Battery Tenders

Battery Tenders

City Of Bayawan Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.4 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:itb 25-017 Bids And Awards Committee Date:january 09,2025 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Other Supplies And Materials Lot I Feeds 42,930.00 1 Feeds, Grower 50 Kgs/sack 2 Sack 2 Feeds, Finisher 50 Kgs/sack 2 Sack 3 Poultry Feeds Layer Mash, 50 Kgs/sack 18 Sack 4 Feeds , Starter 50 Kgs/sack 2 Sack Lot Ii Drugs And Medicines 3,810.00 5 Multivitamins, + Electrolyte 24 Sachets X 22 Grams Per Box 6 Box Lot Iii Carpentry Tools And Supplies 16,491.50 6 Bronze, Nail # 1 2 Kilo 7 Bronze Nail, Bronze Nail # 1 1/2 3..5 Kilo 8 Bronze Nail, # 2 ..50 Kilo 9 Bronze Nail, # 2 1/2 1..50 Kilo 10 G.i Pipe, # 1-5-40 20ft./length 1 Length 11 Plywood, Marine ,3/4 1 Piece 12 Plywood , Marine ,1/4 2 Piece 13 Plywood, Marine ,3/8 2 Piece 14 S/s Lag Screw, S/s ,5x16x3 2 Piece 15 Lag Screw , S/s ,5x16x2 1/2 2 Piece 16 Sand Paper,#120 1 Pack Lot. V Electrical Supplies And Materials 158,842.00 17 Bulb, Led,(5 Watts) 6 Piece 18 Electric Iron, Dry And Steam (1200w/ 230v Ac/ 60hz) 2 Unit 19 "electric Oven , (2 Layers) Oven Capacity: 49.0 Liters, Oven Accessories: Oven Net, Oven Tray" 1 Unit 0.00 20 Ice Crusher, Electric, Aluminum, 220v 1 Unit 21 "egg Machine , With 24 Hens *cage - 1 Teir Set Up (12 Heads) - Made Of Hot Dipped Galvanize - 6 Doors Total, 18in Per Door, 4 Heads Per Door - H=5ft- W=4.5ft - L-9ft *ready To Lay Hens - 17 To 19 Weeks White Dekalb - Fully Vaccinated With Booster Shots * Feeders- Blue Pvc Feeders * Drinkers- Double Cup & Double Nipple Drinker" 6 Unit 22 Electric Wire, Duplex, Flat Cord, #12, Duplex, Flat Cord, #12 120 Unit Lot. Viii Measuring/observing/testing Devices 15,696.00 23 Weighing Scale, Manual, Flat Form, 10 Kgs. Capacity 9 Unit Lot. Ix Paints, Tools And Supplies 14,574.00 24 Paint Brush, 3in, Pure White Bristle 3 Pieces 25 Lacquer Thinner , 3 Liter/bottle 2 Bottle 26 Epoxy Paint , White 4 Liter/gallon 5 Gallon 27 Marine Epoxy , A/b 4 Liter Per Can 2 Can 28 Marine Epoxy , (a/b) 1 Liter Per Can 2 Can Lot. Xi Power Tools, Equipment And Accessories 135,500.00 29 "marine Engine, Air-cooled Gasoline Engine,(6.5 Hp) Starting System: Recoil System" 2 Unit 30 "marine Engine , Air-cooled Gasoline Engine ,18 Hp Starting System: Recoil System" 1 Unit 31 "marine Engine , Aircooled Gasoline Engine,16 Hp Starting System: Recoil System" 4 Unit 32 Electric Grinder , Wet & Dry,fully Stainless(3hp Grinder Peanut Butter,220v 60hz,heavy Duty) 1 Unit Lot. Xii Appliances 285,710.00 33 Blender , (heavy Duty) 220-240v 3hp/2238 W 1 Unit 34 "chest Freezer, Single Door, 6 Cu. Ft. Solid Top, Grip Handle, Key Lock, Single Wire Basket, Roller Feet, Defrost System: Manual With Warranty" 9 Unit 35 Hand Mixer , (electric Cake Batter) 3 Kls. Capacity Single Whisk. 1 Unit 36 Water Dispenser, Cold (vendo Machine W/coinslot) 220v With Warranty 1 Unit 37 Washing Machine , (twin Tub) 14kgs Capacity With Warranty 2 Unit 38 Stove, Single Burner (stainless Steel Body, Automatic Ignition Flame Controller, Gas Type: Lpg) 51 Unit 39 Stove, Single Burner With Gas Tank 7kgs. 1 Unit Lot. Xiii Metal Works & Fabrication 1,199,520.00 40 Fabricated Negokart, With Bmx Bicycle And Accessories (made Up Of G.i Steel Plate, G.i Pipe, Angle Bar. Body Should Bear The Official Seal Of Lgu-bayawan City, Dole And Dilp. Should Also Feature A Tourist Spot Of Bayawan City. 51 Unit Lot. Xiv Other Machinery And Equipment 29,944.00 41 Chainsaw , 36in. Gasoline Engine, 70 Horsepower, Portable 1 Unit Lot. Xv Other Supplies & Materials 408,053.60 42 Basin Plastic , Plastic ,28 Inches (large) 6 Piece 43 Frying Wok, Stainless Steel Nonstick, 36cm Diameter,10.5 Cm Depth 51 Piece 44 Glass Show Case, (3 Layers) W-24cm, L-64cm, H-51cm, Thickness Of Glass-0.5cm 52 Unit 45 Steel Basin, Stainless ,45cmx15cm 2 Piece 46 Paper Cups , 10oz 4 Pack 47 Paper Cups , 12oz 4 Pack 48 Paper Cup , 16oz 4 Pack 49 Pail, 12l Capacity, Black 2 Piece 50 Plastic Jar, With Cover 500ml, For Peanut Butter 100 Piece 51 Chair, Plastic Stool, White 3 Piece 52 Table, Plastic, Monobloc, Square 1 Piece 53 Hanger, Plastic 6 Dozen 54 Clip Hanger, Plastic 12 Pieces 55 Box, For Storage, Plastic, 120l With 2 Clips, Button Wheels For Easy Moving, Clear, Heavy Duty 3 Box 56 Baking Pan, Round, 6 Inches X 3 Inches, Upper Diameter:6 Inches, Bottom Diameter: 5.5 Inches, Height:3 Inches 5 Pieces 57 Glassine Cup, For Cupcake,10cm, 1000pcs/pack 1 Pack 58 Baking Pan, Rectangular, Aluminum 8x12 Inches 6 Pieces 59 Measuring Cup, Plastic, Transparent,up To 1l Capacity 1 Piece 60 Baking Liner, Parchment Paper, 20mtrs., 20m X 30mm Per Box 5 Box 61 Cupcake Molder, Carbon Steel 12 Holes Tray 3 Set 62 Trapal, , 6 Feet Height,0.4mm Thick 18 Meter 63 Brass Pipe, 3/4 Inches,male 25 Unit 64 Ball Joint, 3/4 X 1, For Pump Boat 1 Piece 65 Stainless Shaft, 3/4x5ft 2 Piece 66 Stainless Shaft, 5/8 X 7ft W/ Thread 1 Piece 67 Stainless Propeller 3/4 X 5ft 2 Piece 68 Stainless Propeller 5/8in X 7 1 Piece 69 Stand Belt, S/s,3/8x2.5 2 Piece 70 Stand Belt, S/s ,3/8x3 2 Piece 71 P.e Hose , 1 1/2 4 Meter 72 Rope, #20 1..5 Roll 73 Rubber Float , Round (patao) 360 Pieces 74 Cooler Box, Styro, 12kls Capacity 6 Pieces 75 Cooler, Plastic With Cover (40kgs. Capacity) 2 Piece 76 Battery, 12 Volts 22 Plates 1 Unit 77 Battery , 12 Volts 17 Plates 3 Unit 78 Iron Board, Foldable, Ironing Board Cover With Foam, 36in Board Length. 2 Piece 79 Aluminum Wok/cawa, Big Size, Diameter 56.5 Cm, Height 19cm 1 Piece 80 Fishing Hook, #58 2 Pack 81 Fishing Hook, #59 4 Pack 82 Fishing Hook, #60 4 Pack 83 Lead Sinker, No. 2 25 Kilo 84 Nylone , Monoline,#45 1 Kilo 85 Nylone , Monoline,#40 1 Kilo 86 Nylone , Monoline ,#30 1 Kilo 87 Nylon , Monoline,#25 1 Kilo 88 Nylone , Monoline,#20 1 Kilo 89 Nylon , Monoline,#15 5 Kilo 90 Nylone , Monoline.#12 1 Kilo 91 Nylone , Monoline,#10 10 Kilo 92 Fishing Net , (pamu) #8 4 Meter 93 Fishing Net , #10 1,500 Meter 94 Fishing Net , #9 1,400 Meter 95 Pamo Net , 210x2x9x100m 3 Roll 96 Pamo Net , 210x2x8x100m 3 Roll 97 Plastic Sando Bag (xl) 50 Pieces Per Pack, (xl) 50 Pieces Per Pack 55 Pack 98 Sando Ecobag, Large, 50 Pieces/pack 55 Pack 99 Brass Pipe, 5/8" X 4 Feet 1 Piece 100 Sando Ecobag, Extra Large, 50 Pieces/pack 10 Pack 101 Cross Joint, 3/4 Ft. X 5/8 Inches, 3/4 Ft. X 5/8 Inches 2 Piece 102 Rudder Assembly Stainless 5/8 Inches X 3 Feet, 5/8 Inches X 3 Feet 2 Piece 103 Rudder Assembly Stainless 5/8 Inches X 3.5 Feet, 5/8 Inches X 3.5 Feet 1 Piece Lot. Xvi Cleaning Equipment And Supplies 223,426.00 104 Bleaching Liquid, 250ml Per Bottle 408 Bottle 105 Bleaching Liquid, 5l Per Bottle 4 Bottle 106 Bleaching Liquid, 3.785l Per Bottle 10 Bottle 107 Bleaching Liquid, Color Safe 3.6l 10 Bottle 108 Body Soap, Pure White With Germ Shield, 60g 408 Piece 109 Body Soap, Fresh Green With Germ Shield, 60g 408 Piece 110 Detergent Bar, 360g 20 Piece 111 Detergent Bar, White, 400g 408 Piece 112 Detergent Powder, Calamansi (single), 57gx6 Sachet 510 Pack 113 Detergent Powder , (whitener) 2 Kilo Per Pack 10 Piece 114 Detergent Powder , (twin Pack) Sunrise Fresh 70g X 6 Sachet 408 Pack 115 Detergent Powder , (all Colors) 2 Kilo Per Pack 10 Pack 116 Fabric Conditioner, Antibac, Sachet, 25ml X 6 340 Pack 117 Fabric Conditioner , Sunrise Fresh, (1l) 10 Piece 118 Hair Conditioner, Standout Straight Sachet, 12ml X 6 170 Pack 119 Hair Conditioner, Damage Control 11ml X 6sachet 170 Pack 120 Hair Shampoo & Conditioner , Complete Repair Avocado Oil & Honey For Damage Hair, 15ml X 6 Sachet 408 Pack 121 Hair Shampoo, Smooth & Manageable 15ml X 12s 408 Pack 122 Sanitary Napkin, Non-wings 8pcs/pack 204 Pack 123 Sanitary Napkin, W/wings 8pcs/pack 170 Pack 124 Toothpaste Cool Menthol Fresh Twin Sachet, 20g, Cool Menthol Fresh Twin Sachet, 20g 408 Piece Lot. Xvii Commercial Lumber 11,254.00 125 Lumber, Gemillina,1x2x18 15 Piece 126 Lumber, Gemillina,2x8x8 1 Piece 127 Good Lumber, 1x2x10 9 Piece 128 Good Lumber, 1x12x16 3 Piece 129 Good Lumber, 1x2x18 3 Piece 130 Good Lumber, 2x2x10 9 Piece 131 Good Lumber, 2x2x8 3 Piece 132 Good Lumber, 2x4x8 2 Piece ***nothing Follows*** Grand Total 2,545,751.10 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Itb 25-017 300-24-12-011 Delivery Of Other Supplies And Materials For Integrated Livelihood Project.(ccmdo) 2,545,751.10 Trust Fund Lot No. Description Of Lot Total Abc Of Lot Bid Security Cash/mc/bank Gurantee (2% Of Abc) I Feeds 42,930.00 856.60 Ii Drugs And Medicines 3,810.00 76.2 Iii Carpentry Tools And Supplies 16,491.50 329.83 Iv Electrical Supplies And Materials 158,842.00 3,176.84 V Measuring/observing/testing Devices 15,696.00 313.92 Vi Paints, Tools And Supplies 14,574.00 291.48 Vii Power Tools, Equipment And Accessories 135,500.00 2,710.00 Viii Appliances 285,710.00 5,714.2 Ix Metal Works & Fabrication 1,199,520.00 23,990.4 X Other Machinery And Equipment 29,944.00 598.88 Xi Other Supplies & Materials 408,053.60 8,161.072 Xii Cleaning Equipment And Supplies 223,426.00 4,468.52 Xiii Commercial Lumber 11,254.00 225.08 Bid Documents Shall Be Available At The Bac Office, New Bayawan City Hall, Negosyo Center, Lgu Bayawan City Upon Ss Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00. Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed Below, As Follows: Activities Schedule Issuance Of Bid Documents January 09, 2025 To January 27, 2025 @ 5:00 P.m. Pre-bid Conference January 16, 2025 @ 9:00 A.m. Deadline/opening Of Bids January 28, 2025 @ 9:00 A.m. Approved: Virginia D. Sadiasa Bac Chairman Geps Publication : January 09,2025 Newspaper : None

Municipality Of Polillo, Quezon Tender

Security and Emergency Services
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 288 K (USD 4.9 K)
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Polillo ***** Invitation To Bid For Rental Of Venue For Basic Incident Command System Training With Accompanying Foods & Room Accommodation -lgu Polillo, Quezon 1. The Municipality Of Polillo, Through The Annual Budget 2025 (5% Calamity Fund: Capability Building) Approved By The Sangguniang Bayan Of Polillo Intends To Apply The Sum Of Two Hundred Eighty Eight Thousand Pesos Only (php 288,000.00) Being The Abc To Payments Under The Contract For Rental Of Venue For Basic Incident Command System Training With Accompanying Foods & Room Accommodation Lgu Polillo, Quezon Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Polillo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipality Of Polillo And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To January 27, 2025 From The Given Address And Website(s) 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 Five Hundred Pesos Only (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before January 27, 2025, 2:30pm. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On At The Given Address Below And/or Messenger. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Municipality Of Polillo 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Deborah B. Marasigan Bac Secretariat Mabini St. Brgy. Poblacion, Polillo, Quezon, 4339 Bac.polillo@gmail.com Deborah B. Marasigan Bac Chairperson 1 Lot Rental Of Venue With Accompanying Foods & Room Accommodation Function Hall (can Accommodate 50 Persons) Inclusions: - Use Of Function Hall For At Least 14 Hrs/day For 3 Days - Water Dispenser With Purified Drinking Water In The Function Hall - Provisions Of Candies And Flowing Coffee During Session - Use Of Technical Equipment (sound System With Microphones And Batteries If Wireless, White Board Erasers And Screen, Lcd Projector & Free Wi-fi Access - Basic Set-up Of Chairs & Tables Meals For Day 0 (for 45 Persons) Dinner: Clear Soup, Inihaw Na Pork Liempo, Chicken Tinola, Binagoongang Talong, Steamed Rice, Pandan Jelly Meals For Day 1 (for 45 Persons) Breakfast: Longganisang Sariaya, Sunny Side-up Egg, Garlic Fried Rice, & Coffee Am Snacks: Chami, Puto & Juice Lunch: Cream Of Mushroom, Pork Bistek, Fried Chicken, Pinakbet, Steamed Rice, Minatamis Na Saging Pm Snacks: Tuna Sandwich With French Fries & Juice Dinner: Crab & Corn Soup, Breaded Pork Chop, Chicken Adobo, Sauteed Vegetable Pear, Steamed Rice, Macaroon Meals For Day 2 (for 45 Persons) Breakfast: Luncheon Meat, Garlic Fried Rice, Scrambled Eggs & Coffee Am Snacks: Pancit Lucban, Cassava Cake & Juice Lunch: Nido Soup, Lumpiang Shanghai, Chicken Menudo, Adobong Kangkong, Steamed Rice, Minatamis Na Kamote Pm Snacks: Fresh Lumpiang Ubod With French Fries & Juice Dinner: Cream Of Mushroom Soup, Sweet & Sour Pork, Breaded Chicken, Fillet Tortang Talong, Steamed Rice, Coffee Jelly Fellowship: Provision Of Drinks & Finger Foods Meals For Day 3 (for 45 Persons) Breakfast: Skinless Longganisa, Sunny Side-up Egg, Garlic Fried Rice & Coffee Am Snacks: Chicken Sopas, Bread & Juice Lunch: Clear Soup, Meat Balls With Sweet & Sour Sauce, Adobong Manok Sa Gata, Bean Sprout, Steamed Rice, Gulaman Pm Snacks: Egg Sandwich With French Fries & Juice Room Accommodation For 3 Nights (for 45 Persons) Room For Sharing Room Amenities & Inclusions: Hot & Cold Water Toiletries

City Of Bayawan Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.5 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental City Of Bayawan Bid No.:itb 24-326 Bids And Awards Committee Date:december 27,2024 Invitation To Bid Sealed Bids For Quotation Of Prices Will Be Received For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Item Description Qty. Unit Additional Attribute Unit Cost Total Lot I Feeds 42,930.00 1 Feeds, Grower 50 Kgs/sack 2 Sack 2 Feeds, Finisher 50 Kgs/sack 2 Sack 3 Poultry Feeds Layer Mash, 50 Kgs/sack 18 Sack 4 Feeds , Starter 50 Kgs/sack 2 Sack Lot Ii Drugs And Medicines 3,810.00 5 Multivitamins, + Electrolyte 24 Sachets X 22 Grams Per Box 6 Box Lot Iii Carpentry Tools And Supplies 14,877.50 6 Bronze, Nail # 1 2 Kilo 7 Bronze Nail, # 1 1/2 3..5 Kilo 8 Bronze Nail, # 2 ..50 Kilo 9 Bronze Nail, # 2 1/2 1..50 Kilo 10 Plywood, Marine ,3/4 1 Piece 11 Plywood , Marine ,1/4 2 Piece 12 Plywood, Marine ,3/8 2 Piece Lot. Iv Bolt And Screw 220.00 13 S/s Lag Screw, S/s ,5x16x3 2 Piece 14 Lag Screw , S/s ,5x16x2 1/2 2 Piece Lot. V Electrical Supplies And Materials 158,218.00 15 Electric Iron, Dry And Steam (1200w/ 230v Ac/ 60hz) 2 Unit 16 "electric Oven , (2 Layers) Oven Capacity: 49.0 Liters, Oven Accessories: Oven Net, Oven Tray" 1 Unit 0.00 17 Ice Crusher, Electric, Aluminum, 220v 1 Unit 18 "egg Machine , With 24 Hens *cage - 1 Teir Set Up (12 Heads) - Made Of Hot Dipped Galvanize - 6 Doors Total, 18in Per Door, 4 Heads Per Door - H=5ft- W=4.5ft - L-9ft *ready To Lay Hens - 17 To 19 Weeks White Dekalb - Fully Vaccinated With Booster Shots * Feeders- Blue Pvc Feeders * Drinkers- Double Cup & Double Nipple Drinker" 6 Unit 19 Electric Wire, Duplex, Flat Cord, #12, Duplex, Flat Cord, #12 120 Unit Lot. Vi Farm/garden Tools And Accessories 1,160.00 20 Pail, 12l Capacity, Black 2 Piece 21 Basin Plastic , Plastic ,28 Inches (large) 6 Piece Lot. Vii Lighting And Fixtures And Accessories 624.00 22 Bulb, Led,(5 Watts) 6 Piece Lot. Viii Measuring/observing/testing Devices 15,696.00 23 Weighing Scale, Manual, Flat Form, 10 Kgs. Capacity 9 Unit Lot. Ix Paints, Tools And Supplies 14,574.00 24 Paint Brush, 3in, Pure White Bristle 3 Pieces 25 Lacquer Thinner , 3 Liter/bottle 2 Bottle 26 Epoxy Paint , White 4 Liter/gallon 5 Gallon 27 Marine Epoxy , A/b 4 Liter Per Can 2 Can 28 Marine Epoxy , (a/b) 1 Liter Per Can 2 Can Lot. X Paper Materials And Products 980.00 29 Paper Cups , 10oz 4 Pack 30 Paper Cups , 12oz 4 Pack 31 Paper Cup , 16oz 4 Pack Lot. Xi Power Tools, Equipment And Accessories 135,500.00 32 "marine Engine, Air-cooled Gasoline Engine,(6.5 Hp) Starting System: Recoil System" 2 Unit 33 "marine Engine , Air-cooled Gasoline Engine ,18 Hp Starting System: Recoil System" 1 Unit 34 "marine Engine , Aircooled Gasoline Engine,16 Hp Starting System: Recoil System" 4 Unit 35 Electric Grinder , Wet & Dry,fully Stainless(3hp Grinder Peanut Butter,220v 60hz,heavy Duty) 1 Unit Lot. Xii Appliances 186,618.00 36 Blender , (heavy Duty) 220-240v 3hp/2238 W 1 Unit 37 "chest Freezer, Single Door, 6 Cu. Ft. Solid Top, Grip Handle, Key Lock, Single Wire Basket, Roller Feet, Defrost System: Manual With Warranty" 9 Unit 38 Water Dispenser, Cold (vendo Machine W/coinslot) 220v With Warranty 1 Unit 39 Washing Machine , (twin Tub) 14kgs Capacity With Warranty 2 Unit Lot. Xiii Metal Works & Fabrication 1,199,520.00 40 Fabricated Negokart, With Bmx Bicycle And Accessories (made Up Of G.i Steel Plate, G.i Pipe, Angle Bar. Body Should Bear The Official Seal Of Lgu-bayawan City, Dole And Dilp. Should Also Feature A Tourist Spot Of Bayawan City. 51 Unit Lot. Xiv Other Machinery And Equipment 29,944.00 41 Chainsaw , 36in. Gasoline Engine, 70 Horsepower, Portable 1 Unit Lot. Xv Other Supplies & Materials 506,399.60 42 Frying Wok, Stainless Steel Nonstick, 36cm Diameter,10.5 Cm Depth 51 Piece 43 Glass Show Case, (3 Layers) W-24cm, L-64cm, H-51cm, Thickness Of Glass-0.5cm 52 Unit 44 Steel Basin, Stainless ,45cmx15cm 2 Piece 45 Plastic Jar, With Cover 500ml, For Peanut Butter 100 Piece 46 Chair, Plastic Stool, White 3 Piece 47 Table, Plastic, Monobloc, Square 1 Piece 48 Hanger, Plastic 6 Dozen 49 Clip Hanger, Plastic 12 Pieces 50 Box, For Storage, Plastic, 120l With 2 Clips, Button Wheels For Easy Moving, Clear, Heavy Duty 3 Box 51 Baking Pan, Round, 6 Inches X 3 Inches, Upper Diameter:6 Inches, Bottom Diameter: 5.5 Inches, Height:3 Inches 5 Pieces 52 Glassine Cup, For Cupcake,10cm, 1000pcs/pack 1 Pack 53 Baking Pan, Rectangular, Aluminum 8x12 Inches 6 Pieces 54 Measuring Cup, Plastic, Transparent,up To 1l Capacity 1 Piece 55 Baking Liner, Parchment Paper, 20mtrs., 20m X 30mm Per Box 5 Box 56 Cupcake Molder, Carbon Steel 12 Holes Tray 3 Set 57 Trapal, , 6 Feet Height,0.4mm Thick 18 Meter 58 Brass Pipe, 3/4 Inches,male 25 Unit 59 Ball Joint, 3/4 X 1, For Pump Boat 1 Piece 60 Stainless Shaft, 3/4x5ft 2 Piece 61 Stainless Shaft, 5/8 X 7ft W/ Thread 1 Piece 62 Stainless Propeller 3/4 X 5ft 2 Unit 63 Stainless Propeller 5/8in X 7 1 Piece 64 G.i Pipe, # 1-5-40 20ft./length 1 Length 65 Stand Belt, S/s,3/8x2.5 2 Piece 66 Stand Belt, S/s ,3/8x3 2 Piece 67 P.e Hose , 1 1/2 4 Meter 68 Rope, #20 1..5 Roll 69 Rubber Float , Round (patao) 360 Pieces 70 Cooler Box, Styro, 12kls Capacity 6 Piece 71 Cooler, Plastic With Cover (40kgs. Capacity) 2 Piece 72 Battery, 12 Volts 22 Plates 1 Unit 73 Battery , 12 Volts 17 Plates 3 Unit 74 Iron Board, Foldable, Ironing Board Cover With Foam, 36in Board Length. 2 Piece 75 Stove, Single Burner (stainless Steel Body, Automatic Ignition Flame Controller, Gas Type: Lpg) 51 Unit 76 Stove, Single Burner With Gas Tank 7kgs. 1 Set 77 Aluminum Wok/cawa, Big Size, Diameter 56.5 Cm, Height 19cm 1 Piece 78 Fishing Hook, #58 2 Pack 79 Fishing Hook, #59 4 Pack 80 Fishing Hook, #60 4 Pack 81 Lead Sinker, No. 2 25 Kilo 82 Nylone , Monoline,#45 1 Kilo 83 Nylone , Monoline,#40 1 Kilo 84 Nylone , Monoline ,#30 1 Kilo 85 Nylon , Monoline,#25 1 Kilo 86 Nylone , Monoline,#20 1 Kilo 87 Nylon , Monoline,#15 5 Kilo 88 Nylone , Monoline.#12 1 Kilo 89 Nylone , Monoline,#10 10 Kilo 90 Fishing Net , (pamu) #8 4 Meter 91 Fishing Net , #10 1,500 Meter 92 Fishing Net , #9 1,400 Meter 93 Pamo Net , 210x2x9x100m 3 Roll 94 Pamo Net , 210x2x8x100m 3 Roll 95 Hand Mixer , (electric Cake Batter) 3 Kls. Capacity Single Whisk. 1 Unit 96 Plastic Sando Bag (xl) 50 Pieces Per Pack, (xl) 50 Pieces Per Pack 55 Pack 97 Sando Ecobag, Large, 50 Pieces/pack 55 Pack 98 Brass Pipe, 5/8" X 4 Feet 1 Piece 99 Sand Paper,#120 4 Pack 100 Sando Ecobag, Extra Large, 50 Pieces/pack 10 Pack 101 Cross Joint, 3/4 Ft. X 5/8 Inches, 3/4 Ft. X 5/8 Inches 2 Piece 102 Rudder Assembly Stainless 5/8 Inches X 3 Feet, 5/8 Inches X 3 Feet 2 Piece 103 Rudder Assembly Stainless 5/8 Inches X 3.5 Feet, 5/8 Inches X 3.5 Feet 1 Piece Lot. Xvi Cleaning Equipment And Supplies 223,426.00 104 Bleaching Liquid, 250ml Per Bottle 408 Bottle 105 Bleaching Liquid, 5l Per Bottle 4 Bottle 106 Bleaching Liquid, 3.785l Per Bottle 10 Bottle 107 Bleaching Liquid, Color Safe 3.6l 10 Bottle 108 Body Soap, Pure White With Germ Shield, 60g 408 Piece 109 Body Soap, Fresh Green With Germ Shield, 60g 408 Piece 110 Detergent Bar, 360g 20 Piece 111 Detergent Bar, White, 400g 408 Piece 112 Detergent Powder, Calamansi (single), 57gx6 Sachet 510 Pack 113 Detergent Powder , (whitener) 2 Kilo Per Pack 10 Piece 114 Detergent Powder , (twin Pack) Sunrise Fresh 70g X 6 Sachet 408 Pack 115 Detergent Powder , (all Colors) 2 Kilo Per Pack 10 Pack 116 Fabric Conditioner, Antibac, Sachet, 25ml X 6 340 Pack 117 Fabric Conditioner , Sunrise Fresh, (1l) 10 Piece 118 Hair Conditioner, Standout Straight Sachet, 12ml X 6 170 Pack 119 Hair Conditioner, Damage Control 11ml X 6sachet 170 Pack 120 Hair Shampoo & Conditioner , Complete Repair Avocado Oil & Honey For Damage Hair, 15ml X 6 Sachet 408 Pack 121 Hair Shampoo, Smooth & Manageable 15ml X 12s 408 Pack 122 Sanitary Napkin, Non-wings 8pcs/pack 204 Pack 123 Sanitary Napkin, W/wings 8pcs/pack 170 Pack 124 Toothpaste Cool Menthol Fresh Twin Sachet, 20g, Cool Menthol Fresh Twin Sachet, 20g 408 Piece Lot. Xvii Commercial Lumber 11,254.00 125 Lumber, Gemillina,1x2x18 15 Piece 126 Lumber, Gemillina,2x8x8 1 Piece 127 Good Lumber, 1x2x10 9 Piece 128 Good Lumber, 1x12x16 3 Piece 129 Good Lumber, 1x2x18 3 Piece 130 Good Lumber, 2x2x10 9 Piece 131 Good Lumber, 2x2x8 3 Piece 132 Good Lumber, 2x4x8 2 Piece ***nothing Follows*** Grand Total 2,545,751.10 Place Of Delivery: Fob Bayawan, City Warehouse Form And Amount Of Bid Security: I Hereby Certify That The Above Articles Are Equally Carried In Stock By Me In Quantities Above Stated Except Those Marked "none". Terms And Conditions Specified In The Annex Of This Form Are Herein Accepted. The Quantity Shown And Prices As Quoted Are Hereby Offered. ___________________________ Name Of Business/company Address/contact Number Evaluation: Bids And Awards Committee _________ Virginia D. Sadiasa, Chairman Wilfredo C. Tuale, Member _________ Saturnino T. Dayanan, Vice-chairman Corazon P. Lirazan,member ________ Ernesto N. Dinopol,jr.,member _________ Nefredo Camillo A. Villarubia,member Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds Itb 24-326 300-24-12-011 Delivery Of Other Supplies And Materials For Integrated Livelihood Project.(ccmdo) 2,545,751.10 Trust Fund Lot No. Description Of Lot Total Abc Of Lot Bid Security Cash/mc/bank Gurantee (2% Of Abc) I Feeds 42,930.00 856.60 Ii Drugs And Medicines 3,810.00 76.2 Iii Carpentry Tools And Supplies 14,877.00 297.54 Iv Bolt And Screw 220.00 4.40 V Electrical Supplies And Materials 158,218.00 3,164.36 Vi Farm/garden Tools And Accessories 1,160.00 23.20 Vii Lighting And Fixtures And Accessories 624.00 12.48 Viii Measuring/observing/testing Devices 15,696.00 313.92 Ix Paints, Tools And Supplies 14,574.00 291.48 X Paper Materials And Products 980.00 19.6 Xi Power Tools, Equipment And Accessories 135,500.00 2,710.00 Xii Appliances 186,618.00 3,732.36 Xiii Metal Works & Fabrication 1,199,520.00 23,990.40 Xiv Other Machinery And Equipment 29,944.00 598.88 Xv Other Supplies & Materials 506,399.60 10,127.992 Xvi Cleaning Equipment And Supplies 223,426.00 4.468.52 Xvii Commercial Lumber 11,254.00 225.08 Bid Documents Shall Be Available At The Bac Office, New Bayawan City Hall, Negosyo Center, Lgu Bayawan City Upon Ss Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00. Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed Below, As Follows: Activities Schedule Issuance Of Bid Documents December 27, 2024 To January 15, 2025 @ 5:00 P.m. Pre-bid Conference January 7, 2025 @ 9:00 A.m. Deadline/opening Of Bids January 16, 2025 @ 9:00 A.m. Approved: Virginia D. Sadiasa Bac Chairman Geps Publication : December 27, 2024 Newspaper : None

Government Of New Brunswick Tender

Machinery and Tools
Canada
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Description: Estimated Quantity Contract To Be Delivered As And When Required For The Period Indicated At The Request Of The Department. Quantities Or Dollar Values Stated Are An Estimate Made In Good Faith And May Vary Considerably. The Province Of N.b. Reserves The Right To Purchase More Or Lesser Amounts Depending On Requirements. Bidders Are Requested To Include Specifications On Product Quoted With The Bid. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement And The Canada-european Union Comprehensive Economic And Trade Agreement. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. Where Permissible Under The Applicable Trade Agreements And The Regulation Under The Procurement Act, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Vary Between 2.5% And 10% Depending On The Total Estimated Value Of The Procurement, In Accordance With The Ranges Set Out In The Regulation Under The Procurement Act. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. Holiday Season Office Closure The Strategic Procurement Division Of Service New Brunswick (located At 300 St. Mary's Street) Will Be Closed For The Holiday Season. This Includes All Strategic Procurement Operations (except Strategic Procurement - Health), The Reception Area And The Central Tendering Office. The Closure Period Is From 12 P.m. On December 24, 2024 To 8:15 A.m. On January 2, 2025. The New Brunswick Opportunities Network (nbon) Will Be Accessible Throughout This Period, However Please Note Support (helpline And Email Queries) Will Not Be Available During This Time. New Brunswick Manufacturer Preference By Stating Yes In The Input Box, I Confirm That I Am A Manufacturer Of Goods With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Manufacturer Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Manufacturer Preference. Place Of Business Means An Establishment Where A Manufacturer Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. New Brunswick Vendor Preference By Stating Yes In The Input Box, I Confirm That I Am A Vendor Of Goods Or Services With A Place Of Business In New Brunswick As Defined Below And Am Therefore Eligible To Be Considered For The Nb Vendor Preference As Defined In This Solicitation Document. If The Input Box Is Left Incomplete The Bid May Be Ineligible For The New Brunswick Vendor Preference. Place Of Business Means An Establishment Where A Vendor Regularly Conducts Its Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Compressors And Vacuum Pumps Scope The Department Of Natural Resources And Energy Development Is Looking To Establish An Estimated Quantity Contract For Slid In Fire Skid An As And When Required Basis. This Contract Will Be In Place From Contract Award To December 31, 2025, With The Option To Renew For Two (2) Additional One (1) Year Terms. Option Year Pricing Pricing Will Be Subject To Negotiation Of A Satisfactory Contract Price Not To Exceed The Tendered Price Plus Any Published Increase In The New Brunswick Consumer Price Index (cpi). If A Mutually Agreed Upon Price Cannot Be Reached Gnb Reserves The Right To Re-tender, Re-award Or Delete The Item(s) In Question. Specification Items Must Meet Or Exceed The Specifications In The Attached Documents. The Province Will Purchase And Supply A Waterax Bb-4-23h Pump And Control Panel For Each Unit To The Successful Bidder. Connector Must Be Supplied To Connect The Pump To The Truck Battery So That It Can Easily Be Disconnected From The Truck For Maintenance. 150ft Of Rubber Hose (non-collapsible) On The Reel Must Be Included. Bidders Are Requested To Provide Detailed Specifications On The Product Being Bid With The Tender Submission. Contract Award Criteria This Tender Will Be Awarded Based On The Overall Lowest Compliant Bid Which Meets The Required Specifications And Consideration Of Other Cost Savings Incentives, Which Ever Provides The Best Overall Value To The Province Of New Brunswick. (best Overall Value Will Be Determined At The Sole Discretion Of Gnb And All Decisions Are Final.) How To Submit Pricing Vendors Are Invited To Submit Their Unit Price--the Price For A Single Product Within The Tender Item--under The 'unit Price Including Discount' Column. Vendors Should Then Multiply Their Unit Price By The 'quantity/unit' To Calculate The 'extended Price'. The 'unit Price Including Discount' And 'extended Price' Should Not Include Taxes. When Stating "unit Price," Vendors Must Include Delivery To The Shipping Address Detailed Above. The Bid Price Must Include Any Additional Costs And/or Charges That May Apply. All Prices Must Be Fob Destination, Freight Prepaid. Do Not Include Any Sales/hst Taxes In The Prices Quoted In The Tender Document. Delivery And Price Vendor(s) Are To Deliver The Goods To The Addresses Detailed Above Upon Receipt Of An Official Release Against This Contract. Vendor Questions All Inquiries Should Be Received Seven (7) Calendar Days Prior To The Closing Date; Any Inquiries Received Less Than 7 (seven) Calendar Days Prior To The Closing Date Cannot Be Guaranteed A Response. Please Reference The Tender Number And Closing Date Within Your Communications To Ensure A Prompt And Accurate Reply. Requirements Vendors Are Required To Sign And Date Their Bid In The Space Provided Below. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.

DEPT OF THE AIR FORCE USA Tender

Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Details: General Statement: this Is A Combined Synopsis/solicitation For Commercial Items Issued By The Air Force Research Laboratory/pzleq, Wright-patterson Air Force Base, Ohio. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein. solicitation Information solicitation Number: Combo-afrl-pzleq-2025-0008 [x] Request For Quotation (rfq) [ ] Request For Proposal (rfp) [ ] Invitation For Bid (ifb) regulation Identification: this Solicitation And The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-01 Effective 30 Dec 2022. notice Of Small Business Set-aside: set-aside Type small Business naics Size Standard 334517 listing/description Of Items: clin #: 0001 description narda Fieldman Broadband Meter And Four (4) Probes. the Vendor Shall Provide Four (4) Narda Fieldman Logging Broadband Field Meters With Three (3) Each Of The Following Probes: 1) Efd0391, 2) Efd5091, 3) Hfd0361, And 4) Hfd0191. The Narda Fieldman Meter And Probes Shall Possess The Following Salient Characteristics: the Detector Shall Possess The Following Specifications: shall Have Isotropic Probes To Cover 100khz To 60ghz shall Have Large Graphical Display shall Have Back Lit Monochrome Lcd; Readable Even In Bright Daylight shall Have Intelligent Probe Interface With Automatic Probe Parameter Detection shall Include Fully Automatic Zeroing shall Have Extensive Memory For Logging Of Up To 5000 Results shall Have Gps Interface And Mountable Receiver For Positioning Data Documentation (optional) shall Include Graphical User Interface (gui) shall Have Simple-to-use 9 Button Keypad shall Have Hold Button Soft Key For Freezing Measurement Display During Readings shall Have User Defined Setups Can Be Saved For Repetitive Survey Needs shall Have Keypad That Can Be Locked To Guard Against Inadvertent Inputs shall Have User Selectable Auto-off Feature To Save Battery Life shall Include 5 Types Of Results That Can Be Displayed: Actual, Minimum, Maximum, Average, Maximum Average history Mode Shall Operate Continuously In The Background, Allowing Display Of Past Readings At Any Time, Up To 8 Hours shall Include Selectable Units: V/m, A/m, W/m², Mw/cm², And % Of Standard When Using Shaped Frequency Response Probes shall Include Stored Standards And Guidance In The Nbm Memory Allow Simultaneous Display Readings As % Of Standard If Frequency Is Known shall Include Data Memory For Up To 5000 Measurements shall Have Time Averaging: 4 Seconds To 30 Minutes, In 2-second Intervals shall Have Variable Alarm Threshold Setting shall Have Audible Indication Of Increasing Or Decreasing Field Strength shall Include Automatic Detection Of Probe Type And Calibration Information shall Be Fully Automatic And Variable Zero Adjustment Interval Times shall Include Additional Optical Input For Separating Probe From Meter shall Have Pc Connection Via Usb Or Optical Interface shall Have Trigger Input For Externally Initiating Readings To Be Taken shall Include Nbm-ts Software Enables Remote Controlled Measurements shall Be Able To Have Screenshots That Can Be Downloaded To Pc delivery Information: fob: [x] Destination [ ] Origin place Of Delivery: 711 Hpw/oml attn: Brandi Tschuor 2510 Fifth St., Bldg. 840 wright-patterson Afb, Oh 45433 requested Date Of Delivery: 30 Days Upon Receipt Of Order instructions To Offerors: the Provision At Far 52.212-1, Instructions To Offerors – Commercial (jun 2020), Applies To This Acquisition. addenda: N/a evaluation Of Offers: the Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Will Be Used To Evaluate Quotes Received. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Offers: (lowest Price Technically Acceptable Or Price Trade-off) Pick Which One Matches (1) Price (2) Technical Acceptability (a) In Order For This Quote To Be Considered “technically Acceptable” It Must Meet: (i) All Specification Requirements In The Sow offerors Shall Assume That The Government Has No Prior Knowledge Of Its Facilities, Capabilities, And Experience And Will Base The Evaluation Solely On The Information Presented In The Offeror’s Proposal. the Government Reserves The Right To Award All, Some, Or None, Of The Items Listed In This Solicitation. The Government Reserves The Right To Resolicit If Results Garner Only One Qualifying Quote, If It’s Determined To Be In The Best Interests Of The Government. offeror Representations And Certifications: offerors Must Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items (feb 2021), With Your Quote. if Offeror Has Completed Annual Representations And Certifications In System For Award Management (sam), Then Only Paragraph (b) Needs To Be Submitted With Quote. if Offeror Has Not Completed Annual Representations And Certifications In Sam Then Paragraphs (c-v) Need To Be Submitted. contract Terms & Conditions: the Clause At Far 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition. addenda: N/a required Terms & Conditions To Implement Statutes Or Orders: the Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (jan 2021), Applies To This Acquisition. the Following Clauses Are Incorporated Via Paragraph (b) And Considered Applicable To This Acquisition: far 52.219-6 notice Of Total Small Business Set Aside far 52.219-28 post Award Small Business Program Representation far 52.222-3 convict Labor far 52.222-19 child Labor-cooperation With Authorities And Remedies far 52.222-21 prohibition Of Segregated Facilities far 52.222-26 equal Opportunity far 52.222-50 combating Trafficking In Persons far 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving far 52.225-1 buy American--supplies far 52.225-13 restrictions On Certain Foreign Purchases far 52.232-33 payment By Electronic Funds Transfer- System For Award Management additional Contract Requirements: (1) Offeror Shall Include All Warranty Requirements And Documentation With Quote. (2) Offerors Shall Identify How Long The Quote Is Valid. additional Provisions And Clauses Applicable To This Requirement: far 52.203-19 prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements provision far 52.204-7 system For Award Management clause far 52.204-13 system For Award Management Maintenance clause far 52.209-6 protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment clause far 52.232-39 unenforceability Of Unauthorized Obligations clause far 52.232-40 providing Accelerated Payments To Small Business Subcontractors clause far 52.246-16 responsibility For Supplies clause far 52.247-34 f.o.b. Destination provision far 52.252-1 solicitation Provisions Incorporated By Reference (fill-in Text) - Https://www.acquisition.gov/ clause far 52.252-2 contract Clauses Incorporated By Reference (fill-in Text) - Https://www.acquisition.gov/ clause dfars 252.203-7000 requirements Relating To Compensation Of Former Dod Officials clause dfars 252.203-7002 requirement To Inform Employees Of Whistleblower Rights provision dfars 252.203-7005 representation Relating To Compensation Of Former Dod Officials clause dfars 252.204-7003 control Of Government Personnel Work Product provision dfars 252.204-7004, Alt A, system For Award Management Alternate A clause dfars 252.204-7015 notice Of Authorized Disclosure Of Information For Litigation Support clause dfars 252.211-7003 item Unique Identification And Valuation clause dfars 252.223-7008 prohibition Of Hexavalent Chromium clause dfars 252.225-7001 buy American And Balance Of Payments Program clause dfars 252.225-7002 qualifying Country Sources As Subcontractors clause dfars 252.225-7048 export-controlled Items clause dfars 252.232-7003 electronic Submission Of Payment Requests clause dfars 252.232-7006 wide Area Workflow Payment Instructions clause dfars 252.232-7010 levies On Contract Payments clause dfars 252.225-7012 preference For Certain Domestic Commodities clause dfars 252.243-7001 pricing Of Contract Modifications clause dfars 252.244-7000 subcontracts For Commercial Items clause affars 5352.201-9101 ombudsman (fill-in Text) ombudsman: Afrl/pk Director alternate Ombudsman: Afrl/pk Deputy Director 1864 Fourth St wright-patterson Afb Oh 45433-7130 937-904-9700 afrl.pk.workflow@us.af.mil dpas Applicability: this Requirement Is Not Applicable To The Defense Priorities And Allocations System (dpas). solicitation Closing Information: quotes Are Due By: 3 January 2025 @ 4:00 Pm Est. quotes Must Be Received By The Closing Date Stated Above. Submit Quotes By Email. point Of Contact: the Point Of Contact For This Acquisition For Any Questions And For Submission Of Quotes Is: name: Mr. Jason B. Sav title: Contract Specialist email: Jason.sav@us.af.mil

FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender

Publishing and Printing
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 741.2 K (USD 12.6 K)
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol - 1 Gallon 20 300.00 6,000.00 2 Piece Ballpen Black 50 10.00 500.00 3 Piece Ballpen, Blue 50 10.00 500.00 4 Piece Bleach Colorsafe, 3600 Ml 30 300.00 9,000.00 5 Piece Bleach, 3785 Ml 30 200.00 6,000.00 6 Ream Bond Paper Legal, Subs 20, Gsm 70 150 300.00 45,000.00 7 Ream Bond Paper Long,subs 20, Gsm 70 150 285.00 42,750.00 8 Ream Bond Paper Short, Subs 20, Gsm 70 150 265.00 39,750.00 9 Piece Bps Fine Ballpen Ball Point Pen - Black 150 25.00 3,750.00 10 Piece Bps Fine Ballpen Ball Point Pen - Blue 150 25.00 3,750.00 11 Piece Computer Keyboard 5 1,000.00 5,000.00 12 Piece Computer Mouse 5 500.00 2,500.00 13 Piece Conference Notebook 50 190.00 9,500.00 14 Piece Correction Tape 50 30.00 1,500.00 15 Piece Correction Tape, 10m 100 25.00 2,500.00 16 Piece Customized Received Stamp For The Principal's Office 2 500.00 1,000.00 17 Piece Dater Stamp 10 1,800.00 18,000.00 18 Piece Desktop Calculator - 12 Digits, 2-way Powered (solar + Battery) Calculator 10 1,600.00 16,000.00 19 Piece Diploma 580 25.00 14,500.00 20 Piece Diploma Jacket 580 40.00 23,200.00 21 Piece Dishwashing Liquid 20 200.00 4,000.00 22 Piece Disinfectant Spray, 510 G 50 650.00 32,500.00 23 Piece Double Sided Tape 5 50.00 250.00 24 Piece Dry Seal Of The School 2 2,500.00 5,000.00 25 Ream Dtr Form 48 100 100.00 10,000.00 26 Piece Duck Tape Black 1" 60 40.00 2,400.00 27 Set Envelope Long (100's) 50 250.00 12,500.00 28 Set Envelope Short (100's) 50 180.00 9,000.00 29 Bottle Epson Ink 003 - Black 50 350.00 17,500.00 30 Bottle Epson Ink 003 - Cyan 50 350.00 17,500.00 31 Bottle Epson Ink 003 - Magenta 50 350.00 17,500.00 32 Bottle Epson Ink 003 - Yellow 50 350.00 17,500.00 33 Set Expanded Colored Envelope Long, 100s, 250gsm 5 2,200.00 11,000.00 34 Set Expanded Colored Folder Long, 100s, 250gsm 5 2,200.00 11,000.00 35 Piece Expanded Plastic Envelope, Long 50 95.00 4,750.00 36 Piece Floor Wax - 90 Grams 70 40.00 2,800.00 37 Piece Folder Long 200 10.00 2,000.00 38 Piece Folder Short 200 8.00 1,600.00 39 Piece Foot Rug 30 30.00 900.00 40 Piece Frame, A4 50 100.00 5,000.00 41 Meter Fringes, Green 150 30.00 4,500.00 42 Meter Fringes, Yellow 150 30.00 4,500.00 43 Piece Gel Pen Refillable Retractable 0.38mm - Blue 150 80.00 12,000.00 44 Piece Gel Pen Refillable Retractable 0.38mm -black 150 80.00 12,000.00 45 Piece Glue Stick 50 5.00 250.00 46 Piece Glue Stick, Small 100 5.00 500.00 47 Piece Hdmi Cable - 5 Meter 50 350.00 17,500.00 48 Set Mailing Envelope - Long 50's 10 500.00 5,000.00 49 Piece Masking Tape, 1" 60 32.00 1,920.00 50 Piece Masking Tape, 2" 50 120.00 6,000.00 51 Piece Medal Bronze 500 40.00 20,000.00 52 Piece Medal, Gold 200 40.00 8,000.00 53 Piece Medal, Silver 200 40.00 8,000.00 54 Piece Multi-purpose Glue, 130g 50 40.00 2,000.00 55 Bottle Multi-purpose Glue, 40 Ml 60 40.00 2,400.00 56 Box Paper Clip Big 100 30.00 3,000.00 57 Box Paper Clip Small 100 20.00 2,000.00 58 Piece Paper Cutter 20 50.00 1,000.00 59 Box Paper Fastener 100 50.00 5,000.00 60 Piece Paper Stapler # 35 W/ Remover 30 150.00 4,500.00 61 Piece Pencil # 2 200 10.00 2,000.00 62 Pack Photo Paper Glossy A4 50 900.00 45,000.00 63 Roll Plastic Cover, Regular, Roll 10 950.00 9,500.00 64 Spool Ribbon, Green 1", Spools 50 190.00 9,500.00 65 Spool Ribbon, Yellow 1", Spools 50 190.00 9,500.00 66 Pack Rubber Band 15 30.00 450.00 67 Piece Scissors 50 100.00 5,000.00 68 Piece Scotch Tape 1" 60 30.00 1,800.00 69 Piece Scotch Tape 2" 60 45.00 2,700.00 70 Piece Scotch Tape, 2" 50 70.00 3,500.00 71 Meter Silk Satin Green 30 50.00 1,500.00 72 Meter Silk Satin Yellow 30 50.00 1,500.00 73 Set Soft Broom With Dust Pan 70 150.00 10,500.00 74 Set Sponge Mop With Squeezer 30 500.00 15,000.00 75 Piece Staple Gun Tacker (heavy Duty) 5 160.00 800.00 76 Box Staple Wire # 35 30 56.00 1,680.00 78 Piece Super Color Fine Tip Permanent Marker - Black 100 40.00 4,000.00 79 Sheet Sytrofoam Board, 75cmx35cmx2cm 50 200.00 10,000.00 80 Box Thumbtacks 60 30.00 1,800.00 81 Pack Tissue Paper, 12's 50 160.00 8,000.00 82 Piece Token For Guest Speakers 3 500.00 1,500.00 83 Piece Two Hole Paper Puncher 30 250.00 7,500.00 84 Piece Usb Flash Drive 1tb 20 500.00 10,000.00 85 Pack Vellum , 200 Gsm, 10s 210 50.00 10,500.00 86 Piece White Board Marker Pen , Ink: Ester-based, Tip: Acrylic Fibre - Blue 50 60.00 3,000.00 87 Piece White Board Marker Pen, Ink: Ester-based, Tip: Acrylic Fibre - Red 50 60.00 3,000.00 Piece Hand Soap 50 50.00 2,500.00 Piece Hand Towel 10 40.00 400.00 Meter Organsa Cloth 10 60.00 600.00 88 Piece White Board Marker Pen, Ink: Ester-based, Tip: Acrylic Fibre - Black 50 60.00 3,000.00 Total 741,200.00 Amount In Words: Seven Hundred Fourty One Thousand Two Hundred Pesos Only

PHILIPPINE SPORTS COMMISSION Tender

Software and IT Solutions
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 32.6 Million (USD 559.2 K)
Details: Description Supply And Delivery Of Various It Equipment For Philippine Sports Commission Background The Philippine Sports Commission (psc) Provides Leadership, Formulates Policies, And Sets Priorities And Direction For All Amateur Sports Promotion And Development, Particularly Emphasizing Grassroots Participation. To Effectively Carry Out Its Responsibilities And Current Workload, The Psc Recognizes The Importance Of Equipping Its Workforce With Essential Tools To Ensure Efficient And Accurate Service Delivery. As Such, The Information Systems Unit (isu) Performed A Thorough Evaluation Of The Current State Of The It Equipment Of The Agency And Consolidated The Requirements Of Various Offices Of The Commission, Particularly In Its Main Office In Manila And Satellite Office In Pasig, Baguio, Cebu, And Davao. Objectives • To Replace The Defective, Unserviceable, And Obsolete It Equipment Of The Agency. • To Acquire Up-to-date, Reliable, Dependable, And Efficient Devices; And • To Improve Office Productivity Through Appropriate It Tools Scope Of The Services The Winning Bidder Shall Provide The Following: 1. Shall Deliver, Install, And Configure The Following It Equipment And Its Corresponding Software At Philippine Sports Commission, Rizal Memorial Sports Complex, Pablo Ocampo Sr. St., Malate, Manila. 2. Supply The Appropriate Cables, Wirings, And Others That Are Necessary For The Operation Of The Following Equipment And Should Not Be Generic In Brand. 3. All Software Installed In The Units Must Have A Box, A Copy Of The License Agreement, And A Serial Number. These Items Must Be Turned Over To Psc For Reference And To Keep The Software Registered And Updated. 4. Provide A Full Stress Test To All Units From Start To End For 3 Consecutive Days In Full Actual Operations Of Psc And Shall Provide Test Result Reports. All Bugs, Errors, Misconfigurations, Software Problems, Incompatibility, And Downtime Connections Found In Each Unit Must Be Fixed, Replaced, Or Pulled Out. The Stress Test Must Be Repeated After Resolving The Problems Until No Problems Are Found, Then That Is The Time The Units Will Be Deployed To The End Users. 5. Shall Provide Onsite Service/remote Assistance For 12 Months With Four (4)-hour Response Time Upon Receipt Of The Service Ticket, Free Of Charge. 6. Shall Provide Appropriate Administrator Training To The Information Systems Unit And End-user Training. 7. Shall Submit A Certificate Of Authorized Reseller/distributor From The Brand For Items 1,2,3,4,6,7. 1. Mid-range Desktop Computers • Intel Core I7-14th Gen 14700(33 Mb Cache,20 Cores,28 Threads,2.1 Ghz To 5.4 Ghz,65w) Or Equivalent • Thermal Cooling Standard Cpu Air Cooler • Intel Rapid Storage Technology Driver Or Equivalent • Memory 16gb:1x16 Gb, Ddr5,4400mt/s, Non-ecc • Intel Integrated Graphics Or Equivalent • Storage C2:m.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds • 1st Storage 2 Tb, 7200 Rpm,3.5-inch, Sata, Hdd • 1 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • Raid Connectivity • Power 300w Platinum Internal Power Supply (80 Plus Platinum Certified) • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e(6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • Wireless External Antenna For Ax211 • With Wired Keyboard • With Wired Mouse • Energy Star Qualified • Epeat 2018 Registered (gold) • Tpm Security • Wlan Intel Ax211 Wireless Card Driver Or Equivalent • Internal Speakers • Chassis: Performance Tower • With Additional Software • Windows 11 Pro Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of Mid-range Desktop Computers / Item No.1 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Built-in Devices: Usb 3.2 Gen 1 Hub • Native Resolution: Full Hd (1080p) 1920 X 1080 At 60 Hz • Brightness: 250 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Horizontal Viewing Angle: 178° • Features: Led Edge Light System, Flicker Free Technology, Mercury Free, Arsenic-free Glass, Dell Comfort View Plus • Weight: 10.65lbs • Dimensions (wxdxh): 19.2 In X 7.1 In X 19 In - With Stand • Color Support: 16.7 Million Colors • Response Time: 5 Ms (gray-to-gray Fast), 8 Ms (gray-to- Gray Normal) • Viewable Size: 21.5" • Connectivity (interfaces) Displayport, Vga, Hdmi, Usb 3.2 Gen 1 Upstream And 4 X Usb 3.2 Gen 1 Downstream • Display Position Adjustments: Height, Pivot (rotation), Swivel, Tilt • Rotation Angle: -90°/+90° • Tco Certified Displays 8, Tco Certified Edge Displays • Epeat Gold • Energy Star Certified • Cables Included: 1 X Displayport Cable - Displayport To Displayport - 6 Ft And 1 X Usb 3.2 Gen 1 Upstream Cable • Compliant Standards: Rohs, Nfpa 99, Displayport 1.2, Bfr-free, Hdcp 1.4, Pvc-free Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Desktop Computers • Intel I9 14900k (36 Mb Cache, 24 Cores, 32 Threads, 3.2 Ghz To 6.0 Ghz 125 W) Or Equivalent • Premium Cpu Air Cooler With Vr Heatsink • 64gb: 2 X 32 Gb, Ddr5, 4400 Mt/s, Non-ecc • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • C2: M.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds 2 Tb, 7200 Rpm, 3.5-inch, Sata, Hdd • 2 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • With 1000w (80 Plus Platinum) Psu • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e (6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • External Antenna For Ax211 • Wired Keyboard • Wired Mouse Black • Premier Color 6.2 • Energy Star Qualified • Epeat 2018 Registered (gold) • Precision Tpm • Wlan Ax211 Wireless Card Driver • Document For Mui (english, Khemer, Bahasa Indonesia, Arabic, Spanish) • Quick Setup Guide • Precision Configuration • Shipping Material (apcc) • Mod, Shp Mtl, Pws, Rota, Bb, Apcc • Regulatory Label, 1000w Apcc • Intel I9 Processor Label Or Equivalent • Internal Speaker • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • Operating System: Windows 11 Pro, English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of High-end Desktop Computers / Item No.3 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Usb Power Delivery: 90 Watts • Native Resolution: 4k 3840x 2160 At 60hz • Brightness: 350 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Features: Mercury Free, Arsenic-free Glass, Comfort View Plus • Weight: 15.9lbs • Diagonal Size: 26.96” • Contrast Ratio: 1000:1 / 1000:1 (dynamic) • Backlit Technology: Wled Edge Light Backlight • Dimensions (wxdxh): 24.1 In X 7.3 In X 21.1 In - With Stand • Interfaces: Hdmi (hdcp 2.3), Displayport 1.4 (hdcp 2.3), Usb-c 3.2 Gen 1 Upstream (power Up To 90w), 4x Usb 3.2 Gen 1 Downstream, Lan (rj-45) • Input Voltage Ac100-240 V (50/60hz) • Power Consumption (on Mode) 26 W • Power Consumption (typical) 169 Watt • Power Consumption Stand By 0.2 Watt • Power Consumption Sleep 0.3 Watt • Power Consumption (off Mode) 0.2 Watt • On/off Switch Yes Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. 24-inch All-in-one Desktop Computer • M3 Chip With 8-core Cpu With 4 Performance Cores And 4 Efficiency Cores, 10-core Gpu, And16-core Neural Engine • 512gb Ssd Storage • 8gb Unified Memory • Two Thunderbolt / Usb 4 Ports • Two Usb 3 Ports • Gigabit Ethernet • Magic Mouse • Magic Keyboard With Touch Id - Us English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. All-in-one Desktop Touch • Processor: 13th Gen Intel Core I5- 1335u (12 Mb Cache, 10 Cores, 12 Threads, Up To 4.60 Ghz Turbo) Or Equivalent • Operating System: Windows 11 Pro, English, French, Spanish • Graphics Card: Intel Iris Xe Graphics Or Equivalent. • Monitor: 23.8-inch Fhd (1920 X 1080) Anti-glare Narrow Border Ait Infinity Touch Display • Camera: Retractable Camera With Fhd Rgb + Ir, Non- Tilt • Memory: 16gb Ddr4, 3200 Mt/s • Storage: 512gb, M.2, Pcie Nvme, Ssd • Stand: Triangle Stand • Wireless Keyboard And Mouse - Km5221w English – Black • Color: Dark Shadow Gray With Molded Cover Ports • 1 Usb 3.2 Type-c Gen 2 Port • 3 Usb 3.2 Gen 1 Ports With Power On/wake-up Support • 1 Hdmi-out 1.4b / Hdcp 2.3 Port • 1 Hdmi-in 1.4b / Hdcp 1.4 Port • 1 Power-adapter Port 1 Rj45 Ethernet Port • 1 Usb 3.2 Gen 2 Port With Powershare • 1 Universal Headset Jack Slots • 1 M.22230 / 2280 Slot For Pcie Solid State Drive 1 M.2 2230 Slot For Wi-fi And Bluetooth Combo Card • 1 Sata 3.0 Slot • 1 Sd-card Slot Dimensions & Weight Without Stand: • Height: 14.11 In. (358.50 Mm) • Width: 21.36 In. (542.7 Mm) • Depth: 1.58 In. (40.20 Mm) • Starting Weight: 11.55 • Lbs. (5.24 Kg) With Isosceles Stand: • Height: 16.21 In. (411.91 Mm) • Width: 21.36 In. (542.72 Mm) • Depth: 7.90 In. (200.70 Mm) • Starting Weight: 11.55 Lbs. (5.24 Kg) • Camera: 1080p At 30 Fps, Fhd Rgb+ir Camera • Audio And Speakers Stereo Speakers With Waves Maxxaudio Pro 12, 5 W X 2 = 10 W Total • Wireless: Wi-fi 6e Ax211, 2x2, 802.11ax, Bluetooth Wireless Card Power: 90 W Ac Adapter, 4.5mm Barrel Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. 14-inch Laptop • Chip: 8core Cpu With 4 Performance Cores And 4 Efficiency Cores 10core Gpu Hardware-accelerated Ray Tracing • 16-core Neural Engine 100gb/s Memory Bandwidth • Media Engine: Hardware-accelerated H.264, Hevc, Pro Res Raw, Video Decode Engine, Video Encode Engine, Pro Res Encode And Decode Engine, Av1 Decode • Display: Liquid Retina Xdr Display;14-inch(diagonal); 1 3024-by-1964 Native Resolution At 254 Pixels Per Inch • Xdr (extreme Dynamic Range): 1,000,000:1 Contrast Ratio Xdr Brightness: 1,000 Nits Sustained Full-screen, 1,600 Nits Peak2 (hdr Content Only) Sdr Brightness: 600 Nits. • Storage: 1tb Ssd5 • Color: 1 Billion Colors Wide Color (p3) True Tone Technology • Memory: 8gb Unified Memory Configurable To 16gb Or 24gb • Battery And Power: Up To 15 Hours Wireless Web 70- Watthour Lithium Polymer Battery 70w Usbc Power Adapter • Wireless Wi-fi Wifi 6e (802.11ax)6 Bluetooth Bluetooth 5.3 • Camera 1080p Facetime Hd Camera Advanced Image Signal Processor With Computational Video • Audio High-fidelity Six-speaker Sound System With Force Cancelling Woofers Wide Stereo Sound Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 1. Mid-range Laptop • 13th Gen Intel Core I7-1355u (12 Mb Cache, 10 Cores, Up To 5.00 Ghz Turbo) Or Equivalent • Windows 11 Pro, English • Nvdia Mx570 Discrete Graphics Or Equivalent • 14.0” Fhd (1920x 1080) Non-touch, Ag, Ips, 250 Nits, Fhd, Cam Wlan • Single Pointing Keyboard, No Fingerprint Reader, No Sim • 16gb: 2x8 Gb, Ddr5, 5600 Mt/s (5200mt/s With 13th Gen Intel Core Processors) Or Equivalent • 512gb, M.2 2230, Qlc Pice Gen 4 Nvme • 3-cell, 54wh Battery, Express Charge, Express Charge Boost Capable • English Us Non-backlit Ai Hotkey Keyboard, 79-key • Realtek Rtl 8852be 2x2 Wi-fi 6, Bluetooth Wireless Card • Wireless Realtek 8852be Wlan Driver Mod-srv + Bluetooth Wireless Card • Energy Star Qualified • Document For Mui (english, Khemer, Bahasa, Indonesia, Arabic, Spanish) • Quick Start Guide • Additional Software (same Brand) • Laptop Bottom Door, Discrete Graphics • 65w Ac Rugged Adapter, 4.5mm Barrel, E4 • E4 Power Cord 1m For Us • Fhd Hdr Rgb Camera, Tnr, Camera Shutter, Microphone • Epeat 2018 Registered (silver) • Intel Rapid Storage Technology Driver Or Equivalent Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Laptop • Operating System: 11 Pro 64-bit • Display: 16inch Qhd +(2560 X 1600), 240hz, Ips-level • Processor: I9 14900hx 14th Gen • Graphics: Rtx4070 Gpu 8gb Gddr6 Or Equivalent • Memory: 32gb Ram Max 96gb Ddr5- 5600 2 Slots • Storage: 2tb M.2 Ssd Slot • Webcam: Hd Type • (30fps@720p) 3d Noise Reduction (3dnr) • Communications: Gb Lan (up To 2.5g) 802.11 Be Wi-fi 7+ Bluetooth V5.4 • Ac Adapter: 280w Adapter • Color: Cosmos Gray Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. Document Scanner • Type: Desktop Sheet-fed Scanner • Scanning Speed: 45 Ppm (simplex) / 90 Ipm (duplex) Greyscale, 30 Ppm (simplex) / 60 Ipm (duplex) Colour • Scanning Element: Contact Image Sensor (cis) • Light Source: Led • Scanning Side: Simplex / Duplex • Scanning Modes: Black And White, Error Diffusion, 256- Level Greyscale, Advanced Text Enhancement, Advanced Text Enhancement Ii, 24-bit Colour • Scanner Features: Folio Scanning, Double Feed Detection Ignore, 2d / Barcode • Output Resolution*2 100, 150, 200, 240, 300, 400, 600 Dpi • Suggested Daily Volume: 4,000 Scans A Day Document Size • Plain Paper: Width: 50.8 To 216 Mm Length: 54 To 356 Mm (up To 3,000 Mm Long With Long Document Mode) • Business Card: 50.8 X 85 Mm Or Larger • Card (iso Standard) 54 X 86 Mm • Document Thickness And Weight • Plain Paper: Page Separation: 27 To 209 G/m2 (0.04 To 0.25 Mm) Non-separation: 27 To 255 G/m2 (0.04 To 0.3 Mm) • Business Card: 380 G/m2 (0.45 Mm) Or Smaller • Card: 1.4mm Or Smaller Connectivity And Software • Interface: Usb2.0 • With Bundled Software Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 2. Shredder • Cross-cut Paper Shredder • 12(a4), 8(a3) Sheets Capacity • Shred Speed: 3mpm • Cut Size: 3x28mm; Throat Width: 310mm • Bin Capacity: 30 Liters; Auto Feed/stop/reverse • With Thermal Overload Protection • Power Supply: 220v, 60hz • Power Consumption: 500 Watts • Dimensions: W450 X 325d X H675mm • Net Weight: 24kg • Can Shred Paper Clips/staples/ Cards/cd`s • Safety Cut-out Others: • Auto Start And Stop • Auto Reverse To Prevent Paper Jam • Thermal Overload Protection • Safety Cut-out When Doors Open • Accepts Clips, Staples, Credit Cards And Cds • With Casters Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. A4 Wifi All-in-one Eco Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Print Method: On-demand Inkjet (piezoelectric) • Compact Integrated Tank Design • High Yield Ink Bottles • Spill-free, Error-free Refilling • Wi-fi, Wi-fi Direct Connectivity • Seamless Setup Via Smart Panel • With 1.44” Colour Lcd Panel • Borderless Printing Up To 4r • Powered By Heat-free Technology • Nozzle Configuration: 180x1 Nozzles Black, 59x1 Nozzles Per Colour) • Maximum Resolution: 5760 X 1440 Dpi • Automatic 2-sided Printing: No • Photo Default – 10x15cm / 4x5”: Approx 69 Sec Per Photo (border)/ 90 Sec Per Photo (borderless) Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. A3 Eco Tank Printer • Printer Type: Printer • Compact And Durable Ecological Design • Easy Operation With Smart Panel With Print Head Cleaning Notification • Replaceable Maintenance Box And Pick Up Roller • Ultra-high Page Yield Of 7,000 Pages (colour) • Powered By A Heat-free Technology Or Equivalent • Paper Feed Method: Rear Feed • Number Of Paper Trays: 1 • Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper • Output Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 30 Sheets Of Premium Glossy Photo Paper • Support Paper Size: A3+, A3, A4, A5, A6, B4, B5, B6, Letter, Legal, Indian-legal, 100 X 148 Mm, 3.5 X 5", 4 X 6", 5 X 7", 5 X 8", 8 X 10", 8.5 X 13", 16:9 Wide, 8k, 16k, Envelopes: #10, Dl, C4, C6 • Maximum Paper Size: 329 X 1200 Mm • Support Paper Weight: Plain Paper : 64-90 G/m2, Photo Paper • : 102 - 300 G/m2 • Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Dimensions (w X D X H):498mm X 358mm X 165mm • Weight:6.4kg • Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) • Print Direction: Bi-directional Printing • Maximum Resolution: 4800 X 1200 Dpi • Minimum Ink Droplet Volume:3.3 Pl Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. Laser Printer • Device Memory: 1 Gb • Lcd Display: 5-line Lcd • Dimensions (w X D X H): 430 X 418 X 287mm • Weight 12.8 Kg • Print Speed (a4) : Up To 18ppm (mono/colour) • First Print Out Time (a4): 10.4/ 10.5 Sec (mono/colour) • Print Resolution: Up To 1,200 X 1,200 Dpi (equivalent) • Gigabit Ethernet, Wireless Direct Connection • Recommended Monthly Print Volume: 250-2,500pages • Printing Method: Colour Laser Beam Printing • Print Speed: A4 18 / 18 Ppm (mono / Colour), Letter 18 / 18 Ppm (mono / Colour) • Print Resolution: 600 X 600 Dpi • Print Quality With Brand Technology: 1,200 (eq.) X 1,200dpi (eq.) • Warm Up Time (from Power On): 13 Sec Or Less Available Paper Size For Auto Duplex Print - • Print Margins 5mm - Top, Bottom, Left And Right (envelope: 10mm) • Print Features Poster, Booklet, Watermark, Page Composer, Toner Saver • Supported File Format For Usb Direct Print Jpeg, Tiff, Pdf Paper Handling - Paper Input (based On 80g/m²) • Standard Cassette 250 Sheets • Multi-purpose Tray 1 Sheet • Maximum Paper Input Capacity 251 Sheets • Paper Output 100 Sheets Paper Sizes • Standard Cassette A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Multi-purpose Tray A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal, Index Card. Envelope: Com10, Monarch, C5, Dl • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Paper Types Plain, Thick, Coated, Recycled, Colour, Label, Postcard, Envelope • Paper Weight • Standard Cassette 60 To 200g/m² • Multi-purpose Tray 60 To 200g/m² Connectivity & Software - Standard Interfaces • Wired Usb 2.0 High Speed, 10base-t/100base- Tx/1000base-t • Wireless Wi-fi 802.11b/g/n (infrastructure Mode, Wps Easy Setup, Direct Connection) Other Features: Department Id, Secure Print, With Mobile Solution • Software Included: Printer Driver, Toner Status Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 4. A3 Wifi All-in-one Ink Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Minimum Ink Droplet Volume: 3.8 Pl • Print Direction: Bi-directional Printing • Nozzle Configuration: 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 4800 X 2400 Dpi • Automatic 2-sided Printing: Yes (up To A3) • Dimensions (w X D X H):515 X 500 X 350mm • Weight:20.7kg • Usb:usb 2.0 • Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Paper Handling • Paper Feed Method: Friction Feed • Number Of Paper Trays: 3 (front 2, Rear 1) • Standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2), 50 Sheets For Premium Glossy Photo Paper • Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) • Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper • Output Capacity: 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper: Maximum Paper Size: 329 X 6000 Mm • Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", • 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 • Print Margin: 3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Print Speed • Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 • Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 • Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / • 12.0 Ipm *2 • Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / • 9.0 Ipm *2 • Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / • 6.0 Ipm *2 • Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / • 5.0 Ipm *2 • Copy Function • Reduction / Enlargement: 25 - 400% • Maximum Copy Size: A3 • Copy Resolution: 600 X 600 Dpi • Max Copies: 999 Copies Copying • Iso 29183, A4 Simplex Flatbed (black / Colour): Up To • 23.0 Ipm / 10.0 Ipm • Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 10.0 Ipm • Iso 24735, A4 Duplex Adf (black / Colour): Up To 15.5 Ipm / 7.5 Ipm Scanning • Scanner Type: Flatbed Colour Image Scanner • Sensor Type: Cis • Optical Resolution: 1200 X 2400 Dpi • Maximum Scan Area: 297 X 431.8 (mm) Adf Specification • Support Paper Thickness: 64-95 G/m2 • Paper Capacity: 50 Sheets Lcd Control Panel • Lcd Screen:4.3” Colour Lcd Touch Screen With Software Support, Mobile And Cloud Solutions Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days

MUNICIPALITY OF DIPACULAO Tender

Automobiles and Auto Parts
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 6.7 Million (USD 115 K)
Details: Description Stock Unit Item Description Qty No. 1 Unit Brandnew Vehicle (4x2 12 Cu.dt 220hp) 2 Specification: Vehicle Dimensions (mm) Wheel Base: 3900 Front Overhang: 1320 Rear Overhang: 1910 Wheel Track Of Front Axle: 1850 Chassis Lenthg:6580 Approach Angle: 21 Departure Angle: 34 Maximum Driving Speed (km/h): 85 Maximum Gradeability (5): 38-40 Maximum Ground Clearance (mm):274 Minimum Turning Diameter (m): <16 Fuel Consumption (l/10km): 28-30 Cargo Body Size: 4500*23000*1200 Overall Dimension: H5b-f : 7130*2496*3120 Weight (kg) Kerb Mass: 8900 Gross Vehicle Weight: 21500 Front Axle Loading Capacity 5500 Rear Axle Loading Capacity: 16000 Engine Parameters Engine Model: Yc6j220-33 Rated Power (kw/rmp): 162/2500 Maximum Torque (nm/rpm): 760?1400-1700 Features: 6 Cylinder In-line, 6.49 Liter Clutch 395a Diaphragm Sprint Clutch, Single Plate Gearbox Hw90510c 10 Speed Manual Control Wheels & Tyres Tyres: 11.00r20 Wheels: 8:00v-20 Steering Gear Type: D39 Hydraulically Assited Axles Steer: 153, (5t)forging I-beam Front Axle Drive: Hc16 (16t) Central Single Reduction Drum Brake Braking System Type: Airbrake System Service Break: Dual Circuit Air Brake Parking Brake: Spring Energy, Compressed Air Operating On Rer Wheels Auxiliary Brake: Exhaust Valve Braking (evb) Fuel Tank Capacity: 300 Liters Frame Material: High Tensile Steel Section: 250x80x(7+5)mm Frame Width: 865mm Electrical System Type: System With Vco Instrument Votage:: 24v Batteries: 2x12v, 165ah Alternator: 28v/80a Strater: 2.24kw Suspension Steer Axle: Semi-elliptical Leaf Springs With Shock Absorbers And Stabilizer Drice Axle: Springs Suspension Accessories Public Address Sticker (municipal Logo, Solid Waste, Lgu Dipacula) Lto Registraton And Transfer Of Ownership 1 Year Warranty For The Truck 3 Months For Transmission And Electrical Delivery 15-30 Days Upon Receipt Of Notice To Proceed & Purchase Order 1. Bidder Must Be The Direct Dealer Of The Manufacturer 2. Bidder Must Have Iso 9001-2015 And Iso 45001-2018 Certificate 3. Bidder Must Be Atleast 10 Years In The Market With The Same Business Republic Of The Philippines Province Of Aurora Municipality Of Dipaculao Invitation To Bid A. The Local Government Unit (lgu) Of Dipaculao, Aurora, Through Its Bids And Awards Committee (bac) Invites Contractors To Apply To Bid For The Following Contracts: 1. A) Contract Id. Pr No. 100-25-01-002 B) Contract Name: Supply And Delivery Of Brand New Dupmtruck C) Contract Location: Lgu Dipaculao D) Approved Budget For The Contract (abc) 6,720,000.00 E) Contract Duration: 30 C.d. Upon Receipt Of Notice To Proceed. F) Cost Of Bid Documents: P5000.00 Bidding Will Be Conducted Through Open Competitive Bidding Procedures In Accordance With R.a. 9184 And Its Revised Implementing Rules And Regulations (irr). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bids. The Bidder Must Purchase Bid Documents And Must Meet The Following Major Criteria. A) Filipino Citizen Of 75% Filipino-owned Partnership, Corporation, Cooperative, Or Joint Venture With Pcab License Applicable To The Type And Cost Of The Contract. B) Completion Of At Least One (1) Similar Contract Costing At Least 50% Of Abc To Be Bid. C) Net Financial Contracting Capacity At Least Equal To Abc Or Credit Line Commitment (clc) For At Least 10% Of Abc. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. The Significant Times And Deadline Of Procurement Activities Are Shown Below: 1. Issuance Of Bidding Documents, January 7, 2025-january 20, 2025, 8:00 A.m. To 5:00 P.m. 2. Pre-bid: January 13, 2025 9:00 Am Bac Office 3. Receipt Of Bids: January 20, 2025, 8:00 A.m. To 5:00 P.m. 4. Opening Of Bids: January 21, 2025, 9:00 A.m. Bac Office The Bac Will Issue Hand Copies Of Bidding Documents (bd’s) At The Bac Lgu-dipaculao, Aurora, Upon Payment Of Non-refundable Fee Stated Above For Bidding Documents. Bids Must Be Accompanied By A Bid Security, In The Amount And Acceptable Form, As Stated In Section 27-2 Of The Revised Irr. Prospective Bidders Shall Submit Their Duly Accomplishment Forms As Specified In The Bd’s In Two (2) Separate Sealed Bid Envelopes To The Bac Chairman. The First Envelop Shall Contain The Technical Component Of The Bid, Which Shall Include The Eligibility Requirements. The Second Envelop Shall Contain The Financial Component Of The Bid. Contract Will Be Awarded To The Lowest Calculated Responsive Bid As Determined In The Bid Evaluation And The Post Qualification. The Lgu-dipaculao Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidders. For Further Information, Please Refer To: Leticia F. Combis Bac-chairman Lgu-dipaculao Tel # (042) 7145429 Noted: Danilo A. Tolentino Municipal Mayor

Department Of Human Settlements And Urban Development - DHSUD Tender

Automobiles and Auto Parts
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 170 K (USD 2.9 K)
Details: Description Request For Quotation Rfq-dhsudncr-24-005 General Repairs And Maintenance Services Of 3-unit Toyota Innova And 1-unit Toyota Hilux For The Fiscal Year 2025 Pursuant To Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, The Department Of Human Settlements And Urban Development – National Capital Region (dhsud – Ncr) Would Like To Invite Your Company To Submit Quote Or Proposal For The Procurement Of General Repairs And Maintenance Services Of 3-unit Toyota Innova And 1-unit Toyota Hilux For The Fiscal Year 2025 The Approved Budget For The Contract (abc) Is One Hundred Seventy Thousand Pesos (p170,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. The Technical Specifications For The Said Procurement Items Are As Follows: Item No. Item Description Quantity 1 See Attached Terms Of Reference On Pg 3-5 4 Terms And Conditions: 1. Interested Bidders Must Submit An E-copy Of The Documentary Requirements Listed Below Along With The Proposal/quotation; 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable; 3. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications; 4. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Bid, The Department Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected; 6. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest- Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Department Shall Have The Right To Inspect The Item/s To Check Its Conformity With The Required Minimum Technical Specifications; 9. Payment Shall Be Made Upon Completion Of Services And Upon Submission Of The Supporting Documents For Processing Of Payment (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 10. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development – Ncr (dhsud - Ncr) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; Supporting Documents: 1. Philgeps Registration Number / Certificate Of Philgeps Membership; 2. Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) 3. Bir 2303 Certificate Of Registration. 4. Tax Clearance 5. Signed Omnibus Sworn Statement (oss) Note: Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. Supporting Documents To Be Attached In The Notarized Oss (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable 6. Latest Income/business Tax Return Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And Documentary Requirements Listed On Page 2 Of This Rfq, On Or Before 10:00h 09 January 2025 Either Through Personal Delivery To Administrative And Finance Division – Procurement Unit Located At The 5th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City Or Via Email Address Jay.cariaga@dhsud.gov.ph The Dhsud - Ncr Bids And Awards Committee (bac) Will Recommend The Award Of The Contract To The Dhsud - Ncr Head Of The Procuring Entity (hope) Of A Bidder With The Single/lowest Calculated Responsive Bid (scrb/lcrb) Pursuant To Section 37.1.1 Of The 2016 Revised Irr Of Ra 9184. The Dhsud - Ncr Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s, And To Accept Only The Offer That Is Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184. For More Details, Please Email Us Or Contact Mr. Jay Michael R. Cariaga At Viber Number +639929369300. (original Signed) Maria Remelyn Sanchez Officer-in-charge, Administrative And Finance Division Terms Of Reference General Repairs And Maintenance Services Of 3-unit Toyota Innova And 1-unit Toyota Hilux For The Fiscal Year 2025 1. Background The Department Of Human Settlements And Urban Development – National Capital Region Act As The Primary National Government Entity Responsible For The Management Of Housing, Human Settlement And Urban Development Within The National Capital Region. In Order To Effectively Carry Out The Mandated Functions, Operational And Administrative Requirements Of Dhsud-ncr, The Use And Availability Of Official Dhsud-ncr Motor Vehicles Is Essential. As Such, To Ensure Accountable And Judicious Use, Proper Upkeep, Maintenance, And Timely Repair Of Said Vehicles, The Dhsud-ncr Intends To Engage A Service Provider For The Provision Of General Repair And Maintenance Services, Including The Supply And Installation Of Spare Parts, For The Dhsud-ncr Motor Vehicles. 2. Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is One Hundred Seventy Thousand Pesos Only (p170,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Works Due To Unforeseen Damage And Defective Parts Shall Not Form Part Of The Abc. Costs For Labor, Parts And Materials Included Therein Shall Require A Separate Sales/service Invoice, Billing Statement Or Statement Of Account To Facilitate Payment To The Service Provider. 3. Scope Of Services Provide Job Estimate/checklist Report Prior To Commencement Of The Preventive Maintenance Service (pms) Or Repair Works Subject To The Approval Of An Authorized Representative Of Dhsud-ncr Through Its General Services Unit, Administrative And Finance Division. Perform The Necessary But Not Limited To The Following Services Prescribed Below: • Replace Strainer Fuel • Replace Fuel Filter • Replace Drain Plug Washer • Lubricate All Door Hinges And Windows • Top-up All Fluids • Replace Gasket Drain • Provide Gas Injector Cleaner • Provide Fuel Drier • Provide Oil Conditioner • Provide Nitrogen Tire Pressure • Replace Serpentine Belt • Replace/maintain Levels Of Other Oils And Filters As Needed • Check Engine System • Check Transmission System • Check Battery Condition And Replacement • Check All Components Of Brake System • Check All Tire Condition (including Spare Tire) And Replacement • Provide Vulcanization Service • Check All Components Of Suspension System • Adjust/replace/provide Parts And Components As Needed • Provide Necessary Tools And Materials To Complete The Works • Provide Other Vehicle Repair And Maintenance Service Vehicle Plate Number Toyota Innova 2.5 E Dsl 2013 Mt Sky 693 Toyota Innova 2.5 J Dsl 2013 Mt Skr 833 Toyota Innova 2.5 E Dsl 2005 Mt Shl 868 Toyota Hilux Snd9008/ln366a 4. Responsibilities Of The Service Provider (sp) • The Sp Must Have Service Centers Located Within 5.5km-radius From The Dhsud Building In Quezon City. • At Least One (1) Service Adviser Or One (1) Sales Adviser Must Be Available As The Need Arises To Attend To The Concerns Of Dhsud-ncr. • Availability Of The Service Centers From 8:00 Am To 5:00 Pm Daily. • Necessary Spare Parts, Materials, Tools, Manpower And Equipment To Carry Out The Necessary Pms Works. • Safekeeping Of Dhsud-ncr Motor Vehicles During Pms At The Service Center. • Maintain Strict Control Of All Accountable Documents. This Includes Logs And Registers Required By Dhsud-ncr. These Documents Will Be Made Available To Dhsud-ncr Upon Request. Each Vehicle Should Have A File And History Records. • The Sp Shall Supply And Install Genuine Service Parts And Materials Conforming To The Standards For The Specific Motor Vehicle And Always Ensure Availability Of Said Items. • The Sp Shall Only Use Fully Synthetic Engine Oil Or Recommended Standard Engine Oil As Prescribed By The Manufacturer. • The Sp Shall Return All The Waste Materials Being Removed/replaced From Dhsud-ncr Motor Vehicles. • The Sp Shall Ensure The Recommended Level Of All Fluids And Lubricants Replenishment Fluids / Lubricants To Include; Engine Oils, Transmission, Brake And Hydraulic Fluids, Gear Lubricants, And Coolants That Meet The Standards Set Forth By The Authorized Dealer For The Motor Vehicle. • Original Equipment Manufacturer (“oem”), Commercially Purchased Or Built Parts May Be Used If The Parts Match Or Exceed That Of Its Equivalent Genuine Spare Parts After Receiving Approval From An Authorized Representative Dhsud-ncr Through Its General Services Unit. • Provide Service Billing/billing Statement/statement Of Account Indicating Guaranty/warranty Cover And Official Receipt For Every Pms Accomplished By The Sp (inclusive Of Government Taxes). • In Case Of Services Not Covered By This Section, Separate Sales/service Invoice, Billing Statement And/or Statement Of Account And Official Receipt Shall Be Issued By The Sp. • Provide Recommendation And Post-inspection Report After Pms And Repair Done By The Sp In Preparation For The Next Schedule. 5. Responsibilities Of Department Of Human Settlements And Urban Development – Ncr (dhsud – Ncr) • The Amount Billed Shall Be Paid Within 15 Days To 30 Days From The Receipt Of The Statement Of Account Subject To Submission Of Required Supporting Documents. • Bir Form 2307 Pertaining To Taxes Withheld Shall Be Issued For Each Payment Made. • Mode Of Payment Shall Be Auto Debit Arrangement, If Available.

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 5.9 Million (USD 102.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00145 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Santa Teresita Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00145: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Santa Teresita Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Santa Teresita Super Health Center Contract Id No. : 24b00145 Location : Santa Teresita, Cagayan Brief Project Description : Completion/ Equipping Of Super Health Centers: Installation Of Leaded Materials At X-ray Room, Installation Of Additional 5 Sets Of Air-conditioning Unit, Installation Of Emergency Shower & Eyewash, Construction Of Built-in Cabinets (laboratory), Construction Of Sharps And Needles, Installation Of Roll-up Door At Main Entrance Door, Construction Of Ambulance Bay And Patient Waiting Area, Pavement Of Walkway, Installation Of Electrical Works And Installation Of Stainless Steel Tubular At Ambulance Bay And Patient Waiting Area, Construction Of Powerhouse, Installation Of Roll-up Doors At Powerhouse, Installation Of Generator Set And Stainless Steel Water Tank Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation (common Soil) • Embankment (from Structure Excavation) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Wall • Carpentry And Joinery • Finishing Hardware • Steel Doors And Frames • Roll-up Door (steel) • Waterproofing, Liquid • (glazed, Unglazed) Tiles • Cement (floor, Broom, Plaster) Finish • Non -slip Finish • Painting Works, (masonry/ Concrete, Steel) • Metal Deck Panel • Chb Non-load Bearing (including Reinforcing Steel) (150mm) • Louver Block • Metal Structure Accessories, (steel Plates) • Structural Steel (tubular Stainless Steel "ss304") Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Generator Single Or Three Phase Stand-by • Solar Panel With Inverter, Battery And Other Devices • Lighting Fixtures • Reinforced Concrete Pedestal / Pole Mechanical Works • Ventilating System • Water Tank, Stainless Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 18 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 - January 08, 2025, From The Address Given 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 Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On December 19, 2024, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 08, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 08, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: December 12-18, 2024 Conspicuous Place (procurement Bulletin Board): December 12-18, 2024
4711-4720 of 4752 archived Tenders