Manpower Tenders
Manpower Tenders
Oriental Mindoro Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 4.9 Million (USD 86.1 K)
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Victoria Invitation To Bid Concreting Of Farm-to-market-road Phase Ii In Barangay Bambanin, Victoria, Oriental Mindoro 1.the Municipal Government Of Victoria, Through The General Appropriation Act (gaa) Cy 2024, Ra No. 11975 Under Local Government Support Fund - Support To The Barangay Development Program Of The National Task Force To End Local Communist Armed Conflict From Dilg Regional Office - Mimaropa With Ada No. Ada-2024-tr4b-0103 Intends To Apply The Sum Of Four Million Nine Hundred Ninety Nine Thousand One Hundred Fifty Pesos And Forty Centavos Only (php 4,999,150.40) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Concreting Of Farm-to-market Road Phase Ii In Barangay Bambanin, Victoria, Oriental Mindoro. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Municipal Government Of Victoria Thru Its Bids And Awards Committee Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Two (102) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed At Least One Contract That Is Similar To The Project To Be Bid And Whose Value Must Be At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” 4.interested Bidders May Obtain Further Information From Municipal Government Of Victoria Thru Its Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below From 08:00 Am To 05:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20 - February 10, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00), Non-refundable. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Will Be Presented In Person During Submission Of Bid. 6.the Municipal Government Of Victoria Thru Its Bids And Awards Committee Will Hold A Pre-bid Conference On January 27, 2025; 01:30 Pm At Office Of The Bids And Awards Committee, 3rd Floor, Manpower Development Center Building, Municipal Compound, Poblacion 1, Victoria, Oriental Mindoro, Which Shall Be Open To All Interested Parties But Only Those Who Purchased The Bidding Documents Are Allowed To Participate. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Indicated Below On Or Before February 10, 2025; 01:00 Pm. 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 16. 9.bid Opening Shall Be On February 10, 2025; 01:30 Pm At Office Of The Bids And Awards Committee, 3rd Floor, Manpower Development Center Building, Municipal Compound, Poblacion 1, Victoria, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Municipal Government Of Victoria Thru Its Bids And Awards Committee 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Municipality Of Victoria Bids And Awards Committee Office Of The Bids And Awards Committee, Third Floor, Manpower Development Center Building, Municipal Compound, Poblacion 1, Victoria, Oriental Mindoro Email Address: Bacsecretariat.lguvictoria@gmail.com Tel. No.: 0433511300 Date Published: January 18, 2025 (signed) Engr. Mark Mahlon Y. Parial Municipal Engineer/ Bac Vice-chairperson
Oriental Mindoro Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 4.9 Million (USD 86 K)
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Victoria Invitation To Bid Opening With Concreting Of Farm-to-market Road Phase Ii In Barangay San Cristobal, Victoria, Oriental Mindoro 1.the Municipal Government Of Victoria, Through The General Appropriation Act (gaa) Cy 2024, Ra No. 11975 Under Local Government Support Fund - Support To The Barangay Development Program Of The National Task Force To End Local Communist Armed Conflict From Dilg Regional Office - Mimaropa With Ada No. Ada-2024-tr4b-0103 Intends To Apply The Sum Of Four Million Nine Hundred Ninety Four Thousand Four Hundred Twenty Eight Pesos And Forty-five Centavos Only (php 4,994,428.45) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Opening With Concreting Of Farm-to-market Road Phase Ii In Barangay Cristobal, Victoria, Oriental Mindoro. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Municipal Government Of Victoria Thru Its Bids And Awards Committee Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Eighty-four (84) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed At Least One Contract That Is Similar To The Project To Be Bid And Whose Value Must Be At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” 4.interested Bidders May Obtain Further Information From Municipal Government Of Victoria Thru Its Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below From 08:00 Am To 05:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20 - February 10, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00), Non-refundable. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Will Be Presented In Person During Submission Of Bid. 6.the Municipal Government Of Victoria Thru Its Bids And Awards Committee Will Hold A Pre-bid Conference On January 27, 2025; 02:00 Pm At Office Of The Bids And Awards Committee, 3rd Floor, Manpower Development Center Building, Municipal Compound, Poblacion 1, Victoria, Oriental Mindoro, Which Shall Be Open To All Interested Parties But Only Those Who Purchased The Bidding Documents Are Allowed To Participate. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Indicated Below On Or Before February 10, 2025; 01:00 Pm. 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 16. 9.bid Opening Shall Be On February 10, 2025; 02:00 Pm At Office Of The Bids And Awards Committee, 3rd Floor, Manpower Development Center Building, Municipal Compound, Poblacion 1, Victoria, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Municipal Government Of Victoria Thru Its Bids And Awards Committee 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Municipality Of Victoria Bids And Awards Committee Office Of The Bids And Awards Committee, Third Floor, Manpower Development Center Building, Municipal Compound, Poblacion 1, Victoria, Oriental Mindoro Email Address: Bacsecretariat.lguvictoria@gmail.com Tel. No.: 0433511300 Date Published: January 18, 2025 (signed) Engr. Mark Mahlon Y. Parial Municipal Engineer/ Bac Vice-chairperson
Corazon Locsin Montelibano Memorial Regional Hospital doh R6 Tender
Transportation and Logistics
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 3.6 Million (USD 62.2 K)
Details: Description Item Description Abc Unit Quantity 1 Warehousing Service 2-year Contract For The Warehousing Of Unserviceable Equipment With Hauling (please See Attached Terms Of Reference) 3,600,000.00 Lot 1.00 Technical Specifications Warehousing And Hauling Of Unserviceable Hospital Properties Hauling Technical Specifications 1. Lessor Must Have Capacity To Haul Bulk Unserviceable Properties From Hospital Premises To Warehouse Safely And Securely. 2. Hauling Should Be Done With Covered Transportation To Secure Unserviceable Equipment During Transport With At Least A Well-maintained Six (6)-wheeler Truck. 3. Identified Driver Should Have Pertinent Documents For Assigned Function (ex. Professional Driver's License, Company Id, Vehicle Insurance, Etc.). 4. Manpower For Hauling Must Consist Of At Least Eight (8) People Provided By Lessor. 5. The Supplier Shall Have A Manpower That Is Properly And Fully Qualified To Perform The Class Of Work Provided Herein, And That All Are Authorized, Properly Trained, Equipped, Organized And Financed To Perform Such Work. 6. Hauling Will Commence From 8am To 5pm And Must Be Accomplished Within Twenty (22) Working Days . All Identified Unserviceable Properties Must Be Transferred To The Warehouse And Organized Properly As Per Plan. 7. Manpower Hauling Is At The Expense Of The Lessor. 8. Service Provider Is Responsible For The Supply Of Labor, Supervision And Provision Of Conveyances, Equipment, Materials And Instruments For The Duration Of The Hauling Services Contract; 9. Service Provider Shall Be Held Liable For Any Losses Or Damages During The Loading, Transport And Unloading Of Goods, Proven That It Is Due To The Company's Negligence; 10. All Necessary Clearance/permits, Coordination And Their Corresponding Fees Shall Be Borne With The Service Provider (ie. Truck Ban Exemption Or Travel Clearance Between Local Government Units (lgu's) And All Other Similar Requirements Needed For The Project; 11. Price Includes Expenses In Fuel, Driver, Hauling Personnels, Parking Fees, Toll Fees And Other Applicable Fees And Taxes. No Hidden Fees; 12. Service Provider Shall Ensure That No Unserviceable Equipment, In Part Or In Whole, Be Disclosed, Distributed, Lost Or Destroyed During The Duration Of Hauling Contract; 13. In The Event Of A Breakdown Or Mechanical Failure Of The Truck During Transportation Of Documents And Equipment, The Service Provider Shall Promptly Provide A Suitable Replacement Vehicle To Ensure The Uninterrupted Transfer Without Additional Cost And In Compliance With Existing Terms And Conditions. Warehousing Technical Specifications 1. Warehouse Area Shall Be At Least 650 Square Meters. Preferably Within Bacolod City. 2. Warehouse Should Be Well Covered To Shelter Unserviceable Properties From Quick Degradation Due To Environmental Factors. 3. Warehouse Should Have Partitions To Subdivide Unserviceable Properties By Identified Category. 4. Proper Lighting And Ventilation Shall Be Provided And Shouldered By The Lessor. 5. Annual Pest Control Must Be Provided And Be Shouldered By The Lessor. 6. At Least One (1) Weekly Cleaning Shall Be Provided By The Lessor. 7. 24-hour Security Shall Be Provided By The Lessor. 8. Any Necessary Improvements Shall Be Implemented Through An Approved Request From Corazon Locsin Montelibano Memorial Regional Hospital. 9. Clmmrh, Upon Its Option, May Secure Insurance Coverage On The Contents Of The Warehouse Shall Be Insured Against Flood, Fire, Loss, And The Likes. 10. Contract Duration Shall Be Two (2) Years. 11. Electricity, Water, Telephone (if Applicable), Garbage Fees, Association Fees And Other Similar Utilities Shall Be Shouldered By The Lessor. 12. In Case The Leased Premises Suffers Irreparable Damage And Is No Longer Suitable For The Purpose Of The Lease, The Lessee May Immediately Notify The Lessor For Such Fact In Writing And This Contract Is Deemed Cancelled And/or Terminated Effective Upon Receipt By The Lessor Of Such Written Notice. 13. Availability Of Emergency Lights And Functional Fire Alarm For Emergency Cases. 14. Provision Of At Least Ten (10) 3-layered Slotted Racks To Cater Smaller Size Equipment With The Following Specifications: Size: 145x85x190 Cm Height Per Layer: Maximum Of 60cm 15. Lessor's Warranty Includes: A. Clmmrh Will Have Lawful Title/ Or Rights To Enjoy The Full Possession Of The Leased Premises Without Opposition From Any Person Who May Claim Adverse Title Or Interest Thereto During The Entire Period Of The Contract. B. Confidentiality Of Information. The Lessor Undertakes That It And Its Employees Shall Perpetually Keep Confidential Information Acquired Or May Be Acquired From The Lessee By Reason Of This Lease. C. Secure Main Entrance Gate And Unloading/loading Area To Allow Access Of A Truck Or Wide Cargo Vehicle.
University Of Ladakh - UOL Tender
Telecommunication Services
GEM
India
Closing Date14 Feb 2025
Tender AmountRefer Documents
Description: CATEGORY: Layer 3 Core Switch , Router , Layer2 Access Switch 24 Port
POE , Wireless LAN Controller On Premise or Cloud , SFP
Optics 10GBASE Module , 1G SFP , 1000BASE T SFP
transceiver module for Category 5 copper wire , Indoor High
End Wireless Access Points , NMS Managed LAN and
Wireless Infra Structure Centrally , Next Generation Firewall
with 5year Subscription with 500 Users , Next Generation
Firewall with 5year Subscription with 1000 Users , IP PBX
System with 100 SIP Licenses Supply Integration
Commissioning , IP Phones Supply Integration
Commissioning , 5KVA Online UPS with 2 hours backup
Supply Integration Commissioning , 24 Port Cat 6 Patch
Panel with Cable Manager loaded UTP 23A , IO with Face
Plate and Backbox CAT6 UTP 23AWG Supply Integration
Commissioning , J45 Connectors CAT6 UTP 23AWG Supply
Integration Commissioning , UTP 23AWG Cat 6A Cable Box
305M Supply Integration Commissioning , 0.5 Meter UTP
23AWG Cat 6 Patch Cord Supply Integration Commissioning
, 3Mts UTP 23AWG Cat6 Patch Cord Supply Integration
Commissioning , 5 Metered UTP Cat 6 Patch Cord UTP
23AWG Supply Integration Commissioning , 6F Optical Fiber
Cable Steel Single Mode , Fiber Patch Panel Fiber
Distribution Box 1U rack Mount Loaded , Optical Fiber Patch
Cable 2 Meters Duplex Single Mode LC LC , Optical Fiber Pig
Tails 1 Meter LC , 42U Rack with All accessories , 12U Rack
with all Accessories , PVC Conduit 25mm , Display Unit 55
Inches , Installation of Indoor Wireless Access Point ,
Installation and Configuration of Core Switch , Installation
and Configuration of L2 Access Switch , Installation and
Configuration of WLAN Controller , Installation and
Configuration of NMS Server , Installation and punching of
24 Port Patch Panel with Cable Manager , Laying of UTP CAT
6 23AWG Cable Through Conduit Above Surface ,
Installation of Information Outlet Cat 6 Face Plate SMB and
IO , Laying and Fixing of Conduit , Installation and
Commissioning of 5 kva UPS , Installation of 42U Rack 800 x
1000 mm , Installation of Information Outlet Cat 6 UTP
23AWG , Installation of 12U Rack with all Accessories , Lump
Sum of all Electrical Work 4Sqmm Core Copper Cable with
Electric Dual Port Combined 16Amp Socket at Each Rack ,
Underground Laying of Optical Fiber Cable with 40mm PLB
HDPE Duct, minimum of 1 Meter of depth 2 OFCs one for
future use , Manpower for 2 year to manage the network
CENTRAL I ELEMENTARY SCHOOL SAN CARLOS CITY PANGASINAN Tender
Manpower Supply
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 143 K (USD 2.4 K)
Details: Description Coliling Elementary School Now Invites Qualified Contractors/agencies For The Project: Procurement Of Security Services For Coliling Elementary School Approved Budget Of Contract: Php 143,000.00 Contract Duration: February 01, 2025 – December 31, 2025 Detailed Technical Specifications Item Number Description Quantity Schedule Of Delivery 1 Security Services / Security Guard/s 1 Upon The Issuance Of Contract/notice To Proceed And/or On The 1st Day Of The Sgs’ Duty 2 Supplies And Equipment Of Security Guards 1 Set 3 Comprehensive Security And Safety Plan 1 Copy 4 Work Schedule / Program Daily Duty Order 1 Copy Monthly/ As Needed 1. Qualification Of Security Guards A. Filipino Citizen B. At Least High School Graduate C. Not Less Than 25 Years Old But Not More Than 50 Years Old D. With At Least 3 Years Security Service Experience E. Physically And Mentally Fit F. Must Have Undergone And Passed Regular Security Training And Psychological/neuro-psychiatric Examination In Accordance With The Irr Of Pnp Under Ra 5487. A Copy Of The Recruitment And Selection Form Shall Be Included In The Security Guard’s Portfolio Note: The Incoming Personnel Should, Prior To His/her Assumption To Work, Present A Medical Clearance, Verified By The Division Medical Officer, Stating That He/she Is Fit To Work As Security Guard. G. Must Be Of Good Moral Character, Duly Licensed And Properly Screened By The Pnp, Nbi And Other Government Offices Issuing Clearances For Employment H. Must Be Well-trained In Emergency Preparedness. A Copy Of Relevant Trainings And Seminars Attended By The Security Guards Shall Also Be Submitted. 2. Supplies And Equipment Of Security Guards A. Firearms And Ammunition W/ Valid License (preferably 1 Firearm Is To 1 On-duty Security Guard) B. At Least 2 Handheld Radio W/ Spare Battery And Charger C. Flashlight (heavy Duty) D. Nightsticks (baton) E. First Aid Kit (content: Bandages, Antiseptic Swabs, Gauze Pad And Tape, Gloves, Etc.) F. Logbook / Notebook, Writing Pen G. Uniform With Identification Badge H. Traffic Vest I. Hand Cuffs J. Whistle 3. Work Schedule/program / Manpower Scheduling Work Schedule Shall Be At 6:00am To 6:00pm ((1st Shift) And/or 6:00pm To 6:00am As May Be Requested By The Head Of Procuring Entity/agency. Note: No Relieving Of Post Unless There Is Proper Turn-over. 4. Additional Set Of Technical Parameters For The Security Agency 4.1. Stability (a) Years Of Existence Of The Agency (b) Transparency And Accountability Of The Contractor (audited Financial Statement, Etc.) (c) Organizational Set-up 4.2. Resources (a) No. Of Licensed Firearms Available (b) No. And Kind Of Communication Devices Available (c) No. And Kind Of Motor-powered Vehicles Available (d) No. Of Licensed Security Guards 4.3 Comprehensive Security Plan 4.4 Other Factors (a) Recruitment And Selection Criteria (b) Completeness Of Uniforms And Other Paraphernalia Note: Work Program And/or Manpower Assignment, And Comprehensive Security And Safety Plan Shall Be Provided By The Security Agency To The School. The School Office Reserves The Right To Revise/modify The Terms And/or Content Of These Documents.
DEPARTMENT OF TOURISM CAR Tender
Others
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 690 K (USD 11.7 K)
Details: Description Deliverables The Service Provider Shall Be In-charge Of The Overall Coordination And Facilitation Of The Venue Layout/ Designs, Construction, Installations/ Set-up, And Dismantling For The Physical Arrangements As Follows: • Welcome Arc • Directional Signages In All Venues • 3-5 Booth/ Exhibits Set-up In Identified Venues • Stage Set-up In Identified Venues • Provision Of 5-10 Tents (white Or Green) In All Venues • Welcome Banners Along The Tour Routes And Venues • Other Enhancements In Sites/ Locations At The Different Event Areas/ Sites As Identified Below: 1. Burnham Park, Baguio City 2. Rose Garden, Baguio City 3. Carantes Street 4. Vocas/ Baguio Cathedral / Ililikha Artist Village 5. Baguio Convention & Cultural Center Or Baguio City Hall, Baguio City 6. Forest Bathing Trail, Camp John Hay, Baguio City 7. Dap-ayan At The Manor, Baguio City 8. Brent International School, Baguio City 9. Saint Louis University, Baguio City 10. Camp John Hay, Baguio City 11. Northern Blossoms Flower Farm, Atok, Benguet 12. Café Stella, Itogon, Benguet Provide 2d Scaled Schematic Rendering (floorplan) Of The Stage/ Venues To Illustrate Registration Counters, Information Counters, Stages, Etc., And Visualize How The Venue Space Is Being Utilized; Provide Manpower Support For All Exhibition Areas Layout Execution, Enhancement, Set-up And Dismantling Requirements All Other Expenses Such As Accommodation. Transportation And Meals Of The Team Will Be C/o Supplier
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Program Executive Office For Manpower, Logistics And Business Solutions - Logistics Integrated Information Solutions Marine Corps 105 Tech Parkway stafford Va, 22556 this Synopsis Serves As A Notice Of Intent To Increase The Scope Of The Subject Contract, Which Is Currently Being Performed By Pinao Consulting Llc. The Purpose Of This Increase Is To Allow For The Addition Of A Six (6) Month Option Period At The Conclusion Of The Current Period Of Performance. This Option Period Is Necessary To Facilitate The Decommissioning Of The Tms (transportation Management System) In Accordance With The Guidance Provided By The Department Of The Navy Chief Of Information Memo Date July 2024 Which Directs The Decommissioning Of The System By June 2025. the Government Does Not Intend To Award A Follow-on Contract After The Decommissioning Of The Tms. The Government Considers These Services To Be Commercial And Eligible For A Shorter Period Of Synopsis Issuance As Provided By Far 5.203(a)(1). The Government Intends To Execute The Increase In Scope Utilizing The Authority Listed At Far 6.302-1 Which Allows For The Use Of Other Than Full And Open Competition When There Is Only One Responsible Source Capable Of Satisfying Agency Requirements And Determines Pinao Consulting Llc The Only Responsible Source In A Position To Satisfy The Agency Requirements Provided The Limited Schedule Of Work Remaining And Required Decommissioning Date. all Responsible Sources Are Invited To Submit A Capability Statement, Proposal, Or Quotation Based On The Original Contract And Performance Work Statement. These Submissions Will Be Considered By The Agency Prior To The Award Of The Increase In Scope And The Conclusion Of The Current Period Of Performance. point Of Contract For This Synopsis Is Mr. Robert Crowder At Robert.crowder@usmc.mil
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: Communications Electronics Command (cecom) Requires Supportto Provide Professional Services To Include Accounting, Budgeting, Cost Analysis, Systems Analysis, Manpower Analysis, Fiscal Policy, Program Analysis, Administrative Support, Audit Readiness, And Training. Projects Include Setting Up Training Programs, Conducting Special Studies And Building Decision Briefings With Recommendations And Courses Of Action, And Defining, Developing And Documenting Financial Processes. These Projects Will Serve To Educate The Cecom Workforce As Cecom Continues To Move Toward Audit Readiness. Additionally It Will Continue To Mature The Organization’s Expertise Utilizing The General Funds Enterprise Business System (gfebs), Logistics Modernization Program (lmp), And Global Combat Support System –army (gcss-army) As New Releases, Upgrades And Patches To The System Continue To Occur On A Quarterly Basis. this Is An Rfi Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. Respondents Are Advised That Acc-apg Is Under No Obligation To Acknowledge Receipt Of The Information Received, Or Provide Feedback To Respondents With Respect To Any Information Submitted Under This Rfi. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Rfi. Acc-apg Will Not Provide Reimbursement For Costs Incurred In Responding To This Rfi.the Government Does Not Intend To Award A Contract On The Basis Of This Rfi Or To Otherwise Pay For The Information Solicited, Nor Is The Government Obligated To Issue A Solicitation Based On Responses Received. this Scope Of Work Is Currently Being Performed Under Contract W56jsr-20-c-0004. please See Attachment For Rfi Submission Requirements. submit Responses To The Pocs Identified Below.
Municipality Of Moncada, Tarlac Tender
Security and Emergency Services
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 23 Million (USD 392.1 K)
Details: Description Management Of Wifi Management Of Cctv And Surveillance Management Of Digital Screen Pldt Industry Solutions Smart City (pldt) And Business Applications Connectivity Wis + Vectras Mx67 With #my Number 24-port Gigabit Poe Switch Indoor Access Points, Wi-fi 6 4mp Ip Outdoor Camera Bullet 4mp Ip Camera Dome 16 Channels Nvr 8-port Poe Switch 8tb Surveillance Hdd 1 G Fiber Optic Transceiver, Multimode 1kva Ups Command Center Cctv Server Server-r450 Dhi-dsspro8-video-base-license Dhi-dsspro8-video-channel-license Ptz Controler 55" Dahua Display Unit 55" Dahua Bracket 55" Dahua Pedestal Hdmi Male To Male Project Accessory Kit Uhd Network Video Decoder Backbone Outdoor Fiber 4 Core Mm 24-port Fiber Panel(odf) Pigtail Fiber Patch Cord Multimode Data,7 Access Points/ 10cctv/87 Lan Cat6 Utp 4 Pair Solid 305m Cable Boot (black, Blue, Green, Gray, White, Yellow, Red) Cat6 Modular Plug / Rj45 Connector – Unshielded I/o Cat6 Modular Jack - Unshielded Face Plate Double Port Us Type Cat6 24 Port Utp Patch Panel 1u Utp Cable Management Guide 1u (plastic) Cat6 Utp Patch Cord, 2m Voice,3 Ports Cat6 Utp 4 Pair Solid 305m 10 Pair Disconnection Module 19" Closed Rack 42u Depth 800mm / 6ft 19" Wallmount Rack 12u Depth 600mm / 1.75ft Roughing-ins (pvc Pipes, Elbow, Pullbox, Consumbales Etc.) Cctv Highway 4mp Bullet Ip Camera, 2pcs 4mp Ptz Camera 4 Channels Nvr Poe 8tb Hdd Din-rail Power Supply 8ports Poe Switch Structured Cabling For 3 Ip Cameras 19” Wall Mount Rack 12u Depth 2ft Ups (600va) Power Distribution Unit Roughing Ins For Each Location Project Management, Engineering & Supervision, Installation, Testing And Commissioning Includes: Preliminaries Materials And Equipment Delivery, Mobilization & Demobilization Labor And Manpower Resources Roughing-ins Layout, Termination And Tagging Installation Of Active Components Configurations Testing And Commissioning Of Installed Components Temporary Tools And Equipment System Configuration And System Updates Foc Layout, Splicing, Testing & Documentations Cable Testing End-to-end Testing Restoration Project Acceptance And Turnover 19” Wall Mount Rack 12u Depth 2ft Ups (600va) Power Distribution Unit Roughing Ins For Each Location Project Management, Engineering & Supervision, Installation, Testing And Commissioning Includes: Preliminaries Materials And Equipment Delivery, Mobilization & Demobilization Labor And Manpower Resources Roughing-ins Layout, Termination And Tagging Installation Of Active Components Configurations Testing And Commissioning Of Installed Components Temporary Tools And Equipment System Configuration And System Updates Foc Layout, Splicing, Testing & Documentations Cable Testing End-to-end Testing Restoration Project Acceptance And Turnover
Municipality Of San Agustin, Isabela Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 3 Million (USD 51.7 K)
Details: Description Description: Equipment / Manpower Requirement: 1 Unit Bagger Mixer, 1 Construction Foreman 1 Unit Bar Bender (three Phase), 1 Skilled Worker 1 Unit Bar Bender (single Phase), 2 Unskilled Laborer 1 Unit Cutting Outfit 1 Unit Backhoe Prospective Bidders Should Have Experienced An Undertaking Similar To The Abovementioned Project With An Amount Of At Least 50% Of The Abc. The Eligibility Check / Screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass Or Fail” Criteria. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least (60%) Interest Of Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Bid Evaluation, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9164 And Its Revised 2016 Irr-a. Failure To Submit The Required Document Under The Bidding Documents Or The Submission Of A Document Which Does Not Comply With The Legal Formalities, Shall Be Rated “failed”. The Local Government Unit Of San Agustin, Isabela Reserves The Right To Reject Any Or All Bids, Waive Any Required Formality And Award The Contract To The Bidder Whose Proposal Has Been Evaluated By The Bac As The Most Advantageous To The Local Government Unit And The Right To Confiscate The Bid Bond And/or Pursue Appropriate Legal Action Should The Winning Bidder Refuse To Accept The Award. Further, The Local Government Unit Of San Agustin, Isabela Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidder For Any Expense Or Loss That They May Incur In This Undertaking Nor Does It Guarantee That An Award Will Be Made.
7371-7380 of 7876 archived Tenders