Ups Tenders
Ups Tenders
Municipality Of Kauswagan, Lanao Del Norte Tender
Telecommunication Services
Philippines
Details: Description Qty Unit Item Description 1 Unit Fiber Optic Patch Panel (for Mdf) Premium Line 19” Fiber Optic Patch Panel, Main Body, Black 1 Pc Premium Line Splice Cassette Fro 12-port, Gray 2 Pcs Premium Line Fiber Optic 12 Pack Pigtail Sc-upc, Sm 9/125um, 0.9mm, Pvc, 1m 2 Pcs Premium Line 8 Port Sc, Adapter Panel, Simplex, Sm, Fully Loaded, Black 3 Pcs 1 Unit Rg-nbr6215-e (router) 8x10/100/1000 Base-t Ports, 1x100/1000 Base-x Port, 1x10gb Base-x Port, 2usb Ports And 1 Console Port; 1500 Recommended Concurrent Clients, 2.5 Gbps Maximum Throughput; Suport Ruijie Cloud App And Platform Manegement 1 Unit Rg-nbr-hdd-1t (1tb Hdd) 1 Unit Rg-nbf5200m-8fs16gt4xs (e-lighten Pon L3 Switch) Passive Optical Networking Support Core Switch + Olt 2 In 1 For Flexible Networking 10g Uplink 6kv Surge Protection Reducing The Risk Of Port Damage Free Layer 3 Cloud Management 8 Units Om-ge-sfp-10km-sm1490 (gigabit Pon Transceiver) 1x32 Split 2 Pcs Xg-sfp-aoc1m (uplink Cable) 10gbase Sfp+optical Stack Cable (included Both Side Transceiver) 1 Meter 4 Pcs Premium Line Sc/upc-sc/upc Duplex Single Mode, 9/125 Patch Cord 3 M, 3.0mm, Lsoh (pon Transceiver To Foc Patch Panel) 1 Unit 3kva Online Ups Rack Mounted (mp Rt 3ks) 1 Assembly Foc Splicing Dome Premium Line Fiber Optic Dome Type Splice Enclosure, 2 In – 2 Out, 24 Core, Black 1 Set Protection Sleeve For Optic Fiber Fusion Splice 24 Pcs Banding Band Banding Buckle 8 Assembly Node Box (distribution Post) Era-d500 Cctv Box (500 X 400 X 180cm) Banding Band Banding Buckle 8 Assembly Fiber Ftth Box (8 Ports) Premium Line Ftth Distribution Box, 8 Ports, Sc Simplex Type, Without Adapters 1 Pc Premium Line Fiber Optic Pigtail Sc-upc, Sm 9/125um, Lsoh, 1m 8 Pcs Premium Line Sc/pc Simplex Sm Adapter, Zirconia Ceramic Sleeve, Blue 8 Pcs 8 Units Rg-spl2016-sc (16 Pon Splitter) 2 Points 16 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 1 Pc Premium Line Sc/upc-sc/upc Simplex Single Mode, 9/125 Patch Cord 2 M, 3.0mm, Lsoh (uplink From Ftth To Splitter) 8 Assembly Node Box (distribution Post) Era-d500 Cctv Box (500 X 400 X 180cm) Banding Band Banding Buckle 8 Assembly Fiber Ftth Box (16 Ports) Premium Line Ftth Distribution Box, 16 Ports, Sc Simplex Type, Without Adapters 1 Pc Premium Line Fiber Optic Pigtail Sc-upc, Sm 9/125um, 0.9mm Lsoh, 1m 16 Pcs Premium Line Sc/pc Simplex Sm Adapter, Zirconia Ceramic Sleeve, Blue 16 Pcs 8 Units Spl2016-sc (16 Pon Splitter) 2 Points 16 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 2 Units Spl2032-sc (32 Pon Splitter)2 Points 32 Equally Divided Sc Interface Iron Shell Rack-mountable Plc Optical Splitter 1 Lot Independent Data Back Up Stand Alone Data Supply With Hardware 4 Units Nbf2100s-8gt1sc-p (8p Wired Poe Onu) 8-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 4 Units Nbf2100s-8gt1sc-p (8p Wired Non-4poe Onu) 8-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 4 Units Nbf2100s-16gt1sc-p (8p Wired Poe Onu) 16-port Gigabit Access 1-port Gigabit Sc Optical Splitting Uplink Light Network Management Poe Optical Access Switch (onu) 8 Assembly Data Outlet (fiber Optic Wall-mounted) Premium Line Fiber Optic Sc Duplex Faceplate 86x86 1-port Ral 1013 1pc Premium Line Category 6 90º Unshielded Shutter Slim Keystone Jack, 110 Type Whitek 1 Pc Utility Box 25 Pcs Premium Line Sc-upc-sc/upc Simplex Single Mode, 9/125 Patch Cord 2 M, 3.0mm, Lsoh (data Outlet To Onu) 4000 Meters Premium Line Fiber Optic Outdoor Aerial Ftth Drop Flat Cable W/ Two Frp Strength Member, Sm 9/125 G657a2, 2 Core, Solid Steel Wire Messenger, Lsoh, Black, 2km Reel (node Box To Home) 1 Lot Internet Bandwith Supply In Different School And Offices (1 Year) Including Back Up And Management Of Network 1 Lot Installation/commissioning/technical Expertise/transportation/mobilization And Tools/equipment/maintenance
Closing Date3 Jan 2025
Tender AmountPHP 8 Million (USD 138 K)
Don Emilio Del Valle Memorial Hospital Tender
Software and IT Solutions
Philippines
Details: Description Item Quantity Unit Articles Estimated Price Unit Price 1 5 Unit Computer Desktop (based On Doh Standards, Not Integrated) Specification: 1. Branded - Traditional Tower Desktop 2. Processor: Intel Core I5 Or Up 3. Base Frequency: 2.9 Ghz. 4. Turbo Frequency: 4.8 Ghz. 5. Cache: 16mb Cache 6. No. Of Cores: 8 Cores 7. Lithography: 14mm 8. Threads: 16 Threads 9. Thermal Design: 69w 10. Memory: 8gb Ram Or Higher 11. Storage/hard Disk: 500gb Or Higher Hard Drive, 7200rpm, 3.5 + 256gb Solid State Drive 12. Graphics/video Processor: 4gb 13. Network Interface: Gigabit Ethernet 10/100/1000 14. Wireless Lan: Wi-fi 802.11 Ax; Bluetooth Version 5.0 15. Standard I.o Ports: Front: Two (2) Usb 3.0 Ports; Two (2) Usb 2.0 Ports; Rear: Two (2) Usb 3.0 Ports; Two (2) Usb 2.0 Ports; 16. One (1) Usb Type C Port 17. One (1) Headphone/speaker/combo Jack 18. One (1) Ethernet Rj-45 Port 19. One (1) Hdmi Port 20. One (1) Display Port 21. Pointing Devise: Usb Optical Mouse With No. Mouse Pad 22. Input Device; Usb Keyboard With Numeric Keypad 23. Security: Usb Enabled/disable (via Bios) Power- On Password (via Bios) Setup Password (via Bios) 24. Operating System: Windows 10 Professional 64- Bit Or Higher 25. Software: Ms Office 2013 Or Higher Standard Edition Full Display Screen: 1. Branded 2. 21.5" Led Monitor (vga) + Hdmi) 3. Resolution: 1920 X 1080 70,000.00 2 1 Set Computer Laptop Specification: 1. Branded 2. Operating System: Windows 10 Pro 64 Or Higher 3. Processor: Amd Ryzen 5 5600u (up To 4.2 Ghz Max Boost Clock, 16 Mb L3 Cache, 6 Cores, 12threads) / Or Equivalent 4. Processor Family: Amd Ryzen 5 Processor / Or Equivalent 5. Chipset: Amd Integrated Soc 6. Memory: 8gb Ddr4 -3200 Mhz Ram (onboard) Or Higher 7. Transfer Rates Up To 3200 Mt/s. 8. Number Of User -accessible Memory Slots: 0 9. Storage: 1 Tb M.2 Ssd 10. 25 Gb Dropbox Storage For 12 Months 11. Graphics: Integrated: Amd Radeon Graphics; 12. Software: Ms Office 2013 Or Higher Standard Edition Full 13. Audio: Audio By B&o; Dual Speakers; Hp Audio Boost 14. Power: 65 W Smart Ac Power Adapter; 15. Battery Type: 3 -cell, 43wh Li-ion Polymer 175 G 16. Wireless Connectivity: Realtek Wi-fi Certified 6 2x2) D Q G % Ox5.2 Combo (supporting Gigabit Data Rate 60,000.00 3 5 Unit Computer Printer Specification: 1. Branded 2. Printer Type: All In One Printers 3. Double Sided Printing: Yes 4. Print Method: Inkjet 5. Printer Features: Auto Duplex Printing, Borderless Printing, Integrated Ink Tank System 6. Ports/ Interface: Usb 2.0 7. Print Colour: Colour 8. Printer Connectivity Type: Air Print, Usb, Wifi 9. Paper Input - Paper Tray #1 - Portrait: A4, Letter, Legal, Mexico Legal, India Legal, Folio, Executive, B5, A5, B6, A6, C5 Envelope, Com-10, Dl Envelope, Monarch, Photo (4" X 6")/(10 X 15 Cm), Photo 2l (5" X 7")/(13 X 18 Cm), Index Card (5" X 8")/(13 X 20 Cm) 10. Automatic Document Feeder: Yes 11. Adf Capacity: 10-20 Sheets 12. Power Source: Ac 220 - 240v 50/60hz 13 6 Xs S Ru W Hg 26 :, 1 ' 2 : Lqg7 Sp1/8.1/10 Server 2008/2008 R2/2012/2012 R2/2016 18,000.00 4 1 Unit Scanner Machine Specification: 3-pass Duplex Adf Scanner Type: A4 Flatbed Colour Image Scanner Optical Resolution: 1200 X 1200 Dpi Output Resolution: 501,200 Dpi (in 1 Dpi Increments) Max Document Size: 216 X 297mm Connectivity: Usb 3.0 Supported Os And Applications: Windows Xp / Vista / 7 / 8 / 8.1 / 10, Windows Server 2003 / 2008 / 2012, Mac Os X 10.6.8 Or Later With Free Bundled Applications 34,000.00 5 5 Unit Uninterruptible Power Supply Specification: 1. Branded 2. 1kva Uninterruptible Power Supply (ups) 3. 1000 Va Capacity W/ Built -in Avr 4. Available 4 Outlets At 220 Volts Output 5. Provides Lighting, Transient, Overload 7 Short Circuit Protection 6. 100v -220v At 50 -60 Hz Operation *warranty For All Device And Ict Equiptment: One (1) Year On Parts And Labor From Authorized Service Centers With Global Repair Coverage. *warrants That The Devices/product Purchased, Including Hardware Components And Accompanying Accessories, Shall Be Free From Defects In Material And Workmanship From The Date Of Purchase. * Provides With Prompt And Efficient Support To Address Any Inquiries Or Concerns Related To The Devices/products. * In The Event That The Device/product Develop A Covered Defect During The Warranty Period, And Service Requires The Devices/products To Be Shipped, The Supplier Will Cover The Cost Of Shipping Both Ways For Valid Warranty Claims Within The Warranty Period. Or Replaced The Product/device If Unrepairable Within The Covered Warranty Period. 8,000.00
Closing Date5 Feb 2025
Tender AmountPHP 574 K (USD 9.8 K)
Infanta quezon Water District Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 02-007-s25 Request For Quotation (rfq) For “supply And Delivery Of All-in-one Computer & Printer” 1. The Infanta (quezon) Water District (iqwd) Referred To As The “purchaser” Now Requests The Submission Of A Price Proposal For The Procurement Of The Above-stated Item Described In The Technical Specifications/schedule Of Requirements With An Approved Budget For The Contract (abc) Of One Hundred One Thousand Pesos (₱ 101,000.00) 2. Attachment 1 Provides A Set Of Technical Specifications. All Items And Jobs Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any Of The Requirements May Result In The Proposal Being Rejected. 3. Procurement Procedures Will Be Conducted By The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. The Iqwd Intends To Evaluate The Bid/proposal On A Lump Sum Basis, And An Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations/proposals And Other Requirements Must Be Delivered At The Address Below Not Later Than 1:30 P.m., February 10, 2025, At Infanta (quezon) Water District (iqwd) Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon. 6. Interested Bidders May Acquire/download Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And Iqwd’s Website. 7. Prices Must Be Quoted In Philippine Pesos And Include The Unit Price And Total Price, Including All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 8. Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “supply And Delivery Of All-in-one Computer And Printer” Or You May Send Your Bid/proposal Through Courier. 9. Bids/proposals Shall Be Valid For Sixty (60) Calendar Days From The Deadline For Submission Of Bids. 10. The Contract Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order. The Supplier/contractor Should Inform The Purchaser Three (3) Days Before Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And Bac Before The Event, If Any, Shall Be Awarded The Contract. 12. The Supplier That Submitted The Lowest Calculated Responsive Bid/proposal, And Passed The Ocular Inspection Conducted By The End User And Bac Before The Event, If Any, Shall Be Awarded The Contract. 13. Proposals Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission Of Documentary Requirements B. Compliance With Technical Specifications/schedule Of Requirements C. Price 14. Delivery Site: Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 15. The Applicable Rate For Late Deliveries Is One-tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Amount. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 16. The Purchaser Reserves The Right To Accept Or Reject Any Proposal And To Annul The Procurement Process Or Reject All Proposals Before Contract Award, Without Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Does Not Materially Affect The Material's Overall Functionality And The Supplier's Capability To Perform The Contract. 17. The Prospective Bidder Shall Submit The Following Documentary Requirements: A. Duly Signed Request For Quotation (rfq) Form B. Technical Specifications/schedule Of Requirements C. Mayor’s/business Permit D. Philgeps Registration Number/certificate E. Income/business Tax Return (for Abcs Above P500k) F. Notarized Omnibus Sworn Statement Gerry C. Bustonera Bac Chairperson Attachment 1 Technical Specifications/schedule Of Requirements The “procurement Of All-in-one Computer & Printer” Shall Be Delivered And Completed Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order By The Supplier. Item No. Description/specifications Qty. Unit 1 All-in-one Computer 1 Unit Processor: Intel Core I5, 13th Gen Memory: 256 Gb Ssd + 1tb Hdd Graphics: Intel Uhd Graphics Psu Display Screen: 24” 1920x1080 Resolution Hd Camera Gigabit Lan + Wlan + Bluetooth 5.0 *standard I/o Ports: Usb 3.0 Gen. Usb 2.0 Headphone/speaker, Mic, Vga Port/ Display Port, Hdmi Port Peripherals/accessories: Keyboard & Mouse Os/software: Licensed Windows 10 Or 11, Licensed Microsoft Office For Home & Student, Internet Security W/ Anti-virus Ups, 650 Va 2 Printer (all-in-one Ink Tank Printer) 1 Unit Print, Scan, Copy Compact Integrated Tank Design Print Speed Up To 14ipm For Black And 8.0ipm For Colour Auto-duplex Printing Adf Capacity Ethernet & Wi-fi Direct Borderless Printing Space-saving Design, Spill Free Refilling Superb Quality And Cost-savings Large Paper Capacity High Speed Printing Heat-free Technology Precision Core Printhead 400 X 1 Nozzles Black, 128 X 1 Per Color (cyan, Magenta, Yellow) 4800 X 1200 Dpi Colour Lcd Screen Paper Size: Legal (8.5 X 14”) , 8.5 X 13”, Letter, A4, B5, A5, A6, Hagaki (100 X 148mm), 16k (125 X 270mm) Indian-legal (215 X 345 Mm), B6, 5x7”, 4x6”, Envelopes #10, Dl, C Ac 220-240 V/50-60 Hz ***nothing Follows*** Requirements: Please Indicate The Brand, And Model And Attach Brochures/ And/or Literature Of The Offered Product.
Closing Date10 Feb 2025
Tender AmountPHP 101 K (USD 1.7 K)
Municipality Opole Lubelskie Tender
Software and IT Solutions
Poland
Details: Title: „rozwój Cyberbezpieczeństwa Oraz Uzupełnienie Infrastruktury Sprzętowej W Gminie Opole Lubelskie”
description: 2. Przedmiot Zamówienia Podzielony Jest Na Poniższe Części: - Część Nr 1 – „dostawa Sprzętu I Oprogramowania Informatycznego” - Część Nr 2 – „dostawa Urządzeń Drukujących” 3. Przedmiot Zamówienia W Zakresie Części 1 Jest Finansowany Ze Środków Programu Fundusze Europejskie Dla Lubelskiego 2021-2027, Ii Osi Priorytetowej Transformacja Gospodarcza I Cyfrowa Regionu, Działania 2.1 Cyfrowe Lubelskie. 4. Przedmiot Zamówienia W Zakresie Części 2 Jest Finansowany Ze Środków Programu Fundusze Europejskie Dla Lubelskiego 2021-2027, Ii Osi Priorytetowej Transformacja Gospodarcza I Cyfrowa Regionu, Działania 2.1 Cyfrowe Lubelskie. 5. Zamówienie Obejmuje: 1) Część 1 – Dostawa Sprzętu I Oprogramowania Informatycznego, W Skład Której Wchodzą Następujące Elementy Zamówienia: A) Wyposażenie Serwerowni - Zakup Serwera Z Systemem Operacyjnym (2 Szt.) B) Wyposażenie Serwerowni - Zakup Macierzy Dyskowej (1 Szt.) C) Wyposażenie Serwerowni - Zakup Urządzenia Nas (1 Szt.) D) Wyposażenie Serwerowni - Zakup Licencji Oprogramowania Backup (1 Szt.) E) Wyposażenie Serwerowni - Zakup Ups (2 Szt.) Dostawa Powyższego Sprzętu Informatycznego Obejmuje Jego Dostawę, Instalację I Konfigurację. 2) Część 2 – Dostawa Urządzeń Drukujących, W Skład Której Wchodzą Następujące Elementy Zamówienia: A) Wyposażenie Stanowiska Kancelaryjnego - Zakup Drukarek Kodów Kreskowych (5 Szt.) B) Wyposażenie Stanowiska Do Digitalizacji - Zakup Plotera Ze Skanerem (1 Szt.) Dostawa Powyższego Sprzętu Obejmuje Jego Dostawę, Instalację I Konfigurację. 6. Szczegółowy Opis Przedmiotu Zamówienia Wraz Z Określeniem Minimalnych Wymagań Został Przedstawiony W Załączniku Nr 1 Do Swz – Szczegółowy Opis Przedmiotu Zamówienia (sopz). 8. Zamawiający Informuje, Że Tam, Gdzie Zamawiający Opisał Przedmiot Zamówienia Przez Odniesienie Do Norm, Europejskich Ocen Technicznych, Aprobat, Specyfikacji Technicznych I Systemów Referencji Technicznych, Dopuszcza Się Rozwiązania Równoważne Opisywanym. Zamawiający Informuje, Że Tam, Gdzie W Swz Oraz Jej Załącznikach Opisał Przedmiot Zamówienia Przez Wskazanie Znaków Towarowych, Patentów Lub Pochodzenia, Źródła Lub Szczególnego Procesu, Który Charakteryzuje Produkty Dostarczane Przez Konkretnego Wykonawcę, Co Mogłoby Doprowadzić Do Uprzywilejowania Lub Wyeliminowania Niektórych Wykonawców Lub Produktów, Zamawiający Dopuszcza Rozwiązanie Równoważne Opisywanym Pod Warunkiem, Że Będą One O Nie Gorszych Właściwościach I Jakości. Wykonawca, Który Powołuje Się Na Rozwiązania Równoważne Opisywanym Przez Zamawiającego, Jest Obowiązany Udowodnić W Swojej Ofercie, Że Proponowane Rozwiązania W Równoważnym Stopniu Spełniają Wymagania Określone W Opisie Przedmiotu Zamówienia. 9. Zamawiający Dopuszcza Możliwość Składnia Ofert Częściowych. Wykonawca Może Złożyć Ofertę Na Dowolną Ilość Części Zamówienia. Każda Oferta Będzie Oceniana Odrębnie Dla Każdej Części Zamówienia, Dla Której Została Złożona. 10. Zamawiający Nie Dopuszcza Składania Ofert Wariantowych. 11. Zamawiający Nie Przewiduje Zawarcia Umowy Ramowej. 12. Zamawiający Nie Przewiduje Wyboru Oferty Najkorzystniejszej Z Zastosowaniem Aukcji Elektronicznej Oraz Udzielenia Zamówień Powtarzających Się. 13. Zamawiający Nie Przewiduje Możliwości Udzielania Zamówień, O Których Mowa W Art. 214 Ust. 1 Pkt 7) I Pkt 8) Ustawy. 14. Zamawiający Nie Wymaga I Nie Dopuszcza Złożenia Ofert W Postaci Katalogów Elektronicznych Lub Dołączenia Do Ofert Katalogów Elektronicznych. 15. Zamawiający Nie Zastrzega Możliwości Ubieganie Się O Wykonie Zamówienia Wyłącznie Przez Wykonawców, O Których Mowa W Art. 94 Ustawy. 16. Zamawiający Nie Przewiduje Wymagań W Zakresie Zatrudnienia Na Podstawie Stosunku Pracy, W Okolicznościach O Których Mowa W Art. 95 Ustawy. 17. Zamawiający Nie Określa Dodatkowych Wymagań Związanych Z Zatrudnianiem Osób, O Których Mowa W Art. 96 Ust. 2 Pkt. 2) Ustawy. Ix. Informacje O Środkach Komunikacji Informacje O Wymaganiach Technicznych I Organizacyjnych Sporządzania, Wysyłania I Odbierania Korespondencji Elektronicznej 1. Postępowanie Prowadzone Jest W Języku Polskim. 2. Komunikacja Pomiędzy Zamawiającym A Wykonawcami, W Szczególności Składanie Oświadczeń, Wniosków, Zawiadomień Oraz Przekazywanie Informacji (innych Niż Oferta Wykonawcy), Odbywa Się Przy Użyciu Środków Komunikacji Elektronicznej, Tj. Platformy Zamówień Publicznych Zetopzp: Ttps://pzp.opolelubelskie.pl/, Poczty Elektronicznej:sekretariat@opolelubelskie.pl, Którą Należy Traktować Wyłącznie Jako Tzw. ,,awaryjną’’, W Przypadku Problemów Technicznych. 3. Wykonawca Zamierzający Wziąć Udział W Niniejszym Postępowaniu O Udzielenie Zamówienia Publicznego, Musi Posiadać Konto Na Platformie Zamówień Publicznych Zetopzp. 4. Wymagania Techniczne I Organizacyjne Sporządzania, Wysyłania I Odbierania Korespondencji Elektronicznej, Zostały Opisane W Regulaminie Korzystania Z Platformy Zakupowej Zetopzp W Zakładce ,,pomoc’’. Sposób Sporządzenia, Wysyłania I Odbierania Korespondencji Elektronicznej Musi Być Zgodny Z Wymaganiami Określonymi W Rozporządzeniu Wydanym Na Podstawie Art. 70 Pzp. 5. Wykonawca, Przystępując Do Niniejszego Postępowania O Udzielenie Zamówienia, Akceptuje Warunki Korzystania Z Platformy Zakupowej, Tj. Zetopzp, Określone W Regulaminie Zamieszczonym Na Stronie Internetowej Https://pzp.opolelubelskie.pl/ Oraz Zobowiązuje Się, Korzystając Z Platformy, Przestrzegać Postanowień Regulaminu Korzystania Z Platformy Zakupowej Zetopzp. 6. Maksymalny Rozmiar Plików Przesyłanych Za Pośrednictwem Poczty Elektronicznej/platformy Zakupowej* Wynosi 100 Mb. 7. Za Datę Przekazania Oferty, Wniosków, Zawiadomień, Dokumentów Lub Oświadczeń Elektronicznych, Podmiotowych Środków Dowodowych Lub Cyfrowego Odwzorowania Podmiotowych Środków Dowodowych Oraz Innych Informacji Sporządzonych Pierwotnie W Postaci Papierowej, Przyjmuje Się Datę Złożenia Oferty Na Platformie Zakupowej Zetopzp. C.d W Swz
Closing Date7 Jan 2025
Tender AmountRefer Documents
Municipality Opole Lubelskie Tender
Software and IT Solutions
Poland
Details: Title: „rozwój Cyberbezpieczeństwa Oraz Uzupełnienie Infrastruktury Sprzętowej W Gminie Opole Lubelskie”
description: 2. Przedmiot Zamówienia Podzielony Jest Na Poniższe Części: - Część Nr 1 – „dostawa Sprzętu I Oprogramowania Informatycznego” - Część Nr 2 – „dostawa Urządzeń Drukujących” 3. Przedmiot Zamówienia W Zakresie Części 1 Jest Finansowany Ze Środków Programu Fundusze Europejskie Dla Lubelskiego 2021-2027, Ii Osi Priorytetowej Transformacja Gospodarcza I Cyfrowa Regionu, Działania 2.1 Cyfrowe Lubelskie. 4. Przedmiot Zamówienia W Zakresie Części 2 Jest Finansowany Ze Środków Programu Fundusze Europejskie Dla Lubelskiego 2021-2027, Ii Osi Priorytetowej Transformacja Gospodarcza I Cyfrowa Regionu, Działania 2.1 Cyfrowe Lubelskie. 5. Zamówienie Obejmuje: 1) Część 1 – Dostawa Sprzętu I Oprogramowania Informatycznego, W Skład Której Wchodzą Następujące Elementy Zamówienia: A) Wyposażenie Serwerowni - Zakup Serwera Z Systemem Operacyjnym (2 Szt.) B) Wyposażenie Serwerowni - Zakup Macierzy Dyskowej (1 Szt.) C) Wyposażenie Serwerowni - Zakup Urządzenia Nas (1 Szt.) D) Wyposażenie Serwerowni - Zakup Licencji Oprogramowania Backup (1 Szt.) E) Wyposażenie Serwerowni - Zakup Ups (2 Szt.) Dostawa Powyższego Sprzętu Informatycznego Obejmuje Jego Dostawę, Instalację I Konfigurację. 2) Część 2 – Dostawa Urządzeń Drukujących, W Skład Której Wchodzą Następujące Elementy Zamówienia: A) Wyposażenie Stanowiska Kancelaryjnego - Zakup Drukarek Kodów Kreskowych (5 Szt.) B) Wyposażenie Stanowiska Do Digitalizacji - Zakup Plotera Ze Skanerem (1 Szt.) Dostawa Powyższego Sprzętu Obejmuje Jego Dostawę, Instalację I Konfigurację. 6. Szczegółowy Opis Przedmiotu Zamówienia Wraz Z Określeniem Minimalnych Wymagań Został Przedstawiony W Załączniku Nr 1 Do Swz – Szczegółowy Opis Przedmiotu Zamówienia (sopz). 8. Zamawiający Informuje, Że Tam, Gdzie Zamawiający Opisał Przedmiot Zamówienia Przez Odniesienie Do Norm, Europejskich Ocen Technicznych, Aprobat, Specyfikacji Technicznych I Systemów Referencji Technicznych, Dopuszcza Się Rozwiązania Równoważne Opisywanym. Zamawiający Informuje, Że Tam, Gdzie W Swz Oraz Jej Załącznikach Opisał Przedmiot Zamówienia Przez Wskazanie Znaków Towarowych, Patentów Lub Pochodzenia, Źródła Lub Szczególnego Procesu, Który Charakteryzuje Produkty Dostarczane Przez Konkretnego Wykonawcę, Co Mogłoby Doprowadzić Do Uprzywilejowania Lub Wyeliminowania Niektórych Wykonawców Lub Produktów, Zamawiający Dopuszcza Rozwiązanie Równoważne Opisywanym Pod Warunkiem, Że Będą One O Nie Gorszych Właściwościach I Jakości. Wykonawca, Który Powołuje Się Na Rozwiązania Równoważne Opisywanym Przez Zamawiającego, Jest Obowiązany Udowodnić W Swojej Ofercie, Że Proponowane Rozwiązania W Równoważnym Stopniu Spełniają Wymagania Określone W Opisie Przedmiotu Zamówienia. 9. Zamawiający Dopuszcza Możliwość Składnia Ofert Częściowych. Wykonawca Może Złożyć Ofertę Na Dowolną Ilość Części Zamówienia. Każda Oferta Będzie Oceniana Odrębnie Dla Każdej Części Zamówienia, Dla Której Została Złożona. 10. Zamawiający Nie Dopuszcza Składania Ofert Wariantowych. 11. Zamawiający Nie Przewiduje Zawarcia Umowy Ramowej. 12. Zamawiający Nie Przewiduje Wyboru Oferty Najkorzystniejszej Z Zastosowaniem Aukcji Elektronicznej Oraz Udzielenia Zamówień Powtarzających Się. 13. Zamawiający Nie Przewiduje Możliwości Udzielania Zamówień, O Których Mowa W Art. 214 Ust. 1 Pkt 7) I Pkt 8) Ustawy. 14. Zamawiający Nie Wymaga I Nie Dopuszcza Złożenia Ofert W Postaci Katalogów Elektronicznych Lub Dołączenia Do Ofert Katalogów Elektronicznych. 15. Zamawiający Nie Zastrzega Możliwości Ubieganie Się O Wykonie Zamówienia Wyłącznie Przez Wykonawców, O Których Mowa W Art. 94 Ustawy. 16. Zamawiający Nie Przewiduje Wymagań W Zakresie Zatrudnienia Na Podstawie Stosunku Pracy, W Okolicznościach O Których Mowa W Art. 95 Ustawy. 17. Zamawiający Nie Określa Dodatkowych Wymagań Związanych Z Zatrudnianiem Osób, O Których Mowa W Art. 96 Ust. 2 Pkt. 2) Ustawy. Ix. Informacje O Środkach Komunikacji Informacje O Wymaganiach Technicznych I Organizacyjnych Sporządzania, Wysyłania I Odbierania Korespondencji Elektronicznej 1. Postępowanie Prowadzone Jest W Języku Polskim. 2. Komunikacja Pomiędzy Zamawiającym A Wykonawcami, W Szczególności Składanie Oświadczeń, Wniosków, Zawiadomień Oraz Przekazywanie Informacji (innych Niż Oferta Wykonawcy), Odbywa Się Przy Użyciu Środków Komunikacji Elektronicznej, Tj. Platformy Zamówień Publicznych Zetopzp: Ttps://pzp.opolelubelskie.pl/, Poczty Elektronicznej:sekretariat@opolelubelskie.pl, Którą Należy Traktować Wyłącznie Jako Tzw. ,,awaryjną’’, W Przypadku Problemów Technicznych. 3. Wykonawca Zamierzający Wziąć Udział W Niniejszym Postępowaniu O Udzielenie Zamówienia Publicznego, Musi Posiadać Konto Na Platformie Zamówień Publicznych Zetopzp. 4. Wymagania Techniczne I Organizacyjne Sporządzania, Wysyłania I Odbierania Korespondencji Elektronicznej, Zostały Opisane W Regulaminie Korzystania Z Platformy Zakupowej Zetopzp W Zakładce ,,pomoc’’. Sposób Sporządzenia, Wysyłania I Odbierania Korespondencji Elektronicznej Musi Być Zgodny Z Wymaganiami Określonymi W Rozporządzeniu Wydanym Na Podstawie Art. 70 Pzp. 5. Wykonawca, Przystępując Do Niniejszego Postępowania O Udzielenie Zamówienia, Akceptuje Warunki Korzystania Z Platformy Zakupowej, Tj. Zetopzp, Określone W Regulaminie Zamieszczonym Na Stronie Internetowej Https://pzp.opolelubelskie.pl/ Oraz Zobowiązuje Się, Korzystając Z Platformy, Przestrzegać Postanowień Regulaminu Korzystania Z Platformy Zakupowej Zetopzp. 6. Maksymalny Rozmiar Plików Przesyłanych Za Pośrednictwem Poczty Elektronicznej/platformy Zakupowej* Wynosi 100 Mb. 7. Za Datę Przekazania Oferty, Wniosków, Zawiadomień, Dokumentów Lub Oświadczeń Elektronicznych, Podmiotowych Środków Dowodowych Lub Cyfrowego Odwzorowania Podmiotowych Środków Dowodowych Oraz Innych Informacji Sporządzonych Pierwotnie W Postaci Papierowej, Przyjmuje Się Datę Złożenia Oferty Na Platformie Zakupowej Zetopzp. C.d W Swz
Closing Date7 Jan 2025
Tender AmountRefer Documents
Parks Canada Tender
Civil And Construction...+1Road Construction
Canada
Details: 5p468-24-0110/a - Civil Engineering And Prime Consultant Standing Offer Agreement (soa) - Roadway Projects In Various National Parks In British Columbia, Alberta, Manitoba, And Northwest Territories Offers Received By Fax And Email Will Be Accepted As Official. Parks Canada Is Not Currently Accepting Offers Via Sap Ariba, You Must Submit Your Offer Via Fax Or Email As Indicated In The Solicitation Document. Offers Received In-person Or By Courier Will Not Be Accepted. The Only Acceptable Email Address For Responses To Offer Solicitations Is Soumissionsami-bidsrpc@pc.gc.ca. Offers Submitted By Email Directly To The Contracting Authority Or To Any Email Address Other Than Soumissionsami-bidsrpc@pc.gc.ca Will Not Be Accepted. The Only Acceptable Facsimile For Responses To Offer Solicitations Is 1-855-983-1808. The Maximum Email File Size That Parks Canada Is Capable Of Receiving Is 15 Megabytes. The Offeror Is Responsible For Any Failure Attributable To The Transmission Or Receipt Of The Emailed Offer Due To File Size. The Offeror Should Be Cognisant Of The Size Of The Email As A Whole, And Not Only The Attachments. Please Take Into Consideration That Some Attachments, When Sent, May Be Resized During The Email Transfer. If The Email Size Is Too Large, The Offeror Should Send The Offer In Multiple Emails Properly Labeled With The Solicitation Number, Project Name, And Indicate How Many Emails Are Included (ex. 1 Of 2). Emails With Links To Offer Documents Will Not Be Accepted. Offer Documents Must Be Sent As Email Attachments. Requirement Parks Canada Agency (pca) Is Inviting Consulting Firms With Civil Engineering And Prime Consultant Expertise To Submit Offers For Three (3) Standing Offers. The Selected Consultants Shall Provide A Range Of Services As Identified In The Required Services Section Of This Document. It Is Anticipated A Significant Portion Of The Work Will Occur In The Mountain Parks In British Columbia Where Two (2) Standing Offers Will Be Issued. It Is Also Anticipated That One (1) Standing Offer Will Exist Outside Of This Region (non-mountain Parks). Estimated Value Of Each Standing Offer Agreement (soa): • Mountain Park (soa #1): $10,000,000.00 • Mountain Park (soa #2): $6,000,000.00 • Non-mountain Parks (soa #3): $4,000,000.00 Mountain Parks In British Columbia Include Pacific Rim National Park Reserve, Kootenay National Park, Mount Revelstoke National Park, Glacier National Park And Yoho National Park. Outside Of This Region (non-mountain Parks), The National Parks In British Columbia Include Gulf Islands National Park, And Gwaii Haanas National Park Reserve. The National Parks In Alberta Include Waterton Lakes National Park. The National Parks In Manitoba Include Riding Mountain National Park And Lower Fort Garry National Historic Site. The National Parks In The Northwest Territories Include Nahanni National Park Reserve, Tuktut Nogait National Park And Wood Buffalo National Park. Contractor Selection And Indigenous Benefits Framework (ibf) This Solicitation Document Includes Socio-economic Criteria That Is Practicable And Consistent With Sound Procurement Management Principles. These Socio-economic Criteria Are Referred To As Indigenous Benefits Framework (ibf) And Offerors Propose Indigenous Benefits In Their Indigenous Benefits Framework (ibf). Offerors Must Submit An Indigenous Benefits Framework As Part Of Their Offer. Failure To Do So Will Render An Offeror Non-responsive And Their Offer Will Be Given No Further Consideration. The Intent Of This Section Is To Assess Offeror’s Framework On Engaging Local Indigenous Groups And Involve Them With An Indigenous Participation Plan (ipp) At The Call Up Stage. Comprehensive Land Claims Agreement(s) The Request For Standing Offers (rfso) Is To Establish Standing Offers For The Delivery Of The Requirement Detailed In The Rfso, To The Identified Users, Including Areas Subject To Comprehensive Land Claims Agreements (clcas). • Inuvialuit Final Agreement • Sahtu Dene & Métis Comprehensive Land Claim Agreement • Maa-nulth First Nation Final Agreement Period Of The Standing Offer The Period For Placing Call-ups Against The Standing Offer Shall Be For Three (3) Years Commencing From The Start Date Identified On The Standing Offer. If The Standing Offer Is Authorized For Use Beyond The Initial Period, The Consultant Offers To Extend Its Offer For An Additional Two (2), One (1) Year Periods Under The Same Conditions And At The Rates Or Prices Specified In The Standing Offer. Offerors’ Conference An Offerors' Conference Will Be Held Via Microsoft Teams And Teleconference On December 18, 2024. The Conference Will Begin At 11:00 Pm Mst. The Scope Of The Requirement Outlined In The Request For Standing Offers (rfso) Will Be Reviewed During The Conference And Questions Will Be Answered. It Is Recommended That Offerors Who Intend To Submit An Offer Attend Or Send A Representative. Offerors Are Requested To Communicate With The Standing Offer Authority Before The Conference To Confirm Attendance. Offerors Should Provide, In Writing, To The Standing Offer Authority, The Name(s) Of The Person(s) Who Will Be Attending And A List Of Issues They Wish To Table No Later Than December 17, 2024. Any Clarifications Or Changes To The Rfso Resulting From The Offerors' Conference Will Be Included As An Amendment To The Rfso. Offerors Who Do Not Attend Will Not Be Precluded From Submitting An Offer. Any Clarifications Or Changes To The Rfso Resulting From The Offerors' Conference Will Be Included As An Amendment To The Rfso. Offerors Who Do Not Attend Will Not Be Precluded From Submitting An Offer. Enquiries All Enquiries Of A Technical And Contractual Nature Are To Be Submitted To The Contracting Authority. Enquiries Regarding This Solicitation Must Be Submitted In Writing And Should Be Received No Later Than Ten (10) Working Days Prior To The Date Set For Solicitation Closing To Allow Sufficient Time To Provide A Response. Enquiries Received After That Time May Result In An Answer Not Being Provided. Information National Parks Regulations Require That All Work Is To Be Performed In Accordance With The Ordinances, Laws, Rules And Regulations Set Out In The National Park Act. Bidders That Consider Themselves Qualified To Provide This Work And Intend To Submit Bids On This Project Should Obtain Documents From The Government Electronic Tendering Service Through The Government Of Canada Tendering Service At Http://canadabuys.canada.ca/en/tender-opportunities. Addenda, When Issued, Will Be Available From The Government Of Canada Tendering Service. Bidders That Elect To Base Their Bids On Documents Obtained From Other Sources Do So At Their Own Risk. Late Submissions Will Not Be Considered. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Parks Canada Has Made Every Effort To Provide Equivalent Documents In Both Official Languages, However, If You Find Any Discrepancies Between The English And French Documents, Please Notify The Contract Officer Listed In This Opportunity As Soon As Possible So That We Can Rectify The Situation.
Closing Date16 Jan 2025
Tender AmountRefer Documents
City Of Pagadian Tender
Publishing and Printing
Philippines
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 8751-200-5-03-010/rf24-8000-3d-a (office Expenses), Pagadian City, As Described Below: Goods-2025-01-85 Purchase Of Office Supplies & Materials For The Use Of City Engineer's Office. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ Lot 1 Pr.no. 185 1 20 Reams Bookpaper Long Subs-70 350.00 7,000.00 2 20 Reams Bookpaper Short Subs-70 305.00 6,100.00 3 20 Reams Bookpaper A4 Subs-70 305.00 6,100.00 4 10 Pcs Clipboard Plastic Long 120.00 1,200.00 5 5 Pcs Clip Backfold All Metal Clamping Small 25mm 46.00 230.00 6 10 Box Clip Backfold All Metal Clamping Big 51mm 121.00 1,210.00 7 40 Pcs Correction Tape (12.0m) 50.75 2,030.00 8 10 Pcs Correction Pen , Nonmetal Tip 125.75 1,257.50 9 20 Pcs Colored/yellow Paper Valiant 45.00 900.00 10 3 Pcs Eraser, Felt For Blackboard/white Board 39.00 117.00 11 50 Pcs Envelope, Expanded Long With Garter 35.00 1,750.00 12 200 Pcs Folder Expanded Long Orange 30.00 6,000.00 13 12 Pcs Markers, Permanent Chisel Type, Black (board) 85.00 1,020.00 14 24 Pcs Marker Whiteboard, Chisel Type, Black (board) 85.00 2,040.00 15 12 Box Paper Clip Jumbo 42.00 504.00 16 12 Box Paper Clip Small 18.75 225.00 17 20 Box Paper Fastener Plastic Caoted 61.75 1,235.00 18 50 Pcs Pencil Lead With Eraser (mongol/hbw) 15.00 750.00 19 10 Pcs Scotch Tape 1" (transparent) 50.00 500.00 20 10 Pcs Scotch Tape 2" (transparent) 71.75 717.50 21 20 Pcs Sign Pen 0.5 Black Gel Pen 87.00 1,740.00 Sub-total 42,626.00 Lot 2 Pr.no. 186 1 30 Bots Computer Ink Epson L3210 Black 003 651.00 19,530.00 2 10 Bots Computer Ink Epson L3210 Yellow 003 651.00 6,510.00 3 10 Bots Computer Ink Epson L3210 Cyan 003 651.00 6,510.00 4 10 Bots Computer Ink Epson L3210 Magenta 003 651.00 6,510.00 5 15 Pcs Ups 4,950.00 74,250.00 Sub-total 113,310.00 Lot 2 Pr.no. 187 1 12 Bots Air Freshener Spray, 320ml 390.00 4,680.00 2 50 Bots Alcohol 70% Solution 500ml 120.00 6,000.00 3 6 Pack Battery Size Aa, Alkaline 4pcs/pack 280.00 1,680.00 4 6 Pack Battery Size Aaa, Alkaline 4pcs/pack 450.00 2,700.00 5 5 Gal Bleach 3785ml 224.00 1,120.00 6 12 Pcs Bathroom Deodorizer With Holder 85.00 1,020.00 7 12 Bar Detergent Bar 4pcs/bar 34.25 411.00 8 12 Pack Detergent Powder 1kl 180.00 2,160.00 9 12 Pcs Dishwashing Paste 350g 86.00 1,032.00 10 12 Can Disinfectant Spray 600ml 760.00 9,120.00 11 40 Pack Facial Tissue 2ply 130 Pulls 70.00 2,800.00 12 12 Box Furniture Cleaner 300ml 490.00 5,880.00 13 12 Bots Glass Cleaner 750ml 430.00 5,160.00 14 12 Bots Hand Liquid Soap 225ml 370.00 4,440.00 15 12 Can Insecticide Spary 600ml 760.00 9,120.00 16 100 Pcs Tissue Paper (roll) 25.00 2,500.00 Sub-total 59,823.00 Grand Total ₱ 215,759.00 " Quotation Forms Are Now Available At The Bac Secretariat And Upon Payment Of A Non-refundable Amount At 100.00 Per Set To The City Treasurer's Office-cashier. Quotations Are Evaluated On Lot Basis. Price Quotation Is Valid For 30 Calendar Days After Bid Opening." Submit Your Quotation Forms In A Sealed Envelope Per Project To The Bids And Awards Committee /secretariat On Or Before February 7,2025, 2:00 P.m. At The City General Services Office, City Hall, Pagadian City. The Bids And Awards Committee (bac) Reserves The Right To Reject Any And/ Or All Quotation Or Part Thereof, To Waive Formality Therein And/or To Accept The Quotations As May Be Considered Most Advantageous To The City Government Of Pagadian. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: January 31, 2025 To Febraury 7, 2025
Closing Date7 Feb 2025
Tender AmountPHP 215.7 K (USD 3.6 K)
Veterans Federation of the Philippines Tender
Philippines
Details: Description Procurement Of Supply And Delivery Of Brand New Computers, Printers, Scanners And I.t Acessories The Veterans Federation Of The Philippines, Through The Corporate Budget For 2025 Intends To Apply The Sum Of Seven Million Six Hundred Eighty-three Thousand Two Hundred Twenty Pesos Only (₱7,683,220.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Supply And Delivery Of Brand New Computers, Printers, Scanners And I.t. Accessories. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot: 1 Quantity: 50 Sets Item /description: Mid-range Desktop Computers Approved Budget For The Contract: ₱3,475,000.00 Price Of Bid Documents(non-refundable): ₱5,000.00 Delivery Date: Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed Lot: 2 Quantity: 35 Units Item /description: Mid-range Laptop Computers Approved Budget For The Contract: ₱2,800,000.00 Price Of Bid Documents(non-refundable): ₱5,000.00 Delivery Date: Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed Lot: 3 Quantity: Item /description: 28 Units 3 In 1 Printer 2 Unit Laser Monochrome Printer 1 Unit A3 Size Printer 1 Unit Printer 7 Units Document Scanner With Feeder 5 Unit Document Scanner 2 Sets Projector With Screen Approved Budget For The Contract: ₱835,039.00 Price Of Bid Documents(non-refundable): ₱1,000.00 Delivery Date: Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed Lot: 4 Quantity Item /description: 5 Pcs External Storage: Ssd 1tb 10 Pcs External Storage: Ssd 2tb 4 Pcs Flash Drive 1tb 8 Sets Uninterruptible Power Supply (ups) 1 Pc Desktop Monitor 4 Pcs Keyboard Usb Type 15 Pcs Mouse Usb Type 1 Pc Computer Web Cam 18 Pcs Power Bank 16 Pcs Pocket Internet Wi-fi Globe 16 Pcs Pocket Internet Wi-fi Smart 2 Pcs Globe & Smart Broadband Internet Wifi 2 Pcs Internet Router 1 Pc Internet Switch Hub 24 Ports 2 Pc Internet Lan Adapter Usb Type 1 Set Internet Lan Crimping Tools 2 Boxes Lan Cable Cat 6 250 Pcs Rj45 Lagpasan Cat6 1 Set Blower/vacuum Desktop Cleaner 1 Set Computer Screw Driver Tools 1 Set Wireless Microphone 4 Channel 2 Sets Microphone Long Stand 1 Set Wire Microphone 2 Pcs Hdmi To Vga Adapter Approved Budget For The Contract: ₱573,181.00 Price Of Bid Documents(non-refundable): ₱1,000.00 Delivery Date: Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed The Schedule Of Bidding Activities Is As Follows: Activities Schedule Pre-bid Conference Friday, 31 January 2025, 9:30 Am Deadline Of Submission Wednesday, 12 February 2025, 9:00 Am Opening/ Evaluation Of Bids Wednesday, 12 February 2025, 9:30 Am 2. The Veterans Federation Of The Philippines Now Invites Bids For The Above Procurement Project. Delivery Of Brand New Computers, Printers, Scanners And I.t. Accessorie Is Required Within Sixty (60) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Veterans Federation Of The Philippines And Inspect The Bidding Documents At The Address Given Below At Gatpuno Villegas St. Ermita Manila From Monday To Friday Between 9:00am To 3:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 21 January 2025 From The Given Address And Website(s) Below Veterans Federation Of The Philippines, Gatpuno Villegas St., Ermita Manila, After Payment Of Non-refundable Cost Of Bidding Documents Stated Above. The Procuring Entity Shall Allow The Bidder To Present In Person Or Through Email Its Proof Of Payment For The Fees. 6. The Vfp-bac Will Hold A Pre-bid Conference In Vfp Conference Room On 31 January 2025, 9:30 Am At Gatpuno Villegas St. Ermita Manila. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 12 February 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 12 February 2025, 9:30 Am At The Given Address Below At Veterans Federation Of The Philippines Conference Room, Gatpuno Villegas St., Ermita Manila. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Bidders Shall Be In Face To Face Attendance To Ensure Transparency Of The Proceeding. Bidders Are Advised To Coordinate With The Vfp-bac Secretariat For Further Details. 10. The Veterans Federation Of The Philippines 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 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date12 Feb 2025
Tender AmountPHP 7.6 Million (USD 132.4 K)
MUNICIPALITY OF CAGWAIT, SURIGAO DEL SUR Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 2 Unit Cpu, Amd Ryzen 3 3200g Processor, A520m-k V2 Motherboard, Kingston8gb Ddr4 Memory, 256gb Ssd + 1tb Hdd Storage Amd Radeon Graphics, Trendsonic Casing With 700w Psu, Including Mouse With Mouse Pad And Keyboard 1 Unit Computer Avr, 500w, 220v 1 Piece Camera Memory Card, 256gb 1 Unit Computer Printer, L120, Eco Tank System 3 Unit Computer Printer With Scanner And Wifi, Can Print And Scan Long Size, Epson L5290 2 Unit Computer Printer With Scanner And Wifi, Can Print And Scan Long Size, Mfc-920dw 1 Unit Computer Printer With Scanner And Wifi, Dcp-t520w 34 Btl. Computer Ink Epson (black) 664, 70ml, At Least 2 Years Expiry 11 Btl. Computer Ink Epson (yellow) 664, 70ml, At Least 2 Years Expiry 11 Btl. Computer Ink Epson (cyan) 664, 70ml, At Least 2 Years Expiry 11 Btl. Computer Ink Epson (magenta) 664, 70ml, At Least 2 Year Expiry 45 Btl. Computer Ink Epson (black) 003, 65ml, At Least 2 Years Expiry 27 Btl. Computer Ink Epson (cyan) 003, 65ml, At Least 2 Years Expiry 26 Btl. Computer Ink Epson (magenta) 003, 65ml, At Least 2 Years Expiry 26 Btl. Computer Ink Epson (yellow) 003, 65ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (black) 001, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (cyan) 001, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (magenta) 001, 70 Ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson (yellow) 001, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Bk673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson C673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Mk673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Y673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Lm673, 70ml, At Least 2 Years Expiry 1 Btl. Computer Ink Epson Lc673, 70ml, At Least 2 Years Expiry 12 Btl. Computer Ink, Brother Btd60 Black, 108ml, At Least 2 Years Expiry 9 Btl. Computer Ink, Brother Bt5000 Magenta 48.8ml, At Least 2 Years Expiry 9 Btl. Computer Ink, Brother Bt5000 Yellow, 48.8ml, At Least 2 Years Expiry 9 Btl. Computer Ink, Brother Bt5000 Cyan, 48.8ml, At Least 2 Years Expiry 2 Unit Computer Laptop, Hp Pavilion X 360 2n1, Processor: Intel Core I3-1215u, Ram: 8gb Ddr4-3200 Mhz Ram (onboard), Storage: 512 Gb Pci, Display Size 14" Fhd Ips, Windows 11 Home, With Bag 1 Unit Computer Laptop, Lenovo Yoga 7i, 2-in-1 Gen 9, Specs: I7, 13th Gen, Intel Iris Xe, 16gb, 1tb Ssd, Oled Display, With Bag, Mouse And Mouse Pad 1 Unit Computer Laptop, Acer Nitro V, Size 15.6", Color: Obsidian Black, Category Gaming/ Model Avn15-41-r7zb Opi, Processor: Amd Ryzen 5 6600h Hexa-core Processor, (up To 3 Mb L2 Cache, Up To 16 Mb L3 Cache, 3.3 Ghz With Boost Up To 4.5 Ghz)/ Memory X 1 8gb Of Ddr5 System Memory, Upgradable To 32gb Using Two Sodimm Modules, Memory Slots (available) 2, Memory Frequency 4800mhz, Ddr5 Storage 512gb Nvme Ssd, M.2 Slots (available) 2, Operating Windows 11, With Mouse, Mouse Pad And Bag 2 Unit Scanner, Workforce Ds-c330 Portable Sheet-fed Document Scanner, Handle Long Documents With Maxium Scan Size Of 215.9mm X 3,048 Mm, Versatile Scanning-vertical Path Scan Like: Up To A4, Receipts, Post Card, Business Card. Straight Path Scan Like: B4-a3, Long Paper, Passbook, Passport, Card, Envelope, Duplex Scanning At Speeds Of Up To 30ppm / 60ipm, Ultra Compact 2 Unit Desktop Computer, Amd Ryzen 5 4600g Processor, A520m-k V2 Motherboard, Kingston8gb Ddr4 Memory, 512gb M.2 Ssd Storage Amd Radeon Graphics, Trendsonic Casing With 700w Psu, Acer: 21.5" Fhd Ips Screen, Keyboard, Mouse, Pad, Speaker, Avr 2 Piece Epson To4d1 Maintenance Box For Epson L6190 1 Unit Ups, 650va, 390 Watts, 4 Socket 2 Piece Usb Flash Drive, 256gb 4 Piece Hard Drive, External, 2tb 1 Piece Usb+type C Dual Port 128gb 2 Piece Wifi Dongle 5.0 Bluetooth Receiver For Pc 1 Pair Desktop Speakers, Computer Wired, Multi-media Monitor Speaker Min Of 6w, In Pair
Closing Date6 Feb 2025
Tender AmountPHP 574.1 K (USD 9.8 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Details: Synopsis:
introduction:
in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Data Center Construction Project At The St. Louis Va Medical Center (vamc) Located At 1 Jefferson Barracks Dr., St. Louis, Mo 63125.
project Description:
the St. Louis (jefferson Barracks) Vamc Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Construct A New Ehrm Data Center In The Basement Of Bldg. 56. The Current Data Center In Bldg. 1 Will Be Relocated To Bldg. 56. The Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (power (normal, Emergency), Lighting), Bonding, Ups, Building Management System Interfaces, Assess For New Hvac, New Space Construction (walls, Doors, Finishes), Fire Suppression System, Communication Infrastructure (new Data Outlets, Patch Panels, Cat 6a Cable), Physical Security, Fiber Infrastructure Backbone Connectivity To Mda.
procurement Information:
the Proposed Project Will Be A Competitive Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued As Either A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. The Applicable North American Industry Classification System (naics) Code Is 236220 With A Size Standard Of $45 Million. The Duration Of The Project Is Currently Estimated At 240 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
the Results And Analysis Of The Market Research Will Determine Whether To Limit Competition Among The Small Business Categories, Proceed With Full And Open Competition As Other Than Small Business, Or Use A Tiered Set-aside Evaluation. The Type Of Socioeconomic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. All Socioeconomic Categories Are Encouraged To Respond To This Announcement.
capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information:
section 1: Provide Company Name, Unique Entity Identifier Number Associate With Sam.gov, Company Address, Point-of-contact Name, Phone Number And Email.
section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.).
section 3: Provide A Statement Of Interest In The Project.
section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response:
no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates.
describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided.
it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary Point Of Contact Listed Below By February 13, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted.
the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business.
at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis.
contracting Office Address:
vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd., Suite 490
independence, Oh 44131
primary Point Of Contact:
thomas Council
contract Specialist
thomas.council@va.gov
Closing Date13 Feb 2025
Tender AmountRefer Documents
4371-4380 of 4461 archived Tenders