Ups Tenders
Ups Tenders
Department Of Trade And Industry Tender
Publishing and Printing
Philippines
Details: Description 1 6 Unit Printer 87,000.00 Specifications: - Function: Print, Scan, Copy - High Yield Ink Bottles - Compact Integrated Tank Design - High Yield Ink Bottles - Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct - Borderless Printing Up To 4r - Dimensions: 435 Mm X 439 Mm X 195 Mm -paper Size - A4, Letter, Legal,photo-l(9x13cm/3.5x5") - Power Source - Ac 220 - 240v 50/60hz - Supported Os: Windows® 7 Sp1/8.1/10/11 Server 2008/2008 R2/2012/2012r2/2016/2019 2 3 Unit Printer 63,000.00 Specifications: - Function: Print, Scan, Copy - Compact And Durable Ecological Design '- Replaceable Maintenance Box - High Yield Ink Bottles - Ultra-high Page Yield Of 7,300 Pages (colour) - Borderless Printing (up To 4r) - With Fax Function And Adf - 2-year Warranty Or 50,000 Pages, Whichever Comes First - Dimensions (w X D X H):375 X 347 X 237 Mm - Paper Size - A4, Letter, Legal,photo-l(9x13cm/3.5x5") - Power Source - Ac 220 - 240v 50/60hz - Supported Os: Windows 7/8.1/10/11 Server 2008/2008 R2/2012/2012 R2/2016/2019 3 2 Unit Scanner 60,000.00 Specifications: - Scanning Speed - 40 Ppm - Document Size - Multiple Sheets - Length (50.8 Mm To 355.6 Mm) - Colour / Monochrome - Colour Depth - Input - 48-bit Colour Processing - Resolution/optical - Up To 600 Dpi × 600 Dpi - Dimensions (width X Depth X Height) - 299.5 Mm × 190.5 Mm × 215.9 Mm - Adf (automatic Document Feeder) - Up To 80 Pages (paper: 80 G/m²) 4 1 Unit Desktop Monitor 5,000.00 Specifications: - 22'' Display - Led Wide Screen - Connector: Hdmi + Vga 5 3 Unit Uninterruptible Power Supply (ups) 11,100.00 Specifications: Ratings - 1000va/600watts Interface - 4xus Standard Socket 6 2 Unit External Hard Drive 14,000.00 Specifications: - 2tb -compatible With Most Windows, Macos, And Chrome Os Systems. 7 5 Unit Keyboard 2,500.00 Specifications: - Compatible For Desktop Computer - Plug And Play Usb Connection, Cable Type 8 3 Pc Usb Flash Drive 1,500.00 Specifications: - 32 Gb Capacity - Plug And Play Usb Connection, Cable Type 9 2 Pc Desk/table Lamp 3,600.00 Specifications: - Led Lamp, Dimmable - Input Voltage: 220-240, 50-60hz - Rechargeable - Wattage: Minimum6w - White Color *bidder/supplier Must Submit Valid Documents On: 1. Philgeps Registration Number 2. Lgu Business Permit And 3. Omnibus Sworn Statement(philippine Bid Documents Format)
Closing Date28 Jan 2025
Tender AmountPHP 247.7 K (USD 4.2 K)
University Of The Philippines Tender
Software and IT Solutions
Corrigendum : Tender Amount Updated
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074.442.3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Supply And Delivery Of Various It Equipment And Accessories For The University Purchase Request Nos.: Oc-0016; Spmo-0006; Lib-0011 Approved Budget For The Contract: Php 499,000.00 6 Date: February 14, 2025 Rfq No.: 0052 Mop: Np - Small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Must Possess Documentary Requirements Such As Valid Business Permit, Philgeps Registration And Notarized Omnibus Sworn Statement (oss). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex H Of The Revised Irr Of Ra 9184. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate Shall Be Six (6) Months For For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0052 Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1700h On February 20, 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: James Benedict E. Bagsic Mary Anne R. Rivera Staff, Spmo Head, Spmo Item No. General Description Compliance With Technical Specifications (please Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No 1 Laptop: Type: Us Branded, High-performance, Slim Laptop Profile With With Super Light And Compact Metal Body, Processor: At Least 2024 Model, 8c (4pc+4ec), Upto 4ghz, 16mb L2 Cache, 100mbps Memory Bandwidth, 16c Ne, Memory: At Least 24gb Lpddr Unified, Storage: At Least 1tb M.2 Nvme Ssd Or 512gb M.2 Nvme Ssd+2tb Hdd, Gpu: At Least Multi-core Gpu With Hardware Ray Tracing, Video Acceleration For Hq Encode/decode, Display: At Least 13.6" Ips Led, 2560x1664 Px Or Qhd+, 500nits, P3 Gamut, 1b Colors, Camera: At Least 1080p Fhd Built-in, Speakers/headset: At Least Stereo System Built-in, Mic: At Least Built-in Array Or Usb Desktop Type, Network: At Least With Rj45 Gigabit Lan Or Adapter, Wifi6 Ax, Bt5, Os: At Least Licensed 64-bit, High-polish, Desktop Os, Productivity: At Least Licensed Ms Office, Peripherals: At Least With Usb-c Power Adapter, Ports: At Least With Usb4, Usb-c, Combo Audio, Rj45 Or Adapter, Features: At Least 12-hours Battery Life, At Most 1.24kg Weight, At Most 1.13cm Thickness, Other: At Least 12-24 Months Warranty, With Support Service Un 1 120,000.00 120,000.00 2 Tablet: Type: Us Branded, High-performance, Tablet Profile With Super Light And Compact Metal Body, Processor: At Least 2024 Model, 8c (4pc+4ec) With 16c Neural Engine, Memory: At Least 24gb Lpddr Unified, Storage: At Least 512gb Ssd, Gpu: At Least Multi-core Gpu With Hardware Accelerated Media Engine, Display: At Least 11.0" Ips Led, Multi-touch, 2360x1640 Px , 500nits, P3 Gamut, Oleophobic Coating, Camera: At Least Built-in 12mp Wide Af+12mp Landscape With 1080p, Hdr, Video Stabilization, 4k @60fps, Speakers/headset: At Least Stereo System Built-in, Mic: At Least Dual Microphones, Network: At Least With Wifi6 Ax, Bt5, Gps, Os: At Least Licensed 64-bit, High-polish, Smart Device Os With Applications Store, Productivity: At Least Licensed Ms Office, Peripherals/accessories: At Least With Usb-c Charging Cable And 20w Power Adapter, And Similarly Branded Professional Pencil/stylus And Detachable Keyboard With Touchpad, Hinge And Body Covers, Ports: At Least With Multi-purpose Usb-c Port, Features: At Least 10-hours Battery Life, At Most 462g Weight, At Most 6.1mm Thickness, Other: At Least 12-24 Months Warranty, With Support Service Set 1 100,000.00 100,000.00 3 Printer: Desktop Aio Inkjet Printer: At Least Can Print In A4, Letter, Legal; Color Inkjet Aio, Ink Tank System, At Least 35ppm (black)/21ppm (color); At Least Compatible With Windows And Mac O; At Least Usb, Lan Rj45, Fifi Direct; Brand New, Durable, With At Least One (1) Year Warranty And Two (2) Extra Sets Of Ink Bottles Un 2 35,000.00 70,000.00 4 Wireless Keyboard And Mouse (combo), Universal Silent Keyboard And Mouse Combo Set, Dimension: Keyboard:at Least 540*168*28±0.2mm; Mouse: At Least 103.5*60.3*40.6±0.2mm; Connection: 2.4g Receiver; Dpi: 1000; Acc:10g; Polling Rate: 125hz; Interface: Usb2.0; Battery: Aa; Operating System: Win7/win8/win8.1/win10/mac Set 1 1,000.00 1,000.00 5 Uninterrupted Power Supply (ups), Output Capacity (va): 2000; Output Capacity (watts): 900; Output Voltage ( Vac ): At Least 230 ± 10 %; Battery Runtime At 90w ( Min ): 60; Green Power Ups Bypass Technology; Power Cord Length: At Least 1.5 M Un 1 8,500.00 8,500.00 6 "computer Desktop - Complete Set, Technical Specifications: Type: Performance Desktop Profile Processor At Least 6-8c/12-16t, Upto 3-4ghz Memory At Least 8gb Ddr Storage At Least 512gb M.2 Nvme Ssd Or 256gb M.2 Nvme Ssd+1-2tb Hdd Gpu At Least 2gb Gddr, Directx 12 Compliant, Pixel Shader Display At Least 24"" Ips Led 1080p Hdmi+hdmi / Vga / Dp 75hz 250nits Camera At Least 1080p Fullhd Usb Speakers/headset At Least 2.1 Channel Desktop Stereo Mic At Least Stereo Usb With Stand Network At Least With Rj45 Gigabit Lan Or Adapter, Wifi6 Ax, Bt5 Os At Least Licensed Windows 11 X64 Productivity At Least One-time Purchase, Licensed Ms Office (optional) Peripherals At Least With Wired 1000dpi Mouse And Ergonomic Full Keyboard Set Ports At Least With Usb3, Usb-c, Hdmi, Dp/vga, Combo Audio, Rj45 Or Adapter Features At Least With Igpu, Anti-glare, Hdr, Can Easily Handle Office Productivity And Web Applications Other At Least 12 Months Warranty, With 1.5kva Ups And Wide Desktop Mouse And Keyboard Pad" Un 3 61,500.00 184,500.00 7 "external Harddrive 2tb, Capacity Atleast 2tb Connector Micro-b Or Usb Type-c Compatibility Windows® 10+ Chrome Os Downloadable Ntfs Driver To Read/write On Macos 11+ Interface Usb 3.2 Gen 1 ;usb 2.0 Transfer Rate Up To 5gb/s" Un 3 5,000.00 15,000.00 Contract Award: Per Line Item Per Line Item Delivery Period: Within 30cd Upon Receipt Of Ntp 30 **warranty Included *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item; Otherwise, Bidder May Provide A Counter-offer. Reminders: A. A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. -¤¤¤ Nothing Follows ¤¤¤- Total: 499,000.00 Bid Total: Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date20 Feb 2025
Tender AmountPHP 499 K (USD 8.6 K)
City Of Bayawan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation Rfq No. Svp 25-b-0002 (re-ad) Date January 06, 2025 Pr Reference 100-24-11-006 Philgeps Reference No. End - User Cmo-its Closing Date January 21, 2025@5:00pm Opening Of Bids January 23, 2025@9:00am Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Basis Of Evaluation For This Rfq : ◻ By Lot ◻ Per Item 8. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0002 (re-ad) Total Abc: Php 324,000.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (totalabc Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications 1 Desktop Computer, Clone Desktop Computer, Form Factor: Mid Tower, Processor: Intel Xeon, Memory: At Least 16gb Drr4, Graphics: At Least 4gb Graphics Card, Storage: 1tb Ssd, Input: Usb Keyboard+mouse, Os: Windows 11 Pro (pre-installed), Monitor: 21.5" Lcd W/ Dual Display Port, Ups: 650va/ 360w Ups, Warranty: One Year 3 Sets 55,000.00 [ ] [ ] 2 Ip-pabx, Hardware Appliance: Can Register At Least 500 Users Or More, Concurrent Calls:60 Or More, Network Interface: A Tleast 1tb Ssd (preffered) Or Hdd, Redundant Power Supply 1 Unit 159,000.00 [ ] [ ] * Nothing Follows* Purpose: Supply And Delivery Of Desktop Computer And Ip-pabx. (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date21 Jan 2025
Tender AmountPHP 324 K (USD 5.5 K)
City Of Bayawan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description 2 Virginia D. Sadiasabac Chairpersonrfq No.pr Referenceend-usersvp-25-d-023100-25-01-097datephilgeps Ref. No.1. Bac Office, Cabcabon, Bayawan Cityjanuary 22, 2025cbodesignated Places Of Submission (bid Boxdesignated Locations)2. Sidlakan Extension Office (dgte. City)name Of Business:address:name Of Store:business Permit No.:tax Identification No.:philgeps Reg. No.:i/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Settherein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bidboxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote.acknowledgement Receipt(signature Over Printed Name / Date)request For Quotation The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services Asenumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than Theclosing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request Forquotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Alongwithyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 4300439 Or Email Address Atbac.bayawan@gmail.com. Closing Datefebruary 6,2025note: Please Attach The Following Documentary Requirements Together With This Rfq:1. Mayor's / Business Permit2. Philgeps Registration No:a. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants )b. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding)3. Omnibus Sworn Statementbid Openingfebruary 11, 2025republic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan Bids And Awards Committee(035) 531-0020 Local 202(035) 430-0439 (telefax)email: Bac.bayawan@gmail.comhttp://www.bayawancity.gov.phpage 1 Of 4 Pages Terms And Conditions1bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusivelythe Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated Byyou Or Any Of Your Duly Authorized Representative/s.23quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected.456award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, Ascomplying To The Eligibility And Bid Requirements.7basis Of Evaluation For This Rfq:8breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Drawlots (for Three Or More Bidders).91011supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shallautomatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice Tolegal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184and Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder.12 Per Lot Per Itemprice Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Pricesoffered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission.indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Berejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names.indicate No Brand If The Item Quoted Is Generally Unbranded.alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Additionor As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith Forpurposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Iscontained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes.the City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overduedelivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Ofbayawan.the Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal.extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, Thedefault Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For Aminimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. Theobligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of Thewarranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Suppliesdelivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Republic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan Bids And Awards Committee(035) 531-0020 Local 202(035) 430-0439 (telefax)email: Bac.bayawan@gmail.comhttp://www.bayawancity.gov.phpage 2 Of 4 Pages Rfq Proposal Formafter Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) Asfollows:rfq Reference:svp-25-d-023total Abc:php 70,000.00item No.descriptionqtyunit Of Issueapproved Budget For The Contract ( Unit Cost Per Line Item )offercompliance With Technical Specifications (please Check)remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.)yesnounit Costtotal Costbrand/model And Technical Specificationspurpose : Delivery Of Printer And Computer For City Budget Office1desktop Computer, Form Factor: Midtower, Processor: At Least Intel Core I5 Series, Memory: At Least 16gb Ddr4, 3200mhz (2x 8gb), Graphics: At Least 2gb Graphics Card, Storage: At Least 256gb Sata Ssd + 1tb Sata Hdd, Input: Usb Keyboard + Mouse, Os: Windows 11 Pro (pre-installed), Monitor: 21.5" Lcd W/ Dual Display Port, Ups: 650va/ 360w Ups, Inclusions: Complete Accessories + Os Paper Lic., One Year Warranty!1pad55,000.00[ ][ ]2printer, Type: Inkjet, Ink Tankfunctions: Print, Scan & Copyprint Speed: 33 Ppm/15ppmcopy Size: A4, Max.interface: Usb2.0inclusions : Starter Consumables + Accessoriesextra : 5 Sets Consumableswarranty: One Year!1unit15,000.00[ ][ ]***nothing Follows***republic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan
Closing Date6 Feb 2025
Tender AmountPHP 70 K (USD 1.1 K)
City Of Bayawan Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Details: Description Request For Quotation Rfq No. Svp 25-b-0017 Date January 21, 2025 Pr Reference 300-25-01-056 Philgeps Reference No. End-user Bfp Closing Date February 4, 2025 February 6, 2025 Bid Opening 1. Bac Office, Cabcabon, Bayawan City Designated Places Of Submission (bid Box Designated Locations) 2. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 4 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Basis Of Evaluation For This Rfq: 8 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0017 Total Abc: Php 100,000.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Supply And Delivery Of Desktop Computer To Be Used In The Enforcement Of Ra9514 And Other Fire-related Laws. Lot. I Information And Communication Technology Equipment 1 Desktop Computer, Form Factor: Mid Tower, Processor: At Least Intel Core I5 Series, Memory: At Least 8gb Ddr4, 3200mhz, Graphics: At Least 2gb Video Graphics, Storage: At Least 256gb Sata Ssd + 1tb Sata Hdd, Input: Usb Keyboard+mouse, Network: Lan & Wifi, Os: Windows 11 Pro Lic. , Monitor: 21.5" Fhd Led, Inclusions: Ups: 650va/360w Ups; Complete Accessories + Os Paper Lic., 1 Year Warranty 2 Unit 50,000.00 [ ] [ ] ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date6 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)
Department Of Health Treatment And Rehabilitation Center Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Various Medical/ Laboratory Equipment 1. The Doh-camarines Sur Treatment And Rehabilitation Center, Through The 2025 General Appropriations Act (gaa)/ Health Facility Enhancement Program (hfep) Intends To Apply The Approve Budget For The Contract (abcs) For Below Indicated Items To Payments Under The Contract For Invitation To Bid No. 25-01. Bids Received In Excess Of The Item’s Abc Shall Be Automatically Rejected At Bid Opening. Lot No.1 1 Unit Full Digital (fpd) Mobile Xray Machine And Relevant Accessories Abc P 9,600,000.00 Bid Docs Fee P10,000.00 Inclusions (relevant Accessories): • 1 Set Radiation Protection Accessories • 1 Unit Mobile Vertical Chest Cassette Holder • 1 Unit Photo/ Document Printer Lot No.2 1 Unit Fully Automated Clinical Chemistry Analyzer And Compatible Items/ Equipment Abc P1,900,000.00 Bid Docs Fee P5,000.00 Inclusions (compatible Items/ Equipment): • 1 Set Computer • 1 Unit Printer • 1 Unit Uninterruptible Power Supply (ups) Lot No.3 1 Unit 5-part Hematology Analyzer And Compatible Item/ Equipment Inclusion (compatible Items/ Equipment): • 1 Unit Uninterruptible Power Supply (ups) Abc P900,000.00 Bid Docs Fee P1,000.00 Lot No.4 1 Unit Clinical Compound Microscope Abc P100,000.00 Bid Docs Fee P500.00 Lot No.5 1 Unit 12-lead Ecg Machine Abc P47,500.00 Bid Docs Fee P500.00 With Accessories (patient Cable, 4set Limb Electrodes, 6pcs Chest Electrodes, 1pc Power Cable, 10rolls Printing Paper, 1pc Usb Cable, 1copy Operation Manual Bid Evaluation And Award Of The Contract Shall Be On A Per Lot Basis. Specifying A Zero (0) Or A Dash (-) In An Item Would Mean That It Is Being Offered For Free To The Government. The Doh-camarines Sur Treatment And Rehabilitation Center Now Invites Bids For The Above Procurement Project. Deliveries Of The Goods Are Required Within Sixty (60) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 3. Prospective Bidders May Obtain Further Information From Doh-camarines Sur Treatment And Rehabilitation Center And Inspect The Bidding Documents At The Address Given Below From Monday To Friday (8:00am-5:00pm) 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 14, 2025 From The Given Address And Website(s) And Upon Payment Of An Amount (as Indicated Above) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 5. The Doh-camarines Sur Treatment And Rehabilitation Center Will Hold A Pre-bid Conference On January 22, 2025 9:30am At Doh-camarines Sur Treatment And Rehabilitation Center, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below Not Later February 7, 2025 8:30am. Late Bids Shall Not Be Accepted. Bidders Are Requested To Submit Three (3) Copies Of The Technical And Financial Components Of Its Bid. A Detailed Envelope Sealing Illustration Is Presented In Itb Clause 16 Of The Bid Data Sheet. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On February 7, 2025 9:30am At The Given Address Below. Bids Shall Be Opened In The Presence Of The Bidders’ Representatives Who Chose To Attend The Activity. Only Two (2) Representatives Per Bidder Shall Be Allowed In The Opening Of Bids. 9. The Bac Will Be Providing Webex Links To Prospective Bidders Opting To Attend The Pre-bid Conference And Bid Opening Thru Online. 10. The Doh-camarines Sur Treatment And Rehabilitation Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Requests For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation Must Be In Writing And Submitted To The Bac Via Email Not Later Than January 28, 2025. Response To Such Clarifications Shall Be Through A Supplemental/ Bid Bulletin Issuance. Bac Secretariat Contact Details: • Cp No. : 09985111426/ 09938807144 • Email Address: Dohtrc_camsur_bac@yahoo.com You May Visit The Following Websites For Downloading Of Bidding Documents: • Philgeps.gov.ph • Notices.ps-philgeps.gov.ph • Cstrc.doh.gov.ph Lastly, Please Be Reminded Of The “no Contact Rule” Under Section 32.1 Of The 2016 Irr Of R.a. 9184. Procurement Stage/ Schedule Advertisement/ Posting Of Invitation To Bid At The Philgeps And Doh-cstrc Websites, Designated Bulletin Board Within The Premises And Social Media Account Of Doh-cstrc January 14, 2025 Pre-bid Conference Doh-cstrc, Bgy. Pamukid, San Fernando, Camarines Sur *please Check For Any Bid Bulletins In Case Of Rescheduling Due To Conflict Of Schedule/ Lack Or Quorum. January 22, 2025 9:30 Am Last Day Of Request For Clarification *via Email January 28, 2025 Last Day For Issuance Of Supplemental/bid Bulletin January 31, 2025 Deadline For Manual Submission Of Bids February 7, 2025 8:30am Opening Of Bids February 7, 2025 9:30am Date Of Issue: January 14, 2025 (sgd) Sarah Malate-gorimbao, Rsw, Mha Chairperson, Bids And Awards Committee
Closing Date7 Feb 2025
Tender AmountPHP 12.5 Million (USD 214.6 K)
DEPARTMENT OF EDUCATION DIVISION OF CITY SCHOOLS, TABACO Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Usb Keyboard & Mouse Set - 15 Pcs Fg10 Fstyler 2.4ghz Wired Optical Mouse - 15 Pcs Ups Apc Bv 1000va,avr, Universal Outlet, 23ov (bv10001-ms) - 14 Unit Energy Optimus Prime K500 Extreme-atx Power Supply Unit-300watts - 5 Unit Portable External Solid State Drive(ssd) 1 Tb - 2 Unit Laptop Charger Type C, 65w Adapter-3 Unit Brother Tze231 Label Tape/black On Gold (12mm) -7 Pcs Brother Tze231 Label Tape/black On Gold (9mm) - 8 Pcs Brother Tze231 Label Tape/black On Gold (6mm) - 7 Pcs Acer Battery Tmp214-53 A1 (acer Laptop) (replacement) -3 Unit Portable Scanner - Memory Capacity 256 Mb, Power Source - 2.9w, Dimensions - 45.3mm X 63mm X 301mm; Approx Weights 646g; Single Sided Scan 86.4mm X 50.8mm To 1828.8mm X 215.9mm; 86.4mm X 50.8mm To 406.48mm X 215.9mm; Output Guide 105mm X 74mm To 297mm X 215.9 Mm - 3 Unit Document Scanner; Scanning Speed Of Up To 35 Ppm/70ipm; Automatic Document Feeder (adf) Of Up To 50 Sheets; Daily Duty Cycle Of Up To 5500 Sheets; One Pass Duplex Scanning; Scan Fragile And A3 Documents Easily; Automatic Size Recognition; Double Feed Detection Skip Function; Document Skew Correction; Document Capture Software - 2 Unit Presentation Clicker With Digital Pointer, Zoom And Air Mouse; Digital Pointer, Highlight And Zoom Function Range Up To 100 Meters Air Mouse Usb-c And Usb-a Dongle Suitable For Macos/windows -3 Unit 22" Ips 75hz Fhd Vga/hdmi Black Monitor Specifications Resolution1,920 X 1,080, Aspect Ratio16:9 Specifications Detail;display Screen Size (class)22;flat / Curved Flat Active Display Size (hxv) (mm)476.064 X 267.786 Mm;aspect Ratio16:9 Panel Type: Ips -6 Unit Acer Chicony Laptop Charger Alli14a32(black), Ac Adapter Model: A18-045n2a; Input: 100-240v,1.4a, 50-60 Hz; Output: 19v, 2.37a - 6 Unit System Unite Package Intel Core I5 Processor: Intel Core I5-12400/msi Pro H6 10m; Memory: 8 Gb; D4 2666mhz; Case: Psu Generic 700w - 2 Unit 300w Tv Speaker, Sorround Sound Bar Speaker, Wired Or Wireless - 3 Unit Extension Wire Wheel-1om Cord Length -4 Pcs Ultra Dual Drive Go Usb Type-c™ - 128gb - 6 Unit
Closing Date21 Feb 2025
Tender AmountPHP 363.7 K (USD 6.2 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n771.9|anq|7176055783|kevin.bilous@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving|n/a|tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg|
equal Opportunity (sep 2016)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3||||
option For Increased Quantity (mar 1989)|1|365 Days|
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (mar 2023)|13|335931|600 Employees||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 120 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
your Quote Should Include The Following Information:
Quote Amount And Rtat
o Unit Price:__________
o Total Price:__________
o Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract.
Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte): ___
Return Material Authorization # (rma), If Applicable:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________
Testing And Evaluation If Beyond Repair
T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment.
The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________.
Awardee Info & Performance Location
o Awardee Cage: __________
Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________
Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________
Iot Compare Repair Price To Price To Buy New
New Unit Price:__________
New Unit Delivery Lead-time:__________
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A
price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section
shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Ups .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Ups Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall Be Performed In
accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor Or Government
approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;29019 7455464-1
29019 Grslpfc11-3.5k60-115/220a-120-5m-10274 Rev B
;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date27 Jan 2025
Tender AmountRefer Documents
Municipality Of Kawayan, Biliran Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Biliran Municipality Of Kawayan 6562 ******************* Request For Quotation The Local Government Unit Of Kawayan (lgu – Kawayan), Though Its Bids And Awards Committee (bac), Will Undertake Alternative Methods Of Procurement (limited Source Bidding, Direct Contracting, Repeat Order, Small Value Procurement, Shopping And Negotiated Procurement) In Accordance With Rule Xvi Of The Revised Irr Of Republic Act No 9184. Approved Budget : Seventy-five Thousand Six Hundred Pesos Only (p75,600.00) Location : Mto, Lgu – Kawayan, Kawayan, Biliran Delivery Date : 30 Calendar Days Upon Signing Of Purchase Order Warranty : Three (3) Years After Acceptance By The Municipality Of The Delivered Goods Prospective Bidders Shall Accomplish, Provide Correct And Accurate Information, And Submit The Duly Signed Price Quotation Form (annex "a") Not Later Than 10:00 A.m. On January 14, 2025. Open Quotations May Be Submitted To The Bac Secretariat At Municipal Accounting Office, Lgu – Kawayan. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative/s. The Lgu – Kawayan Shall Have The Right To Inspect And/ Or Test The Goods To Confirm Their Conformity To The Technical Specifications. Liquidated Damages Equivalent To One Tenth (1/10) Of One Percent Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Delay. The Lgu – Kawayan Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contact, Without Prejudice To Other Courses Of Action And Remedies Open To It. Lgu – Kawayan Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions As It May Deem Proper. Very Truly Yours, Herbert J. Bernadas, Enp, Mpm Bac Chairman, Lgu – Kawayan Annex “a” Republic Of The Philippines Province Of Biliran Municipality Of Kawayan 6562 ***** Price Quotation Form _______________ Date The Bids And Awards Committee Municipality Of Kawayan Poblacion, Kawayan, Biliran Sir/ Madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Unit Qty. Descriptions And Specifications Unit Price Total Price Set 2 Computer Desktop Core I5 1 - 12400 Cpu Mb H610m – K D4 Motherboard 8gb 3200mhz Ddr4 Ka252q Gobi 24.5” Monitor 120hz A4tech Kk3330 Combo Kb & Ms Ups 650va 230v L – 11 Mousepad Tp – Link Wn725n 150mbps Wireless Aula N-69 Rgb Desktop Speaker 2.0 Adata Su650 1tb Ssd Sataiii 3d Nand Ad-asu650ss-1tt-r Case Mid Tower Corsair Cv650 650w 80+ Bronze Grand Total (amount In Words) _________________________________________________ The Above -quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ________________________________ Name / Signature Of Representative ___________________________________ Name Of Company Mayor's Permit No._____________________________ Dti Or Sec Registration Certificate No.________________ Philgeps Registration No._________________________ (please Submit The Photocopies Of The Above Documents Upon Submission Of Quotation) Ricardo F. Laurente Canvasser
Closing Date14 Jan 2025
Tender AmountPHP 75.6 K (USD 1.2 K)
BARANGAY CONCEPCION GRANDE, NAGA CITY Tender
Software and IT Solutions
Philippines
Details: Description The Barangay Government Of Concepcion Grande, Naga City, Through The Bids And Awards Committee (bac), Intends To Apply The Sum Of Six Hundred Eighty Five Thousand Pesos (php685,000.00) Being The Approved Budget For The Contract (abc), For The Proposed Procurement Of Laptop And Desktop Computers For Barangay Concepcion Grande, Naga City, As Follows: Item No. Qty Units Project Description Approved Budget For The Contract (bac) 1 1 Unit Laptop Computer Specifications: Intel Core Ultra 7 155h 16 Cores 16gb Lpddr5x Onboard | 1tb Nvme Pcle 14” 3k Oled 120hz | 2mp Camera | 1.2kg Windows 11 Home Microsoft Office 2021 Home & Student + Microsoft Office 365 Basic 85,000.00 2 10 Unit Laptop Computer Specifications: Intel Core I5-1235u 10 Cores 8gb Ddr4 | 512gb Nvme Pcle 16” Wuxga Ips | 1mp Camera | 1.88kg Windows 11 Home | Free: Asus Backpack Microsoft Office 2021 Home & Student 420,000.00 3 4 Unit Desktop Computer Specifications: Intel Home Office Desktop Bundled With Msi Pro H610m-g With Wifi Intel Core I7 12700 2.1-4.8ghz 12 Cores Lexar 8gb 3200mhz With Heatsink Ddr4 Memory 480gb Toshiba Dynabook 2.5 Sata Solid State Drive 21.5 Hikvision Ds-d5022fn00 Full Hd 75hz Monitor Inplay Lite X10 Case With Acrylic Side Panel And Power Supply Usb Keyboard & Mouse W/ Pad Eco Power Avr Ups 1000va Awp 180,000.00 Total 685,000.00 The Barangay Government Of Concepcion Grande, Naga City, Through The Bac, Now Invites Bids For The Proposed Procurement Of Laptop And Desktop Computers. Bids Received In Excess Of The Abc Shall Automatically Be Rejected At Bid Opening. Completion Of The Project Is Required Within 7 Calendar Days. Bidders Should Have Successfully Completed, Within Three (3) Years From The Date Of The Submission Of Bids 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, Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using A Discretionary “pass/fail” Criterion As Specified In The Implementation Rules And Regulations (irr) Of Republic Act 9184 Otherwise Known As “government Procurement Reform Act”. Interested Bidders May Obtain Further Information From Barangay Government Of Concepcion Grande, Naga City And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb Clause 1b. Bids Will Be Opened In The Presence Of The Bidder’s Representative, Late Bidders Will Not Be Accepted. The Barangay Government Of Concepcion Grande, Naga City Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Bidder Or Bidders. For Further Information, Please Refer To. The Secretariat (bac) Concepcion Grande, Naga City
Closing Date6 Jan 2025
Tender AmountPHP 685 K (USD 11.8 K)
4501-4510 of 4727 archived Tenders