Battery Tenders
Battery Tenders
City Of San Jose Del Monte Tender
Others
Philippines
Details: Description Request For Quotation The City Government Of San Jose Del Monte, Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors To Bid For Hereunder Procurement: Rfq No. Pr No. Project Title Requesting Office Approved Budget For The Contract (abc) Cost Of Bid Documents 25-01-0070 25-01-0070 Purchase Of Batteries For The Repair And Maintenance Of Various Government Vehicles Motorpool 993,100.00 P1,000.00 25-01-0071 25-01-0071 Purchase Of Iec Materials For Teen Information Center City Population Office 150,000.00 P500.00 25-01-0072 25-01-0072 Purchase Of Various Fuel, Oil And Lubricants For Various Government Vehicles Motorpool 989,240.00 P1,000.00 25-01-0077 25-01-0077 Purchase Of Fruiting Bags To Be Distributed During Mushroom Production & Processing Seminar City Agriculture Office 137,500.00 P500.00 25-01-0079 25-01-0079 Purchase Of Food To Be Served During The Seminar-workshop On The Formulation Of Gender And Development Plan And Budget Fy 2026 Office Of The City Mayor 55,000.00 P500.00 25-01-0080 25-01-0080 Purchase Of Food To Be Served During The Seminar-workshop On The Formulation Of Gender And Development Plan And Budget Fy 2026 Office Of The City Mayor 77,000.00 P500.00 25-01-0081 25-01-0081 Purchase Of Food To Be Served During The Conduct Of Council Of Personnel Officers Bulacan Monthly Meeting Chrmo 65,000.00 P500.00 25-01-0083 25-01-0083 Purchase Of Food To Be Served During Real Property Tax Awareness Seminar For Graduating College Students In The City College Of San Jose Del Monte City Treasurer`s Office 56,000.00 P500.00 25-01-0086 25-01-0086 Purchase Of Tires For Mini Dump Truck Government Vehicles Motorpool 959,000.00 P1,000.00 The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule / Time Sales And Issuance Of Bid Quotation January 29 – February 4, 2025/ 9:00am-12:00nn Deadline Of Submission Of Quotation February 4, 2025 12:00nn Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of Non-refundable Amount Specified Above To The Cashier Of The City Treasurer’s Office. The City Government Of San Jose Del Monte Further Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any Application For Eligibility Or All Bids Without Offering Any Reason, Waive Required Formality And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The City Government. For More Information, Please Call At The Office Of The Bac Secretariat At (044)815-6469; Look For Mr. Atty. Rizaldy L. Mendoza. Dennis M. Booth, Ph.d. City Administrator / Bac Chairman
Closing Date4 Feb 2025
Tender AmountPHP 137.5 K (USD 2.3 K)
City Of San Jose Del Monte Tender
Others
Philippines
Details: Description Request For Quotation The City Government Of San Jose Del Monte, Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors To Bid For Hereunder Procurement: Rfq No. Pr No. Project Title Requesting Office Approved Budget For The Contract (abc) Cost Of Bid Documents 25-01-0070 25-01-0070 Purchase Of Batteries For The Repair And Maintenance Of Various Government Vehicles Motorpool 993,100.00 P1,000.00 25-01-0071 25-01-0071 Purchase Of Iec Materials For Teen Information Center City Population Office 150,000.00 P500.00 25-01-0072 25-01-0072 Purchase Of Various Fuel, Oil And Lubricants For Various Government Vehicles Motorpool 989,240.00 P1,000.00 25-01-0077 25-01-0077 Purchase Of Fruiting Bags To Be Distributed During Mushroom Production & Processing Seminar City Agriculture Office 137,500.00 P500.00 25-01-0079 25-01-0079 Purchase Of Food To Be Served During The Seminar-workshop On The Formulation Of Gender And Development Plan And Budget Fy 2026 Office Of The City Mayor 55,000.00 P500.00 25-01-0080 25-01-0080 Purchase Of Food To Be Served During The Seminar-workshop On The Formulation Of Gender And Development Plan And Budget Fy 2026 Office Of The City Mayor 77,000.00 P500.00 25-01-0081 25-01-0081 Purchase Of Food To Be Served During The Conduct Of Council Of Personnel Officers Bulacan Monthly Meeting Chrmo 65,000.00 P500.00 25-01-0083 25-01-0083 Purchase Of Food To Be Served During Real Property Tax Awareness Seminar For Graduating College Students In The City College Of San Jose Del Monte City Treasurer`s Office 56,000.00 P500.00 25-01-0086 25-01-0086 Purchase Of Tires For Mini Dump Truck Government Vehicles Motorpool 959,000.00 P1,000.00 The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule / Time Sales And Issuance Of Bid Quotation January 29 – February 4, 2025/ 9:00am-12:00nn Deadline Of Submission Of Quotation February 4, 2025 12:00nn Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of Non-refundable Amount Specified Above To The Cashier Of The City Treasurer’s Office. The City Government Of San Jose Del Monte Further Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any Application For Eligibility Or All Bids Without Offering Any Reason, Waive Required Formality And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The City Government. For More Information, Please Call At The Office Of The Bac Secretariat At (044)815-6469; Look For Mr. Atty. Rizaldy L. Mendoza. Dennis M. Booth, Ph.d. City Administrator / Bac Chairman
Closing Date4 Feb 2025
Tender AmountPHP 959 K (USD 16.4 K)
City Of San Jose Del Monte Tender
Others
Philippines
Details: Description Request For Quotation The City Government Of San Jose Del Monte, Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors To Bid For Hereunder Procurement: Rfq No. Pr No. Project Title Requesting Office Approved Budget For The Contract (abc) Cost Of Bid Documents 25-01-0070 25-01-0070 Purchase Of Batteries For The Repair And Maintenance Of Various Government Vehicles Motorpool 993,100.00 P1,000.00 25-01-0071 25-01-0071 Purchase Of Iec Materials For Teen Information Center City Population Office 150,000.00 P500.00 25-01-0072 25-01-0072 Purchase Of Various Fuel, Oil And Lubricants For Various Government Vehicles Motorpool 989,240.00 P1,000.00 25-01-0077 25-01-0077 Purchase Of Fruiting Bags To Be Distributed During Mushroom Production & Processing Seminar City Agriculture Office 137,500.00 P500.00 25-01-0079 25-01-0079 Purchase Of Food To Be Served During The Seminar-workshop On The Formulation Of Gender And Development Plan And Budget Fy 2026 Office Of The City Mayor 55,000.00 P500.00 25-01-0080 25-01-0080 Purchase Of Food To Be Served During The Seminar-workshop On The Formulation Of Gender And Development Plan And Budget Fy 2026 Office Of The City Mayor 77,000.00 P500.00 25-01-0081 25-01-0081 Purchase Of Food To Be Served During The Conduct Of Council Of Personnel Officers Bulacan Monthly Meeting Chrmo 65,000.00 P500.00 25-01-0083 25-01-0083 Purchase Of Food To Be Served During Real Property Tax Awareness Seminar For Graduating College Students In The City College Of San Jose Del Monte City Treasurer`s Office 56,000.00 P500.00 25-01-0086 25-01-0086 Purchase Of Tires For Mini Dump Truck Government Vehicles Motorpool 959,000.00 P1,000.00 The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule / Time Sales And Issuance Of Bid Quotation January 29 – February 4, 2025/ 9:00am-12:00nn Deadline Of Submission Of Quotation February 4, 2025 12:00nn Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of Non-refundable Amount Specified Above To The Cashier Of The City Treasurer’s Office. The City Government Of San Jose Del Monte Further Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any Application For Eligibility Or All Bids Without Offering Any Reason, Waive Required Formality And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The City Government. For More Information, Please Call At The Office Of The Bac Secretariat At (044)815-6469; Look For Mr. Atty. Rizaldy L. Mendoza. Dennis M. Booth, Ph.d. City Administrator / Bac Chairman
Closing Date4 Feb 2025
Tender AmountPHP 150 K (USD 2.5 K)
Saddle Elementary School Tender
Publishing and Printing
Philippines
Details: Description Qty Unit Item Description Abc 1 18 Boxes Bond Papers, A4 14,850.00 2 15 Boxes Bond Papers, Long 13,875.00 3 8 Reams 180 Gsm Special Paper A4 2,000.00 4 6 Reams 180 Gsm Special Paper Long 1,560.00 5 100 Pcs Folder,white 500.00 6 1 Pc White Board, 4x8 4,000.00 7 12 Bottles White Board Marker, Refill Black 1,500.00 8 12 Bottles White Board Marker, Refill, Blue 1,500.00 9 12 Bottles White Board Marker, Black 660.00 10 12 Bottles White Board Marker, Blue 660.00 11 20 Pcs Refillable Marker, Permanent, Broad, Black 720.00 12 50 Pcs Expanding Envelop, Brown, Long 700.00 13 8 Pcs Expanding Envelop With Compartment 1,440.00 14 100 Pcs Manila Paper, Sliced 700.00 15 30 Pairs Battery, Aa 1,200.00 16 8 Boxes Sign Pen, C4, Black 6,720.00 17 8 Boxes Sign Pen, C4, Green 6,720.00 18 12 Boxes Ballpen, C5, Green 780.00 19 8 Boxes Ballpen,c5, Black 520.00 20 8 Boxes Ballpen, C5, Red 520.00 21 8 Pcs Glue Gun, S/s 1,120.00 22 100 Pcs Glue Stick, S/s 500.00 23 55 Pcs Board Eraser 1,100.00 24 20 Pcs Correction Tape, 10m 560.00 25 20 Pcs Glue, 130 G 1,100.00 26 20 Rolls Masking Tape, 1" 600.00 27 10 Roll Clear Tape, 1" 160.00 28 45 Rolls Clear Tape, 2" 900.00 29 16 Rolls Duck Tape, 2" 1,376.00 30 10 Roll Double Sided Tape 1" 280.00 31 18 Pcs Stapler No.35 2,700.00 32 18 Boxes Staple Wire No. 35 540.00 33 10 Pcs Stapler No.10 450.00 34 10 Boxes Staple Wire No. 10 70.00 35 8 Boxes Paper Clip, 33m 88.00 36 8 Boxes Binder Clip 2" 544.00 37 20 Bottles Inks, 003, Black, Genuine 5,800.00 38 8 Pcs Laser Pointer 10,880.00 39 6 Pcs Puncher, Heavy Duty 1,140.00 40 4 Unit Printer, 3 In 1 52,000.00 41 8 Pcs Hdmi, 5m, Soft Pure Black 2,320.00 42 5 Set Paint Brush, Set 450.00 43 8 Boxes Fastener 256.00 44 1 Pc Paper Cutter, Long 1,750.00 45 24 Pcs Scissors, 7" 1,920.00 46 8 Pcs Adaptor 520.00 47 8 Pcs Cutter Knife, Heavy Duty, B/s 480.00 48 5 Can Floor Wax, 900g 1,350.00 49 1 Unit Chargeable Speaker For Big Events 8,050.00 50 2 Unit Speaker, With 2 Mic, Small 2,300.00 51 1 Pc Wired Mic, 20 M 1,160.00 52 14 Pcs Office Pad Lock 5,600.00 53 2 Pc Fire Extinguisher 4,400.00 54 1 Pcs Perculator, 3 L 6,500.00 55 3 Pcs Knife, Small 615.00 56 2 Pcs Thermos 910.00 57 3 Pcs Chopping Board , White 1,365.00 58 1 Pcs Kettle, 2 L 880.00 59 2 Pcs Sauce Pan, 32" 2,610.00 60 1 Pcs Frying Pan, 40 " 1,305.00 61 2 Pcs Strainer, Stainless, B/s 910.00 62 2 Pcs Bowls, Dozens, 3", Green 1,510.00 63 4 Pcs Plastic Containers For Coffee And Sugar 320.00 64 12 Pcs Serving Plate, Oblong 1,200.00 65 3 Dozen Spoon, Metal 750.00 66 5 Pc Tweezers For Jewelry 900.00 67 3 Pc Wire Cutters For Jewelry 540.00 68 3 Pc Round Nose, For Jewelry 540.00 69 3 Pc Crimping Pliers For Jewelry 540.00 70 3 Pc Flat Nose Pliers For Jewelry 540.00 71 20 Bottle Hand Soap, 500 Ml, Liquid 3,000.00 72 22 Bottle Alcohol, 500ml 2,420.00 73 2 Pcs Water Bottle Holder 760.00 74 2 Pcs Water Bottle Round 400.00 Total 202,104.00
Closing Date21 Jan 2025
Tender AmountPHP 202.1 K (USD 3.4 K)
Municipality Of Matalom, Leyte Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Matalom Request For Quotation The Municipality Of Matalom Through Its Bids And Awards Committee, Intends To Procure“ For Repair And Manintenance Of Farm Tractor (not Available At The Procurement Service) Of Lgu-matalom, Matalom, Leyte” For Cy 2025 In Accordance With Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Last Page Of This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than Feb. 06, 2025 At 9:00 A.m. At The Local Government Unit-matalom, Leyte, Bac Office. Quotations May Also Be Submitted Through Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2024 Business/mayor’s Permit1 And Philgeps Registration Number Is Also Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Mayor’s/business Permit. The Omnibus Sworn Statement2 (gppb-prescribed Forms) (for Abc’s Above Php 50k), Income/ Business Tax Return3 (for Abc’s Above Php 500k) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (053) 300 2893 / 09176399496 Or Email Address At Bacmatalomlgu@gmail.com. Engr. Gregorio S. Pada Bac Chairman 1in Case Of Recently Expired Mayor’s/business Permit, It Shall Be Accepted Together With Its Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit, Provided That The Renewed Permit Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.2 Of Government Procurement Policy Board (gppb) Resolution No. 09-2020. 2in Case Of Unnotarized Omnibus Sworn Statement, It Shall Be Accepted, Provided That The Notarized Omnibus Sworn Statement Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.3 Of Gppb Resolution No. 09-2020. 3manually Filed Tax Returns Or Filed Through The Efps Date: Name Of Company: Address: Name Of Store/shop: Address: Tin: Philgeps Registration Number: Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Technical Specification 1. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. 2. Bidders Must State “comply” Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Unit Description Total Quantity Bidder’s Statement Of Compliance Unit Cost (vat Inclusive) Total Cost (vat Inclusive) Unit Battery N100 1 *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Schedule Of Requirements Bidders Must State “comply” Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Schedule. Bidder’s Statement Of Compliance A. Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed Financial Offer Approved Budget For The Contract Total Offered Quotation Sixteen Thousand Seven Hundred Pesos Only (php 16,700.00) In Words: In Figures: Payment Details: Payment Shall Be Made Promptly, But In No Case Later Than Sixty (60) Days, Through Land Bank’s Lddap-ada/bank Transfer Facility After Submission Of Billing Statement/invoice And Upon Fulfillment Of Other Obligations As Stipulated In The Contract As Well As Upon Inspection And Acceptance Of The Goods By The End User. Banking Institution Account Number Account Name Branch Signature Over Printed Name Position/designation Office Telephone No. Fax/mobile No. Email Address/es Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission Of Quotation. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive 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. 6. 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. 7. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 8. The Lgu-matalom Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 9. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Lgu-matalom 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. 10. Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Contractor’s Account. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Lgu-matalom Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Signature Over Printed Name Position/designation Office Telephone No. Fax/mobile No. Email Address/es
Closing Date6 Feb 2025
Tender AmountPHP 16.7 K (USD 286)
Department Of Agriculture Tender
Furnitures and Fixtures
Philippines
Details: Description The Department Of Agriculture-rfo 3, Invites Interested Suppliers To Submit Quotations/proposals For The Hereunder Requirement, To Wit: Various Supplies 10 Piece Light Bulb Specifications: 10 Watts, Led Daylight E27, Non-dimable 35 Piece Fluorescent Light Specifications: 18 Watts-1600lm 6500k 175-265v, 50/60hz 5 Piece Electrical Tape Black Size: 16m(0.16mm X 19mm X 16m) 10 Piece Door Mat Specification: Non-slip Home Mat Rubber Mat Heavy Duty, Doormat Coil Disinfecting Absorbent High Quality 3 Piece Floor Squeegee Specification: Floor Scraper 180 Degrees Rotatable Mop Broom Floor Cleaning Mop Lightweight 3 Piece Glass Window Squeegee Specification: Squeegee With Spray Glass Cleaner Wiper 3 Piece Microfiber Duster Kit Specification: For High Ceiling Cleaning With Extension Pole 3 Piece Toilet Plunger Specification: High Pressure, Air Drain Plunger Sink Dredge Cleaner 1 Set Aluminum Frame Acoustic Partition With Installation Size: 295cm X 150 X 259cm(l X W X H) Shape: L-shape (divider For Closed Room) Specification: Permanent Partition With Door 3 Set Bathroom Toilet Brush Set Specification: Non-slip Long Pp Handle And Soft Tpr Silicon Bristles With Holders 6 Set Window Roller Blinds Blackout With Installation Size: 140 Cm X 140 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 140 Cm X 80 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 75 Cm X 200 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 4 Set Window Roller Blinds Blackout With Installation Size: 200 Cm X 170 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 140 Cm X 75 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 1 Set Window Roller Blinds Blackout With Installation Size: 75 Cm X 135 Cm (l X W) Color: Brown Specification: Roller Blinds Manual Blackout Health And Environment Shades Window Termal Insulated 3 Set Electric Stand Fan Size: 16" Specification: Metal Blade Sto-16e 3 Set Mop Head With Aluminum Handle Set Specification: Rotating Mop Cleaning With Spinner Mop With Squeezer Heavy Duty 2 In 1 Wash Magic Flat Mop 2 Set Shoe Rack Size: 80cm X 20cm X 80cm Specification: 5 Layer, Stainless Steel Stackable Shoes Organizer 2 Set Vacuum Cleaner Specification: Wireless Dual-purpose 5 In 1 Handheld Vacuum Cleaner, Built-in Battery, Large Capacity Dust Collection Box, Low Noise Multifunctional 2 Unit Exhaust Fan For Processing Area With Installation Size: 10 Inches (305 X 305mm) Specification: Ceiling Ventilation Fan, Strong Wind For Kitchen Wall Mounted Performance: Low Noise, Energy Saving, High Efficiency Cycle Voltage: 220v-240v / 50 Hz Installation Method: Wall Mounted/embedded 2 Unit Humidifier Capacity: 16l Specification: Air Humidifier And Fogging Disinfectant Machine 1 Unit Humidifier Capacity: 269ml Specification: Automatic Primary Air Humidifier 1 Unit Water Dispenser Specification: Cold And Hot Water Dispenser Rapid Cooling Child Lock Automatic Dispenser 1 Kit First Aid Emergency Kit Inclusion: 91pcs Medical Wound Care Kit; Adhesive Bandages, Gauze Bandage Roll, Sterile Gauze, Alcohol Disinfectant Sheet, Cotton Swab, Instant Ice Pack, Thermometer, Emergency Survival Blanket, Cloth Triangular Bandage Tweezers, Scissors, Elastic Tourniquet, Surgical Tape, Safety Pins, Hydrogen Peroxide, Povidone Iodine, Cotton Balls, Surgical Gloves, Medicines (biogesic, Citirizine,etc.), Etc. Specification: For Burns, Cuts, And Allergic Aid Delivery Site: Da-rsld, Technology Business Incubation Building, Paraiso, Tarlac City, Tarlac. To Be Used In The Study Of Development Of Technology Business Incubation Program For Da-rfo 3 At The Technology Business Incubation Building. Interested Suppliers May Download And Examine The Attached Request For Quotation Form By Clicking The Figure Opposite The Associated Components On This Page. The Department Of Agriculture-rfo 3 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Quotation. Note: Interested Suppliers Must Download The Attached Document. Here’s The Procedure On How To Download The Attached Document. 1. To Order The Associated Component Of This Bid Notice, Please Click The “order” Link. 2. Upon Clicking The Order Link, The Order Basket Page Will Be Displayed. To Proceed The Ordering Of The Document In The Order Basket Page, Click The “continue” Button. 3. The System Will Display The Order Confirmation Page. To Confirm The Order, Click The “submit” Button. 4. The Order Summary Page Will Be Displayed. To View Or Download The Associated Documents, Click The Document Hyperlink Under The Item Column. 5. To Return To The Bid Notice Abstract Page, Click The “done” Button.
Closing Date17 Jan 2025
Tender AmountPHP 111.3 K (USD 1.9 K)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Commercial Product Procurement Notice|5||||||
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (nov 2024))|83||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (nov 2024))|15||||||||||||||||
annual Representations And Certifications (may 2024)|13|335910|1250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
evaluation--commercial Products And Commercial Services (nov 2021)|4|||||
a Material Irpod Is Available At The Bpmi Website.
please Specify (if Other Than 60 Days) ______________ Days.if You Are Submitting Your Quote Via Email Or Neco,please Specify The Number Of Days Pricing Is Valid.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be 'issued' By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents;
There Are No Technical Documents; Such As, Drawings, Technical Data, Etc. Associated To This Solicitation/award, The Part Number/catalog Number Cited In The Requirements Section Is Fully Descriptive.
3. Requirements
3.1 Manufacture And Design- The Battery Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Procurement Specification. The Requirements For This Contract/purchase Order Are As Follows:
1. Design, Material And Dimensions Are To Be In Accordance With
a. Manufacture: ;panasonic Corporation Of North America (61058); .
b. Drawings: ;.; .
piece: ;.; .
revision: ;.;
c. Part Number: ;fz-vzsu84au
alternate Part No: Fz-vzsu84a2u (61058); .
d. Catalog Number: ;.; .
E. Marking Requirements - Marking And Labeling Shall Be In Accordance With Mil-std-129. In Addition To The Standard Marking Requirements Of Mil-std-129, The Seller Shall Include The Manufacturer's Federal Supply Code For Manufacturers (fscm/cage Code) And The
item's Part Number On Intermediate And Unit Packs. Special Marking Which Includes Both Type I And Type Ii Shelf Life Items, Cure Date And Expiration Date In Accordance With Mil-std-129 Also Apply.
items Shall Be Supplied With At Least 85% Of The Shelf Life Remaining At The Time Of Shipment.
Shelf-life Is ;24; Months.
f. Additional Ordering Data: ;.; .
3.2 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents:
1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided.
2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
Closing Date13 Jan 2025
Tender AmountRefer Documents
Municipality Of Hinabangan, Samar Tender
Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Municipality Of Hinabangan Hinabangan, Samar Request For Quotations The Municipality Of Hinabangan, Through Its Bids And Awards Committee (bac), As Duly Authorized To Conduct Small Value Procurement For “purchase Of Laptop For Mpdc Office” In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, Hereby Invites All Interested Suppliers/bidders To Offer Their Lowest Government Price. Name Of Activity: “purchase Of Laptop For Mpdc Office” Total Approved Budget For The Contract (abc): P79,590.00 Location: Hinabangan, Samar Specifications: See Attached Annex “a” Deadline Of Submission: On Or Before 24 January 2025, 9:00 A.m. Delivery Period: Seven Calendar (7) Days Interested Bidders/suppliers Are Required To Submit Their Duly Accomplished Price Quotation Forms (annex A) On Or Before The Deadline Of Submission Of Bids At The Bac Conference Room, Municipal Hall, Hinabangan, Samar. Bidders/suppliers Must Submit The Sealed Quotations In The Address Given Above Bearing The Name & Address Of The Supplier, Indicating The Price Quotation And Send To Engr. Menandro A. Gacelos, Enp, Bac Chairman, Lgu-hinabangan, Hinabangan, Samar. Bidders/suppliers Shall Be Required To Submit The Following Documentary Requirements Together With Their Quotation. 1) Valid And Current Mayor’s / Business Permit 2025; 2) Philgeps Registration Number; 3) Tax Clearance 4) Dti/sec 5) For Abcs Above P50,000.00 – Omnibus Sworn Statement (oss) Bidder/supplier’s Oss Shall Be Valid For Six (6) Months 6) For Abcs P50,000.00 And Below – – Authorization Letter/special Power Of Authority, In Case The Owner Is Not The Signatory Of Price Quotation Form And Notice Of Award. B) For Corporation/partnership/joint Venture – Secretary’s Certificate Authorizing Signatory. Award Of Contract Shall Be Made To The Lowest Calculated Bidder Which Complies With The Minimum Technical Specifications (annex A) And General Terms And Conditions (annex B). Note: The Lgu - Hinabangan 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. For Further Inquiries You May Reach Us At 0966-913-8130 Reina Mae B. Patiga Head, Bac Secretariat Annex A Price Quotation Form Engr. Menandro A. Gacelos, Enp. Chairperson, Bids And Awards Committee Municipality Of Hinabangan Hinabangan, Samar Dear Sir: After Having Carefully Read And Accepted The Terms And Conditions Of This Rfq And Followed The Instructions To Bidders Specified In Annex B, Hereunder Is Our Quotation/s For The Item/s As Follows: Item No. Qty Unit Item Description Unit Price Total Price 1 1 Unit Laptop Amd Ryzen 7 - 7435hs/bga Processor 16.0" Wuxga Bend Wv • 512gb Pcie G4 Ssd • Amd Radeon Rx 7600s 8gb Vram • Ddr5 8gb Ram • 4 Cell 90wh Battery • Windows 11 64bit •2c-sandstorm Backpack And Gaming Mouse Name Of Proprietor/ Authorized Representative Signature Date Annex B General Terms And Conditions: 1. Bid Validity. Bids Should Be Valid For Sixty (60) Calendar Days Counted From The Deadline Of Submission Of Bids; 2. Price Escalation. All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation. 3. Alternative Bids. Alternative Bids Shall Be Rejected. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. 4. Taxes. The Total Price Quoted Is Subject To Withholding Tax And Payable Check. 5. Delivery Period. Seven (7) Calendar Days 6. Incidental Charges And Services. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods Shall Be Included In The Price Quoted Per Item By The Bidder. An Additional Or Separate Delivery Charge In The Bid Shall Be Treated As Non-responsive And Shall Be Rejected. 7. Term Of Payment. Payment Shall Be Charged Account, Unless Specified. Cash On Delivery (cod) Shall Not Be Allowed, Unless Accepted During Bid Evaluation. 8. Retention Money. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) But Not To Exceed Five (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expendable Supplies, After Consumption Thereof; Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met; (gppb Resolution No. 30-2017 Dated 30 May 2017) 9. Liquidated Damages. No Payment Shall Be Made Until Full Delivery Of Item/s Is/are Completed. Delay In The Delivery Shall Be Subject To Liquidated Damages By Way Of Penalty @ 1/10 Of 1% Of Each Day Of Delay. 10. Alteration Of Technical Specifications And Terms And Conditions. Altering And/or Amending The Technical Specifications And Terms And Condition(s) May Be Considered Non-responsive / Non-compliant. Instructions To Bidders: 1. Completely Fill Out The Price Quotation Form (annex A), Technical Specification/brand (if Applicable), Unit / Total Price And Supplier/bidder’s Information. Do Not Forget To Sign The Price Quotation Form. 2. Download This Form From The Philgeps Website Before The Closing Date For Inclusion In The Philgeps Document Request List (drl).
Closing Date24 Jan 2025
Tender AmountPHP 79.5 K (USD 1.3 K)
Municipality Of Cabatuan, Isabela Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Qty. Unit Of Issue Description 2 Bottle Air Freshener 320ml 2 Bottle Alcohol 500ml. 12 Pcs. Ballpen Black 12 Box Ballpen Black 25s 1 Box Ballpen Hbw Matrix 50s 2 Box Ballpen0.5 5 Pack Battery Aa 4s 2 Pcs. Binder Ring 1cmø, Plastic 3 Pcs. Binder Ring 2cmø, Plastic 2 Pcs. Binder Ring 3cmø, Plastic 3 Pcs. Binder Ring 4cmø, Plastic 3 Pcs. Binder Ring 5cmø, Plastic 2 Pcs. Binder Ring 6cmø, Plastic 10 Box Board Marker Black 4 Box Board Marker Black Permanent 141 Ream Bondpaper Long 70gsm 87 Ream Bondpaper Short 70gsm 1 Ream Bondpaper-a3 70gsm 38 Ream Bondpaper-a4 70gsm 4 Pcs. Calculator 20 Pcs. Carbon Paper Black 8 Sheet Carbon Paper Blue 2 Pc. Columnar Notebook 14 Column 2 Pc. Columnar Notebook 16 Column 32 Pcs. Columnar Notebook 24 Column 2 Pc. Cork Board Large 67 Pc. Correction Tape 4 Pc. Cutter Big 175 Pcs. Envelope Brown (long) 25 Pcs. Envelope Brown (short) 103 Pcs. Envelope Expanding - Long 10 Pcs. Envelope Plastic (long) 10 Bottle Epson Ink 003 (black) 6 Bottle Epson Ink 003 (cyan) 6 Bottle Epson Ink 003 (magenta) 6 Bottle Epson Ink 003 (yellow) 36 Bottle Epson Ink 664 Black 16 Bottle Epson Ink 664 Cyan 16 Bottle Epson Ink 664 Magenta 16 Bottle Epson Ink 664 Yellow 3 Bottle Epson L6210 (001) -black 1 Bottle Epson L6210 (001)- Cyan 1 Bottle Epson L6210 (001)- Magenta 1 Bottle Epson L6210 (001)- Yellow 20 Pcs. Expandable Envelop Brown 10 Pcs. File Box (3 Layers Landcape) 5 Pcs. Flamingo Clear Book Long Red 100 Pcs. Folder Blue (long) 7 Ream Folder Brown Long 2,766 Pcs. Folder Brown Long 15 Pcs. Folder Brown Short 27 Pcs. Folder Expandable Long 100 Pcs. Folder Expandable Long (blue) 3 Pcs. Folder Expandable Short 12 Pcs. Folder Green (long) 100 Pcs. Folder Orange(long) 129 Pcs. Folder White (long) 12 Pcs. Folder White (short) 1 Pcs. Glue (130g) 25 Pcs. Glue (40ml) 3 Pcs. Glue (65ml) 6 Pcs. Highlighter 45 2 Tube Ink Black L3210 3 Tube Ink Bt5000c 3 Tube Ink Bt5000m 3 Tube Ink Bt5000y 2 Tube Ink Colored L3210 4 Tube Ink Dfd60 Bk 2 Liter Computer Printer Ink-black, Regular 1 Liter Ink-refill Cyan 1 Liter Ink-refill Magenta 1 Liter Ink-refill Yellow 1 Ream Laid Paper Ivory 500s 1 Ream Laid Paper Yellow 500s 1 Cartridge Lc3617 Black 1 Cartridge Lc3617 Cyan 1 Cartridge Lc3617 Magenta 1 Cartridge Lc3617 Yellow 5 Pc. Magazine File (single) 5 Pc. Magazine File (single)blue 12 Pc. Masking Tape 1 Inch 4 Pc. Masking Tape 2 Inches 6 Pcs. Mouse Pad 7 Pcs. Packaging Tape Transparent 19 Box Paper Clip 2 Box Paper Clip 50mm 1 Box Paper Clip Jumbo (venyl Coated) 1 Pc. Paper Cutter 11 Box Paper Fastener (metal) 21 Box Paper Fastener Plastic 18 Box Pencil #2 12/box 4 Pc. Pentel Pen Broad (black) 2 Pc. Pentel Pen Broad (blue) 2 Pc. Pentel Pen Broad (red) 14 Pc. Pentel Pen Fine (black) 32 Pcs. Plastic Envelope W/ Holder 5 Pds Post-it 2½" X 2" 3 Pcs. Protractor 3 Pc. Puncher Big 34 Pcs. Record Book 100 Pages 9 Pcs. Record Book 500 Pages 2 Pc. Ruler Plastic (12") 5 Pair Scissors 15 Pcs. Scotch Tape 1 Inch 6 Pcs. Scotch Tape 100m 16 Pcs. Scotch Tape 2 Inches 2 Pcs. Scotch Tape 5 Inches 8 Box Signpen Black 0.4 5 Pcs. Signpen Blue 3 Pcs. Stabilo Pink 5 Pc. Stapler 2 Box Stapler Wire No. 10 1 Box Stapler Wire No. 26/6 28 Box Stapler Wire No. 35 16 Pads Sticky Note 3x3 10 Pads Sticky Note Small 1 Pc. Typewriter Ribbon 4 Ream Vellum Board Long 1 Pcs. White Board Large 5 Pcs. White Board Marker-black (pilot) 14 Box White Mailing Envelop Long (size 10 34 Pad Yellow Pad Paper
Closing Date28 Jan 2025
Tender AmountPHP 199.6 K (USD 3.4 K)
Municipality Of San Miguel, Bulacan Tender
Automobiles and Auto Parts
Philippines
Details: Description Purchase Of Garbage Truck 1. The Municipality Of San Miguel, Bulacan, Through The 20% Development Fund 2025, Intends To Apply The Sum Of Php 3,500,000.00, Being The Approved Budget For The Contract (abc), To Payments Under The Contract For The Purchase Of Garbage Truck With Itb Number 2024-002. Bids Exceeding The Abc Will Be Automatically Rejected. 2. The Municipality Of San Miguel, Bulacan Now Invites Sealed Bids For The Purchase Of Garbage Truck For The Municipal Enviroment And Natural Resources Office (menro). This Project Aims To Enhance Waste Collection & Disposal. 3. Scope Of Work: Purchase Of One (1) Garbage Truck Designed To Meet The Specific Needs Of The Menro With The Following Specifications: Engine: O 6-cylinder, In-line Clutch & Gear Box System: O Clutch: Ø 430 Diaphram Spring Clutch O Gear Speed/lever: 10 Forward/2 Reverse O Gear Ratio: 14.284,10.623,7.871,5.76,4.375,3.265,2.428,1.799,1.343, 1.00, 13.913 (r1), 3.18 (r2) Axle & Steering: O Front Axle: 9500 Kg (loading Capacity Per Axle) O Rear Axle: (2x) 16000 Kg Brake System & Suspension: O Service Brake: Dual Circuit Compressed Air Brake O Auxilliary Brake: Engine Exhaust Valve Brake O Parking Brake (emergency Brake): Front- Spring Energy, Rear Compressed Air O Suspension Type: Front-10 Pcs Leaf Spring, Rear- 12 Pcs Leaf Spring Fuel Tank: O Capacity: 300 Ltr O Shape/structure: Rectangular/aluminum Wheels & Tires: O Wheel Type: Reinforced Wheel(plate Thickness 13 Mm) O Number Of Tires: 10+1 (spare Tire) O Tire Type/size: 12.00 R20 O Track: Front- 2022 Mm, Rear 1830 Mm Chassis & Dimensions: O Frame Details: High-strength 8+8/300mm O Overall Dimension: L=8600mm W=2550mm H=3450mm O Wheelbase: 3825+1350 Mm O Ground Clearance: 314 Mm O Vehicle Overhang: Front-1500, Rear-1870 O Front Approach Angle: 19% O Rear/departure Angle: 23 % Dump Box Size: O Lxwxh: 5600x2300x1500 Mm O Volume: 19.32 Cum O Lift System: Middle Lift O Floor Thickness: 8mm O Side Thickness: 6mm Electrical System: O Battery: 2 Unit 24v/165ah O Alternator: 28v O Operating Voltage 24v General Performance Parameter: O Maximum Driving: 75 Km/h O Maximum Gradeability: =30° O Loading Capacity: 25000 Kg Cabin: O Steel Frames: All Steel Frame With 4-point Support Fully Floating Suspension And Shock Absorbers, O Cabin Features: Forward Control 70° Hydraulically Tiltable Cabin, 3-speed Twin Arm Wiper System, Laminated Windscreen With Casted-in Radio Aerial, O Audio System: Am/fm Radio/cassette Stereo Player, O Driver Comfort: Hydraulically Damped Adjustable Driver’s Seat And Rigid Adjustable Steering Wheel, O Climate & Ventilation: Heating And Ventilating System With Adjustable Roof Flap, O Additional Features: Exterior Sun Visor, And Air Horn For Enhance Safety. 4. Completion Of The Work Is Required Within 60 Calendar Days From The Issuance Of The Notice To Proceed. Bidders Must Have Completed A Similar Contract Within The Last Two Years. Eligibility Requirements Are Detailed In The Bidding Documents, Particularly In Section Ii (instructions To Bidders). 5. 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. 6. A Complete Set Of Bidding Documents May Be Purchased From February 5, To February 20, 2025, At The Address Below Upon Payment Of A Non-refundable Fee Of Php 5,000.00. A Soft Copy Will Be Provided Upon Presentation Of Proof Of Payment. 7. Interested Bidders May Obtain Further Information And Inspect The Bidding Documents At The Office Of The Bac, San Miguel, Bulacan, During Office Hours (8:00 Am - 12:00 Nn And 1:00 Pm - 5:00 Pm). Prospective Bidders Are Required To Submit An Updated Philgeps Registration Before Purchasing The Bidding Documents. 8. A Pre-bid Conference Will Be Held On February 4, At 1:00 Pm At The Bac Conference Room, New Municipal Gymnasium, San Miguel, Bulacan. Attendance Is Open To All Prospective Bidders. 9. The Deadline For Bid Submission Is On Or Before February 20, 2025, At 10:00 Am. Bids Must Be Submitted Manually At The Bac Office, New Municipal Gymnasium, San Miguel, Bulacan. Late Submissions Will Not Be Accepted. Bid Opening Will Be Conducted On The Same Day At 1:00 Pm, In The Presence Of Bidders' Representatives Who Choose To Attend 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And Amounts As Stated In Itb Clause 16. 11. The Municipality Of San Miguel, Bulacan Reserves The Right To Reject Any Or 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 Incurring Any Liability To The Affected Bidders.
Closing Date7 Feb 2025
Tender AmountPHP 3.5 Million (USD 59.8 K)
5911-5920 of 6035 archived Tenders