Scanning Tenders
Scanning Tenders
The City Of Taguig Tender
Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Details: Description Terms Of Reference Three (3) Units Color Multi-function Printer I. Description Supply And Delivery Of Three (3) Units Of Color Multi-function Printer And Consumables To The Intellectual Property Office Of The Philippines (ipophl) For Reliable And Efficient Printing Solutions To Support Its Daily Operations, Including Document Preparation, Filing, And Recordkeeping To Enhance Productivity And Ensure Uninterrupted Services. Ii. Approved Budget For The Contract The Approved Budget For The Contract (abc) Is Nine Hundred Fifty Thousand Pesos (php 950,000.00), Inclusive Of All Applicable Taxes. Iii. Technical Specification 1. Three (3) Units Color Multi-function Printer, Branded, Brand New Print Speed: -draft, A4 (black I Colour): Approx. 35 Ppm / 35 Ppm (black / Colour) -iso 24734, A4 Simplex (black I Colour): Approx. 26 Ipm / 25 Ipm -iso 24734, A4 Duplex (black I Colour): Approx. 18 Ipm / 17 Ipm -iso 24734, A3 Simplex (black I Colour): Approx. 13 Ipm / 13 Ipm -iso 24734, A3 Duplex (black I Colour): Approx. 11 Ipm / 11 Ipm -first Page Out Time From Ready Mode (black I Colour): Approx. S.5 Sec Copying: -iso 29183, A4 Flatbed (black I Colour): Approx. 24 Ipm / 23 Ipm -iso 24735, A4 Simplex Adf (black I Colour): Approx. 21 Ipm / 21 Ipm -iso 24735, A4 Duplex Adf (black I Colour): Approx. 15 Ipm / 15 Ipm Copy Function: -reduction I Enlargement: 25 - 400%, Auto Fit Function -maximum Copy Size: A3 Copy Paper Size (flatbed): A3, B4, Legal, Indian-legal, 8.sx13in, Letter, A4, Bs, As, B6, A6, 16k, 8k, 13x18cm, Hv 16:9 Wide, 10x1scm, #10, Dl, C4, C6 Copy Resolution: 600 X 600 Dpi Max Copies: 999 Scanning: -scanner Type: Flatbed Colour Image Scanner -sensor Type: Colour Cis -optical Resolution: 600 X 600 Dpi -maximum Scan Area: 297.18 X 431.8 Mm (11.7 X 17") -scanner Bit Depth (colour): 30-bit Input, 24-bit Output -scanner Bit Depth (grayscale): 10-bit Input, 8-bit Output -scanner Bit Depth (black & White): 10-bit Input, L-bit Output -scan Features: Scan To Memory Device, Scan To Network Folder/ftp, Scan To Email, Scan To Computer (document Capture Pro), Scan To Computer (wsd) -scan Speed (a4 Landscape) Monochrome: 200dpi, Flatbed: 3.7 Sec, Adf Simplex: 50 Ppm, Adf Duplex: 100 Ipm -scan Speed (a4 Landscape) Colour: 200dpi, Flatbed: 3.7 Sec, Adf Simplex: 50 Ppm, Adf Duplex: 100 Ipm Paper Handling: -paper Feed Method: Friction Feed -number Of Paper Trays: 2 (front 1, Rear 1) -minimum Paper Input Capacity: Up To 1,900 Sheets (80 G/m ) (cassette 1: 250 Sheets + Rear Slot 150 Sheets) + 3 X Optional Cassettes: 500 X 3 Sheets) -output Capacity: 250 Sheets -maximum Paper Size: A3+, 329 X 1200 Mm (12.95 X 47.24") -paper Sizes: A6, As, A4, A3, A3+, A3, Executive, Letter, 8.5 X 13 In, Indian-legal, Legal, B6, B5, B4, 100 X 148 Mm, 3.5 X 5 In, 4 X 6 In, 5 X 7 In, 5 X 8 In, 8 X 10 In, 16:9 Wide, 16k 195 X 270 Mm, 8k 270 X 390 Mm, Envelopes: #10, Dl, C6, C4 Interface: -usb: Usb 3.0 -network: Ethernet (1000base-t/l00base-tx/l0base-t) Wi-fi, Wi-fi Direct -network Protocol: Tcp/lpv4, Tcp/lpv6 -network Management Protocols: Snmp, Htip, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Sntp, Slp, Wsd, Lltd -security Functions: Limit Access Function, Pin No. Certification, Ldap Address Book, Ip Address Filtering, Panel Admin Mode -network Printing Protocol: Lpd, Ipp, Port9100, Wsd Control Panel: Lcd Screen: 5.0 Inch J 12.7cm Tft Colour Lcd Printer Software: Operating System Compatibility: Windows Xp / Vista / 7 / 8 / 8.1 / 10 Mac Os X 10.6.8 Or Later Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Power: Rated Voltage: 100v-240v Rated Frequency: 50- 60 Hz Noise Level: Pc Printing/ Premium Glossy Photo Paper Best Photo: 6.2 B(a), 46 Db(a) Pc Printing / Plain Paper Default: 6.9 B(a), 53 Db(a) Dimensions And Weight: Weight: 621 X 751 X 711mm, 75.6kg (main Unit Only, Without Consumables) 772 X 797 X L,l77mm, 141.0kg (with 3 Paper Cassettes And Printer Stand, Without Consumables) Printing Technology: -memory (min / Max): 4,224 Mb -minimum Ink Droplet Volume: 4.6 Pl -printer Language: Esc/p-r -maximum Monthly Duty Cycle: 75,000 Pages Per Month -print Direction: Bi-directional Printing, Uni-directional Printing -nozzle Configuration: 800 Nozzles Each Colour (black, Cyan, Magenta, Yellow) -maximum Resolution: 4,800 X 1,200 Dpi (with Variable-sized Droplet Technology) -printer Control Language Emulations: Pcl5 / Pcl6 / Postscript3 / Pdf (ver1.7) -automatic 2-sided Printing: Yes -hod Capacity: 320 Gb Automatic Document Feeder Specifications: Support Paper Thickness: 38-128 G/m Paper Capacity: 150 Pages (80 G/m ) Automatic 2-sided Scan / Copy / Fax: Yes Power Consumption: Operating: Sow Standby: 24w Sleep: 1.2 W Power Off: 0.3w Warranty And After Sales Support: • Twelve (12) Months Onsite Warranty (next Business Day Onsite Response) • At Least Three (3) Years Of Technical Support After The Warranty Period • Availability Of Spare Parts And Consumables For At Least Five (5) Years Environmental Impact: • Compliance With Iso 14001 International Standard • With Energy Star Certification • Reduction Of Carbon Dioxide (c02) Emissions Due To Recycling • Eco-friendly Consumables Others: Include One (1) Day End-users Training 2. Consumables A. Black- Twelve (12) Pes. B. Cyan- Six (6) Pes. C. Magenta- Six (6) Pes. D. Yellow- Six (6) Pes. • Standard Capacity Page Yield (black) - 20,000 Pages Page Yield (cyan, Magenta, Yellow) - 20,000 Pages (composite Yield) • High Capacity Page Yield (black) - 86,000 Pages Page Yield (cyan, Magenta, Yellow) - 50,000 Pages (composite Yield) Iv. Documents For Submission • Mayor's Permit/business Permit • Philgeps Registration • Price Quotation • Ominibus Sworn Statement (with Authority Of Signatory, If Applicable) • Latest Income/business Tax Return V. Terms Of Payment Thirty Days (30) Upon Delivery, Installation, Set-up (network And Individual Users) And Testing Of The Units. Vi. Delivery Period Ninety (90) Calendar Days After Receipt Of Notice To Proceed (ntp). Gasd And Mis Will Inspect And Accept The Delivery Of The Units.
Closing Date19 Feb 2025
Tender AmountPHP 950 K (USD 16.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Sources Sought Notice: The Department Of Veterans Affairs, Network Contracting Office 4 (nco 04), Is Conducting A Market Survey To Identify Potential Sources To Provide A 12-month Contract To Supply Ga68 Dotatate (netspot). This Radiopharmaceutical Is Required For Imaging Procedures For The Corporal Michael J. Crescenz Va Medical Center- 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104.
this Notice Is Issued For Informational Planning Purposes Only And Is Not A Request For Quote Or Announcement Of A Solicitation. Submitting Information For This Notice Is Voluntary And Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses Submitted Because Of This Notice. No Solicitation Is Available At This Time. If A Solicitation Is Issued It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement.
the Purpose Of This Market Research Is To Identify Capable Sources That Are Both Experienced And Qualified To Provide The Desktop Automated Csf In Accordance With Performance Work Statement.
the North American Industry Classification System Code (naics) Is 325412 Medical Laboratories, And The Small Business Size Standard Is 1300 Employees For This Type Of Effort.
vendors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of Contract. If You Are Responding As A Service-disabled Veteran Owned Small Businesses Or Veteran Owned Small Businesses (sdvosb S And Vosb S), Your Company Must Be Registered In Vetcert And Maintain A Current Certification (https://veterans.certify.sba.gov).
capability Statement And Documentation:
companies Are To Provide A Summary Of Your Firm S Capabilities, Experience, And Knowledge In Providing These Services. Sources Are Asked To Provide The Following Information:
1. Company Information:
Company Name
Company Address
Company Uei Sam
Company Naics Code(s)
Point Of Contact Name
Point Of Contact Phone Number
Point Of Contact Email Address
Company Website (if Available)
2. The North American Industry Classification System Code (naics) Is 325412 Medical Laboratories, And The Small Business Size Standard Is 1300.
based On This Information, Please Indicate Whether Your Company Is A:
service-disabled Veteran Owned Small Business (sdvosb)
veteran Owned Small Business (vosb)
8(a)
hub Zone Small Business
women Owned Small Business
small Disadvantaged Business (sdb)
small Business Concern
large Business
3. Provide A Summary Of Your Firm S Ability/ Capability To Meet The Services Described In This Notice (see Attached Pws).
4. Government Contracts For These Services In The Last 3 Years. Include:
government Agency
contract Number
dollar Value
period Of Performance
government Point Of Contact Information (name, Email, Phone Number)
information Regarding Your Company S Capacity And Capability To Provide Such Services Are To Be Submitted Electronically On Or Before 4:00 Pm, Wednesday, 01/29/2025 Addressed To Christa Stine, Contract Specialist Christa.stine@va.gov.
performance Work Statement
date
december 6, 2024
client
philadelphia Veterans Affairs Medical Center
job Name
netspot Ga68 Dotatate
requested By
betty Taylor, Supervisor
from
tarideana Breazeale, Administration Officer
summary
the Corporal Michael J. Crescenz Va Medical Center (cmc Vamc) Requires A Vendor Licensed By The Nuclear Regulatory Commission To Provide The Radiopharmaceutical Netspot And Calibration Sources For The Nuclear Medicine Service. This Radiopharmaceutical Is Required For Imaging Procedures. The Calibration Sources Are Required For Equipment Quality Control Testing. This Product Is A Patented Drug Kit For The Preparation Of Gallium Ga 68 Dotatate For Injection. It Is Used For Pet Imaging For Localization Of Somatostatin Receptor Positive Neuroendocrine Tumors (nets) In Adult Patients. These Items Are To Be Delivered Directly To The Nuclear Medicine Service S Secured Receiving Areas, Room 3a101b Of The Corporal Michael J. Crescenz Va Medical Center 3900 Woodland Avenue, Philadelphia, Pennsylvania 19104.
project Scope
this Pws Covers The Following Activities And Deliverables. The Vendor Agrees To Perform These Services With The Standard Of Care, Skill, And Diligence Normally Provided By A Professional Organization In The Performance Of Similar Services. It Is Understood That The Contractor Must Perform The Services Based, In Part, On Information Furnished By This Medical Center; However, The Vendor Is Given Notice That The Medical Center Will Be Relying On The Accuracy, Competence And Completeness Of The Contractor S Services In Utilizing The Results Of Such Services. The Nuclear Medicine Authorized Staff Of Cmc Vamc, When Needed For Next Day Delivery During Work Hours Will Place All Orders Daily. There May Be Orders Placed During Other Than Normal Working Hours, To Be Delivered Within A 45-minute Window For An Emergency. The Vendor Must Be Able To Fulfill This Requirement. All Items Delivered To The Nuclear Medicine Department As Specified Above. Cmc Vamc Will Require Credit Statements (itemized Returned Doses) And Monthly Invoices. Electronic Daily Dose Tracking Systems Should Be Available For The Medical Center S Use In Certifying And Tracking Of Patient Doses Delivered.
deliverables:
unit Per Dose
netspot
the Contractor Shall Have Available An Adequate Supply Of Contract Products To Meet The Requirements Of The Corporal Michael J. Crescenz Va Medical Center.
the Contractor Shall Label All Unit Doses Of Delivered Radiopharmaceuticals, With The Amounts, Preparation Time, Expiration Time, Date, Etc., And Provide A Bar Labeled Insert To Allow Scanning Data Into The Nuclear Medicine Information Management System (nmis).if The Contractor S System Varies From Our Current (pinestar) Nmis Information System, The Contractor Shall Provide Their System As Well As Data Migration, Technical Support And Training Of Staff On Its Use At No Additional Price To The Government.
all Packaging Of Radioactive Material Must Be Clearly Labeled Radioactive With The Proper Class And Exposure Levels On The Outside Of The Shipping Container.
the Contractor Shall Perform All Quality Control Procedures As Required By Federal And State Regulatory Agencies.
the Contractor Shall Meet All Nuclear Regulatory Commission, Department Of Transportation, Nhpp, Fda, Osha And All Other Agency Rules And Regulations (federal And State).
radiopharmaceutical Returns For Credit:
the Contractor Shall Be Responsible To Accept Returns For Full Credit Toward Future Orders Only Under The Following Conditions:
product(s) Ordered Or Shipped In Error
product(s) Damaged In Shipment
concealed Shipping Damages
recalled Product(s)
outdated Products In Unopened, Original Container (specifically Authorized For Return By Manufacture)
the Contractor Shall Invoice At Least Once Per Month Showing Period Covered, Billing Date, Name Of Preparation, Quantity, And Amount.
schedule
only Authorized Cmc Vamc Nuclear Medicine Service Personnel Shall Place Orders During The Normal Workday, And First Delivery Shall Be Received No Later Than 08:00 Am The Following Workday To The Cmcvamc Nuclear Medicine Department.
depending On Medical Center Patient Care Requirements, The Contractor Shall Provide Routine Delivery And Pick-up As Many Times As Required By The Cmcvamc.
the Delivery Order Shall Include The Following Information:
contract Item(s) And Quantity, Time (s) Of Delivery, And Applicable Va Order Number.
authorized Cmcvamc Personnel Via Telephone, Fax, Or E-mail Shall Only Place Orders. Contractor Agrees To Accept Unused Radiopharmaceutical And Provide Reimbursement Per Unit Dose Applicable Towards Future Orders.
after Award, The Cmcvamc Will Furnish The Name(s) Of Personnel Who Are Authorized To Place Orders Against The Contract.
the Contractor Will Be Furnished With A Copy Of The User S License As Per Nuclear Regulatory Commission Guidelines.
same-day Delivery
same-day Delivery Requires Delivery And Receipt At The Cmcvamc Nuclear Medicine Department No Later Than 2 Hours After Order Is Placed During Normal Business Hours. Nuclear Medicine Normal Business Hours Are Considered Monday Through Friday: 8:00 Am 4:30 Pm Except Federal Holidays.
the Following Are Federal Holidays:
new Year S Day
martin Luther King, Jr. Day
president S Day
memorial Day
juneteenth
independence Day
labor Day
columbus Day
veteran S Day
thanksgiving
christmas Day
pricing
items Will Be In Unit Dose, Daily, And On An As Needed Basis In Accordance With Patient Requirements.
key Assumptions
all Annual Quantities Are Estimates, Contractor Will Only Be Paid For Items And Quantities That Are Ordered And Delivered.
Closing Date28 Jan 2025
Tender AmountRefer Documents
Municipality Of Los Ba os, Laguna Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description I. Office Of The Mayor/hrmo(253,640.00) Laptop 1 Unit Os: Windows 11 Home Color: Mica Silver 12th Generation Intel®core? I5 Processor Intel®core I5-12500h(up To 4.5 Ghz W/ Intel®turbo Boost Technology(2g), 18mb L3 Cache, 12 Cores, 16 Threads) Intel Integrated Soc 16 Gb Ddr5-4800 Mhz Ram(2x8gb) 512 Gb Pcie® Nvme? Tlcm.2 Ssd 40.9cm(16.1") Diagonal, Fhd(1920x1080), 144hz,ips,microedge,anti-glare,250 Nits,45% Ntsc Audio By B&o; Dual Speakers; Hp Audio Boost Dimension: 37x26x2.35cm Ports:1 Superspeed Usb Type-c® 5gbps Signaling Rate(usb Power Delivery, Displayport? 1.4, Hp Sleep And Charge); 1superspeed Usb Type-a 5gbps Signaling Rate(hp Sleep And Charge); 2superspeed Usb Type-a 5gbps Signaling Rate; 1hdmi 2.1; 1 Rj-45; 1 Ac Smart Pin; 1 Headphone/microphone Combo With Backpack 1 Year Warrranty Desktop Pc W/ Oem Licensed Windows 11 Os 2 Unit 12th Gen Intel Core I3-12100(4-core,12mb Cache, Up To 4.3ghz Intel Uhd Graphics 8gb Ddr4-3200 Mhz Sdram 256gb M.2 Pcle Nvme Ssd+1tb 7200 Rpm Hdd 21.5" Full Hd (1920x1080) Led-backlit Lcd Monitor 2x Usb 2.0 (front) 2x Usb 3.2 Gen 1 Type A (front) 1x Hdmi 1x Vga 2x Usb 3.2 Gen 1 Type A (rear) 2x Usb 2.0(rear) 1x Rj45 Gigabit Ethernet 1x Media Card Reader 1x Combo Audio Jack 1x Line Out Oem 300w True-rated Psu Oem Wired Optical Mouse & Keyboard Integrated Wi-fi 6 802.11ax, .mu-mimo + Bluetooth (oem) Oem Windows 11 Home(64bit) Single Language English 1 Year Warranty High Speed And Heavy Duty A3 Scanner(duplex Sheet-fed Document Scanner) 1 Unit Scan At Speeds Up To 85ppm/170ipm(one-pass Duplex) Scan From 27gsm To 413gsm Scan Up To A3 1.44" Colour Lcd Sensor Type: Contact Image Sensor(cis) Scanning Method: Fixed Carriage & Moving Document Optical Resolution: 600x600dpi Min Document Size: 50.8 X 50.8 Mm Daily Scan Volume: Up Tp 9,000 Pages/day Adf Capacity: 100 Sheets (80g/m2) Interface: Usb 3.0 1 Year Warranty Ii. Records Management Office (188,400.00) 1 Branded Desktop Pc W/ Oem Licensed Windows 11 Os 2 Unit 12th Gen Intel Core I5-12100(6-core,18mb Cache, Up To 4.4ghz) Intel Uhd 630graphics 8gb Ddr4-3200 Mhz Sdram 512gb M.2 Pcle Nvme Solid State Drive (or 256gb M.2pcie Nvmessd = 1tb 7200 Rpm Hdd) 24" Full Hd (1920x1080) 75hzled-backlit Lcd Monitor 3x Usb 3.2 Gen 1 Type A Port 1x Usb 3.2 Gen 1 Type C Port 4x Usb 2.0 Port 1x Combo Audio Jack 1x Line Out Port 1x Hdmi 1.4b Port 1x Vga Port 1x Rj45 Gigabit Ethernet 1x Media Card Reader Oem 300w True-rated Psu Oem Wired Optical Mouse & Keyboard Integrated Wi-fi 6 802.11ax, .mu-mimo + Bluetooth (oem) Oem Windows 11 Home(64bit) Single Language English 1 Year Warranty 2 A3 All-in-one Inkjet, Color, Duplex, Wi-fi Printer 1 Unit Ink Tank System And Automatic Printer Type: Print, Scan, Copy, Fax With Adf Printing Technology: Print Method: Precisioncoretm Printhead Minimum Ink Droplet Volume:3.8 Pl Print Direction:bi-directional Printing Nozzle Configuration:800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution:4800 X 2400 Dpi Automatic 2-sided Printing:yes (up To A3) Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 " *1:approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour):up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour):up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour):up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour):up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour):up To 10.0 Ipm / 5.0 Ipm *2 Copy Function: Reduction / Enlargement:25 - 400% Maximum Copy Size:a3 "copy Resolution:600 X 600 Dpi Max Copies:999 Copies" Copying: Iso 29183, A4 Simplex Flatbed (black / Colour):up To 23.0 Ipm / 10.0 Ipm Iso 24735, A4 Simplex Adf (black / Colour):up To 22.5 Ipm / 10.0 Ipm Iso 24735, A4 Duplex Adf (black / Colour):up To 15.5 Ipm / 7.5 Ipm Scanning: Scanner Type:flatbed Colour Image Scanner Sensor Type:cis Optical Resolution:1200 X 2400 Dpi "maximum Scan Area:297 X 431.8 (mm) Scanner Bit Depth (colour):48-bit Input, 24-bit Output Scanner Bit Depth (grayscale):16-bit Input, 8-bit Output Scanner Bit Depth (black & White):6-bit Input, 1-bit Output" Scan Speed:(flatbed / Adf (simplex | Duplex)):200dpi, Black: 5 Sec / Up To 26.0 Ipm | 11.5 Ipm 200dpi, Colour: 10 Sec / Up To 9.0 Ipm | 6.0 Ipm Adf Specifications: "support Paper Thickness: 64-95 G/m2 Paper Capacity: 50 Sheets" Fax Function: "type Of Fax:walk-up Black-and-white And Colour Fax Capability Receive Memory / Page Memory:6mb, Page Memory Up To 550 Pages Error Correction Mode: Itu-t T.30" "fax Speed (data Transfer Rate):up To 33.6 Kbps, Approx.3 Sec/page Fax Resolution:up To 200 X 200 Dpi Transmission Paper Size (flatbed):a5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17"" Transmission Paper Size (adf): A5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17"" Receiving Paper Size:half Letter, A5, B5, A4, Letter, Legal, B4, 11 X 17”, A3, A3+ Speed Dial / Group Dial:up To 200 Numbers, 199 Groups Fax Features:pc Fax (transmission/receive), Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception, Fax Preview, Memory Reception, Fax To Email, Fax To Folder, Automatic 2-sided Fax" Paper Handling: "paper Feed Method:friction Feed Number Of Paper Trays:3 (front 2, Rear 1)" "standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2)" 50 Sheets For Premium Glossy Photo Paper "cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper" "output Capacity:125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Maximum Paper Size:329 X 6000 Mm" Paper Sizes:a3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 Print Margin:3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver Card Slot / Usb Host Function: Type Of Direct Printing:usb Memory "supported Os:windows Xp / Vista / 7 / 8 / 8.1 / 10, Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later" Noise Level:pc Printing / Plain Paper Default *3:sound Power (black / Colour) 6.7 B(a) / 6.2 B(a), Sound Pressure (black / Colour) 52 Db(a) / 47 Db(a) "dimensions (w X D X H):515 X 500 X 350mm Weight:20.7kg" Interface: "usb:usb 2.0 Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Network Protocol:tcp/ipv4, Tcp/ipv6 Network Management Protocols:snmp, Http, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Sntp, Slp, Wsd, Lltd" Power: "rated Voltage:ac 220 - 240 V Rated Frequency:50 - 60 Hz Power Consumption:operating: 19.0 W Standby: 9.1 W Sleep: 0.8 W Power Off: 0.2 W" Lcd Screen:4.3" Colour Lcd Touch Screen 1 Year Warranty Iii. Mho (370,000.00) 1 Server 1 Unit With 4 X 3.5" Hard Drive Chasis Rack Server Intel Xeon E-2324 3.1 Ghz 8m Cache 16gb Udimm 3200mt/s 2tb Drive Sas Ise Tmp2.0 V3 Idrac9 Express 15g Perc H755, Black Feature Technical Specifications Processor Intel Xeon E-2324 3.1 Ghz, 8m Cache, Memory • 16gb Udimm, 3200 Mt/s • Supports Unregistered Ecc Ddr4 Dimms Only Storage Controllers • Internal Controllers (raid): Perc H355, Perc H355f, Perc H345, Perc H345f, H755, H755f, Hba355i, Hba355f, S150 • Internal Boot: Internal Dual Sd Module Or Usb Or Boot Optimized Storage Subsystem (boss-s2): Hwraid 2 X M.2 Ssds • External Hbas (non-raid): Hba355e Drive Bays Front Bays: • With 4 X 3.5" Hard Drive Chasis Rack Server Power Supplies • 600w Platinum 100-240 Vac Or 240 Vdc Redundant, Hot Swap Cooling Options Air Cooling Fans Up To Four Fans With Full Redundancy Dimensions • Height – 42.8 Mm (1.69 Inches) • Width – 482 Mm (18.98 Inches) • Depth – 585.3 Mm (23.04 Inches) Without Bezel 598.94 Mm (23.58 Inches) With Bezel Form Factor 1u Rack Server Embedded Management • Idrac9 • Idrac Direct • Idrac Restful Api With Redfish • Idrac Service Module Bezel Optional Lcd Bezel Or Security Bezel Openmanage Software • Openmanage Enterprise • Openmanage Power Manager Plugin • Openmanage Supportassist Plugin • Openmanage Update Manager Plugin Mobility Openmanage Mobile Integrations And Connections Openmanage Integrations • Bmc Truesight • Microsoft System Center • Red Hat Ansible Modules • Vmware Vcenter And Vrealize Operations Manager Openmanage Connections • Ibm Tivoli Netcool/omnibus • Ibm Tivoli Network Manager Ip Edition • Micro Focus Operations Manager • Nagios Core • Nagios Xi Security • Cryptographically Signed Firmware • Secure Boot • Secure Erase • Silicon Root Of Trust • System Lockdown (requires Idrac9 Enterprise Or Datacenter) • Tpm 1.2/2.0 Fips, Cc-tcg Certified, Tcm 2.0 Optional Embedded Nic 2 X 1 Gbe Lom Network Options Na Ports Front Ports • 1 X Idrac Direct (micro-ab Usb) Port • 1 X Usb 2.0 Rear Ports • 1 X Usb 2.0 • 1 X Idrac Ethernet Port • 1 X Usb 3.0 • 1 X Serial Port • 1 X Vga Internal Ports • 1 X Usb 3.0 (optional) Pcie 3 Pcie Slots: • 1x8 Gen4 (x16 Connector) Low Profile, Half Length • 1x8 Gen4 (x8 Connector) Low Profile, Half Length • 1x4 Gen4 (x8 Connector) For Dedicated Perc Only Operating System And Hypervisors • Microsoft Windows Server With Hyper-v 2 Branded Laptop W/ Licensed Os 2 Units Black Amd 16gb Ddr4/ 512gb M.2 Nvme Pcie Ssd/ Graphics: 15.6" Fhd Display: Amd Radeon Graphics Windows 10 Pro 64bit /webcam / Wifi / Bt / Lan / Audio Port /usb 3.0/usb Type-c/hdmi/laptop Operating System: Ryzen 7 5825u Audio: High Definition (hd) Audio, Speakers: Stereo Speakers, 1.5w X2 Microphone: Dual-microphone Array With Noise-cancelling Camera: Hd 720p, With Privacy Shutter, Fixed Focus "battery: Integrated Li-polymer 38wh Battery, Supports Rapid Charge (charge Up To 80% In 1hr) Integrated Li-polymer 45wh Battery, Supports Rapid Charge (charge Up To 80% In 1hr)" Max Battery Life: 10.3hrs "power Adapter: 65w Round Tip (3-pin) Ac Adapter, 100-240v, 50-60hz 65w Usb-c (2-pin) Ac Adapter, Supports Pd 3.0, 100-240v, 50-60hz 65w Usb-c (3-pin) Ac Adapter, Supports Pd 3.0, 100-240v, 50-60hz" Keyboard: 6-row, Spill-resistant, Multimedia Fn Keys, Smb Service Hot Key, Numeric Keypad Backlight: Non-backlight Touchpad: Surface Multi-touch Touchpad, Supports Precision Touchpad (ptp), 69 X 104 Mm (2.72 X 4.09 Inches) Dimensions: 359 X 236 X 19.9 Mm (14.13 X 9.29 X 0.78 Inches) "surface Treatment: Imr (in-mold Decoration By Roller) Texture" Ehternet: Gigabit Ethernet, 1x Rj-45, Supports Wake-on-lan "wlan + Bluetooth: Wlan + Bluetooth**[1] 802.11ac 2x2 Wi-fi® + Bluetooth® 5.1, M.2 Card Wi-fi 6, 802.11ax 2x2 Wi-fi + Bluetooth 5.1, M.2 Card" "1x Usb 2.0 1x Usb 3.2 Gen 1 1x Usb-c 3.2 Gen 1 (support Data Transfer, Power Delivery 3.0 And Displayport™ 1.2) 1x Hdmi 1.4b 1x Ethernet (rj-45) 1x Headphone / Microphone Combo Jack (3.5mm) 1x Power Connector" Security Chip: Firmware Tpm 2.0 Integrated In Soc Camera Privacy Shutter ** One Year Warranty **7 Days Replacement ****nothing Follows**** Bid Amount Shall Not Exceed The Approved Budget Of Each Department / Office
Closing Date31 Jan 2025
Tender AmountPHP 812 K (USD 13.8 K)
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Others
United States
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs.
background
the National Institute Of Standards And Technology (nist), Physical Measurement Laboratory (pml), Microsystems And Nanotechnology Division (mnd), Chips R&d Program (https://www.nist.gov/chips/metrology-community) As Part Of The Chips Act Activities, Is Now Developing Imaging And Measurement Solutions For Integrated Circuit (ic) Overlay Metrology Using A Scanning Electron Microscope (sem). Ic Production Relies On Measurements Of The 3d Size, Shape, And Placement Of Structures With Atomic-level Precision And Repeatability. The Project Will Create A Sound Scientific Foundation And Comprehensive Solutions For Sem-based Overlay And Dimensional Metrology Superior To Currently Used Arbitrary Methods. This Will Allow The Design Of Overlay Patterns, Acquisition, And Image Analysis To Be Optimized Entirely Through Artificial Intelligence, Physics-based Simulation, And Modeling And Meet Ic Production Requirements Now And In The Future.
nist Mnd Requires A Wafer Relevant To Current Ic Technologies Suitable For The Sem Overlay Measurements Of Cu Lines That Can Be Covered With Various Si Oxide Layers. Although This Sample Only Approximates The Complete Overlay Structure, It Can Be Used To Assess The Advantage Of Using The Physics Of Signal Generation Over Simplistic Methods That Are Not Based On A Physics Model. The Wafer Containing Many Full-size Chips Will Be Diced Into Individual Chips That Will Be Covered By Various Thickness Si Oxide Layers At Nist Nanofab. The Process Will Create A Set Of See-through Overlay Metrology Samples Needed For The Sem Overlay Metrology Project.
nist Is Seeking Information From Sources That May Be Capable Of Providing A Commercial Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements:
for The Sem Overlay Metrology Project, Nist Requires A 300 Mm Si Wafer Sample Of A Set Of Chips With Cu Damascene Patterns Suitable For Research And Development Efforts To Evaluate The Feasibility Of Physics-based Simulations And Ai-based Modeling As The Means To Improve The Performance Of Sem-based Overlay Metrology. 193 Nm Lithography Shall Be Used To Create The Overlay Metrology Patterns. It Is Also Advantageous, But Not Required To Place Other Than Overlay Dimensional Metrology Patterns On The Chips. All Chips Across The Wafer Shall Be Made Identical, Naturally Occurring Small Variations Due To Fabrication Processes Are Permitted.
specifically, The Contractor Shall Provide One Wafer Containing At Least 12 Chips With The Following Overlay Metrology Parameters:
1. Cu Damascene Patterns With Box-in-box (bib), Image-based Overlay (ibo), Advanced Imaging Metrology (aim) Grating Patterns, And Hitachi-type Sem-based Overlay (sbo). Pattern Design Can Be Found In Pertinent Public Literature; See, For Example, [1] Or Elsewhere.
2. Sets Of Varying Size Bib, Ibo, Aim And Sbo Overlay Metrology Patterns Must Be Included In The Less Than 150 Mm To Smaller Than 50 Mm Range.
3. Overlay Patterns With Intentional, Small, Close To 1, 2, 5, And 10 Nm Variations Of Known Overlay Offsets (shifts) Must Be Provided.
4. The Wafer Must Be Covered With A Protective Layer To Safeguard The Integrity Of The Cu Patterns.
5. A Gdsii-based Map With Pattern Locations And Properties (size, Type, Offset, Etc.) Identification Must Be Provided.
6. Documentation About The Wafer Material, Dopant Type And Concentration, And The Patterning Process Shall Be Provided.
how To Respond To This Notice
in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response.
provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei).
identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following:
manufacturer Name
model Number
technical Specifications
if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s)
describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response.
discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization.
identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive.
state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured.
identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline.
for The Naics Code Listed In This Notice:
indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information.
if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement.
describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance.
describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available.
state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase.
state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services.
if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information.
identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address.
provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement.
state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment.
questions Regarding This Notice
questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice.
important Notes
this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time.
this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response.
nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate.
any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted.
after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s).
thank You For Taking The Time To Submit A Response To This Request!
Closing Date8 Jan 2025
Tender AmountRefer Documents
Other Organizations Tender
Others...+2Other Consultancy Services, Consultancy Services
Corrigendum : Closing Date Modified
France
Details: The purpose of this consultation is to award a technical assistance service contract at the Rueil site for network/security expertise, the tasks of which are as follows: O Take charge of updating network and security equipment: study, recommendation, management of the integrator and/or the outsourcing provider. (for example: Updating the Internal Reverse Proxy, the Network Equipment Monitoring Solution, the VPN, Wifi Controller, etc.) O Participate in Network/Security Projects, by Collecting Field Information and Writing Technical Expectations, Implementation Rules (standard, Norms, etc.) and Ensuring Technical Consistency Between Network/Security Infrastructures and Other Technical Domains (for example: Tiering, Vulnerability Scanning Solution, IPAM, etc.) O Write and Update Operating Procedures and Technical Architecture Documents O Provide Level 3 Support to Outsourcing Operations Teams in the Intervention Area
Closing Date12 Feb 2025
Tender AmountRefer Documents
City Of Bais Tender
Publishing and Printing
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Rebid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Rebid To Be Used Of This Office, City Treasurer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 576-24 Php 250,000.00 2 1 Unit Digital Duplicator Print Speed 80-130 Copies Per Minute Resolution Master Making 300 X 400 Dpi Resolution (fine Mode) Flatbed Type Scanning 600 X 600 Dpi 300,000 Prints Per Month Duty Cycle Enlarger / Reducer 141%, 122%, 115%, 100%, 93%, 87%, 82%, 71% Image Mode - Letter, Photo, Letter/photo Auto Separation, Pencil, Tint Printing Area - B4 Drum 250 X 355 Mm 1000 Sheets Paper Tray Capacity 1000 Sheets Paper Delivery Capacity Master B4 260 Cuts Free: 2 Machine Cabinet Free: 1 Set Consumables 1 Crg Copy Printer Ink 500ml 1 Roll Copy Printer Master 260 Cutsl The Approved Budget For The Contract Is To Be Taken From Office Equipment: 1-07-05-020 Cy 2020, 2022, 2023. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 21, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
BATANGAS STATE UNIVERSITY PABLO BORBON Tender
Electronics Equipment...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Ict Equipment For Ict Services" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Ict Equipment For Ict Services" With An Approved Budget For The Contract (abc) Six Hundred Ninety-four Thousand Three Hundred Seventy-six Pesos Only (php 694,376.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1. 2 Unit 360 Camera In The Box: Insta360 One X2 Battery Charge Cable Protective Pouch Quickstart Guide Warranty Card Aperture: F2.0 35mm Equivalent Focal Length: 7.2mm Ev: ±4ev Iso: Auto, 100-3200 Wb: Auto, 2700k, 4000k, 5000k, 6500k, 7500k Photo Resolution: 360: 6080x3040 (2:1) Pano: 4320×1440 (3:1) Video Resolution: 360: 5.7k@30fps, 25fps, 24fps 4k@50fps, 30fps 3k@100fps Wide Angle (steady Cam Mode): 2560x1440@50fps, 30fps 1920x1080@50fps, 30fps Photo Format: Insp (can Be Exported Via Mobile App Or Desktop Studio), Raw (dng, Must Be Edited On Desktop) Video Format: Steady Cam: Mp4 360: Insv Photo Modes: Standard, Hdr, Burst, Interval, Night Shot, Pureshot, Instapano Video Modes: Standard, Hdr, Timelapse, Timeshift, Bullet Time, Steady Cam Exposure Modes: Photo Shoot Auto, Manual (shutter 1/8000s-120s, Iso 100-3200), Shutter Priority (1/8000s-1s), Iso Priority (100-3200), Isolated Exposure Video Shoot Auto, Manual (shutter 1/8000s-1/30s, Iso 100-3200), Shutter Priority (1/8000s-1/30s), Iso Priority (100-3200), Isolated Exposure Video Coding: H.264, H.265 Video Bitrate: 100mbps Gyroscope: 6-axis Gyroscope Audio: Wind Reduction, 360 Direction Focus Compatible Devices: Ios Devices: Compatible With Ios Mobile Devices With Chips A11 Or Above And Ios Version 10.0 Or Above , Including Iphone Se 2, Iphone 8, Iphone 8p, Iphone Xr, Iphone Xs, Iphone Xs Max, Iphone X, Iphone 11, Iphone 11 Pro, Iphone 11 Pro Max, Iphone 12, Iphone 12 Pro, Iphone 12 Pro Max, Iphone 12 Mini, Ipad Air(2020), Ipad Pro And Newer Ipad Models. Android Devices: Compatible With Android Mobile Devices That Meet The Following Capabilities, Including: • Android Devices With Kirin 980 And Above Chips, Including Huawei Mate 20, P30 Or Newer Models. • Android Devices With Snapdragon 845 And Above Chips, Including Samsung Galaxy S9, Xiaomi Mi 8 Or Newer Models. • Android Devices With Exynos 9810 And Above Chips, Including Samsung Galaxy S9, S9+, Note9 And Newer Models. Note: 1. Devices That Do Not Meet The Above Requirements Can Possibly Still Use The App To Control The Camera, However, Performance Of Some Processor-intensive And Aipowered Features May Be Sub-optimal. 2. After Testing, Phones Equipped With Qualcomm Sdm765 5g Chips Have Poor Hardware Decoding Capabilities And Are Not Supported For Use, Such As Oppo Reno 3 5g. 3. The Installation Of The App Requires A Mobile Phone With A 64-bit System, A 32-bit System Does Not Support The Installation Of The App. Bluetooth: Ble 4.2 Wi-fi: 802.11a/b/g/n/ac Usb : Type-c * Note: This Version Only Supports Wired Connection To Android Devices (via Microusb Or Type-c). It Does Not Support Wired Connection To Ios Devices. Full Wireless Support Is Available For Both Ios And Android. Micro Sd Card: Uhs-i V30 Speed Class, Exfat Format Sd Cards With A Max Storage Of 1tb Are Recommended. Battery Capacity: 1630mah Charging Method: Type-c Charging Time : 85 Minutes Use Environment: -4°f To 104°f (-20? To 40?) Weight: 149g (5.25oz) Dimensions: (w X H X D) 4.62 X 11.30 X 2.98 Cm (1.82 X 4.45 X 1.17in) Run Time: 5.7k@30fps – 80 Minutes Color Profiles: Vivid, Standard, Log 50,000.00 2. 1 Unit Document Scanner With Adf - Scan At Speeds Up To 65ppm/130ipm (one-pass Duplex) - Scan Up To A3 - Scan From 27gsm To 413gsm - 1.44" Colour Lcd - Paper Protection Function Scanner Type: A4 Sheet-fed, One-pass Duplex Colour Scanner Sensor Type: Contact Image Sensor (cis) Scanning Method: Fixed Carriage & Moving Document Light Source: Rgb Led Optical Resolution: 600 X 600 Dpi *1 Output Resolution: 50 - 1,200 Dpi (in 1 Dpi Increments) Bit Depth: Each Colour (rgb): 10 Bit Input / 8 Bit Output Min Document Size: 50.8 X 50.8 Mm Max Document Size: 215.9 X 6,096 Mm Supported Paper Weight: 27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2) Adf Capacity: 100 Sheets (80g/m2) Daily Scan Volume: Up To 7,000 Pages / Day Multi-feed Detection: Ultrasonic Sensor And Length Detection Interface: Usb 3.0 48,000.00 3. 6 Lot Door Access Control - 4.3 Inch Glass Touch Screen With A Resolution Of 480 X 272 - 2-mp Wide-angel Dual-lens Camera With Ir Illumination And Dwdr - Support Visitor Qr Code With Dss Pro Platform - Recognized Face 0.3m To 1.5m Away Magnetic Lock , L & Z Bracket, Power Supply, Exit Button, Emergency Break Glass Dhi-dss Pro8 Door Base License (16 Door Max) Electrical Materials,and Other Accessories Utp Cables Labor Charge Mobilization, Transportation, Allowance, Board And Lodging Dhi-dsspro8 Add On Liscences 445,176.00 4. 1 Unit Id Card Printer General Features Single-side Print Module Color Sublimation, Monochrome Thermal Transfer Printing Resolution: 260 X 300 Dpi 2 Million Colors 16 Mb Of Memory (ram) Printable Area: Edge-to-edge Printing Speed Color (ymcko) : 38 S/card - 95 Cards/h Black : 11 S/card- 325 Cards/h Ports/connectivity Usb 2.0 (usb 1.1 And 3.0 Compatible) Security Space For Kensington® Security Lock Eco-design, Certifications And Declaration Of Conformity Extended Standby Mode And Reduced Electricity Consumption Ce, Ccc, Kcc, Vcci, Fcc, Ices, Bis, Eac Rohs Power Supply Power Supply Unit: 100-240 V Ac, 50-60 Hz, 1.7 A Printer: 24 Volts Dc, 2.71 A Management And Card Features Card Feeder Capacity: 25 Cards (0.76 Mm) To 40 Cards (0.50 Mm) Output Hopper Capacity: 25 Cards(0.76 Mm) To 40 Cards (0.50 Mm) Card Thickness: 0.50 To 0.76 Mm, Automatic Adjustment Of The Gauge Card Type: Pvc Cards Card Format: Iso Cr-80 – Iso 7810 (53.98 X 85.60 Mm) Included In The Solution: • Pack Of 100 Pvc Cards 0.7 Mm Printing Ribbons Included In The Solution: • 2 Ymcko: 100 Prints/ribbon • 2 Monochrome Black Ribbon:500 Prints/ribbon 51,200.00 5. 1 Bundle Rackmount Ups With Extended Battery Run (3kva) > Rackmount Ups: Ac Surge Joule Rating: 440 J Ratings (va/w): 3000/2700 Nominal Voltage: 230 Vac Range: 120-300 Vac Frequency: 40-70 Hz Waveform: Sine Wave Battery Type: 12v, 9 Ah Valve-regulated, Nonspillable, Lead Acid Operating Temperature, °c (°f): 0 To 40 (32 To 104) Storage Temperature, °c (°f): -20 To 50 (-4 To 122) Relative Humidity: Non-condensing Operating Elevation: Noise Leve: 55 Dba Max @ 1m What's In The Box: Ups, Quick Start Guide/user Manual, 2x Iec-320-c13 C14 Output Cable, Monitoring/shutdown Software(cd), Usb Cable, Tower Stand/support Base, Fixed Mounting Rails, Screws And Front Ears, Safety/warning Sheet Or Regulations, Input Power Cable (iec320 Schuko To Iec320 C19, 1.8m), Input Power Cable (bs1362 To Iec320 C19, 1.8m), Input Power Cable (aus To Iec320 C19, 1.8m) Warranty: 2 Years > External Battery: Battery Technology: Sealed Lead Acid (vrla) Supported Number Of Batteries/batteries: 2 Battery/battery Voltage: 12v Battery Capacity: 9 Ah Compatibility: Gxtrt-1000irt2uxl Storage Humidity: 10 - 90 Percent Operating Temperature (tt): 0 - 40 °c Storage Temperature: -20 - 50 °c Altitude, Operating: 0 - 2000 M Operating Relative Humidity (vv): 20 - 95 Percent What's In The Box: 1x Vertiv Liebert Gxtrtebc24vrt2u Ups, Battery Module, Dc/battery Cable, Rail Kit + Screws, Tower Stand/feet Warranty: 2 Year 100,000.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of February 17, 2025. E-mail : Procurement.pb.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Joseph D. Mendoza Head, Procurement Office 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City (043) 779-8400 To 8406 Loc 1830 / 0960-3380495
Closing Date17 Feb 2025
Tender AmountPHP 694.3 K (USD 12 K)
DEPARTMENT OF TOURISM REGION XII Tender
Security and Emergency Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description The Department Of Tourism Xii (dot Xii), Through The General Appropriations Act Of 2025, To Payment For The Procurement Of 24/7 Security Services Intends To Apply The Total Approved Budget For The Contract Of Seven Hundred Ninety-seven Thousand And Seven Hundred Eighty-one Pesos And 96/100 Only (php797,781.96) Inclusive Of Taxes, Delivery Or Shipping Fees And Other Incidental Charges: Lot No. Items Qty Abc 1 Procurement Of 24/7 Security Services 1 Php797,781.96 Overall Total Php797,781.96 Objective To Procure A Contract For Security Services For Purposes Of Safeguarding And Protecting Department Of Tourism Regional Office Xii Properties, Equipment, Facilities, Installations, And Confidential Information As Well As Its Officers, Employees, Their Visitors And All Persons Transacting Legitimate Business Within The Premises. Contract Period The Contract For The Security Services For The Department Of Tourism Regional Office Xii Shall Be For Twelve (12) Months. Mode Of Procurement The Procurement Of Security Services For The Department Of Tourism Regional Office Xii Shall Be Undertaken Through Small Value Procurement Under Ra No. 9184 And Its 2016 Revised Irr. Scope Of The Project The Prospective Bidders Shall Bid And Provide Security Services For The Department Of Tourism Regional Office Xii, With Details As Follows: To Provide Three (3) Security Guards,to Secure And Guard The Office Of The Department Of Tourism Regional Office Xii By Rotation, 24 Hours A Day From Monday To Sunday. To Perform The Following: Guard And Protect Department Of Tourism Regional Office Xii Properties From Theft, Arson, Pilferage, Trespassers, Robbery, Destruction, And Other Unlawful Acts Committed By Any Person As Well As Maintain Peace And Order Within The Department Of Tourism Regional Office Xii Premises. Protect Department Of Tourism Regional Office Xii Officials, Employees, Visitors, And Guests From Assault, Harassment, Threat Or Intimidation, And Other Criminal Acts, And Enforce And Implement Security And Safety Rules And Regulations Within The Department Of Tourism Regional Office Xii Premises. Inspect All Bags And Baggage Carried By People In And Out Of The Department Of Tourism Regional Office Xii Premises. Conduct Random Physical Inspections Of People Entering And Leaving The Premises, As Warranted. Conduct Thermal Scanning Of People Coming Into The Premises. Two (2) Security Guards Will Be Hired On The Day Shift And One (1) Guard On The Night Shift To Cover The 24-hour Rotation, 24 Hours A Day From Monday To Sunday. Minimum Track Record The Department Of Tourism Regional Office Xii Desires A Security Contractor Who Has Completed, Within The Last Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Largest Contract Similar To The Contract To Be Bid. A Similar Contract Must Be A Security Contract Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). Obligations And Responsibilities The Contractor Shall: Provide And Operate Efficient Security Plans And Services By The Standards Prescribed By The Department Of Tourism Regional Office Xii And The Applicable Laws, Rules, And Regulations; Provide The Department Of Tourism Regional Office Xii With A Specified Number Of Qualified, Competent, Uniformed And Armed Guards Who Possess The Following Qualifications: Must Be Ra Filipino Citizen; The Guards Must Be At Least 2nd Year Of College Or Should Have Earned 72 Units In College. The Security Guards Should Also Have 3 Years Of Relevant Experience As Guards; Must Be Physically And Mentally Fit And At Least 21 Or More Than 45 Years Of Age; Must Have Passed And Undergone Regular Security Service Training Within The Last 6 Months, A Psychological Evaluation Test, Neuro-psychiatric Examination, Polygraph Integrity Profile, And Drug Test; Must Be Of Good Moral Character, Courteous, Alert, And Without Any Pending Criminal Case Filed In Court Or Any Police Record Involving Criminal Acts; Must Be Duly Licensed And Properly Screened And Cleared By Pnp, Nbi, And Other Government Offices Issuing Clearances For Employment. Provide And Maintain The Required Security Service Equipment, Mobile Units, Communications Units, And Gears In Ready And Operational Condition. Provide Registered Firearms, Nightsticks, And Other Paraphernalia, Such As Flashlights And Hand-cuffs Among Others, To Its Employees. For This Purpose, It Shall Submit To Erc A List Of Firearms With The Corresponding License Numbers Assigned To Its Employees. Provide Personal Protective Equipment (ppe) To Its Employees, Without Any Additional Cost To The Department Of Tourism Regional Office Xii. Ensure That It Can Respond To Situations That Require Immediate Assistance, In Any Form, To Its Employees During National Emergencies, Without Any Additional Cost To The Department Of Tourism Regional Office Xii. Any One Of The Deployed Security Guards Shall Have Appropriate Training On Any Two (2) Of The Following: Crowd Control Management; Bomb Awareness And Management; Intelligence And Investigation; And Basic First Aid. Provide, At No Expense To Department Of Tourism Regional Office Xii, Security Training Programs For All Security Guards To Be Deployed Such As, But Not Limited To, The Following: Recognition Of Characteristics And Behavioral Patterns Of Persons Who Are Likely To Threaten Security, Techniques Used To Circumvent Security Measures, Crowd Management And Control Techniques, Security-related Communications, Inspection, Control, And Monitoring Techniques, Basic Intelligence And Investigation Course, And Report Writing, Comply With All Laws, Rules, And Regulations, As Well As Other Social Legislations In Favor Of Its Security Guards. Employ Security Guards, With Appropriate Training On Customer Relations. Provide A Supervisor Who Shall Oversee Security Operations At The Expense Or Overhead Of The Security Services Contractor. Submit To The Department Of Tourism Regional Office Xii Daily Reports By The Form Prescribed By The Department Of Tourism Regional Office Xii At Five O’clock In The Afternoon (5:00 P.m.). Unusual Incidents, Such As Those Involving Danger To Life Or Property, Injuries, Altercations Or Disturbances, Theft, And Violations Of Department Of Tourism Regional Office Xii Rules And Policies, Shall Be Reported Immediately, But Not Later Than Two (2) Hours From The Discovery Of The Said Incident. Prepare And Maintain A Log Book That Should Be Made Available For Inspection At Any Time. A Certified True Copy Thereof Should Be Submitted Within Twenty-four (24) Hours, Upon The Request Of The Department Of Tourism Regional Office Xii. Assume Liability For Any Or All Losses And Damages For Destructions To Property Or Death/injuries Sustained By The Department Of Tourism Regional Office Xii, Its Employees, And Guests, Which Are Directly Attributable To The Negligence, Fault, Laxity, Unlawful Act, Or Misconduct Of The Contractor Or Any Of Its Officers Or Security Guards. Provide Insurance Coverage Or Pay For Life Insurance Premiums For Its Security Guards. Comply With The Reportorial Requirements Prescribed By The Department Of Tourism Regional Office Xii Relative To The Contractual Obligations Under The Contract. Comply With All Other Applicable Laws, Rules, And Regulations. The Department Of Tourism Regional Office Xii Shall: Allocate The Total Amount Of Seven Hundred Ninety-seven Thousand And Seven Hundred Eighty-one Pesos And 96/100 Only (php797,781.96) Inclusive Of All Government Taxes And Other Fees And Charges, As The Approved Budget For The Contract (abc) To Cover The Payment Of The Services Rendered By The Security Personnel Deployed Thereat By The Winning Contractor. Pay The Winning Contractor The Monthly Billing Rates Stipulated In Said Contract, Subject To Existing Government Auditing And Accounting Rules And Regulations, For And In Consideration Of The Services Rendered By Security Personnel Deployed By The Winning Contractor And Upon Presentation Of Its Semi-monthly Personnel Payment And Affidavit Or Sworn Certification That It Has Paid The Salaries And Benefits Of Its Personnel For The Period Covered, Per Submitted Payroll, And Remitted The Corresponding Premiums To Pag-ibig, Sss, Philhealth, Ecc, Etc. Rights Of Contractor And Department Of Tourism Regional Office Xii The Contractor Shall: Collect Lawful Charges For The Services Rendered, Upon Submission Of Reportorial Requirements And Compliance With The Terms Of The Contract. Confer Or Meet With The Authorized Representatives Of The Department Of Tourism Regional Office Xii On Issues And Concerns About The Proper Implementation Of The Contract. The Department Of Tourism Regional Office Xii Shall: Develop Together With The Contractor A Security Plan. Require The Contractor To Submit Supporting Documents As A Basis For Payment Of Services Rendered By Its Security Guards. Terminate And/or Cancel The Contract As May Be Provided For Therein. Exercise Functional And Operational Supervision Over The Security Guards Deployed Under The Contract For Its Proper Implementation. Qualifications Of The Contractor The Contractor Should Have The Necessary Eligibility, Experience And Expertise In Providing The Security Services, As Provided In The Technical Specifications. Liquidated Damages Where The Contractor Refuses Or Fails To Satisfactorily Complete The Work Within The Specified Contract Time, Plus Any Extension Time Duly Granted, And Is Thereby In Default Under The Contract, The Contractor Shall Pay Department Of Tourism Regional Office Xii For Liquidated Damages, And Not By Way Of Penalty, An Amount, As Provided In The Conditions Of The Contract, Equal To One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Department Of Tourism Regional Office Xii May Rescind Or Terminate The Contract, Without Prejudice To Other Courses Of Action And Remedies Available Under The Circumstances Such As But Not Limited To Forfeiture Of Performance Security And/or Blacklisting Of The Contractor. For Entitlement To Such Liquidated Damages, Department Of Tourism Regional Office Xii Need Not Prove The Damages Actually Incurred. Said Damages In Any Amount Shall Be Deducted From Any Money Due Or Which May Become Due To The Contractor Under The Contract And/or Collect Such Liquidated Damages From The Retention Money Or Other Securities Posted By The Contractor At The Dot 12’s Convenience. Force Majeure If A Force Majeure Situation Arises, The Contractor Shall Promptly Notify The Department Of Tourism Regional Office Xii In Writing Of Such Condition And The Cause Thereof. Unless Otherwise Directed By The Department Of Tourism Regional Office Xii In Writing, The Contractor Shall Continue To Perform Its Obligations Under The Contract As Far As Is Reasonably Practical, And Shall Seek All Reasonable Alternative Means For Performance Not Prevented By The Force Majeure. Reservation Clause The Department Of Tourism Regional Office Xii (dot 12) Reserves The Right To Reject Any Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Before The Contract Award By Section 41 Of R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Payment Terms: Suppliers Will Submit A Delivery Invoice To The Department Of Tourism Xii. The Invoice Amount Should Match With The Purchase Order (p.o.) Amount Issued By The Supplier. The Payment Will Be Made In A Check Address To The Supplier. The Deadline For Submission Of The Quotation Shall Be On February 18, 2025, 10am. The Bidders Shall Send Via Courier Or Email Their Duly Accomplished Quotation Together With The Eligibility Requirements To Department Of Tourism Xii, Ground Floor Sanle Bldg., Benigno C. Aquino St., Cor. Lapu-lapu St., Koronadal City 9506 Or Via Email Bidsandawards@dot12.org. Late Submissions Shall Be Rejected. Instructions: The Bidders Shall Submit The Following Eligibility Documents In Addition To The Prescribed Quotation Form: The Bidders Shall Submit The Following Eligibility Documents In Addition To The Prescribed Quotation Form: Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Whichever Is Applicable; Mayor’s Permit Issued By The City Or Municipalities Where The Principal Place Of Business Of The Prospective Bidder Is Located; Duly Notarized Omnibus Sworn Statement (for Abcs Above Php 50,000) Valid Philgeps Registration Certificate; And Latest Income/business Tax Return (for Abcs Above Php 500,000) / Tax Clearance All Entries Shall Be Type Or Written In Clearly Legible Manner In Indelible Ink. Prices Are Inclusive Of Taxes, Delivery And Other Incidental Costs.
Closing Date18 Feb 2025
Tender AmountPHP 797.7 K (USD 13.7 K)
Nueva Ecija University Of Science And Technology - NEUST Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac) Will Conduct Early Procurement Activities (epa) For The Following Project Funded By Nep/gaa 2025 In Accordance With The Guidelines On The Implementation Of Epa. Interested Entities Are Hereby Invited To Bid For The Following: Name Of Project: Hospitality And Tourism Management Virtual-reality Laboratory Set/package Location: Neust Cabanatuan City Approved Budget For The Contract: Php5,500,000.00 Contract Duration: 90 Calendar Days Source Of Fund: Nep/gaa 2025 Cost Of Bidding Documents: Php10,000.00 Project Description: 1lot/package Item No. Item & Description Quantity Unit 1 Hospitality And Tourism Management Virtual-reality Laboratory Set/package A. 90 Pcs. Virtual Reality Device (head Goggles And Hand So) B. 3 Units 50 Inches 4k Led Smart - 4k Uhd - Smart Tv - Bluetooth Connectivity, Hdr, Wireless Connectivity C. 3 Units All-in-one Computer - Apple M4 Chip With 10-core Cpu, 10-core Gpu, 16-core Neural Engine - 24" 4.5k Retina Display² - Standard Glass - 16gb Unified Mem9ory 512gb Ssd Storage - Four Thunderbolt 4 Ports Gigabit Ethernet - Magic Mouse - Magic Keyboard With Touch Id - Us English D. Simulation Program Software • Hotel Operations And Services - Hotel Section / Department Familiarization - Hotel Room Housekeeping Procedure (cleaning And Bed Preparation) - Housekeeping Tools And Equipment Familiarization • Food And Beverage Operations And Services - Restaurant Section/department Familiarization - Bar Tools And Equipment Familiarization - Kitchen Tools And Equipment Familiarization - Bartending And Cocktail Mixing - Food Service Procedures • Tourism And Travel Management - Phase 1 O Philippine Virtual Tour & Tourism Destination (360 Vr Tour) O Wonders Of The World (famous International Tourism Destination) (360 Vr Tour) O Country Familiarization (map And Flag Of The World) O Philippine And Tourism Geography (map, Province, Capital, Municipality, Culture) - Phase 2 O Travel Booking Simulation (using Global Distribution System) O Travel Agency Facility Familiarization O In-flight Safety Demonstration And Familiarization (aircraft) O Cruise Ship Vessel Familiarization 1 Set 2 Global Distribution System (gds) With Hotel Property Management System (pms) – Package/set A. 3 Units – Server Computer - Processor: 1 X Intelâ® Xeonâ® E3-1220v3 Quad Core Processor (3.10ghz/80w) - Cache: 8mb L3 Cache - Memory: 4gbâ 1 X 4gb Ddr3-1333 Unbuffered Ecc Memory - Expansion Slots • 1 X Pcieâ® 3.0 X16 • 1 X Pcieâ® 2.0 X4 (x8 Connector) • 1 X Pcieâ® 2.0 X1 (x4 Connector) • 1 X Pci - Graphics: Intel Hd P4600 Graphics - Ethernet: Onboard Gigabit Lan (intel� 82576eb) - Power Supply: 500w 80 Plus Bronze Certified Efficient Fixed Power Supply - Storage: 1 X 500gb 3.5†Sata 7200rpm (up To 4 X 3.5†Sata Hdd) - Chassis Form Factor: Tower Chassis - Optical Drive: Dvd-rw - Dimensions: 180 (w) X 450 (d) X 358 (h) Mm (7.1 X 17.7 X 14.1 Inches) - Weight: 7.9- 12.4 Kg (17.4-27.3 Lbs.) - Os Support: Windows 11 Os 64 Bit - Security And Service Features • Chassis Intrusion Alert, • Admin/user Password, • Device Boot Control, • Power On Password, • Setup Password - Emissions Classification (emc) • Fcc (class B) Bsmi (class A) - Accessories: Keyboard And Mouse - Warranty: 3 Years Warranty On Parts, 1 Year On Labor, 1 Year On-site - Monitor: 20 Inches Led Monitor With Hdmi/ Vga Inputs A. Comprehensive Travel Distribution And Hotel Management Solution Software - Gds Core Features - Airline Reservations, Hotel Booking, Car Rentals, Ancillary Services, Payment Integration, And Customer Experience Enhancements. - Hotel Property Management System (pms) Features • Reservation And Front Desk Management O Dashboard For Reservations. O Room Availability And Rate Management. O Check-in/check-out Processing. Housekeeping Module O Task Updates For Housekeeping Staff. O Room Status Management (clean, Occupied, Out Of Service). Inventory And Revenue Management Dynamic Pricing Based On Demand And Seasonality. Room Inventory Distribution To Online Travel Agents (otas) And Gds Channels. • Customer Relationship Management (crm) Guest Profiles With History And Preferences. Automated Communication (confirmation Emails, Pre-arrival Messages). • Billing And Payments (mockup Payments Only) Integrated Billing For Services (room Stays, Minibar, Spa, Etc.). Secure Online And Offline Payment Options. Reporting And Analytics Customizable Reports (occupancy, Revenue, Guest Demographics). Business Insights For Demand Forecasting And Trend Analysis. Advanced Features For Gds + Pms Integration Unified Booking Engine: A Single Platform For Travel Agents To Book Hotels Channel Management: Automatic Synchronization Of Room Availability And Pricing Across Otas, Gds, And Direct Booking Channels. Software Specification Windows Executable Supports Windows 10 & 11 Unlimited Installations To Any Computer Software License Custom Developed For Neust Hrm, This Means That The Full Ownership Of This Application Or Software Will Be Neust Htm Updates Are Free For Up To 3 Years 1 Set 3 Point Of Sales Simulation For Retail And Restaurant Operations – Package/set A. 6 Units - Android Tablet Connectivity: Sim: Nano-sim, Esim - Cellular Model; Wifi Display: 8.7 Inches, 214.9 Cm2 (~81.7% Screen-to-body Ratio) Resolution: 800 X 1340 Pixels, 5:3 Ratio (~179 Ppi Density) Platform/ Os: Android 13, Upgradable To Android 14, One Ui 6.1 Chipset: Mediatek Helio G99 (6 Nm) Cpu: Octa-core (2x2.2 Ghz Cortex-a76 & 6x2.0 Ghz Cortex-a55) Gpu: Mali-g57 Mc2 Memory: Card Slot, Microsdxc (dedicated Slot) Internal: 128gb 8gb Ram A. 6 Units - Portable Bluetooth Receipt Printer Support Cash Drawer Drive Parallel, Serial, Usb, Lan Interface Optional Built-in Data Buffer(able To Receive New Data While Printing) Character Can Be Enlarged, Adjusted Line Spacing Left And Right Spacing, As Well As Bold And Underline Support Different Density Nv Bitmap Download And Printing Esc/pos Compatible, Setting Dip Switch To Choose Characters And Fonts Support Configuration Through Web Multiple Connect Printing Through Software Binding To Set Printer Identification Support International Language A. Pos Simulation And Training Software For Retail And Restaurant Operations Simulation Modules: -retail Operations: Barcode Scanning, Payment Processing (mock-up Cash, Card, Digital Wallets), Refunds, And Discounts. - Restaurant Operations: Table Ordering, Kitchen Communication, Split Bills, And Menu Updates. Interactive Dashboard: Real-time Analytics For Tracking Sales, Errors, And Performance Metrics During Training. Admin And Trainer Tools: Ability To Create Custom Scenarios, Define Learning Objectives, And Review Performance. Lifetime Ownership: No Recurring License Fees; Updates For Educational Purposes Included. Software Specification Android Application;supports Android 13 - 16 Operating Systems; Unlimited Installations To Any Android Tablet Device Software License Custom Developed For Neust Htm, This Means That The Full Ownership Of This Application Or Software Will Be Neust Htm Updates Are Free For Up To 3 Years 1 Set The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 5.5 Million (USD 94.7 K)
MPWIK W M ST WARSZAWIE S A Tender
Others...+1Electrical and Electronics
Poland
Details: The Ordering Party Invites You to Participate in a Tender Proceeding for: Servicing of Power Tools, Divided into Tasks: Task No. 1: Performing an Inspection, Calibration and Scanning of Electrofusion and Butt Welders +gf+ For a Water Supply Plant. Task No. 2: Servicing a Nowatech Butt Welder For a Water Supply Plant, On the basis of § 7 Sec. 2 Item 1) of Regulations R-pzp-02 Awarding by the Municipal Water and Sewage Company in the Capital City of Warsaw Sa of Public Procurements Not Covered by the Obligation to Apply the Public Procurement Law - Edition 01 (published on the website www.mpwik.com.pl), The Conditions of Participation in the Proceedings and Submission of Offers are specified in the Specification of Procurement Terms (swz) located in the Attachments Tab. Attention! 1. The offer should be submitted by filling in the offer fields and providing the VAT rate in the Detailed Offer Form. 2. You should not submit your own offers in the form of attachments. We also ask you not to attach additional documents to the offer that are not required.
Closing Date17 Feb 2025
Tender AmountNA
691-700 of 718 archived Tenders