Battery Tenders
Battery Tenders
PHILIPPINE SPORTS COMMISSION Tender
Software and IT Solutions
Philippines
Details: Description Supply And Delivery Of Various It Equipment For Philippine Sports Commission Background The Philippine Sports Commission (psc) Provides Leadership, Formulates Policies, And Sets Priorities And Direction For All Amateur Sports Promotion And Development, Particularly Emphasizing Grassroots Participation. To Effectively Carry Out Its Responsibilities And Current Workload, The Psc Recognizes The Importance Of Equipping Its Workforce With Essential Tools To Ensure Efficient And Accurate Service Delivery. As Such, The Information Systems Unit (isu) Performed A Thorough Evaluation Of The Current State Of The It Equipment Of The Agency And Consolidated The Requirements Of Various Offices Of The Commission, Particularly In Its Main Office In Manila And Satellite Office In Pasig, Baguio, Cebu, And Davao. Objectives • To Replace The Defective, Unserviceable, And Obsolete It Equipment Of The Agency. • To Acquire Up-to-date, Reliable, Dependable, And Efficient Devices; And • To Improve Office Productivity Through Appropriate It Tools Scope Of The Services The Winning Bidder Shall Provide The Following: 1. Shall Deliver, Install, And Configure The Following It Equipment And Its Corresponding Software At Philippine Sports Commission, Rizal Memorial Sports Complex, Pablo Ocampo Sr. St., Malate, Manila. 2. Supply The Appropriate Cables, Wirings, And Others That Are Necessary For The Operation Of The Following Equipment And Should Not Be Generic In Brand. 3. All Software Installed In The Units Must Have A Box, A Copy Of The License Agreement, And A Serial Number. These Items Must Be Turned Over To Psc For Reference And To Keep The Software Registered And Updated. 4. Provide A Full Stress Test To All Units From Start To End For 3 Consecutive Days In Full Actual Operations Of Psc And Shall Provide Test Result Reports. All Bugs, Errors, Misconfigurations, Software Problems, Incompatibility, And Downtime Connections Found In Each Unit Must Be Fixed, Replaced, Or Pulled Out. The Stress Test Must Be Repeated After Resolving The Problems Until No Problems Are Found, Then That Is The Time The Units Will Be Deployed To The End Users. 5. Shall Provide Onsite Service/remote Assistance For 12 Months With Four (4)-hour Response Time Upon Receipt Of The Service Ticket, Free Of Charge. 6. Shall Provide Appropriate Administrator Training To The Information Systems Unit And End-user Training. 7. Shall Submit A Certificate Of Authorized Reseller/distributor From The Brand For Items 1,2,3,4,6,7. 1. Mid-range Desktop Computers • Intel Core I7-14th Gen 14700(33 Mb Cache,20 Cores,28 Threads,2.1 Ghz To 5.4 Ghz,65w) Or Equivalent • Thermal Cooling Standard Cpu Air Cooler • Intel Rapid Storage Technology Driver Or Equivalent • Memory 16gb:1x16 Gb, Ddr5,4400mt/s, Non-ecc • Intel Integrated Graphics Or Equivalent • Storage C2:m.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds • 1st Storage 2 Tb, 7200 Rpm,3.5-inch, Sata, Hdd • 1 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • Raid Connectivity • Power 300w Platinum Internal Power Supply (80 Plus Platinum Certified) • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e(6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • Wireless External Antenna For Ax211 • With Wired Keyboard • With Wired Mouse • Energy Star Qualified • Epeat 2018 Registered (gold) • Tpm Security • Wlan Intel Ax211 Wireless Card Driver Or Equivalent • Internal Speakers • Chassis: Performance Tower • With Additional Software • Windows 11 Pro Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of Mid-range Desktop Computers / Item No.1 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Built-in Devices: Usb 3.2 Gen 1 Hub • Native Resolution: Full Hd (1080p) 1920 X 1080 At 60 Hz • Brightness: 250 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Horizontal Viewing Angle: 178° • Features: Led Edge Light System, Flicker Free Technology, Mercury Free, Arsenic-free Glass, Dell Comfort View Plus • Weight: 10.65lbs • Dimensions (wxdxh): 19.2 In X 7.1 In X 19 In - With Stand • Color Support: 16.7 Million Colors • Response Time: 5 Ms (gray-to-gray Fast), 8 Ms (gray-to- Gray Normal) • Viewable Size: 21.5" • Connectivity (interfaces) Displayport, Vga, Hdmi, Usb 3.2 Gen 1 Upstream And 4 X Usb 3.2 Gen 1 Downstream • Display Position Adjustments: Height, Pivot (rotation), Swivel, Tilt • Rotation Angle: -90°/+90° • Tco Certified Displays 8, Tco Certified Edge Displays • Epeat Gold • Energy Star Certified • Cables Included: 1 X Displayport Cable - Displayport To Displayport - 6 Ft And 1 X Usb 3.2 Gen 1 Upstream Cable • Compliant Standards: Rohs, Nfpa 99, Displayport 1.2, Bfr-free, Hdcp 1.4, Pvc-free Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Desktop Computers • Intel I9 14900k (36 Mb Cache, 24 Cores, 32 Threads, 3.2 Ghz To 6.0 Ghz 125 W) Or Equivalent • Premium Cpu Air Cooler With Vr Heatsink • 64gb: 2 X 32 Gb, Ddr5, 4400 Mt/s, Non-ecc • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • C2: M.2 Ssd Boot + Optional M.2 Ssds + Internal 3.5” Sata Hdds 2 Tb, 7200 Rpm, 3.5-inch, Sata, Hdd • 2 Tb, M.2 2280, Gen 4 Pcie Nvme, Ssd • Thermal Pad 3660 • With 1000w (80 Plus Platinum) Psu • System Power Cord (us/thai/philippines) • Integrated Nic Included • Wi-fi 6/6e (6ghz) Ax211 2x2 Bluetooth 5.3 Wireless Card • External Antenna For Ax211 • Wired Keyboard • Wired Mouse Black • Premier Color 6.2 • Energy Star Qualified • Epeat 2018 Registered (gold) • Precision Tpm • Wlan Ax211 Wireless Card Driver • Document For Mui (english, Khemer, Bahasa Indonesia, Arabic, Spanish) • Quick Setup Guide • Precision Configuration • Shipping Material (apcc) • Mod, Shp Mtl, Pws, Rota, Bb, Apcc • Regulatory Label, 1000w Apcc • Intel I9 Processor Label Or Equivalent • Internal Speaker • Rtx 4090, 24gb Gddr6x, Hdmi, 3 Dp Or Equivalent • Operating System: Windows 11 Pro, English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 2. Monitor Of High-end Desktop Computers / Item No.3 • Display Type: Led-backlit Lcd Monitor/ Tft Active Matrix • Usb Power Delivery: 90 Watts • Native Resolution: 4k 3840x 2160 At 60hz • Brightness: 350 Cd/m² • Color Gamut: 99% Srgb • Vertical Viewing Angle: 178° • Features: Mercury Free, Arsenic-free Glass, Comfort View Plus • Weight: 15.9lbs • Diagonal Size: 26.96” • Contrast Ratio: 1000:1 / 1000:1 (dynamic) • Backlit Technology: Wled Edge Light Backlight • Dimensions (wxdxh): 24.1 In X 7.3 In X 21.1 In - With Stand • Interfaces: Hdmi (hdcp 2.3), Displayport 1.4 (hdcp 2.3), Usb-c 3.2 Gen 1 Upstream (power Up To 90w), 4x Usb 3.2 Gen 1 Downstream, Lan (rj-45) • Input Voltage Ac100-240 V (50/60hz) • Power Consumption (on Mode) 26 W • Power Consumption (typical) 169 Watt • Power Consumption Stand By 0.2 Watt • Power Consumption Sleep 0.3 Watt • Power Consumption (off Mode) 0.2 Watt • On/off Switch Yes Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. 24-inch All-in-one Desktop Computer • M3 Chip With 8-core Cpu With 4 Performance Cores And 4 Efficiency Cores, 10-core Gpu, And16-core Neural Engine • 512gb Ssd Storage • 8gb Unified Memory • Two Thunderbolt / Usb 4 Ports • Two Usb 3 Ports • Gigabit Ethernet • Magic Mouse • Magic Keyboard With Touch Id - Us English Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. All-in-one Desktop Touch • Processor: 13th Gen Intel Core I5- 1335u (12 Mb Cache, 10 Cores, 12 Threads, Up To 4.60 Ghz Turbo) Or Equivalent • Operating System: Windows 11 Pro, English, French, Spanish • Graphics Card: Intel Iris Xe Graphics Or Equivalent. • Monitor: 23.8-inch Fhd (1920 X 1080) Anti-glare Narrow Border Ait Infinity Touch Display • Camera: Retractable Camera With Fhd Rgb + Ir, Non- Tilt • Memory: 16gb Ddr4, 3200 Mt/s • Storage: 512gb, M.2, Pcie Nvme, Ssd • Stand: Triangle Stand • Wireless Keyboard And Mouse - Km5221w English – Black • Color: Dark Shadow Gray With Molded Cover Ports • 1 Usb 3.2 Type-c Gen 2 Port • 3 Usb 3.2 Gen 1 Ports With Power On/wake-up Support • 1 Hdmi-out 1.4b / Hdcp 2.3 Port • 1 Hdmi-in 1.4b / Hdcp 1.4 Port • 1 Power-adapter Port 1 Rj45 Ethernet Port • 1 Usb 3.2 Gen 2 Port With Powershare • 1 Universal Headset Jack Slots • 1 M.22230 / 2280 Slot For Pcie Solid State Drive 1 M.2 2230 Slot For Wi-fi And Bluetooth Combo Card • 1 Sata 3.0 Slot • 1 Sd-card Slot Dimensions & Weight Without Stand: • Height: 14.11 In. (358.50 Mm) • Width: 21.36 In. (542.7 Mm) • Depth: 1.58 In. (40.20 Mm) • Starting Weight: 11.55 • Lbs. (5.24 Kg) With Isosceles Stand: • Height: 16.21 In. (411.91 Mm) • Width: 21.36 In. (542.72 Mm) • Depth: 7.90 In. (200.70 Mm) • Starting Weight: 11.55 Lbs. (5.24 Kg) • Camera: 1080p At 30 Fps, Fhd Rgb+ir Camera • Audio And Speakers Stereo Speakers With Waves Maxxaudio Pro 12, 5 W X 2 = 10 W Total • Wireless: Wi-fi 6e Ax211, 2x2, 802.11ax, Bluetooth Wireless Card Power: 90 W Ac Adapter, 4.5mm Barrel Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. 14-inch Laptop • Chip: 8core Cpu With 4 Performance Cores And 4 Efficiency Cores 10core Gpu Hardware-accelerated Ray Tracing • 16-core Neural Engine 100gb/s Memory Bandwidth • Media Engine: Hardware-accelerated H.264, Hevc, Pro Res Raw, Video Decode Engine, Video Encode Engine, Pro Res Encode And Decode Engine, Av1 Decode • Display: Liquid Retina Xdr Display;14-inch(diagonal); 1 3024-by-1964 Native Resolution At 254 Pixels Per Inch • Xdr (extreme Dynamic Range): 1,000,000:1 Contrast Ratio Xdr Brightness: 1,000 Nits Sustained Full-screen, 1,600 Nits Peak2 (hdr Content Only) Sdr Brightness: 600 Nits. • Storage: 1tb Ssd5 • Color: 1 Billion Colors Wide Color (p3) True Tone Technology • Memory: 8gb Unified Memory Configurable To 16gb Or 24gb • Battery And Power: Up To 15 Hours Wireless Web 70- Watthour Lithium Polymer Battery 70w Usbc Power Adapter • Wireless Wi-fi Wifi 6e (802.11ax)6 Bluetooth Bluetooth 5.3 • Camera 1080p Facetime Hd Camera Advanced Image Signal Processor With Computational Video • Audio High-fidelity Six-speaker Sound System With Force Cancelling Woofers Wide Stereo Sound Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 1. Mid-range Laptop • 13th Gen Intel Core I7-1355u (12 Mb Cache, 10 Cores, Up To 5.00 Ghz Turbo) Or Equivalent • Windows 11 Pro, English • Nvdia Mx570 Discrete Graphics Or Equivalent • 14.0” Fhd (1920x 1080) Non-touch, Ag, Ips, 250 Nits, Fhd, Cam Wlan • Single Pointing Keyboard, No Fingerprint Reader, No Sim • 16gb: 2x8 Gb, Ddr5, 5600 Mt/s (5200mt/s With 13th Gen Intel Core Processors) Or Equivalent • 512gb, M.2 2230, Qlc Pice Gen 4 Nvme • 3-cell, 54wh Battery, Express Charge, Express Charge Boost Capable • English Us Non-backlit Ai Hotkey Keyboard, 79-key • Realtek Rtl 8852be 2x2 Wi-fi 6, Bluetooth Wireless Card • Wireless Realtek 8852be Wlan Driver Mod-srv + Bluetooth Wireless Card • Energy Star Qualified • Document For Mui (english, Khemer, Bahasa, Indonesia, Arabic, Spanish) • Quick Start Guide • Additional Software (same Brand) • Laptop Bottom Door, Discrete Graphics • 65w Ac Rugged Adapter, 4.5mm Barrel, E4 • E4 Power Cord 1m For Us • Fhd Hdr Rgb Camera, Tnr, Camera Shutter, Microphone • Epeat 2018 Registered (silver) • Intel Rapid Storage Technology Driver Or Equivalent Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 30-45 Calendar Days 1. High-end Laptop • Operating System: 11 Pro 64-bit • Display: 16inch Qhd +(2560 X 1600), 240hz, Ips-level • Processor: I9 14900hx 14th Gen • Graphics: Rtx4070 Gpu 8gb Gddr6 Or Equivalent • Memory: 32gb Ram Max 96gb Ddr5- 5600 2 Slots • Storage: 2tb M.2 Ssd Slot • Webcam: Hd Type • (30fps@720p) 3d Noise Reduction (3dnr) • Communications: Gb Lan (up To 2.5g) 802.11 Be Wi-fi 7+ Bluetooth V5.4 • Ac Adapter: 280w Adapter • Color: Cosmos Gray Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. Document Scanner • Type: Desktop Sheet-fed Scanner • Scanning Speed: 45 Ppm (simplex) / 90 Ipm (duplex) Greyscale, 30 Ppm (simplex) / 60 Ipm (duplex) Colour • Scanning Element: Contact Image Sensor (cis) • Light Source: Led • Scanning Side: Simplex / Duplex • Scanning Modes: Black And White, Error Diffusion, 256- Level Greyscale, Advanced Text Enhancement, Advanced Text Enhancement Ii, 24-bit Colour • Scanner Features: Folio Scanning, Double Feed Detection Ignore, 2d / Barcode • Output Resolution*2 100, 150, 200, 240, 300, 400, 600 Dpi • Suggested Daily Volume: 4,000 Scans A Day Document Size • Plain Paper: Width: 50.8 To 216 Mm Length: 54 To 356 Mm (up To 3,000 Mm Long With Long Document Mode) • Business Card: 50.8 X 85 Mm Or Larger • Card (iso Standard) 54 X 86 Mm • Document Thickness And Weight • Plain Paper: Page Separation: 27 To 209 G/m2 (0.04 To 0.25 Mm) Non-separation: 27 To 255 G/m2 (0.04 To 0.3 Mm) • Business Card: 380 G/m2 (0.45 Mm) Or Smaller • Card: 1.4mm Or Smaller Connectivity And Software • Interface: Usb2.0 • With Bundled Software Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 2. Shredder • Cross-cut Paper Shredder • 12(a4), 8(a3) Sheets Capacity • Shred Speed: 3mpm • Cut Size: 3x28mm; Throat Width: 310mm • Bin Capacity: 30 Liters; Auto Feed/stop/reverse • With Thermal Overload Protection • Power Supply: 220v, 60hz • Power Consumption: 500 Watts • Dimensions: W450 X 325d X H675mm • Net Weight: 24kg • Can Shred Paper Clips/staples/ Cards/cd`s • Safety Cut-out Others: • Auto Start And Stop • Auto Reverse To Prevent Paper Jam • Thermal Overload Protection • Safety Cut-out When Doors Open • Accepts Clips, Staples, Credit Cards And Cds • With Casters Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15-20 Calendar Days 1. A4 Wifi All-in-one Eco Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Print Method: On-demand Inkjet (piezoelectric) • Compact Integrated Tank Design • High Yield Ink Bottles • Spill-free, Error-free Refilling • Wi-fi, Wi-fi Direct Connectivity • Seamless Setup Via Smart Panel • With 1.44” Colour Lcd Panel • Borderless Printing Up To 4r • Powered By Heat-free Technology • Nozzle Configuration: 180x1 Nozzles Black, 59x1 Nozzles Per Colour) • Maximum Resolution: 5760 X 1440 Dpi • Automatic 2-sided Printing: No • Photo Default – 10x15cm / 4x5”: Approx 69 Sec Per Photo (border)/ 90 Sec Per Photo (borderless) Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 2. A3 Eco Tank Printer • Printer Type: Printer • Compact And Durable Ecological Design • Easy Operation With Smart Panel With Print Head Cleaning Notification • Replaceable Maintenance Box And Pick Up Roller • Ultra-high Page Yield Of 7,000 Pages (colour) • Powered By A Heat-free Technology Or Equivalent • Paper Feed Method: Rear Feed • Number Of Paper Trays: 1 • Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper • Output Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 30 Sheets Of Premium Glossy Photo Paper • Support Paper Size: A3+, A3, A4, A5, A6, B4, B5, B6, Letter, Legal, Indian-legal, 100 X 148 Mm, 3.5 X 5", 4 X 6", 5 X 7", 5 X 8", 8 X 10", 8.5 X 13", 16:9 Wide, 8k, 16k, Envelopes: #10, Dl, C4, C6 • Maximum Paper Size: 329 X 1200 Mm • Support Paper Weight: Plain Paper : 64-90 G/m2, Photo Paper • : 102 - 300 G/m2 • Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Dimensions (w X D X H):498mm X 358mm X 165mm • Weight:6.4kg • Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) • Print Direction: Bi-directional Printing • Maximum Resolution: 4800 X 1200 Dpi • Minimum Ink Droplet Volume:3.3 Pl Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 3. Laser Printer • Device Memory: 1 Gb • Lcd Display: 5-line Lcd • Dimensions (w X D X H): 430 X 418 X 287mm • Weight 12.8 Kg • Print Speed (a4) : Up To 18ppm (mono/colour) • First Print Out Time (a4): 10.4/ 10.5 Sec (mono/colour) • Print Resolution: Up To 1,200 X 1,200 Dpi (equivalent) • Gigabit Ethernet, Wireless Direct Connection • Recommended Monthly Print Volume: 250-2,500pages • Printing Method: Colour Laser Beam Printing • Print Speed: A4 18 / 18 Ppm (mono / Colour), Letter 18 / 18 Ppm (mono / Colour) • Print Resolution: 600 X 600 Dpi • Print Quality With Brand Technology: 1,200 (eq.) X 1,200dpi (eq.) • Warm Up Time (from Power On): 13 Sec Or Less Available Paper Size For Auto Duplex Print - • Print Margins 5mm - Top, Bottom, Left And Right (envelope: 10mm) • Print Features Poster, Booklet, Watermark, Page Composer, Toner Saver • Supported File Format For Usb Direct Print Jpeg, Tiff, Pdf Paper Handling - Paper Input (based On 80g/m²) • Standard Cassette 250 Sheets • Multi-purpose Tray 1 Sheet • Maximum Paper Input Capacity 251 Sheets • Paper Output 100 Sheets Paper Sizes • Standard Cassette A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Multi-purpose Tray A4, B5, A5, Letter, Legal, Statement, Executive, Government Letter, Government Legal, Foolscap, Indian Legal, Index Card. Envelope: Com10, Monarch, C5, Dl • Custom (min. 76.2 X 127.0mm To Max. 216.0 X 355.6mm) • Paper Types Plain, Thick, Coated, Recycled, Colour, Label, Postcard, Envelope • Paper Weight • Standard Cassette 60 To 200g/m² • Multi-purpose Tray 60 To 200g/m² Connectivity & Software - Standard Interfaces • Wired Usb 2.0 High Speed, 10base-t/100base- Tx/1000base-t • Wireless Wi-fi 802.11b/g/n (infrastructure Mode, Wps Easy Setup, Direct Connection) Other Features: Department Id, Secure Print, With Mobile Solution • Software Included: Printer Driver, Toner Status Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days 4. A3 Wifi All-in-one Ink Tank Printer • Printer Type: Print, Scan, Copy, Fax With Adf • Minimum Ink Droplet Volume: 3.8 Pl • Print Direction: Bi-directional Printing • Nozzle Configuration: 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) • Maximum Resolution: 4800 X 2400 Dpi • Automatic 2-sided Printing: Yes (up To A3) • Dimensions (w X D X H):515 X 500 X 350mm • Weight:20.7kg • Usb:usb 2.0 • Network:ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Paper Handling • Paper Feed Method: Friction Feed • Number Of Paper Trays: 3 (front 2, Rear 1) • Standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2), 50 Sheets For Premium Glossy Photo Paper • Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) • Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper • Output Capacity: 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper: Maximum Paper Size: 329 X 6000 Mm • Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", • 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 • Print Margin: 3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver • Print Speed • Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 • Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 • Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / • 12.0 Ipm *2 • Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / • 9.0 Ipm *2 • Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / • 6.0 Ipm *2 • Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / • 5.0 Ipm *2 • Copy Function • Reduction / Enlargement: 25 - 400% • Maximum Copy Size: A3 • Copy Resolution: 600 X 600 Dpi • Max Copies: 999 Copies Copying • Iso 29183, A4 Simplex Flatbed (black / Colour): Up To • 23.0 Ipm / 10.0 Ipm • Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 10.0 Ipm • Iso 24735, A4 Duplex Adf (black / Colour): Up To 15.5 Ipm / 7.5 Ipm Scanning • Scanner Type: Flatbed Colour Image Scanner • Sensor Type: Cis • Optical Resolution: 1200 X 2400 Dpi • Maximum Scan Area: 297 X 431.8 (mm) Adf Specification • Support Paper Thickness: 64-95 G/m2 • Paper Capacity: 50 Sheets Lcd Control Panel • Lcd Screen:4.3” Colour Lcd Touch Screen With Software Support, Mobile And Cloud Solutions Service And Warranty: Basic Onsite Service/ Remote Assistance For 12 Months And Standard Warranty On Parts And Services Delivery Period: 15 Calendar Days
Closing Date15 Jan 2025
Tender AmountPHP 32.6 Million (USD 559.2 K)
MUNICIPALITY OF DIPACULAO Tender
Automobiles and Auto Parts
Philippines
Details: Description Stock Unit Item Description Qty No. 1 Unit Brandnew Vehicle (4x2 12 Cu.dt 220hp) 2 Specification: Vehicle Dimensions (mm) Wheel Base: 3900 Front Overhang: 1320 Rear Overhang: 1910 Wheel Track Of Front Axle: 1850 Chassis Lenthg:6580 Approach Angle: 21 Departure Angle: 34 Maximum Driving Speed (km/h): 85 Maximum Gradeability (5): 38-40 Maximum Ground Clearance (mm):274 Minimum Turning Diameter (m): <16 Fuel Consumption (l/10km): 28-30 Cargo Body Size: 4500*23000*1200 Overall Dimension: H5b-f : 7130*2496*3120 Weight (kg) Kerb Mass: 8900 Gross Vehicle Weight: 21500 Front Axle Loading Capacity 5500 Rear Axle Loading Capacity: 16000 Engine Parameters Engine Model: Yc6j220-33 Rated Power (kw/rmp): 162/2500 Maximum Torque (nm/rpm): 760?1400-1700 Features: 6 Cylinder In-line, 6.49 Liter Clutch 395a Diaphragm Sprint Clutch, Single Plate Gearbox Hw90510c 10 Speed Manual Control Wheels & Tyres Tyres: 11.00r20 Wheels: 8:00v-20 Steering Gear Type: D39 Hydraulically Assited Axles Steer: 153, (5t)forging I-beam Front Axle Drive: Hc16 (16t) Central Single Reduction Drum Brake Braking System Type: Airbrake System Service Break: Dual Circuit Air Brake Parking Brake: Spring Energy, Compressed Air Operating On Rer Wheels Auxiliary Brake: Exhaust Valve Braking (evb) Fuel Tank Capacity: 300 Liters Frame Material: High Tensile Steel Section: 250x80x(7+5)mm Frame Width: 865mm Electrical System Type: System With Vco Instrument Votage:: 24v Batteries: 2x12v, 165ah Alternator: 28v/80a Strater: 2.24kw Suspension Steer Axle: Semi-elliptical Leaf Springs With Shock Absorbers And Stabilizer Drice Axle: Springs Suspension Accessories Public Address Sticker (municipal Logo, Solid Waste, Lgu Dipacula) Lto Registraton And Transfer Of Ownership 1 Year Warranty For The Truck 3 Months For Transmission And Electrical Delivery 15-30 Days Upon Receipt Of Notice To Proceed & Purchase Order 1. Bidder Must Be The Direct Dealer Of The Manufacturer 2. Bidder Must Have Iso 9001-2015 And Iso 45001-2018 Certificate 3. Bidder Must Be Atleast 10 Years In The Market With The Same Business Republic Of The Philippines Province Of Aurora Municipality Of Dipaculao Invitation To Bid A. The Local Government Unit (lgu) Of Dipaculao, Aurora, Through Its Bids And Awards Committee (bac) Invites Contractors To Apply To Bid For The Following Contracts: 1. A) Contract Id. Pr No. 100-25-01-002 B) Contract Name: Supply And Delivery Of Brand New Dupmtruck C) Contract Location: Lgu Dipaculao D) Approved Budget For The Contract (abc) 6,720,000.00 E) Contract Duration: 30 C.d. Upon Receipt Of Notice To Proceed. F) Cost Of Bid Documents: P5000.00 Bidding Will Be Conducted Through Open Competitive Bidding Procedures In Accordance With R.a. 9184 And Its Revised Implementing Rules And Regulations (irr). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bids. The Bidder Must Purchase Bid Documents And Must Meet The Following Major Criteria. A) Filipino Citizen Of 75% Filipino-owned Partnership, Corporation, Cooperative, Or Joint Venture With Pcab License Applicable To The Type And Cost Of The Contract. B) Completion Of At Least One (1) Similar Contract Costing At Least 50% Of Abc To Be Bid. C) Net Financial Contracting Capacity At Least Equal To Abc Or Credit Line Commitment (clc) For At Least 10% Of Abc. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. The Significant Times And Deadline Of Procurement Activities Are Shown Below: 1. Issuance Of Bidding Documents, January 7, 2025-january 20, 2025, 8:00 A.m. To 5:00 P.m. 2. Pre-bid: January 13, 2025 9:00 Am Bac Office 3. Receipt Of Bids: January 20, 2025, 8:00 A.m. To 5:00 P.m. 4. Opening Of Bids: January 21, 2025, 9:00 A.m. Bac Office The Bac Will Issue Hand Copies Of Bidding Documents (bd’s) At The Bac Lgu-dipaculao, Aurora, Upon Payment Of Non-refundable Fee Stated Above For Bidding Documents. Bids Must Be Accompanied By A Bid Security, In The Amount And Acceptable Form, As Stated In Section 27-2 Of The Revised Irr. Prospective Bidders Shall Submit Their Duly Accomplishment Forms As Specified In The Bd’s In Two (2) Separate Sealed Bid Envelopes To The Bac Chairman. The First Envelop Shall Contain The Technical Component Of The Bid, Which Shall Include The Eligibility Requirements. The Second Envelop Shall Contain The Financial Component Of The Bid. Contract Will Be Awarded To The Lowest Calculated Responsive Bid As Determined In The Bid Evaluation And The Post Qualification. The Lgu-dipaculao Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidders. For Further Information, Please Refer To: Leticia F. Combis Bac-chairman Lgu-dipaculao Tel # (042) 7145429 Noted: Danilo A. Tolentino Municipal Mayor
Closing Date14 Jan 2025
Tender AmountPHP 6.7 Million (USD 115 K)
U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender
Aerospace and Defence
United States
Details: 1. General: This Request For Information (rfi) Is Not A Solicitation For Proposals, Proposal Abstracts, Quotations, Or Obligation On The Part Of The Government To Acquire Any Products Or Services, But For Planning Purposes Only. This Rfi Is To Gain Knowledge Of Potential Qualified Sources And To Explore Industry Capabilities. Your Response To This Rfi Will Be Treated As Information Only. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise As A Result Of Contractor Submission To This Announcement Or The Government Use Of Such Information. The Information Provided May Be Used By The United States Special Operations Command (ussocom) In Development Of Its Acquisition Strategy, Statement Of Work/statement Of Objectives, And Performance Specifications. Interested Parties Are Responsible For Adequately Marked Proprietary Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Award A Contract Based On This Request For Information Or To Otherwise Pay For The Information Submitted In Response To This Rfi.
2. Purpose:
a. Ussocom, Special Operations Forces-acquisition Technology And Logistics (sof At&l), Program Executive Office-tactical Information Systems (peo-tis), Program Management Office-identity Intelligence And Exploitation (pmo-i2e) Seeks Information On Specific Technology Areas To Gain Knowledge Of, Explore, And Identify Potential Methodologies And Available Capabilities In The Examination Of Uncrewed Systems (uxs) Exploitation, Vehicle Forensics, Document And Media Exploitation (domex), And Borescope Camera Solutions.
b. Specific Areas Of Interest:
(1) Uxs Exploitation Capabilities: Solutions Capable Of Conducting Physical And Logical Extractions From Uxs Platforms To Support Exploitation Operations. These Tools Must Enable The Acquisition Of Various Types Of Data Including But Not Limited To Flight Paths, Mission Logs, Payload And Sensor Data, Command-and-control Communications, Firmware And Software, Artifacts, Encryption Keys, System Configurations, And Metadata. The Solution Should Provide Broad Compatibility With Diverse Uxs Platforms, Including Ariel, Ground, And Maritime Systems, Regardless Of Manufacturer Or Proprietary Architecture. Tools Must Ensure The Integrity Of The Extracted Data While Being Capable Of Rapid Deployment In Disrupted, Disconnected, Intermittent, And Low Bandwidth (ddil) Environments.
(2) Vehicle Forensics Exploitation Capabilities: Tools Should Enable The Extraction And Analysis Of Data From Infotainment And Telematics Systems, Key Fobs, Location & Navigation Services, Connected Devices, Vehicle Diagnostics, And Tire Pressure Monitoring Systems (tpms) To Support Operational Exploitation Of Modern And Legacy Vehicle Systems. Capabilities Should Also Include Remote Access Solutions, Jtag Interfaces, Cpu Architecture Support, And Ecu Debugging Tools For Deep System Analysis. The Ability To Exploit Diverse Vehicle Platforms Including Passenger, Commercial, And Military Vehicles Is Critical. Solutions Must Preserve The Integrity Of The Data And Operate In Austere Environments.
(3) Document And Media Exploitation (domex) Capabilities: Tools, Equipment, And Software To Conduct Non-destructive Cellular Exploitation (cellex) And Media Exploitation (medex) In Support Of But Not Limited To The Extraction, Compilation, Translation, And Analysis Of Contextual Information That Is Stored Into Dod Recognized Formats For The Purpose Of Aggregation And Comparison Against Other Data Locally And Through Authoritative Databases. These Technologies Include, But Are Not Limited To, All Forms Of Digital Storage Media Capable Of Being Exploited. At A Minimum, The Ability To Create A Digital Copy Of Encrypted And Non-encrypted Storage Media Is Desired.
cellular Exploitation Or Cellex (mobile Forensics): Conduct Non-destructive Exploitation, Basic Analysis, And Forensic Imaging Of A Wide Variety Of Devices To Include Ios, Android, Smartphones, Feature Phones, And Foreign Chipsets Including Powered Off, Pre-boot, Powered-on, Authenticated With Credentials, Locked, And Unlocked Devices Using Logical And/or Physical Extraction Types.
media Exploitation Or Medex (computer Forensics): Conduct Non-destructive Exploitation And Basic Analysis Of Media Devices In All-states To Include Powered Off, Pre-boot, Powered On, And Authenticated With Credentials. Additional Capability Areas Desired Are Ram Capture, Specific Targeted Triage, And Forensic Imaging.
(4) Borescope Camera Capabilities: Commercially Available Or Developmental Waterproof Borescope Cameras Capable Of Capturing High-resolution 4k Imagery And Video In A Variety Of Operational Environments. The System Should Feature A Minimum 5-foot Flexible Or Semi-rigid Scope To Enable Detailed Inspections In Confined Or Hard-to-reach Areas. It Must Include Adjustable, Controllable Lighting To Enhance Visibility In Low-light Conditions And The Ability To Capture Both Still Images And Video With Minimal Latency. The Camera Should Be Ruggedized For Durability In Austere Environments And Include A Removable, Rechargeable Battery To Support Extended Operational Use. Compatibility With Existing Ussocom Data Transmission And Storage Systems Is Highly Desirable.
c. All Hardware/equipment Submitted For The Evaluation Shall Be Production Models And Capable Of Performing Specific Core Mission Sets Conducted By Identity Intelligence And Exploitation (i2e) Sof Operators Either On The Objective Or On A Forward Operating Base-like Environment.
d. While Un-released Commercial Devices That Meet Most Of The Capabilities Are Allowed, The Expectation Is That All Devices Will Be Final Product Versions And Meet The Capabilities Detailed In The Scenarios That Align With Approved Mission Profiles And Establish Statistical Confidence In The Results.
e. Mission Profile Evaluation May Consist Of Two Independently Conducted Events:
(1) Technical Evaluation (te) To Confirm The Quality And Accuracy Of Device Performance And Output.
(2) Operational Test And Evaluation (ot&e) To Evaluate Training, Determine Usability And Suitability For Sof Operators In A Realistic Environment.
f. Responses To This Rfi May Be Used By Ussocom, Sof At&l, Peo-tis, And Pmo-i2e To Identify Potential Hardware And Equipment Solutions For Participation In The Further Evaluation Of Market Information And/or Ascertain Potential Market Capacity To Provide Services Consistent In Scope And Scale With Those Described In This Notice.
3. Timeline: The Tactical Forensics Event-2025 (tfe-25) Is Scheduled From February 2025 Thru August 2025 In The Greater Tampa, Florida Area. The Preliminary Schedule Of Events (subject To Change) Is As Follows:
a. Nlt 14 February 2025 – Rfi Response. Responses Must Be Submitted Directly Through The Ussocom Vulcan Platform By Accessing This Link <<https://vulcan-sof.com/login/ng2/auth/login?requestedurl=%2fsubmission%3fcollectionuuid%3d39649472-40b8-44f6-bd62-e86831df181d>>. If You Do Not Yet Have A Vulcan Account, Please Click “join The Ecosystem” To Create One. Once Securely Inside Of The Vulcan Ecosystem You Can Navigate To The Open Call Titled Ussocom Tactical Forensics Event 2025 (tfe 25) To Review The Full Instructions And Submit Your Solution(s). All Submissions Must Be Unclassified.
for Any Tfe 25 Process And/or Programmatic Questions, Reach Out To The Socom Engagement Team At Esof@socom.mil. For Technical Questions About How To Use The Vulcan Platform, Please Reach Out To Support@vulcan-sof.com.
b. 05 & 06 March 2025 – Vendor Presentations. Manufacturers/vendors Present Their Proposed White Papers, Equipment And Demonstrate The Equipment’s Capabilities Of Interest. Esof Presentations Will Be Conducted At 1925 East 2nd Avenue, Suite 102, Tampa, Florida 33605. Specific Coordination Information Will Be Provided By Esof When Briefing Dates And Times Are Scheduled. Proceeding To The Next Portion Is Based Solely Upon Best Agency Need And Requirements. Subject To Change Based Upon Agency Need.
c. 21 March 2025 – Te Invitations. Invitations Will Be Sent To Select Manufacturers/vendors To Participate In The Te Event. While The I2e Program Will Provide Feedback To All Manufacturers/vendors Who Participated In The Esof Presentations, Only Those Devices That The I2e-pmo Judges To Have The Best Potential To Meet The Mission Profile Evaluation Will Be Invited To Participate In The Te Event. All Manufacturers/vendors Will Be Provided A Vendor Loan Agreement (vla) As The I2e Will Request A Minimum Of Five (5) Complete Systems For The Duration Of The Events With A Designated Device Delivery Date. Subject To Change Based Upon Agency Need.
d. 28 March 2025 – Manufacturers/vendors Accept Invitations. Deadline For Manufacturers/vendors To Notify Ussocom Sof At&l, Peo-tis, Pmo-sse Of Their Intent To Participate In The Te And Return The Completed Vla’s For Their Devices And Any Associated Items. Subject To Change Based Upon Agency Need.
e. 11 April 2025 – Device Delivery To Ussocom. Manufacturers/vendors Deliver (on-loan) Fully Functional Devices And Associated Items For Technical Assessment. Manufacturers/vendors Also Provide Necessary Technical Information To Support Ussocom’s Safety Review Process. Subject To Change Based Upon Agency Need.
f. 14 Thru 18 April 2025 – Te Training. Manufacturers/vendors Train Ussocom Testers And Subject Matter Experts (smes) On The Use Of Their Device(s) To Support Te Of Their Device(s). Training Will Be Limited To Eight Hours Per Device And Must Include Proper Use Of The Device And Troubleshooting. Vendors Will Be Expected To Train The Ussocom Evaluators And Smes To The Point Where The Evaluators And Sme Can Confirm Expected Levels Of Performance. Manufacturers/vendors Will Be Offered The Opportunity To Conduct The Same Training For Operators Participating In The Ot&e Portion Of Tfe-25. Subject To Change Based Upon Agency Need.
g. 21 April Thru 02 May 2025 – Te Event. Ussocom Evaluators Will Conduct A Te Of The Manufacturers/vendors Devices To Ensure They Perform To The Standards And Levels As Presented. Manufacturers/vendors May Be Asked To Provide Reach Back Support During Te. Proceeding To The Next Portion Is Based Solely Upon Best Agency Need And Requirements. Subject To Change Based Upon Agency Need.
h. 21 July Thru 01 August 2025 – Ot&e Event. Ussocom Evaluators And Smes Conduct The Ot&e With The Participation Of Sof Operational Personnel. Vendors Will Be Asked To Conduct Training Of Their Devices During The First Week But Will Not Participate In The Actual Operator Driven Events Conducted Jointly By Ussocom And The Joint Interoperability Test Command (jitc). Subject To Change Based Upon Agency Need.
i. Nlt 29 August 2025 – Device Return. All Manufacturers/vendors Equipment Returned. Subject To Change Based Upon Agency Need.
4. Disclaimers: There Is No Solicitation Planned At This Time. This Request For Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Research Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred; And The Government Will Not Provide Responses To Any Questions.
5. Points Of Contact: Any Questions Under This Rfi May Be Emailed To Socom.sofatl.tis.pmoi2e.dl@socom.mil.
Closing Date14 Feb 2025
Tender AmountRefer Documents
Province Of Siquijor Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Siquijor New Capitol, Bldg., Polangyuta, Siquijor, Siquijor Invitation To Bid For Supply And Delivery Of 2d Echo With Trans V Probe Proposal (bid No. 014-01-2025) 1. The Province Of Siquijor, Through The Sph 3000-1-01-013 300 107-05-110 Funds Intends To Apply The Sum Of Fourteen Million Pesos (14,000,000.00), Supply And Delivery Of 2d Echo With Trans V Probe Proposal (bid No. 014-01-2025) Being The Abc To Payments Under The Contract For Each Lot/item. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Province Of Siquijor Through Sph Now Invites Bids For Supply And Delivery Of 2d Echo With Trans V Probe Proposal (bid No. 014-01-2025). Delivery Of The Goods Is Required Thirty (30) Calendar Days. Bidders Should Have Completed 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. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Province Of Siquijor And Inspect The Bidding Documents At The Bac Office, New Capitol Bldg., Polangyuta, Siquijor, Siquijor , During Monday To Friday, From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27, 2025 To February 17, 2025 From The Given 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. 6. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. The Province Of Siquijor Will Hold A Pre-bid Conference On February 5, 2025 (wednesday 1:30 P.m.) At The Bac Office, New Capitol Building, Polangyuta, Siquijor, Siquijor, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Bac Office, New Capitol Building, Polangyuta, Siquijor, Siquijor On Or Before February 17, 2025 (monday 1:30 P.m.). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On February 17, 2025 (monday 1:30 P.m.) At Bac Office, New Capitol Building, Polangyuta, Siquijor, Siquijor. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. No Further Instruction. 12. The Province Of Siquijor 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. 13. For Further Information, Please Refer To: Noel T. Cordova Head Bac - Secretariat Capitol, Siquijor, Siquijor Tel./fax No. (035) 480-9909 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph January 27, 2025 Atty. Frances Urmyne P. Imbong Bac Chairman Description: 1 1 Unit 2d Echo With Trans V Probe Proposal Specifications: *smooth Workflow *superb Imaging: W/ High Resolution Compound Imaging And High-definition Tissue Harmonic Imaging *must Have Ergonomic Design, Monitor Arm Can Articulate 360* *must Have Rotating Operation Console *must Have Adjustable Panel Height *atleast 10.1-inch Color Tft Lcd Touch Panel *dimensions 53.3 Cm (w) X 74.2 Cm (d) X 126.5 – 163.5 Cm (h) *weight: Not > 85 Kg *must Have Dual Gate Doppler *with 4 Active Probe Ports *with 21.5 – Inch Lcd Display Viewing Monitor *windows 10 Operating System Transducers: *phased Array Frequency Range 5.0~1.0 Mhz, Scanning Angle 90° *phased Array (pediatric) Frequency Range 9.0-2.0 Scanning Angle 90° *transvaginal Frequency Range 10.0˜2.0 Mhz, Scanning Angle 200° Peripherals: *digital B/w Printer *ups: 2kva *hd Usb Recorder *ecg Cable Physiological Signal Display: *displayed Information: Ecg *ecg Synchronized Display: Available For One Phase *automated Detection End Diastole And End Systole Phase. Operating Modes: B-mode, Biplane-mode, M-mode, D: Spectral Doppler Mode (pw, Hprf-pw), Dual Gate Doppler Mode, Color Flow Mode, Power Doppler Mode (directional Power Doppler) Beam Former: Programmable Waveform Transmission, Multi-processing High-speed Digital Beam Former. A/d Sampling Frequency: 40(mhz). Parallel Processing: Multiple Directions. System Dynamic Range 272db System Processing Channels 574,976 Channels Frame Rate Max. More Than 661 Frames/sec* Line Density: Up To 8 Steps Zoom, Hi Zoom (real-time Image): Max. Up To 0.5 Cm Display Image (probe Dependent) Pan Zoom (real Time And Frozen Image): Max. Up To 0.5 Cm Display Image Tgc (time Gain Compensation): Gain Versus Depth Curve Control: 8 Slide Controls Tgc View Gamma: 4types Acoustic Power 0 To 100%, 5% Steps Depth Range Selections: 0.75/1.0/1.5/2.0/2.5/3.0/3.5/4.0/4.5/5.0, 1 Cm Intervals From 5.0 To 24 Cm, And 2cm Intervals From 24cm To 40cm (probe Dependent) Quick Scanning Selector That Can Modify Image Parameters, Saves Up To 4 Set Per Preset. These Parameters Can Immediately Be Registered And Selected By Touch Panel During Examinations. 2 Doppler Spectrums That Can Simultaneously Supported 2 Sample Combinations Of Pw/pw, Tdi/tdi, And Pw/tdi Sound Speed Adjustment: 26 Steps Cardiology Measurement: B Mode Valve Area Measurements (ava, Mva), La/ao Ratio Right Ventricle Measurements, Lv Myocardial Mass, La/ra Volume Measurements, Ivc (inferior Vena Cava) Measurements, M Mode Mitral Valve Measurements, La/ao Measurements, Tricuspid Valve Measurements, Pulmonary Valve Measurements, Ivc (inferior Vena Cava) Measurements, Tapse Measurement, D Mode Lvot (left Ventricle Outflow Tract), Flow Rvot (right Ventricle Outflow Tract), Flow Trans-mitral Flow, Regurgitant Flow (ar, Pr, Mr, Tr), Volumetric Flow (mr), Stenotic Flow (as, Ps, Ms, Ts), Pisa M-mode Sweep Method: Moving Bar Agc: 8 Steps Acoustic Noise Reduction Spectral Doppler:display: Power Spectrum, Real-time Doppler Auto Trace, Doppler Methods:-pw (pulsed Wave) Doppler-hprf (high Pulse Repetition Frequency) Pw Doppler-dual Gate Doppler, Auto Angle Correction, Sample Volume Size For Pw Doppler: 0.5-20 Mm, Changeable In 0.5mm, 1.0 Mm Steps Color Doppler Mode Color Area Size: Continuously Variable Line Density: Up To 8 Steps Auto-optimizer (optimation Of Gain) Doppler Mode: *color Flow Mode *power Doppler Mode *eflow Mode Color Flow Mode Display Patterns: Velocity (derived From Mean Doppler Frequency Shift), Velocity + Variance, Variance, Velocity + Intensity, Velocity + Variance + Intensity, Max. Velocity Range: ±0.63cm/sec To ±458.33cm/sec., Pulse Repetition Frequency: 0.03 To 19.8 Khz, Gradation: ±127 Levels For Velocity (red And Blue) 64 Levels For Variance (green), Smoothing: 5 Steps, Wall Filter: 6 Steps, Persistence (color): 8 Steps, Wall Motion Reduction: Off + 3 Steps, 2 Types, Packet Size: 3 Levels, Tgc Enhancement: 2 Kinds Application Measurements Obstetric Measurements B Mode *fetal Wight Measurement: Fw *ratio Measurement: Fetus Ratio *amniotic Fluid Index Measurement Gynecology Measurements B Mode *uterus Measurement: Uterus *endometrial Thickness Measurement: Endom-t *cervix Measurement: Cervix *ovarian Measurement: Ovary *follicular Measurement: Follicles *follicle Volume Measurement: Follicles Volume *bladder Measurement: Bladder Volume D Mode *uterine Artery Measurement: Uterine Artery *ovarian Artery Measurement: Ovarian Artery Urological Measurements B Mode *prostate Measurement: Psa Volume, Prs Slice Vol. *seminal Vesicle Measurement: Seminal Vesicles *bladder Measurement: Bladder Volume *testicular Measurement: Testis Volume *renal Measurement: Renal Volume *cortical Measurement: Cortex Thickness *adrenal Measurement: Adrenal D Mode Arterial Blood Flow Measurement: Renal Artery Storage: *ssd *hdd With Approx. 500gb Power Requirement: 100 To 120/200 To 240v ±10%, 50 Or 60 Hz, Max. 750 Va Battery Drive Time At Least 70 Minutes
Closing Date17 Feb 2025
Tender AmountPHP 14 Million (USD 242 K)
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-02-13 (05) Supply And Delivery Of Various Medical Supplies Under Single-year Framework Agreement Approved Budget For The Contract: Php 5,715,505.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Five Million Seven Hundred Fifteen Thousand Five Hundred Five Pesos Only As To Payment Under The Contract For Supply And Delivery Of Various Medical Supplies Under Single-year Framework Agreement. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Partial Bid Or Line Item Bid. Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Biopsy Container, Pre-filled With 10% Buffered Formalin, 250ml Per Bottle 30 Bottle 1,350.00 40,500.00 2 Biopsy Container, Pre-filled With 10% Buffered Formalin, 2000ml, Pack Of 4 4 Packs 16,000.00 64,000.00 3 Biopsy Container, Pre-filled With 10% Buffered Formalin, 60ml, Pack Of 10 15 Bottle 5,000.00 75,000.00 4 Biopsy Container, Pre-filled With 10% Buffered Formalin, 20ml, Pack 0f 10 50 Packs 7,080.00 354,000.00 5 Bone Marrow Biopsy Needle; Length 102mm Gauge 15 ; Sterile Eo ; With Non-stick Cannula Guide 5 Pcs 3,000.00 15,000.00 6 Formaldehyde Solution For Biopsy (premix) 1 Gallon 1,176.00 1,176.00 7 Truguide Disposable Co - Axial Biopsy Needle Core Needle Biopsy, Gauge 13 Innovative And Lightweight; Provides Clear Path To Work Through When Performing Multiple Biopsies In The Same Area 10 Set 3,696.00 36,960.00 8 Truguide Disposable Co - Axial Biopsy Needle Core Needle Biopsy, Gauge 14 Innovative And Lightweight; Provides Clear Path To Work Through When Performing Multiple Biopsies In The Same Area 10 Set 3,696.00 36,960.00 9 Core Needle Biopsy Gun G14; Disposable; Semi Automatic ; Length 10 Cm-20cm Width 2,1 Sterile By Eo;with Movable -adjustable Presetting Stopper/notch 10mm/20mm;sharp Grinding, Low Penetration Force, Light Weight One-handed Design ,excellent Visibility On Ultrasound And Mri, With Needle Mark 10mm With Larger Markings Every 50mm; With Atraumatic And Echogenic Needle Tip ,adjustable Specimen Notch 20 Set 4,000.00 80,000.00 10 Core Needle Biopsy Gun G16; Disposable; Semi Automatic ; Length 10 Cm-20cm; Width 2,1 Sterile By Eo;with Movable -adjustable Presetting Stopper/notch 10mm/20mm;sharp Grinding, Low Penetration Force, Light Weight One-handed Design ,excellent Visibility On Ultrasound And Mri, With Needle Mark 10mm With Larger Markings Every 50mm; With Atraumatic And Echogenic Needle Tip ,adjustable Specimen Notch 15 Pcs 4,000.00 60,000.00 11 Foley Bag Catheter F.5 X 10's /box 2 Way, Latex ;needless Port Compatible With 10 Cc Syringe 10 Pcs 54.00 540.00 12 Foley Bag Catheter F.8 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 100 Pcs 54.00 5,400.00 13 Foley Bag Catheter F.10 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 100 Pcs 54.00 5,400.00 14 Foley Bag Catheter F.12 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 100 Pcs 54.00 5,400.00 15 Foley Bag Catheter F.14 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 800 Pcs 66.00 52,800.00 16 Foley Bag Catheter F.16 X 10's /box 3 Way, Silicone;;needless Port Compatible With 10 Cc Syringe 50 Pcs 100.00 5,000.00 17 Foley Bag Catheter F.16 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 1,154 Pcs 66.00 76,164.00 18 Foley Bag Catheter F.18 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 10 Pcs 54.00 540.00 19 Foley Bag Catheter F.14 X 10's /box 2 Way, Silicone Coated;;needle Less 700 Pcs 85.00 59,500.00 20 Foley Bag Catheter F.16 X 10's /box 2 Way, Silicone Coated;;needless Port Compatible With 10 Cc Syringe 1,154 Pcs 85.00 98,090.00 21 Tape Measure 1 Meter For New Born Care 5 Pcs 15.00 75.00 22 Cotton Rolls, 100% Absorbent 400grams 500 Pcs 300.00 150,000.00 23 Spinal Manometer 40 Pcs 6,000.00 240,000.00 24 Compression Stocking Thigh High 70 Pcs 850.00 59,500.00 25 Compression Stocking Panty Hose Type 70 Pcs 850.00 59,500.00 26 Gown,protective Pp/ Surgical,; Blue ,disposable Non Woven 500 Pcs 70.00 35,000.00 27 Thermometer Digital Portable,glass And Mercury Free, Including Battery, Temperature Measurement Range 32-43°c(min. Guaranteed);accuracy ± 0.1°c In The Range 35-41°c;graduation 0.3°c Or Better; Ready-to-use After Switch-on Within 10s.; Measurement Time; Within 120 Seconds;low And High Temperature Indication;beep Audio Alert;low Battery Indicator;full Batteries Allow For A Min. Of 4,000 Measurements;preferably Packed Separately 900 Pcs 80.00 72,000.00 28 Plastic Cup Disposable W/ Cover W/ Spoon Medium/pc For Stool, Sterile; With Indicated Sticker For Patients Name, Date And Notes 12,477 Pcs 5.00 62,385.00 29 Canister Size 4 Inches X3inches Stainless Steel;with Stainless Cover 20 Pcs 200.00 4,000.00 30 Gown -reinforced Surgical Pack 45gsm,smms,ultrasonic Seam Eo Sterilized With One Hand Towel With Nonwoven Wrapping Medium Size 120cm X 140cm 50 Packs 450.00 22,500.00 31 Gown Reinforced Surgical Pack 45gsm,smms,ultrasonic Seam Eo Sterilized With One Hand Towel With Nonwoven Wrapping Large Size 125cm X 145cm 50 Packs 450.00 22,500.00 32 Gown Reinforced Surgical Pack 45gsm,smms,ultrasonic Seam Eo Sterilized With One Hand Towel With Nonwoven Wrapping Xl Size 130cm X 150cm 50 Packs 450.00 22,500.00 33 Cervical Orthosis- Small Size3- 3.5 Inches, Philadelphia With Tracheostomy Site Hole;hypo Allergenic To Skin, Preformed Shape Anatomical Compatibility Upper Portion Supports Jaw And Occiput Lower Portion Covers The Upper Thoraxic Region;with Adjustable Velcro Strap; Made With High Polymer Material Hypoallergenic To Skin 3 Pcs 450.00 1,350.00 34 Cervical Orthosis-medium Size 3.5-4 Inches,philadelphia With Tracheostomy Site Hole;preformed Shape Anatomical Compatibility Upper Portion Supports Jaw And Occiput Lower Portion Covers The Upper Thoraxic Region;with Adjustable Velcro Strap;made With High Polymer Material Hypoallergenic To Skin 3 Pcs 450.00 1,350.00 35 Cervical Orthosis-large Size 4-4.5 Inches, Philadelphia With Tracheostomy Site Hole;hypo Allergenic To Skin,preformed Shape Anatomical Compatibility Upper Portion Supports Jaw And Occiput Lower Portion Covers The Upper Thoraxic Region;with Adjustable Velcro Strap;made With High Polymer Material Hypoallergenic To Skin 3 Pcs 450.00 1,350.00 36 Lubricant/ky Gel 80 Gms Sticky Gel Type -waterbased , Not Watery Liquified 1,800 Tube 154.00 277,200.00 37 Nail Polish Remover With Acetone For Pre-op Procedure; Perfumed; Non Smearing, Non Drying; 60 Ml Per Bottle;colorless 50 Bottle 43.00 2,150.00 38 Alcohol Swab Saturated With 70% Isopropyl Alcohol, 100's/box With;one Pad Satiurated With 70% Isopropyl Alcohol With Printed Lot No, Manufactured And Expiry Date Per Pad 500 Box 120.00 60,000.00 39 Bed Pan,made With Thick Plastic Does Not Easily Dent Or Deformed;can Withstand >50kg. Weight; Color Green 130 Pcs 150.00 19,500.00 40 Cotton Balls ,100% Color White Super Soft Excellent Quality Absorbent;1500-1600 Balls Per Pack ; 400grams Per Pack;sterile By Ethylene Oxide;contains No Granules 500 Packs 250.00 125,000.00 41 Knee Immobilizer Large (10), Medium (10), Small (4) 24 Pcs 1,500.00 36,000.00 42 Elastic Bandage 2 Inches Widthx 5 Yards Stretched Long/roll 250 Roll 40.00 10,000.00 43 Stockinette 2 Inches X33 Yrds 100% Polyester Finish, Highly Absorbent & Softness 20 Roll 1,800.00 36,000.00 44 Stockinette 4 Inches X33 Yrds 100% Polyester Finish, Highly Absorbent & Softness 30 Roll 1,800.00 54,000.00 45 Bonewax, Sterile 12pcs Per Box 25 Box 16,000.00 400,000.00 46 Fiber Cast 6 X 5 300 Roll 700.00 210,000.00 47 Fiber Cast 4 X 5 500 Roll 700.00 350,000.00 48 Stockinette 6inches X33 Yrds 100% Polyester Finish, Highly Absorbent & Softness 15 Roll 1,800.00 27,000.00 49 Arm Sling Pedia 51 Pcs 65.00 3,315.00 50 Arm Sling Adult Medium Size 200 Pcs 65.00 13,000.00 51 Arm Sling Adult Large Size 120 Pcs 65.00 7,800.00 52 Finger Traps With Handle Reusable And Autoclavable Small 2 Pcs 5,000.00 10,000.00 53 Finger Traps With Handle Reusable And Autoclavable Medium 2 Pcs 5,000.00 10,000.00 54 Finger Traps With Handle Reusable And Autoclavable Large 2 Pcs 5,000.00 10,000.00 55 Elastic Cohesive Conforming Bandage 8cm X4 Meters Composed Of 43% Viscose;37% Cotton;20% Polyamide 200 Roll 156.00 31,200.00 56 Stockinette 3 Inch Width X 27-33 Yrds 100% Polyester Finish, Highly Absorbent & Softness 15 Roll 1,800.00 27,000.00 57 Neonate Scalp Vein Set 12 Kit 1,200.00 14,400.00 58 Iv Starter Kit Contains 1 Roll Surgical Tape Plastic 1″, X 1meter, 1 Piece Tourniquet Flat, 1 Piece Povidone Iodine Prep Pads, 2 Pieces Alcohol Prep Pads, 2 Pieces Gauze Pad 2×2″ Sterile, 1 Piece Dressing Sterile 6x7cm, 1 Piece Sticker Label; With 1 Pc R 1 Inch Hypoallergenic Plaster Pe Plaster- Excellent Quality Of Viscidity 2,500 Kit 90.00 225,000.00 59 Iv Cath Gauge 16 With Port - Made Of Polyurethane Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp Stainless Steel Needle, Extremely Flexible, Winged Shielded Iv Catheter, Plastic Color-coded Hub Material, 1.8mm Diameter, 45+2mmu Length, With Radio-opaque 300 Set 25.00 7,500.00 60 Iv Cath Gauge 18 With Port - Made Of Polyurethane Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp Stainless Steel Needle, Extremely Flexible, Winged Shielded Iv Catheter , Plastic Color-coded Hub Material, 1.3mm Diameter, 45+2mm Length 16,500 Set 25.00 412,500.00 61 Iv Cath Gauge 20 With Port - Made Of Polyurethane Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp Stainless Steel Needle, Extremely Flexible, Winged Shielded Iv Catheter , Plastic Color-coded Hub Material, 1.1mm Diameter, 32+2mm Length 18,000 Set 25.00 450,000.00 62 Iv Cath Gauge 22 With Port - Made Of Polyurethane Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp Stainless Steel Needle, Extremely Flexible, Winged Shielded Iv Catheter , Plastic Color-coded Hub Material, 0.9mm Diameter, 25+2mmu Length 14,500 Set 25.00 362,500.00 63 Iv Cath Gauge 24 With Port - Made Of Polyurethane Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp Stainless Steel Needle, Extremely Flexible, Winged Shielded Iv Catheter Made Of Polymer Or Polyurethane, Plastic Color-coded Hub Material, 0.7mm Diameter, 18+2mmu Length 11,000 Set 25.00 275,000.00 64 Iv Cath Gauge 26 With Port - Proprietary Made Of Latex-free Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp, Extremely Flexible; Rapid Visualization Of Blood Return Along The Catheter Shaft, Winged Shielded Iv Catheter, 18 +2mm Needle Length, Luer-lock Connection Type, Non-toxic, Sterile. 17,000 Set 25.00 425,000.00 Grand Total ₱ 5,715,505.00 Terms Of Reference Terms Of Delivery: 15-20 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 To February 13, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 30, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/82120411672?pwd=sneblddbjrcianpoooq9pz2dpqfg24.1 Meeting Id: 821 2041 1672 Passcode: 201482 Deadline Of Submission Of Bids February 13, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids February 13, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86487444853?pwd=zwg80p6qwo4wkr8eenblbeezxkmcnb.1 Meeting Id: 864 8744 4853 Passcode: 437326 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1sk9duljzolpyn9b0rxasumomsbb94lk7?usp=sharing Bidding Documents Php 10,000.00 It 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. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before February 13, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 13, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh 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. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date13 Feb 2025
Tender AmountPHP 5.7 Million (USD 98.4 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
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 24b00145 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Santa Teresita Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00145: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Santa Teresita Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Santa Teresita Super Health Center Contract Id No. : 24b00145 Location : Santa Teresita, Cagayan Brief Project Description : Completion/ Equipping Of Super Health Centers: Installation Of Leaded Materials At X-ray Room, Installation Of Additional 5 Sets Of Air-conditioning Unit, Installation Of Emergency Shower & Eyewash, Construction Of Built-in Cabinets (laboratory), Construction Of Sharps And Needles, Installation Of Roll-up Door At Main Entrance Door, Construction Of Ambulance Bay And Patient Waiting Area, Pavement Of Walkway, Installation Of Electrical Works And Installation Of Stainless Steel Tubular At Ambulance Bay And Patient Waiting Area, Construction Of Powerhouse, Installation Of Roll-up Doors At Powerhouse, Installation Of Generator Set And Stainless Steel Water Tank Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation (common Soil) • Embankment (from Structure Excavation) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Wall • Carpentry And Joinery • Finishing Hardware • Steel Doors And Frames • Roll-up Door (steel) • Waterproofing, Liquid • (glazed, Unglazed) Tiles • Cement (floor, Broom, Plaster) Finish • Non -slip Finish • Painting Works, (masonry/ Concrete, Steel) • Metal Deck Panel • Chb Non-load Bearing (including Reinforcing Steel) (150mm) • Louver Block • Metal Structure Accessories, (steel Plates) • Structural Steel (tubular Stainless Steel "ss304") Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Generator Single Or Three Phase Stand-by • Solar Panel With Inverter, Battery And Other Devices • Lighting Fixtures • Reinforced Concrete Pedestal / Pole Mechanical Works • Ventilating System • Water Tank, Stainless Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 18 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 - January 08, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On December 19, 2024, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 08, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 08, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: December 12-18, 2024 Conspicuous Place (procurement Bulletin Board): December 12-18, 2024
Closing Date8 Jan 2025
Tender AmountPHP 5.9 Million (USD 102.8 K)
DEPARTMENT OF EDUCATION CITY SCHOOLS DIVISION OF DASMARI A Tender
Others...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Bids And Awards Committee Request For Quotation Please Quote Your Lowest Price On The Items / Package Listed Below, Subject To The General Conditions. Please Submit Your Quotation Duly Signed By Your Representative On Or Before February 17, 2025 / Monday / 3:00 Pm At Deped City Schools Division Of Dasmariñas Csdo Building, Dasca Compound, Brgy. Burol Ii, Dasmariñas City. You May Also Send Your Quotation Via Password Protected Email At Bac@depeddasma.edu.ph. Password Shall Be Sent To 09190605820 After The Deadline Of Submission Of Rfq. Ryan Ashley B. Rollan Bac Secretariat General Conditions: 1. Total Quotation Amount In Excess Of The Approved Budget For The Contract Shall Be Automatically Rejected. 2. Incomplete Quotation Shall Not Be Accepted. 3. Late Submission Of Quotations Shall Not Be Accepted. 4. Delivery Period Within Thirty (30) Calendar Days Upon Signing Of Purchase Order. 5. Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials, One (1) Year For Equipment, From The Date Of Acceptance By The Procuring Entity. 6. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days. 7. Quoted Prices Are Inclusive Of Tax; Government Taxation Applies. 8. Bidders Must Submit Current And Valid Documentary Legal Requirements Upon Submission Of Quotation: A. [ ] Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; B. [ ] Certificate Of Philgeps Registration Number: ___________________ [ ] Platinum [ ] Red_______ C. Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (for Abcs Above Php50,000.00) To Be Submitted Upon Signing Of Purchase Order.) D. Fda - License To Operate Procurement Project: Procurement Of Drugs, Medicines, And Medical Supplies - Supply And Delivery Mode Of Procurement: Np-small Value Procurement Approved Budget For The Contract: Php300,000.00 1. Drug Class: Antacid / Antiflatulent / Anti-ulcer Drugs Generic Name: Aluminium Hydroxide Magnesium Hydroxide Simeticone Dosage: 178 Mg / 233 Mg / 30mg Chewable Tablets Packaging: 100’s Per Box Brandname: 2. Drug Class: Antibacterial / Penicillines Generic Name: Co-amoxiclav Dosage: 375 Mg (amoxicillin 250mg + Clavulanic Acid 125mg) Packaging: 30’s Per Box Brandname: 3. Drug Class: Antibacterial / Penicillins Generic Name: Co-amoxiclav Dosage: 625 Mg Tablet (amoxicillin 500mg + Clavulanic Acid 125mg) Packaging: 30’s Per Box Brandname: 4. Class Drug: Antibiotics-macrolides Generic Name: Azithromycin Monohydrate Dosage: 500mg Packaging: 3’s Per Box Brandname: 5. Drug Class: Antidiarrheals / Antimotility Generic Name: Loperamide Dosage: 2mg Capsules Packaging: 100’s Per Box Brandname: 6. Drug Class: Antibiotics-penicillins Generic Name: Amoxicillin Dosage: 500 Mg Capsule Packaging: 100’s Per Box Brandname: 7. Drug Class: Antihistamine / Anti-allergy Generic Name: Cetirizine Dosage: 10mg Per Film-coated Tablet Packaging: 50’s Per Box Brandname: 8. Drug Class: Antihypertensives Generic Name: Clonidine Hydrochloride Dosage: 75mcg Tablet Packaging: 100’s Per Box Brandname: 9. Drug Class: Antispasmodics / Analgesic Generic Name: Hyoscine N Butylbromide + Paracetamol Dosage: 10mg/500mg Tablet Packaging: 100’s Per Box Brandname: 10. Drug Class: Antivertigo Drugs Generic Name: Betahistine Dihydrochloride Dosage: 16mg Tablets Packaging: 100’s Per Box Brandname: 11. Drug Class: Anti-inflammatory / Anti-bacterial / Generic Name: Dexamethasone 1 Mg, Polymyxin B Sulfate 6,000 Iu, Neomycin Sulfate 3,500 Iu, Dosage: 5ml Sterile Ophthalmic Suspension Packaging: Bottle With Spray Brandname: 12. Drug Class: Anti-ulcer Drugs Generic Name: Sodium Alginate+sodium Bicarbonate+calcium Carbonate Content: 10ml Per Sachet Packaging: 24’s Per Box Brandname: 13. Drug Class: Anti-ulcer Drugs/ Proton Pump Inhibitor / Anti - Reflux Agent Generic Name: Pantoprazole+domperidone Dosage: 40mg/30mg Capsule Packaging: 30’s Per Box Brandname: 14. Drug Class: Cough & Cold Preparations Generic Name: Carbocisteine + Zinc Dosage: 500mg/5mg Capsules Packaging: 100’s Per Box Brandname: 15. Drug Class: Mouth & Throat Preparations / Anti-bacterial / Anti-inflammatory / Antiseptic Generic Name: Benzydamine Hydrochloride 3mg + Cetylpyridinium Chloride 1.33mg Dosage: 3mg / 1.33mg Lozenges Flavor: Any Packaging: 16‘s Per Box Brandname: 16. Drug Class: Multivitamins, Plain Or With Minerals - Adult Generic Name: Multivitamins And Minerals - Vit. A To Zinc Dosage: Tablet Packaging: Individually Wrapped With Aluminum Foil 100’s Per Box Brandname: 17. Drug Class: Nonsteroidal Anti-inflammatory Drugs (nsaids) Cox - 2 Selective Inhibitor Generic Name: Celecoxib Dosage: 200mg Capsules Packaging: 60’s Per Box Brandname: 18. Drug Class: Oral Electrolyte Drink Mix Flavor: Orange / Apple Content: 4.8g Sachet Packaging: 20’s Per Box Brandname: 19. Drug Class: Topical Anti-infectives Generic Name: Mupirocin Dosage: 5g Ointment Cream Pacakging: Tube Brandname: 20. Drug Class: Topical Antipruritics & Antihistamines Generice Name: Zinc Oxide + Calamine Dosage: 3.5g Ointment Cream Per Sachet Packaging: 20's Per Box Brandname: 21. Drug Class: Topical Products For Joint & Muscular Pain / Counter Irritant Generic Name: Methyl Salicylate Camphor+menthol Dosage: 60ml Liquid Packaging: Glass Bottle Brandname: 22. Drug Class: Topical Products For Joint & Muscular Pain Generic Name: Methyl Salicylate, Menthol, Nux Vomica, Pinelliae Tuber, Drynaria, Liqouric, Huperzia Serrate, Pseudoginseng, Alcohol Content: 64ml Packaging: Plastic Spray Bottle Brandname: 23. Aneroid Sphygmomanometer Manometer: 20-300mmhg Accuracy : ±3mmhg Air System: Nylon Adult Cuff With Latex Bag Material: Zinc Alloy Plated Construction Bulb And Valves Weight : 430g Size: 48 × 14 Cm Nylon Cuff 22 × 12 Cm Pvc / Latex Bladder With Tubes Packaging: Latex Bag Brandname: 24. Cervical Collar - Adjustable, 4 Geared Size: L:48cm X H:13.2cm Thickness: 1cm (child) Material: Plastic Foam Packaging: 1 Piece Per Box Brandname: 25. Cervical Collar - Adjustable, 4 Geared Size: L: 55.5cm X H: 16cm Thickness: 1cm (adult) Material: Plastic Foam Packaging: 1 Piece Per Box Brandname: 26. Cotton Balls Made: 100% Cotton Packaging: 150 Cotton Balls Per Pack Brandname: 27. Face Mask Sterile Non-woven, 3 Ply With Ear Loop, Disposable, Medical Grade: 99%, Hypoallergenic Size: Adult Size Packaging: 50’s Per Box Brandname: 28. Hot Water Bag Size: 500ml Material: Rubber Packaging: 1 Piece Brandname: 29. Hot Water Bag Size: 1 Liter Material: Rubber Packaging: 1 Piece Brandname: 30. Multi-pocket First Aid Medical Bag Size: L: 60cm X W: 45cm X H: 30cm Material: Waterproof 1000d Oxford Cloth Color: Orange Packaging: 1 Piece Brandname: 31. Nitrile Gloves Size: Small Material:vinyl/nitrile, Non-sterile Examination Gloves Packaging: 100’s Perbox Brandname: 32. Oxygen Mask Adult (mask And Hose Pack) Material: Plastic Packaging:1 Piece Mask / 1 Piece Hose Brandname: 33. Oxygen Mask Pediatric (mask And Hose Pack) Material: Plastic Packaging: 1 Piece Mask / 1 Piece Hose Brandname: 34. Rechargeable Penlight Dimension: L: 128mm X D:13mm Weight: 27 Grams Material: Stainless Steel Body Led Light Bulb: 55 Lumens Rechargeable Built-in Battery Packaging: 1 Stainless Steel Box 1 Penlight 1 Usb Charger Cord 1 Lanyard Brandname: 35. Self-adhesive Elastic Bandage Size: W: 5cm X L: 4.8m Material: Elastic Bandage Color: Assorted Color Packaging: 1 Roll Per Pack Brandname: 36. Self-adhesive Elastic Bandage Size: W: 7.5cm L: 4.8m Material: Elastic Bandage Color: Assorted Color Packaging: 1 Roll Per Pack Brandname: 37. Snap-on Retractable Tournique Size: L: 40cm X W: 2.5cm Material: Abs Plastic, Polyester Packaging: 1 Piece/box" Brandname: 38.sterile Gauze Pad Size: 4 In X 4 In (10cmx10cm) Material: 8 Ply Woven Gauze Packaging: 100 Pads Per Box Brandname: 39. Sterile Gauze Pad Size: 3 Inches X 3 Inches Material: 8 Ply Woven Gauze Packaging: 100 Pads Per Box Brandname:
Closing Date17 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)
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)
Municipality Of Anda, Bohol Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Anda Request For Quotation Approved Budget: Php 71,249.00 Sir/madam: Please Quote Your Price Of The Article/s Listed Below For Immediate Delivery At Mdrrm Office, Lgu-anda, Bohol. Item No Quantity Unit Supplies/materials Description Unit Cost Amount 1 36 Pcs Lucky Me Pancit Canton 15.00 ₱ 540.00 ₱ 2 12 Cans Corned Beef Argentina 48.00 ₱ 576.00 ₱ 3 12 Cans Beef Loaf (meat Loaf) 35.00 ₱ 420.00 ₱ 4 24 Cans Sardines Natural Oil 40.00 ₱ 960.00 ₱ 5 3 Doz Nescafe Original Twin Pack 175.00 ₱ 525.00 ₱ 6 6 Pack Crispy Fry 28.00 ₱ 168.00 ₱ 7 1 Sack 25 Kls. Rice 1,480.00 ₱ 1,480.00 ₱ 8 2 Pcs Smart Dishwashing Paste Big 70.00 ₱ 140.00 ₱ 9 2 Doz Magic Sarap 78.00 ₱ 156.00 ₱ 10 8 Pack Biscuits Assorted 70.00 ₱ 560.00 ₱ 11 2 Doz Champion Single 150.00 ₱ 300.00 ₱ 12 1 Doz Oyster Sauce 120.00 ₱ 120.00 ₱ 13 1 Sack 25 Kls. Rice 1,500.00 ₱ 1,500.00 ₱ 14 24 Cans Youngstown Natural Oil 40.00 ₱ 960.00 ₱ 15 12 Cans Corned Beef Argentina 48.00 ₱ 576.00 ₱ 16 6 Pack Datu Puti 200 Ml 10.00 ₱ 60.00 ₱ 17 7 Lit Oil 88.00 ₱ 616.00 ₱ 18 2 Doz Kopiko Black Twin 175.00 ₱ 350.00 ₱ 19 5 Pack Hansel Crackers Plain 70.00 ₱ 350.00 ₱ 20 1 Kls 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 21 1 Doz Creamy White Twin 175.00 ₱ 175.00 ₱ 22 36 Pcs Lucky Me Pancit Canton 15.00 ₱ 540.00 ₱ 23 2 Pcs Smart Dishwashing Paste Big 70.00 ₱ 140.00 ₱ 24 15 Kls Biscuits Assorted 70.00 ₱ 1,050.00 ₱ 25 1 Sack Rice Camia 2,960.00 ₱ 2,960.00 ₱ 26 24 Pcs Lucky Me Pancit Canton 15.00 ₱ 360.00 ₱ 27 3 Tray Egg 270.00 ₱ 810.00 ₱ 28 1 Doz Champion Energen Twin 180.00 ₱ 180.00 ₱ 29 12 Cans Century Tuna 25.00 ₱ 300.00 ₱ 30 3 Pcs Smart Dishwashing Paste Big 70.00 ₱ 210.00 ₱ 31 3 Doz Kopiko Black Twin 175.00 ₱ 525.00 ₱ 32 5 Pack Spoon 30.00 ₱ 150.00 ₱ 33 2 Pcs Utility Box Surface Type 95.00 ₱ 190.00 ₱ 34 15 Meter Thhn Stranded Wire #3.5mm 29.00 ₱ 435.00 ₱ 35 3 Pcs Electrical Pvc Pipe #1/2 95.00 ₱ 285.00 ₱ 36 10 Pcs Pvc Clip #1/2 2.50 ₱ 25.00 ₱ 37 1 Pcs Flexible Connector #1/2 25.00 ₱ 25.00 ₱ 38 2 Doz Kopiko Black Single 120.00 ₱ 240.00 ₱ 39 5 Doz Creamy White Twin 175.00 ₱ 875.00 ₱ 40 10 Pack Biscuits Assorted 70.00 ₱ 700.00 ₱ 41 1 Sack 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 42 2 Doz Magic Sarap 78.00 ₱ 156.00 ₱ 43 1 Sack 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 44 5 Lit Oil 88.00 ₱ 440.00 ₱ 45 24 Pcs Lucky Me Pancit Canton Assorted 15.00 ₱ 360.00 ₱ 46 12 Cans Youngstown Natural Oil 40.00 ₱ 480.00 ₱ 47 6 Pack Crispy Fry Big 1 Kl. 28.00 ₱ 168.00 ₱ 48 1 Doz Sinigag Mix 22g 300.00 ₱ 300.00 ₱ 49 12 Cans Corned Beef Argentina 48.00 ₱ 576.00 ₱ 50 2 Doz Kopiko Black Twin 175.00 ₱ 350.00 ₱ 51 12 Cans Beef Loaf (holiday) 25.00 ₱ 300.00 ₱ 52 7 Lit Cooking Oil 88.00 ₱ 616.00 ₱ 53 10 Doz Coffee Twin Pack 175.00 ₱ 1,750.00 ₱ 54 3 Doz 3in1 Original Twin 175.00 ₱ 525.00 ₱ 55 12 Cans Youngstown Natural Oil 40.00 ₱ 480.00 ₱ 56 2 Tray Egg Xl 270.00 ₱ 540.00 ₱ 57 1 Doz Oyster Sauce Small 120.00 ₱ 120.00 ₱ 58 1 Doz Magic Sarap 78.00 ₱ 78.00 ₱ 59 6 Pack Silver Swan Soy Sauce 200ml 16.00 ₱ 96.00 ₱ 60 3 Pack Datu Puti 200 Ml 15.00 ₱ 45.00 ₱ 61 5 Pack Biscuits Assorted 70.00 ₱ 350.00 ₱ 62 24 Sack Fiesta Beef Loaf 30.00 ₱ 720.00 ₱ 63 3 Cans Candy Assorted 50.00 ₱ 150.00 ₱ 64 10 Pack Dingdong And Happy Nuts 28.00 ₱ 280.00 ₱ 65 4 Pack Coffee Cup 60.00 ₱ 240.00 ₱ 66 1 Sack 25 Kls. Rice Camia 1,500.00 ₱ 1,500.00 ₱ 67 20 Cans Beef Loaf (holiday) 25.00 ₱ 500.00 ₱ 68 6 Pack Wings Powder 7.33 ₱ 44.00 ₱ 69 3 Pcs Wilkins 330ml 220.00 ₱ 660.00 ₱ 70 9 Doz Coffee Twin Pack 175.00 ₱ 1,575.00 ₱ 71 6 Pack Biscuits Assorted 70.00 ₱ 420.00 ₱ 72 11 Pack Dingdong And Happy Nuts 28.00 ₱ 308.00 ₱ 73 8 Pack Candy Assorted 50.00 ₱ 400.00 ₱ 74 24 Cans Century Tuna 25.00 ₱ 600.00 ₱ 75 24 Cans Corned Beef (holiday) 25.00 ₱ 600.00 ₱ 76 2 Pack Coffee Cup 60.00 ₱ 120.00 ₱ 77 3 Pack Stirrer 280.00 ₱ 840.00 ₱ 78 15 Meter Thhn Stranded Wire #3.5mm 29.00 ₱ 435.00 ₱ 79 2 Pack Tox With Screw #6 67.00 ₱ 134.00 ₱ 80 1 Pcs 3 Gang Outlet Flash Type 270.00 ₱ 270.00 ₱ 81 1 Pcs Utility Box Surface Type 90.00 ₱ 90.00 ₱ 82 1 Pcs Faucet Threaded 180.00 ₱ 180.00 ₱ 83 1 Roll Electrical Tape 3m Big 60.00 ₱ 60.00 ₱ 84 2 Kls Welding Rod #16 95.00 ₱ 190.00 ₱ 85 2 Pcs Plywood Yu Richmond 480.00 ₱ 960.00 ₱ 86 2 Pcs Sand Paper #120 30.00 ₱ 60.00 ₱ 87 2 Pack Double A Battery 39.00 ₱ 78.00 ₱ 88 1 Box Stranded Wire #12 4,000.00 ₱ 4,000.00 ₱ 89 150 Meter Nylon Rope Big #12 10.00 ₱ 1,500.00 ₱ 90 1 Box Welding Rod #13 560.00 ₱ 560.00 ₱ 91 4 Pcs Square Tube 2x4 1,695.00 ₱ 6,780.00 ₱ 92 4 Pcs Square Tube 2x2 980.00 ₱ 3,920.00 ₱ 93 3 Pcs Gabas Puthaw 90.00 ₱ 270.00 ₱ 94 1 Lit Metal Primere Red Oxide 230.00 ₱ 230.00 ₱ 95 1 Lit Qde Black 260.00 ₱ 260.00 ₱ 96 2 Pcs Paint Brush #2 55.00 ₱ 110.00 ₱ 97 4 Bot Paint Thinner 80.00 ₱ 320.00 ₱ 98 4 Pcs Paint Brush #3 95.00 ₱ 380.00 ₱ 99 1 Pcs Paint Brush #4 95.00 ₱ 95.00 ₱ 100 2 Tank Fiesta Gas 1,100.00 ₱ 2,200.00 ₱ 101 0.5 Kls Concrete Nails #3 120.00 ₱ 60.00 ₱ 102 0.5 Kls Concrete Nails #4 120.00 ₱ 60.00 ₱ 103 5 Pcs Led Bulb 17w 200.00 ₱ 1,000.00 ₱ 104 12 Pack Biscuits Assorted 70.00 ₱ 840.00 ₱ 105 2 Doz Kopiko Blanca Twin 175.00 ₱ 350.00 ₱ 106 2 Doz Creamy White Twin 175.00 ₱ 350.00 ₱ 107 1 Doz Kopiko Black Twin 175.00 ₱ 175.00 ₱ 108 1 Doz 3in1 Original Twin 175.00 ₱ 175.00 ₱ 109 20 Cans Corned Beef Holiday 46.00 ₱ 920.00 ₱ 110 5 Pack Silver Swan Soy Sauce 200ml 18.00 ₱ 90.00 ₱ 111 1 Doz Oyster Sauce 120.00 ₱ 120.00 ₱ 112 1 Pack Magic Sarap 78.00 ₱ 78.00 ₱ 113 2 Tray Egg 270.00 ₱ 540.00 ₱ 114 1 Sack 25 Kls. Rice Camia 1,480.00 ₱ 1,480.00 ₱ 115 1 Pcs 3 Gang Outlet Flash Type 270.00 ₱ 270.00 ₱ Total 71,249.00
Closing Date16 Jan 2025
Tender AmountPHP 71.2 K (USD 1.2 K)
Eastern Samar State University - ESSU Tender
Others...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Request For Quotation (rfq) Date: February 05, 2025 Rfq No.: 2025-ron015 Pr#: 2025-01-031 The Owner/proprietor _________________________ _________________________ Sir/ma’am: Please Quote Your Price For The Items Specified Below, Taking Into Consideration The Following & Fill-up The Above Portion “the Owner/proprietor& The Portion Below The Price Quotation: Name Of The Transaction: Purchase Of Electrical Supplies & Materials For The Rehabilitation Of Electrical Wirings Of Ati Building, Additional Lightings For Coe, Canuctan Hall & Other Buildings. Terms And Conditions 1. The Total Approved Budget For The Contract (abc) Is Five Hundred Ninety Two Thousand Eight Hundred Pesos Only (₱592,800.00) 2. Price Quotation Should Be Inclusive Of The Required Tax Obligations; 3. Submission Of Bids Through Sealed Envelope Or Electronic Mail To Essubacoffice1@gmail.com When: On Or Before 9:00 Am Of February 11, 2025 Where: Quotation Drop Box, Bac Office, 2nd Floor Of Essu Admin Building 4. Opening Of Submitted Rfqs: When: Exactly 10:00 Am Of February 11, 2025 Where: Procurement Office, 2nd Floor Of Essu Admin Building 5. Evaluation Of Bids Shall Be Conducted On A “per Item” Basis; Delivered To Essu Main Campus 6. Delivery Period Is Fifteen Calendar Days (15 Cd) Upon Receipt Of Notice To Proceed (ntp). 7. If Awarded The Contract, Processing Of Payment Shall Be Made Within Five (5) Working Days Upon Receipt Of Billing Request. 8. Refusal To Accept An Award May Be Ground For Imposition Administrative Sanctions Under Rule Xxiii Of The 2016 Revised Irr Of Ra 9184; And 9. Failure Of The Supplier To Deliver Goods And Render Services Under The Contract Within The Specified Delivery Schedule Shall Made Him/her Liable For Damages For The Delay. 10. Subject To The Submission Of The Following Documents: Failure To Submit The Same May Result For A Disqualification Under The Applicable Law. A. Dti/sec Certificate Of Registration B. Income /business Tax Return (abc’s Above 500k) C. Mayor’s /business Permit D. Philgeps Class “a” Platinum Or Philgeps Registration Number E. Omnibus Sworn Statement Notarized (for Abc’s Above 50k) F. Professional License/curriculum Vitae (consulting Services Only) G. Pcab License (infra Project Only H. Request For Quotation (rfq) 11. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable Rolando L Cadalin Jr. Authorized Canvasser Dr. Jerald P. Torillo Bac Chairperson To The Bac Chairperson: I Have Read And Understood The Procurement Terms And Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To The Above Terms And Conditions. Item # Qty Unit Particular Abc Bid Price Unit Price Total Amount 1 3 Box 5.5 Mm² Thhn Wire 18,000.00 2 4 Box 3.5 Mm² Thhn Wire (red) 22,000.00 3 4 Box 3.5 Mm² Thhn Wire (white) 22,000.00 4 5 Box 2.0 Mm² Thhn Wire (red) 22,500.00 5 5 Box 2.0 Mm² Thhn Wire (white) 22,500.00 6 2 Rolls Flexible Hose 1/2 Diameter 1,400.00 7 100 Set Junction Box W/ Cover, Pvc 4 Inches Diameter 3,000.00 8 50 Pcs Utility Box, Pvc 1,500.00 9 150 Set Led Tube Set, 16 Watts 82,500.00 10 30 Pcs Ceiling Receptacle 4 1/4" W/screw For Bulb 3,600.00 11 100 Pcs Bulb, Led, Cool Daylight, E27 - 15w 30,000.00 12 10 Pc Circuit Breaker, Plug-in, 15at, 2 Pole 5,000.00 13 10 Pc Circuit Breaker, Plug-in, 20at, 2 Pole 5,000.00 14 10 Pc Circuit Breaker, Plug-in, 30at, 2 Pole 5,000.00 15 10 Pc Circuit Breaker, Plug-in, 40at, 2 Pole 5,000.00 16 3 Pc Circuit Breaker, Plug-in, 60at, 2 Pole 1,500.00 17 2 Pc Circuit Breaker, Plug-in, 100at, 2 Pole 1,600.00 18 10 Set 1-gang Switch Flush Type 2,000.00 19 5 Set 2-gang Switch Flush Type 1,250.00 20 6 Set 3-gang Switch Flush Type 1,800.00 21 1 Pc Gray Spray Paint 250.00 22 50 Set Outlet, 2 Gang Flush Type 9,000.00 23 20 Set Outlet, 4 Gang Surface Type 2,800.00 24 5 Box Staple Wire #1 500.00 25 2 Pack Pvc Clip 1/2 Diameter 400.00 26 100 Roll Electrical Tape, Vinyl Tape, 16 Meters 6,500.00 27 1 Set 2.5hp Window Type Aircon, 230volts, Single Phase, Non-inverter 45,000.00 28 12 Set Ceiling/orbit Fan, 16" Diameter 36,000.00 29 3 Pc Safety Breaker 20amps 1,800.00 30 10 Pcs Kit Includes Scissors, Safety Pins, First Aid Tape, Gauze, Iodine, Cotton 5,000.00 31 1 Unit Vacuum Cleaner Heavy Duty 5,000.00 32 250 Pc Wood Screw ( Gypsum) , 1'' Long 1,250.00 33 5 Pack Cable Tie, 10 '' X 4 Mm Wide , Plastic 600.00 34 5 Pack Nippon 9/10mm X 16m (self Fusing Rubber Tape) 1,250.00 35 2 Box Nm 1.6 Mm 2c (10/2 ) Pdx # 14 8,000.00 36 1 Box Nm 2.0 Mm 2c ( 12/2 ) Pdx # 12 6,000.00 37 1 Box Nm 2.6 Mm 2c (10/2 ) Pdx # 10 8,000.00 38 3 Pair Electrical Insulating Gloves Withstanding 400volts 900.00 39 2 Doz. Ultra Thin Safety Work Gloves, Nylon Shell, Black Polyurethane Coated Light Duty 3,600.00 40 1 Set Panel Board 10holes, 2pole, Plug In Type, Single Phase With Panel Board Directory Sticker And Grounding Terminal. 100at Main Cb With The Following Included Branch Circuit Cb, 2pcs 20at, 4pcs 30at, 2pcs 15at 12,000.00 41 1 Set Panel Board 12holes, 2pole, Plug In Type, Single Phase With Panel Board Directory Sticker And Grounding Terminal. 100at Main Cb With The Following Included Branch Circuit Cb, 4pcs 15at, 5pcs 20at, 2pcs 30at 13,500.00 42 1 Set Panel Board 16holes, 3pole, Plug In Type, Three Phase 100at Main Cb With Panel Board Directory Sticker And Grounding Terminal. With The Following Included Single Phase Branch Circuit Cb, 7pcs 20at, 5pcs 30at, 3pcs 60at 28,000.00 43 5 Pc Aircon Capacitor, 40µf , 450v 2,250.00 44 5 Pc Aircon Capacitor, 45µf , 450v 2,250.00 45 5 Pc Aircon Capacitor, 4µf 750.00 46 5 Pc Capacitor, 5µf 750.00 47 5 Pc Capacitor, 6µf 750.00 48 5 Pc Capacitor, 7.5µf 1,000.00 49 5 Pcs Propane Mapp Gas 4,500.00 50 50 Pcs Silver Rod, 1.3mm X 3.2mm X 500mm 2,600.00 51 2 Tank Refrigerant, 410a 11.3-13kg 18,000.00 52 4 Tank Refrigerant, 22 11.3-13kg 36,000.00 53 2 Set Microphone, Wired, Dynamic, R21s (3/set) 10,000.00 54 8 Pack Size Aa( 4pc/pack ) 1.5 Vdc, Rechargeable Battery Heavy Duty 8,000.00 55 4 Pc 200 Watts (not Solar Powered) 8,800.00 56 5 Pc Rubber Ended Male Xlr 1,000.00 57 5 Pc Rubber Ended Female Xlr 1,000.00 58 5 Pc 6.5 Mm , Ts Rubber End Cap 900.00 59 5 Pc 6.5 Mm , Trs Rubber End Cap 900.00 60 10 Pc Heavy Duty Speak On 2,000.00 61 2 Roll Stereo Microphone Cable, Braided, 6.8mm 24,000.00 62 1 Pc 60watts Industrial Grade Soldering Iron 600.00 63 1 Pcs Heavy Duty Desoldering Pump 150.00 64 1 Set Desk Light Magnifying Glass Stand 550.00 65 1 Pcs 3pins Xlr Wireless Remote Control Receiver For Smoke Fog Machine 350.00 66 4 Pcs Power Supply Power Board Lpc-007 3,600.00 67 2 Pcs Par Lead 54 Bulb X3w Rgbw Lp001 6,000.00 68 4 Set Metal Halide Lamp 7r W 3,600.00 Please Fill-out This Portion Legibly And Completely: Name Of Business Or Firm: _________________________________________________________________ Authorized Representative: _______________________________________ Date: ___________________________ Signature Over Printed Name Position In Firm: ________________________________________________ Contact Number: _________________ Business Address: _________________________________________________________________________________
Closing Date11 Feb 2025
Tender AmountPHP 592.8 K (USD 10.2 K)
8921-8930 of 9000 archived Tenders