Battery Tenders

Battery Tenders

Department Of Human Settlements And Urban Development - DHSUD Tender

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

Province Of Misamis Oriental Tender

Healthcare and Medicine
Philippines
Details: Description Alcohol, Gal. 5 Gal Adhesive Plaster, With Zinc Oxide, Brown, 12 In. X 10 Yrds 3 Tube Arm Sling, Adult 10 Pc Arm Sling, Pedia 10 Pc Chromic, 2/0 Cutting, 12's 3 Bx Chromic, 3/0 Cutting, 12's 3 Bx Nitrile Exam Gloves, Blue, 100's, Small 10 Bx Nitrile Exam Gloves, Blue, 100's, Medium 10 Bx Nitrile Exam Gloves, Blue, 100's, Large 10 Bx Cotton, 400g., Roll 2 Roll Disinfectant Solution, Gal. 3 Gal. Disinfectant Spray 510g. 3 Bot. Disposable Syringe, 1ml, 100's 5 Bx Disposable Syringe, 3ml, 100's 5 Bx Disposable Syringe, 5ml, 100's 5 Bx Disposable Syringe, 10ml, 100's 8 Bx Elastic, Bandage 2", 5 Yards 10 Pc Elastic, Bandage 3", 5 Yards 10 Pc Elastic, Bandage 4", 5 Yards 10 Pc Elastic, Bandage 6", 5 Yards 10 Pc Endotracheal Tube, Fr. 3.5 5 Pc Endotracheal Tube, Fr. 5.0 5 Pc Endotracheal Tube, Fr. 7.0 5 Pc Endotracheal Tube, Fr. 7.5 5 Pc Fetal Heart Rate Doppler (srf618e) 1 Pc Foley Catheter, Fr. 10, 10's 1 Bx Foley Cathetyer Fr. 14, 10's 1 Bx Foley Cathetyer Fr. 16, 10's 2 Bx Glutaraldehyde Solution, Gal. 2 Gal. Guedel Airway, No. 2 5 Pc Guedel Airway, No. 3 5 Pc Iv Cannula, G.18, 100's 1 Bx Iv Cannula, G.20, 100's 1 Bx Iv Cannula, G.22, 100's 1 Bx Iv Cannula, G.24, 100's 2 Bx Iv Cannula, G.26, 100's 2 Bx Insulin Syringe With Needle, 30g X 3/8", 1/2 Cc, 100s 1 Bx Hgt Strip (one Touch Select), 25's 4 Bx One Touch Ultrasoft Blood Lancet, 25's 4 Bx Hospital Gauze, 40's 28x24 Mesh, 2kg./roll 4 Roll Kelly Pad 2 Pc Macroset 2 Pc Microset 50 Pc Micropore, 1 In. X 10 Yd., 12's 50 Bx Nebulizer Kit, Adult 2 Pc Digital Thermometer 15 Pc Ecg, Electrodes, Adult, Disposable 10 Pc Heparin Cap, 100's 1 Box Lubricating Jelly, 150g. 10 Tube Non-rebreathing Mask, Adult 20 Pc Non-rebreathing Mask, Pedia 20 Pc Nebulizer Kit, Pedia 50 Pc Nasogastric Tube, Fr. 14 5 Pc Nasogastric Tube, Fr. 12 5 Pc Nasogastric Tube, Fr. 5 5 Pc Oxygen Mask, Adult 20 Pc Oxygen Mask, Pedia 20 Pc Oxygen Nasal Cannula, Adult 30 Pc Oxygen Nasal Cannula, Pedia 30 Pc Oxygen Nasal Cannula, Neonate 20 Pc Povidone Iodine, 10%, Gal. 1 Gal. Povidone Iodine, 7.5%, Gal. 1 Gal. Pulse Oximeter, Adult 2 Pc Pulse Oximeter, Pedia 2 Pc Pediatric Urine Collector, 100's 1 Bx Sharps Container, 5.4 Q.t (5.1l) 10 Pc Silk 2/0 Cutting, 12's 4 Box Silk 3/0 Cutting, 12's 4 Bx Soluset 20 Pc Sphygmomanometer, Manual, Adult 2 Pc Sphygmomanometer, Manual Pedia 2 Pc Stethoscope, Adult 2 Pc Stethoscope, Pedia 2 Pc Surgical Bonnet, 100's 4 Pack Surgical Gloves, S. 6.5, 50's 4 Bx Surgical Gloves, S. 7.0, 50's 4 Bx Surgical Gloves, S. 7.5, 50's 4 Bx Sterile Water For Injection, 50ml. 25 Pc Urine Drainage Bag, Sterile, 2000ml. 20 Pc Umbilical Cord Clamp, 100's 2 Bx Ambu Bag, Manual, Silicone Resuscitator, Adu 1 Pc Medicine Cup, Plastic, 210ml. 10 Pc Medicine Cup, Plastic, 30ml. 100 Pc Asepto Syringe(irrigation Syringe) 10 Pc 3 Way Stop Cock, Plain, 50's 1 Bx Ambu Bag, Manual, Silicone Resuscitator, Pedia 1 Pc Ambu Bag, Manual, Silicone Resuscitator, Infant 1 Pc Hot Water Bag, 1l. 10 Pc Hot Water Bag, 500ml. 10 Pc Identification Bracelet, Adult, White, 100's 1 Box Identification Bracelet, Pedia, White, 100's 1 Box Ice Bag, No. 6 5 Pc Ice Bag, No. 9 5 Pc Iv Stand, 4 Hooks, Adjustible Stainless Steel 2 Pc Lidocaine Hydrochloride, 20mg/ml.(2% W/v), Solution For Injection (iv), Local Anesthetic, 50ml. 20 Pc Penguin Newborn Baby Nasal Suction Silicone Aspirator 2 Pc Surgical Face Mask, 50's 10 Box Surgical Gown, Blue 20 Pc Rubber Catheter Straight Non-sterile, Fr. 8 5 Pc Rubber Catheter Straight Non-sterile, Fr. 10 5 Pc Rubber Catheter Straight Non-sterile, Fr. 12 5 Pc Rubber Catheter Straight Non-sterile, Fr. 14 5 Pc Rubber Catheter Straight Non-sterile, Fr. 16 5 Pc Torniquet, Rubber Flat, Blue 5 Pc Wooden Tongue Depressor, Sterile, 100's 5 Box Wooden Cotton Tipped Applicator, Sterile, 100's 5 Box Ultrsound Gel, 5l. 1 Gal. Penlight With Batteries 4 Pc Tablet Cutter 2 Pc Iv. Hand Splint, Pedia (small) 10 Pc Iv. Hand Splint, Adult (small) 10 Pc **********
Closing Date21 Jan 2025
Tender AmountPHP 314.5 K (USD 5.3 K)

Department Of Education Division Of Camarines Sur Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-02-15 Attention : All Service Provider Subject : Advertisement Date : February 3, 2024 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). 2, Description Unit Qty Unit Price Total Abc/cost Food, Venue And Accommodation Of The Regional Special Management Committee Meeting Food (1 Dinner,1 Breakfast,2 Snacks And 1 Lunch) For February 13-14, 2025 100pax X P2,000.00= P200,000.00 Pax 100 2,000.00 200,000.00 Technical Specifications For Food: I. Menu February 13, 2025 Dinner 1 Cup Steamed Rice 1 Regular Serving Oven Roasted Baby Back Ribs With Plum Hoisin Sauce 1 Regular Serving Ginataang Parapagolong 1 Regular Serving Squash Soup With Bacon Bits 1 Regular Serving Buko Pandan Salad(semi-sweet) 1 Glass Of Water February 14, 2025 Breakfast 1 Large Whole Egg 1 Regular Size Fried Dried Fish 1 Regular Serving Beef Tapa 1 Cup Steamed Rice 1 Cup Hot Choco/coffee Am Snacks 1 Regular Serving Baked Macaroni 1 Glass Of Water Lunch 1 Cup Steamed Rice 1 Pc Potcherong Baboy At Saging Na Saba 1 Regular Serving Ampalaya Con Tausi 1 Regular Serving Sinigang Na Hipon Soup 1 Regular Serving Buko Salad W/tapioca 1 Glass Of Water Pm Snacks 1 Snack Plate Pancit Guisado 2 Pcs. Slice Bread 1 Glass Mango Juice Ii. Conditions 1. Meal Coverage:100 Participants. Meals Starts At Dinner Time. 2. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 3. With Water Dispenser And Purified Water 4. With Sterilized And Properly Cleaned Utensils 6.with 2 Free Meals For Guests 7.with Assigned Waiters And Head Waiters During The Event Proper 8.with Five (5) Extra Free Meals For Guest Technical Specifications For Venue: I. Availability Of Function Rooms: 1.one (1) Big Air-conditioned Session Hall That Can Accommodate 100 Participants As Session Hall. 2. Date: (february 13-14, 2025) Ii. Location And Site Condition 1. Within Naga City With Access To Main Roads And National Highways. 2. With Free Parking Space Within The Venue 3. With One(1) Free Accommodation For Guest. Iii. Neighborhood Data 1.sanitation And Health Conditions – Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station – Proximity To Police And Fire Stations Iv. Venue: 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1- Session Room - Air Conditioned Hall 2.1.1arrangement Of Tables And Chairs Must Observe Proper Distancing Occupying 8 Guests Per Table. 2.1.2 - With Presidential Table Accommodate 6 Officials/guests. 2.1.3 - With 2 Rectangular Table For Secretariat 2.1.4 - Front Stage Must Be Free From Obstruction From The View Of The Participants. 2.1.5- 1 Lcd Projector And Widescreen, Complete Set Of The Sound System, 2 Microphones Microphones (if Wireless, Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.6 - 1 Podium. Lectern For The Hall 2.1.7 - Hotel It Staff On Stand-by In The Session Hall. 2.1.8- Unlimited Access To Internet. Wifi And At Least 100 Mbps. 2.1.9 - Free Backdrop, Layout Approved By The End-user Care For The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 8x12 Ft. Size. 2.1.10 - Extra Extension Cord That Can Be Used By The Participants. 2.2- Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall. 2.3 - Space Requirements - One (1) Hall) Session Hall That Can Accommodate 100 Participants. 3. Room Arrangements 3.1 - Air-conditioned Rooms For The Facilitators, Guest Speakers, And Technical Working Group. 3.2 - With Hot And Cold Bath. 3.3 - Provision Of Toothpaste, Soap, And Other Hygiene Materials. 3.4. With Clean Beddings And Towels. 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms And Continuous Supply Of Toilet Paper. 4.2 Lighting System - With Uninterrupted Electrical Supply. 4.3. Elevator - With Functional Elevator If High Storey Building And Standby Wheelchair. 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines. 4.5 Firefighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers. 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Maintenance - Maintained Cleanliness/ Disinfection Of Hall, Restrooms, Sleeping Quarters, Coffee/tea/creamer/sugar Cover And Dining Area. 5.2 Attractiveness - With Ambiance That Promotes Learning. 5.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services. 5.4 Parking - With Sufficient Parking Area. Total 200,000.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: February 7, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬7 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd.arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date7 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)

Municipality Of Krasov Tender

Others...+1Electrical and Electronics
Czech Republic
Details: The subject of the contract is the installation and connection of photovoltaic panels on the municipal office building, the installation of cable routes for the DC and AC parts, the installation of inverters, batteries and the connection to the existing electricity distribution and to the distribution network. A maximum of 41 panels with a total output of min. 19.68 kWp - max. 25 kWp will be installed on the roof of the municipal office; the battery storage will then have a capacity of min. 20.0 kWh. The installation of PV on the roof of the building does not entail any fundamental structural changes. Energy management will be introduced as part of the project, including control software and measuring and control elements for the optimization of energy production and consumption. The contracting authority also intends to use the excess electricity produced. Energy from PV to be shared with other consumption points – this is public lighting (department No. 186 and 229). The contract therefore also includes the preparation and execution of the connection of the affected consumption points to continuous metering in accordance with the rules for connection through the distribution system.
Closing Date31 Jan 2025
Tender AmountCZK 1.6 Million (USD 68.1 K)

Municipality Of Batuan, Bohol Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Batuan Abstract Of Bid/bill Of Quantities ____________________________ ____________________________ ____________________________ Sealed Proposals,plainly Marked''proposals For Supplying To The Government''subject To The Terms And Conditions Set Forth Will Be Received On_______________ Of _________________ And Publicly Opened In The Presence Of The Members Of The Bids And Awards Committee Or Their Duly Authorized Representatives. Item Qty Unit Item Description Unit Cost Total Cost 1 Unit Professional Digital Console Microphone Mixer 20 Channels, 12 Stereo Microphone Inputs 4 Stereo Signal Audio Inputs, 2 Stereo Signal Outputs, 6 Sub/bus Out Signal, 1 Head Room Out, Digital Touch Screen Display For Easy Calibration, Individual Parametric Graphic Equalizers At 26 Equalizers, Hot Spot Operated At Google Play Remote Control/can Be Control On Any Android Gadgets, 5 Inch 7 Inch Touch Screen Display, All With Matrix Adjustmt Gate & Compressor Control, With Vocal Effects Processor, 3 Heavy Duty, Studio Master Digilive. 1 Unit Professional Digital Audio Processor Digital Speaker Management * Take Control Of Your Pa System With This State -of-the[1]art Loudspeaker Management System * Automatically Set Up Your Pa With Updated Wizard Functions *take Control Of The Drive Rack Pa2 With Your Favorite Mobile Device Or Laptop *enhanced Advanced Feedback Suppression And Autoeq Functions *includes Dbx's Legendary Compression *works With Android, Ios, Mac, And Windows Devices *built-in Crossover, Limiting, And Driver Alignment Delays 4 Units Professional Passive Sound Reinforced Speaker System, Dual 15 Inch With 4 Inch Compression Driver Unit, By Amp Design, 2500 Watts Each (rms), Plybeirge Box Enclosure, Long Thru Voice Quality At 110 Degrees Voice Caption Dipression, Heavy Duty Series 9 Units Professional Sound Reinforced Self Powered (powered) Speaker System With Compression Driver Unit, 12 Inch Speaker Driver With Compression Driver Unit, 500-800 Watts (rms) Self- Powered, Digital Back Control Display, With Tone Control And Gain Control 4 Units Professional Sound Reinforced Sublow Passive Speaker, Customed Made Speaker Enclosure At Textured Finished, W-box Jbl Design Customed With Unit Of 1,600w Rms- Original P. Audio 18 Inch Speaker Inclusion Heavy Duty, All Weather Passive 2 Units Professional Stereo Power Amplifier For Sublow Speaker Use, Toroidal Power Supply At 2000-4000 Watts (rms) Per Channelx 2, Powerful Power Transitor Type, Heavy Duty 2 Units Professional Stereo Power Amplifier For Mid Low- Mid Hi-use, Toroidal Power Supply At 1800-3000 Watts (rms) Per Channelx2, Powerful Power Transitor Type, Heavy Duty, 1 Unit Professional Professional Stereo Power Amplifier For Hi Mid Hi-use, Toroidal Power Supply At 800-2000 Watts (rms) Per Channelx 2, Powerful Power Transitor Type, Heavy Duty 1 Set Professional Wireless, Handheld Microphone System, 2 Handheld Mic In One Set At Uhf Frequency Battery Operated, Plus Ufh Main Receiver In One Set Ufh Frequency, 220v, 100 Meters Caption, 1 Unit Professional Automatic Voltage Regulator, With Time Delay, Servo Motor Type, With Volt Meter And Amphe- Re Meter, Dual Toroidal Power Supply, Prevents Fluctuation Of Electricity From Low Voltage To Hi Voltage To Electrical Normalization, 20,000 Watts-(20kva) Heavy Duty 1 Lot Hardware, Bolt, Screws, And Other Electrical Ancilaries For Electronic And Electrical Connectivity That Includes Bracketing For The Bleacher Speaker System, Its Safety Cabling And Audio And Electrical Terminal 1 Set Professional Snake Box Customized From Operator S Booth To Signal To User 16 I 4 Returns 4 Rolls Professional Stereo Signal Cable, 99.99 Percent Copper Pure, 400 Ohms, Copper Pure, Heavy Duty, 4 Rolls Professional 16-2 Cable Enclosure In One Insulation With Ground, Royal Cord 16-2, 99.99 Percent Copper, Oxygen Free, Use As Speaker Cable/ Supply Cable: 40 Pairs Professional Xlr Male And Female Connectors, 1 Lot Professional Systems Installation Fee That Includes A) Bracketing B) Mounting Of Equipments C) Programming D) Calibration E) Termination F) Orientation To End User G) Orientation To Basic Maintenance Of The Said Supply Note: Along With This Package Is A Free 1 Set Of Stage Search/spotlight Red-green-blue-white Spot Colors 1 Set Supply And Professional Installation Of Led Wall With Protective Roll Up Covers, Its Framing Programming, Accessories And Electrical Supply Inclusions Per Set: 1 Set 60 Panels Of Led Wall At 50cmx50cm Per Set-- At P3.9 Projection Contrast Rate, Fine Quality, Ip66-67 All Weather Outdoor Led Wall Sytem, Water And Heat Proof, Programmable, Ultra High Definition, All Colors Available Real And Bright Image Projection, Can Form To Landscape Or Portrait Set Up Approximate Measurement When Assembled Per 40 Panels Of 50cm X 50cm= 8.65 Ft X 11.80 Ft 1 Unit- Led Wall Driver/ Controller, Heavy Duty 1 Unit: 30kva/30,000 Watts Automatic Voltage Regulator, Toroidal Power Supply With Voilt Meter And Ampere Meter Equipt With Time Delay And Servo Motor Type, Adopts Electricity Fluctuation Both Low And High Voltage, Heavy Duty 1set Metal Frame For Fixed Installation On The Stage 1 Set Protective Roll Ups, Stainless Steel Metal With Vertical Metal Support, Horizontal Roll Up Blades As Protective Cover, Heavy Duty, Customed Made 1 Unit Professional Computer Set With 24 Inch Computer Set Monitor, Computer Specs: *amd Ryzen 7 5700x 3.4ghz (4.6ghz Max Boost) Cpu Processor I 1tb Nvme Ssd Up To 30x Faster Than Traditional Hdd I 240mm Aio *nvidia Geforce Rtx 3060 12gb Gddr6 Graphics Card (brand May Vary) I 16gb Ddr4 Ram 3200 Gaming Memory With Heat Spreader I Windows 11 Home 64-bit *802.11 Ac I No Bloatware I Graphic Output Options Include 1x Display Port Guaranteed, Addiotional Ports May Vary I Usb Ports Including 2.0, 3.0, And 3.2 Gen 1 Ports I Hd Audio And Mic I Free Gaming Keyboard And Mouse *4 X Rgb Ring Fans For Maximum Air Flow, 11th Gen 1 Set Electrical Cables Its Safety Earth Groundings, Panels And Switches 1 Lot Professional Systems Installation That Includes Mounting Of Led Walls, Bracketing, Program Ming, Termination, Calibration And Orientation To End User 1 Unit Professional Stage And Entertainment Lighting And Effects Control With Bright Screen, Increased Processing Power, And Faster Graphics Engine, The Tiger Touch Ll Is The Most Specified Titan Console. * Represents The Perfect Combination Of Power And Portability * Small And Light Enough To Fly In Standard Hold Luggage *smpte Time Code Support And A Button Layout To Match The Entire Titan Range Quicksketch Labelling For Ultimate Personalization Powerfull Multi-user Networking With Any Titan Console Create Huge Effects In Seconds With Key Frame Shapes Feature-packed Cue Lists Supporting Macros, Tracking, Autoloads, Timecode And More Expand Dmx Channel Capacity With Titan Net Processors Synergy-ready. Add Any Ai Product To Unlock Seamless Video Integration 10 Unit Professional Beam 295 Moving Head Lights With Touring Hard Case Good For 2 Moving Heads Equivalent To 5 Touring Hard Case For 10 Units Of Beam 295 Features: 14r 295w Beam Moving Head Light Lamp: Roccer 14r 295w Channel Mode: 18 Dmx512 Channel Amazing Dot Matrix, Four Tact Switch, 180◦ Turning Show Color Wheel: 14colors + White, And Seven Colors Effect Gobowheel: 14 Gobos (8fixed Gobos + 5 Glasses Gobos + White) Effect Wheel: 6 Independent Prisms, 8 Prism/ T Prism/ 6+12 Prism/16 Prism/t Prism/8+16+24 Prism, Can Combine 17 Kinds Of Prism Effects 32 Units Professional Par Led Light Stage Color Changer Lights, Red Green Blue White Color Combination Heavy Duty 3 Watter Equals 162 Watts Over All At 54 Bulb Or 18 Bulbs At 9 Watts Per Bulb 2 Units Professional Crank Case Type Tripod Heavy Duty Lighting Stand Controls Up And Down Of Installed Lights, Easy Movable In Different Angles, Load Up To 70 Lkgs, Can Accommodate 8 Units Of Par Led Lights 2 Units Professional Power Smoke Machine System With 2 Liters Unscented Smoke Fluid Free Each Machine 1,500 Watts 4 Rolls Number 16 Pure Copper Power Dupex Cable, Heavy Duty, Philippine Standard Strand 5 Rolls Professional Dmx Cable, Signal Microphone Cable 100-400 Ohms Impedance, Heavy Duty, Pure Copper 99.99 Percent Coper, 2 Shielded Plus One Ground Wire In One Consolidated Cable, 4 Units Professional Dmx Lightings Signal Splitter, Heavy Duty At 8 Splits 1 Units Professional Automatic Voltage Regulator 30 Kva (30,000 Watts) With Ampere Meter And Volt Meter, Equip With Time Delay, Servo Motor Type, Toridal Power Supply, Dual Power Supply Winding At Pure Copper At Power Supply In One Cabinet, Enclose In One Stainless Steel Metal Cabinet, With Locking System And Caster Wheel For Mobility Protects All Lighting Equipments From Power Interruption That May Cause Power Fluctuation Form Low Voltage And Hi Voltage To Normalization Or Voltage Normalization 1 Lot Electronics Connector For All Electronic Connectivity 1 Lot Electrical Connectors, Panels, Outlets And Plugs 1 Lot Professional Systems Installation That Includes: A) Bracketing B) Mounting Of Equiptments C) Programming D) Calibration E) Termination F) Orientation To End User G) Orientation To Personnel To Operate On Basic Programming And Maintenance Of The Said Supply Total Total Bid/quotation Should Not To Exceed The Approved Abc Name Of Project: Purchase Of Supply Of Audio And Lighting Equipment With Systems Programming And Led Wall For Batuan Gymnasium Place Of Delivery:pob. Sur , Batuan, Bohol Time Of Delivery:__________________ Date Of Delivery:___________________ Bid Security Surety (5%) Cash Guarantee (2%) I Hereby Certify That The Above Articles Are Actually Carried In Stock By Me. The Terms And Conditions Specified Above Are Hereby. _______________________________ Name & Signature Of Bidder Eliseo B. Sumampong Bac Chairman
Closing Date3 Jan 2025
Tender AmountPHP 4 Million (USD 69 K)

Province Of Rizal Tender

Others
Philippines
Details: Description Republic Of The Philippines Rizal Provincial Government City Of Antipolo Province Of Rizal Invitation To Bid For The Supply And Delivery Of Sporting Goods And Equipment 1. The Rizal Provincial Government, Through The Special Education Fund Intends To Apply The Sum Of 5,151,322.00 Being The Abc To Payments Under The Contract For 25-0022. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Rizal Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15 Day Delivery Period. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From Rizal Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 From The Given Address Below. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Rizal Provincial Government Will Hold A Pre-bid Conference On February 04, 2025; 10:00 A.m. At Bidding Room 3/f Capitol Bldg. Ynares Center Complex, Antipolo City. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 17, 2025; 9:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instruction To Bidders (itb) Clause 14. 9. Bid Opening Shall Be On February 17, 2025; 10:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Rizal Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ma. Teresa E. Lasquety Bac Secretary, Bidding Room 3/f, Rizal Provincial Government Ynares Center Complex, Antipolo City Rpgprocurement28@gmail.com 8256-3000 Local 4914 Http://rizalprovince.ph January 28, 2025 ______________________________________ Engr. Luisito G. Munsod Chairman Bids And Awards Committee Archery 1 8 Pcs Target Stand (wooded - 4 Legged) 50,400.00 2 8 Pcs Target Buttress (square - 124cmx124cm) 104,000.00 3 24 Pcs Target Faces ( 80cm - Threaded) 21,600.00 4 56 Pcs Target Faces ( 122cm - Threaded) 39,200.00 5 1 Pcs Meter Roll (100m Fibergalss Meter Tape) 500.00 6 3 Kg Plastic Twine (heavy Duty) 300.00 7 3 Kg Umbrella Nails (3") 450.00 Arnis 8 50 Pcs Padded Stick Red 35,000.00 9 50 Pcs Padded Stick Blue 35,000.00 Athletics 10 30 Pcs Hurdles (with Hole In The .762m, 840m, .914m And .991m, 1.067m) Mark 214,500.00 11 1 Pc Landing Foam (1m Kapal Ng Foam) By 2m (lapad Ng Foam) 3m (haba) (1mx2mx3m) With Cover 130,000.00 12 2 Pcs Upright Stand (for High Jump) 13,000.00 13 2 Pcs Horizontal Bar (crossbar For High Jump-fiber Galss) 24,000.00 Badminton 14 100 Tubes Shuttlecocks 170,000.00 15 8 Pcs Score Indicator 16,000.00 Baseball 16 6 Doz Secondary Baseball Balls - 28,200.00 17 4 Pcs Tally Counter 1,400.00 18 4 Pcs Baseball Bat (32" 28oz 2 5/8 Diameter 26,000.00 19 10 Bags Calsumine Powder 5,000.00 20 50 Pcs 3 Inches Nail 7,500.00 Basketball 21 4 Set Portablle Digital Electronic Scoreboard 34,000.00 22 8 Pcs Basketball Ball Size 7 41,600.00 23 8 Pcs Basketball Ball Size 6 33,600.00 Boxing 24 1 Set Boxing Gong 7,800.00 25 2 Set Stopwatch 3,000.00 26 12 Set Boxing Gloves (red/blue) 93,600.00 27 6 Set Boxing Cup Protector For Male 54,600.00 28 20 Pcs Gum Shield (no Red Or Partially Red Colored) 13,000.00 Chess 29 90 Pcs Digital Chess Clock With Battery 351,000.00 Football 30 8 Pcs Football Goals (standard Size) 156,000.00 31 4 Pcs Football Nets (standard Size) 6,000.00 32 6 Pcs Football (soccer) Ball Size "5" 22,800.00 33 6 Pcs Football (soccer) Ball Size "4" 19,800.00 34 4 Set Football Corner Flag (standard Stadium Size) 17,200.00 35 2 Pcs Stopwatch/timer (boardsports Football) 8,000.00 36 2 Pcs Football Soccer Manual Substitution Board 6,000.00 37 2 Pcs Portable 4 Digit Sports Score Board 4,000.00 Futsal 38 10 Pcs Futsal Ball 26,000.00 39 4 Pcs Futsal Net 20,800.00 40 2 Pcs Manual Scoreboard 5,200.00 41 2 Pcs Timer 5,200.00 42 4 Pcs Futsal Goal 20,000.00 Gymnastics 43 1 Pc Horse Vault (125cmx1.20mx95cm) 143,000.00 44 1 Pc Spring Board (2 Feet .6m) Wide And 4 Feet (1.2m) Long 43,000.00 45 1 Pc Balance Beam 390,000.00 46 5 Pcs Landing Foams 292,500.00 47 1 Pc Uneven Bars 502,000.00 48 5 Pcs Tumbling Mats 39,000.00 Sepaktakraw 49 15 Pcs Secondary Boys (ge 511) 16,500.00 50 15 Pcs Secondary Girls (ge 411) 16,500.00 51 15 Pcs Elementary Boys (ge 411) 16,500.00 52 6 Pcs Nets With Nylon Cords Ge 23,400.00 53 6 Pcs Score Indicator 12,000.00 Swimming 54 12 Pcs Digital Stopwatch (100 Liners) 13,200.00 55 8 Pcs Laundry Basket (big) 8,800.00 56 20 Pcs Clipboard (small) 4,000.00 57 1 Lot Meet Manager 26,000.00 Softball 58 4 Pcs Bat (30 Inches) 42,000.00 59 4 Pcs Bat (32 Inches) 62,400.00 60 12 Boxes Ball 36,000.00 61 4 Pcs Double Base 40,000.00 62 12 Pcs Bases 156,000.00 63 4 Pcs Pitcher's Plate 8,000.00 64 4 Pcs Catcher's Plate 24,000.00 65 4 Bags Lime 2,800.00 Table Tennis 66 5 Set Table Tennis Table 104,000.00 67 5 Set Table Tennis Net 7,500.00 68 10 Set Table Tennis Score Indicator 20,000.00 69 1 Box Table Tennis Ball 6,500.00 70 20 Pcs Towel Rack 1,000.00 Taekwondo 71 128 Pcs Interlocking Rubber Mats (1mx1m, 1'' Thick) 332,800.00 72 2 Pcs Tailor's Tape Measure 300.00 Tennis 73 75 Tubes Tennis Balls 52,500.00 74 8 Pcs Clipboard 1,600.00 75 4 Pcs Stopwatch 3,600.00 Wrestling 76 30 Pcs Interlocking Rubber Mats (1mx1m, 1'' Thick) 39,000.00 77 1 Pc Portable Score Board 2,000.00 78 1 Pc Digital Timer 1,300.00 Volleyball 79 12 Pcs Volleyball 78,000.00 80 4 Pcs Ball Cart 54,000.00 81 4 Pcs Volleyball Net Antenna 52,000.00 82 4 Pcs Foldable Scoreboard 26,000.00 83 4 Pcs Air Pressure Gauge 22,000.00 Wushu 84 1 Set Sanda Ring/platform 130,000.00 85 3 Set Per Color Head Gear 12,000.00 Pencaksilat 86 1 Pc Gong 6,500.00 87 2 Pcs Tournament Lamp 2,600.00 88 12 Pcs Flag: 8'x12--2 Yellow,6 Blue, 6 Red 1,872.00 89 2 Pcs Stopwatch 2,600.00 90 4 Pcs Round Lamp 5,200.00 91 100 Pcs Rubber Mats 200,000.00 Goal Ball 92 8 Pcs Official Ball 132,000.00 93 8 Pcs Eye Patch 3,200.00 94 8 Pcs Eye Shade 5,200.00 95 3 Pcs Stopwatch 7,800.00 96 1 Pc Digital Timer 2,600.00 97 1 Pc Score Indicator 2,600.00 Bocce 98 2 Set Bocce Ball 39,000.00 99 1 Pc Digital Timer 2,600.00 100 1 Pc Score Indicator 2,600.00
Closing Date5 Feb 2025
Tender AmountPHP 5.1 Million (USD 88.1 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00127 (re-advertisement) : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao 1. The Dpwh Regional Office Ii, Through The 2024 Ps-dbm Revolving Fund Intends To Apply The Sum Of ₱64,525,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00127: Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao Contract Id No. : 24b00127 Location : Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Brief Project Description : Ps-dbm Building, Generator Set With Generator Set House And Concrete Pavement, Building = 23.0 X 33.8 Meters Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer • Provision Of Furniture /fixtures Equipment & Appliances For The Field Office Of The Engineer Other General Requirements • Permits And Clearances • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Additional Geotechnical Investigation Earthworks • Trees (furnishing And Transplanting) • Clearing And Grubbing • Removal Of Trees • Structure Excavation • Embankment (from Structure Excavation And Borrow) • Gravel Fill Subbase And Base Preparation • Aggregate Subbase Course Surface Courses • Pccp, 0.15m Thick, 14-day Concrete Plain And Reinforced Concrete Works • Structural Concrete, (3000 & 4000) Psi, Class A, 28 Days • Lean Concrete • Reinforcing Steel Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Ceiling, Metal Frame, Gypsum Board • Aluminum Metal Cladding • Modular Partition • Louver Window • Flush Door • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning, Fixed) Type • Frames (jambs, Sills, Head, Transoms And Mullions) • Doors, (flush, Wood Panel) • Roll-up Doors • Waterproofing, Liquid • Built-up And Preformed Membrane • Canopy Drain With Strainer • Unglazed Tiles • Cement (floor, Plaster) Finish • Stucco Finish • Painting Works, (masonry/concrete, Steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel), (100 & 150) Mm • Louver Block • Metal Structure Accessories • Metal Railing (steel) • Sanitary/plumbing Fixtures • Cold Water Lines • Sewer Line Works • Storm Drainage And Downspout Electrical Works • Rigid Steel Conduit • Rigid Polyvinyl Chloride Pipes (pvc/upvc) • Boxes/wire Gutter • Fittings And Accessories • Electric Wire • Single Pole Wall Switch On One Switch Plate • Duplex (2 Single Pole Wall Switches On One Switch Plate) • Triplex (3 Single Pole Wall Switches On One Switch Plate) • Three-way Switch • Single Convenience Outlet/receptacle, Grounding Type (gt) • Duplex Convenience Outlets/receptacles (gt) • Pop-up Type/floor Duplex Convenience Outlet/receptacle (gt) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Pad Mounted Distribution Transformer (oisc) With Complete Accessories • Generator (single Or Three Phase - Standby) • Lighting Fixtures Electronic Works • Network Cabling • Cctv System • Network Video Recorder • Lcd, Led Monitor • Door Access And Card Reader System • Public Address System • System Management Amplifier • Remote Microphone • Ceiling Speaker • Wall Mount Speaker • Wires/cables • Fire Alarm System • Smoke Detector With Base • Heat Detector With Base • Fire Alarm Control Panel • Manual Pull Station Switch • Back-up Battery Pack Mechanical Works • Ventilating Equipment • Exhaust Fan (ceiling Cassette, Wall Mounted, Wall Mounted, Industrial Type) • Booster Pump With Control • Water Tank (stainless) • Fire Department Connections For Wet And Dry Type System • Air Conditioning System (vrf/vrv) • Service Elevator Approved Budget For The Contract (abc) : ₱64,525,000.00 Contract Duration : 243 Calendar Days Inclusive Of 16 Unworkable/rainy Days, 47 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Closing Date30 Jan 2025
Tender AmountPHP 64.5 Million (USD 1.1 Million)

The City Government Of Baguio Tender

Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-157 Rebidding November 5, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Sixty (60) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Unit Dropside Truck 3,390,000.00 General Specification: Gross Vehicle Mass Rating: 4,490kg Wheelbase: 3,405mm Rear Overhang: 1,955mm Overall Length: 6,430mm Approx. Vehicle Performance Horse Power Rating: 136 Ps @ 2,500rpm Maximum Torque: 390 N-m (39.8 Kg F.m) @ 1,400-2,400rpm Maximum Speed: 150 Km/h Maximum Engine Speed: 3,350rpm Gradeability: 45.5 % Engine: Diesel, Turbo Charged & Intercooled, 4-cycle, Vertical, 4-cylinder In-line, Overhead Valve, Water-cooled, Direct Injection Piston Displacement: 4.009l Emmission Level: Euro-iv Compliant Clutch: Dry, Single Plate With Damper Springs, Hydraulic Control Transmission: Manual 5-speed, With Overdrive Gear Ratio 1st 5.342 :1 - 5th 0.712 :1 Rear Axle: Full-floating, Single Reduction, Single-speed Hypoid Gearings Gear Ratio 4.333 :1 Service Brake: Dual-circuit Hydraulic, Vacuum Assist Parking Brake: Mechanical, Internal Expanding, Acting On Transmission Output Shaft Steering: Telescopic And Tilt Steering Column, Recirculating Ball With Integral Power Steering Fuel Tank : 100 Liters Wheel & Tires Wheels: 6-stud Disc Wheels Tires: 235/65r16c (tubeless) 5-number Including One Spare Tire Cab Aircon: With Airconditioning Unit Electrical Batteries: 12v X 2, Parallel Connection. 216 Kc {60 A-h} At 20-hour Rate Alternator: 12v – 130a Body Dimensions: (interior) Length: 4,575 Mm Width: 1,750 Mm Height: 400 Mm Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 1 Of 2 Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2024-157 Rebidding November 5, 2024 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Sixty (60) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) Dropside Body Specifications Floor Joist: 3.0mm T Msp G-channel Flooring: 2.3 Mm T Ms Checkered Plate Side/rear Gates Panel: 1.2 Mm T G.i Bended Sheet Front Panel: 1.4 Mm T Ms Plate Front Post: 2.0 Mm T Ms Plate Body Anchorage: 16mm D S45c U-bolt Steel Runner: 3.0 Mm T Ms Plate Step Ramp: 2.3 Mm T Ms Checkered Plate Lower Skirt: 0.8 Mm T G.i. Sht. Bended Closed Section Side Lights: 4 Pcs. Led At Sides (2 Pcs. Lh/ 2 Pcs. Rh) Rubber Gate Stopper: Equipped Drop Frame: Rhs #16 1.5t X 40 X 50 Hinges: 3.0 Mm T G.i. Steel Gate Locks: Spring Latch Undercoat: Painted Black Tailgate Lifter: 750kgs Capacity Chassis Warranty: Three (3) Years, Unlimited Mileage. Body Warranty: One (1) Year Warranty Note: 1. Bidder Should Be Authorized Dealer/distributor Of The Brand Offered With Certification 2. Brand Offer Should Be In The Philippine Market For 25 Years 3. Inclusive Of Lto Registration And Tpl Insurance (3 Years) 4. Inclusive Of Seminar & Training For The Proper Usage And Maintenance Of Unit 5. Inclusive Of Tint, Matting And 2pcs. Ewd Please Indicate Brand Of Offer And Attach Complete Technical Brochures In The Eligibility And Technical Proposal Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Sale Of Vehicles For Use Of Gso Under Pr No. 4 Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Officel, City Hall, Baguio. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry, Baguio City, January 10 , 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Please Refer To The Bid Conditions At The Back Name Of Establishment Bidder's Signature Page 2 Of 2
Closing Date10 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.4 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building, Luzon Datum, Barangay Hinanggayon, Mogpog, Marinduque (phase 2) 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 14,843,200.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0058 - Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building, Luzon Datum, Barangay Hinanggayon, Mogpog, Marinduque (phase 2). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building, Luzon Datum, Barangay Hinanggayon, Mogpog, Marinduque (phase 2) Contract Id No. : 25ea0058 Locations : Brgy. Hinanggayon, Mogpog, Marinduque Scope Of Works : Rehabilitation Of Multi-purpose Building And Site Development Plan Including Retaining Wall; Decorative Stone; Pebble Washout Finish; Stamped Concrete; Stainless Steel Signages; Cement Plaster; Earthworks; Tile Works; Granolithic Marble Work; Painting Works; Landscape Gardening; Solar Street Light; Wall Lamp; Step Light; Beam Light; Hybrid Inverter With Solar Panel And Batteries; And Electrical Works. Including Zoning Fee/locational Clearance; Filing Fee; Occupancy Permit; Professional Fee. Approved Budget For The Contract : Php 14,843,200.00 Contract Duration : 210 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From Theprs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10-30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 17, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_mza5yzdlntetmjy3ms00yzcxlwe4nwutyjc5mdewzmi4zdzh%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 30, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Ramel J. Naranjo Bac Vice-chairperson Date: January 10, 2025
Closing Date4 Feb 2025
Tender AmountPHP 14.8 Million (USD 253.8 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Description this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). disclaimer: This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought Description this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 5 Network Contracting Office, Is Seeking Sources That Can Provide Delivery Of Point Of Care Blood Testing Solution For The Baltimore Vamc - 50 Irving Street Nw, Washington Dc 20422. item Information item Number description Of Supplies/services quantity Unit 0001 18 ea ________________ _________________ i-stat Analyzer With 3 Year Service (06s94-o4) 0002 18 ea ________________ _________________ i-stat 1 Downloader Recharger Kit (04p73-04) 0003 18 ea ________________ _________________ i-stat Rechargeable Power Pack (06f23-55) 0004 10 ea ________________ _________________ i-stat Electronic Simulator (06f11-01) statement Of Work point Of Care Blood Testing Solution va Maryland Health Care System baltimore, Md purpose: the Overall Purpose Of This Requirement Is To Procure Additional Point Of Care (poc) Blood Testing Units For Various Services Within The Va Maryland Healthcare System S (vamhcs) Baltimore Va Medical Center. These Prospective New Devices Will Give Clinical Staff In Different Areas Of The Hospital The Ability To Test Small Amounts Of Blood And Receive The Results In Minutes, All While Relaying The Results To The Electronic Health Record (ehr). These Prospective Devices Should Be Able To Conduct A Range Of Testing Including Blood Gases, Chemistries And Electrolytes, Cardiac Markers, Coagulation, Hematology, And Endocrinology. This Requirement Includes The Procurement Of The Devices, A Charging Dock, A Rechargeable Battery Pack For Each Unit, And Electronic Simulators. scope: the Contractor Shall Deliver And Install Equipment With All Specified Salient Characteristics (see Below). Only New Equipment Will Be Accepted. the Contractor Shall Provide Shipping, Transport, Installation, And All Equipment Necessary To Meet The Requirements And Capabilities Listed Within The Scope. the Assembly Of The Devices And Their Accessories Must Be Performed By A Vendor Service Trained Representative. the Contractor Is Responsible For Identifying Any Missing Parts Or Components Not Included In The Order For The Devices And Their Accessories. the Contractor Shall Include Accessories And Consumables For Initial Deployment Of The Point Of Care Devices. salient Characteristics: eighteen (18) Point Of Care Blood Testing Devices Equivalent Too: manufacturer: Abbot Point Of Care model: I-stat 1 eighteen (18) Downloader Recharger Kit manufacturer: Abbot Point Of Care model: I-stat 1 Downloader eighteen (18) Rechargeable Power Pack manufacturer: Abbot Point Of Care model: I-stat 1 Rechargeable Power Pack ten (10) Electronic Simulators manufacturer: Abbot Point Of Care model: I-stat 1 Electronic Simulator operational Manuals Will Be Provided For All Equipment Included In This Procurement. implementation And Installation installation And Validation Shall Be Included In The Procurement Cost And Shall Include But Not Limited To: delivery And Assembly Of Devices And All Included Accessories. installation Of Devices In All Areas Of Use In The Hospital interfacing Of The Devices With The Ehr To Ensure That Test Results Are Stored In The Electronic Patient Record. all Materials Required To Assemble The Devices And Accessories Shall Be Provided By The Contractor. all Implementation, Installation, And Interfacing That Is Performed As Part Of This Procurement Will Be Scheduled With Representatives From The Baltimore Va Medical Center. training the Contractor Shall Provide Onsite Training For All Vamhcs Staff In The Areas Of Use On The Operation Of The Medical Equipment. areas Of Use Include But Are Not Limited To The Emergency Department, Micu, Cicu, Sicu, Or, Radiology, Same Day Surgery, Early Warning Sign Service, Laboratory, And Respiratory Service. biomedical Engineering Training For The Baltimore Va Medical Center S Biomedical Equipment Support Specialists (bess) On Maintenance And Operating Procedures. delivery the Contractor Shall Deliver Necessary Equipment To The Baltimore Va Medical Center Located At The Following Address Below With At Least A Two Week Notice To The Biomedical Engineering Team At The Baltimore Va Medical Center Or The Cor Of This Procurement. Baltimore Va Medical Center Attn: Biomedical Engineering 10 N Greene St Baltimore, Maryland 21201 the Contractor Shall Deliver Equipment And All Items Required For Installation Only When The Site Is Ready For Installation To Proceed. This Includes A Two Week Notice From The Vendor To The Site Detailing The Delivery Information Of The Equipment Detailed In This Procurement. the Contractor Shall Coordinate All Deliveries, Installation, And Parking Arrangements With The Poc. delivered Materials Will Arrive In Manufacturer S Original Sealed Containers With The Associated Purchase Order Number Listed On The Outside Of The Box. the Contractor Shall Conduct A Joint Inspection With The Poc Upon Delivery Of The Equipment And Shall Provide The Poc A List Of Missing Or Damaged Items Found Upon Inspection. This Inspection Will Need To Be Scheduled Prior To The Vendor Representative Arrives To The Baltimore Va Medical Center. the Contractor Shall Remove All Related Shipping Debris And Packing From The Vamhcs Facilities. site Conditions there Shall Be No Smoking On Hospital Property At Any Time. inspection And Acceptance the Contractor Shall Conduct A Joint Inspection With The Poc Upon Delivery Equipment. the Contractor Shall Provide The Va Poc A List Of Missing And /or Damaged Items Found Upon Inspection And Have Those Items Replaced At No Cost To The Government. the Poc Shall Ensure All Work Is Completed Satisfactorily Prior To Acceptance. Disputes Shall Be Resolved By The Va Contracting Officer. deliverables operation And Maintenance Manuals deliver Compilation Of All Manufacturers Recommended Maintenance Schedules And Operation Materials Packaged Upon Delivery. Manuals Shall Be Made Available In An Electronic Format. operator Training onsite Education And Training By A Vendor Service Trained Representative Will Be Provided To Vamhcs Clinical Staff. The Scheduling Of Operator Training Shall Be Coordinated With The Vamhcs Clinical Staff After Delivery And Installation. onsite Education And Training By A Vendor Service Trained Representative Shall Be Provided To The Vamhcs Biomedical Engineer Shop, Including The Biomedical Equipment Support Specialists (bess). The Scheduling Of Service Training Shall Be Coordinated With The Poc Or Lead Bess Located At The Baltimore Va Medical Center After Delivery And Installation. protection Of Property the Contractor Shall Protect All Items From Damage. The Contractor Shall Take Precaution Against Damage To The Building(s), Grounds And Furnishings. The Contractor Shall Repair Or Replace Any Items Related To Building(s) Or Grounds Damaged Accidentally Or On Purpose Due To Actions By The Contractor. security Requirements the Contractor Must Have A Photo Id Available When Performing Work At The Va Medical Center And Be Willing To Present It To Va Staff. the Contractor Is Responsible For Providing Any Personal Protective Equipment (ppe) That Is Deemed Necessary To Complete Tasks Stated In This Requirement. the Contractor Must Follow The Va Maryland Health Care Systems Current Covid-19 Guidance For Entry To Any Medical Center Or Community Based Outpatient Clinic (cboc). warranty at A Minimum, The Point Of Care Devices Must Include A 1-year Warranty On All Parts And Labor At No Cost To The Government. the Warranty Shall Begin Upon Completion Of Validation Testing. warranty Shall Include Onsite Repairs And Over The Phone Support. contractor Shall Provide Routine Maintenance Service Program During Warranty Period. all Repairs Shall Be Performed By A Vendor Or Contractor Which Has Been Certified By The Vendor To Perform The Repairs. the Warranty Shall Include All Travel And Shipping Costs Associated With Any Warranty Repair. contract Administration: the Contracting Officer Is The Only Person Authorized To Approve Changes Or Modify Any Of The Requirements Under This Contract On Behalf Of The Government. in The Event The Contractor Affects Any Change(s) At The Direction Of Any Person Other Than The Contracting Officer, That Change Shall Be Considered To Have Been Made Without Authority And No Adjustment In Price Shall Be Made In The Contract To Cover Any Increase In Charges Incurred As A Result Thereof. the Contractor Shall Submit All Requests For Modification Of This Contract And Any Inquiries Pertaining To The Administration Of The Contract To The Contracting Officer In Writing At: department Of Veteran Affairs network Contracting Office 5 attn: designation Of Point Of Contact (poc): the Following Individual Has Been Designated As The Point Of Contact (poc) To Monitor And Certify Receipt Of Services Rendered Under This Contract: point Of Care Blood Testing Solution the Poc Has The Following Scope And Limitations Of Authority: place Orders For Supplies/services Not To Exceed Those Required Under This Contract. certify Acceptance Of Supplies/service Received In Accordance With The Contract Requirements. furnish Technical Guidance And Advice, And Monitor Services Performed Under The Contract. report Any Deficiencies In Performance, Quality Of Supplies/service, Safety Practices And Questions On Contract Performance Or Suspensions Of Work To The Contracting Officer. this Delegation Of Authority Does Not Include Any Authority To Make Changes In Quantity, Quality, And Delivery. The Contracting Officer Acting Within The Scope Of His/her Authority Will Make Changes To The Contract. this Delegation Of Authority Will Expire Upon Completion Of The Contract Or Unless Sooner Revoked In Writing By The Contracting Officer, But In Any Case, Will Not Extend Beyond The Contract Period. the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications. If You Are Interested And Are Capable Of Providing The Sought-out Supplies/services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (2) Is Your Company Considered Small Under The Naics Code Identified Under This Rfi? (3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items? (4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified? (5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number. (6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract? (7) Please Provide General Pricing For Your Products/solutions For Market Research Purposes. (8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes? *** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics. responses To This Notice Shall Be Submitted Via Email To Ryan.singletary@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Tuesday, January 17, 2025, At 9:00 Am Est. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date17 Jan 2025
Tender AmountRefer Documents 
6681-6690 of 6725 archived Tenders