Ups Tenders

Ups Tenders

Municipality Of Loreto, Agusan Del Sur Tender

Textile, Apparel and Footwear...+1Furnitures and Fixtures
Philippines
Details: Description Office Supplies Of Vice Mayors Office - Pr# 25-01-0100 20 Piece Correction Tape, Roller Type, Usable Length:6m Min 10 Pack Photo Paper Glossy @20 Pcs/pck (a4) 40 Ream Paper, Multicopy, 80gsm, Size: 210mm X 297mm 20 Ream Paper, Multicopy, 80gsm, Size: 216mm X 330mm 5 Pack Toilet Deodorant Cake, Deodorizer/moth Proofer 3 Piece Scissors, Symmetrical, Blade Length: 65mm Min 3 Pad Note Pad, Stick On, 76mm X 100mm (3" X 4") Min 1 Piece Eraser, Felt, For Blackboard/whiteboard 3 Piece Marking Pen, Refillable (fine Tip) Black 3 Piece Marking Pen, Refillable (broad Tip) Black 1 Bottle Marking Pen Ink (black) 4 Set Marker, Fluorescent, 3 Assorted Colors Per Set 2 Piece Hp 315 Ink Cartridge (black) 2 Piece Hp 315 Ink Cartridge (color) 6 Bottle Cleaner Toilet Bowl And Urinal 1000ml 3 Bottle Hand Soap, Liquid, 500ml 3 Roll Tape, Transparent, Width: 48mm (±1mm) 2 Roll Tape, Masking, Width: 48mm (±1mm) 2 Roll Tape, Packaging, Width: 48mm (±1mm) 2 Can Furniture Cleaner, Aerosol Type, 300ml Min Per Can 1 Piece Keyboard (usb Type) 1 Piece Mouse Pad 1 Piece Mouse, Optical, Usb Connection Type 1 Piece Duct Tape Width:48mm 1 Piece Ssd Card 128 Gb 3 Pad Note Pad, Stick On, 50mm X 76mm (2" X 3") Min 2 Piece Double Sided Tape 24mm 9 Book Record Book, 300 Pages, Size: 214mm X 278mm Min 4 Pouch Detergent Powder, All Purpose, 500g 4 Pack Fabric Conditioner 900ml 4 Bottle Dishwashing Liquid 250ml 3 Box Fastener, Metal, 70mm Between Prongs 2 Roll Trashbag, Plastic, Transparent 2 Roll Trash Bag (black) 13x13x32 10 Pcs./roll 1 Bundle Folder, Fancy, For Legal Size Documents 36 Piece Binder Clip 5 Pack Toilet Tissue Paper 2-plys Sheets, 150 Pulls, 4pcs./pack 20 Bottle Alcohol, Ethyl, 70%, Scented, 500ml 100 Piece Ballpen, Ballpoint Pen Type (black) 30 Piece Sign Pen, Black, Liquid/gel Ink, 0.7mm Needle Tip 30 Piece Sign Pen, Black, Liquid/gel Ink, 0.5mm Needle Tip 3 Bottle White Glue 200grams 2 Jar Glue, All Purpose, Gross Weight: 200 Grams Min 4 Bottle Ink Epson L3110 (003), Black 2 Bottle Ink Epson L3110 (003), Cyan 2 Bottle Ink Epson L3110 (003), Magenta 2 Bottle Ink Epson L3110 (003), Yellow 5 Box Soap, Bathroom, 90 Grams As Packed 5 Piece Flash Drive, 64gb 1 Piece Cork Board 2'x4'x1/2" 1 Piece Glass Squeegee Wiper Cleaner 2 Piece Stamp Pad, Felt, Bed Dimension: 60mm X 100mm Min 4 Dozen Spoon And Fork (stainless) 2 Piece Window Glass Cleaner (500ml) 10 Meter White Silk (poly Linen) 10 Meter Gray Silk (poly Linen) 12 Pcs Drinking Glass (big) 1 Pcs 3 In 1 Floor Brush With Handle 1 Piece White Board 2'x4'x1/2" 1 Piece Keyboard (usb Type) 4 Can Furniture Cleaner, Aerosol Type, 300ml Min Per Can 1 Piece Mouse, Optical, Usb Connection Type 3 Piece Mouse Pad 5 Bottle Disinfectant, Bleaching Solution, 1liter/bottle 2 Pcs Mug Transparent With Cover (big) 12 Pcs Goblet Glass 2 Piece Mophandle, Heavy Duty, Aluminum, Screw Type 5 Can "air Freshener, Aerosol, 280ml/150g Min Lemon" 5 Can "air Freshener, Aerosol, 280ml/150g Min Lavander" 2 Unit Ups 650va W/ Built-in Avr 4 Piece Marking Pen, For Whiteboard, Black
Closing Date20 Feb 2025
Tender AmountPHP 99.8 K (USD 1.7 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: This Sources Sought Notice Is For Planning Purposes Only And Shall Not Be Considered As An Invitation For Bid, Request For Quotation, Request For Proposal, Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. Your Response To This Sources Sought Notice Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of Contractor Submission Of Responses To This Announcement Or The Government Use Of Such Information. This Request Does Not Constitute A Solicitation For Proposals Or The Authority To Enter Negotiations To Award A Contract. No Funds Have Been Authorized, Appropriated, Or Received For This Effort. the Information Provided May Be Used By The Department Of Veterans Affairs In Developing Its Acquisition Approach, Statement Of Work/statement Of Objectives And Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Sources Sought Notice Or To Otherwise Pay For The Information Submitted In Response To This Sources Sought Notice. the Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Uei Number (f) Cage Code (g) Tax Id Number (h) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.)? (i) Is Your Company Considered Small Under The Naics Code Identified Under This Ssn/rfi? (j) Are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? (k) If You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (l) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (m) If You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work. (n) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (o) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract? (p) Please Provide General Pricing Of Your Products/solution For Market Research Purposes (q) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Number. (r) Please Provide General Pricing Of Your Products/solution For Market Research Purposes (s) Must Provide A Capability Statement That Clearly Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below. statement Of Requirements tissue Processors kansas City Va Medical Center description/specification/statement Of Requirements intent: Kansas City Va Medical Center Is In Need Of Renting/leasing Two Tissue Processors To Use In The Preparation Of Tissue Samples Obtained From Veteran Patients. This Preparation Is Necessary To Produce Slides For Review By Pathologists For Diagnostic Purposes. requirement: The Instrumentation Shall Have The Capability To Diffuse Solutions Into Biological Specimens To Ensure That Proper Embedding Occur. new Equipment Shall Be Acquired For The Required Laboratory. Refurbished, Discontinued, Or Previously Owned Units Are Not Acceptable. The Equipment Models Being Offered Shall Be In Current Production As Of The Date This Offer Is Submitted. For Purposes Of This Solicitation, Current Production Shall Mean That The Clinical Laboratory Analyzer Model Is Being Offered As New Equipment. general Requirements: primary Analyzer(s) Base Equipment Offered That Shall Fully Support The Scope Of Operations (minimal Requirements). operational And Technical Features- The Instrumentation Offered Shall Be Approved By The Food And Drug Administration (fda) And Have The Following required Salient Characteristics vacuum Infiltration Tissue Processor. must Be A Floor Standing Model Not To Exceed The Following Dimensions: 32 X 28 X 61 Inch (width X Depth X Height). must Be Moveable To Allow Access To Serviceable Parts For Staff And Service. must Have Touchscreen Interface. must Have A Process Capacity Of Up To At Least 400 Cassettes (blocks) Per Run. must Have The Option Run Different Protocols Simultaneously On One Instrument. must Provide The Option For Specimen Tracking System That Can Record Cassette Id And Quantity, As Well As User Id, In Order To Track Tissues Samples Loaded. must Allow Use Of Commercially Available, Nonproprietary Brands Of Reagents And Reagent Substitutes. must Have Reagent Tracking System Available To Track Reagent Type And Lot. reagent Reservoirs Must Allow Easy Access For Changing Of Reagent Solutions. must Have A Reagent Management System To Allow Rotation Of Solution Groups For Optimum Processing. The Reagent System Should Involve As Little Hands On As Possible For Safety (both Employee Exposure And Specimen Safety) Reasons. For Safety To Include Built In Systems To Minimize Exposure To Chemical Fumes. instrument Must Track Reagent Quality And Concentration For Optimal Use. instrument Must Automatically Rotate Reagents Based On Quality And Concentration. hot Paraffin Is Exchanged Without Manual Handling. must Be Capable Of Holding Up To 10 Processing Programs. must Have A Battery Back-up System (ups) For Electrical Outages. must Have Audible And Visually Displayed Alarms For System Malfunction. must Allow For Delayed Start And End Times Of Processing With Auto-calculation. installation Requirements vendor Must Supply The Following Items In Sufficient Quantities For Initial Operation. all Reagent Bottles With Attachments And Labels. activated Carbon Filters. metal Cassette Basket (baskets) With Handles And Dividers To Complete Up To A 300 Cassette (block) Run. any Necessary Hoses. any Other Parts And Reagents Needed To Allow For Immediate Training And Use After Installation. The Contractor Is Responsible For Any Missing Parts And Components Not Included In The Order To Carry Out The Installation. method Performance/validation Requirements: method Performance/comparison Shall Be At The Expense Of The Contractor, Shall Include Reagents And Be Consistent With Current Clinical Laboratory Standard Institute (clsi) Guidelines, College Of American Pathologists (cap) Standards And Related Federal Regulations. support Features: start-up Reagents. The Contractor Shall Provide All Reagents, Calibrators, Controls, Consumable/disposable Items, Parts, Accessories And Any Other Required To Establish Instruments For Operation For Performance Of Acceptance Testing. This Applies To All Equipment As Well As Additional Or Replacement Equipment Placed Under The Terms And Conditions Of This Contract. The Contractor Shall Perform/assist, To The Satisfaction Of The Government, All Validation Studies. The Contractor Shall Perform All Of The Statistical Analysis Provide A Hardcopy Of Data In An Organized, Clearly Comprehensible Format. documentation: a Current Editable Standard Operating Procedure Shall Be Provided. a Printed, Electronic Copy Or Both, Of The Operator S Manual And Technical Manual Shall Be Provided. the Document(s) Shall Be Formatted In Accordance With Current, Approved Clsi Guidelines. Electronic (cd Format). at A Minimum, Electronic Copies Of Safety Data Sheets (sds) Shall Also Be Provided. updates To All Procedure Manuals In Microsoft Word Format And Sds Sheets In Electronic Format Shall Be Provided When Package Inserts Are Modified. training: the Contractor Shall Provide An Instrument Training Program That Is Coordinated With And Timely To The Equipment Installation, Sufficient To The Size And Scope Of The Facility S Services. This Shall Include Training On The Operation Of The System, Data Manipulation, And Basic Trouble Shooting And Repair. If Applicable, Off-site Travel Shall Include The Cost Of Airfare, Room, And Board For Each Participant, If Applicable. equipment Preventative Maintenance/repair Service. the Contractor Shall Be Able To Provide Emergency Equipment Repair And Preventative Maintenance On Instrumentation, And Any Incremental Support/ancillary Equipment, E.g., Ups, Line Conditioner, Etc. Offered According To The Following Terms: service Requirements preventative Maintenance Will Be Performed As Frequently As Published In Manufacturer S Operator S Manual And Within 2 Weeks Of The Scheduled Due Date. a Technical Assistance Center Shall Be Available By Telephone 24 Hours Per Day, 7 Days Per Week With A Maximum Call Back Response Time Of 1 Hour(s). equipment Repair Service Shall Be Provided During Core Business Hours. Core Business Hours Are 8:00 Am To 5:00 Pm. Certain Circumstances May Dictate The Need For Repair Service To Be Conducted Outside Routine Business Hours. All Such Arrangements Shall Be Coordinated Between The Contractor And Va Laboratory Personnel. equipment Repair Response Time Shall Be On The Same Day Or No More Than 24 Hours. service Must Be Provided By A Local Technician a Malfunction Incident Report Shall Be Furnished To The Laboratory Upon Completion Of Each Repair Call. The Report Shall Include, As A Minimum, The Following: date And Time Notified date And Time Of Arrival serial Number, Type, And Model Number Of Equipment time Spent For Repair And Proof Of Repair That Includes Documentation Of A Sample Run Of Quality Control Verifying Acceptable Performance. each Notification For An Emergency Repair Service Call Shall Be Treated As A Separate And New Service Call. vendor Will Supply Any Parts Necessary To Keep The Equipment Operational. if Upgrades Or Changes In Technology Render A Piece Of Equipment No Longer Necessary, Contractor Shall Remove Said Piece At Contractor S Expense. upgrades - The Contractor Shall Provide Upgrades To Both The Equipment Hardware And Software To Maintain The Integrity Of The System And The State-of The Art Technology, At No Additional Charge To The Government. These Shall Be Provided As They Become Commercially Available And At The Same Time As They Are Being Provided To Commercial Customers. This Requirement Only Applies To System Upgrades That Enhance The Model Of Equipment Being Offered, I.e. New Version Of Software, Correction Of Hardware Defect, Upgrade Offered To Commercial Customers At No Additional Charge, Upgrade To Replace Model Of Equipment No Longer Contractor Supported, Etc. This Does Not Refer To Replacing The Original Piece Of Equipment Provided Under The Contract; However, It Does Refer To Significant Changes In The Hardware Operational Capability. ancillary Support Equipment - The Contractor Shall Provide, Install, And Maintain Through The Life Of The Contract, As Indicated, Any And All Ancillary Support Equipment To Fully Operate The Analyzer As Defined In These Specifications, E.g. Cabinetry To Support/house The Analyzer (if Necessary), Filters, Preventative Maintenance, And Repair, Etc.), Printers And Universal Interface Equipment, Ups And Ups Batteries, Line Conditioners, Etc. In Addition, The Contractor Shall Include All Ancillary Components That Are Customarily Sold Or Provided With The Model Of Equipment Proposed, E.g. Starter Kits, Tables/stands, Etc. commercial Offerings - The Contractor Shall Provide Any Additional Support Material That Is Routinely Provided To Equivalent Commercial Customers And Assists In Regulatory Compliance, E.g., Computer Disc Containing Their Procedure Manual In Clsi Format Or An On-line Procedure Manual In The Instrument Software. characterization Of Waste The Contractor Shall Provide Documentation That It Has Characterized The Hazardous Nature Of All Wastes Produced By All Equipment, Devices, Reagents, And Discharges In Accordance With The Requirements Of The Code Of Federal Regulations Title 40 Protection Of The Environment Part 261 Et Seq. And Applicable State And Local Requirements. Documentation Shall Include A Description Of The Characteristics Of The Hazardous Waste Produced As A Byproduct Of The Instrument Operations, Safety Data Sheets (sds) Meeting The Requirements Of The Occupational Safety And Health Administration (osha) And Environmental Protection Agency (epa), The Analytical Process Used To Determine The Hazardous Nature And Characteristics Of The Waste, And The Analytical Test Results. Testing Of Hazardous Waste Is To Be Done In Accordance With Testing Protocol Specified For Each Individual Waste As Described In The Code Of Federal Regulations Title 40 To Make A Determination If The Waste Is A Hazardous Waste Or Otherwise Regulated. the Determination And Description Shall Address The Following: waste Toxicity (reference 40 Cfr §261.11 And 40 Cfr §261.24) waste Ignitability (reference 40 Cfr §261.21) waste Corrosivity (reference 40 Cfr §261.22) waste Reactivity (reference 40 Cfr §261.23) hazardous Waste From Non-specific Sources (f-listed) (reference 40 Cfr §261.31) discarded Commercial Products (acutely Toxic Or P-listed And Toxic Or U-listed) (reference 40 Cfr §261.33) solid Waste (reference 40 Cfr §261.2) exclusions (reference 40 Cfr §261.4) the Contractor Will Provide Written Instructions And Training Material To Ensure Vha Laboratory Staff Are Trained As Needed To Properly Operate Devices With Special Emphasis To Managing And Disposing Of Hazardous Waste In Accordance With Epa And State Requirements. Additionally, The Training Provided By The Contractor Must Fulfill Resource Conservation And Recovery Act (rcra) Requirements For Training As Applicable To Devices. contractor Shall Provide A Description Of All Wastes The Process Or Equipment May Discharge So That The Facility Can Determine Whether The Discharge Meets Local Publicly Owned Treatment Works (potw), State And Federal Discharge Requirements. At A Minimum The Characteristics Of Ignitability, Corrosivity, Reactivity And Toxicity As Defined In 40 Cfr §261 Must Be Determined And Documented. Any Mercury Containing Reagents Must Be Identified In Any Concentrations. All Test Results Shall Be Provided. All Listed Chemicals (f, U, K And P) Found In 40 Cfr §261 Shall Be Provided In Product Information And Their Concentrations Documented. For Those Materials With A Positive Hazardous Waste Determination, A Mechanism For The Laboratory To Meet Local Discharge Requirements (i.e. Mercury, Thimerosol And Formaldehyde) Must Be Developed And Sds Sheets Must Be Provided In Advance For Review. At A Minimum, Documentation Shall Include, But Not Be Limited To The Concentration/measures Of The Elements And Parameters Listed Below And Must Be Included With Vendor Response: barium (total) cadmium (total) chromium (total) copper (total) cyanide (total) lead (total) mercury (total) nickel (total) silver (total) zinc (total) arsenic (total) selenium (total) tin (total) ph flash Point (to Higher Than 200â°f) bod; Biochemical Oxygen Demand the Documentation The Contractor Provides Will Be Used To Work With The Vamc And The Public And/or Private Organization (e.g., Potw) To Determine Whether Or Not The Waste From Each Device Can Legally Be Disposed Of Via The Sewerage System. implementation/transition Timeframe - The Implementation Of The Services/requirements Described In This Solicitation Shall Be Completed No Later Than 120 Days After The Award Of The Contract. This Timeline Is Based On A Reasonable Attempt Of The Contractor To Complete All Of The Necessary Implementation Requirements Within The Stated Timeframe. Contractor Shall Not Be Penalized For Implementation Timelines That Extend Beyond The 120-day Timeframe If The Extension Is Through No Fault Of The Contractor And Is A Result Of Delays Due To The Government. upon Award Of A Contract, The Transition Period For The Awarded Contract To Have All Equipment And Peripherals Installed And Operational By April 30 Or Mutually Agreed Upon Date. During This Same Period All Initial Training Of Va Personnel In The Operation And Maintenance Of Said Award Shall Also Be Completed. contractor Shall Provide With Its Quotation An Implementation Plan For Installation Of New Equipment. The Plan Should Include Installation And Training Of Personnel, Transition Of All Testing Materials, Reagents, And Supplies, Etc., Performance Of All Correlations And Validations. Failure Of The Contractor To Conform To The Transition Period Shall Be Considered As Sufficient Cause To Terminate Contract For Cause Under The Termination For Cause Clause Of The Contract. at The End Of 120 Days From Award Of The Contract, The Awarded Contractor Shall Have Full And Sole Responsibility For Services Under The Awarded Contract. standard And Quality Of Performance- This Paragraph Establishes A Standard Of Quality Performance That Shall Be Met Before Any Equipment Listed On The Delivery Order [or Contract] Is Accepted By The Government. This Also Includes Replacement, Substitute Machines And Machines That Are Added Or Field Modified After A System Has Demonstrated Successful Performance. The Acceptance Period Shall Begin On The Installation Date. It Shall End When The Equipment Has Met The Standard Of Performance For A Period Of 30 Consecutive Calendar Days By Operating In Conformance With The Contractor S Technical Specification Of Effectiveness Of 90% Or More. if Equipment Does Not Meet The Standard Of Performance During The Initial 30 Consecutive Calendar Days, The Standard Of Performance Tests Shall Continue On A Day-by-day Basis Until The Standard Of Performance Is Met For A Total Of 30 Consecutive Days. if The Equipment Fails To Meet The Standard Of Performance After 90 Calendar Days From The Installation Date, The User May, At His/her Option, Request A Replacement Or Terminate The Order In Accordance With The Provisions Of Far 52.212-4 Entitled Termination For Cause. (the Contractor Shall Receive Revenue For Tests Reported During The 90-day Acceptance Period.) operational Use Time For Performance Testing For A System Is Defined As The Accumulated Time During Which The Machine Is In Actual Use. System Failure Downtime Is That Period Of Time When Any Machine In The System Is Inoperable Due To Equipment Failure. Downtime For Each Incident Shall Start From The Time The Government Makes A Bona Fide Attempt To Contact The Contractor S Designated Representative At The Prearranged Contact Point Until The System Or Machine(s) Is Returned To The Government In Proper Operating Condition. during The Performance Period For A System, A Minimum Of 100 Hours Of Operational Use Time With Productive Or Simulated Work Shall Be Required As A Basis For Computation Of The Effectiveness Level. However, In Computing The Effectiveness Level, The Actual Number Of Operational Use Hours Shall Be Used When More Than The Minimum Of 100 Hours. the Government Will Maintain Daily Records To Satisfy The Requirements Of The Standard And Quality Of Performance Section And Shall Notify The Contractor In Writing Of The Date Of The First Day Of The Successful Period Of Operation. Operations Use Time And Downtime Shall Be Measured In Hours And Whole Minutes. during The Term Of The Contract, Should The Repair Record Of Any Individual Piece Of Laboratory Equipment Reflect A Downtime Of 10% Or Greater Of The Normal Working Days In One Calendar Month, A Determination Shall Be Made By The Cor And/or Contracting Officer To Replace The Malfunctioning Equipment With New Equipment. The Responsibility For Maintaining The Equipment Furnished In Good Condition In Accordance With Manufacturer S Instructions, Shall Be Solely That Of The Contractor. The Same Terms And Conditions Apply To Ancillary/support Equipment Provided Under This Contract, I.e., Water System Ups, Etc. government S Responsibility- The User Will Perform Routine Maintenance And Cleaning As Required In The Manufacturer S Operation And Maintenance Instructions. The User Shall Maintain Appropriate Records To Satisfy The Requirements Of This Paragraph. ownership Of Equipment- Title To The Equipment Shall Remain With The Contractor. All Accessories (unused Consumables, Etc.) Furnished By The Contractor Shall Accompany The Equipment When Returned To The Contractor. The Contractor, Upon Expiration Of Order(s), At Termination And/or Replacement Of Equipment, Shall Remove The Equipment. The Contractor Shall Disconnect The Analyzer (gas, Water, Air, Etc.) And Shall Be Responsible For All Packing And Shipping Required To Remove The Analyzer. as Applicable, The Contractor Will Identify If Removable Media Is Required To Perform Their Duties. The Clinical Engineering Department Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device/system. Any Contractor With Patient Sensitive Information That Is Imported Into The Removable Media Device For Any Reason Must Purge All Patient Sensitive Information Prior To Departure From The Facility. contractor/subcontractor Must Not Destroy Information Received From Va, Or Gathered/created By The Contractor Without Prior Written Approval By The Va. Any Data Destruction Done On Behalf Of Va By A Contractor/subcontractor Must Be Done In Accordance With National Archives And Records Administration (nara) Requirements As Outlined In Va Directive 6300, Records And Information Management And Its Handbook 6300.1 Records Management Procedures, Applicable Va Records Control Schedules, And Va Handbook 6500.1, Electronic Media Sanitization. Self-certification By The Contractor That The Data Destruction Requirements Above Have Been Met Must Be Sent To The Va Contracting Officer Within 30 Days Of Termination Or Completion Of The Contract as Applicable, All Electronic Storage Media Used On Non-va Leased Or Non-va Owned It Equipment That Is Used To Store, Process, Or Access Va Information Must Be Handled In Adherence With Va Handbook 6500.1, Electronic Media Sanitization Upon: (i) Completion Or Termination Of The Contract Or (ii) Disposal Or Return Of The It Equipment By The Contractor/subcontractor Or Any Person Acting On Behalf Of The Contractor/subcontractor, Whichever Is Earlier. Media (hard Drives, Optical Disks, Cds, Back-up Tapes, Etc.) Used By The Contractors/subcontractors That Contain Va Information Must Be Retained By The Va For Sanitization Or Destruction Or The Contractor/subcontractor Must Self-certify That The Media Has Been Disposed Of Per 6500.1 Requirements. This Must Be Completed Within 30 Days Of Termination Or Completion Of The Contract Or Disposal Or Return Of The It Equipment, Whichever Is Earlier. as Applicable, Bio-medical Devices And Other Equipment Or Systems Containing Media (hard Drives, Optical Disks, Etc.) With Va Sensitive Information Must Not Be Returned To The Contractor At The End Of Lease, For Trade-in, Or Other Purposes. The Options Are: contractor Must Accept The System Without The Drive. va S Initial Medical Device Procurement Includes A Spare Drive Which Must Be Installed In Place Of The Original Drive At Time Of Turn-in; Or va Must Reimburse The Company For Media At A Reasonable Open Market Replacement Cost At Time Of Purchase. due To The Highly Specialized And Sometimes Proprietary Hardware And Software Associated With Medical Equipment/systems, If It Is Not Possible For The Va To Retain The Hard Drive, Then; the Equipment Contractor Must Have An Existing Baa If The Device Being Traded In Has Protected Health Information Stored On It And Hard Drive(s) From The System Are Being Returned Physically Intact; And any Fixed Hard Drive On The Device Must Be Non-destructively Sanitized To The Greatest Extent Possible Without Negatively Impacting System Operation. Selective Clearing Down To Patient Data Folder Level Is Recommended Using Va Approved And Validated Overwriting Technologies/methods/tools. Applicable Media Sanitization Specifications Need To Be Pre-approved And Described In The Purchase Order Or Contract. a Statement Needs To Be Signed By The Director (system Owner) That States That The Drive Could Not Be Removed And That (a) And (b) Controls Above Are In Place And Completed. The Information Security Officer (iso) Needs To Maintain The Documentation. important Information: The Government Is Not Obligated To, Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Source Sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To An Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Currently A Total Set-aside For Service-disabled Veteran Owned Small Business Firms Is Anticipated Based On The Veterans Administration Requirement With Public Law 109-461, Section 8127 Veterans Benefit Act. however, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open. any Response To This Source Selection From Interested Parties Must Be Received Nlt 02/07/2025, 1500 Pm Est. attention: Arlie Lindsey, Contracting Specialist. email: Arlie.lindsey@va.gov please Reference 36c25525q0141 Tissue Processors Lease/rent Kcvamc In The Subject Line. please Provide Your Unique Entity Id So That Your Organization Can Be Identified In Sam.gov And Vetbiz If Organization Is Claiming Sdvosb Preference. only Organizations With An Active Sam.gov Account Can Be Considered. utilize This Link To Either Start A New Registration Or To Renew The Organization S Registration. https://sam.gov/content/home
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Board Of Investments Makati City Metro Manila Tender

Software and IT Solutions
Philippines
Details: Description 1. About The Procuring Entity The Board Of Investments (boi) Is An Attached Agency Of The Department Of Trade And Industry (dti) That Is The National Government Entity Responsible For The Promotion Of Investments For Both Foreign And Domestic, In Accordance With Executive Order No. 226, Also Known As The Omnibus Investments Code Of 1987, And The Recently Approved R.a. 11534 Or The Create Law. The Boi Seeks To Attract Quality Investments That Will Encourage Technological Innovations And Provide Support For Industries To Seize The Opportunities And Challenges Of Global Competition And Demands. The Agency Envisions Itself As A Global Industry Promotion Agency By 2022 Guided By The Core Values Of Integrity, Excellence, Teamwork And Passion For Knowledge. Its Mission Is To Provide Investors With Opportunities For Investments, Comprehensive Business Support Services And Fair Predictable And Consistent Industry Policies. The Current State Of The Economy Due To The On-going Pandemic Makes It More Imperative For Boi To Continuously Aim For Work Excellence, As It Is An Agency, Which Is At The Forefront Of Enticing Investments Into The Country. 2. Project Overview/objectives In Order To Effectively Fulfill The Mandate And Facilitate The Delivery Of Boi’s Core And Support Functions, A 24/7 Maintenance Operations Of The Boi Server Room At The 5th Floor That Hosts Various Application Servers And Other Communication And Network Equipment Is Needed. The Boi Server Room Caters To The Boi Local Area Network (lan). To Upgrade And Have An Existing Boi Server Room With A Fully Functional Data Center, The Boi Is Requesting To Transfer Or Create A Data Center At The Fourth Floor (4/f) Of Industry And Investments Building, 385 Sen. Gil J. Puyat Ave, Makati City. This Is To Ensure Compliance With Industry Standards For It Infrastructure And Data Protection. It Will Also Serve As The Host Of Voice, Video, And Data Requirements Of Boi. Generally, The Data Center Will Include The Following Infrastructure Components: Electrical And Civil Works Component • Site Preparation (civil, Mechanical, And Electrical Works) • Supply And Installation Of New Data Center Build-ups Such As New Static Flooring, Drywall, It Monitoring Room, Electrical Power And Lighting, Temperature, Humidity Monitoring Solution, Acoustic Ceiling, And Drip Pan For Potential Water Leak. • Provisioning Of A Monitoring Room Inside The Proposed Data Center • Installation Of New Server Rack Cabinets Complete With Their Accessories. • Transferring Of Existing Servers, Ups, And Other Data Center Components From The 5th Floor To The New Data Center, Including Mounting, Harnessing, Terminating, And End-to-end Tagging. • Transfer And Installation Of Electrical Works Of Existing 2x 20kva Ups Including Panel Boards And Electrical Wires For Its Distribution • Supply And Installation Of Electrical Works For Precision Air Conditioning Unit (pacu) • Supply And Installation Of A Stand-alone Door Access System Including Biometric Device, And Door Lock Accessories For Physical Security Of A New Data Center. • Supply And Installation Of A New 50kva Powered Diesel Generator Set Including An Isolated Dry Type Of Step-up Transformer • Supply And Installation Of New Automatic Transfer Switch (ats) And Other Components • Supply And Installation Of Temperature, Humidity Control System, And Water Leak Detection System • Supply And Installation Of Communication Grounding And Bonding System. • Supply And Installation Of Roughing-in Materials • Submission Of Test Results, As-built Plan, And Documentation • Cleaning And Retouching Of All Affected Areas Including Necessary Rectifications Network Component • Supply, Installation, And Configuration Of Core Switches • Supply, Installation, And Configuration Of Server Farm Switches • Supply, Installation, And Configuration Of Access Switches • Supply, Installation, And Configuration Of Wireless Access Points • Structured Cabling (horizontal And Vertical) • Provisioning Of Intermediate Distribution Frames (idfs) Cabinets And Other Network Components (2nd, 3rd, 4th Floors) • Supply, Installation, And Configuration Of Servers And Server Rack And Accessories • Transfer Of Network Backbone Connection From 5th Floor To 4th Floor • End-to-end Tagging And Labeling Of All Utp Copper And Fiber Cables • Documentation O Cabling Plan For Structured Cabling And Data Center O Final Cabling Plan As-built Plan With Line Diagram O Final Network/structured Cabling Diagram O Network Vlan Configuration O Softcopy And Hardcopy Of Core, Server Farm, Access Switch, Wlc Running Configuration • Certification Training On Installed Network Switches, Aps, And Other Components. Objectives Of The Project: • To Protect And Secure The Agency's Existing Ict Investments (firewalls, Routers Switches, Servers, Etc.); • To Ensure A Dependable, Secured, And Efficient Ict Support Services (internet, Intranet, Database And Printer Sharing, Etc.); And • To Create An Industry-standard Datacenter For Effective Management Of Network Resources. 3. Deliverables No Particulars Qty Unit 1 Datacenter Civil And Architectural Works 1 Lot 2 Electrical Works, Segregated Power Source Dedicated To Data Center Equipment’s, And Idf Deployed At 1st Floor, 3rd Floor, And 5th Floor 1 Lot 3 Transfer 2x 20kva Ups And Other It Components From The Old Data Center To The New Data Center (servers, Isp, Etc.) 1 Lot 4 Generator Set, 50kva 1 Unit 5 Automatic Transfer System (ats) 1 Unit 6 Precision Air-conditioning Units 2 Units 7 Data Rack 42u (mdf) 2 Units 8 Data Rack 24u (idf) 3 Units 9 Temperature And Humidity Monitoring System 1 Lot 10 Water Leak Detection System 1 Lot 11 Datacenter Access Control System (biometrics, Magnetic Door Lock, Etc.) 1 Lot 12 Structured Cabling 1 Lot 13 Fiber Optic Backbone 1 Lot 14 Core Switch 2 Units 15 Server Farm Switch 2 Units 16 Access Switch 4 Units 17 Access Points 63 Units 18 Transceivers (for Inter-network Link Of Devices) 32 Units 19 End-to-end Tagging And Labeling Of All Utp Copper And Fiber Cables 1 Lot 20 Softcopy And Hardcopy (hardbound) Documentation (as-built, Test Plan, Ip Address Assignment, Vlan Assignment, User’s Manual, Administrators Manual, Etc.) 1 Lot 4. Technical Requirements 4.1 The Bidder Shall Comply With The Following Minimum Specifications For The Physical Data Center And Network Components Of The Project: Item Description Bidder’s Statement Of Compliance Item No 1 Site Preparation (civil, Mechanical, And Electrical Works) • Electrical Wirings With Grounding • Service Entrances For Utilities • Ceiling Installation • Installation Of Industry-grade Data Center Main Door • Installation Of Datacenter Cooling System Item No 2 Laying Of New Electrical Power Lines Distributions/ups Transfer • Provision Of Main Distribution Panel Board (mdp) Main 125a/3p/400vac • Provisioning, Installation, And Configuration Of Dedicated Ats • Provisioning, Installation, And Configuration Of Dedicated Generator Set (at Least 50kva, 129 Amp, Three Phase Dual Voltage, 220-240v Output, At Least 60hz Frequency) • Excavation/backfilling From The Building To The Powerhouse For The Encasement Of The Feeder Line For Power, Ats, And Genset • Transfer And Re-termination Of Electrical Requirements For 2 Units 20kva Ups • Transfer Of Other It Assets From The Old Data Center To The New Data Center • Provisioning Of Electrical Distribution From Data Center Power To Mdfs Located Per Floor • Lighting Fixtures For Datacenter • Testing Of Electrical Equipment Item No 3 Tracing, Tagging, Relocation, And Transfer Of Boi Fas-itd It Equipment (servers, Switches, Routers, Etc.) From 5th Floor To 4th Floor • Tracing Of Backbone To Core Switch Connection • Tracing Of Connection Between Devices Inside The Datacenter • Tagging Of Copper And Fiber Optics Wire Inside The Datacenter • Cable Management • Vertical And Horizontal Cabling From Datacenter To Mdfs And Mdfs To End-nodes Item No 4 Provisioning Of Two (2) 42u Regular Server Racks • 42u With Roof, Side Panel, Castors, Feet, And Brackets • Adjustable Shelf • Vertical Cable Manager • At Least 1 Rack Mountable Kvm (keyboard, Video, Monitor) • Power Rail/strip Options Item No 5 Provisioning Of Three (3) 24u Server Racks To Be Deployed At Mdfs • 24u With Roof, Side Panel, Castors, Feet, And Brackets • Heavy-duty Steel Construction • Door Locks • Anti-tamper Sensors • Network Management Card, Remote Monitoring Capabilities, Snmp Support • With Power Distribution Units (pdu), And Ups Compatibility • Cable Manager Item No 6 Physical Security (door Access, Biometrics, Temperature Monitoring) • Provisioning Of A Solid Door And Tempered Glass Around The Proposed Data Center (1/2, Frameless Door) • Door Access Control Should Conform To Iso-27001 Standards • Magnetic Lock • Biometrics Based Access Control • Access Logs Should Be Maintained For A Minimum Of One Year Or Longer As Specified By The Site Security Policy. • Secured Doors Must Fail Open In A Fire Emergency. Item No 7 Transfer Of Network Backbone Connection From 5th Floor To 4th Floor • Tracing And Tagging Of Backbone Connection From Mdf To Idf • Looping Of Excess Fiber Cable • Re-termination Of Fiber Cable If Necessary Item No 8 Monitoring Room Inside The Proposed Data Center • Provisioning Of Additional Room Inside The Data Center To Serve As A Monitoring Room Item No 9 Anti-static Flooring • Not Generate Static • Groundable After Installation • Have Permanent Static-resistant Properties That Can Provide Protection Amidst Changing Temperatures, Humidity Levels, And Foot Traffic Item No 10 Precision Air Conditioning Unit (pacu) - 2 Units • Shall Have A Nominal Capacity Of Up To Ten (10) Kw • Shall Be Free Blow Type With Plenum And Directional Air Flow Louver Grille • Panels Shall Have A Solid And Rigid Double Skin Insulated • Shall Have A Minimum Net Sensible Capacity Of Ten (10) Kw • Shall Have A Minimum Net Total Capacity Of Eleven (11) Kw • Shall Have A Built-in Touch Screen Display That Provides Informative And User-friendly Interface For Easy Navigation • Shall Have A Built-in Auto Sequencing (1unit Operational And 1unit Back-up, Every 3 Days Sequence Of Operation) • Shall Be Single Circuit Dx Type, Freon R410a • Shall Have Electronic Expansion Valve • Shall Be 380vac,3ph, 6ohz • Shall Recommend Placement Of Air Conditioner Units And Limitations To Be Observed Item No 11 Temperature And Humidity Sensor, And Water Leak Detection System • Base Unit: Sensor Gateway For Up To 4 External Probes • Poe Switch 8 Ports • Sensor Hub • Temperature And Humidity Sensor • Water Leak Sensor Probe • Extension Cable For Water & Flooding Sensor Item No 12 General Requirements Mobilization And Demobilization Labor, Installation, Engineering, And Project Supervision Testing And Commissioning As-built Plans And Documentation (inclusive Of Signed And Sealed) 4.2 Supply, Delivery, Installation, Configuration, And Commissioning Of Network Equipment. Qty Specifications Bidder’s Statement Of Compliance 2 Layer 3 Data Switch To Act As Enterprise Core Layer Switch Features 1. High Performance And Throughput • High Port Density (24-48 Ports) • At Least 960 Gbps Switching Capacity • High Forwarding Rate • Line-rate Packet Processing With Minimal Latency • Non-blocking Architecture With Wire-speed Performance Across All Ports 2. Advanced Switching Capabilities • Layer 2 And Layer 3 Switching Capabilities • Support For Multiple Switching Fabrics • Advanced Qos (quality Of Service) Mechanisms • Support For Vlan Segmentation And Routing 5 High Redundancy And Reliability • Dual Power Supplies • Hot-swappable Components • Redundant Supervisor Engines • Support For Virtual Chassis Technologies • Comprehensive Fault Tolerance Mechanisms 6 Security Characteristics • Advanced Access Control Lists (acls) • Port Security Features • Dhcp Snooping • Dynamic Arp Inspection • Ieee 802.1x Authentication • Integrated Threat Management 7 Routing Protocol Support • Bgp • Ospf • Is-is • Mpls • Multi-protocol Routing Capabilities 8 Management And Monitoring • Snmp Support • Comprehensive Network Monitoring Tools • Remote Management Interfaces • Detailed Logging And Diagnostic Capabilities • Advanced Technological Support 9 Hardware-based Packet Forwarding • Support For Software-defined Networking (sdn) • Ipv6 Compatibility • Mpls And Vpn Support 10 Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 2 Layer 3 Data Switch To Act As Server Farm Switch Features: 1. High-performance Specifications • High Port Density (24-48 Ports) • Wire-speed Performance • Low Latency Switching • Gigabit Ethernet Support • At Least 960 Gbps Switching Capacity 2. Advanced Connectivity Features • Support For Multiple Interface Types • Layer 2/layer 3 Capabilities • Fabric Connection Technologies • Vm-aware Networking 3. Redundancy And Reliability • Hot-swappable Components • Dual Power Supplies • Redundant Supervisor Engines • Non-stop Forwarding (nsf) • Stateful Failover Capabilities 4. Performance Security Features • Hardware-based Acls • Port Security • Advanced Threat Protection • Ieee 802.1x Authentication • Micro-segmentation Support 5. Management Capabilities • Advanced Monitoring Tools • Snmp Support • Comprehensive Logging • Remote Management Interfaces • Network Telemetry 6. Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 4 Layer 3 Data Switch To Act As Access Layer Switch 1. Port Density And Connectivity • Minimum Of 48 Ports • Support For 1g/10g Interfaces • Rj45 And Sfp/sfp+ Port Options • High-density Connectivity • Poe/poe+ Support (up To 30/60 Watts) 2. Performance Characteristics • Low Latency Switching • Wire-speed Performance • Minimum 80-160 Gbps Switching Capacity • Packet Forwarding Rate: 100-240 Mpps 3. Advanced Switching Capabilities • Layer 2/layer 3 Functionality • Vlan Segmentation • Spanning Tree Protocol (stp/rstp) • Link Aggregation (lacp) • Quality Of Service (qos) Support 4. Security Features • Port Security • 802.1x Authentication • Dynamic Arp Inspection • Dhcp Snooping • Mac Address Filtering • Private Vlans • Storm Control 5. Management Capabilities • Snmp Support • Cli Access • Web-based Management • Remote Monitoring • Syslog Integration • Fast Convergence Protocols • Redundant Power Supplies 6. Supports Cloud Management With Wired Assurance: • Provides Operational Visibility Into The Wired Experience With Service-level Expectations (sles) For The Proposed Switch. • Simplified Onboarding And Provisioning With Single-click Activation Which Adds True Plug-and-play Capabilities To The Cloud-ready, Zero-touch Provisioning (ztp)-enabled Switch. • Configuration Models Use Global Templates For Bulk Rollouts While Retaining The Flexibility To Apply Custom Site- Or Switch Specific Attributes. • Device, Port, And Interface Profiles Allows For The Manual Provisioning Of Colored Ports Or Auto-provisioning Of Colorless Ports. • Open Apis Support Third-party Integrations Such As Servicenow And Splunk To Automate Troubleshooting, Ticketing, And More. • Wired Service Level Expectation (sles) Allow To Set, Monitor, And Measure Wired User Experiences Such As Throughput, Successful Connections, And Switch Health With Pre- And Post-connection Performance Metrics. • Ai-driven Switch Insights Reveal Switch Performance, Including Detailed Device-level Metrics Such As Cpu And Memory Utilization. • Features Virtual Network Assistant. 63 Wireless Access Points 1. Performance Characteristics • Dual-band (2.4 Ghz And 5 Ghz) • Wi-fi 6 (802.11ax) Support • Maximum Theoretical Throughput: 5.4 Gbps • Concurrent Dual-band Operation 2. Coverage And Capacity • Recommended Coverage: 150-200 Users Per Ap • Indoor Enterprise-grade Performance • Suitable For Open Offices, Conference Rooms, And Collaborative Spaces 3. Technical Specifications • 4x4:4 Mu-mimo Technology • Beamforming Support • Maximum Concurrent Clients: 512 • Transmit Power: Up To 25 Dbm 4. Advanced Features • Ai-driven Wireless Optimization • Automated Channel And Power Management • Location Services • Cloud-managed Platform 5. Security Capabilities • Wpa3 Support • 802.1x Authentication • Rogue Ap Detection • Integrated Security Fabric • Advanced Threat Protection 6. Artificial Intelligence • The Wireless Solution Must Include Virtual Network Assistant That Supports Natural Language Processing (nlp) Capabilities For Daily Operation. • Api Integration With Generic Ai Such As Google, Alexa And Siri Is Not Considered As Virtual Network Assistant Feature. • The Virtual Network Assistant Must Provide A Conversational Interactive Interface. • The Virtual Network Assistant Must Provide A Single-page Event And Data Correlation View To Eliminate The Need To Pull Up Multiple Dashboards Or Memorize Cli Commands. The Virtual Network Assistant Must Support Multi-vendor Switch Insights: • Switch-ap Affinity To Show How Many Aps Are Connected To A Switch, Reducing Impact Outages • Poe Compliance To Help Manage And Balance The Power Draw Of Connected Devices • Inactive Or Missing Wired Vlans That Are Misconfigured On Switch Ports Where Aps Are Connected But Clients Are Getting Blocked • Version Compliance For Switches Running Dissimilar Hardware • Switch Uptime To Monitor When Switches Are Online Or Offline • The Virtual Network Assistant Must Be Able To Provide Corrective Action Suggestions To Resolve Failures. • The Virtual Network Assistant Must Support Proactive Rma For Unhealthy Access Points. • The Virtual Network Assistant Must Support External Event Triggers Such As Automatic Creation Of A Ticket To External Support Systems With Email Alerts And Webhooks 1 Web-based Controller And Cloud Platform Management 1. Management Capabilities • Identity And Access Management • Centralized Cloud-based Management • Single-pane-of-glass Dashboard • Automatic Firmware Updates • Zero-touch Provisioning • Global Configuration Management 2. Ai-powered Analytics • Proactive Client Experience Monitoring • Automated Troubleshooting • Machine Learning-based Insights • Performance Prediction • Anomaly Detection 3. Security Features • Integrated Security Management • Automatic Threat Detection • Rogue Ap Identification • Compliance Reporting • Role-based Access Control 4. Key Functionalities • Network Configuration • Client Location Services • Performance Analytics • Detailed Reporting And Visualization 5. Access Methods • Web Browser Interface • Mobile Application • Continuous Monitoring And Optimization 1 Lot Structured Cabling • Cat6 Utp Cable • Information Outlet • Faceplate • Patch Panel 5. Scope Of Work Bidders Shall Comply With The Following: • Bidders Shall Be Allowed To Visit The Actual Site For The Preparation Of The Plans Prior To The Submission Of Their Proposal. Bidder Shall Submit An Architectural And Electrical Layout/design Based On User Requirements Together With Their Technical Bid Proposal. • Supply, Delivery, And Installation Of Complete Site Preparation Labor And Materials Including Other Peripherals Needed To Complete The Site Without Additional Cost To Procuring Entity. Bidder Shall Submit A Complete Bill Of Materials For The Site Preparation Component. • Transfer Of Existing Network Components, Servers, And Other It Peripherals From Current Location To New Data Centers • Supply And Installation Of Data Centers Power Distribution And Pacu Power Supply. • Supply, Delivery, And Installation Of Complete Fire Suppression System Including Hangers, Support, And Other Peripherals That May Be Needed To Complete System Without Additional Cost To Procuring Entity. • Supply, Delivery, And Installation Of Complete Security Door Access Input And Output Cables Including Rough-ins, Hangers, Supports, And Other Peripherals That May Be Needed To Complete The System Without Additional Cost To Procuring Entity. Registration Of Personnel To The Door Access System Shall Be Scheduled To Avoid Disruption Of Work. • Provisioning Of Vertical And Horizontal Cabling • Testing Of Each System Shall Be Done Accordingly And Will Be Certified As Completed After Performing And Passing The Functionality Test And The User Acceptance Test. 6. Product Support Requirement 6.1 24x7 Remote Support Through Phone And Email; And Services Assistance Thru Email, Phone, And Web-chat With A Response Time Of Not More Than An Hour Upon Receipt Of The Request From Boi. 6.2 Provision Of 24x7 On-site And On-call Services. 6.3 Provide Comprehensive Service Level Agreement 7. Bidders Eligibility And Project Team Requirements 7.1 A Philippine Contractor Accreditation Board License. At Least With Category A Level; With Classifications In Communication Facilities, Mechanical Works, Electrical Works, And Air-conditioning Works 7.2 The Contractor Must Have At Least One (1) Employed Electronics/electrical Engineer Fully Certified. A Copy Of The Certification Shall Be Provided. A Certified Engineer Must Be Employed By The Bidder For At Least Three (3) Years. 7.3 An Employed Certified Data Center Specialist Personnel; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years 7.4 An Employed Safety Officer With A Construction Occupational Safety And Health Certificate; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years. 7.5 An Employed Certified Associate In Project Management; The Personnel Should Have Been Employed For A Minimum Of Three (3) Years 7.6 The Bidder Must Have Completed At Least One (1) Similar Project In The Supply, Delivery, Installation, Testing, And Commissioning Of A Datacenter Within The Last 10 Years. This Should Be Supported By A Certificate Of Completion And Acceptance By The Client. 7.7 Bidder Should Provide A Certificate That Has 24x7 Technical Support Capabilities. Bidder Should Identify The Person Responsible For Restoring Service Due To Outages And Provide His Contact Details I.e. Contact Person, Position, Contact Numbers, And Email Address. 7.8 Contractors Must Have Philippine Contractors Accreditation Board (pcab) Licenses Required By Republic Act 4566 To Perform Telecommunications /communications Installations. 7.9 A Member Of The Safety Organization Of The Philippines 7.10 A Certificate To Show The Company Is Registered With The National Privacy Commission 7.11 All Prospective Bidders Must Be Authorized Resellers Of All Equipment To Be Supported By A Certificate Issued By The Manufacturer/distributor Of Equipment/materials. 7.12 All Prospective Bidders Shall Submit The Original Copy Of The Design Proposal, Brochures, And Other Publications That Support Compliance To The Requirements. 7.13 Proposed Work Plan And Detailed Implementation Schedule For The Project Covering The Whole Period. Prospective Bidders Are Required To Conduct Site Inspections. This Is To Ensure The Reliability, Security, And Efficiency Of The Required Services That The Contractor Shall Perform. The Timeframe Should Be Specified For Each Activity To Be Done And Shall Include Gantt Chart Summary. 7.14 The Contractor Shall Be Held Solely Responsible For Any Property Or Personal Damages Or Claims, Including Damage To Existing Structures, Systems, Equipment, And/or Site Caused By The Contractor Shall Repair Or Replace It To Its Original Condition At No Additional Cost To The Office. 7.15 The Contractor Shall Be Responsible And Accountable For The Removal And Proper Disposal Of Material And Waste Generated By This Project. Debris, Surplus Materials, Equipment, Etc. Shall Be Removed Daily. 7.16 All Prospective Bidders Shall Submit Original Copy Of Design Proposal, Brochures And Other Publications That Supports Compliance To The Requirements. 8. Project Team Requirements/composition Team Composition And Qualifications The Winning Bidder Shall Assemble A Comprehensive Project Team With The Following Mandatory Positions And Qualifications: Project Management Team 8.1 Project Manager O Minimum Of 10 Years Of Experience In Large-scale It Infrastructure Projects O Proven Track Record In Data Center And Network Refresh Initiatives O Relevant Pmp (project Management Professional) Or Equivalent Certification O Demonstrated Experience In Managing Complex Technological Transformations 8.2 Deputy Project Manager O Minimum Of 7 Years Of Experience In It Infrastructure Projects O Strong Technical Background In Data Center And Network Technologies 8.3 Network Infrastructure Lead O Minimum Of 8 Years Of Specialized Experience In Enterprise Network Design O Advanced Certifications (ccie, Ccnp, Or Equivalent) O Expertise In Modern Network Technologies, Including Sdn, Cloud Integration, And Cybersecurity 8.4 Data Center Infrastructure Specialist O Minimum Of 8 Years Of Experience In Data Center Infrastructure Design And Implementation O Expert In Cooling, Power Management, And Physical Infrastructure Design O Certifications In Data Center Design And Management Support And Implementation Team 1. Senior Systems Engineers (minimum 2) O Each With At Least 6 Years Of Experience In Enterprise System Integration O Comprehensive Knowledge Of Server, Storage, And Virtualization Technologies 2. Network Engineers (minimum 2) O Each With At Least 5 Years Of Experience In Enterprise Network Implementation O Expertise In Network Configuration, Optimization, And Security Additional Team Requirements • The Winning Bidder Must Provide Detailed Cvs And Certifications For Each Key Team Member • Any Changes To The Proposed Team Composition Must Be Pre-approved By The Board Of Investments • The Team Must Demonstrate Collective Experience In Similar Large-scale Infrastructure Projects • All Team Members Must Be Available For The Full Duration Of The Project • The Bidder Must Have A Clear Succession And Backup Plan For Critical Roles The Board Of Investments Reserves The Right To Request Changes To The Team Composition If It Does Not Meet The Project's Critical Requirements. 9. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The All Equipment To Ensure Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Bidder To The Authorized Inspectors At No Charge To The Procuring Entity. 10. Warranty 10.1 The Bidder Shall Provide A Preventive Maintenance Program During The Warranty Period For All The Delivered Equipment And System. 10.2 The Bidder Shall Provide Quarterly Preventive Maintenance On The Pacu, Fire Suppression, Power Distribution Units, And Door Access System During The Warranty Period. 10.3 The Bidder Shall Provide Not Less Than 4 Hours Of Response Time After Receiving Calls From The Client During The Warranty Period. 10.3 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 11. License And Subscription Renewal Provision The Board Of Investments Maintains Absolute And Unconditional Rights To Renew Or Extend All Software Subscriptions, Licenses, And Service Entitlements Beyond The Initial Warranty Or Contract Period. Upon The Expiration Of Any Initial Warranty Or Support Period, We Reserve The Comprehensive Right To Renew Existing Software Licenses, Extend Service Subscriptions, Continue Maintenance And Support Contracts, And Maintain Full Access To All Software And Platform Entitlements. The Successful Bidder Must Provide Comprehensive Documentation Of All Existing Licenses And Subscriptions. This Includes Delivering Complete Credentials, Access Keys, And Licensing Information To Facilitate Seamless Transitions And Ensure Our Continued Operational Effectiveness. We Require Full Disclosure Of Licensing Terms, Clear Renewal Pathways, And Complete Transparency In All Licensing Models. 12. Delivery The Delivery And Commissioning Of All Items For The Data Center Shall Not Exceed 120 Calendar Days Upon Issuance Of The Corresponding Notice To Proceed (ntp). The Commissioning And Initial Testing Shall Be Conducted Within 2-3 Calendar Days After Each Component Is Completed And Witnessed By The End User. After Completion Of The Data Centers, The Bac-twg Together With End User Shall Conduct Functionality Tests. These Will Ensure That All Of The Project's Specifications And Requirements Are Met Must Provide In Hard And Soft Copies Detailed Project Documentation Of The Following: A. Project Implementation Plan With Timetable, B. Installation And Configuration Manual, C. Incident And Problem Escalation Procedure With A List Of Designated Technical Support Engineers, D. Sla (service Level Agreement) E. User Acceptance Test Plan, 13. Training And Technology Transfer A. The Contractor Must Provide Training For At Least Five (5) It Personnel For The Network Equipment/switches, And Troubleshooting For The Structured Cabling And Management Of The Data Center For At Least Three (3) Days Per Module. B. To Ensure That Proper Maintenance And Sustainment Appropriate Training Shall Be Conducted By The Contractor As Essential Part Of Technology Transfer To Prepare And Equip Boi And Its Personnel In The Overall Operations And Maintenance Of Its Network Infrastructure And It Facility. C. The Contractor Shall Submit A Program Of Instruction (poi) Detailing All The Training Activities To Be Conducted For Review, Evaluation, And Approval Of Boi. Hands-on Training Shall Form Part Of The Training Program. D. Operation And Training Manuals Shall Be Provided To Each Participant. E. The Training Shall Be Conducted And Completed Before The Issuance Of The Certificate Of Project Completion And Acceptance. F. All Expenses Related To Training (e.g. Venue, Meals, Equipment, Certificate.) Shall Be Borne By The Contractor. G. Certificate Of Training/s Shall Be Given By The Contractor To All Participants. 14. Liability Of The Bidder The Bidder’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 15. Incidental Services 1. Spare Parts The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. In The Event Of Termination Of Production Of The Spare Parts/expiration Of Software Licenses O Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; O Following Such Termination Of Production, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested; O The Bidder Shall Carry Provide The List Of Vendor Of Consumable Spare Parts Or Components For The Equipment. 16. Institutional Requirements Equipment And Asset Ownership All Equipment, Hardware, Software, Infrastructure Components, And Other Tangible And Intangible Assets Procured, Installed, Or Developed During The Data Center Rehabilitation And Network Refresh Project Shall Become The Sole And Exclusive Property Of The Board Of Investments (boi). The Contractor Is Prohibited From Removing Any Delivered Items From The Project Site After Installation Or Project Completion. Specific Provisions Include: • Full Ownership To All Project-related Assets Shall Immediately Transfer To Boi Upon Delivery Or Installation • The Contractor Shall Provide All Necessary Documentation To Formally Transfer Ownership, Including But Not Limited To Equipment Lists, Serial Numbers, Warranty Information, And Certificates Of Ownership • Any Attempt To Remove Or Retain Project-related Items Without Authorization Will Be Considered A Material Breach Of Contract The Contractor Shall Submit Project Implementation And Management Plan (pimp) Within Ten (10) Calendar Days Upon Receipt Of Notice To Proceed For The Implementation Of The Proposed Solution, Which Is Subject To Review And Approval By The Boi. The Pimp Shall Include But Not Be Limited To The Following: • Scope Of Work • Project Organization • Implementation Methodology • Project Timeline • Communication And Deployment Strategy The Contractor Shall Provide Complete Documentation, One (1) Soft Copy And Three (3) Printed Copies, For Every Deliverable And At Every End Of Each Development Stage And Milestone Which Must Be Submitted To The Boi For Approval. Boi Shall Own Any And All Documents And Shall Reserve The Right To Reproduce At No Additional Cost. The Documentation Must Be Written In English With Concise And High-quality Presentation To Include But Not Limited To The Following: 1. Technical Manuals: • As Built Document • Infrastructure Diagrams And Topology • Troubleshooting And Installation Guides • Single Line Diagram • System/operation Manual 2. Operations And Maintenance Manuals 17. Intellectual Property Rights The Bidder Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 18. Approved Budget Cost The Board Of Investments Intends To Apply The Sum Of Thirty-one Million Pesos (31,000,000.00) Being The Approved Budget For The Contract (abc) For The Completion Of The Relocation And Transfer Of The Board Of Investments’ Datacenter And It Related Infrastructure From 5th Floor To 4th Floor To Be A High-performing And Scalable It Infrastructure. Bids Received In Excess Of The Abc Shall Be Automatically Disqualified At The Opening Of The Financial Proposals. Prices Are In Php And Are Vat-inclusive. 19. Source Of Funds The Budget Authorized For Procurement Of Service For The Relocation And Transfer Of Boi Datacenter From 5th Floor To 4th Floor Shall Be Sourced From The 2025 Capital Outlay (co) And Maintenance And Other Operating. Expenses (mooe), Pursuant To The Philippine General Appropriation Act Of 2025. 20. Payment 10% Project Mobilization: Covers Initial Costs, Including Project Planning And Resource Allocation, And To Submit The Project Implementation Plan 25% Network And Datacenter Infrastructure Facility Civil Works All Materials, Equipment, And Labor Necessary For The Construction Of The It Infrastructure Facility Including All Civil Works, Walls, Doors, Partitions, Flooring, Security Access Pass, Air-conditioning Unit And Other Accessories/appurtenances As Specified And As Shown In The Drawings. 25% Delivery Of Equipment And Materials, Structured Cabling, Fixing, Installation Of Cables, Conduit, Outlets Racks Ladders, And Other Components (active Components) All Materials Are To Be Used In The Installation And Cabling. Installed Cables, Conduit, And Components And Tested And Working Cable Lines. 30% Upon Submission Of Certification Of 100% Completion Of Project And Passing Of The Functionality Test To Be Administered By The Bac-twg And Witnessed By The Bac 5% Training Of Personnel For The Completed Network And It Infrastructure Facility. 5% Retention Fee 100% 21. Penalty In Case There Is A Delay In The Delivery And Installation Of The Software Where Boi Is Not At Fault, The Contracted Service Provider Shall Be Subject To Sanctions As Specified In The Contract To Be Signed By Both Parties Based On The Applicable Provisions Of The Procurement Law.
Closing Date15 Jan 2025
Tender AmountPHP 31 Million (USD 530.7 K)

Province Of South Cotabato Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0047 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost Admin And Integrated Agri-fishery - Hvcdp 1 Desktop Computer , Desktop Computer 50,000.00 Sets Core I5 13400 2.5ghz 20mb Smart Cache Or Higher Compatible H610 Motherboard W/ Gigabit Lan Or Higher 16gb Ddr4-3200mhz (2 X 8gb) Memory Or Equivalent 1tb Nv2 M.2 Nvme Pcie4 Ssd, 4gb Gtx 1050ti Video Card 21.5" Fhd 75hz Ips Monitor, 650watts 80+ Bronze Rated Power Supply Heavy Duty Black Atx Casing, 1000va 500watts Ups W/ 8 Outlets, Usb Combo Keyboard With Mouse And Mouse Pad 2.1 Multimedia Speaker System With Subwoofer Total Output Power (rms)-8w X 2 + 12w Pc 1 Year Warranty On Parts And Service, Ups 2 Years Conditions: 1. 36 Months Premium Support And Onsite Service From The Manufacturer. 2. Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. 3. Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And It Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. 4. Suppliers/dealers Shall Have An Authorized Service Centers With In Socsargen Area. 3 Integrated Agri-fishery-fishery Section 2 Laptop Computer , Laptop Computer 50,000.00 Unit Core I5 1335u 3.4ghz, 12mb Smart Cache Or Higher 512 Gb Pcie® Nvme M.2 Ssd, 8 Gb Ddr4-3200 Mhz Ram (2 X 4 Gb) Onboard Intel Iris Xe Graphics, Chipset: Intel® Integrated Soc 15.6" Diagonal, Fhd, Micro-edge, Anti-glare, 250 Nits Display Realtek Wi-fi 6 (1x1) And Bluetooth® 5.3, True Vision 720p Hd Camera Integrated Dual Array Digital Microphones, Dual Speakers Software Included: Mcafee Livesafe, Windows 11 Home Sl Microsoft Office Home And Student (pre-installed) Cloud Service: 25 Gb Dropbox Storage For 12 Months Full-size, Backlit, Soft Grey Keyboard With Numeric Pad Pointing Device: Imagepad, With Usb 3.0 Lan Adapter Carrying Case/bag, 3-cell, 41 Wh Li-ion Polymer Battery 45 W Smart Ac Power Adapter Conditions: (1) 1 Year Battery & Charger / 2 Years On-site Warranty (2) Equipment Under 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0061 Page 1 Of 3 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0047 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. (3) Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. (4) Suppliers/dealers Shall Have A Service Center With In Socsargen Area. Arss 3 Laptop Computer , Laptop Computer 100,000.0 Unit Ryzen 7 8845hs 3.8ghz, 24mb Total Cache, 8c/16t Or Higher Amd Integrated Soc Chipset 16 Gb Ddr5-5600 Mt/s (2 X 8 Gb) 1 Tb Pcie® Gen4 Nvme™ M.2 Ssd 8 Gb Gddr6 Rtx™ 4060 Laptop Gpu 16.1? Fhd (1920*1080) 144hz Ips Display True Vision 1080p Fhd Camera With Temporal Noise Reduction Headphone/microphone Combo Realtek Wi-fi 6 (2x2) And Bluetooth? 5.3 Integrated 10/100/1000 Gbe Lan Dts:x® Ultra; Dual Speakers; Audio Boost; Hyperx Full-size, 1-zone Rgb Backlit, Moonstone Grey Keyboard With Numeric Keypad, Pointing Device Imagepad 6-cell, 83 Wh Li-ion Polymer Battery, 230 W Smart Ac Power Adapter Carrying Case/sling Bag, Windows 7 Home, Ms Office Home And Student 2021 Two (2) Years Manufacturer’s Warranty 1 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0061 Page 2 Of 3 X-x-x Nothing Follows X-x-x "please Indicate Brand" Note: Specifications •the Suppliers Shall Supply Ict Equipment Which Fulfils At Least Energy Star 6.1 For Computers And 7.0 For Monitors Criteria. •the Supplier Shall Supply Products With A Visible On/off Switch. •in Case Of Desktop Computers: The Supplier Shall Supply Products Which Are Designed So That The Memory, Hard Disk And Cd Drive Are Readily Accessible And Can Be Changed Easily For Upgrades. •the Supplier Shall Supply Notebooks And Desktop Computers Where The Availability Of Replacement Batteries And Power Supplies Is Guaranteed For At Least 5 Years After End Of Production. •the Supplier Shall Supply The Products In Recyclable Packages And Shall Provide A Packaging Take-back Service. Note: For Use Of Opag. Source Of Fund: For Item No. 1 Pagri-8711-gf -1-07-05-030-ppe-25-01-10145, For Item No. 2 Pagri-8711-rs-aifedp -1-07-05-030-ppe-25-01-10146, For Item No. 3 Pagri-8711-rs-arss -1-07-05-030-ppe-25-01-10147 Approved Budget: P 300,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0061 Page 3 Of 3
Closing Date11 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)

Oriental Mindoro Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Improvement Of Municipal Plaza At Gloria, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The General Fund 2024 Intends To Apply The Sum Of Nine Million Nine Hundred Ninety Five Thousand Two Hundred Fifty Four Pesos And 20/100 (php 9,995,254.20) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “improvement Of Municipal Plaza At Gloria, Oriental Mindoro (ib No. Cw-2024-271)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 100 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit A.1.1(8) B.5 B.7 (1) 300(2) 801 (1) 803(1)a 804(1)b 900(7) 903(2) 1027(1) 1046(2)a1 Spl-i Spl-ii Spl-iv 1100 (10), 1101(33), 1103 (1) Provision Of Field Office For The Engineer (rental Basis) Project Billboard/ Sign Board Occupational Safety And Health Program Crush Aggregate Surface Course Removal Of Structures And Obstructions Structure Excavation (common Soil) Embankment From Borrow Reinforced Concrete Formworks And Falseworks Cement Plaster Finish 100mm Chb Non-load Bearing (including Reinforcing Steel) Board Ups Centerpiece Waterfall Cascade W/ Ringjet Fountain Conduits, Boxes And Fittings, Wires & Wiring Devices, Lighting Fixtures And Lamps 3.33 Mos. 1.00 Ea 3.33 Mo. 27.46 Cu.m 1.00 I.s. 117.53 M3 117.53 M3 91.69 M3 549.33 M2 794.04 M2 227.14 M2 560.00 M2 1.00 I.s. 1.00 L.s. 1.00 I.s. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. The Pgom Will Hold A Pre-procurement Conference On December 13, 2024 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 To January 06, 2024 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On December 23, 2024 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 06, 2024 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 06, 2024 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom 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. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (december 23, 2024) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 9.9 Million (USD 172.2 K)

Oriental Mindoro Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Rehabilitation Of Public Market At Bansud, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The General Fund 2024 Intends To Apply The Sum Of Nineteen Million Nine Hundred Ninety One Thousand Eight Hundred Thirty Two Pesos And 96/100 (php 19,991,832.96) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “rehabilitation Of Public Market At Bansud, Oriental Mindoro (ib No. Cw-2024-272)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 115 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit A.1.1(8) B.5 B.7 (1) 800(2) 803(1)a 900(7) 903(2) 1032(1)a 1032 (1) С 1013(2)b1 1014(1)b2 1047(1) 1018(2) Spl-i Spl-ii Spl-iii Provision Of Living Quarters For The Engineer (rental Basis) Project Billboard/ Sign Board Occupational Safety And Health Program Removal Of Structures And Obstructions Structure Excavation (common Soil) Reinforced Concrete Formworks And Falseworks Painting Works (masonry/ Concrete) Painting Works, Steel Metal Roofing Accessories Pre-painted Metal Sheets Structural Steel Unglazed Tiles Escalator Including Installation & Delivery Fee Fabricated Stainless Signages Board Ups 3.83 Mos. 1.00 Ea 3.83 Mo. 1.00 I.s. 5.12 M3 1.28 M³ 20.32 M² 2,110.60 M² 7,679.25 M2 778.24 I.m 2,303.00 Sq.m 58,477.53 I.s 1,072.64 M² 2.00 Unit 1.00 L.s 1.00 L.s 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. The Pgom Will Hold A Pre-procurement Conference On December 13, 2024 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 To January 06, 2024 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On December 23, 2024 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 06, 2024 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 06, 2024 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom 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. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (december 23, 2024) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 19.9 Million (USD 344.4 K)

City Of Cape Town Tender

Goods
Telecommunication Services
South Africa
Description: * Refer To Gk12500394 Equipment To Be Compatible With Existing Hytera (rf Comms) And Ubiquiti Unifi (ip Comms) Equipment Radio Rf Communication Supplier Support 8 Hrs Spectrum License Application Support (for Hr655h, Hr1065u1, Wireless Link Rf), Supplier To Assist With Technical Support To Advise On And Assist With The Motivation, Preparation And Completion Of The Documentation In Terms Of Icasa Spectrum License Application. Repeaters <(>&<)> Duplexers Ordered To Align With Approved Icasa Repeaters Licence Contact Person: Anton Visser 082 312 5176 Delivery Address: Melkbosstrand Neighbourhood Watch 1 Beach Road Melkbosstrand 7441 * Equipment To Be Compatible With Existing Hytera (rf Comms) And Ubiquiti Unifi (ip Comms) Equipment Radio Rf Communication Equipment Uhf Dmr Repeater Repeater To Be Supplied Programmed And Balanced With Allocated Icasa Frequencies. Supplier To Provide Programming Software, User Guides And Manuals, Licence Keys, Passwords And Appropriate "programming" Cable Check If Not Already Under The Cables Section In This Document. 1 Unit Hytera Hr1065 U1 Repeater Ultra-thin Dmr Repeater 400-470 Mhz Uhf Enhanced Version With Built-in Mains Ps. (or Equivalent) 1 Unit Hytera Dt27 Duplex Unit Complete Machine With All The Cables And Rack Mount Kit, 400 # 470 Mhz Il=1.5db Isolation75db Power : 50w Sma (or Equivalent) 1 Unit Hytera Sm16a1 Handheld Microphone (or Equivalent) 1 Unit Hytera Licence Repeater Ip Connect / Mobile Ip Transit (or Equivalent) Contact Person: Anton Visser 082 312 5176 Delivery Address: Melkbosstrand Neighbourhood Watch 1 Beach Road Melkbosstrand 7441 * Equipment To Be Compatible With Existing Hytera (rf Comms) And Ubiquiti Unifi (ip Comms) Equipment Transportable Dmr Repeater Repeater To Be Supplied Programmed And Balanced With Allocated Icasa Frequencies. Supplier To Provide Programming Software, User Guides And Manuals, Licence Keys, Passwords And Add Appropriate "programming" Cable Check If Not Already Under The Cables Section In This Document. 1 Unit Hytera Hr655h U1 # 400-470 Mhz, High Power 1/25w, Dmr Tier Ii Ordered With Built-in Hytera Installed Duplexer. (or Equivalent) 1 Unit Hytera Licences - Ip Connect / Mobile Ip Transit, Sfr <(>&<)> Full-duplex (or Equivalent) 1 Unit Hytera Hr650 Series Li-ion Battery Pack (air Freight) Bl9915 12500mah 14.4v Hytera Logo Ip67 (rohs) (reach) (or Equivalent) 1 Unit Hytera Bracket Kit Brk36 Wall Mounted Hytera Logo Finished (rohs) (reach) (or Equivalent) 1 Unit Hytera Md650 Remote Speaker Microphone With Lcd, Sm25a1 00 (rohs) (or Equivalent) 1 Unit Hytera Nylon Backpack Kit For Hr650 Ncn035 Hytera (rohs) (reach) (or Equivalent) 1 Unit Hytera Ac/dc Power Adapter Ps8002 Hytera Logo 100~240vac/2a 16.8v/8a [european Standard] Level 6 (including European Standard Power Cord) (rohs) (reach) (or Equivalent) 1 Unit Hytera Uhf An04x Antenna (to Mount On Repeater For Portable Use), Select And Tune Antenna To Allocated Icasa Frequencies (or Equivalent) Supplier To Provide Programming Software And Appropriate Data Cable As Under The Cables Section Contact Person: Anton Visser 082 312 5176 Delivery Address: Melkbosstrand Neighbourhood Watch 1 Beach Road Melkbosstrand 7441 * Equipment To Be Compatible With Existing Hytera (rf Comms) And Ubiquiti Unifi (ip Comms) Equipment Wireless Link Rf (for Repeaters) Terminal Devices To Be Supplied Programmed To Work With Supplied Repeaters, Supplied With Programming Software, User Guides And Manuals, Licence Keys, Passwords And Appropriate "programming" Cable Check If Not Already Under The Cables Section In This Document. 2 Units Hytera Hm785hg Bt Uv # Uhf 350-470 Mhz, High Power, Rsm (sm16a1), Gps, Bt 5.0, Dmr Tier Ii <(>&<)> Analogue, (or Equivalent) 2 Units Hytera Licences - Ip Connect / Mobile Ip Transit, Sfr <(>&<)> Full-duplex (or Equivalent) 1 Unit Hytera Back To Back Interface Cable Hytera Hm785hg To Hr1065u1 (or Equivalent) 1 Unit Hytera Back To Back Interface Cable Hytera Hm785hg To Hr655 (or Equivalent) 2 Unit Webb Industries Yagi 3-element Antennas 7 Db Or Equivalent. (for Allocated Frequency) (or Equivalent) Contact Person: Anton Visser 082 312 5176 Delivery Address: Melkbosstrand Neighbourhood Watch 1 Beach Road Melkbosstrand 7441 * Equipment To Be Compatible With Existing Hytera (rf Comms) And Ubiquiti Unifi (ip Comms) Equipment Terminal Devices Terminal Devices To Be Supplied Programmed To Work With Supplied Repeaters, Supplied With Programming Software, User Guides And Manuals, Licence Keys, Passwords And Appropriate "programming" Cable Check If Not Already Under The Cables Section In This Document. 3 Units Hytera Hm785hg Bt Uv # Uhf 350-470 Mhz, High Power, Rsm (sm16a1), Gps, Bt 5.0, Dmr Tier Ii <(>&<)> Analogue (or Equivalent) 1 Unit Hytera Hm785hg Bt V1 # Vhf 136-174 Mhz, High Power, Rsm (sm16a1), Gps, Bt 5.0, Dmr Tier Ii <(>&<)> Analogue (or Equivalent) 4 Units Hytera Licences - Ip Connect / Mobile Ip Transit, Sfr <(>&<)> Full-duplex (or Equivalent) 3 Units Hytera Mnc360 Poc Mobile Radio, Dual-sim, Lcd, Gps, Bt, Wi-fi, 4w Speaker, Android, Nfc (or Equivalent) 2 Units Hytera External Power Supply (220w), Input Voltage 100-240 Vac, Output Voltage 13.8 V Dc ±1.0% Ps22002, Or Equivalent (or Equivalent) Contact Person: Anton Visser 082 312 5176 Delivery Address: Melkbosstrand Neighbourhood Watch 1 Beach Road Melkbosstrand 7441 * Equipment To Be Compatible With Existing Hytera (rf Comms) And Ubiquiti Unifi (ip Comms) Equipment Hytera Cables Or Equivalent 1 Unit Hytera Pc47 Programming Cable (hr1065u1 <(>&<)> Hr655h) (or Equivalent) 1 Unit Hytera Pc37 Programming Cable (or Equivalent) 1 Unit Hytera Pc152 Programming Cable (hr785, Hr705 <(>&<)> Hp505 Dmr) (or Equivalent) 1 Unit Hytera Pc40 (db26/usb) (or Equivalent) 1 Unit Hytera Pc91 Cable (or Equivalent) 3 Units Hytera Back To Back Interface Cable Hm785hg To Mnc360 Same As Used In Hytera Bn100 Hytalk Pmr Gateway (or Equivalent) 2 Units Hytera Back To Back Interface Cable Hm785hg To Hm785hg (or Equivalent) Contact Person: Anton Visser 082 312 5176 Delivery Address: Melkbosstrand Neighbourhood Watch 1 Beach Road Melkbosstrand 7441 * Equipment To Be Compatible With Existing Hytera (rf Comms) And Ubiquiti Unifi (ip Comms) Equipment Backup Power 1 Unit Gizzu Hero Core 512wh Ups Power Station Or Equivalent 2 Units Sonx Sx-lfp12.8v 108ah Drop In Lifepo4 Lithium Battery, Or Equivalent 1 Unit Victron Blue Smart Ip22 Charger 12v 20a 3 Outputs Or Equivalent Contact Person: Anton Visser 082 312 5176 Delivery Address: Melkbosstrand Neighbourhood Watch 1 Beach Road Melkbosstrand 7441 Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation.
Closing Date14 Feb 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description The National Irrigation Administration-regional Office 12, Gensan Drive, City Of Koronadal, South Cotabato, Through The Fund 501 Has The Approved Budget For The Contract (abc) Amounting To Seventy Seven Thousand Pesos Only (p 87,000.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected Interested Dealers May Obtain Further Information From The Nia-regional Office 12, Gensan Drive, City Of Koronadal, South Cotabato And Get Canvass Form At The Same Address To Start On January 28, 2025 At 10:00am – 12noon; 1:00pm-5:00pm. Mode Of Payment Is By Lot. The Nia-regional Office 12 Now Invites Bids Of The Following, To Wit: Lot 1: 1. 1 Unit Wireless Hdmi Extender Screen Projector "hdmi Wireless Extender: 50 Meters Long Distance, Hdmi & Vga-receiver 5ghz Wireless Transmission Hdmi Port Transmitter For: Lapotop, Desktop Hdmi & Vga Port Receiver For: Projector, Monitor, Tv Multi-interference Design: Hdmi & Vga Dual Video Interface, 3.5mm Audio Interface, Support External Audio Devices 2 Display Modes: Mirror Mode, Extended Mode" 2. 1 Unit Printer "maximum Resolution: 5760x1440 Dpi Print Method: On-demand Inkjet (piezoelectric) Print Speed: Photo Default - 10 X 15 Cm / 4 X 6 "" *1:approx. 69 Sec Per Photo (border) / 90 Sec Per Photo (borderless)*2, Draft, A4 (black / Colour):up To 33.0 Ppm / 15.0 Ppm*2, Iso 24734, A4 Simplex (black / Colour):up To 10.0 Ipm / 5.0 Ipm*2, First Page Out Time From Ready Mode (black / Colour):approx. 10 Sec / 16 Sec*2 Scanner Type: Flatbed Colour Image Scanner Optical Resolution: 1200 X 2400 Dpi Maximum Scan Area: 216 X 297 Mm Copying: Maximum Copy Resolution:600 X 600 Dpi, Maximum Copy Size:a4, Letter" 3. 2 Units 24-inch Monitor "panel Size (inch) : 24 Display Surface(non-glare/ Glare) : Non-glare Color Saturation : 95% Dci-p3, 125% Srgb True Resolution : 1920 X 1080(fhd) Pixel Pitch : 0.2745(h) X 0.2745(v) Mm Brightness : 300 Cd/m2(typ) Contrast Ratio : 1100:1 Viewing Angle : 178°(h)/178°(v) Display Colors : 16.7m Response Time : 1ms Mprt Refresh Rate : 165hz/oc 180hz Hdr : Hdr Ready Flicker-free : Yes Hbr3 : No Connectivity: -2 X Hdmi 2.0 -1 X Displayport 1.2 (capable For Hdr) -2 X Usb 3.2 Gen 1 Downstream Ports -1 X Usb 3.2 Gen 1 Upstream Port -1 X Earphone Jack Warranty: Atleast 1-year Hardware Warranty" 4. 3 Units 1200w-2000va Ups With Avr Uninterruptible Power Supply(6 Universal Sockets) "ratings: 2000va / 1200w Battery: 2x 12v/9ah Interface: 6x Universal Socket Led Indicators Features: - Led Display Or Lcd Display Selectable - Microprocessor Based Digital Control '- Boost And Buck Avr For Voltage Stabilization - Auto Sensing Frequency - Wide Input Voltage Range - Power On Self-test - Cold Start - Auto Restart When Mains Power Is Restored - Short Circuit, Battery Overcharge /over Discharge, Overload, Surge Protections - Automatic Charging In Off Mode." 5. 4 Units 500 Gb Solid State Drive (ssd) "capacity: 500 Gb Form Factor: 2.5"" (single-sided) Interface: Sata 6gbps Protocol; Ahci Sequenctial Read: 560 Mb/s Sequential Write: 540 Mb/s Random Read: 90,000 Iops Random Write: 90,000 Iops Endurance: 300 Tbw Mtbf: 1.8 Million Hours Drive Writes Per Day (dwpd): 0.3 Warranty: Atleast 3 Years" 6. 1 Unit 8gb Computer Ram "module Type: 288 Pin Unbuffered Dimm Non Ecc Memory Type: Ddr4 Capacity: 8gb Frequency: 3200 Data Transfer: 25,600 Mb/s Bandwidth: (pc4 25600) Latency: Cl22-22-22-52 Voltage: 1.2v Warranty: Atleast 6 Months" 7. 1 Unit 8gb Computer Ram "module Type: Ddr3 240 Pin Non-ecc Unbuffered Dimm Memory Type: Ddr3 Capacity: 8 Gb Data Transfer: Bandwith Latency: Cl11-11-11-28 Voltage: 1.5 V Dram Density: 128x8 / 256x8 / 512x8 Warranty: Atleast 6 Months" Canvass Form Must Be Delivered To Nia-regional Office 12, Gensan Drive, City Of Koronadal, South Cotabato On Or Before January 31, 2025 At 10:00a.m.
Closing Date31 Jan 2025
Tender AmountPHP 87 K (USD 1.4 K)

Municipality Of Sariaya, Quezon Tender

Publishing and Printing
Corrigendum : Tender Amount Updated
Philippines
Details: Description 5 Packs Adding Machine Tape, 57mm, 4 Roll/pack 5 Gallon Alcohol, Isopropyl, 68%-72%, Scented, 3.785l 4 Bxs Ballpen, Black 50’s 2 Pcs Binder, 2-ring, D-type, (3”), Legal 5 Pack Board Paper, Long 5 Pack Board Paper, A4 5 Units Calculator, Compact, Mx125 2 Packs Carbon Film, Legal, 100 Sheets Per Box 1 Bxs Clip, Backfold, 19mm 1 Bxs Clip, Backfold, 25mm 1 Bxs Clip, Backfold, 32mm 1 Bxs Clip, Backfold, 50mm 2 Pcs Columnar Notebook, 6 Columns 2 Bxs Computer Continuous Form 3 Ply, 13x9 ½ 500 Sets Per Box 30 Pcs Correction Tape, 8 Meters 2 Units Cutter/utility Knife, For General Purpose 15 Packs Disposable Mask, Kf94 500 Pcs Envelope, Documentary, Legal, 500 Pcs/box 5 Bxs Envelope, Mailing, 500 Pieces Per Box 2 Unit External Harddrive, 1tb, 2.5 Hdd 3 Bxs Fastener, Plastic, 8” Long 5 Bxs Fastener, Plastic, 7 Cm 2 Units Flashdrive, 16gb 10 Pcs Folder, L-type Long 100 Pcs Folder, Tagboard, Long 2 Jars Glue, All-purpose, 200grams 10 Pcs Ink, Epson (t6641), Black 4 Pcs Ink, Epson (t6642), Cyan 4 Pcs Ink, Epson (t6643), Magenta 4 Pcs Ink, Epson (t6644), Yellow 10 Pcs Ink, Epson #003, Black 4 Pcs Ink, Epson #003, Blue 4 Pcs Ink, Epson #003, Cyan 4 Pcs Ink, Epson #003, Magenta 10 Pcs Ink Roller, Ms37901/ir40t, W/ Black & Red Ink 5 Units Keyboard, Usb-port 36 Pcs Marker, Permanent, Black 1 Box Marker Flourescent, Assorted Colors, 10pcs/box 10 Units Money Detector 5 Units Mouse, Optical, Usb Connection Type 2 Pcs Mouse Pad, Rubberised 2 Pads Note Pad, Stick On, 3” X 4”, 100 Sheets/pad 2 Pads Note Pad, Stick On, 2” X 3”, 100 Sheets/pad 2 Pads Note Pad, Stick On, 3” X 3”, 100 Sheets/pad 5 Pads Note Pad, Stick On, 76x51mm (3inx2in) 10 Bxs Paper Clip. Vinly/plastic Coated, 33mm 10 Bxs Paper Clip. Vinly/plastic Coated, Jumbo, 50mm 2 Reams Paper, Bond, Pink, Legal 5 Reams Paper, Mimeograph, Gw, 70gsm, Size: A4 10 Reams Paper, Mimeograph, Gw, 60gsm, Size: Long 5 Reams Paper, Mimeograph, Ww, 70gsm, Size: A4 10 Reams Paper, Mimeograph, Ww, 70gsm, Size: Long 20 Reams Paper, Multipurpose A4, 500 Sheets/ream 20 Reams Paper, Multipurpose Legal, 500 Sheets/ream 1 Unit Pencil Sharpener, Manual, Single Cutter Head 1 Pack Photo Paper, Glossy 1 Pack Push Pin, Round, 50pcs/box, Assorted Colors 1 Pc Puncher, Paper, Heavy Duty 5 Books Record Book, 300 Pages 5 Books Record Book, 500 Pages 20 Boxe Ribbon Cart, Epson C13s015632, Black, For Lx-310 2 Pcs Ruler, Plastic, 450 Mm 2 Pairs Scissors, Symmetrical Or Asymmetrical 2 Bxs Sign Pen Black, Red, Blue Liquid/gel Ink 0.5mm Needle Tip (my Gel) 12’s 3 Pcs Stamp Pad, Felt 10 Units Stapler, Staple Up To 30 Sheets, Uses #3 (24/6) Or #35 (26/6) Staple Wires, With Built-in Staple Remover 3 Units Stapler, Small, Uses 10-1m Staple Wires 30 Boxes Staple Wire No. 35-5m, Standard, (26/6), 5000 Wires Per Box, Leg Length 6mm (1/4”) 2 Packs Sticker Paper, A4 2 Rolls Tape, Double Sided, White, 24mm 1 Rolls Tape, Electrical 5 Rolls Tape, Masking, 24mm 5 Rolls Tape, Packaging, 48mm 5 Rolls Tape, Transparent, 24mm 1 Pc Tape Dispenser, Table Top 5 Packs Thermal Paper, 30meters Long X 80mm Wide 10 Packs Toilet Tissue Paper, 2 Ply, 12 Rolls In A Pack 1 Roll Twine, Plastic, Yellow 1 Unit Ups, 250v-a
Closing Date13 Feb 2025
Tender AmountPHP 155.4 K (USD 2.6 K)

City Of Ozamis, Misamis Occidental Tender

Civil And Construction...+4Civil Works Others, Electrical and Electronics, Solar Installation and Products, Electrical Works
Philippines
Details: Description Sf-good-05 Invitation To Bid The Local Government Of Ozamiz City, Through Its Bids And Awards Committee (bac), Invites Suppliers To Apply For Eligibility And To Bid For The Hereunder Projects: Name Of Project/description & Location: Traffic System, Network And Systems Integration (phase Ii) (equipments, Engineering And Installation Works) 7 Pcs Traffic Controller With Video Interface Board And Adaptive Vehicular Countdown Timer 47 Pcs 300mm Traffic Signal Heads 6 Pcs 300mm Traffic Signal Heads W/ Arrow 8 Pcs Pedestrian Signal Head 8 Pcs Pedestrian Push Button 42 Pcs 4m Pole 32 Pcs Flasher 300mm Solar 16 Pcs Signage 12 Pcs Cantilever Pole W/ 5m Arm 53 Pcs Back Plate 350 Meters Flexible Cable 2300 Meters Signal Cables 1 Lot As Built Drawing / Documentation 1 Lot Engineering Design 8 Units Ups (input Voltage/frequency: Single Phase 115- 300vac/40hz -60hz Output Voltage/frequency: 220vac±2%/50hz (±0.2%) Maximum Output Power: 2kw Battery Specifications: 72v/38ah Working Method: Online Backup Time: 12 Hours (200w Load) Conversion Time: Mains To Bypass Mode ≤4ms, Mains To Battery Mode 0ms Power Failure/incoming Call Alarm Function: Optional Other Functions: Snmp Communication Function Working Environment Temperature -20 To 70 Degree Centigrade) (civil Works) 42 Pcs Pole Foundation (60cm X 60cm X 70cm W/ 45deg Sweep 3" Elbow) 12 Pcs Pole Foundation (100cm X 100cm X 200cm W/ 45deg Sweep Elbow) 38 Pcs Hand Hole (60cm X 60cm X 70cm) 7 Pcs Controller Foundation (65cm X 55cm X 70cm) 500 Linear Meter Trenches (30cm X 40cm X With 3" Upvc Pipe) 800 Linear Meter Under Carriage (supplier's Qualification) Supplier Must Have Completed At Least 1 Similar Project Within The Last 5 Years (similar Projects Includes Outdoor Traffic And Network Management System Or Outdoor Cctv With Command Center With Wired Fiber Optic And Wireless Network System; Supplier Must Have Inspected The Ozamiz Locations Where Traffic Controllers, Traffic Lights And Central Traffic Monitoring System Will Be Installed; Supplier Should Have Been Operating In The Philippines For At Least Ten (10) Years And Is Registered With Sec And/or Dti; Supplier Should Provide Manufacturer's Letter Of Support Stating That The Supplier Is Authorized To Bid And Sell The Items/products To Be Offered; Supplier Should Provide A Valid Ntc Vas Certificate; Supplier Should Provide Iso 9001:2015 Certification For The Last 2 Years; Supplier Should Have At Least One (1) Certified Traffic Engineer And Five (5) Certified Electronics And Network Engineers Who Will Oversee Implementation Of The Project; Supplier Should Provide On-site Basic Users Training For The End-user (operation And Troubleshooting). Approved Budget For The Contract (php) Grand Total 29,998,500.00 Contract Duration/delivery Period (maximum): 180 Cd Project Reference No.: G-hfo-001-25 Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And It’s Implementing Rules And Regulation (irr). Issuance Of Bid Documents: January 30, 2025 To February 18, 2025 At 1:59 P.m. Pre-bid Conference: February 6, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Opening Of Bids:february 18, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Bid Evaluation: February 19, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Post-qualification: February 20, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php 25,000.00 To The Local Government Of Ozamiz Cashier. The Local Government Of Ozamiz Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: (sgd.) Paul Abtar M. Singh Bac-chairman/general Services Officer
Closing Date18 Feb 2025
Tender AmountPHP 29.9 Million (USD 518.6 K)
4671-4680 of 4797 archived Tenders