Battery Tenders

Battery Tenders

City Of Alaminos Tender

Automobiles and Auto Parts
Philippines
Details: Description Date: January 20,2025 Project Reference No: 25-01-0048 Quotation No. _________ Name Of Project: Procurement Of Various Spare Parts, Lubricants & Services For The Repair & Maintenance Of Various City Government Vehicles, Alaminos City Location Of The Project: Alaminos City, Pangasinan Request For Quotation Dear Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions At The Dorsal Of This Rfq, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than January 27, 2025 At The Bids And Awards Committee Secretariat, 2nd Floor,bac Office, Alaminos City, Pangasinan. Open Quotations May Be Submitted, Manually Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. Rowena F. Ruiz Bac Chairperson Special Instructions - (please Read Carefully) Note: 1. All Entries Must Be Typewritten 2. Delivery Period Within 10 Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By Procuring Entity 4. Price Validity Shall Be For A Period Of 30 Calendar Days 5. Bidders Must Have Logged-in At Philgeps. (proof Of Log-in Must Be Attached) 6. Phil-geps Registration Number ______________________ 7. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 8. Approved Budget For Contract (abc) Php 82,283.00 Item No. Unit Item & Description Qty Unit Price Total Amount Gso Garung #1 - Pc Repair Kit 1.00 Set Side Mirror 1.00 Pc Adhesive 1.00 Pc Seat Cover 1.00 Pc Side Mirror Extension 1.00 Pc Tire 300x17 2.00 Pc Insulator 1.00 Pc Stoplight Sw 1.00 Pc Nut 1.00 Pc Clutch Cable 1.00 Pc Handle Switch 1.00 Pc Brake Shoe 1.00 Pc Brake Fluid 1.00 Bot Oil 1.00 Pc Oil Filter 1.00 Pc Brake Pedal 1.00 Pc Front Fender 1.00 Lot Service Repair 1.00 - Gso Garung #2 - Pc Sprocket 48t 1.00 Pc Sprocket 14t 1.00 Set Roller Chain 1.00 Pc Fork Oil 1.00 Bot Oil 1.00 Pc Brake Shoe 1.00 Pc Oil Filter 1.00 Pc Tire Tube 275x17 1.00 Pc Fuel Cock 1.00 Pc Hl Bulb 1.00 Lot Service Repair 1.00 - L300 Poso - Pc Column Switch 1.00 - Dmax Admin - Roll 3m Tape 1.00 Pc Car Scent 1.00 - Enduro City Vet #1 - Pc Carbon Brush 1.00 Pc Tire Tube 275x19 1.00 Pc Fork Oil Seal 1.00 Pc Fork Oil 1.00 Lot Service Repair 1.00 - Enduro City Vet #2 - Pc Brake Shoe 1.00 Set Carbon Brush 1.00 Ltr Gasoline Engine Oil 1.00 Pc Packing Gasket 1.00 Pc Bolt 1.00 Pc Engine Sprocket 1.00 Pc Roller Chain 1.00 Lot Service Repair 1.00 - City Vet Garung #2 - Ltr Gasoline Engine Oil 2.00 Pc Bonding Compound 1.00 Pc Seat Frame 1.00 Pc Brake Shoe 1.00 Pc Seat Cover 1.00 Pc Carbon Brush 1.00 Pc Branded Battery 1.00 Pc Side Wheel Fender 1.00 Pc Bolt 4.00 Pc Shifter Pedal 1.00 Lot Service Repair 1.00 - City Vet Tmx 125 Alpha - Pc Sprocket 13t 1.00 Pc Sprocket 45t 1.00 Pc Bearing 1.00 Ltr Engine Oil 1.00 Pc Roller Chain 1.00 Pc Brake Shoe Rear 1.00 Pc Brake Shoe Front 1.00 Pc Sparkplug Cap 1.00 Pc O-ring 1.00 Pc Bolt 1.00 Pc Grease 1.00 Pc Branded Battery 1.00 Pc Fuse 1.00 Lot Service Repair 1.00 - Foton Minidumptruck C654 - Pc Wiper Blade 2.00 Pc Control Solenoid Valve 1.00 - Rusi Garung - Ft Fuel Hose 1.00 Pc Fuel Cock 1.00 Pc T. Cable 1.00 Lot Service Repair 1.00 - Mitsubishi Adventure Shv-411 - Assy Alternator Assy 1.00 - Foton Garbage Truck C314 - Set Tail Light Assy 1.00 Pc Bolt 1/4x1 6.00 Pc Electrical Tape 1.00 Pc King Pin 2.00 Pc Control Solenoid Valve 1.00 Ltr Diesel Engine Oil 1.00 - Foton Garbage Truck C317 - Pc Control Solenoid Valve 1.00 Pc Tail Light Assy 2.00 - Foton Garbage Truck C315 - Pc Control Solenoid Valve 1.00 - Cho Tmx 125 - Pc Flasher Relay 1.00 Set Flasher 1.00 Ltr Gasoline Engine Oil 1.00 Pc Tire 275x18 1.00 Pc Tire Tube 275x18 1.00 Pc Bearing 2.00 Sach Grease 2.00 - Tourism Garung Barako 175 #1 - Pc Hl Bulb 1.00 Lot Service Repair 1.00 - Tourism Garung Alpha 125 - Pc Tube 250x18 1.00 Pc Stator 1.00 Pc Hl Bulb 1.00 Lot Service Repair 1.00 - Tourism Garung Barako 175 #2 - Pc Hl Bulb 1.00 Pc Tl Bulb 1.00 Lot Service Repair 1.00 - L300 Dswd - Set Clutch Repair Kit 1.00 Bot Brakefluid 1.00 Ltr Coolant R/u 1.00 - Honda Sr 125 - Ltr Gasoline Engine Oil 1.00 Pc Electrical Tape 1.00 Lot Service Repair 1.00 - Garbage Truck Forward - Ltr Brake Fluid 1.00 Ltr Diesel Engine Oil 1.00 - Road Sport 125 Motorpool - Pc Roller Chain 1.00 Pc Sparkplug 1.00 - Total: - Brand And Model : Delivery Period : Warranty : After Having Carefully Read And Accepted Your General Conditions, I/we Qoute You On The Item At Prices Noted Above. Quoted By: - Printed Name/signature Tel. No. / Cellphone No. E-mail Address Date
Closing Date27 Jan 2025
Tender AmountPHP 82.2 K (USD 1.4 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Notice Of Intent To Award Sole Source: Department Of Veterans Affairs (va) Regional Procurement Office East (rpoe), Network Contracting Office 4 (nco 4) Intends To Award A Sole Source Contract Pursuant To Far 13.106-1(b) With Canon Medical Systems Usa, Inc, Located At 2441 Michelle Dr, Tustin, Ca 92780. the Va Pittsburgh Healthcare System (vaphs) Requires A Diagnostic Evaluation Of The System And Troubleshoot The Issue: It Has Been Reported That The Aplio I800 Ultrasound (ee#423676; Sid#30082889) Has A Power Failure Issue And The Battery Will Need To Be Replaced. The System Needs To Be Evaluated, Repaired, And Certified That It Is Safe For Use On Patients To Be Brought Back Into Service. If Additional Parts Are Needed To Bring The Device To Fully Operational Status, The Fse Will Provide Additional Parts Needed, Provide Pricing Of The Parts, And Notify Biomedical Engineering And The Contracting Officer (co) Of Additional Requirements. Full System Operation Is Required Prior To Departure. this Notice Is Not A Request For Competitive Quotes; However, Any Responsible Firm That Believes It Can Meet The Requirements May Give Written Notification And Capability Statements Prior To The Response Due Date And Time. Vendors Shall Indicate If They Are The Direct Supplier Or Service Provider Of The Items And/or Authorized Reseller/distributor. Supporting Evidence Must Be Furnished In Sufficient Detail To Demonstrate The Ability To Perform The Requirements And Must Include Relevant Corporate Experience Along With The Applicable Contract Number, Total Contract Dollar Amount, Contract Period Of Performance, Details Of The Relevant Services And Customer Point Of Contact With Corresponding Telephone Number And Email Address. responses Must Include Following Information: 1. Company Name 2. Sam Number 3. Company S Address 4. Point Of Contact Information (title, Phone Number And Email Address) 5. Business Size. responses Received Will Be Evaluated; However, A Determination By The Government Not To Compete The Proposed Procurement Based On Responses To This Notice Is Solely Within The Discretion Of The Government. Information Provided Will Not Be Returned. responses Are Due By Friday, 1/24/2025 At 3:00 Pm (est). No Submissions Will Be Accepted After This Date And Time. Responses Shall Be Submitted Via Email To Adriane.perretti@va.gov. the Naics Code For This Acquisition Is 811210 And The Standard Size Is $34.0m. statement Of Work a. General Guidance 1. Title: Canon Medical Systems Usa Aplio I800 Battery Replacement va Pittsburgh Healthcare System (vaphs) university Drive An312 pittsburgh, Pa 15240 2. Scope Of Work: The Vendor Will Complete The Following: a. Canon Field Service Engineer (fse) Will Report To John Lamb At John.lamb2@va.gov 412-360-3531 To Schedule Delivery Of Parts And Service For The Repair Within 72 Hours Of Award. b. Canon Aplio I800 Ultrasound Ee#423676; Sid#30082889: i. Canon Field Service Engineer Will Come On-site To Complete A Diagnostic Evaluation Of The System And Troubleshoot The Issue. It Has Been Reported That The Aplio I800 Ultrasound Has A Power Failure Issue And The Battery Will Need To Be Replaced. The System Needs To Be Evaluated, Repaired, And Certified That It Is Safe For Use On Patients To Be Brought Back Into Service. If Additional Parts Are Needed To Bring The Device To Fully Operational Status, The Fse Will Provide Additional Parts Needed, Provide Pricing Of The Parts, And Notify Biomedical Engineering And The Contracting Officer (co) Of Additional Requirements. Full System Operation Is Required Prior To Departure. ii. Fse Will Provide Detailed Service Repair Report On The Aplio I800 Ultrasound Within 48 Hours Upon Completion Of Work Performed And Provide Copies To John Lamb. 3. Background: Vaphs Has A Canon Aplio I800 Ultrasound Repair. It Requires Immediate Service And Certified Technicians For Any Type Of Service Or Calibration Work. 4. Performance Period: a) The Period Of Performance Will Be Thirty Days From Award. If Additional Time Is Needed Due To The Nature Of The Repairs, Contact The Contracting Officer For Approval Of An Extension. b) Services Should Be Completed Within 72 Hours Of Receipt Of The Purchase Order. 5. Type Of Contract: Firm Fixed Price b. General Requirements 1. Contractor Will Respond To Executed Purchase Order In Person Or Via Phone Call During Normal Business Hours, 7:30am 4:30pm Et, Excluding Weekends And Holidays. 2. Prior To Arrival On Site, The Contractor Will Make An Appointment In Symplr With Biomedical Engineering For The Day(s) Of Repairs. Contractor Is Required To Notify Biomedical Engineering And The Police Service Upon Arrival On Site. Contractor Will Have To Check-in At The Symplr Check-in Kiosk In The Entry, Prior To Temperature Screening To Receive A Day Pass Which Must Be Displayed At All Times. 3. Contractor Shall Follow Vaphs Policy Ld-073 And Be Greenlighted In Symplr, The Credentialing System Utilized By Vaphs, Prior To Entering The Facility. Any Contractor Attempting To Enter Without The Greenlight Will Not Be Allowed Inside Access. A Greenlight Includes An Up-to-date Flu Vaccination, Tb Test/proof Of Antibodies, Hipaa Agreement, And Either A Full Covid Vaccination Or A Negative Covid Test Within 72 Hours Prior To Facility Visit. Contractor Is Responsible For Any Cost Related To Symplr Compliance. c. Deliverables 1. The Contractor Shall Provide A Record, Either Hard Copy Or Electronic Copy, Detailing The Work Performed As Outlined In In Section A.2. 2. Draft Copies Of Deliverables Shall Be Provided To The Biomedical Engineering Staff At Vaphs Before The Contractor Leaves The Facility At Each Visit. If A Final Copy Can Be Provided At That Time, Then A Draft Copy Is Not Necessary, Final Copies Must Be Provided Within 5 Business Days Of The Time Of Each Deliverable. d. Documentation/reports the Documentation Will Include Equipment Down Time And Detailed Descriptions Of The Scheduled And Unscheduled Maintenance Procedures Performed, Including Replaced Parts And Prices (for Outside Normal Working Hour Services) Required To Maintain The Equipment In Accordance With Conformance Standards. Such Documentation Shall Meet The Guidelines As Set Forth In The Conformance Standards. In Addition, Each Electronic Service Report (esr) Must At A Minimum Document The Following Data Legibly And In Complete Detail: 1. Name Of Contractor 2. Name Of Fse Who Performed Services. 3. Contractor Service Esr Number/log Number. 4. Date, Time (starting And Ending), Hours-on-site For Service Call. 5. Va Purchase Order Number(s) (if Any) Covering The Call, If Outside Normal Working Hours. 6. Description Of Problem Reported By Contracting Officer Representative (cor)/user. 7. Identification Of Equipment To Be Serviced To Include The Following: Equipment Id # or Ee# From The Bar-code, Manufacturer's Name, Device Name, Model #, Serial #, And Any Other Manufacturer's Identification Numbers. 8. Itemized Description Of Service(s) Performed (including Costs Associated With After Normal Working Hour Services), Including: Labor And Travel, Parts (with Part Numbers) And Materials And Circuit Location Of Problem/corrective Action. 9. Total Cost To Be Billed. 10. Signatures From The Following: A. Fse Performing Services Described. B. Va Employee Who Witnessed Service Described. 11. Equipment Downtime Calculated In Accordance With Conformance Standards. note: Any Additional Charges Claimed Must Be Approved By The Co In Writing Before Service Is Started. e. Conformance Standards contractor Shall Provide Services And Material To Ensure That The Equipment Functions In Conformance With The Latest Requirements Of Nfpa-99, Tjc, Nec, Osha, Hipaa, Federal And Va Security Specifications And Requirements As Applicable. The Equipment Shall Be Maintained Such That It Meets Or Exceeds The Performance Specifications As Established In The Oem S Technical Specifications. Additional Performance Specifications That Exceed The Oem Specifications Shall Be Specified In Writing By The Va. f. Travel work Is To Be Performed At The University Drive Campus Of Vaphs, All Travel Expenses Are The Responsibility Of The Contractor. g. Contractor Experience Requirements contractor Shall Be Original Equipment Manufacturer (oem) Trained. h. Confidentiality And Nondisclosure it Is Agreed That: 1. The Preliminary And Final Deliverables, And All Associated Working Papers, Application Source Code, And Other Material Deemed Relevant By Va Which Have Been Generated By The Contractor In The Performance Of This Task Order, Are The Exclusive Property Of The U.s. Government And Shall Be Submitted To The Co At The Conclusion Of The Task Order. 2. The Co Will Be The Sole Authorized Official To Release, Verbally Or In Writing, Any Data, Draft Deliverables, Final Deliverables, Or Any Other Written Or Printed Materials Pertaining To This Task Order. No Information Shall Be Released By The Contractor. Any Request For Information Relating To This Task Order, Presented To The Contractor, Shall Be Submitted To The Co For Response. 3. Press Releases, Marketing Material, Or Any Other Printed Or Electronic Documentation Related To This Project, Shall Not Be Publicized Without The Written Approval Of The Co. i. Covid-19: upon Entering Vaphs, Per Cdc And Federal Regulations, All Personnel Must Wear The Required Ppe While On-site; At A Minimum This Includes A Surgical Mask. Ppe Will Not Be Provided By Vaphs. j. Identification, Parking, Smoking, Cellular Phone Use And Va Regulations: the Contractor's Fse Shall Wear Visible Identification At All Times While On The Premises Of Vaphs. Identification Shall Include, As A Minimum, The Employee S Name, Position, And The Contractor S Trade Name. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police-security Service. Vaphs Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. smoking Is Prohibited Inside Any Buildings And On Premise At Vaphs. This Covers All Smoking And Tobacco Products, Including But Not Limited To: cigarettes cigars pipes any Other Combustion Of Tobacco electronic Nicotine Delivery Systems (ends), Including But Not Limited To Electronic Or E-cigarettes, Vape Pens, Or E-cigars. chewing Tobacco cellular Phones And Two-way Radios Are Not To Be Used Within Six Feet Of Any Medical Equipment. possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In A Citation Answerable In The United States (federal) District Court, Not A Local District State, Or Municipal Court. k. Contractor Personnel Security Requirement a Compliant Id Badge Must Be Worn By Contractors At All Times While On Va Premises. contractor May Not Have Access To The Va Network Or Any Va Sensitive Information Under This Contract. contractor Owned Computer Equipment Including Laptops Are Not Permitted To Be Connected To The Va Network. Any Removable Storage Device Used In Medical Equipment Must Be Scanned By Biomed Or Oit. the Following Language From Va Handbook 6500.6 Is Required In This Contract: appendix C: Paragraphs #3a, #5h, #6a, #7a, #7d, #9(all) all Contractors Must Receive Privacy Training Annually Using One Of The Following Methods: Complete Va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or Use To Va Sensitive Information Training By Using Va S Tms System (https://www.tms.va.gov/secureauth35/). Contractors May Use The Tms Managed Self Enrollment Method To Complete The Training In Tms. The Cor Must Ensure That All Contractors Are Validated In The Pih Domain. Complete The Hard Copy Version Of Va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or Use To Va Sensitive Information . Signed Training Documents Must Be Submitted To The Cor. Training Must Be Completed Prior To The Performance Of The Contract And Annually Thereafter. Proof Of Training Completion Must Be Verified And Tracked By The Cor. end Of Document
Closing Date24 Jan 2025
Tender AmountRefer Documents 

DEPARTMENT OF EDUCATION DIVISION OF SANTIAGO CITY Tender

Publishing and Printing
Philippines
Details: Description Request For Quotation Procurement Entity : Department Of Education Schools Division Office – Santiago City Title : Procurement Of Supplies For The Hosting Of 2024 Regional Science And Technology Fair Approved Budget : One Hundred Five Thousand Nine Hundred Forty-seven Pesos Of The Contract (php 105,947.00) For Procurement Are The Following: Item Description Unit Qty Unit Price Total Price Medals-big (gold-33, Silver-33, Bronze-33) Pcs 99 45.00 4,455.00 Glossy High Quality Inkjet Photo Paper-210g/m2 By 20s Packs 275 100.00 27,500.00 Sticker Paper A4 By 10s Packs 150 25.00 3,750.00 Special Paper 90 Gsm By 10s Packs 300 25.00 7,500.00 Bond Paper A4 70gsm Reams 37 174.00 6,438.00 Certificate Holder A4 Pcs 150 50.00 7,500.00 Printer Ink (003) Sets 15 1,040.00 15,600.00 Aa-sized Battery Pairs 16 44.00 704.00 Aluminum Paper Clip Boxes 10 20.00 200.00 Masking Tape (2 Inches) Pcs 3 90.00 270.00 Scissors Pcs 31 60.00 1,860.00 Id Lace / Card And Holder Pcs 630 14.50 9,135.00 Ethnic Lei Strap (shade Of Red) Rolls 25 175.00 4,375.00 Satin Ribbon (white, 1.5 Inch) Rolls 10 160.00 1,600.00 Satin Ribbon (red, 1 Inch) Rolls 10 145.00 1,450.00 Lace Ribbon (glittery/shimmering Red, 1 Inch) Rolls 10 145.00 1,450.00 Glue Gun-big Pcs 3 200.00 600.00 Stick Glue-big Bundle 2 200.00 400.00 Strap (elegant Ethnic) Rolls 2 175.00 350.00 Strap (special Ribbon) Rolls 1 160.00 160.00 Assorted Artificial Flowers Packs 2 350.00 700.00 Artificial Leaves Packs 2 350.00 700.00 Artificial Butterflies Pcs 15 50.00 750.00 Laminating Film A4 By 20s Packs 20 200.00 4,000.00 External Drive (1tb) Unit 1 4,500.00 4,500.00 Total Approved Budget: Php 105,947.00 For Abc Bidding Fee 100,000.00-200,000.00 P200.00 200,001.00-300,000.00 P300.00 300,001.00-400,000.00 P400.00 400,001.00-500,000.00 P500.00 500,001.00-1,000,000.00 P1000.00 Section 17.4 Of The Implementing Rules And Regulations (irr) Of Republic Act 9184 *guidelines On The Sale Of Bidding Documents* Note: 1. Only Those Prices Which Will Be Offered Lower Than Or Equal To The Abc As Stated Above Will Be Considered. 2. The Opening Of Quotation Is Scheduled On January 15, 2025, At 1:30 In The Afternoon At The Multi-purpose Hall Of Schools Division Office Of Santiago City, Children’s Park, Brgy. Calaocan, Santiago City. By: Jacqueline S. Ramos Phd, Cese Bac Chairman
Closing Date15 Jan 2025
Tender AmountPHP 105.9 K (USD 1.8 K)

AGRICULTURAL RESEARCH SERVICE USA Tender

Environmental Service
United States
Details: Background And Site Description the Agricultural Research Service (ars) Is The U.s. Department Of Agriculture’s Chief Scientific In-house Research Agency. Our Job Is Finding Solutions To Agricultural Problems That Affect Americans Every Day From Field To Table. the Performance Of These Activities Results In The Generation Of Diversified Chemical And Biological Wastes Of Varying Quantities And Toxicities. Wastes May Contain Pyrophoric, Explosive, Reactive, Or Toxic Substances And Compressed Gases. Some Of The Chemicals Are Dangerous Due To Their Sensitivity To Shock, Friction, Or Pressure; Other Are Reactive Or Unstable For A Variety Of Reasons. The Ars Recognizes Its Responsibilities To Ensure Facilities Are Following Existing Regulations Imposed Upon Entities Which Generate, Transport, Store, Treat, And Dispose Of Hazardous Chemical Wastes. The Agency Has A Need For Hazardous Waste Disposal Services, As Well As Non-hazardous Waste Disposal Services. With 47 Research Units At 21 Locations, And Several Additional Worksites, Where Ars Employees Are Located Throughout Eight States (hawaii, Washington, Oregon, California, Idaho, Nevada, Arzona And Utah), The Pacific West Area (pwa) Is The Largest And Most Diverse Of The Eight Areas In Ars. For More Information On The Pwa Go To Https://ars.usda.gov/pacific-west-area/. description Of Work this Requirement Would Be For An Area-wide Hazardous Waste Indefinite Delivery – Indefinite quality (idiq) Contract. Fixed-price Task Orders Would Be Issued Off This Contract For Hazardous Waste Disposal Throughout The Pwa Service Area. The Contractor Shall Provide Hazardous Waste Disposal Services. Following Is Only An Example Of What Types Of Waste Would Be Included Under Coverage Of The Idiqs: waste Flammable Liquids, Corrosive waste Corrosive Liquid, Acidic, Organic waste Corrosive Liquid, Basic, Inorganic environmentally Hazardous Substance, Liquid, N.o.s. (benzyl Benzoate, Dibutyl Phthalate) waste Toxic, Liquids, Organic waste Flammable Liquids, Toxic waste Toxic Solid, Inorganic waste Hydrogen Sulfide waste Organometallic Substance, Liquid, Pyrophoric, Water-reactive waste Phosphorus Oxychloride waste Sodium Borohydride waste Toxic By Inhalation Liquid, Flammable, Corrosive waste Toxic By Inhalation Liquid, Flammable waste Water-reactive Liquid, Corrosive air, Compressed (lecture Containers) batteries, Dry Containing Potassium Hydroxide Solid batteries, Wet, Filled With Acid batteries, Wet Non-spillable carbon Dioxide (lecture Containers) compressed Gas, N.o.s. (calibration Gas/lecture Containers) ethane (lecture Containers) nitrogen, Compressed (lecture Containers) non-hazardous Waste, Solid oxygen, Compressed (lecture Containers) propane (lecture Containers) universal Waste (electrical Waste) universal Waste (fluorescent Lamps) universal Waste (spent Light Bulbs) any Costs Associated With High Hazardous Waste (chemist, Research Classification, Opening, Testing, Reduction, Stabilization) the Resultant Contract Could Cover The Entire Area Or Be Divided Into Geographical Areas. Multiple Idiqs Could Be Awarded And Task Orders Competed Among Contract Holders. The Results Of This Sources Sought Will Help Determine The Best Geographical Acquisition Strategy And Small Business Set-aside, If Any. The Anticipated Ceiling Of The Entire Idiq Is $5,000,000.00 For Five One-year Ordering Periods. this Is A Sources Sought (ss) Notice Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. This Ss Is Issued For Information And Planning Purposes Only As Part Of Usda Ars Market Research And Does Not Itself Constitute A Request For Proposal (rfp). This Requirement Is Covered Under Naics Code 562112. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Sources; Small Businesses; Hubzone Small Business; Service-disabled Veteran-owned Small Business; 8(a) Small Business; Veteran-owned Small Business; Woman-owned Small Business; Small Disadvantaged Businesses; Or Large Businesses. It Will Also Serve To Ascertain The Ability Of Hazardous Waste Removal Companies To Serve The Entire Pwa Or Parts Of It. Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. the Government Does Not Intend To Make An Award Based On Responses To This Inquiry. This Notice Does Not Constitute A Commitment By The Government. capability Statement all Information Submitted In Response To This Announcement Is Voluntary, And The Government Will Not Pay For Information Requested, Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. Business Concerns That Possess The Capabilities Necessary To Undertake This Work Should Submit Complete Documentation Of Their Capabilities To The Contracting Officer. Capability Statements Shall Include The Contractors Contact Point To Discuss Their Response. the Capability Statement Should Include: acknowledgement The Company Is Legally Licensed To Provide Hazardous Waste Removal Services. indication Of Their Size Standards In Accordance With The Small Business Administration. at Least Three Previous Requirements That Were Performed Within The Pwa That Are Within Thescope Of This Requirement; Include A Discussion Of The Contract Type, Delivery Method, Duration, Etc. indicate Which Of The Eight States, If Not All, That Encompass The Usda Ars Pwa That Thecompany’s Legally Able And Willing To Perform Services In. include The Firm’s Sam Unique Entity Id (uei) Number And Cage Code. any Other Information Considered Relevant To This Requirement. the Government Requests That No Proprietary, Classified, Confidential, Or Sensitive Informationshould Be Included In The Response. responses Are Limited To One Digital Pdf Submission Not To Exceed Ten (10) Pages. Please Use Theemail Subject Line “sources Sought Usda Ars Pwa Haz-waste Removal Services Idiq”. any Contractor Responding To This Notice Should Ensure Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine Their Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provided Feedback To Respondents With Respect To Any Information Submitted. After Review Of The Responses Received, A Solicitation May Be Published On Sam.gov Depending On The Responses Received. all Responses To This Ss Must Be Received By The Notice’s Poc By The Deadline In Order To Be Considered. Responses May Not Be Returned. Responders Are Solely Responsible For All Expenses Associated With Responding To This Inquiry. Do Not Submit Pricing Information In Response To This Ss. the Notice Poc Is Theodore Blume: Theodore.blume@usda.gov
Closing Date16 Jan 2025
Tender AmountRefer Documents 

National Irrigation Administration Region Vi Tender

Others
Philippines
Details: Description Please Quote Your Lowest Price On The Job/items Listed Below, Subject To The Specifications And Terms & Conditions Stated Herein Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than The Bid Opening On Not Later Than 10:00 Am Of January 2, 2025, Procurement & Property Unit Nia, Regional Office Vi, Brgy. Tacas, Jaro, Iloilo City. Failure To Observe Any Of The Herein Specifications And Terms & Conditions Shall Be Ground For Disqualifications Of The Bidders Concerned. (signed) Rebecca F. Grana Bac Chairperson Acting Division Manager Total Approved Budget For The Contract: ₱512,500.00 No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price Supply & Delivery Of The Following: 1 1 Set Desktop Computer Customized For Special Use) Atx Casing: Support For Up To A 350 Mm Graph Ics Card 160 Mm Cpu Cooler, And Up To 200 Mm Psu With 3 Sets Including Pre-installed Fans And Tempered Glass Side Panel. Power Supply Unit: Ac Input Voltage: 100 V 240 V, 80plus Bronze Standard Life Expectancy 25,000 Hours At 40 °c, 15 % - 65 % Rh H41 Motherboard: Socket Lga1700, Dual Channel Ddr4 Memory Module, Pcie 4.0x16 Slot Processor: 5.2 Ghz Max Frequency, 16 Cores, 24 Threads, 30mb Smart Cache Cpu Cooler: - Heat Sink Material 4 Heat Pipes, Direct Contact Aluminum Fins, Fan Airflow 42 Cfm (max) Memory Module: 64 Gb, (16gb X2) Ddr4-3600 Main Drive: 1tb Pcie 4.0 Nvme M.2 Ssd, Sequential Read/write Speeds Up To 7,450/6,900 Mb/s Storage Drive: 2tb Hdd 3.5 Inch, 5400 Rpm Video Card: Pci Express Gen 4.0, 12 Gb Gddr6 With Error-correction Code, 70 Watts Power Consumption Monitor: 32-inch Ips, 2560 X 1440 Qhd (quad Hd) 75hz, Color Gamut: Ntsc 72% Operating System: Windows 11 Pro Ups: 1500va/900 Watts Mouse & Keyboard: Standard Wired Keyboard And Mouse Warranty: Minimum Of One (1)year Productivity Software: Microsoft Office Homebusiness X-x-x-continuation Next Page-x-x-x No. Qty Unit Agency's Specifications Bidder's Specifications Unit Price Total Bid Price 2 2 Unit Laptop, Computer (special Applications) Processor: 6.0 Ghz Max Frequency, 24 Cores, 32 Threads, 36mb Smart Cache Memory: 16gb Ddr5 Video Card: 8 Gb Ddr6 Vram, Gpu Boost Clock Up To 2080 Mhz Main Drive: 1tb Ssd Display: 16 Inches 2560 X 1600, 240 Hz Ips, 16:10 Ratio Power Supply: Maximum Wattage 330 W Operating System: Windows 11 Productivity Software: Microsoft Office Keyboard And Touchpad: Standard Touchpad And Keyboard With Backlit Camera: 1080p Hd At 60 Fps With Temporal Noise Reduction Battery And Power: Minimum Of 90 Wh 4-cell Li-ion Battery Accessories: Carrying Case And Mouse Warranty: Minimum Of One (1)year 3 1 Unit Printer, Single Function, Colored, A3 Size Single Function Printer - (a3) • Printer Type: Single Function Printer • Ink Type: Continuous Ink System • Maximum Resolution: 5760 X 1440 Dpi (with Variable- Sized Droplet Technology) • Paper Size: A3+, A3, B4, A4, A5, A6, B5, 10x15cm, 4x6inch, 5x7inch, 8.5x14inch • Maximum Paper Size: 12.95 X 44inch • Connectivity: Usb 2.0 Hi-speed • Rated Voltage: Ac 220-240v • Rated Frequency: 50~60hz • Warranty: One (1) Year X-x-x-x-x-x-x-x Delivery Period: _____________calendar Days Validity Period:_____________calendar Days Total Amount Total Bid Price In Words: Note: Subject To 5% Vat & 1% Ewt/cwt Deduction As Per Ra 9337 " " Terms And Conditions 1. All Entries Must Be Printed Or Typed Written. 2. The Total Approved Budget For The Contract (abc) Is ₱512,500.00 .all Bids In Excess Of The Abc Shall Be Automatically Rejected; 3. Delivery Period Is Within _seven (7)_ Calendar Days From Receipt Of Purchase Order. 4. Price Validity Shall Be For A Period Of __30___calendar Days. 5. For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6. Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Report Of Inspection & Acceptance (ria) By The Authorized National Irrigation Administration's Representative If Applicable. 7. Bidders Shall Submit Only One (1) Bid/request For Quotation In Two Copies Together With The Following Licenses And Legal Documents Also In Two (2) Copies Placed In One Sealed Envelope, Namely: A) Certified Copy Of Philgeps Registration Certificate; B) Product Brochure/specifications (if Applicable). 8. If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product (s) Within The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Ordershall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Items From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1. Bid Quotations May Be Submitted To The Property & Procurement Unit, Nia Regional Office Vi, Brgy. Tacas, Jaro, Iloilo City, Fax No. 033) 329 6596 Or By Email At Niaro6property@yahoo.com.ph 2. Please Make Sure To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3. Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Materials And Equipment At Prices Noted Above.
Closing Date2 Jan 2025
Tender AmountPHP 512.5 K (USD 8.8 K)

FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender

Others
Philippines
Details: Description Property/ Stock No. Unit Description January February March April May June September December Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol, Gallon 23 23 500.00 11,500.00 2 Piece Sign Pen, Black, 0.3mm 86 86 90.00 7,740.00 3 Piece Sign Pen, Blue, 0.3mm 86 86 90.00 7,740.00 4 Piece Bar Soap 10 10 20 45.00 900.00 5 Box Battery, Aa, Box (48's) 1 1 250.00 250.00 6 Box Battery, Aaa, Box (40's) 1 1 240.00 240.00 7 Bottle Bleach Colorsafe, 3600 Ml 5 10 15 300.00 4,500.00 8 Bottle Bleach, 3785 Ml 10 10 20 200.00 4,000.00 9 Gallon Bleach, Gal 13 13 150.00 1,950.00 10 Piece Blue Drum 1 1 1,500.00 1,500.00 11 Piece Brown Envelope, A4 100 100 5.00 500.00 12 Piece Conference Notebook 86 86 190.00 16,340.00 13 Piece Correction Tape 86 86 30.00 2,580.00 14 Piece Coupling, 4" 3 3 200.00 600.00 15 Piece Cross Cut Saw 1 1 500.00 500.00 16 Dozen Detergent Powder, 65g Per Dozen 40 40 70.00 2,800.00 17 Kg Detergent, 2 Kg 3 5 8 250.00 2,000.00 18 Piece Diploma 420 420 22.00 9,240.00 19 Piece Diploma Jacket 420 420 58.00 24,360.00 20 Bottle Disinfectant Spray, 510 G 5 5 10 650.00 6,500.00 21 Piece Door Knob 25 25 200.00 5,000.00 22 Piece Doormat 40 40 35.00 1,400.00 23 Piece Double Sided Tape 300 300 45.00 13,500.00 24 Piece Dust Pan 3 33 36 100.00 3,600.00 25 Bottle Multi-purpose Glue, 130g 86 86 40.00 3,440.00 26 Piece Expanded Plastic Envelope, Long With Handle 86 86 180.00 15,480.00 27 Set Extension Wire, 10m, Heavy Duty Surface Type Extension Outlet, 3 Gang Outlet 50 50 500.00 25,000.00 28 Piece Feather Duster 3 15 18 100.00 1,800.00 29 Liter Fllorwax, Liquid, 1l 13 13 200.00 2,600.00 30 Piece Frame, A4 20 20 40 150.00 6,000.00 31 Meter Fringes, Green 150 150 25.00 3,750.00 32 Meter Fringes, Yellow 150 150 25.00 3,750.00 33 Pack Garbage Bag, L 100 100 200 20.00 4,000.00 34 Piece Gate Valve, Pvc, 3/4" 1 1 200.00 200.00 35 Piece Glue Stick, Small 200 86 286 5.00 1,430.00 36 Piece Hammer, Steel Handle 1 1 500.00 500.00 37 Piece Height Measurement 5 5 300.00 1,500.00 38 Piece Light Bulb, 15 Watts 45 45 150.00 6,750.00 39 Piece Masking Tape, 1" 86 86 120.00 10,320.00 40 Piece Medal Bronze 520 520 58.00 30,160.00 41 Piece Medal, Gold 170 170 58.00 9,860.00 42 Piece Medal, Silver 200 200 58.00 11,600.00 43 Piece Mesh Wire, 4x8 10 10 1,000.00 10,000.00 44 Piece Mop, Spin 3 23 26 300.00 7,800.00 45 Gallon Muriatic Acid, Gal 11 11 280.00 3,080.00 46 Kg Nails(4",3",2 1/2",2"1 1/2",1") 18 18 100.00 1,800.00 47 Pack Notepads, Pack 86 86 30.00 2,580.00 48 Piece Optimum, Opt-55a, Toner Cartridge 2 6,000.00 12,000.00 49 Box Paper Clip, Small, Box 86 86 25.00 2,150.00 50 Piece Pencil 86 100 186 10.00 1,860.00 51 Piece Permanent Marker Pen, Black 86 86 45.00 3,870.00 52 Piece Plastic Cover, Regular, Roll 5 5 950.00 4,750.00 53 Piece Rags 20 40 60 35.00 2,100.00 54 Spool Ribbon, Green 1/2", Spools 50 50 180.00 9,000.00 55 Spool Ribbon, Yellow 1/2", Spools 50 50 180.00 9,000.00 56 Piece Ruler 86 86 5.00 430.00 57 Piece Scissors 86 86 65.00 5,590.00 58 Piece Scothch Tape, 1" 86 86 70.00 6,020.00 59 Piece Sharpener 50 50 10.00 500.00 60 Piece Soft Broom 3 33 36 150.00 5,400.00 61 Box Staple Wire, #10, Box 86 86 15.00 1,290.00 62 Piece Stapler, #10, Heavy Duty 86 86 135.00 11,610.00 63 Piece Stick Broom 33 33 50.00 1,650.00 64 Sheet Sytrofoam Board, 75cmx35cmx2cm 20 20 200.00 4,000.00 65 Piece Tarpaulins 5 8 5 4 22 500.00 11,000.00 66 Box Thumbtacks 86 86 10.00 860.00 67 Set Tissue Paper, 12's 50 50 100 160.00 16,000.00 68 Pack Tissue, Pack 33 33 160.00 5,280.00 69 Piece Token Of Aprreciation 15 15 1,000.00 15,000.00 Total 422,000.00 Amount In Words Four Hundred Twenty Two Thousand Pesos Only
Closing Date28 Jan 2025
Tender AmountPHP 422 K (USD 7.1 K)

Municipality Of Maasin, Iloilo Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Lgu - Maasin, Iloilo Agency Procuring Entity Date : Quotation No. C-25-01-07 Drakopharma Trading Corporation Name Of Company Address Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than _________________________________________ In The Return Envelope Attached Herewith. Jinky Joy D. Castor Nurse Ii Item No. Unit Item & Description Qty. Amount 1 Pcs Triangular Bandage 60 2 Pcs Elastic Bandage 6''x5 Yards 80 3 Pcs Elastic Bandage 4''x5 Yards 80 4 Boxes Medical Or Sterile Plasters Any Size (any Brands) 25 5 Pcs Whiteflower 20ml 20 6 Pcs Omega Spray 50 7 Pcs Leukoplast Surgical Tape 10cmx5m 30 8 Pcs Emergency Medical Kit Bag Small (red) 2 9 Packs Cotton Balls 30 10 Pcs Alcohol Spray (any Brands, 330ml) 25 11 Boxes Surgical Facemask 5 12 Boxes Povidone Iodine Swabs 100s 20 13 Boxes Latex Free Non-sterile Gloves Large 100s 10 14 Boxes 0.5cc Syringe 100s 12 15 Boxes 3cc Syringe 100s 15 16 Bottles Hyclens Wound Spray 30 17 Pcs Gauze Pad 4x4 Non- Sterile 100s (indoplas) 25 18 Pcs Batteries Aaa (eveready) 10 19 Pcs Non- Contact Thermometer (any Brands) 7 20 Pcs Aneroid Sphygmomanometer Pedia (rx Dr Care) 7 After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Aboved. Printed Name/signature Date :
Closing Date17 Jan 2025
Tender AmountPHP 185.5 K (USD 3.1 K)

Department Of Education Division Of Surigao Del Sur Tender

Food Products
Philippines
Details: Description Item/lot No. Item & Description/technical Specification Approved Budget The Contract (abc) In Php Quantity Unit Of Measure Brand And Model No. Unit Cost Meals & Snacks Day 1 (january 29, 2025) Am Snack: Four Season, Siopao, Kropeks 100 30 Lunch: Mab-i, Chicken Cordon Bleu, Sweet & Sour Fish, Rice, Mango Tapioca, Fresh Fruit Juice 300 30 Pm Snack: Four Season, Binignit, Cornbits Peanut 100 30 Dinner:fish Tinola, Buttered Chicken, Beef W/ Broccoli, Fresh Garden Salad, Rice, Fruits Fresh Fruit Juice 300 30 Accomodation 800 30 Day 2 (january 30, 2025) Breakfast:dried Danggit, Hard Boiled Egg, Corned Beef, Eggplant/okra W/ Camote Tops, Fried Rice Fruits, Coffee/milo 200 30 Am Snack: Four Season Juice, Sandwich Tuna, Fried Prawn (kropek) 100 30 Lunch:calamares, Pork Sinigang, Creamy Chicken W/ Broccoli, Rice, Fresh Fruits 300 30 Pm Snack: Tsokolate, Biko W/ Mango Fried Prawn (kropek) 100 30 Dinner: Esinigang Na Baka, Fish Escabeche, Egg Cabbage, Soup, Mango Graham, Rice, Soft Drinks 300 30 Food Minimum Requirements: Food Server, Food Station 1 For Every 50 Participants And 2 Station For 50 Up Participants (to Avoid Traffic), Water Station Venue Minimum Requirements: Available Genset Incase Of Power Outage, Wifi, Projector Screen, Sound System With Bluetooth Or Cabled Cennectivity, 2 Functional Wireless Microphone With Reserve Batteries, Emergency Lights, Standby Technical Staff, Air Conditioned, Trashbins, Philiphine Flag Podium Delivery Period: 'january 29-30, 2025 Delivered To: Marihatag, Surigao Del Sur This Is To Submit Our Price Quotations As Indicated Above Subject To The Terms And Conditions Of This Rfq
Closing Date21 Jan 2025
Tender AmountPHP 78 K (USD 1.3 K)

Board Of Investments Makati City Metro Manila Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description I. Rationale The Financial And Administrative Service – Human Resource Development Division (fas-hrdd) Shall Hire A Service Provider To Administer The Psychological Examination On A Per-need Basis To Allow Hrdd To Focus On And Strengthen Its Core Business Processes Relating To Human Resource Management And Development. Moreover, The Service Provider Will Also Process And Provide Test Results, Supplemented By A Full Report On The Interpretation Of Test Results, For Each Examinee. Ii. Approved Budget For The Contract The Approved Annual Budget For The Contract Is Five Hundred Thousand Pesos (p500,000.00). Iii. Scope Of Work Administration Of Online Or Paper And Pencil Examinations On A Need Basis For The Following Positions: A. Clerical Positions B. Technical Positions C. Supervisory Positions D. Managerial Positions Iv. Desired Qualifications 1. The Service Provider Must Be In The Field Of Industrial Psychological Testing For At Least Ten (10) Years; 2. The Service Provider Must Have Provided Psychological Testing Programs To National Government Agencies/government Financial Institutions/ Government-owned And/or Controlled Corporations For At Least One (1) Year Within The Last Five (5) Years; 3. The Service Provider Must Be A Licensed Distributor Of Standardized And Quality Psychological Testing Material; 4. The Service Provider Must Be Able To Develop Assessment Tools That Are Locally Normed To Cater To The Philippine Workforce; 5. The Service Provider Must Have In Its Roster A Licensed Psychologist Who Is A Member Of The Psychological Association Of The Philippines And Who Shall Supervise The Conduct Of Psychological Assessment; 6. The Service Provider Shall Conduct The Assessment Of Applicants/candidates Being Considered For Various First, Second, And Third-level Positions In Boi, Through A Battery Of Psychological Tests; 7. The Service Provider Must Be Able To Administer Testing Services Both In A Testing Center And Through An Online Platform; 8. The Service Provider, After The Completion Of Tests, Shall Prepare The Individual Psychological Report And Submit The Same To Boi Through Electronic, Regular Mail, Or Courier Services Within One (1) To Five (5) Working Days; 9. If The Service Provider Fails To Satisfactorily Deliver/perform The Services Within The Period Of One (1) To Five (5) Working Days After The Applicant Takes The Examination, The Boi Shall Impose Liquidated Damages At Least Equal To One-tenth Of One Percent (.001) Of The Cost Of The Unperformed Portion For Every Day Of Delay Until Actual Delivery Or Performance. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Boi May Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It; 10. The Service Provider Shall Provide Boi With The Monthly Statement Of Account For Purposes Of Payment Of Fees For The Psychological Appraisal Of Applicants/candidates; 11. The Service Provider Shall Not Charge An Additional Fee If Examinations Are Conducted In-house In The Board Of Investment; And 12. The Service Provider Must Have At Least One (1) Fully Operational Testing Center Within Metro Manila And Can Conduct On-site Examinations In Their Testing Centers In The Visayas And Mindanao Areas As Needed. V. Contract Duration The Contract Shall Be Effective For A Period Of One (1) Year From January To December 2025 Subject To Extension Depending On The Number Of Applicants. The Same May Be Renewed For A Similar Term Upon Mutual And Written Agreement By Both Parties. Vi. Terms Of Payment 1. Boi Will Be Responsible For The Payment Of The Withholding Or Contractor’s Taxes Including Vat. 2. Boi Will Pay In Full The Amount Of Fees Charged And Will Ensure That Payments Are Made Upon Submission Of The Expected Outputs. All Checks Will Be Made Payable To The Service Provider. Vii. Confidentiality The Service Provider Or Anyone/any Entity Operating On Its Behalf Shall Disclose The Test Results And Evaluation Thereof To The Boi Fas-hrdd Authorized Personnel Only.
Closing Date14 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)

Misamis Occidental Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Plaridel Invitation To Apply For Eligibility And To Bid The Local Government Unit, Lgu-plaridel, Misamis Occidental, Through Its Bids And Awards Committee (bac) As Per Sangguniang Barangay Resolution No. 13 – Series Of 2024, Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of 1 Unit Three Wheeler Motorcycle Location : Clarin, Plaridel, Misamis Occidental Project Cost : ₱235,000.00 Description : Goods Duration Of Contract : 5 Days Item No. Description Unit Quantity 1. Three Wheeler Motorcycle Unit 1 Technical Specifications: Engine Type – Four Stroke, Spark Ignition Engine Bore X Stroke (mm) – 67 X 67 Engine Displacement (cc) – 236.2cc Compression Ratio – 9.7 1:1 Idling Speed – 1400 300 Max. Net Power – 8.00 Kw @ 4500 250 As Per Is:14599 Max. Net Torque – 20.1 N-m @ 3500 – 250 As Per Is:14599 Spark Plug – Bosch Ur6cc, Champion Rg6hcc Spark Plug Gap (mm) – 0.6 To 0.7 Lubrication – Pressurized Lubrication By Separate Oil Pump Transmission – 4 Forward + 1 Reverse Max. Speed – 60kmph Min. Turning Radius – 3240mm Framework Front Tire Pressure – 34psi (2.4kg/cm2) Rear Tire Pressure 38psi (4.0kg/cm2) Front Tire Size – 4.5x10” Rear Tire Size - 4.5x10” Front/rear Brake – Drum / Drum (200) Electrical System – 12v Dc Position Pilot Lamp – 5w Stop Lamp / Tail Lamp – 21/5 W Turn Signal Lamp – 10w Neutral Indicator Lamp – Available (2w) High Beam Indicator Lamp – Available (2w) Turn Pilot Indicator Lamp – Available (2w) Speedometer Lamp – Available (2w) Fuel Meter Lamp – Available (2w) Horn – 12v Dc, Type 2a Battery 12v, 32 Ah Dimension Height – 1818mm Wheel Base – 2125mm Ground Clearance – 180mm Vehicle Kerb Weight – 503kg Gross Vehicle Weight – 990kg Fuel Tank Capacity – 12l X--------------------------------------------------------------x Delivery Period : To Be Delivered Within Five (5) Working Days Upon Receipt Of Po Prospective Bidders Should Have Experience In Undertaking A Similar Project Within At Least 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-discriminatory “pass / Fail” Criteria. Post Qualification Of Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Of Security, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents January 17, 2025 3. Dropping Of Bids January 24, 2025, 9:00a.m. @ Bac/mpdc Office 4. Opening Of Bids January 24, 2025, 9:00a.m. @ Bac/mpdc Office Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php500.00 For The Project To Lgu-plaridel Municipal Treasurer. The Lgu-plaridel Assume No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid (sgd) Harvey C. Jumawan Bac Chairman
Closing Date24 Jan 2025
Tender AmountPHP 235 K (USD 4 K)
4571-4580 of 4838 archived Tenders