Battery Tenders
Battery Tenders
City Government Of Davao Tender
Automobiles and Auto Parts
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.5 K)
Details: Description Brand New Crawler Type Excavator Specification: Operating Weight: More Or Less 6010kg Ground Pressure: 32.5kpa Bucket Digging Force: 48.3kn Arm Digging Force: 32.5kn Maximum Tractive Force: 50.5kn Engine Power: 36.2kw/ 2000rpm Fuel Tank: 110l Displacement: 3.054l Hydraulic Tank: 77l Engine Fuel Tank: 12l Standard: Length Of Boom - More Or Less 3000mm Length Of Arm - More Or Less 1600mm Bucket Capacity: 0.23 M3 A\c: Equipped The End User Or Its Authorized Representative And The Gso Inspector Shall Have The Right To Inspect And/or Test Vehicles To Confirm Their Conformity To The Specifications Required In This Procurement. - The Winning Supplier/s Must Fuel The Vehicle For Road Test Purposes (free Of Charge). - As Part Of The Post-qualification Evaluation, The Winning Bidder/s Must Conduct A Product Demonstration 11. Bid Tender - The Winning Bidder/s Must Indicate Or Specify The Brand Name, Model, And Place Of Origin Of The Products/items They Offered (vehicle, Tires, Batteries, Etc.) 12. Single Largest Completed Contract (slcc) - The Slcc Of The Winning Bidder/s Must Be Similar To The Items They Offered Or Tendered. 13. Authenticity Of Documents - The City Government Of Davao Reserves The Right To Verify The Authenticity And Viability Of The Documents Presented/submitted By The Bidder/s. The Bidder Shall Ensure That All Documents Submitted Are Readily Available And Verifiable, They Must Be Properly Subscribed And Notarized Through Internationally Accepted Means Terms And Condition: 1. Must Have A Service Center In Davao City 2. Deliver Period: 120 Days Upon Receipt Of Approved Po 3. After Sales Services - The Winning Bidder/s Must Facilitate The Processing And Claiming Of The After-sales Within The Warranty Period. - The Winning Bidder/shall Guarantee A Period Check After 1 Year Or 2,000 Working Hours Of The Equipment. 4. (irr-a Section 68, Annex "d" And The Civil Code Of The Philippines Art. 2226). If Delays Are Likely To Be Incurred, The Bidder/s Must Notify The Procuring Entity In Writing. It Must State Therein The Cause/s And Duration Of The Expected Delay; Subject To The Approval Of The End User & Head Of The Procuring Entity, Based On Meritorious Grounds, With Or Without Liquidated Damages. - In All Cases, The Request For An Extension Should Be Submitted Before The Lapse Of The Original Delivery Date. The Maximum Allowable Extension Shall Not Be Longer Than The Initial Delivery Period As Stated In The Original Contract. - Delivery Place: Barangay Hall Marapangi - Delivery Period Of 120 Calendar Days Upon Receipt Of Approved P.o. 5. Transfer Of Knowledge Technology - The Bidder Must Conduct A1 Test 1-day Orientation/training To At Least Two (2) Authorized Representatives Of The Procuring Entity Before Or On The Day Of Releasing Of The Unit.
City Of Calbayog Samar Tender
Publishing and Printing
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 190.4 K (USD 3.2 K)
Details: Description 1. Handwashing Liquid 450ml (12 Bottle) 2. Ball Pen (50pcs/ Pack) Black (6 Pc) 3. Colored Folder Short (50 Pc) 4. Bleaching/ Stain Remover 1 Gal (20 Bottle) 5. Detergent Powder 1.19kg (20 Pack) 6. Garbage Bag Small (30 Pack) 7. Garbage Bag Xxl (10pcs) (30 Pack) 8. Ziplock (10 Pack) 9. Tissue (300 Pack) 10. Alcohol (48 Bottle) 11. Disinfectant (20 Cont) 12. Air Freshener (solid) (24 Pc) 13. Record Book 300pages (20 Pc) 14. Multicopy Paper 80gsm A4 Size (50 Ream) 15. Multicopy Paper 80gsm Legal Size (50 Ream) 16. Marking Pen Different Color (24 Set) 17. Stapler With Remover #35 (15 Pc) 18. Vellum Paper (20 Pack) 19. Sign Pen Black (50 Pc) 20. Permanent Marker Blue/black (48 ) 21. Glue All-purpose 130g (12 Bottle) 22. Cutter 18mm (20 Pc) 23. Sticker Paper (10 Sheets) (30 Pack) 24. Expanded Brown Envelop Long (100 Pc) 25. Multi Insect Killer 500ml (24 Cont) 26. Dish Washing Liquid 780ml (12 Bottle) 27. Cleaner, Souring Powder (10 Pack) 28. Dish Washing Paste 190g (10 Pc) 29. Scissors Big (10 Pc) 30. Correction Tape (24 Pc) 31. Photo Paper (10 Pack) 32. Scotch Tape 1" (10 Pack) 33. Epson Ink Different Colors (10 Set) 34. Push Pin 100 Pcs (5 Box) 35. Meta Cards (4 Pack) 36. Broom (bata 30+a39:a61) (10 Pc) 37. Dust Pan (6 Pc) 38. Tornado Mop 360° (2 Set) 39. Manila Paper 50pcs/roll (4 Roll) 40. Double Sided Tape 1 Inch (10 Pc) 41. White Board Marker 12pcs/box (4 Box) 42. Pencil 12pcs/box (4 Box) 43. White Board With Stand (1 Unit) 44. Masking Tape 1.50" (10 Pack) 45. Padding Glue (10 Bottle) 46. Folder A4 (200 Pc) 47. Folder Long (200 Pc) 48. Usb Flash Drive 16gb (12 Pc) 49. Brown Envelop Long (100 Pc) 50. Aa Batteries (4pcs/pack) (10 Pack) 51. Air Freshener Spray (24 Cont) 52. Led Bulb 10 Watts (12 Pc) 53. Letter Envelop With Window Long (500pc) (1 Box) Atty. Michael E. Costelo, Jr., Rme Cgdh 1/ Head Bac Secretariat Mobile No. 0917 168 9211
Department Of Education Division Of Alaminos City Tender
Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 199.6 K (USD 3.4 K)
Details: Description Request For Quotation Please Quote Your Price Inclusive Of Vat On The Item/s Listed Below. Submit Your Quotation And Photocopy Of The Following Requirements In A Sealed Envelope (signed By You Or Your Representative Across The Seal) Not Later Than The January 20, 2025 10:30 Am To Wit: 1. Mayor's Permit 2. Philgeps Registration Number Certificate, 3. Certificate Of Registration (bir Form 2303) And 4. Dti Permit 5. Updated Tax Clearance And Other Requirements. The Face Of The Envelope Must Contain The Name Of The Supplier/bidder And The Name Of The Project - Similar To The Manner Of Submission Of Bids In A Public Bidding. It Must Be Duly Received By The Sdo Alaminos City Records Office Through Manual Submission, To Be Forwarded To The Bac Secretariat, Or Send It Through Email Address At Bac.alaminoscity@deped.gov.ph. The Submitted Quotation Shall Be Opened And Read In The Presence Of The Bac Members And The Undersigned Or Any Representative In Lieu Of Him/her. Wilfredo E. Sindayen, Ceso Vi (sgd) Bac Chairperson Terms And Conditions: 1. All Entries Must Be Typewritten Or Written Legibly. 2. Delivery Period For Supplies/materials: Seven (7) Calendar Days From Supplier's Receipt Of Purchase Order 3. Submit Warranty Certificate: Six (6) Months For Supplies & Materials; One (1) Year For Equipment, From The Date Of Acceptance By The Procuring Entity 4. Price Validity: (30) Calendar Days From The Deadline Set For Submission Of Quotations 5. The Abc (by Lot) For This Project/program/activity/ies Is/are P 199,666.80 Note: The Head Of The Procuring Entity Reserves The Right To Review The Quotation Of The Bidders And Reject Any And All Bids, Declare A Failure Of The Procurement Process At Any Time Prior To The Contract Award Or To Not Award The Contract Pursuant To Existing Guidelines, Without Incurring Any Liability. Item No. Item Description / Technical Specification Brand/ Model Qty Unit Unit Price Total (qty X Unit Price) Common Supplies: 1 Bond Paper, A4 - 70gsm 100 Ream 2 Bond Paper, Legal - 70gsm 100 Ream 3 Bond Paper, A3 - 70gsm 1 Ream 4 Binder Clip 1” 50 Box 5 Binder Clip 2” 24 Box 6 Page Marker Sticky Note, 2"x 3", Precut Into 5, Multicolor, 100s Per Color 50 Pack 7 Rubber Band, Big Flat, Stationery No. 18 5 Box 8 Push Pin, 100pcs/box 3 Box 9 Folder, Long - Kraft Board (outside Brown, Inside White), 100s 10 Ream 10 Masking Tape 2” 10 Roll 11 Marker Permanent - Broad, Black 12 Piece 12 Marker Permanent - Bullet, Black 12 Piece 13 Marker Permanent - Broad, Blue 12 Piece 14 Marker Permanent - Bullet, Blue 12 Piece 15 Marker Whiteboard - Broad, Black 12 Piece 16 Marker Whiteboard - Bullet, Black 12 Piece 17 Marker Whiteboard - Broad, Blue 12 Piece 18 Marker Whiteboard - Bullet, Blue 12 Piece 19 Ballpen, Black - 0.5 100 Piece 20 Ballpen, Blue - 0.5 50 Piece 21 Sign Pen, Black - 0.5 100 Piece 22 Sign Pen, Blue - 0.5 100 Piece 23 Stapler, Standard, Medium 5 Piece 24 Staple Wire, Standard - No.35, 5000s 20 Box 25 Glue, 130g 10 Bottle 26 Paper Fastener, Metal 50 Box 27 Stamp Pad No. 2 – Violet Ink 5 Piece 28 Scissors, Medium 20 Piece 29 Cutter Blade Knife With Refill, 18mm 20 Piece 30 Pencil, Lead With Eraser, #2 36 Piece 31 Mouse Pad 10 Piece 32 Data File Box, Clipboard With Closed Ends - Red 20 Piece 33 Data File Box, Clipboard With Closed Ends - Green 50 Piece 34 Sign Pen, Fine Line 0.6 , Water & Fade Proof Pigment Ink - Black 24 Piece 35 Sign Pen, Fine Line 0.6 , Water & Fade Proof Pigment Ink - Blue 24 Piece 36 Toner, Brother Tn269, Black 2 Bottle 37 Toner, Brother Tn269, Cyan 2 Bottle 38 Toner, Brother Tn269, Magenta 2 Bottle 39 Toner, Brother Tn269, Yellow 2 Bottle Other Supplies: 0 0 40 Library Accession Book 3 Piece 41 Battery Aaa 2pcs/pack 50 Pack 42 Trashbag 10pcs/pack, Black - Large 100 Pack 43 Led Bulb, 24 Watts 10 Piece 44 Receptacle 4x4 1 Piece 45 Alcohol, Ethyl, 70% Solution 10 Gallon X X X X X X X X Total Purpose: Procurement And Delivery Of Sdo Supplies For The Months Of January And February, 2025
Municipality Of Isabela, Negros Occidental Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 499.1 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Invitation To Bid For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental. 1. The Municipality Of Isabela, Through The General Fund Intends To Apply The Sum Of Four Hundred Ninety Nine Thousand One Hundred Pesos (php 499,100.00) Only Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Isabela Now Invites Bids For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental.delivery Of The Goods Required Is Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 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 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Isabela And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00) And One Thousand Pesos Only (p1,000.00) For Accreditation Fee. 5. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 3:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. 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 January 31, 2025, 3:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Municipality Of Isabela Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. The Bid Price Shall Be Submitted In Lump Sum Not To Exceed The Total Approved Budget For The Contract (abc). 8. For Further Information, Please Refer To: Virginia A. Ariola Bac Primary Secretariat Isabela, Municipal Hall Borromeo St., Brgy. 4, Isabela, Neg. Occ. Cellphone Number : 09317644890 Email Add: Virgie_aariola@yahoo.com Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Bids And Awards Committee Bill Of Quantities Project Name Rehabilitation Of Giant Cross Location Barangay Mansablay, Isabela, Negros Occidental Abc Php 499,100.00 Item No. Qnty. Unit Item Description Unit Price Total Price 1 155 Bag Cement 2 25 Cu.m. Wash Sand 3 15 Cu.m. Gravel 3/4 4 65 Lengths 10 Mm Dsb 5 8 Lengths 3'' Gi Pipe Schedule 40 6 12 Lengths 2'' Gi Pipe Schedule 40 7 35 Sheet 1/4" Ordinary Plywood 8 50 Pcs 2 X 2 X 8 Good Lumber 9 5 Box Welding Rod 6013 10 10 Gal Epoxy Primer 11 15 Gal Enamel (white) 12 10 Gal Semi Gloss Latex (white) 13 10 Pcs Paint Brush 3'' 14 5 Pcs Roller Brush 7" 15 5 Kg Cwn 4" 16 5 Kg Cwn 2" 17 7 Kg Concrete Nails 2'' 18 30 Kg G.i. Tie Wire 19 4 Pcs 20,000 Lumens, 6000k Daylight Solar Streetlight With Solar Panel & 12 Hours Standby Battery Operation Life Span 20 4 Pcs 3'' G.i Pole With Concrete Base 21 4 Box Led Strip Light - Daylight White 22 1 Box Thwn 3.5mm (150meters/box) 23 10 Box No. 14 Cable Clip 24 1 Lot Labor Xxxnothing Followsxxx Signature Over Printed Name Of Bidder Date
Department Of Education Division Of City Schools, Valenzue Tender
Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 174.6 K (USD 2.9 K)
Details: Description To: All Eligible Suppliers: The Department Of Education-sdo Valenzuela City Through Bids And Awards Committee (bac) And Its Secretariat, Intents To Procure The Procurement Of Common-use Office Supplies For Sdo Valenzuela City Through Shopping Sec. 52.1(b) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Quotation Above The Approved Budget Of The Contract (abc) Shall Be Automatically Disqualified. Please Submit Your Proposal For The Item/s Described And Required Herein, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq). Quotations May Be Submitted Manually In A Sealed Envelope Quotation Duly Signed By You Or Your Duly Authorized Representative Or Via Email (bac.sdoval@deped.gov.ph) On Or Before January 30, 2025 - 8:00am-5:00pm To Sdo Valenzuela Records Section. Please Quote Your Best Offer For The Items/s Described Herein Addressed To: Ernest Joseph C. Cabrera Chairperson, Bids And Awards Committee Deped-sdo Valenzuela, Pio Valenzuela St., Marulas, Valenzuela City Tel. No. 8277-3439 Local 118 Or 34454757 Email: Bac.sdoval@deped.gov.ph Pursuant To Appendix A “documentary Requirement For Alternative Methods Of Procurement Of Annex “h” Of Revised Irr Of Ra No. 9184, The Following Documents Are Required To Be Submitted. 1. Copy Of Valid/latest Mayor’s/business Permit 2. Copy Of Valid Sec/dti 3. Copy Of Valid Philgeps Registration Number/organization Id No./philgeps Registration (platinum Membership.) 4. Copy Of Updated/valid Bir/cor (certificate Of Registration-line Of Business) 5. Accomplished Prescribed Rfq Form. Particular: Procurement Of Common-use Office Supplies For Sdo Valenzuela City..................1-lot 1. Flash Drive, 64 Gb Capacity......................................................30pc/s X 350.00 =php10,500.00 2. Double Sided Tape 4 × 10 × 10 Cm...........................................20roll/s X 90.00 =php1,800.00 3. Sign Pen, Medium Tip, Black (12s)..............................................10box/s X 300.00 = Php3,000.00 4. Battery, Dry Cell, Aa, 2 Pieces Per Blister Pack .............................50pack/s X 150.00=php7,500.00 5. Correction Tape, 8m...............................................................50pack/s X 80.00 =php4,000.00 6. Envelope, Expanding, Kraftboard,for Legal Size Doc (100s).......5box/s X 1,300.00 =php6,500.00 7. Eraser, Plastic/rubber, For Pencil Draft/writing.........................50pc/s X 50.00 = Php2,500.00 8. Glue, All Purpose, Gross Weight: 200 Grams Min.............................25pc/s X 90.00 =php2,250.00 9. Marker, Permanent, Bullet Type, Black (12s)................................100pc/s X 25.00 =pp2,500.00 10. Sign Pen, Black, Liquid/gel Ink, 0.5mm Needle Tip (12s).................5box/s X 720.00 =php3,600.00 11. Sign Pen, Blue, Liquid/gel Ink, 0.5mm Needle Tip (12s)..................5box/s X 720.00 = Php3,600.00 12. Stamp Pad Ink, Purple Or Violet..................................................30pc/s180.00 = Php5,400.00 13. Tape, Masking, Width: 24mm...................................................50roll/s X 70.00 = Php3,500.00 14. Tape, Masking, Width: 48mm...................................................50roll/s X 90.00 =php4,500.00 15. Tape, Packaging, Width: 48mm................................................50roll/s X 80.00 =php4,000.00 16. Tape, Transparent, Width: 24mm.............................................100roll/s X 60.00 =ph6,000.00 17. Tape, Transparent, Width: 48mm..............................................25roll/s X 80.00 =php2,000.00 18. Scissors, Symmetrical, Blade Length: 65mm Min..........................30pc/s X 110.00 =php3,300.00 19. Epson Ink, 003, Black..................................................................50pc/s X 320.00 =php16,000.00 20. Paper, A4 80gsm........................................................................300ream/s X 230.00 = Php69,000.00 21. Paper, Legal 80gsm....................................................................50ream/s X 240.00 =php12,000.00 22. Earmark Tag..............................................................................20pack/s X 60.00 =php1,200.00 Total Amount Abc)...................................................................................................174,650.00 For Clarifications, You May Contact The Bac Secretariat Through Email Address Bac.sdoval@deped.gov.ph, Or At Telephone Number 8277-3439 Local 118. (sgd.)ernest Joseph C. Cabrera Chairperson, Bids And Awards Committee
MUNICIPALITY OF SOCORRO Tender
Others
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 1.2 Million (USD 21.6 K)
Details: Description Office Of The Bids And Awards Committee Invitation To Bid No. 327 -024 Project Name: Supply & Delivery Of One (1) Set Brand-new Multispectral Aircraft Agricultural Drone With Complete Accessories For The Drrm & Agriculture Office Of Lgu-socorro At Barangay Navarro, This Municipality Source Of Fund: Gender And Development (gad) Year 2025, And Mdrrm Fund Year 2025 --------------------------------------------------------------------------------------------------------------- Specifications: Net Weight (with Propellers And Rtk Module) - 951 G Max Takeoff Weight -1,050 G Dimensions (folded/unfolded) - Folded (without Propellers): 223×96.3×122.2 Mm (length×width×height) - Unfolded (without Propellers): 347.5×283×139.6 Mm (length×width×height) Diagonal Length - Diagonal: 380.1 Mm Max Ascent Speed - 6 M/s (normal Mode) 8 M/s (sport Mode) Max Descent Speed - 6 M/s (normal Mode) 6 M/s (sport Mode) Max Flight Speed (at Sea Level, No Wind) - 15 M/s (normal Mode); Flying Forward: 21 M/s; Flying Sideways: 20 M/s; Flying Backwards: 19 M/s (sport Mode) Max Wind Speed Resistance - 12 M/s Max Take-off Altitude Above Sea Level - 6000 M (without A Payload) Max Flight Time (without Wind) - 43 Minutes Inclusions: Base Station Power Adapter Cable Base Station Lan Cable Extra Battery Kit Extra Propellers Base Station Tripod (rh) High Precision Gnss Mobile Station Terra Software (perpetual Version) High Specs Laptop Pilot Training With Certificate (for 2 Pilots) Caap Registration Tpl Insurance --------------------------------------------------------------------------------------------------------------- Status Of Publication: (a) 1st Advertisement: ☑ ☑ ☑ Reference Number:11620487 1st Publication: December 20, 2024 1st Bid Opening: January 3, 2025 (b) 2nd Advertisement:☑ ☑ ☑ Reference Number: 2nd Publication: 2nd Bid Opening: --------------------------------------------------------------------------------------------------------------- The Municipality Of Socorro Through The Bids And Awards Committee Is Inviting All Prospective Bidders/contractors To Participate In Public Bidding For The Supply & Delivery Of One (1) Set Brand-new Multispectral Aircraft Agricultural Drone With Complete Accessories For The Drrm & Agriculture Office Of Lgu-socorro At Barangay Navarro, This Municipality Which Will Be Received In The Office Of The Bids & Awards Committee Starting December 20, 2024. It Will Be Opened On January 3, 2025, At Exactly 10:00 Am In The Bac Office By The Bidders/supplies Or Their Authorized Representative And The Municipal Committee On Awards Or Their Authorized Representatives. Terms And Conditions: 1. A Pre-bid Will Be Held On: December 27, 2024 2. All Interested Bidders Are Requested To Submit The Following: Class "a" Documents A. Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For A Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; B. Mayor's Permit C. Certification Of Philgeps Registration D. Bir Registration E. Tax Clearance F. Audited Financial Statement, Showing Among Others The Consultant's Total And Current Assets And Liabilities, Stamped "received" By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year, Which Should Not Be Earlier Than Two (2) Years From Bid Submission; G. Income Tax Return H. Nfcc I. Omnibus Sworn Statement J. Authority Of The Singing Official/spa (in Case Of Representative) K. Other Documents Required By Law Under Ra 9184 I. Delivery Schedule M. Technical Specification Of The Goods Being Offered (brochures/manuals) 3. Bidders Are Requested To Place Their Bids In A Sealed Envelope Addressed To The Chairperson, Bidding And Awards Committee, Socorro, Surigao Del Norte At Least 3 Copies 4. Any Bids That Do Not Comply With The Requirement/suppliers, Will Be Rejected Automatically. 5. Form Of Bid Security: The Amount Of Bid Security Equal To The Percentage Of The Abc For Cash Is 2% And The Check Is 5%. 6. Form Of Performance Security: All Bidders Are Requested To Put Up The Bidder's Bond, In A Form Of Cash, Managers Check, Or Cashier's Check Equivalent To 10% Of His Winning Bid The Cash Bond Of Losing Bidders Will Be Returned After The Bidding, However The Bidders Bond Of The Successful Bidder Shall Serve As His Performance Bond To Release Only The Delivery Of The Suppliers/ Materials Equivalent. 6. Only The Pre-qualified Bidders/suppliers Will Be Allowed To Participate In Bidding. 7. Only The Bidders Who Buy The Bidding Documents Can Attend The Pre-bid Conference. 8. The Government Reserves The Right To Reject Any Of All Bids Or Any Part Thereof And Any Accept Such Bid Which May Be Considered Most Advantageous To The Government. 9. Place Of Delivery: On-site Delivery 10. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of: Five Thousand Pesos Only (php.5,000.00) Xxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
TECHNICAL EDUCATION & SKILLS DEVELOPMENT AUTHORITY TAYTAY, Tender
Electrical Goods and Equipments...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 247 K (USD 4.2 K)
Details: Description 25 Pcs A4 Picture/certificate Wooden Frame 1 Pack Acetate Clear A4 Size 33 Box Backfold Clip 25 Mm 33 Box Backfold Clip 32 Mm 48 Box Backfold Clip 51 Mm 9 Box Ballpen Black 0.5mm 12pcs/box 10 Pcs Balikbayan Boxes (travel Boxes) Small 12x12x7.87 Inches 8 Packs Battery Aa 4s 130 Reams Bond Paper, Multi-purpose, A4, 70 Gsm 500sheets Per Ream 15 Reams Bond Paper, Multi-purpose, Legal, 70 Gsm 500sheets Per Ream 5 Reams Bond Paper, Multi-purpose, Short 8.5 Inches By 11 Inches, 70 Gsm 500sheets Per Ream 2 Packs Carbon Paper A4 10s Blue 9 Rolls Cartolina Assorted Color (neon Colors) 12s 3 Pcs Clipboard Long With Cover Wire Clip Pvc Material Vertical 2 Reams Colored Paper 80gsm Light Blue Legal Size 500sheets Per Ream 2 Reams Colored Paper 80gsm Light Blue A4 Size 500sheets Per Ream 50 Packs Colored Paper 80gsm Assorted Color A4 Size 10s 62 Pcs Correction Tape 50 Pcs Data File Folder, With Taglia Lock (blue) Horizontal 3'' 100 Pcs Data File Folder, With Taglia Lock (red) Horizontal 3'' 95 Pcs Data File Folder, With Taglia Lock (blue) Vertical 3'' 16 Rolls Double Sided Adhesive Tape Paper 1'' 6 Rolls Duck Tape Cloth Silver 48mm X 10m 65 Pcs Expanding Folder Long Color Green 5 Box Expanding Envelope Blue Legal Size, Color Royal Blue 100pcs/box 5 Pcs Expanded Plastic Envelope Long With Handle 1 Pc "extension Cord Set With Individual Switch 6-gang •surge (lightning) Protection • Built In Safety Breaker • Safe For General Use • Impact Resistant • Flame Retardant • 93% Copper • Universal Socket • 1.83 Meters Cord Length" 1 Pc "extension Wheel 15-meter Cord Length 2500w • Universal Heavy Duty Outlets • 10 Meters Cord Length • With Overheating Protection Button • Power Leakage/surge Protector Safety Breaker • Rapid Flame Retardant" 35 Packs File Dividers / Index Tabs Colorful A4 Size 200 Pcs Folder Long White (ordinary) 100 Pcs Folder A4 White (ordinary) 6 Pcs Glue 100g White Liquid Glue 13 Bot Hp Gt 53xl Black 9 Bot Hp Gt 52 Cyan 9 Bot Hp Gt 52 Yellow 9 Bot Hp Gt 52 Magenta 3 Cart Hp 955xl Black 1 Cart Hp 955xl Cyan 3 Pcs Hdmi 5 Meters 3 Pcs Hdmi 15meters 14 Bot Ink Cart, Epson 003, Black 14 Bot Ink Cart, Epson 003, Cyan 14 Bot Ink Cart, Epson 003, Yellow 14 Bot Ink Cart, Epson 003, Magengta 315 Pcs Magazine File Box Double, Without Divider And Color Blue (l- 15.5 Inches, W - 9.5 Inches) 15 Pcs Magazine File Box Small And Color Blue 10 Rolls Masking Tape 1" 10 Rolls Packaging Tape Brown 2" (48mmx50mm) 21 Box Paper Fastener, Plastic Coated 6 Box Pencil 5 Pcs Pencil Eraser 10 Pcs Point Permanent Marker Ultra Fine, Blue 3 Pcs Puncher, Heavy Duty 6 Pcs Record Book, 500 Pages 3 Box Rubber Band Big #18 350 Gms 7 Pcs Scissors 18 Rolls Scotch Tape Clear 1 Inch 15 Box Signpen 0.7mm Black Metal Point, 12pcs/box 17 Box Signpen 0.7mm Blue Metal Point, 12pcs/box 3 Pcs Stamp Pad Ink Black 30ml 5 Pcs Stamp Pad Ink Blue 30ml 9 Pcs Stapler Heavy Duty Flat Clinch (w X H X L) 7.4in X 1.13in X 2.7in 15 Box Staple Wire #35 3 Pcs Staple Wire Remover Plier Type 40 Packs Sticker Paper 50 Pads Sticky Notes Colorful 3x3 41 Pads Sticky Tabs 5 Reams Vellum Board White 180gsm A4 Size 100 Per Ream
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 21.5 Million (USD 367.7 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-02-06 (124) Supply And Delivery Of One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine Approved Budget For The Contract: Php 21,500,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2024 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Twenty One Million Five Hundred Thousand Pesos Only ( Php 21,500,000.00 ) As To Payment Under The Contract For Supply And Delivery Of One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine. 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 Lot Bid. Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine 1 Lot 21,500,000.00 21,500,000.00 Technical Specifications Of One (1) Unit Of Console-type Ultrasound Machine A. Main Equipment 1. Top-of-the-line 2. Capable Of Multi-line Signal, And Massive Parallel Image Processing With The Latest Software Of Receive Beam Former Technology 3. The System Should Be A Shared Service Ultrasound System With Built-in Multidisciplinary Applications And Also Equipped With The Following Key Technologies: A. Display Depth Of Up To 40 Cm B. 2d Shear Wave Elastography C. Fusion Imaging Capability D. Advanced Needle Visualization Enhancement With Needle Trajectory Display E. Fat Quantification F. 3d/4d Capable G. Color Doppler And Power Doppler Capable H. With Ai (artificial Intelligence) Technology Integration 4. Compact And Weighs No More Than 135 Kg Without Peripherals 5. Power Supply: 220v-240v Ac, 50/60 Hz As Applicable To The Mains Power Supply Of The Hospital 6. With Built-in Battery Backup 7. No Separate Volt Conversion 8. Power Consumption Must Be Clearly Stipulated 9. Mechanical Parts Should Be Heavy-duty Type 10. Equipment Should Be Maintainable And Serviceable With 24/7 Support, Preferably A Service Support Center Within The Visayas And Mindanao Areas. B. Ultrasound System Structure 1. Led Monitor Display Specifications: A. Display Size Of At Least 15 Inches B. Monitor Resolution Of At Least Full Hd (1920 X 1080) C. The Monitor Can Be Folded Down For Transport 2. Control Panel Specifications: A. Display Size At Least 15 Inches B. Aspect Ratio Must Be 16:9 C. Tilt Angle At Least 30 Degrees Up To 50 Degrees D. Left And Right Swivel At Least ± 45 Degrees Or Better E. Height Ranges From At Least 53 Inches To 67 Inches F. Adjustable Arms For A 180-degree Panel Rotation G. Emergency Central Brake And Swivel Lock H. Full-sized Backlit Keyboard I. Customizable Annotation J. Programmable Keys K. Segment Tg Control 3. Touch Screen Panel Specifications: A. At Least 13.3 Inches High Sensitivity Color Touch Screen B. A Resolution Of 1920 X 1080 C. Customizable/editable Buttons D. Tilt Angle At Least 30 To 60 Degrees E. Support Touchscreen Gestures 4. Transducer Management: A. Up To 6 Transducer Cup Holders Support Both Probes And Gel Bottle B. Connectors Must Be Compact-pin Less C. Must Have An Integral Gel Warmer With Temperature Control D. The Audio Speaker Must Be Integrated With The Control Panel E. Active Ports (4 Active And 1 Parking) 5. Transducers Specifications: A. Curved/convex Transducer I. Frequency Bandwidth At Least 1.0 Mhz Up To 6.0 Mhz (with Biopsy Needle Guide Attachments) Ii. Field Of View (fov) Of At Least 50 To 80 Degrees Iii. Maximum Depth Of At Least 40 Cm Iv. Application: Obstetrics, Gynecology, Abdomen, Small Parts, Musculoskeletal, Vascular, Urology, Nerve, Elastography, And Fat Quantification B. Linear Transducer I. Frequency Bandwidth At Least 4.0 Mhz Up To 14.0 Mhz Ii. Field Of View (fov) Of At Least 3.8 Cm To 6.0 Cm Iii. Application: Small Parts, Musculoskeletal, Vascular, Abdomen, Pediatric, Thoracic, & Elastography C. Micro-convex Transducer I. Frequency Bandwidth Of At Least 2.6 Mhz Up To 12.8 Mhz Ii. Field Of View (fov) Of 90 Degrees Iii. Application: Abdomen, Peripheral Vascular, Neonatal, Small Parts, And Urology D. Linear Transducer For Pediatric Applications I. Frequency Bandwidth Within The Range Of At Least 7.6 Mhz To 20.0 Mhz Ii. Field Of View (fov) At Least 2.86 Cm Iii. Application: Cranial, Musculoskeletal, Nerve, Small Anatomical Parts, And Vascular Applications E. Endo-cavity Transducer I. Frequency Bandwidth Within The Range Of At Least 2.9 Mhz To 8.1 Mhz Ii. Field Of View (fov) Of 176 Degrees Or More Iii. Application: Obstetrics, Gynecology, And Urology F. 3d/4d Transducer I. Frequency Bandwidth Of 3.0 Mhz To 11 Mhz Ii. Field Of View (fov) Of 170 Degrees Or More Iii. Application: Obstetrics, Gynecology, And General Abdomen 6. Imaging Parameters: A. B Mode B. M Mode C. Cine Captures Up To 300 Seconds D. Tissue Harmonic Imaging E. Color Doppler Imaging F. Power Doppler Imaging G. Anatomical M Mode H. Curved Anatomical M Mode 7. Advanced Features: A. Fusion Imaging B. Contrast Agent Imaging Or Contrast-enhanced Ultrasound (ceus) C. Color And Power Mode D. Automatic Tissue Equalizations E. Artifact Reduction Technology F. Real-time Panoramic Imaging G. Shear Wave Elastography (swe) H. Point Shear Wave Elastography I. Strain Elastography J. Fat Quantification Assessment 8. Data Storage And Transfer: A. Must Have A Separate Cpu (central Processing Unit) And Gpu (graphics Processing Unit) Processor. B. Dicom (digital Imaging And Communications In Medicine) Compatibility: Dicom 3.0 Standard, Connectivity Should Be Compatible With The Existing Pacs (picture Archiving And Communication System) Of The Hospital At No Extra Cost To The Purchaser In The Process Of Installation, Connection, And Integration Of The Equipment. C. A Storage Of At Least 120 Gigabytes Ssd (solid State Drive) For The Software Program And 1 Terabyte Hdd (hard Disk Drive) For The Dicom Data. D. Usb Ports Must Have At Least 2 To 5 Ports (at Least Two Ports Are Usb 3.0 And At Least One Is A Usb Type-c Port) For Importing And Exporting Protocols And Exams, Archiving, And Servicing. C. Accessories 1. One (1) Unit Of Uninterruptible Power Supply (ups) Of At Least A 3-hour Standby Power With Trolley/drawer And Caster Lock, Compatible With The Equipment Power Requirement And With Proper Grounding When Needed. Biopsy Needle Guide Attachments 2. At Least Two 32 Gb Storage Usb 3.0 Flash Drives For Exporting Images 3. One (1) Unit Computer Desktop Workstation With Medical Grade Monitor And One (1) Unit Heavy-duty Printer D. Consumables 1. At Least 10 Rolls Of Thermal Paper For Printing 2. Black And White (b/w) Digital Terminal Thermal Printer And Colored Printer For 3d/4d Images. 3. At Least 3 Gallons Of Ultrasonic Gel 4. At Least 5 Bottles Of A Cleansing Solution Cleaner For The Probes And The Cleansing Solution Should Not Cause Damage Or Membrane Swelling Of Transducer Probes When Used. 5. At Least 10 Pieces Of Skin Marking Pen Or Surgical Marking Pen For Interventional Studies Technical Specifications Of One (1) Unit Of Portable-type Or Lighweight Ultrasound Machine A. Main Equipment 1. Led Display Monitor Of At Least 15 Inches Or Better 2. Full Hd Or High-resolution Display Monitor Of At Least 1920 X 1080 Or Better 3. Preferably Lightweight Less Than 70 Kg With Cart And Other Peripherals 4. The Operating Console Can Be Detachable Or Non-detachable (fixed) From The Mobile Trolley Or Cart. 5. One (1) Pencil Probe Port Connected To A Transducer With A Probe Extend Module To Provide Three (3) Active Probe Ports At A Time 6. Programmable Keys For User-defined Functions 7. With 8-segment Time Gain Compensation (tgc) Control 8. Equipment Should Be Maintainable And Serviceable With 24/7 Support, Preferably A Service Support Center Within The Visayas And Mindanao Areas. B. Power Supply And Battery 1. Built-in Battery Of At Least 90 Minutes Or Higher When Used Continuously 2. Full Battery Should Last More Than 24 Hours When In Standby Mode 3. Power Supply: 220v-240v Ac, 50/60 Hz As Applicable To The Mains Power Supply Of The Hospital 4. No Separate Volt Conversion 5. Power Consumption Must Be Clearly Stipulated C. Applications And Software 1. Total Recall Imaging For Multi-modal Post-processing Capabilities On Archived Images Such As Measurements And Calculations 2. Needle Visualization Enhancement 3. Real-time Panoramic Imaging D. Mobile Cart 1. Material Type Of Mobile Cart: Magnesium Alloy With Locking Wheel 2. Gel Warmer And Probe Holder With At Least 5 Holders 3. Height Adjustment Up To 25 Cm 4. Maximum Weight With Peripherals At Least 40 Kg 5. Mechanical Parts Should Be Heavy-duty Type E. Transducers 1. Curvilinear Transducer A. Frequency Bandwidth: 1.4 Mhz To 5.0 Mhz B. Field Of View (fov) At Least 61 Degrees C. Depth Of At Least 40 Cm D. Application: Obstetrics, Gynecology, Abdomen, Small Parts, Musculoskeletal, Vascular, Urology, Nerve, Elastography, And Fat Quantification 2. Linear Transducer A. Frequency Bandwidth: 2.7 Mhz To 10.5 Mhz B. Field Of View (fov) Of At Least 3.4 Cm C. Depth Of At Least 35 Cm D. Application: Small Parts, Musculoskeletal, Vascular, Abdomen, Pediatric And Thoracic 3. Endo-cavity Transducer A. Frequency Bandwidth: 3.0 Mhz To 11.0 Mhz B. Radius: 1.1 Cm C. Application: Obstetrics, Gynecology, And Urology 4. Micro-convex Transducer A. Frequency Bandwidth Of At Least 2.6 Mhz Up To 12.8 Mhz B. Field Of View (fov) Of 90 Degrees C. Application: Abdomen, Peripheral Vascular, Neonatal, Small Parts, And Urology F. Imaging Features 1. High-resolution Color Doppler Imaging 2. Spatial Compound Imaging 3. Auto Optimization Button 4. Trapezoid Imaging And Extended Field Of View (fov) 5. Speckle Suppression Imaging 6. Supports Measurements And Calculations On Archived Exams And Images 7. Workstation Dedicated To Patient Exam Management G. Imaging Modes 1. B-mode 2. Tissue Harmonic Imaging 3. M-mode / Color M-mode 4. Anatomical M-mode 5. Curved Anatomical M-mode 6. Color Doppler Imaging 7. Power Doppler Imaging 8. Pulsed Wave Doppler 9. Continuous Wave Doppler 10. Panoramic Imaging H. Data Storage And Transfer 1. Storage Of At Least 240 Gigabytes Ssd (solid State Drive) Or Higher 2. Boot-up Time Must Be Less Than 30 Seconds 3. Boot-up Time From Standby Must Be Less Than 10 Seconds 4. Dicom (digital Imaging And Communications In Medicine) Compatibility: Dicom 3.0 Standard, Connectivity Should Be Compatible With The Existing Pacs (picture Archiving And Communication System) Of The Hospital At No Extra Cost To The Purchaser In The Process Of Installation, Connection, And Integration Of The Equipment. I. Accessories 1. One (1) Unit Of Uninterruptible Power Supply (ups) Of At Least A 3-hour Standby Power With Trolley/drawer And Caster Lock, Compatible With The Equipment Power Requirement And With Proper Grounding When Needed. 2. Must Have Three (3) Active Extended Probe Ports 3. Must Have One (1) Mobile Trolley With Drawer And One (1) Hard Case Luggage Bag 4. One (1) Unit Military Grade Laptop Computer Must Include One (1) Unit Of Host Military Laptop With The Following Specifications: A. Processor: Core I7 Or Equivalent In Other Brands. B. Ram: At Least 8 Gb C. Hard Drive: At Least 1 Tb Ssd D. Connectivity: Wi-fi, Bluetooth E. Ports: Usb, Usb-c, Hdmi, Network Extension For Ethernet/side Mechanical Docking, Headphone/microphone F. Durability: Mil-std 810g Tested G. At Least 14 Inches Monitor Display H. At Least 1 Mp Web Camera I. Battery Life Average Of At Least 13 Hours On Common (document/report Generation) Use, Should Include Adapter For Rapid Charging Up To 80% In 1 Hour. J. Should Be Installed With The Latest Licensed Os Compatible With The Base Unit To Ensure Communication. K. Should Be Installed With Licensed Applications/programs For Data Processing In Spreadsheet And Report Generation. L. To Include Optical Mouse (bluetooth And Rechargeable) M. Warranty On Parts And Service For At Least One (1) Year N. Laptop Should Include Carrying Bag. J. Consumables 1. At Least 10 Rolls Of Thermal Paper For Printing 2. B/w Digital Terminal Thermal Printer 3. At Least 3 Gallons Of Ultrasonic Gel 4. At Least 5 Bottles Of A Cleansing Solution Cleaner For The Probes And The Cleansing Solution Should Not Cause Damage Or Membrane Swelling Of Transducer Probes When Used. 5. At Least 10 Pieces Of Skin Marking Pen Or Surgical Marking Pen For Interventional Studies Other Terms Of Reference And Conditions 1. The Console-type And Portable-type Ultrasound Machines Should Be Of The Same Brand Or Manufacturer To Have The Same Service Maintenance Provider. 2. Must Have Three (3) Years Warranty For Parts And Services. 3. Certification From The Manufacturer A. That The Bidder Has The Capability For Corrective And Preventive Maintenance Of The Unit B. That The Bidder Has The Service Engineer(s) Trained And Capable Of Corrective And Preventive Maintenance For The Equipment Model. Service Engineer Should Be Presently Employed By The Bidder/supplier Or Authorized By The Manufacturer. C. Guaranteeing Delivery Of Equipment And All Accessories Within The Time Period Set By The Bids And Awards Committee (bac). D. Guaranteeing Of All Spare Parts For The Next Ten (10) Years Duly Authenticated By The Philippine Embassy In The Country Of Origin. E. That The Equipment Is A Brand-new Unit And Not A Discontinued Model. F. That The Terms And Conditions Stated In The Contract Shall Be Honored By The Manufacturer If A Change Of Exclusive Distributorship Will Occur During The Duration Of The Said Contract. 4. The Supplier’s Engineer Shall Perform Preventive Maintenance On The Machine During The Warranty Period Of At Least Quarterly. 5. The Supplier’s Engineer Must Provide The Complete Calibration Report Containing The Testing Parameters And Data Of Measurements Of The Ultrasound Machines To The Hospital’s Health/medical Physicist Before Clinical Acceptance. 6. The Bidder Must Provide A Certification Type Of Training On The Applications/operations, And Basic Maintenance For Users And Maintenance Personnel Of The Hospital. 7. Certificate Of Exclusive Distributorship From The Unit Manufacturer Mentioning The Name Of The Philippine Representative. 8. Certification From The Bidder Of 95% Uptime Guarantee For The Equipment Offered Within The Warranty Period. Accumulated Downtime In Excess Of 5% Shall Be Added To The Warranty Period. 9. The Bidder Must Submit The Original Brochure With Technical Specifications In English Language Both Hard And Soft Copy. 10. The Machine Should Conform To The International Electrotechnical Commission (iec) Standards Or Its Equivalent National Standard. The Bidder Must Provide Certificate Of Declaration Of Conformity. 11. Manufacturer/supplier Should Have Iso Certification For Quality Standards. 12. The Equipment Should Be A Us-fda Or Ce-approved Product. 13. Inventory Of Spare Parts For The Unit/model Offered Duly Signed By The Manufacturer. 14. Certification From The Foreign Ministry Of Health That The Company Can Sell The Product/model In That Country Of Origin. 15. The Bidder Shall Specify Post-warranty Comprehensive Preventive Maintenance Costs Including List And Price Of Major Spare Parts For The Next Three Years After Warranty. 16. Training Of End-users In Operation And Basic Maintenance Shall Be Provided 17. User, Technical, Operational, And Maintenance Manuals Are To Be Supplied In English Language. 18. All Services For Installation, Connection, And Integration Of The Machines To The Existing Pacs/ris Of The Hospital Shall Be Shouldered By The Bidder At No Additional Cost To The End Users. 19. Full Support To The Mid Staff Requiring Attendance To Technical, In-depth, Hands-on, And Extensive Face-to-face Training Programs Or Courses (such As But Not Limited To Elastography, Fat Quantification, And 3d/4d) Outside Of The Hospital Shall Be Made Available To The End User. 20. Full Support To The Mid Staff For Their Annual Continuing Medical/professional And Educational/learning Development While The Machines Are Under Warranty. 21. Must Have A Service Center Within The Caraga Region, Cebu City, Cagayan De Oro City, Or Davao City. 22. The Conduct Of Post-qualification Activity Shall Be At The Cost Of The Supplier And The Site Visit Shall Be Held At The Nearest Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed.) 23. The Delivery Of The Equipment Shall Commence Within Ninety (90) Calendar Days From Receipt Of The Notice To Proceed. To Be Delivered At Caraga Regional Hospital, Rizal Street, Brgy. Washington, Surigao City, Surigao Del Norte. 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 Fifty Percent (50%) 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 December 28, 2024 To February 06, 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 16, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/84427775771?pwd=3ljykccird98psr6rpzotkfaaug2il.1 Meeting Id: 844 2777 5771 Passcode: 947752 Deadline Of Submission Of Bids February 06, 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 06, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89960742667?pwd=szuuabrns2l0zbey780rlzpinl9ynw.1 Meeting Id: 899 6074 2667 Passcode: 984011 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1-bugnrw-ewejdoqlxztwwuw89zqwnt3x?usp=sharing Bidding Documents Php 25,000.00 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 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 06, 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 06, 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
Department Of Education Division Of Surigao Del Sur Tender
Food Products
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 250 K (USD 4.2 K)
Details: Description Item/lot No. Item & Description/technical Specification Approved Budget The Contract (abc) In Php Quantity Unit Of Measure Brand And Model No. Unit Cost 1 Meals & Snacks Day 1- January 24, 2025 Am Snack: Burger, Cucumber Juice 100 40 Pax Lunch: Pancit Guisado, Chicken Sweet And Sour, Cream Crab In Corn Soup , Pineapple 350 40 Pax Pm Snack: Pizza, Ice Tea 100 40 Pax Dinner: Chopsuey, Fish Tinola, Pork Humba, Pineapple, Rice, Coke 350 40 Pax Accommodation 800 40 Pax Day 2- January 25, 2025 Breakfast: Sunny Side-up , Ampalaya With Egg, Longanisa , Rice, Cucumber Juice 200 40 Pax Am Snack: Kakanin , Cucumber Juice 100 40 Pax Lunch: Pork Caldereta , Kinilaw, Mushroom Soup, Banana, Rice, Softdrinks 350 40 Pax Pm Snack: Tuna Sandwich, Ice Tea 100 40 Pax Dinner: Grilled Fish, Shell Soup, Pancit Canton , Water Melon, Moringa Citrus 350 40 Pax Accommodation 800 40 Pax Day 3- January 26, 2025 "breakfast: Boiled Egg, Boiled Vegies, Fried Fish , Rice, Juice " 200 40 Pax Am Snack: Binignit , Ice Tea 100 40 Pax Lunch: Pinakbet, Tinolang Isda, Camaron Rebosado, Pineapple 350 40 Pax Pm Snack: Juice, Egg Sandwich 100 40 Pax Dinner: Buttered Chicken, Chopsuey, Cream Crab In Corn Soup, Water Melon, Rice, Coke 350 40 Pax Accommodation 800 40 Pax Day 4- January 27, 2025 "breakfast: Sunny Side-up, Corned Beef, Rice Cucumber Juice " 200 40 Pax Am Snack: Kakanin, Ice Tea 100 40 Pax Lunch: Pork Caldereta, Kinilaw, Mushroom Soup, Banana, Rice, Softdrinks 350 40 Pax Pm Snack: Burger, Water 100 40 Pax Venue Minimum Requirements: Available Genset Incase Of Power Outage, Wifi, Projector Screen, Sound System With Bluetooth Or Cabled Cennectivity, 2 Functional Wireless Microphone With Reserve Batteries, Emergency Lights, Standby Technical Staff, Air Conditioned, Trashbins, Philiphine Flag Podium Food Minimum Requirements: Food Server, Food Station 1 Station For Every Expected Participants And 2 Snacks Will Be Delivered In Designated Contest Venues, Water Station, Coffee Station Accommodation Minimum Requirements: Complete Toiletries: Shampoo, Soap, Tissue, Towel, Air-conditioned Room, Well-lighted Xxxxxxnothing Followsxxxxxx For Revisiting And Recalibrating The Division Education Development Plan 2023-2028 And Comprehensive Strategic Planning And Direction Setting For Calendar Year 2025 Delivery Period: 5 Days From Suppliers Receipt Of Purchase (po) Delivered To: Within Surigao Del Sur This Is To Submit Our Price Quotations As Indicated Above Subject To The Terms And Conditions Of This Rfq
City Of Danao Tender
Automobiles and Auto Parts
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 13 Million (USD 224.7 K)
Details: Description Description Republic Of The Philippines Danao City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Supply And Delivery Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office Of The City Government Of Danao The Local Government Of Danao City, Through The City Disaster Risk Reduction And Management Office Intends To Apply The Sum Of Php13,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office Of The City Government Of Danao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The City Government Of Danao Now Invites Sealed Bids From Eligible Bidders To Participate In The Public Bidding Of One (1) Unit Emergency Transport Bus For The City Disaster Risk Reduction And Management Office, As Follows; Seq. Item Description Qty 1. Emergency Transport Bus (52) Seaters Bus Euro 6 1 Unit Overall Length: 10,990mm Overall Width: 2,500mm Overall Height: 3,450mm Gvw: 16,600kg Axle Load:550/11,100kg Wheelbase: 5,500mm Curb Weight: 10,500,11,000,11,600kg Max. Speed: 100km/h Rated Passenger Capacity: 24-52 Front / Rear Overhang: 2,290/3,200mm Approach / Departure Angle: 9/9˚ Front/rear Tread: 2,080/1,870mm Fuel Type: Diesel Power: 206kw/280hp Displacement: 7,700cc Clutch: F450 Coil Spring Clutch Clutch Master & Slave Cylinder: Equipped Transmission: Equipped, Manual Speed Shift Control: Two Flexible Shaft Control Front Axle: 505t Rear Axle: 11t Brake: Front Disc, Rear Drum Abs: Equipped Suspension System: Leaf Spring, With Double Action Shock Absorber And Front Stabilizer Tyre: 11r22.5 With Spare Tire Rim: 22.5x8.25 Centralized Lubrication: N/a Steering Gear: Integral Power Steering Auxiliary Braking: Eddy Current Retarder Dryer: Equipped Braking System Valve: Equipped Expansion Tank: Stainless Steel Cooling System: Huanghai Stand Fuel Tank Capacity: 200l Body Structure: Semi-monocoque Air Conditioning: Equipped Front & Middle Passenger Doors: Single Pneumatic Aluminum Alloy Outward Swing Door Windshield Front/rear: Full View Laminated Glass/ Tempered Glass, F Green Driver Window: Sliding Window With Aluminum Track, F Green Side Window: Sliding Window With Aluminum Track, F Green Front Curtain: Single Manual Type Seat Layout: 2+2, 51+1 Driver Set: Sj-jzp-3a-bj Passenger Seat: Ly-pbt-01 (unadjustable) Guide Seat: N/a Step Number: Front 4 Rear 4 Floor: Bamboo Floor Floor Covering: Wear Resistant Floor Covering Instrument Panel: Softened Type Interior Mirror: Huanghai Standard Rear View Mirror: Manual Electric Defrosting Heating: No Heating, With Defroster Ventilation: 2 Hatches Without Ventilation Fan Roof Lamp: Two Light Strips Electronic Clock: Equipped Audio-visual System: Mp3 Player Wiper: Horizontal Wiper Battery: 2 Units 6qa-195 Batteries Camera: Driving Recorder With 2 Cameras Fire Extinguisher: 2 Units 4kg Fire Extinguishers In Passenger Cabin; 2 Automatic Fire Extinguisher In Engine Cabin, In Total 1.5kg Safety Belt: Safety Belt For Whole Vehicle Safety Hammer: 5 Pcs With Alarm Function Painting: Solid Color Paint Php13,000,000.00 Delivery Of The Goods Is Thirty (30) Days Upon Request/after Receipt Of Notice To Proceed. The Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibility Requirements With Letter Of Intent To Bid To Be Submitted On February 05-17, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sec Registration 2. Tax Clearance 3. Business Permit 4. Certificate Of Registration – Bir Form 2303 5. Authority Of Signatory (duly Notarized) If (single Proprietorship) / Secretary Certificate –should Be Notarized 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement (if Applicable) 8. Articles Of Partnership Of Incorporation (if Applicable) 9. On-going And Awarded Contracts 10. Single Largest Completed Similar Contracts 11. Copies Of End-users Acceptance Letter For Completed Contracts (if Any) 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier Of Distributor 13. Audited Financial Statement And Income Tax Return 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Philgeps Organization Number 16. Philgeps Certificate 17. Danao City Mayors Permit To Bid Pre-bid Conference On February 05, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Submission And Receipts Of Bids On February 18, 2025 At 1:30 In The Afternoon At The Bids And Awards Committee Office. Technical Envelope: 1.) Bid Security - 2% Cash/cashier's Check/manger's Check/letter Of Credit/bank Draft/guarantee (based On Abc) 5% Gsis Bond (based On The Abc) / Bid Securing Declaration 2.) Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3.) Production / Delivery Schedule 4.) Manpower Requirements 5.) After-sales/parts, If Applicable. 6.) Technical Specification Of The Products. 7.) Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8.) Omnibus Sworn Statement Duly Notarized Financial Envelope: 1.) Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2.) The Recurring And The Maintenance Costs, If Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager's Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price. The Said Amount Shall Be Released Only After The Lapse Of The Warranty Period, 3 Months In Case Of Supplies And 1 Year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect, Informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.) 5% Value Added Tax (vat) Withheld Of The Contract Price. 1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Part ! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Catherine M. Enriquez Bac Secretariat Approved: Evelyn Y. Rezaldo Bac Chairman
9691-9700 of 9984 archived Tenders