- Home/
- Philippines/
- Department Of Agriculture/
- Overview
Department Of Agriculture Tender
Department Of Agriculture Tender
Costs
Summary
Procurement Of Rtk Survey Instrument Under Rice Program Fy 2025-pss , Agricultural Machinery And Equipment ,department Of Agriculture - Region Iv-a
Description
Description Invitation To Bid For The Procurement Of Rtk Survey Instrument Under Rice Program Fy 2025-pss 1. The Department Of Agriculture Regional Field Office Iva Through The Rice Program Intends To Apply The Sum Of Four Million Pesos (ᵽ 4,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Rtk Survey Instrument Under Rice Program Fy 2025-pss With Project Identification No.: Itb-2025-01-148. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 1 Unit Rtk Survey Instrument I. Design And Specifications Global Navigation Satellite System / Real Time Kinematics (gnss/rtk) One (1) Base And One (1) Rover Multi-frequency That Can Operate With Gps, Glonass, Beidou, Galileo, Qzss, Irnss, And Atlas L-band Sattelite Navigation Systems Long-range Rtk Baselines Up To 50 Km With Fast Acquisition Times With The Use Of Cloud-based Subscription Service Uhf (400 Mhz & 900 Mhz), Cellular, Bluetooth, And Wi-fi Wireless Communication With Athena Gnss Engine For Best-in-class Rtk Performance Internal Tilt Sensor Corrects Collected Point 1 Coordinates To Within 2 Cm Gnss Receiver Specifications: • • Channels: 800+ • Accuracy Positioning: Rms (67%) / 2drms (95%) "• Autonomous, No Sa: 1.2 M / 2.4 M Sbas: 0.3 M / 0.6 M Atlas (h10): 0.04 M / 0.08 Mm Rtk: 8 Mm + 0.5 Ppm / 15 Mm + 0.5 Ppm Static Performance: 2.5 Mm + 1 Ppm / 5 Mm +1 Ppm Tilt Compensation (within 30°): 2 Cm (with 1.8 Pole) Tilt Compensation (within 60°): 5 Cm (with 1.8 M Pole) Initialization Time: < 10 S" • Storage Type: 8 Gb Internal, Minimum • Protection: Ip67, Protected From Temporary Immersion To A Depth Of 1 M • Shock Resistance: Can Withstand A 2.0 M Pole Drop On Concrete Floor. • Working Time: Up To 12 Hours In Rover Uhf Mode Battery: With Removable Dual Battery, 7.2v, 3400 Mah, 24.28 Wh, Minimum Rugged Tablet Controller Processor: Quad-core Intel Pentium N4200 Processor, Minimum Operating System: Microsoft Windows 10, Minimum "memory And Data Storage: 8 Gb Ram (lpddr4), Minimum 128 Gb Flash Storage, Minimum User-accessible Microsdxc Card Slot" Graphics: Intel Hd Graphics, Minimum "display: Active Viewing Area: 7” (178 Mm), Minimum Resolution: Wxga (1280 X 800), Minimum High-visibility Backlit Lcd For Best-in-class Sunlight View-ability" "ports: Usb 3.0 X 1 3.5 Mm Audio Jack 12 Vdc Power Input Jack" Graphics: Qualcomm Adreno 512 Gpu, Minimum "battery: Removable Li-ion Battery, 43.2 Whr Operates 8-10 Hrs On One Charge" Waterproof And Dustproof (ip68 Rating) Shockproof: Can Withstand Multiple Drops From 1.2 - 1.5m Height Onto Concrete Post-processing Laptop Operating System: Windows 11 Processor: Intel Core I9 14th Gen Or Equivalent System Memory: 16gb Of Ddr5 5600mhz, Minimum Solid State Drive (ssd): 1tb Nvme (upgradable Up To Maximum 4tb), Minimum Graphic Card Nvidia® Geforce Rtx™ 4060, Minimum Two (2) Years Warranty Ii. Accessories And Inlusions 1 Unit Heavy Duty Tripod 1 Unit Tribrach 1 Unit Carbon Fiber Role 1 Unit Steel Extension Pole 1 Unit Rtk Hard Case With Lifetime License Civil Suite Software With Lifetime License Controller Software Iii. Other Requirements 1. Unit/equipment Must Have A One (1) Year Warranty Against Factory Defects 2. Must Include Three (3) Years Free Calibration, Upgrades And Updates 3. Software Must Be Lifetime Licensed With No Subscription 4. Supplier Must Have An Authorized/exclusive Distributor Certificate From The Manufacturer (with Attached Apostille Certificate) 5. With Certificate Of Completion For Continuously Operating Reference Stations That Was Installed In The Philippines, From At Least Five (5) Clients, With Full Address And Telephone Numbers. 6. Supplier Must Have A Certificate Of Good Performance For Gnss/rtk Single Fixed Base Installation In The Philippines 7. With Certificate Of Local Service Center (located Within Ncr Or Calabarzon) 8. With Manufacturer's Distributor's Or Bidder's Certification That The Offered Rtk Survey Instrument Have Been Sold In The Philippine Market For The Last Five (5) Years, Accompanied Or Duly Supported By Documentary Proof. 9. Certification That The Supplier Will Provide Two (2) Days Training And Technical Demonstration Of The Unit For At Least 20 Participants (provided With Full Meals And Snacks). Including Issuance Of Certificate Of Training For Each Participants. 10. With 100% Availability Of Stocks During Post-qualification. Place Of Delivery: Lares Compound, Brgy. Maraouy, Lipa City, Batangas Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of 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). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid 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 (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On March 5, 2025 09:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 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, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before March 17, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 17, 2025 09:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 25, 2025 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Contact
Tender Id
2cae6133-0cbf-30c7-b37f-044de1ef475cTender No
11799489Tender Authority
Department Of Agriculture ViewPurchaser Address
-Website
https://www.da.gov.ph/