Masaganang Agrikultura, Maunlad na Ekonomiya!

IB No. 008-19-2F: Supply and Delivery of Various I.T. Equipment for First and Second Quarter (CY 2019)

Author: DA-BAC | 12 July 2019

 

July 12, 2019

 

REQUEST FOR QUOTATION

NEGOTIATED PROCUREMENT (TWO-FAILED BIDDINGS)

 

Project Title : Supply and Delivery of Various I.T. Equipment for First and Second Quarter (CY 2019)
Approved Budget for the Contract (ABC) : Six Million Eight Hundred Sixty-Five Thousand Six Hundred (PhP6,865,600.00)
PRAS No. : PRAS Nos. 19-0199, 19-0240 and 19-0176
IB No. : 008-19-2F
Date of Negotiations : July 16, 2019 (Tuesday), 9:00 A.M.

Apacible Hall 4th Floor, DA Main Building, Elliptical Road, Diliman, Quezon City

Deadline and Venue for the Submission and Receipt of Quotation : July 23, 2019 (Tuesday), 11:00 A.M.

Apacible Hall 4th Floor, DA Main Building, Elliptical Road, Diliman, Quezon City

Schedule and Venue for the Opening and Preliminary Examination of Quotation : July 23, 2019 (Tuesday), 1:00 P.M.

Apacible Hall 4th Floor, DA Main Building, Elliptical Road, Diliman, Quezon City

 

  1. MANDATORY REQUIREMENTS:

 

  1. Valid PhilGEPS Certificate of Registration and Membership under Platinum Category in accordance with Section 8.5.2 of the 2016 Revised IRR of RA 9184, if registered under the Platinum category; Provided that all of the eligibility documents submitted to PhilGEPS are maintained and updated

 

or

 

In case any of the eligibility documents submitted to PhilGEPS is not updated, combination of a PhilGEPS Certificate of Registration and Membership under Platinum Category, with any of the valid/updated Class “A” Eligibility Documents shall be submitted

 

  • Securities and Exchange Commission (SEC) Registration Certificate for corporations, partnerships and/or joint ventures, Department of Trade and Industry (DTI) Registration Certificate for sole proprietorship, or Cooperative Development Authority (CDA) Registration Certificate for cooperatives;
  • Valid Mayor’s Permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas. In cases of recently expired Mayor’s/Business Permits, it shall be accepted together with the official receipt as proof that the bidder has applied for the renewal within the period prescribed by the concerned local government unit, provided that the renewed permit shall be submitted as a post-qualification requirement in accordance with Section 34.2 of the 2016 Revised IRR of R.A. 9184.
  • Valid Tax Clearance Certificate per Executive Order (E.O.) No. 398, series of 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR); and
  • Audited Financial Statements (AFS), stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year. In case the AFS for the preceding calendar year is not yet available, said AFS should not be earlier than two (2) years from the deadline for the Submission and Receipt of Bids.

 

Provided that the bidder/s having the Lowest Calculated Quotation (LCQ)/Single Calculated Quotation (SCQ) submit/s a valid and updated PhilGEPS Certificate of Registration and Membership under Platinum Category within five (5) calendar days from receipt of the BAC notice of the LCB/SCB.

 

or

 

In lieu of the PhilGEPS Certificate of Registration and Membership under Platinum Category, bidders shall submit all of the valid and/or updated Class “A” Eligibility Documents; Provided that the bidder having the LCQ/SCQ submit/s a valid and updated PhilGEPS Certificate of Registration and Membership under Platinum Category within five (5) calendar days from receipt of the BAC notice of the LCQ/SCQ.

  1. Omnibus Sworn Statement in accordance with Section 25.3 of the IRR of RA 9184 and using the form prescribed by Government Procurement Policy Board; and

 

  1. Duly notarized Secretary’s Certificate issued by the corporation, Board/Partnership Resolution for partnerships, corporations and/or joint ventures, or a Special Power of Attorney (SPA) in case of sole proprietorships for situations where the signatory is not the sole proprietor/owner.

 

  1.  INSTRUCTIONS TO BIDDERS:

 

  1. Bidders are required to read the instructions and fill all the blanks properly;
  2. Any specifications other than those required/stated in this form shall not be considered in the evaluation of bid;
  3. Quotation/s must include all kinds of taxes for the item(s)/services listed hereunder, including delivery charges;
  4. Price quotation/s submitted shall be valid for a period of one hundred twenty (120) calendar days from the deadline of submission and receipt of quotation;
  5. Terms of payment: within Thirty (30) calendar days upon receipt, inspection and acceptance of item/s.
  6. Quotation/s shall be submitted to the Procurement Division, 2nd Floor ICTS Building, DA Compound, Elliptical Road, Diliman, Quezon City;
  7. Only sealed canvasses shall be considered by the BAC­.
  8. Bidders shall reflect on the envelope the IB No. and/or the PRAS/PR no., the BAC shall not be responsible on the pre-emptive/premature opening of the quotation;
  9. Bid envelopes that are not properly sealed and marked, as required in the Request for Quotation (RFQ), shall not be rejected, but the Bidder or its duly authorized representative shall acknowledge such condition of the bid as submitted. The BAC or the Procuring Entity shall assume no responsibility for the misplacement of the contents of the improperly sealed or marked bid, or for its premature opening.
  10. Bidders may submit their own canvass form in accomplishing their bid subject to the condition that this form shall be filled up (with unit price, total price, sub-total and grand total), signed properly and attached together with the Bidder’s/Supplier’s own canvass form;
  11. Awarding shall be done per LOT;
  12. Delivery period: Thirty (30) Calendar Days upon receipt of Purchase Order
  13. To guarantee the faithful performance by the winning bidder of its obligations under the contract, it shall post a performance security within a maximum period of ten (10) calendar days from the receipt of the Notice of Award from the Procuring Entity and in no case later than the signing of the contract;
  14. The Performance Security shall be denominated in Philippine Pesos and posted in favor of the Procuring Entity in an amount not less than the percentage of the total contract price in accordance with the following schedule:

 

Form of Performance Security Amount of Performance Security

(Not less than the  Percentage of the Total Contract Price)

(a)     Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.

 

For biddings conducted by the LGUs, the Cashier’s/Manager’s Check may be issued by other banks certified by the BSP as authorized to issue such financial instrument.

Five percent (5%)
(b)     Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

 

For biddings conducted by the LGUs, the Bank Draft/ Guarantee or Irrevocable Letter of Credit may be issued by other banks certified by the BSP as authorized to issue such financial instrument.

(c)     Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security. Thirty percent (30%)

 

  1. Failure of the successful bidder to comply with the above-mentioned requirement shall constitute sufficient ground for the annulment of the award;
  2. A warranty security shall be required from the contract awardee for a minimum of three (3) months, in the case of Expendable Supplies, or a minimum of one (1) year, in the case of Non-Expendable Supplies, after acceptance by the Procuring Entity of the delivered supplies;
  3. The obligation for the warranty shall be covered by either retention money in amount equivalent to at least one percent (1%) but not to exceed five percent (5%) of every progress payment, or a special bank guarantee equivalent to at least one percent (1%) but not to exceed five percent (5%) of the total contract price; and
  4. The said amounts shall only be released after the lapse of the warranty period or, in the case of Expendable Supplies, after consumption thereof: Provided, however, that the supplies delivered are free from patent and latent defects and all the conditions imposed under the contract have been fully met.
  5. The Uniform Guidelines for Blacklisting set forth in Appendix 17 of the 2016 Revised IRR of RA.9184 shall apply in case any of the violations listed under Items 4.1 and 4.2 thereof is/are committed without prejudice for forfeiture of performance security.
  6. The Department of Agriculture reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder(s).

 

  • TECHNICAL SPECIFICATIONS:

 

Bidders are required to state either “Comply” or “Not Comply” against each of the individual parameters of each specification. The statement of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross referenced to that evidence, when applicable.

 

Item No. TECHNICAL SPECIFICATIONS Quantity “Comply” or “Not Comply”
LOT NO.  1: PROCUREMENT ACTION SLIP (PRAS) NO. 19-0199 – ICTS-NOMD
1 Digital Multifunction Scanner with embedded Archiving system

A. Minimum Specifications

Ø  Type: Multi-function digital document system with archiving system

Ø  Copy Speed: Min 26 copies/print per minute

Ø  Scan Speed: Min 31 images scan per minute

Ø  Paper Size: Min A4, Max A3, +11×17”

Ø  Paper Feed: Min 1, 100-sheets (2500 + 100 sheets bypass tray

Ø  Original Feed: Min 100-sheets Reversing Single Pass Feeder

Ø  Display: Min 7.1-inch Color LCD Touch Screen Panel

Ø  Memory: Standard 2GB, Min 250GB Hard Disk Drive

Document Management System (DMS) Functions

Ø  Built-in Server for Repository: Min 2TB HDD/Intel core i5 processor or latest

Ø  Log-in to Document Management Software: Must direct from multi-function device (MFD) LCD panel

Ø  Upload Scanned Documents: Must direct from MFD LCD panel

Ø  Search Archive Documents: Using the index tags and content via OCR

Ø  Audit Trail and User Password: With eight (8) index fields

Ø  Technical Support: For MFD and DMS must be based in the Philippines

Ø  Warranty: Minimum of one (1) year on parts and technical support for DMS

Ø  Service: Lifetime Free Labor Service for MFD

Ø  Consumables copy life/page and cost:

·         Toner (Black) min 27,000 copies per cartridge;

·         Drum min 100,000 copies per piece;

 

B.    Delivery/Installation Period

Ø  Delivery and installation including training must be completed within 30 – days from the issuance / receipt of Purchase Order.

C.    Support Services

Ø  Available 8×5 Technical Support for the duration of the warranty/contract.  This includes the minimum one (1) year warranty on equipment and 1-year support for the archiving system.

D.    Deployment

Ø  MFD and DMS shall be delivered and installed at Financial Management Service (FMS)-Accounting Division.

E.    Training

Ø  Supplier shall provide Hands-on Training (Classroom-Type) to at least 5 participants (FMS staff) for two (2) days on the Operations and Maintenance

Ø  Training venue shall be within the Department of Agriculture premises.  All training materials/ handouts/ manuals shall be provided by the bidder free of charge.

1 unit
2 Printer (colored)

Ø  Print, scan, and copy

Ø  ISO standard print (A4): up to 24.0IPM black/15.5IPM colour

Ø  Print speed (A4): up to 32.5PPM black/26.5PPM colour

Ø  Built-in wireless 802.11b/g/n and Gigabit ethernet, Hi-speed USB 2.0

Ø  Paper Output: A4, Letter, and Legal

Ø  Scanning width: A4 and Letter

50 units
3 Printer (laser, heavy duty)

Ø  2.7” color touchscreen display

Ø  2400 x 600 dpi black/color

Ø  60,000 pages duty cycle

Ø  Built-in wireless 802.11b/g/n and Gigabit ethernet, Hi-speed USB 2.0

Ø  Mobile Device Printing

Ø  Duplex printing

Ø  Color laser

Ø  Printer Compatibility: Windows, MacOS, Linux

50 units
LOT NO. 2: PROCUREMENT ACTION SLIP (PRAS) NO. 19-0240 – SADD
1 Mobile App Testing Device (IOS Development)

Ø  Model: WiFi + Cellular

Ø  Capacity: 128GB

Ø  Size and Weight:

–          Height: 240 mm (9.4 inches)

–          Width: 169.5 mm (6.6 inches)

–          Depth: 7.5 mm (0.29 inch)

–          Weight: 469 g (1.03 pounds)

–          Height: 240 mm (9.4 inches)

–          Width: 169.5 mm (6.6 inches)

–          Depth: 7.5 mm (0.29 inch)

–          Weight: 478 g (1.05 pounds)

Ø  Connector: Lightning

Ø  Display: Retina display:

–          9.7 inches (diagonal) LED-backlit Multi-Touch display with IPS technology

–          2048-by-1536-pixel resolution at 264 ppi

Ø  Camera:

–          8-megapixel camera

–          Panorama (up to 43 megapixels)

–          HDR for photos

–          Body and face detection

–          Photo geotagging

Ø  Video Recording:

–          1080p HD video recording

–          Slo-mo (120fps)

–          Video geotagging

Ø  WiFi model:

–          WiFi (802.11 a/b/g/n/ac); dual band (2.4GHz and 5GHz); HT80 with MIMO

–          Bluetooth 4.2 technology

Ø  WiFi + Cellular Model:

–          WiFi (802.11 a/b/g/n/ac); dual band (2.4GHz and 5GHz); HT80 with MIMO

–          Bluetooth 4.2; technology

–          UMTS/HSPA/HSPA+/DC-HSDPA (850,900, 1700/2100, 1900, 2100 MHz); GSM/EDGE (850, 900, 1800, 1900 MHz)

–          CDMA EV-DO Rev. A (800, 1900 MHz)

–          LTE (Bands 1, 2, 3, 4, 5, 7, 8, 12, 13, 17, 18, 19, 20,25,26,28,29,30,38, 39, 40, 41)

–          Data only

Ø  SIM Card: Nano-SIM (Supports Apple SIM)

Ø  Location: Assisted GPS and GLONASS

Ø  Sensors:

–          Touch ID

–          Three-axis gyro

–          Accelerometer

–          Barometer

–          Ambient light sensor

Ø  Power and Battery:

–          Built-in 32.4-watt-hour rechargeable lithium-polymer battery

–          Up to 10 hours of surfing the web on Wi-Fi, watching video, or listening to music

–          Charging via power adapter or USB to computer system

–          Built-in 32.4 watt-hour rechargeable lithium-polymer battery

–          Up to 10 hours of surfing the web on Wi-Fi, watching video, or listening to music

–          Up to 9 hours of surfing the web using cellular data network

–          Charging via power adapter or USB to computer system

Ø  Operating System: IOS II

10 units
LOT NO. 3: PROCUREMENT ACTION SLIP (PRAS) NO. 19-0176 – BAFE
1 Desktop with Proprietary Type Productivity Software Suite (for Data Management, GIS and CAD)

Ø Intel® Core i7 8700

Ø  16GB RAM Memory

Ø  1 TB HDD + 256GB SSD Hard Drives

Ø  NVIDIA® GeForce® GTX 1070 with 8GB GDDR5

Ø  Windows 10 Pro

Ø  With 27” FHD Monitor (1980×1080) eSport Gaming monitor, 1ms, up to 144Hz, DP, HDMI, DVI, Freesync, Low Blue Light, Flicker Free

Ø  With at least 1-year manufacturer warranty

11 sets
2 Laptop with Proprietary Type Productivity Software Suite

Ø  Intel® Core i7 7700

Ø  16 GB RAM Memory

Ø  1TB HDD + 256GB SSD Hard Drives

Ø  NVIDIA® GeForce® GTX 1050 with 4GB GDDR5

Ø  Windows 10 Pro

Ø  15.6” FHD Monitor

Ø  With at least 1-year manufacturer warranty

11 sets
LOT NO. 4: PROCUREMENT ACTION SLIP (PRAS) NO. 19-0176 – BAFE
1 Quadcoptor Drone (High End) with Protective Carry Case Backpack

     Item: Description

Ø  Battery Capacity: 5870 mAh

Ø  Power Requirement: 100 to 240 VAC, 60 Hz Power Rating: 100 W Power input

Ø  3D Object Detection Operating Range: 0.2 to 7.0 m

Ø  Vision System Operating Range: 0.0 to 10.0 m

Ø  Obstacle Sensory Range: 0.2 to 7.0 m

Ø  Battery Power Requirement: 17.5 V, 5.7 A Output Voltage Battery/Charger

Ø  Max Descent Speed (P-mode): 50 km/h

Ø  Max Descent Speed (S-mode): 72 km/h

Ø  Horizontal with Vision Positioning Hover Accuracy Range: ±0.3 m

Ø  Vertical with Vision Positioning Hover Accuracy Range: ±0.1 m

Ø  Monitor Resolution: 3:2: 5472 x 3648, 16:9: 5472 x 3078, 4:3: 4864 x 3648

Ø  video format available:

·         4096 x 2160p at 24/25/30 fps (100 Mb/s MOV via H.265)

·         3840 x 2160p at 24/25/30 fps (100 Mb/s MOV via H.265)

·         2720 x 1530p at 24/25/30 fps (100 Mb/s MOV via H.265)

·         1920 x 1080p at 24/25/30/48/50/60/120 fps (100 Mb/s MOV via H.265)

·         1280 x 720p at 24/25/30/48/50/60/120 fps (100 Mb/s MOV via H.264)

Ø  Megapixel & Sensor: 1″ CMOS

Ø  Lens Field of View: 84°

Ø  Focal Length: 8.8mm / 24mm (35mm Equivalent)

Ø  Aperture: f/2.8 – 11

Ø  Focusing Distance: At least 3.3′ / 1.0 m∞

Ø  Video ISO Range: 100 – 6400 (Manual) 100 – 3200 (Auto)

Ø  Photo ISO Range: 100 – 6400 (Manual) 100 – 3200 (Auto)

Ø  Axes: 3 (Pitch, Roll, Yaw)

Ø  Photo Modes: Auto-Exposure Bracketing (AEB), Burst Shooting, Interval, Single Shot

Ø  Pitch Controllable Range: -90 to 30°

Ø  Yaw Controllable Range: 0 to 15°

Ø  operating system requirement: Android 4.4 and later or iOS 9.0 and later

Ø  Forward Field of View: 60° (Horizontal) ±27° (Vertical)

Ø  Downward Field of View: 70° (Front to Back) 50° (Side to Side)

Ø  Backward Field of View: 60° (Horizontal) ±27° (Vertical)

Ø  Maximum Charging Power: 160 W

Ø  Maximum Flight Time: 30 Minutes

Ø  Maximum Takeoff Weight: 1375 g

Ø  Number of Rotors: Four

Ø  With included protective carrying case backpack

 

SCHEDULE OF DELIVERY:

Thirty (30) days upon receipt to Purchase Order

 

PAYMENT

Payment shall be done within thirty (30) calendar days upon receipt, inspection and acceptance of the Drone including documents such as Official Receipt and other necessary documents.

 

OTHER REQUIREMENTS

·         UAV Controller / Pilot Certificate

·         UAV Registration

·         UAV Operator Certificate

·         At least 1 Year Manufacturer Warranty

1 set
LOT NO. 5: PROCUREMENT ACTION SLIP (PRAS) NO. 19-0176 – BAFE
1 Scanner

Ø  CIS (contact image sensor) image sensor

Ø  3 Colour LED (red/green/blue) light source

Ø  600 dpi Optical resolution

Ø  Less than 10 seconds for 300 dpi (normal) scanning and less than 25 seconds for 600 dpi (excellent) scanning

Ø  A4, A5, A6, B5, B6, business card, postcard, letter, legal and custom sizes minimum: 25.4 x 25.4mm / maximum: 216x360mm document sizes

Ø  Automatically recognizes document size

Ø  With auto stitching

Ø  863mm in length long paper scanning

Ø  52 to 209g/m2 recommended paper weight

Ø  Cards can be scanned (portrait/landscape), non-embossed: 0.76mm or less / embossed: 0.76 + 0.48mm (ISO7810 conforming)

Ø  Paper setting front side up paper setting

Ø  USB 2.0 (USB 1.1 Supported) Interface

Ø  Windows XP/XP Professional x64 Edition / Vista / 7/8/8.1, Mac OS X 10.5.8, 10.6.x, 10.7.x, 10.8.x, 10.9.x Operating System Compatibility

Ø  With at least 1-year Manufacturer warranty

1 unit
LOT NO. 6: PROCUREMENT ACTION SLIP (PRAS) NO. 19-0176 – BAFE
1 PVC ID Printer with 70 pcs Blank PVC ID Card

Ø  18 seconds per card / 200 cards per hour capacity for colored printing

Ø  5 seconds per card / 750 cards per hour capacity for monochrome printing

Ø  Colour dye sublimation, monochrome thermal printing rewritable technology

Ø  High Speed USB 2.0, USB 3.0 compatible – Type B, 10/100 Printer interfaces

Ø  Ethernet, 2x internal USB 2.0 (one host) – Type A Printer interfaces

Ø  Windows XP, Vista, 7, 8, 10 (32 and 64bit) Windows server driver compatibility

Ø  External power supply 100-240V 50-60Hz power source

Ø  With included dye films (YMCKO 5 panel dye film, 300 images; YMCKOK 6 panel dye film, 250 double-sided images; Monochrome resin black dye film, 1000 images; and KO black and overcoat resin dye film, 600 images)

Ø  With included CR80/CR79 PVC ISO black cards 0.51mm to 1.02mm / 0.020” to 0.040”

Ø  With cleaning kit (10 cleaning cards and 1 pen) or cleaning roller kit (5 cleaning rollers and 1 metal roller bar)

Ø  With at least 1-year manufacturer warranty

1 unit
2 Wireless all in one printer

Ø  Bi-directional printing and Uni-directional printing direction

Ø  5760 x 1440 dpi (with Variable-Sized Droplet Technology) Maximum Resolution

Ø  Manual Double-Sided Printing

Ø  100 sheets, A4 plain paper (75g/m2) or 30 sheets, Premium Glossy Photo Paper Input Capacity

Ø  50 sheets, A4 plain paper or 20 sheets, Premium Glossy Photo Paper Output Capacity

Ø  A3+, A3, B4, A4, A5, A6, B5, 10x15cm (4×6”), 13x18cm (5×7”), 16:9 wide size, Letter (8.5×11”), Legal (8.5×14”), Half Letter (5.5×8.5”), 9x13cm (3.5×5”), 13x20cm (5×8”), 20x25cm (8×10”), Envelopes: #10 (4.125×9.5”), DL (110x220mm), C4 (229x324mm), C6 (114x162mm) Paper Sizes

Ø  12.95 x 44” Maximum Paper Size

Ø  USB 2.0 Hi-Speed

Ø  Windows XP/XP Professional x64 Edition/Vista/7/8/8.1, Mac OS X 10.5.8, 10.6.x, 10.7.x, 10.8.x, 10.9.x Operating System Compatibility

Ø  With at least 1-year manufacturer warranty

1 unit
LOT NO. 7: PROCUREMENT ACTION SLIP (PRAS) NO. 19-0176 – BAFE
1 Portable 58mm Thermal Printer

Ø  Material: ABS

Ø  Plug type: US Plug/ EU Plug/ UK Plug/ AU Plug

Ø  Color: Black

Ø  Print speed: at least 90mm/sec

Ø  Effective print width: at least 48mm (384dot)

Ø  Print method: Thermal Line Printing

Ø  Print Commands: ESC / POS

Ø  Resolution: at least 8 dot/mm (203dpi)

Ø  Paper Width: 58±01mm

Ø  Roll Diameter: φ≤40mm

Ø  Paper Type: Thermal Paper

Inclusions:

Ø  1 x Portable Thermal Line Printer

Ø  1 x CD Driver

Ø  1 x Adapter

Ø  1 x USB Cord

Ø  1x Thermal Paper

Ø  1 x English Manual

5 units
LOT NO.  8: PROCUREMENT ACTION SLIP (PRAS) NO. 19-0199 – ICTS-NOMD
1 Document Scanner

Ø  ADF, ADF Capacity 50 sheets

Ø  Scan at speeds up to at least 25PPM (one-pass duplex)

Ø  Scan up to A4

Ø  Daily scan volume up to 4,000 pages

Ø  With at least 1 year manufacturer warranty

1 unit
LOT NO.  9: PROCUREMENT ACTION SLIP (PRAS) NO. 19-0199 – ICTS-NOMD
1 ID Card Printer

Ø  External power supply 100-240V 50-60Hz power source

Ø  With included dye films (YMCKO 5 panel dye film, 300 images; YMCKOK 6 panel dye film, 250 double-sided images; Monochrome resin black dye film, 1000 images; and KO black and overcoat resign dye film, 600 images)

Ø  With 100 pcs Blank PVC ID Card

Ø  With cleaning kit (10 cleaning cards and 1 pen) or cleaning roller kit (5 cleaning rollers and 1 metal roller bar)

Ø  With at least 1 Year Manufacturer Warranty

Ø  18 seconds per card/ 200 cards per hour colored printing

Ø  750 cards per hour monochrome

Ø  USB and Ethernet

Ø  Windows XP, Vista, 7, 8, 10 (32 and 64bit) Windows server Driver Compatibility

1 unit
LOT NO. 10: PROCUREMENT ACTION SLIP (PRAS) NO. 19-0176 – BAFE
1 A3 Flatbed Document Scanner with Duplex ADF

Ø  4-line colour CCD Optical Sensor

Ø  White LED Light Source

Ø  600 dpi x 600 dpi Optical Resolution

Ø  A3 (11.7” x 17”) Max. Document Size

Ø  A3 sheet-fed, one-pass duplex scanner Type Automatic Document Feeder

Ø  Document Thickness for All Sizes 35gsm – 128gsm

Ø  Document Thickness for < A6 sizes 60gsm – 190gsm

Ø  Face up, load from top Load Orientation

Ø  200 sheets (80 gsm) Input Tray Capacity

Ø  USB 2.0 Hi-Speed Standard Interface

Ø  Ethernet (with optimal network interface panel) Optional Interface

Ø  With at least 1-year manufacturer warranty

2 units

 

 

 

  1. FINANCIAL QUOTATION:

 

ITEM DESCRIPTION QTY CEILING FOR TOTAL PRICE (PhP) UNIT PRICE

(PhP)

TOTAL PRICE

(PhP)

Lot No. 1: PRAS NO. 19-0199 – ICTS-NOMD
1 Digital Multifunction Scanner with embedded Archiving system 1 unit 330,000.00  
2 Printer (colored) 50 units 1,375,000.00  
3 Printer (laser, heavy duty) 50 units 1,925,000.00  
Sub-Total 3,630,000.00  
Lot No. 2: PRAS NO. 19-0240 – SADD
1 Mobile APP Testing Device (IOS Development) 10 units 290,000.00  
LOT No. 3: PRAS NO. 19-0176 – BAFE
1 Desktop with Proprietary Type Productivity Software Suite (for Data Management, GIS and CAD) 11 sets 1,056,000.00  
2 Laptop with Proprietary Type Productivity Software Suite 11 sets 1,320,000.00  
Sub-Total 2,376,000.00  
LOT 4: PRAS NO. 19-0176 – BAFE
1 Quadcoptor Drone (High End) with Protective Carry Case Backpack 1 set 109,800.00  
LOT 5: PRAS NO. 19-0176 – BAFE
1 Scanner 1 unit 24,200.00  
LOT 6: PRAS NO. 19-0176 – BAFE
1 PVC ID Printer with 70 pcs Blank PVC ID Card 1 unit 137,500.00  
2 Wireless all in one printer 1 unit 26,400.00  
Sub-Total 163,900.00  
LOT 7: PRAS NO. 19-0176 – BAFE
1 Portable 58mm Thermal Printer 5 units 29,700.00  
LOT No. 8: PRAS NO. 19-0199 – ICTS-NOMD
1 Document Scanner 1 set 33,000.00  
LOT No. 9: PRAS NO. 19-0199 – ICTS-NOMD
1 ID Card Printer 1 unit 165,000.00  
LOT 10: PRAS NO. 19-0176 – BAFE
1 A3 Flatbed Document Scanner with Duplex ADF 2 units 44,000.00  
GRAND TOTAL      

 

For the Bids and Awards Committee:

 

        

           

        ATTY. MICHAEL S. ANDAYOG

Head, BAC Secretariat

 

 

 

Sir/Madam:

 

In connection with the above request, I/We submit our quotation indicated above.  I/We have carefully read and fully understand the minimum requirements and agree to furnish and/or delivery in conformity with specifications any or all said articles described above.

 

 

 

Signature Over Printed Name

 

 

 

Name of Company Tax Identification Number
Telephone Number

 

 

 

Address Date Accomplished
Email Address

 

 

Please see attached link for reference.

Back to Archives