpi Resolution Up To 24/12 A4/a3 Pages Per Minute In Colour And B/w Automatic Back To Back Printing Automatic Sorting Duplex Automatic Document Feeder4 Inch Colour Touch Screen Function Menu Paper Thickness Capabilities -tray 1: (built In) 20gsm To 256gsm (500 Sheets) -tray 2: (optional) 20gsm To 256gsm -mptray: (built In) 100 Sheets Capacity Or Higher With 5 Sets Of Toner 4 4 Set Viewing Device Specification: Minimum Requirement Cpu: Dimensity 8100 Ram: 8gb Storage: 256 Gb Display: 6.6 In 1080p Ips Lcd 144hz Camera: 64+8+2mp Rear/16mp Front Os: Android 12 With Miui 13 Battery: 5080 Mah, 67w Fast Charging
Closing Date17 Jan 2025
Tender AmountPHP 972.3 K (USD 16.6 K)
DEPT OF THE ARMY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Sources Sought Notice
joint Light Tactical Vehicle (jltv)
vehicle Ruggedized Display
subject: Joint Program Office (jpo) Joint Light Tactical Vehicle (jltv) Market Survey For A Ruggedized Vehicle Display
purpose: Jpo Jltv Is Assessing Options For The Driver Display Units. The Intent Is To Gain Industry Feedback On The High-level Technical Performance Requirements, Timing, And Pricing Of Potential Alternatives For The Driver Display Unit.
jpo Jltv Is Asking Industry To Assist With The Identification Of Potential Drivers Within The High-level Requirements Of Ruggedized Vehicle Displays And Provide Alternatives To Help Control Costs And Schedule, While Still Meeting The Operational Requirements. There Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred For Your Review And Response To This Survey. Your Response To This Survey Will Yield No Favorable Considerations For Any Potential Future Solicitations.
background: The Current Jltv Family Of Vehicles (fov) Include A Touchscreen Display And Computer To Assist In The Operation And Management Of The Vehicle. Jpo Jltv Is Interested In Potential Cost Savings And Performance/reliability/durability Enhancements To Existing Vehicle Displays. As A Result, Jpo Jltv Is Seeking Mature Display Solutions From Industry. Potential Solutions Can Be Any Or A Combination Of The Below:
2. A Ruggedized Vehicle Touchscreen (no Internal Computing) With Or Without Physical Buttons
3. A Ruggedized Vehicle Smart Display (with Internal Computing) With Or Without Physical Buttons
4. A Ruggedized Vehicle Embedded Smart Display (with Reduced Computing) With Or Without Physical Buttons.
5. Rationale For Advanced Release: Vehicle Electronics Computers Are Common On U.s. Ground Combat Vehicles. The Jltv Uses A Mix Of Commercial Off The Shelf (cots), Government Off The Shelf (gots), And Purpose Designed Equipment. Reliability, Durability, Affordability, And Long-term Production Are Highly Desirable To Maintain Operational Readiness Of The Jltv Fleet. The Draft Technical Performance Requirements (attachment A-ddu-dsdu-eddac-market Survey) Were Developed To Convey The Unique Military Uses, Duty Cycles And Performance To Meet The Anticipated Operational Needs. The Government’s Intent To Socialize These Draft Requirements Will Better Position The Army To Develop Achievable Final Requirements And Acquisition Timelines For Production. The Requested Feedback Will Help To Ensure The Final Jltv Display Solution Is Achievable Within Cost, Schedule, And Performance Constraints.
questionnaire: Interested Sources Are Asked To Submit Information In Two Phases:
phase I: Provide Responses To The Below High-level Requirements To Include Any Appropriate Market Literature (e.g., Specification Sheets). Submit Responses Via Email To The Contract Specialist, Guadalupe Garcia, With A Copy Furnished To Contracting Officer, Patrick Brown No Later Than 12:00 Pm Est.(15 Business Days After Release- 19 November2024.
display Information
type (i.e. Display, Smart Display, Embedded Computing, Touchscreen)
if Touchscreen, Are There Physical Buttons?
is The Screen Dimmable?
screen Size And Resolution
minimum Of 8”, Maximum Of 12”
viewing Angle
sunlight Readability Capability
operating System, If Applicable
input / Output Connectors (i.e. Usb, Displayport, J1939/can)
if Embedded Computing, Information On Computing Capabilities (i.e. Ram, Processor Speed, Storage, Etc.)
blackout / Nvg Capabilities
diagnostic Capabilities
durability Requirements (assume Display Without Shipping Packaging)
number Of Screen Touches To Failure
impact Resistance For Screen And Enclosure
touchscreen Force Curve (maximum Pressure Allowed)
any Concerns Over Point Touch Or Swipe Touch?
resistance To Abnormal Electrical Noise/disturbances And Power Input (28vdc)
what Standards Are Used?
reliability Requirements (i.e. Hour To Failure)
is There A Reliability With Confidence Number?
environmental Capabilities
operating Temperature, Shock, Vibration, Etc.
ipxx (water And Dust) Rating
emi, Emc, Eme, And Esd Capabilities
manufacturing
volumetric Output Per Year
quality Standards Used
is The Screen Used On Other Platforms? If Yes, Specify.
locations For Corporate Office (include Engineering) And Manufacturing
phase Ii: Provide Responses To (attachment A-ddu-dsdu-eddac-market Survey) And The Below Questions. Submit Responses Via Email To The Contract Specialist, Guadalupe Garcia, With A Copy Furnished To Contracting Officer, Patrick Brown No Later Than 12:00 Pm Est, (45business Days After Release – 17 January 2025). Questions From Phase I May Be Re-addressed And Re-submitted Along With The Phase Ii Questions. The Government May Also Request A Meeting To Discuss Your Responses After The Market Survey Closes.
what Is The Name And Cage Code Of The Company Responding To The Survey?
2. What Is The Name, Position Title, Telephone, And Email Address Of The Survey Respondent?
3. What Is Your Expected Lead Time For Prototype Parts?
4. How Much Time Do You Need To Build Prototype Assets Once You Have All Required Parts And Government Furnished Equipment (gfe) Vehicles And/or Systems Integration Lab (sil)?
5. How Much Time Do You Need For Sub-system And System-level Contractor Testing?
6. What Types Of Testing Do You Expect To Be Able To Perform Internally?
7. Do Any Devices Require Custom Development? If So, Which Ones?
8. Do You Plan To Use Commercial Of The Shelf Components? If So, For Which Components?
9. How Much Time Do You Need To Go From Concept To Prototype Delivery?
10. Describe Your Experience In Cybersecurity On A Vehicle Platform And What Solutions You Would Put In Place To Mitigate Any Potential Cyber Risks For A Light Tactical Vehicle.
11. Describe Your Experience And Locations For The Production, Manufacturing, Sustainment, Software Development, And Engineering For Your Products.
12. Detail Where, When, And What Type Of Platforms (identify Both Commercial And Military Applications) On Which Your Products Have Been Fielded.
13. Rough Order Magnitude Pricing (rom) Of Your Solution For The Following Annual Production Quantity Ranges: 10, 100, 500, 1,000, 2,000, And 5,000 Per Year.
14. What Is Your Estimated Non-recurring Engineering And Program Management Rom Price To Obtain An Initial Level Design?
15. What Is Your Estimated Non-recurring Engineering And Program Management Rom Price To Get From An Initial To Final Design And Then Prototype Delivery?
Closing Date17 Jan 2025
Tender AmountRefer Documents
Department Of Environment And Natural Resources - DENR Tender
Food Products
Philippines
Details: Description Pr# 2025-01-0022 Planning And Management Division Approved Budget Of The Contract (abc) = Php 217,725.00 Qty Unit Particulars 73 Pax Food, Venue And Accommodation For Two (2) Days "day 1 (february 11, 2025): 2 Meals (lunch And Dinner) 2 Snacks (am & Pm)" "day 2 (february 12, 2025): 1 Meal (lunch) 1 Snack (pm)" "suggested Meal And Snacks Meal: Plain Rice, Beef Caldereta, Buttered Chicken, Fish Fillet (sweet And Sour) And Four Seasoned Snacks: A.m Snacks: Baked Macaroni & P.m Snacks: Kakanin (puto, Kutsinta. Biko, Etc.) Dessert: Fresh Fruits Drinks: Softdrinks/canned Juice " Accommodation Two (2) Nights Accommodation - Two (2) Pax Two (2) Rooms Check-in: February 10, 2025, 2:00 Pm Check-out: February 12, 2025, 12:00 Nn One (1) Night Accommodation - 27 Pax Nine (9) Rooms Triple Check-in: February 11, 2025, 2:00 Pm Check-out: February 12, 2025, 12:00 Nn "venue Must Have The Following: 1. Dedicated 24/7 Internet Connection Of At Least 100mbps 2. Unlimited Use And Spacious Function Room And Free Electrical Charging Of Laptop Computers 3. Spacious Parking Space & Nature Ambience" Please Attach Menu Activity: Conduct Of 1st Quarter Cy 2025 Regional Management Conference Cum New Year's Call Date: February 11-12, 2025 Venue: Within Cagayan De Oro Vicinity All Entries Should Be Typewritten / Legibly Written Requirements For Below P 50,000.00 1. Philgeps Registration Number Or Business Permit For P 50,000.00 Above 1. Philgeps Registration Certificate (platinum Membership Or Red Membership) Or Eligibility Requirements: 1. Registration Certificate 2. Mayor's/ Business Permit Or Its Equivalent Document 3. Tax Clearance 4. Audited Financial Statements 5. Omnibus Sworn Statement (additional Document For P500,000.00 Above)
Closing Date27 Jan 2025
Tender AmountPHP 217.7 K (USD 3.7 K)
Adela Serra Ty Memorial Medical Center Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid For The Procurement Of Immuno-serology Reagents (tie-up Basis) And Supplies With Ib No. 2025-02-04 (07) 1. The Adela Serra Ty Memorial Medical Center, Using A Single Year Framework Agreement, Through The Astmmc Fund Intends To Apply The Sum Ten Million Four Hundred Forty Eight Thousand Pesos Only [php 10,448,000.00], Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 2. The Adela Serra Ty Memorial Medical Center Now Invites Bids For The Procurement Of Immuno-serology Reagents (tie-up Basis) And Supplies. Delivery Of The Goods Is Required Within 15 Calendar Days After Issuance Of A Call-off. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Adela Serra Ty Memorial Medical Center And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday Thru Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 4, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos Only [php 25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment In Person. 6. The Adela Serra Ty Memorial Medical Center Will Hold A Pre-bid Conference On January 23, 2025; 10:00 Am At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 10:00 Am; February 4, 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 10:01 Am; February 4, 2025 At Bac Conference Room, Opd Bldg, Astmmc, Tandag City And Or Through Video Conferencing Or Webcasting Via Meet.google.com/rbu-snjw-vga Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Adela Serra Ty Memorial Medical 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Office, 2nd Floor Opd Bldg. Astmmc, Tandag City, Sds, 8300 Tel No. 086-211-4306 Astmmcprocurement@gmail.com 12. For Downloading Of Bidding Documents, You May Visit: Philgeps.gov.ph January 15, 2025 Date Issued Dominador B. Toral, Rn, Md, Dpbohns Hbac Chairman Lot / Item Number Description Quantity Unit Unit Cost Total Delivered, Weeks/ Months Lot 1 Winning Bidder Responsibilities: >must Provide And Install An Iso Certified Fully Automated Immunology Analyzer For Free Of Use."if It's Not Brand New Machine, It Must Have Been Used For Not More Than Five Years." Provide Certificate Of Machine Purchase And Any Proof From Its Usage >a Floor Type Machine > Must Provide At Least 3 Consecutive Excellent Neqas Result For The Past 3 Years. >service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of The End-users' Problems Or Concerns Immediately. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 >prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down. >failure Of Machine's Effective Functionality And Supplier's Performance (ex. No Consumables Available) Which May Result To Unavailability Of Test Requests Maybe Send Out To Other Laboratories. Expenses Incurred Shall Be Charged To The Supplier. >meet Our Objective Which Is Our Turnaround Time (tat) To Release Our Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week. > Analyzer Should Be Delivered Complete With Its Accessories (ups 6kva, Keyboard, Printer, Avr 6kva, Etc.) > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers In Mindanao. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. >must Provide And Free Of Charge (foc): - All Consumable Needed For The Machine To Function Like Calibrators, Controls, Cuvettes/sample Cups, Rv, Pre-trigger, Disposable Tips, Deionized / Distilled Water, Wash Buffer, System Cleaning Solution And Etc. - Computer Sets, Ups, Avr, Printer - Calibration And Preventive Maintenance - Any Parts Or Accessories Of The Machine > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement Shall Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: >analytical Principle/system Description: Electrochemiluminescence (eclia) Immunoassay Technology Or Chemiluminescence Immunoassay (clia) Only. > Throughput: At Least 75 Tests/hr > Test Mode: Routine/random, Batch > Stat Assay Turnaround Time: <15mins > Non-stat Assay Turnaround Time: <25mins > Sample Volume: 10-50ul Per Test > 2-point Calibration Per Reagent Lot > Sample-clot Detection > Liquid-level Detection > Sensitivity : >99% > Specificity : >99% > Accuracy :> 99% >sample Type: Serum, Plasma, Whole Blood >reagent Type: Liquid, Ready To Use/no Mixing Reagent Pack / Cartridge >sample Type: Serum, Plasma, Whole Blood >reagent Type: Liquid, Ready To Use/no Mixing Reagent Pack / Cartridge >on-board Reagent Integrity/stability Control >automatic Inventory Tracking And Updating As To Number Of Tests And Remaining Test Available >program For Calibration Tracker And Validity >machine Quality Assurance: Auto Calibration, Auto-qc, Auto Westgard Rules/levy Jennings Plotting Of Real Time Qc >machine Diagnostics System & Services: Online/remote Access >barcode Reader/scanner For Easy Samples And Reagents Identification And Tracking >lis Ready >with Buit-in Touch Screen Monitor >user-friendly, Easy To Use >if Water Is Needed, Built-in Water System Or Distilled Water Must Be Provided. >provide Computer/software System To Store Results For Accessibility And Result Management >floor-type T3 (100's/box) 4 Box 38,000.00 152,000.00 15 Calendar Days After Issuance Of A Call-off T4 (100's/box) 4 Box 38,000.00 152,000.00 15 Calendar Days After Issuance Of A Call-off Tsh (100's/box) 32 Box 38,000.00 1,216,000.00 15 Calendar Days After Issuance Of A Call-off Ft3 (100's/box) 16 Box 38,000.00 608,000.00 15 Calendar Days After Issuance Of A Call-off Ft4 (100's/box) 30 Box 38,000.00 1,140,000.00 15 Calendar Days After Issuance Of A Call-off Anti-hbs (100's/box) 14 Box 38,000.00 532,000.00 15 Calendar Days After Issuance Of A Call-off Anti-hbe (100's/box) 4 Box 32,000.00 128,000.00 15 Calendar Days After Issuance Of A Call-off Anti-hbc (100's/box) 6 Box 32,000.00 192,000.00 15 Calendar Days After Issuance Of A Call-off Hbsag Quantitative (100's/box) 6 Box 25,000.00 150,000.00 15 Calendar Days After Issuance Of A Call-off Hbeag (100's/box) 4 Box 40,000.00 160,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 4,430,000.00 Lot 2 Winning Bidder Responsibilities: >must Provide And Install An Iso Certified Fully Automated Immunology Analyzer For Free Of Use. “if It's Not Brand New Machine, It Must Have Been Used For Not More Than Five Years." Provide Certificate Of Machine Purchase And Any Proof From Its Usage > Must Provide At Least 3 Consecutive Excellent Neqas Result For The Past 3 Years. >service Engineer Must Be Knowledgeable Of Their Machine And Responds To Any Of The End-users' Problems Or Concerns Immediately. >prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down. >failure Of Machine's Effective Functionality And Supplier's Performance (ex. No Consumables Available) Which May Result To Unavailability Of Test Requests Maybe Send Out To Other Laboratories. Expenses Incurred Shall Be Charged To The Supplier. >meet Our Objective Which Is Our Turnaround Time (tat) To Release Our Result After 2 Hours And Can Run All Tests 24 Hours A Day, 7 Days A Week. > Analyzer Should Be Delivered Complete With Its Accessories (ups 6kva, Keyboard, Printer, Avr 6kva, Etc.) > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. >must Provide And Free Of Charge (foc): - All Consumable Needed For The Machine To Function Like Calibrators, Controls, Cuvettes/sample Cups, Rv, Pre-trigger, Disposable Tips, Deionized / Distilled Water, Wash Buffer, System Cleaning Solution And Etc. - Computer Sets, Ups, Avr, Printer - Calibration And Preventive Maintenance - Any Parts Or Accessories Of The Machine > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement May Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Machine Specifications: >analytical Principle/system Description: Electrochemiluminescence (eclia) Immunoassay Technology, Chemiluminescence Immunoassay (clia) Or Fluorescent Enzyme Immunoassay (feia). > Throughput: At Least 75 Tests/hr > Test Mode: Routine/random, Batch > Stat Assay Turnaround Time: <15mins > Non-stat Assay Turnaround Time: <25mins > Sample Volume: 10-50ul Per Test > 2-point Calibration Per Reagent Lot > Sample-clot Detection > Liquid-level Detection > Sensitivity : >99% > Specificity : >99% > Accuracy :> 99% >sample Type: Serum, Plasma, Whole Blood >reagent Type: Liquid, Ready To Use/no Mixing Reagent Pack / Cartridge >on-board Reagent Integrity/stability Control >automatic Inventory Tracking And Updating As To Number Of Tests And Remaining Test Available >program For Calibration Tracker And Validity >machine Quality Assurance: Autocalibration, Auto-qc, Auto Westgard Rules/levy Jennings Plotting Of Real Time Qc >machine Diagnostics System & Services: Online/remote Access >barcode Reader/scanner For Easy Samples And Reagents Identification And Tracking >with Buit-in Touch Screen Monitor >user-friendly, Easy To Use >if Water Is Needed, Buit-in Water System Or Distilled Water Must Be Provided >provide Computer/software System To Store Results For Accessibility And Result Management >floor-type/bench Type Ca-125 (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Ca-15-3 (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Ca-19-9 (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Cea (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Afp (100's/box) 1 Box 50,000.00 50,000.00 15 Calendar Days After Issuance Of A Call-off Total Psa (100's/box) 1 Box 60,000.00 60,000.00 15 Calendar Days After Issuance Of A Call-off Ana (anti-nuclear Antibody) (100's/box) 1 Box 60,000.00 60,000.00 15 Calendar Days After Issuance Of A Call-off Cmv (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Toxo-igg (100's/box) 1 Box 40,000.00 40,000.00 15 Calendar Days After Issuance Of A Call-off Ferritin (100's/box) 1 Box 80,000.00 80,000.00 15 Calendar Days After Issuance Of A Call-off Anti-dsdna (100's/box) 1 Box 75,000.00 75,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 565,000.00 Lot 3 Winning Bidder Responsibilities: > Winning Bidder Must Provide For Free An Iso-certified, Fully Automated Machine And Its Consumables, Calibrators And Controls. > Analytical Principle/system Description: Fluorescense Immunoassay (fia). > Provide Accessories For Effective And Uninterrupted Operation Like Ups, Avr, Computer Set And Printer. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down > Expenses Incurred For Send Out Of Tests Due To Failure Of The Machine And/or Poor Supplier Performance Shall Be Charged To The Winning Bidder. > Reagents Delivered Must Be At Least 18 Months From The Expiration Date. >lis Ready >with Buit-in Touch Screen Monitor >user-friendly, Easy To Use >if Water Is Needed, Buit-in Water System Or Distilled Water Must Be Provided > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement Shall Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. > Machine Provided Must Be Lis Ready. > Supplier Must Shoulder The Two (2) Analyzer's Lis Connectivity Fee/charges With The Existing Astmmc Lis Provider. Please Refer Below For The Lis Connectivity Corresponding Charges To Be Paid Directly To Adela Serra Ty Memorial Medical Center Account. Lis Connectivity Charges/fees Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Fully Automated Analyzer 288,000.00 270,000.00 252,000.00 234,000.00 216,000.00 2nd And Succeeding Analyzer 160,000.00 150,000.00 140,000.00 130,000.00 120,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Semi-automated Analyzer 192,000.00 180,000.00 168,000.00 156,000.00 144,000.00 2nd And Succeeding Analyzer 112,000.00 105,000.00 98,000.00 91,000.00 84,000.00 Contract Amount 16m To 20m 11m To 15m 6m To 10m 1m To 5m Below 1m 1st Poct Analyzer 128,000.00 120,000.00 112,000.00 104,000.00 96,000.00 2nd And Succeeding Analyzer 80,000.00 75,000.00 70,000.00 65,000.00 60,000.00 Troponin I (48's/box) 60 Box 40,000.00 2,400,000.00 15 Calendar Days After Issuance Of A Call-off C-reactive Protein (25's/box) 20 Box 15,000.00 300,000.00 15 Calendar Days After Issuance Of A Call-off Procalcitonin (50's/box) 6 Box 15,000.00 90,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 2,790,000.00 Lot 4 Winning Bidder Responsibilities: > Winning Bidder Must Provide For Free An Iso-certified, Fully Automated Machine Bench Top And Its Consumables, Calibrators And Controls For The Analysis. > Analytical Principle/system Description: Fluorescense Immunoassay (fia) > Provide Accessories For Effective And Uninterrupted Operation Like Ups, Avr, Computer Set And Printer. > Free Of Charge Technical Services Of Company Engineer Which Must Be Available And Responsive To Any Of The Problems Or Concerns Of The Machine 24/7, Conduct Regular Monthly Machine's Calibration And Preventive Maintenance. >supplier Must Have A Warehouse Or Functional Service Center With Company Employed Qualified Technical Service Engineers. >supplier Must Posses A Certificate Of Exclusive Distributorship ( Ced ) For The Security Of The Laboratory's Uninterrupted Operation > Should Have Atleast 2 Current Installations To Tertiary Laboratories Anywhere In The Philippines With The Same Offered Machine. > Prompt Replacement Of Another Unit Of Machine/analyzer Or Defective Parts In Case Of Breakdown Shall Be Done Not Later Than 48 Hours From When It Bugged Down > Expenses Incurred For Send Out Of Tests Due To Failure Of The Machine And/or Poor Supplier Performance Shall Be Charged To The Winning Bidder. > Quantity Of Reagents Must Be Delivered Based On Nefa Or Notice To Execute Framework Agreement Or Staggered Scheme Or Upon The Request Of The End-user. > Payments Will Be Issued Per Delivery Of Reagents. > Reagents Delivered Must Be 18 Months From The Expiration Date, A Guarantee Letter Of Replacement Shall Be Issued For Less Than 18 Months Reagents And Supplies. > A Framework Agreement For A 1-year Contract Shall Be Made. Aso (anti-streptolysin O) Titer (100's/box) 2 Box 28,000.00 56,000.00 15 Calendar Days After Issuance Of A Call-off Pro-bnp (100's/box) 1 Box 120,000.00 120,000.00 15 Calendar Days After Issuance Of A Call-off Rheumatoid Factor (100's/box) 1 Box 24,000.00 24,000.00 15 Calendar Days After Issuance Of A Call-off D-dimer(100's/box) 1 Box 60,000.00 60,000.00 15 Calendar Days After Issuance Of A Call-off Subtotal 260,000.00 Technical Specs For Item No. 1 To 10 >sample Type: Serum, Plasma, Whole Blood > Sensitivity : >98% > Specificity : >98% > Accuracy: >98% 1 H. Pylori Ab Rt (20's/box) 20 Box 3,000.00 60,000.00 2 H. Pylori Ag Rt (20's/box) 2 Box 3,000.00 6,000.00 3 Typhidot Ab Duo Rt (25's/box) 40 Box 5,000.00 200,000.00 4 Leptospira Ab Rt (10's/box) 60 Box 9,000.00 540,000.00 5 Dengue Ns1 6000 Box 110.00 660,000.00 6 Dengue Rapid Test ( Igm, Igg) 6000 Box 60.00 360,000.00 7 Hcv Rt (100's/box) 4 Box 12,000.00 48,000.00 8 Hbsag Rt (30's/box) 120 Box 3,000.00 360,000.00 9 Hav Rt (25's/box) 8 Box 8,000.00 64,000.00 10 Syphilis Rt (100's/box) 15 Box 7,000.00 105,000.00 Subtotal 2,403,000.00 Total Amount 10,448,000.00 Purpose For Immuno-serology Section Use.
Closing Date4 Feb 2025
Tender AmountPHP 10.4 Million (USD 179.3 K)
DEPT OF THE ARMY USA Tender
Others...+1Consultancy Services
United States
Details: The Us Army Corps Of Engineers, Honolulu District Is Contemplating The Award Of An Indefinite-delivery Architect-engineer Services Contract (geotechnical Engineering, Engineering Geology, Topographic Survey, Orthophotography, Cadastral Mapping And Land Parcel Mapping) For Design Of Miscellaneous Projects In The U.s. Army Corps Of Engineers (usace), Honolulu District (poh) Area Of Responsibility (aor). The Idc Will Consist Of A Base Period Of Five (5) Years With No Option Periods. The Amount Will Not Exceed A Cumulative Total Of $9,900,000 For All Contracts Awarded Under The Solicitation, Over The Five (5) Year Period. Work Is Subject To The Availability Of Funds. Each Task Order Issued Shall Be Firm-fixed Price (as Negotiated). Funding Shall Be Cited On Individual Task Orders. Only Firm(s) Considered Highly Qualified Will Be Awarded A Contract. Work Under This Contract Will Be Subject To Satisfactory Negotiation Of Individual Task Orders. Selection Of A-e Firm(s) Is Not Based Upon Competitive Bidding Procedures, But Rather Upon The Professional Qualifications Necessary For The Performance Of The Required Services.
project Scope:
the Firm Must Have Primary Capability In Either Geotechnical Engineering Or Land Surveying. The Firm And/or Its Consultants Must Have Capability In Disciplines That Include Geotechnical Engineering, Land Surveying, Environmental Engineering, Cost Estimating, And Specification Writing. This Includes Design And Engineering Services For Structure Foundations, Sub-grades For Roadways, Pavement Design, Soil Improvements, Site Grading, Retaining Structures, Embankments, Dams, And Soil Erosion Control. Land Surveying Work Includes Cadastral And Land Parcel Mapping; Topographic Mapping; Control Surveys; And Digital Terrain Modeling. Aerial Photography, Lidar, And Hydrographic Surveys May Occasionally Be Required. Specific Computer-aided Drafting (cad) Equipment, Format Of Cad Products, And Compliance With A/e/c Standards Will Be Required. Metric System Will Be A Requirement On Selected Projects.
the Prime Contractor Must Have Capability In Either Geotechnical Engineering Or Land Surveying. Collectively As A Team, The Prime Contractor And/or Its Sub-consultants Must Have Capability In The Following Disciplines
geotechnical Engineering
engineering Geology
topographic Surveying
aerial (photography/lidar) Surveying
orthophotography / Photogrammetry
cadastral Mapping
land Parcel Mapping
hydrographic Surveying
environmental Engineering
civil Engineering
cost Engineering
background:
professional Services Are Being Procured In Accordance With Pl 92-582 (brooks A-e Act) And Far Part 36, As Required For Design Support Primarily For Projects Within The Poh Aor. Work Primarily Includes But Is Not Limited To A Range Of Minor To Major Repair, Modification, Rehabilitation, Alternatives And New Construction Projects Primarily In Support Of The Department Of Defense And Associated Agencies. The Work And Type Of Services Will Consist Primarily Of Preparation Of Design Analyses And Reports; Facility Condition Studies; Plans And Specifications For The Site Designs Of Predominantly Vertical Construction Projects; Horizontal Construction Projects May Also Be In The Variety Of Work Assigned. All Design And Other Engineering-related Services Must Be Performed By Or Under The Direct Supervision Of Licensed Professional Engineers.
response Information:
only Interested Prime Architect-engineers Should Submit A Narrative Demonstrating Experience In The Project Scope. Please Indicate If The Firm Is A Small Business Contractor Or A Contractor That Qualifies Under A Small Business Program (i.e. 8(a), Hubzone, Service-disabled Veteran-owned Small Business, Women-owned Small Business).
size Standard. The North American Industrial Classification Code (naics) For This Procurement Is 541370. This Announcement Is Open To All Businesses Regardless Of Size.
information Is Limited To 5 Single Sided Pages.
this Notice Is Not A Request For Proposals. This Is A Market Research Tool Being Utilized To Determine The Availability Of Potential Qualified Contractors Before Determining The Method Of Acquisition. Please Note It Is Required That Interested Contractors Be Registered In System For Award Management (sam). Please See Www.sam.gov For Additional Information. In Addition, This Sources Sought Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Pay For Any Information Solicited Or Delivered. Information Shall Be Submitted Electronically To Brett Watanabe At Brett.j.watanabe@usace.army.mil And Colin Waki At Colin.k.waki@usace.army.mil By January 21, 2025, 2:00 P.m. Hawaii Standard Time.
please Note: At This Time, The Honolulu District Is Only Interested In Responses From Prime Contractors.
Closing Date22 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Software and IT Solutions...+1Telecommunication Services
United States
Details: Please See Attached Pws.
sources Sought/request For Information (rfi)
scope:
this Is A Sources Sought/request For Information (rfi), As Defined In Federal Acquisition Regulation (far) 15.201(e). The Government Is Issuing This Rfi In An Effort To Understand Market Availability, Technical Characteristics, Cost, And Functionality Of Information Technology (it) Tools, Applications Or Products Capable Of Satisfying The Life-cycle Technical, Functional, Operational, And/or Capabilities Described In This Rfi.
any Information Submitted By Respondents To This Request Is Strictly Voluntary. This Is Not A Request For Proposal, Request For Quotation, Or Invitation For Bid, Nor Does Its Issuance Obligate Or Restrict The Government To An Eventual Acquisition Approach. The Government Does Not Intend To Award A Contract On The Basis Of Responses From This Rfi Or Pay For The Preparation Of Any Information Submitted Or For The Use Of Such Information. All Information Received From This Rfi Will Be Used For Planning And Market Research Purposes Only.
to The Maximum Extent Possible, Please Submit Non-proprietary Information. Any Proprietary Information Submitted Should Be Identified As Such And Will Be Properly Protected From Disclosure. The Government Shall Not Be Liable For Damages Related To Proprietary Information That Is Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations. Responses To The Rfi Will Not Be Returned.
background:
the Navsup Fleet Logistics Center Sigonella (flcsi) Souda Bay Detachment, Souda Bay, Greece Is Conducting Market Research For Telecommunications Operations And Maintenance (o&m) Services At Nsa Souda Bay, Greece Area Of Operation As Described In The Attached Draft Performance Work Statement (pws).
purpose:
the Purpose Of This Rfi Is To Gather Information On Best Practices And Cost Estimates For Telecommunications Operations And Maintenance (o&m) Services.
a Draft Copy Of The Performance Work Statement (pws) Is Attached. This Document Is Only A Draft And Is Not Considered A Final Document. Performance Is Anticipated In All Of The Following Countries:
greece
the Anticipated Clearances Are Secret.
it Is Anticipated That The Contractor Will Be Responsible For Obtaining Any Necessary Technical Representative Status, Licenses, Permits, Country/theater Clearances, Visa And Entry Authorizations To Comply With Any Applicable U.s. And Host Nation Laws, Codes, And Regulations.
additional Information Requested:
provide The Following Business Information:
company Name
company Socio-economic Size
email Address
point Of Contact For Further Clarification Or Questions.
uei/cage Code
questions:
questions With Regard To This Rfi Are Requested To Be Submitted By E-mail To:
navsup Flcsi
kelly Mcfarlin Kelly.n.mcfarlin.civ@us.navy.mil
magdalini Schoulidou Magdalini.schoulidou.ln@us.navy.mil
responses:
interested Vendors Are Requested To Submit A Capabilities Statement In Response To This Rfi By E-mail To:
navsup Flcsi
kelly Mcfarlin Kelly.n.mcfarlin.civ@us.navy.mil
magdalini Schoulidou Magdalini.schoulidou.ln@us.navy.mil
the Deadline For Responses To This Request Is 1500 Hours, Eastern Standard Time, On Sunday 26 January 2025.
response Should Be Single-spaced, Times New Roman, 12 Point Font, With One Inch Margins All Around, Compatible With Ms Office Word 2007, With A Total Page Count Not To Exceed 10 Pages. Response, Including Attachments, Shall Not Exceed 10 Mb. Each Page Of Your Package Shall Be Printable On 8 ½” X 11” Paper. Please Note That Some Email Systems May Block File Types Such As .zip Or Other Macro-enabled Extensions; Respondents Should Verify Receipt.
any Response Submitted By Respondents To This Request Constitutes Consent For That Submission To Be Reviewed By Navsup Flcsi And Naval Computer And Telecommunication Area Master Station Atlantic (nctams Lant). The Responses May Be Forwarded To Other Government Entities In Consideration For Applicability To Other Programs.
respondents Are Advised That The Government Is Under No Obligation To Provide Feedback With Respect To Any Information Submitted. All Submissions Become Government Property And Will Not Be Returned.
this Rfi Is Issued Solely For Information Purposes. It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service In Any Manner. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Parties’ Expense.
Closing Date26 Jan 2025
Tender AmountRefer Documents
SURIGAO DEL NORTE COLLEGE OF AGRICULTURE & TECHNOLOGY Tender
Machinery and Tools...+1Furnitures and Fixtures
Corrigendum : Closing Date Modified
Philippines
Details: Description Lot A Repair Kit (toolbox): 16 Pcs Repairing Tool Set Item: Hardware Tools Set Material: Alloy Steel, Abs Plastic Weight: 1.20 Kg Quantity: 16pcs Disassemble Or Install All Kinds Of Screws Measure The Length Of Things Drive Nail And All Kinds Of Knock Convenient To Use, Strong Combination, Wide Usage High Carbon Steel Material 27 Pcs Repairing Tool Set High Quality Tool Easy To Carry Case With Handle Case Color: Blue Product Dimension: (l X W X H) 32 X 6 X 6 Cm Product Weight: 1868 G 2 Set Sub Total …. Lot B Computer: Desktop (set) Monitor: 24"- 75hz Os: Windows 10 Pro (licensed) Installed Microsoft Office 2021 (licensed) Processor: Ryzen 5 5500 Motherboard: Biostar B550mph Storage: 500gb Ssd + 1 Tb Hdd Ram: 16 Gb Kingston Fury Beast Ddr4 Ram Cpu Case: Mma Tempered Case (4x Argb Fans) Power Supply: Keytech/ Ygt 750w Keyboard: Wired Mechanical Keyboard Mouse: Fantech X9 Thor Rgb Mouse Headset: Leaven E600 Usb Surround Sound Noise-canceling Extended Mousepad: Mat Large Mousepad Extended 70*30 Usb Wifi Adapter: 150 Mbps Automatic Voltage Regulator: 500w Avr With Meter (svc-500va) 5 Units Lcd Projector: 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 1 Unit Photocopier: Double-sided Print. Single-sided Copy And Colour Scan. Copy Double-sided Id Cards On A Single Sheet Of Paper With Ease. Compact Design With Low-noise Printing. Airprint, Mopria, Kyocera Mobile Print.; Engine Speed: Up To 35 Pages A4 Per Minute; Resolution: 300 Dpi, 600 Dpi, 1,200 Dpi; Dimensions (w X D X H) Main Unit: 417 X 412 X 437 Mm 1 Unit Mobile Phone/smartphone (android): (up To 6gb [3gb + 128gb] | Mediatek Helio G81 Gaming Processor | 13 Mp Rear Ai Dual Camera | 6.7" Ips 120hz Punch-hole Display With Dynamic Bar | 5000 Mah 2 Unit Megaphone: Rechargeable Portable Megaphone 30w Crown Sr-966 Sr966 Sr 966 Talk, Siren, Whistle, Voice Recording 1 Units Sub Total …… Lot C First Aid Kit: First Aid Box Set - Emergency First Aid Kit Set *band Aid 5pc *torniquet Blue/green *micropore Tape/surgical Tape 1pc *ammonia 1pc *alcohol Swab/pad 4pc *60ml Alcohol 1pc *3x10 Gauze Bandage 1pc *hydrogen Peroxide 60ml1pc *povidon Betasol 15ml1pc *digital Thermometer *bandage Scissor Or Surgical Scissor/ Irish Scissor *triangular Bandage *3x5 Elastic Bandage *1 Pack (50balls Cotton) *4x4 Gauze Pad 1pc 5 Sets
Closing Date7 Feb 2025
Tender AmountPHP 267.1 K (USD 4.5 K)
Department Of Agriculture Tender
Others
Philippines
Details: Description Request For Expression Of Interest (reoi) Hiring Of Consultancy/technical Services (individual Consultant/technical) Solicitation No. Da7-01-2025-prdp-isupport-005 Epc: Php 270,000.00 1.the Government Of The Philippines Has Been Granted A Loan From The World Bank Towards The Cost Of The Philippine Rural Development Program (prdp) And Intends To Apply Part Of The Proceeds Of This Loan To Payment For The Cost Of Hiring An Institutional Development Officer (ido) For I-support Component. 2.the Prdprpco 7, Hereunder Referred To As The “end User” Now Request Interested Applicants To Submit Expressions Of Interest For The Hiring Of Individual Consultant/technical Namely: Item Description (prdp-isupport-005): Institutional Development Officer (ido) For I-support Component Quantity/unit: 1 Person Unit Price Php: 54,000.00/month 3. Terms Of Reference (tor) For Institutional Development Officer (ido) Duties And Responsibilities: Under The Direct Supervision Of The Rpco Institutional Development Unit Head, The Institutional Development Officer (ido) Perform The Following Tasks: 1. Assist The Institutional Development Unit Head In The Execution Of His/her Duties And Responsibilities. 2. Assist And Provide Technical Support In The Implementation Of Idu Activities. 3. Assist In The Preparation Of Idu Work And Financial Plans, Activity Reports, Progress Reports, Documentation Reports And Other Prdp Related Reports. 4. Serve As Idu Focal Person On Coordinating Mis-related Activities With The Rpco Components/units; 5. Assist In The Preparation/leg Working Of Regional Idu Coordination Meetings And Any Activities Related To The Integration Of Prdp Key Innovations; 6. Assist In Facilitating Meetings, Trainings And Workshop. 7. Perform Other Tasks That May Be Assigned By The Immediate Supervisor. Required Education And Qualification: A. Education And Relevant Experiences: 1. Bachelor’s Degree In Social Science Courses; 2. Minimum Of One (1) Year Experience In Institutional Development Work; 3. Operational Experience In Preparing Activity Or Training Design And Facilitate The Conduct Of Approved Designs; 4. Must Have At Least Six (6) Months Experience In Working With Ngas, Lgus, Stakeholders And Communities; And 5. Must Have Relevant Knowledge And Experience Working In The Agriculture And Fishery Sector At Least Six (6) Months. B. Skills And Qualification 1. Good Technical Writing And Oral Communication Skill; 2. Strong Capacity To Prepare Process Documentation Of Activities Conducted As Well As Reports In Administering Programs; 3. Competent In Basic Computer Operations, E.g. Word Processing, Excel And Powerpoint 4. Strong Analytical And Research Skill; 5. Workshop/meeting Facilitation Skill 6. Must Be A Team Player But Can Work Independently. Official Work Station: Prdp Rpco 7, Da-rfo 7 Complex, Highway Maguikay, Mandaue City. 4. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The World Bank Guidelines And Taking Into Consideration The Rated Provisions In The Project Loan Agreement And Guidelines In The Procurement Under The Ibrd Loans And Ida Credits. The Individual Consultants Will Be Selected In Accordance With The Procedure Set Out In The World Bank’s Guidelines: Selection And Employment Of Consultants By World Bank Borrowers, May 2011. 5. All Expressions Of Interest (eois) Together With Curriculum Vitae And All Necessary Documents Must Be Delivered In Hard Copies Placed In A Sealed Enveloped Marked: ”hiring Of Consultancy/technical Services (institutional Development Officer (ido))” (solicitation No. Da7-01-2025-prdp-isupport-005). 6. Expression Of Interest (eoi) Must Be Delivered At The Address Below Not Later Than 12: 00 P.m. Of January 30, 2025. Sbac Secretariat Office Department Of Agriculture-philippine Rural Development Project - Regional Project Coordination Office Vii (da¬prdp-rpco 7) Complex, Highway Maguikay, Mandaue City. 7. The Prdprpco 7 Reserves The Right To Accept Or Reject Any Bid And To Annul The Selection Of Individual Consultants (sic) Process Of Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. (sgd.) Elvin J. Milleza Chairperson Special Bids And Awards Committee
Closing Date30 Jan 2025
Tender AmountPHP 270 K (USD 4.6 K)
Department Of Agriculture Tender
Finance And Insurance Sectors
Philippines
Details: Description Request For Expression Of Interest (reoi) Hiring Of Consultancy/technical Services (individual Consultant/technical) Solicitation No. Da7-01-2025-prdp-isupport-004 Epc: Php 237,600.00 1.the Government Of The Philippines Has Been Granted A Loan From The World Bank Towards The Cost Of The Philippine Rural Development Program (prdp) And Intends To Apply Part Of The Proceeds Of This Loan To Payment For The Cost Of Hiring An Budget Analyst I For I-support Component. 2.the Prdprpco 7, Hereunder Referred To As The “end User” Now Request Interested Applicants To Submit Expressions Of Interest For The Hiring Of Individual Consultant/technical Namely: Item Description (prdp-isupport-004): Budget Analyst I For I-support Component Quantity/unit: 1 Person Unit Price Php: 47,520.00/month 3. Terms Of Reference (tor) For Budget Analyst I Duties And Responsibilities: The Budget Analyst I Of The Prdp-rpco Shall Engaged To Provide Services, Inputs, Analysis And Support To The Programs Implementation And Capacity-strengthening Activities As Well As Financial Accountability Reports (fars) For The Prdp. The Budget Analyst I Will Be Reporting Directly To The I-support Budget Officer Prdp-rpco 7. 1. Process Obligation Requests/burs Chargeable Against Prdp Funds; 2. Earmark Purchase Requests And Obligate Mooe And Co For Each Transaction Of Prdp; 3. Monitor Monthly Disbursement As Against Obligations; 4. Update Daily Balances Of Mooe And Co Of Prdp 7; 5. Prepares Weekly, Monthly And Annual Status Of Fund Report And Other Related Reports Of The Rpco 7; 6. Coordinate/follow Up With Accounting All Prdp Unpaid Vouchers; 7. Assists And Coordinate With The Budget Unit Head In The Preparation Of Budget Proposals And Annual Physical And Financial Plan Of Rpco 7; 8. Coordinates With The Procurement Unit And Assists In The Preparation Of Project Procurement Management Plan; 9. Monitor Earmarked Prs With Funding As Against Those Awarded With Corresponding Pos Per Component; 10. Assist In Preparation Of Finance Presentation Materials During Meetings And Trainings; And 11. Perform Other Functions As May Be Directed By The Program Director And/or Supervisor From Time To Time. Required Education And Qualification: A. Education And Relevant Experiences: 1. Bachelor’s Degree Relevant To The Job; And 2. With Relevant Units In Accounting Of Finance. B. Knowledge, Competencies And Skills: 1. Familiarity With Prdp And Other Foreign Assisted Projects (faps) Within The Department Advantage; 2. Computer Literate (excel, Word & Powerpoint); 3. Team Player; 4. Able To Work Under Pressure; And 5. Experience In Government Financial & Budgeting Process Is An Advantage. Official Work Station: Prdp Rpco 7, Da-rfo 7 Complex, Highway Maguikay, Mandaue City. 4. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The World Bank Guidelines And Taking Into Consideration The Rated Provisions In The Project Loan Agreement And Guidelines In The Procurement Under The Ibrd Loans And Ida Credits. The Individual Consultants Will Be Selected In Accordance With The Procedure Set Out In The World Bank’s Guidelines: Selection And Employment Of Consultants By World Bank Borrowers, May 2011. 5. All Expressions Of Interest (eois) Together With Curriculum Vitae And All Necessary Documents Must Be Delivered In Hard Copies Placed In A Sealed Enveloped Marked: ”hiring Of Consultancy/technical Services (budget Analyst I)” (solicitation No. Da7-01-2025-prdp-isupport-004). 6. Expression Of Interest (eoi) Must Be Delivered At The Address Below Not Later Than 12: 00 P.m. Of January 30, 2025. Sbac Secretariat Office Department Of Agriculture-philippine Rural Development Project - Regional Project Coordination Office Vii (da-prdp-rpco 7) Complex, Highway Maguikay, Mandaue City. 7. The Prdprpco 7 Reserves The Right To Accept Or Reject Any Bid And To Annul The Selection Of Individual Consultants (sic) Process Of Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. (sgd.) Elvin J. Milleza Chairperson Special Bids And Awards Committee
Closing Date30 Jan 2025
Tender AmountPHP 237.6 K (USD 4 K)
8071-8080 of 8418 archived Tenders