Battery Tenders

Battery Tenders

Government Of New Brunswick Tender

Electrical Goods and Equipments...+2Electrical Generators And Transformers, Electrical and Electronics
Canada
Details: *** Ccnb Is Accepting Bids To Acquire A New Mobile Training Unit (trailer) For The Bathurst Campus. Details Can Be Found In The Attached Document. Proposals "must" Be Submitted Electronically Via Email To The Provided Address. The Winning Vendor Will Be Announced On This Site Once The Award Has Been Made. *** *** Amendment #1 Q. We Noted Your Requirement In Section 2.1 For A 12kw Generator With A 24vdc Battery And Charger. Please Confirm If A 12vdc Would Be Suitable. Based On The Weather Conditions In Nb, We Believe The 12kw Air Cooled Is The Way To Go. A.yes, The 12v Dc Battery Would Be Acceptable. Air Cooled Is Fine As Long As There Are Proper Ventilation Options For The Generator As A Slide On/off Tray To Pull The Ventilator Off The Storage Area With Some Inclement Weather Protection. Other Set Up That Allow Proper Cooling Of The Generator Ensuring The Avoidance Of Fumes Or Smell To Accumulate Within The Trailer Can Be Considered. Q. Regarding Point 2.4 Of The Bid Specifications, We Would Like To Seek Clarification On The Intended Use Of The Standard 110-120v Plug For Connecting To Buildings. If The Intention Is To Power The Entire Trailer Using This Connection, It's Important To Note That Standard Household Outlets May Not Be Sufficient To Meet The Trailer's Power Requirements. This Could Necessitate Complex Wiring Modifications And Incur Additional Costs. Additionnally, It Would Not Be Possible To Use The Ac Or Heating System. Could You Please Provide More Information On How You Envision Using The 110-120v Plug Within The Trailer's Operations? A. The Request For A 110-120v Connection Is To Provide A Contingency Option For Powering The Computers And Simulators(only) In The Event That Shore Power Or Generator Options Are Unavailable Or Difficult To Access. This Would Serve As A Backup Solution For Training Delivery And Contingency Management. We Recognize That Running An Extension Cord From A Building To The Trailer Could Result In Either An Open Door Or Potential Damage To The Cord. Therefore, We Are Exploring The Possibility Of Integrating A Connection Point On The Exterior Of The Trailer, Allowing For An Extension Cord To Be Connected And A Power Bar To Be Used Inside The Trailer, All While Keeping The Doors Closed. This Would Provide An Alternative For Minimal Operation Without Compromising Safety. We Are Open To Considering Cost-effective Solutions That Would Support This Backup Power Option Without Introducing Any Safety Risks. Q. We Understand The Requirement For All Wiring To Be Encased In Protective Tubes Or Pipes. Could We Propose A Safe Solution Which Involves Embedding The Wires In The Walls, With No Live Wires Exposed To The Users? A. It Is Important To Ensure That No Electrical Wiring Is Exposed To Environmental Elements (such As Water, Liquids, Snow, Or Salt) Or Presents A Safety Hazard To Users, In Accordance With Safety Codes. The Wiring Could Be Properly Embedded Within The Walls, Ensuring No Exposed Or Frayed Wires, And Maintains The Safety And Protection Standards. Q. Can You Confirm That This Is Pelican Carry Cases For The Simulators? A. Both Displays (monitors/tvs) And Equipment (simulators/computers/servers) Must Be Protected From Damage During Use And Transport. While Pelican Cases Are One Possible Solution, There Are Various Suitable Options. If The Displays Are Securely Mounted On Quality Stands In A Safe, Low-traffic Area (such As The Side Wall Behind The Desks), No Special Considerations Are Needed. However, If The Displays Are At Risk Of Damage Or Need To Be Dismounted For Transport, Ruggedized Displays Or Safe Transport Solutions Will Be Necessary. Q. The Request For Tv And Computer Storage On Wheels For Transportation Implies The Need For Transport Cases For All Six Simulators. This Could Lead To Significant Space Constraints Within The Trailer. Could You Please Confirm If This Is Indeed The Expectation For All Simulators? A. The Previous Response Generally Addresses This Point. If The Tvs/monitors Are Securely Fixed, Only Safe Storage For The Computers Is Required. The Exact Storage Needs For Transportation Will Depend On The Specific Setup; In Some Cases, Anchoring Points May Be Sufficient, While In Others, Storage Cases (fixed Or On Wheels) May Be Necessary. We Trust That An Experienced Provider Will Offer Optimal Solutions That Balance Space Constraints And Safety. Q. We've Noticed A Potential Conflict Between Points 4.4, 4.7 And 4.8. If All Fixtures For Monitors And Simulators Are To Be Permanently Installed, Why Is There A Need For Storage Solutions On Wheels Or Ruggedized Travel Cases? Could You Clarify How You Envision The Setup And Mobility Of These Units? A. There Are Several Configuration Options Available, And We Are Seeking An Optimal Solution That Balances Safety, Efficiency, And User Experience. The Users Include Both Learners And Instructors, As Well As Those Responsible For Moving And Setting Up The Trailer As A Mobile Training Unit. While We Aim To Provide Quality Training, We Also Require The Flexibility To Meet The Needs Of Rural And Remote Areas. *** 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. 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. The Coll Ge Communautaire Du Nouveau-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. Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Approvisionnement-procurement@ccnb.ca
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Rizal Medical Center Tender

Electronics Equipment...+2Healthcare and Medicine, Electrical and Electronics
Philippines
Details: Description Request For Quotation Rfq No. 2025-054 The Rizal Medical Center (rizal Med) Through Its Special Bids And Awards Committee (sbac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Item Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than 28 January 2025. Name Of Project: Procurement Of 3-channel Ecg Machine Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Six Hundred Thousand Pesos (php600,000.00) Item No. Description Unit Qty Unit Cost (php) Total Abc (php) 1 3- Channel Ecg Machine 1.0 Description Of Function 1.1 An Electrocardiogram - Abbreviated As Ekg Or Ecg - Is A Test That Measure The Electrical Activity Of The Heart. 2.0 Technical Specifications 2.1 Portable 3 Channel Ecg Machine A. Capable Of Simultaneous Lead Acquisition (up To 12 Leads), Display And Printing B. With At Least 6 Inches Tft Touch Screen; With Function Of Intelligent Ambient Light Detection; Screen Brightness Can Be Adjusted To 10 Levels C. Automated Workflow With One Button Push D. Have 3 Modes Of Operation - Automatic (stat), Manual, And Rhythm. E. Heart Rate Range: 0-300 Bpm; Accuracy +/- 1bpm Or +/- 1% F. Polarization Resistance Voltage: +/-650 Mv G. Recording Speed: 5mm/s, 6.25mm/s, 10mm/s, 12.5 Mm/s, 25mm/s H. With R-r (rhythm) Analysis Function I. With Diagram Of Lead Connection, Which Can Determine The Electrodes With Poor Contact And Prompt The Information Of Lead Falling Off J. Tangle-free Cable Wires - 4-limb Electrodes With Limb Clamps - 6-chest Electrodes With Chest Bulbs Or Tab Electrodes K. Automatic Baseline Adjustment. L. Anti-defibrillation And Pacemaker Detection. M. Buit-in Thermal Printer Using 80 Mm X 20 M Paper N. Capable Of 1 Channel, 1 Channel + Rhythm Strip, Or Simultaneous 3 Channels Recording O. Capable Of 1-minute Rhythm Strip (eg. Long Lead Ii Or Long Lead Vi). P. Can Store And Review The Latest 10 Minutes Of Ecg Waveforms Q. Have Sufficient Battery Back-up For Recording A Minimum Of 30 Ecgs Without Ac Power R. Have Internal/local Storage Of 10,000 Cases S. With Usb Port For Downloading Ecgs Or Connecting Printer T. Operate On Electrical Outlet (220v-60hz) Or Rechargeable Battery (built-in) 3.0 Additional Consumables 3.1 3 Rolls Of Ecg Paper (80mm X 20m). 4.0 Standards, Safety, And Training 4.1 Manufacturer/supplier Should Have Iso 13485 Certificate To Quality Standard. 4.2 Should Be Either Fda, Ce, Ul, Or Bis Approved Product. 6 Unit 100,000.00 600,000.00 I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate B) Mayor’s/business Permit C) Income/business Tax Return D) Valid License To Operate Issued By Philippines Food And Drug Administration E) Certificate Of Product Registration/ Certificate Of Non-registrable/ Certificate Of Product Notification/ Certificate Of Medical Device Notification. F) Certificate Of Distributorship (manufacturer’s Authority) Or Sub-distributorship Certificate / Agreement From The Distributor. 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Warranty Certificate: Comprehensive Warranty For Two (2) Years On Equipment And Five (5) Years’ Service. 5. Product Description/ Brochure. 6. Documentary Requirements Must Be Submitted To The Sbac Secretariat Not Later Than The Deadline. Ii. General Conditions: • The Monthly Billing Statement With Complete Documentary Requirements Must Be Provided By The Service Provider A Week After The Applicable Month • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise, All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. For Further Inquiries, You May Contact The Sbac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Jacquelyn M. Perez, Llb Head, Sbac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.) Ruth G. Valeriano, Md, Ffps, Fcnsp, Fpna Chairperson, Special Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 600 K (USD 10.2 K)

SURIGAO DEL NORTE STATE UNIVERSITY Tender

Publishing and Printing
Corrigendum : Tender Amount Updated
Philippines
Details: Description Reference No. Pr # 24-12-1159 Price Quotation Form (bid Form) Sealed Bids Shall Be Dropped In The Bidders Box On Or Before 2:00 P.m. January 1, 2025, Placed At The Office Of The Chairman Of The University Bac. Thereafter, The Bidder's Box Shall Be Sealed Until The Chairman Of The University Bac Declares The Opening Of The Bids. Item Qty. Unit Name Of Supplies/specification Abc/item Unit Price Total No. (item) Supply And Delivery Of Office Supplies 1 1500 Ream Paper. Multicopy, A4 500shts/ream 200.00 2 1500 Ream Paper. Multicopy, Legal 500shts/ream 250.00 3 50 Roll Scotch Tape 1" 40.00 4 5 Box Folder Long White, 100s/box 560.00 5 4 Box Folder, Expanded, Green, Long 1,200.00 6 100 Pcs Folder, Plastic, Long 15.00 7 20 Pack Sticker Glossy Photo Paper - A4 200.00 8 10 Pack Photopaper A4 80.00 9 10 Box Sign Pen G-tech Black #.04, 1 Doz/box 950.00 10 10 Box Sign Pen G-tech Blue #.04, 1 Doz/box 950.00 11 2 Box Sign Pen G-tech Black-refill, 1 Doz/box 720.00 12 2 Box Sign Pen G-tech Blue-refill, 1 Doz/box 720.00 13 24 Pcs Stapler, Standard Type 250.00 14 50 Box Staple Wire Max #35 85.00 15 100 Pcs Arco Filer - Black 200.00 16 500 Pcs Correction Tape 39.00 17 50 Pcs Data File Box W/ Cover, Single 385.00 18 20 Box Paper Clip, Vinyl/plastic Coated 33mm 20.00 19 20 Box Paper Clip, Vinyl/plastic Coated Jumbo 50mm 40.00 20 10 Box Pencil #2 W/ Eraser 1 Doz/box 200.00 21 5 Box Index Tab (yellow Color) 100.00 22 5 Box Index Tab (blue Color) 100.00 23 10 Box Index Tab (green Color) 100.00 24 5 Box Index Tab (red Color) 100.00 25 5 Box Index Tab (orange Color) 100.00 26 20 Box Binder Clip, 1/2" 20.00 27 20 Box Binder Clip, 3/4" 30.00 28 20 Box Binder Clip 1" 60.00 29 20 Box Binder Clip 2" 80.00 30 30 Pack Aaa Battery 150.00 31 200 Pack Aa Battery 250.00 32 100 Pack Note Pad - "sign Here" 32.00 33 5 Box Mailing Envelope - Ordinary 250.00 34 20 Can Multi-insect Killer, Water-based, 500ml 520.00 35 50 Bot Dishwashing (liquid) 250ml 83.00 36 50 Bot Bleaching Liquid 300.00 37 50 Bot Alcohol 500ml 100.00 38 100 Doz Detergent Powder 12pack/doz 92.00 39 50 Pack Facial Tissue 60.00 40 20 Pack Paper Towel 200.00 41 30 Bot Liquid Hand Sanitizer - 500ml Antibacterial 150.00 42 3 Gal Disinfectant Cleaner 2,100.00 43 20 Pcs Bath Soap, 60g 40.00 44 20 Can Air Freshener, 280 Ml/can 365.00 45 30 Bot Alcohol (in Spray Bottle) - 350ml 120.00 46 50 Pack Tissue Paper, 2 Ply, 150 Pulls, 12's/pack 200.00 47 20 Pack Wet Wipes, 90pulls/pack 150.00 Please Take Note Of The Following Instruction: 1. Total Abc = Php 936,980.00 2. The Total Stated Abc (approved Budget For The Contract) Must Not Be Exceeded In Your Quotation. 3. Interested Bidders Must Be Registered On Philgeps (philippine Government Electronic Procurement System). 4. Interested Bidders Must Provide An Omnibus Sworn Statement Following The Prescribed Format Of Philgeps. 5. Please Indicate The Brand Of The Item Quoted And Attach A Brochure Of The Product Offered, If Possible. 6. Physical Submission Of Quotations Should Be Dropped In The Bidding Box Located Within The Bac (bids And Awards Committee) Office. Quotations With Erasures That Are Not Sealed And Signed In An Envelope Will Not Be Accepted. Please Attach Copies Of Your Business Permit And Tax Clearance. 7. Online Submission Of Quotations Should Be Sent To Snsubac@gmail.com, The Official Email Of Snsu Bac. Please Attach Copies Of Your Business Permit And Tax Clearance. Delivery Period: Within Ten (10) Working Days With Five (5) Working Days Extension From Receipt Of Approved Purchase Order. The Surigao Del Norte State University 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 Bidder Or Bidders. Jonas Robert L. Miranda Bac Chairperson Name Of Establishment: ____________________________ Signature Of Authorized Representative: _________________________
Closing Date1 Jan 2025
Tender AmountPHP 936.9 K (USD 16.1 K)

Technical Education And Skills Development Authority - TESDA Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Stock/ Property No. Unit Description Quantity Unit Cost Total Cost 1 Piece Sign Pen, Black, Gel, Click Pen, 0.5 20 40.00 800.00 2 Piece Sign Pen, Blue, Gel, Click Pen, 0.5 20 40.00 800.00 3 Jar Glue, Pva Glue, All-purpose Glue 240 G 3 140.00 420.00 4 Roll Tape, Masking, 24mm 2 40.00 80.00 5 Roll Tape, Packaging, 48 Mm 2 60.00 120.00 6 Roll Tape, Transparent, 24mm 2 40.00 80.00 7 Box Clip, Backfold, 19mm 5 80.00 400.00 8 Box Clip, Backfold, 25mm 5 100.00 500.00 9 Box Clip, Backfold, 32mm 10 120.00 1,200.00 10 Box Clip, Backfold, 50mm 10 150.00 1,500.00 11 Pcs Dvd-rw 4.7gb 4x Blank Dvd Cd Rewritable 20 60.00 1,200.00 12 Piece Correction Tape, 8 Meters 6 80.00 480.00 13 Box Fastener, Plastic, 50 Sets Per Box 5 50.00 250.00 14 Pack Folder With Tab, A4, 100 Pieces Per Pack, White 3 434.00 1,302.00 15 Box Pencil, Lead/graphite, With Eraser, One (1) Dozen Per Box 1 100.00 100.00 16 Ream Paper, Multipurpose A4 70 Gsm, 500 Sheets Per Ream 20 300.00 6,000.00 17 Ream Paper, Multipurpose A4 80 Gsm, 500 Sheets Per Ream 2 350.00 700.00 18 Cart Ink Cartridge, Epson C13t00v100 (003), Black 3 350.00 1,050.00 19 Cart Ink Cartridge, Epson C13t00v100 (003), Cyan 3 350.00 1,050.00 20 Cart Ink Cartridge, Epson C13t00v100 (003), Magenta 3 350.00 1,050.00 21 Cart Ink Cartridge, Epson C13t00v100 (003), Yellow 3 350.00 1,050.00 22 Cart Brother Tn-2480 Toner 6 2,900.00 17,400.00 23 Cart W090a Toner - Black 2 2,700.00 5,400.00 24 Cart W091a Toner - Cyan 2 2,900.00 5,800.00 25 Cart W092a Toner - Yellow 2 2,900.00 5,800.00 26 Cart W093a Toner - Magenta 2 2,900.00 5,800.00 27 Pack Battery, Dry Cell, Size Aa, Two (2) Pieces Per Blister Pack 1 400.00 400.00 28 Pack Battery, Dry Cell, Size Aaa, Two (2) Pieces Per Blister Pack 1 400.00 400.00 29 Pair Scissors, Symmetrical 17 Cm Length 5 400.00 2,000.00 30 Unit Stapler, Standard Type With Staple Remover 5 300.00 1,500.00 31 Unit Data Folder, Ring Binder 1" A4 Size 5 350.00 1,750.00 32 Unit Data Folder, Ring Binder 2" A4 Size 10 450.00 4,500.00 33 Pad Note Pad, Stick On, 3" X 3" 15 80.00 1,200.00 34 Unit Broom (walis Tambo) 3 250.00 750.00 35 Unit Broom (walis Ting-ting) 3 60.00 180.00 36 Bottle Alcohol, Ethyl, 500 Ml 6 250.00 1,500.00 37 Bottle Cleaner, Toilet Bowl Cleaner, 1000ml 3 800.00 2,400.00 38 Bottle Cleaner, Floor Cleaner, 1000ml 3 500.00 1,500.00 39 Bottle Cleaner, Glass Cleaner, 1000ml 3 500.00 1,500.00 40 Bottle Liquid Hand Soap, 500ml 5 300.00 1,500.00 41 Pack Trashbag, Black, 37" X 40", Xl, 10 Pieces Per Roll Or Pack 9 100.00 900.00 42 Can Air Freshener, Aerosol Type, 150g 3 300.00 900.00 43 Bottle Cleaner, Toilet Bowl And Urinal, 1000ml 3 400.00 1,200.00 44 Pack Tissue, Interfolded Paper Towel, 150 Pulls Per Pack 40 100.00 4,000.00 45 Pack Toilet Tissue Paper, 2 Ply, 12 Rolls In A Pack 20 250.00 5,000.00 Total 93,412.00 Purpose: Procurement Of Supplies And Materials For The Training And Assessment Center Operations To Support Scholarship Programs And Mandatory Competency Assessments For The Fourth Quarter Of Provincial Training Center-simtrac.
Closing Date10 Jan 2025
Tender AmountPHP 93.4 K (USD 1.6 K)

City Of Cape Town Tender

Electronics Equipment...+1Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Audio, Video & Photo Equipment Reference Number Gk12500367 Title Action Body Camera Incl Sd Card Description 13 Each X Action Body Camera Incl Sd Card 1 Each X Action Body Camera Incl Sd Card 21 Each X Action Body Camera Incl Sd Card 9 Each X Action Body Camera Incl Sd Card 2 Each X Action Body Camera Incl Sd Card 19 Each X Action Body Camera Incl Sd Card Specification* Refer To Gk12500367 Action Body Cameras Sd Cards To Be Included Specification For Sd Card 16 Gb Microsdhc Card With Adapter Capacity-16gb Read Speed -80 Mb/s Protection Features-shock Resistant | Temperature Proof | Waterproof Internal Memory Type-uhs-i Speed Class Rating-class 10 Quantity Per Pack-1 Pc(s) Storage Temperature (t-t)--40 85 °c Item Depth (mm)-14.99 Item Height (mm)-1.02 Item Width (mm)-10.92 Weight (kg) 0.00454 For Use By Neighbourhood Watches During Foot Or Bicycle Patrol Specifications Hd Video Recorder 2 Inch Lcd Display Records With Sound Rechargeable Battery (built-in) Casing Included Suction Mount And Strap Included Handlebar Mount Included Contact Person Charl Viljoen 021 931 0866 083 568 6760 Delivery Address Old Dart Club Parow Valley Off Duncan Road Next To Parow-valley Swimming Pool * Action Body Camera Incl Sd Card * Action Body Camera Incl Sd Card * Action Body Camera Incl Sd Card * Action Body Camera Incl Sd Card * Action Body Cameras Sd Cards To Be Included Specification For Sd Card 16 Gb Microsdhc Card With Adapter Capacity-16gb Read Speed -80 Mb/s Protection Features-shock Resistant | Temperature Proof | Waterproof Internal Memory Type-uhs-i Speed Class Rating-class 10 Quantity Per Pack-1 Pc(s) Storage Temperature (t-t)--40 85 °c Item Depth (mm)-14.99 Item Height (mm)-1.02 Item Width (mm)-10.92 Weight (kg) 0.00454 For Use By Neighbourhood Watches During Foot Or Bicycle Patrol Specifications Hd Video Recorder 2 Inch Lcd Display Records With Sound Rechargeable Battery (built-in) Casing Included Suction Mount And Strap Included Handlebar Mount Included Contact Person Charl Viljoen 021 931 0866 083 568 6760 Delivery Address Old Dart Club Parow Valley Off Duncan Road Next To Parow-valley Swimming Pool Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, Will Result In Your Offer Being Non-responsive**** If There Is No Sample Pictures And Specifications Your Quotation Will Be Disregarded As Non-responsive. Allocation Of Preference Points *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Delivery Date2025/02/27 Delivery Tosupport Services Suse Delivery Address00 Old Dart Club Parow Valley, Parrow Contact Personcharl Viljoen Telephone Number0219310866 Cell Number Closing Date2025/01/24 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

City Of Bais Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Rebid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Rebid For Training, Rescue, Response, And Recovery Activities, Cdrrmo, Viz: Item Approved Budget For The Contract (abc) Pr No. 666-24 Php 600,000.00 1 1 Lot Automatic External Defibrillators (aed) Aed Trainer And Trainer Manikins Full-rescue Aeds Cpr-d-padz One Piece Pre-connected Electrodes With Real Cpr Help Feedback Automatic External Defibrillators Trainer Power: Four (4) D Cells For Training Aed, Two (2) Aa Cells For Remote Includes: Wireless Remote Controller One (1) Set Aed Training Cpr-d Padz One (1) Set Aed Training Cpr-d Padz Reusable Gels Four (4) D Cell Batteries Two (24) Aa Cell Batteries Operator's Guide Training Manikin Trainer Demo Manikins W/ Carrying Case One (1) Adult With Cpr Monitors One (1) Child With Cpr Monitors One (1) Infant With Cpr Monitors Ten (10) Adult Face Shield Lung Bags Ten (10) Child Face Shield Lung Bags Ten (10) Infant Face Shield Lung Bags Automatic External Defibrillators Defibrillator Waveform: Rectilinear Byphasic Change Hold Time: 30 Seconds Energy Selection: Automatic Pre-programmed Selection Patient Safety: All Patient Connection Are Electronically Isolated Charge Time: Less Than 10 Seconds With New Batteries Cpr Monochrome Rate: Variable 60 To 100 Cpm Depth: 3/4" To 3" Shockable Rhythms: Ventricular Fibrallation With Average Amplitude > 100 Microvolts & Wide Complex Ventricular Tachycardia With Rates Greater Than 150 Bpm For Adults And 200 Bpm For Pediatrics Patient Impedance Measurement Range: 0-300 Ohms Defibrillator Protected Ecg Circuitry Display Format: Optional Lcd With Moving Bar Display Sweep Speed: 1" Per Second Batteries And Carrying Bag Included: Replaceable Batteries 10 Type 123a Photo Flash Lithium Manganese Dioxide Batteries Shelf Life Of Batteries And Pads: 5 Years 2 10 Sets Full Face Mask With Single Filter Durable And Skin-friendly Epdm, With Double-layer Face Seal And Triple Sealing Edges 5-point Harness For Simple And Quick Fitting Distortion-free Pmma Lens Made From Perspex With 180° Wide Angle Efficient Ventilation System With Separate Inner Mask Prevents The Lens From Fogging Full Face Mask Is Equipped With A Rd40 Connection (40mm Threaded) Draeger X-plore Includes: Filter For Major Applicants And Protects Against Many Hazardous Substances From Phosphine To Tear Gas To Particulates The Approved Budget For The Contract Is To Be Taken From 70% Disaster Preparedness And Mitigation Fund – 2024 (purchase Of Rescue Equipment, Protective Gears And Supplies. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 21, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 600 K (USD 10.2 K)

Baao Water District Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Rfq No.: 2025-01-006 Date: January 26, 2024 Pr No.: 2024-01-022 To All Eligible Suppliers Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq, For More Information Please Call 09694179074 Or Email Baaowdbac@gmail.com. Open Quotation Duly Signed By Your Representative May Be Submitted By Mail To Baao Water District, La Medalla, Baao, Camarines Sur Or Email At Baaowdbac@gmail.com. Not Later Than 9:00 A.m Of January 21, 2025. Chenee O. Vallejo Bac Secretariat Pr 2025-01-011 Supply And Delivery Of Other Supplies For 1st Quarter 2025 1 Lot Please See Page 2 For Item Descriptions Abc Php 118,095.88 Terms Of Payment: Within Thirty (30) Calendar Days From Date Of Delivery Of Goods Please Sign All Page Unit Item Description Quantity Pck Battery, Size Aa, 4 Pcs/blister Pack 21 Pck Battery, Size Aaa, 4 Pcs/blister Pack 13 Pc Extension Cord 10mtrs 5 Pc Padlock Anti Theft 50mm 7 Pc Storage Container 95ltr. 20 Pc Philippine National Flag 4'x 8',100% Polyester 2 Pc Led Bulb 7watts, 1pc Individual Box 8 Roll Twine Plastic, One (1)kg /roll 1 Set Parka Jacket With Hood 128 With Logoprint (l- 2xl) 6 Pc Raincoat Hd 30 Pack Ice Wrapper, 3"x6", 100/pck 960 Pc Umbrella, Golf 25 Pc 30" Golf Touch Button Umbrella 2-4004 With Logo Print 10 Pc Garden Scissors 3 Pc Garden Gloves 5 ** Nothing Follows** Terms And Conditions A. Submission Of Requirements Open Quotations And Other Requirements Stated Below Shall Be Submitted To Baao Water District, La Medalla, Baao, Camarines Sur. Not Later Than 9:00 A.m Of January 21, 2025. 1. Supplier Shall Fill-in All The Necessary Information. 2. Supplier Should Indicate The Brand Name Of The Product Being Offer. 3. Supplier Shall Submit The Following Documentary Requirements: A. This Request For Quotation Form Duly Signed. Prices Shall Be Quoted In Philippine Peso. B. Philgeps Certificate/registration Number C. Mayor’s Permit/ Business Permit D. Bir Tax Registration Certificate (for Abcs Below 500k)/bir Income/business Tax Return (for Abcs Above 500k) E. Brochure For Technical Specifications Of The Product Being Offer. (for Items That Needs Technical Specifications) F. Duly Notarized Omnibus Sworn Statement (for Abcs Above 50k) B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated On The Basis Of The Following Criteria: 1. Completeness Of Submission 2. Compliance With Technical Specifications 3. Price Bwd Reserves The Right To Post-qualify Any Supplier And/or To Reject Any Or All Submitted Quotations C. Award The Supplier Who Submitted The Lowest Calculated Responsive Quotation Shall Be Awarded The Purchase Order After Evaluation. D. Delivery And Installation 1. Delivery Of Services Shall Be Made Within Fifteen (15) Calendar Days During Office Hours 9:00 Am- 4:00 Pm From Date Of Receipt Of Purchase Order. 2. Deliverables Shall Be Delivered To Baao Water District, La Medalla, Baao, Camarines Sur, Hereto Defined As Project Site, Costs To The Account Of Supplier. E. Instructions 1. Supplier Shall Be Responsible For The Source Of Its Goods/equipment, And Shall Make The Deliveries In Accordance With The Schedule, And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Who Accepted A Purchase Order But Failed To Deliver The Required Goods Within The Time Called For In The Purchase Order Shall Be Disqualified From Participating In Bwd Future Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And It’s Irr-a Against The Supplier. 3. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. 4. All Duties, Excise, And Other Taxes, And Revenue Charges Shall Be Paid By The Supplier. 5. All Transactions Are Subject To Withholding Of Credible Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. 6. Tie-breaking Method In The Form Of “draw Lots” Will Use In Case Of Two Or More Suppliers Submitted/offer An Equal Or Same Bid Amount. F. Packaging The Supplier Shall Provide Such Packing Of The Goods Appropriate To Prevent Their Damage Or Deterioration During Transit To The Project Site. G. Inspection 1. All Deliveries By Suppliers Shall Be Subject To Inspection, And Acceptance By The Bwd Inspection Team And The End-user. H. Liquidated Damages A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Of Delay Of The Delivery Of The Purchased Goods. I. Warranty Warranty Shall Be A Period Of Six (6) Months For Supplies And Materials, And One (1) Year In Case Of Equipment Reckoned From Date Of Acceptance Of The Goods At Project Site. J. Payment Contract Price Shall Be Paid To The Supplier Within Thirty (30) Calendar Days From Date Of Delivery Of Goods At Project Site. All Payments Shall Be For Pick-up By The Supplier At The Bwd Office, Provided However, That If The Supplier Opts To Have The Said Payments Deposited To Its Bank Account, An Original Copy Of The Authority To Deposit Signed By The Authorized Signatory, Including An Instruction That Any Bank Charges Shall Be Automatically Deducted From Its Bank Account Must Be Provided To The Bwd. The Winning Supplier Shall Shoulder The Bank Charges Incurred For Bank-to-bank Transaction In The Release Of Payments For The Goods.
Closing Date21 Jan 2025
Tender AmountPHP 118 K (USD 2 K)

Metro Kalibo Water District Tender

Others
Philippines
Details: Description Supply And Delivery Of Office Supplies (stock) For 1st Quarter Cy2025 Sir/ Madam: The Metro Kalibo Water District, Through Its Bids And Awards Committee, Will Undertake Alternative Method Of Procurement Through Shopping Under Section 52.1(b) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 For The Supply And Delivery Of Office Supplies (stock) For 1st Quarter Cy2025: Schedule Of Requirement/s: Item No. Description Qty Unit 1 Air Freshener 320ml 13 Pc 2 Alcohol Ethyl/ Isopropyl 70% Solution 500ml 81 Bottle 3 Battery Size Aa (alkaline) 2’s 96 Pack 4 Battery Size Aaa (alkaline) 2’s 30 Pack 5 Bond Paper A3 S.20 22 Ream 6 Bond Paper A4 S.20 9 Ream 7 Bond Paper Long 8.5” X 13” S.20 70gsm High Brightness 120 Ream 8 Bond Paper Short 8.5” X 11” S.16 56gsm 54 Ream 9 Bond Paper Short 8.5” X 11” S.20 70gsm High Brightness 110 Ream 10 Book Columnar 5-column 6 Pc 11 Book Columnar 6-column 10 Pc 12 Book Columnar 8-column 10 Pc 13 Clip Binder 1” 12’s/box 15 Box 14 Clip Binder 1-5/8” 12’s/box 13 Box 15 Clip Binder 2” 12’s/box 12 Box 16 Clip Binder ¾” 12’s/box 15 Box 17 Clip Bulldog 3” 66 Pc 18 Clip Paper Plastic #50 Big 10 Box 19 Clip Paper Vinyl Coated #22 Small 27 Box 20 Continuous Form 1-ply 11’ X 9.5’ 1000’s/box 2 Box 21 Continuous Form 2-ply 11” X 9.5” 1000’s/box 2 Box 22 Envelope Brown Long 115 Pc 23 Envelope Brown Short 125 Pc 24 Envelope Expanding Long 50 Pc 25 Eraser Big (rasoplast) 15 Pc 26 Eraser Small 5 Pc 27 Fastener Plastic 50sets/ Box 41 Box 28 Folder Expanded Long 150 Pc 29 Folder Long Color White 950 Pc 30 Folder Short Color White 120 Pc 31 Kuralon Thread (cotton Twine 3mm) 4 Roll 32 Masking Tape 1” Width X 50meter Length 58 Roll 33 Newsprint Long 56gsm 79 Ream 34 Newsprint Short 56gsm 56 Ream 35 Notebook Large 9 Pc 36 Notebook Small 80-100 Leaves 16 Pc 37 Pencil #3 12 Pc 38 Pencil #2 45 Pc 39 Pencil #1 29 Pc 40 Record Book 150 Leaves Non-blot 55gsm 18 Pc 41 Record Book 300 Leaves Non-blot 55gsm 77 Pc 42 Rubber Band Big 1 Box 43 Rubber Band Small 1 Box 44 Staple Wire #10 12’s/box 20 Box 45 Staple Wire #35 53 Box 46 Tape Packing 2” X 45 Yards 14 Roll 47 Tape Packing Transparent 2” X 45 Yards 8 Roll 48 Tape Scotch 1” X 50 Yards 34 Roll 49 Tissue Paper 2-ply 600 Sheets Per Roll 144 Roll 50 Tissue Paper Jumbo 2-ply X 200 Meters 18 Roll Approved Budget For The Contract: One Hundred Ninety-two Thousand Five Hundred Thirteen Pesos & 25/100 Only (php192,513.25) *** Nothing Follows*** Please Quote Your Best Offer Using The Price Quotation Form (see Annex “a”) Subject To The Terms And Conditions Stated In The Technical Specifications (see Annex “b”) And Submit The Following Documents, Duly Signed By You Or Your Duly Authorized Representative, Not Later Than February 3, 2025; 2:00 P.m. The Bidder-supplier Shall Likewise Submit The Following Documents: 1. Valid Mayor’s/ Business Permit Or Cy2024 Mayor’s/ Business Permit With Attached Official Receipt For Renewal Of Business Permit For Cy2025; And 2. Proof Of Philgeps Registration. Price Quotation And Other Documents May Be Submitted Electronically On Or Before The Deadline Of Submission Of Bids At Pu@mkwd.gov.ph Or Procurementunit_mkwd@yahoo.com . However, Bidders Are Still Required To Submit Three (3) Hard Copies Of The Same Document At The Address Indicated Below. For Any Clarification, You May Contact Us At: Bac Secretariat Mkwd Bldg., Jaime Cardinal Sin Avenue, Andagao, Kalibo, Aklan Email: Pu@mkwd.gov.ph / Procurementunit_mkwd@yahoo.com Tel. No.: (036) 268-6828 Local 103/ (036) 500-8385 Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Award Of Contract Shall Be Made To The Lowest Bid Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative/s. The Mkwd Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. The Mkwd Reserves The Right To Accept Or Reject Quotation And To Impose Additional Terms And Conditions As It May Deem Proper. Signed Maria Cecille M. Ignacio Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 192.5 K (USD 3.2 K)

Cagayan Valley Medical Center Tender

Others
Philippines
Details: Description 1. Cellular Phone (35 Pcs.) - Network Technology: Gsm/ Hspa/ Lte - Display Type: Ips Lcd, 90hz - Os: Android 14, Hyper Os, Mediatek Helio G81 Ultra, - Octa-core - Dimension: At Least 6.67 Inches, 720x1604 Pixels - Memory: Card Slot-microsdxc (dedicated Slot) - Internal- 128gb 6gb Ram - Main Camera: At Least 50 Mp Led Flash, Hdr - Video 1080p@30fps - Selfie Camera: At Least 13 Mp - Video 1080p@30fps - Sound: Loudspeaker, 3.5mm Jack - Features: Fingerprint Sensor( Side Mounted), Accelerometer, Virtual - Proximity Sensing, Compass - Battery: At Least 5160 Mah Non-removable, 18w Wired Charging, Pd 2. Portable Trolley Speaker (5 Pcs.) - At Least 600 Watts - With Bluetooth +tws - Usb And Sd Playback - With Fm Radio - With Line In And Line Out - At Least 2 Guitar Input - At Least 2 Wired Mic Input - Mic Priority - High Quality Lead Acid At Least 12 Ah Battery - 12 Volts Dc Input - With 2 Free Wireless Mic - Dimension: At Least (l) 36.5 Cm (w) 40 Cm (h) 67.5 3. Drone (1 Pc.) - Aircraft - Takeoff Weight: At Least 249 G - Dimensions: Folded (without Propellers): At Least 148×94×64 Mm (l×w×h) - Unfolded (with Propellers): At Least 298×373×101 Mm (l×w×h) - Unfolded (with Propellers): At Least 298×373×101 Mm (l×w×h) - Max Ascent Speed:at Least 5 M/s (s Mode) - At Least 5 M/s (n Mode) - At Least 3 M/s (c Mode) - Max Descent Speed:at Least 5 M/s (s Mode) - At Least 5 M/s (n Mode) - At Least 3 M/s (c Mode) - Max Take Off Altitude: At Least 4000 M - Max Flight Time: At Least 45 Minutes - Max Hovering Time: At Least 39 Minutes - Max Flight Distance: At Least 25 Km - Max Wind Speed Resistance: At Least 10.7 M/s - Max Pitch Angle: At Least 35° Camera - Image Sensor: At Least 48 Mp - Iso Range: At Least 6400 - Max Image Size: 8064x6048 - Photo Format: Jpeg/ Dng (raw) - Video Format: Mp4 - Gimbal - Stabilization: 3-axis Mechanical Gimbal (tilt, Roll, Pan) - Mechanical Range: Tilt: 135 ° To 80 ° - Roll: 135 ° To 45 ° - Pan: 30 ° To 30 ° - Controllable Range: Tilt: 90 ° To 60 ° - Roll: -90 ° Or Zero ° - Max Control Speed (tilt): 100 ° /s - Angular Vibration Range: ±0.01° Sensing - Forward: Measurement Range: 0.5 - 18 M - Detection Range: 0.5-200m - Effective Sensing Speed: Flight Speed ≤12 M/s - Fov: Horizontal 90°, Vertical 72 ° - Backward: Measurement Range: 0.5 - 15 M - Detection Range: 0.5-200m - Effective Sensing Speed: Flight Speed ≤12 M/s - Fov: Horizontal 90°, Vertical 72 ° - Lateral: Measurement Range: 0.5 - 12 M - Detection Range: 0.5-200m - Effective Sensing Speed: Flight Speed ≤12 M/s - Fov: Horizontal 90°, Vertical 72 ° - Fov: Horizontal 90°, Vertical 72 ° - Detection Range: 0.5-200m - Effective Sensing Speed: Flight Speed ≤12 M/s - Fov: Horizontal 90°, Vertical 72 ° - Downward: Measurement Range: 0.5 - 15 M - Detection Range: 0.5-200m - Effective Sensing Speed: Flight Speed ≤12 M/s - Fov: Horizontal 90°, Vertical 72 ° 4. Dslr Camera (1 Pc.) - Weight: At Least 730 G - Colour: Black - Dimensions: (wxhxd): At Least 139 X 105 X 79mm Sensor - Effective Pixels: At Least 24 Mp - Sensor Type: Cmos - Total Pixels: At Least 23 Mp - Sensor Format: Aps-c - Sensor Size: At Least 22.5 X 15mm Lens - Lens Mount: Ef/ef-s - White Balance: Yes - Aperture: F6 - Focal Length: At Least 135 Mm - Focus Range: At Least 39cm - Exposure Compensation: +/- Ev - Focus: Auto Focus, Manual Focus - Iso Range: 100 - Iso Auto: Yes Recording - Image Format: Raw, Jpeg - Video Format: Mp4, Mov - Aspect Ratio: 3:2 - Video Resolution: Full Hd Memory - Memory Card: Microsd Card, Micro Sdhc Card - External Memory: Yes Display - Display Resolution: At Least 1920 X 1080 Pixels - Display Size: At Least 3" - Display Type: Lcd - Adjustable Angle: Tiltable - Viewfinder: Electronic - Viewfinder Coverage: 100% - Live View: Yes - Touch Screen: Yes Connectivity - Usb: Micro Usb - Audio: Microphones, Headphones - Connections: Hdmi Shutter - Shutter Speed: 1/8000s - Shutter Type: Electronically Controlled Focal Plane Shutter Features Camera Features: Self-timer, Built-in Flash, Waterproof, Dustproof
Closing Date7 Feb 2025
Tender AmountPHP 443 K (USD 7.5 K)

BATANGAS STATE UNIVERSITY ALANGILAN Tender

Machinery and Tools
Philippines
Details: Description Republic Of The Philippines Batangas State University Alangilan, Batangas City Request For Quotation "procurement Of Other Supplies For Research Project Sagip" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Other Supplies For Research Project Sagip" With An Approved Budget For The Contract (abc) Sixty-three Thousand Seven Hundred Twenty-four Pesos And Seventy-eight Centavos Only (php 63,724.78). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1. 1 Kilogram 6013 Welding Rod Hji 6013 2. 3 Piece Abs Pvc Junction Box Dimension: 200 X 155 X 80 Mm Ip: 65 Water Proof Material Properties 3. 3 Piece Arduino Mkr 1010 Speed: 48 Mhz Digital I/o: 22 Wireless Connectivity: Wifi, Lo-ra Pwm Pins: 12 Analog I/o: 8 4. 3 Piece Bi Slip On Flange Size: 1-inch Internal Diameter 15 Cm External Diameter 1 Cm Thickness Stainless Steel 304 5. 3 Piece Carbon Monoxide Sensor Mics-5524 Carbon Monoxide Co2 Hydrogen H2 Methane Ch4 Air Quality Monitoring Gas Sensor Module Mics5524 6. 3 Piece Cutting Disc 4 Inch 7. 3 Piece Dc Voltage Regulator Xh-m404 Dc 4-38v 8a Voltage Regulator Module Digital Pwm Adjustabl Dc-dc Step Down Voltage Regulator Xl4016e1 8. 3 Piece Electrical Tape 3m 9. 3 Piece Galvanized Steel Pipe Size: 1 Inch X 1.2 X 20 Ft Thickness: 1.0mm Density: 7850 Kg/cm3 Ultimate Tensile Strength: 400 Mpa Yield Tensile Strength: 300 Mpa Young Modulus: 2010 Gpa Melting Point: 1,260°c 10. 3 Piece Grinding Disc 4 Inch 11. 3 Piece Lcd Display 4.3 Inch Esp32-s3 Hmi 8m Psram 16m Flash 480*270 Rgb Lcd Tft Module For Arduino Lvgl Wifi Bluetooth Smart Display Touch Screen 12. 3 Piece Nitrogen Oxide Sensor -4541 Mics-4514 Carbon Monoxide Nitrogen Oxygen Sensor Co/no2/h2/nh3/ch4 13. 3 Piece Pcb Board Pcb Prototyping Universal Board Fiberglass Plate 14. 3 Piece Rechargeable Battery Lifepo4 Cylindrical Battery Model Number 3.2v 20ah Weight 380g Charging Ratio 1c Discharge Rate 1c Model Ev C40 20ah 3.2v Lifepo4 Cell Voltage 3.2v Capacity 20ah Weight 0.38kg Cycle Life 6000 Cycles Usage Storage System Shape Cylinder Storage Type -25c To 40c Anode Material Lfp 15. 3 Meter Soldering Lead Soldering Lead 280g 1.0mm 16. 3 Piece Spray Paint Bosny Silver 17. 8 Piece Stainless Steel Bolts And Nuts Size: M10 X 1 Inch Tensile Strength: 700n/mm2 Yield Strength: 450n/mm2 18. 20 Meter Stranded Jumper Cable Wires #24 Copper 19. 3 Piece Sulfur Dioxide Sensor Sensor Type: Mos Figaro Typical Detection Range: 400-2000 Ppm 20. 3 Piece Voc Sensor Sensor Manufacture: Ams Sensor Model: Ccs811 Module Model: Cjmcu-811 Supply Voltage: 1.8v – 3.6v Current Consumption During Measurement: 26 Ma (max. 30 Ma In Mode 1) Current Consumption During Sleep: 19 Ua (@1.8v) Work Temperature: -5 Do 50 C 5 Modes Interface: I2c (10 - 400 Khz) Size: 20.1 X 14.7 X 2.7 Mm 21. 3 Piece Wind Direction Sensor Transducer Sensor Wind Direction Robot Detection 22. 3 Piece Wind Speed Sensor 30ms Polycarbon Wind Speed Direction Sensor Weather Station Outdoor 3 Cup Anemometer Sensor Output Rs485 4-20ma 0-5v 0-10v Note: Kindly Indicate The Brand On Your Quotation. Kindly Use The Canvass Form Provided For Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Alangilan Campus, Alangilan, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 03, 2025. E-mail : Procurementquotation.alangilan@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Engr. Nomer M. Sarmiento Head, Procurement Office Alangilan Campus, Alangilan, Batangas City (043) 415-0139 Local 2130
Closing Date3 Jan 2025
Tender AmountPHP 63.7 K (USD 1.1 K)
5541-5550 of 6035 archived Tenders