Cable Tenders

Cable Tenders

ILOILO SCIENCE AND TECHNOLOGY UNIVERSITY LEON CAMPUS Tender

Laboratory Equipment and Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Lot 1: Agricultural Equipments - Php 350,850.00 (abc) 1 Digital Water Quality Tester "5 In 1 Water Quality Tester Includes: Ph, Ec, Tds, Salinity, And Thermometer; Battery Powered; Waterproof Rating: Ip67 Display Size: 33*24mm Item Size: 180 * 37mm / 7.1 * 1.5in Item Weight: 86g / 3.0ounce" 5 Set 2 Digital Refractometer 0-93% Digital Brix Refractometer Sugar Content Measuring 1 Set 3 Refractometer Handheld Refractometer (brix Refractometer); Inlusions Are Transport Case, Pipette, Calibration Screwer And Guide 3 Set 4 Current Meter River Current Water Velocity Portable Flow Meter For Open Channel; Measure Velociy, Flow Rate And Depth 1 Set 5 Turbidimeter Portable Turbidimeter Microcomputer Accuracy Testing With Range From 0-200 Ntu; Size:210*75*70mm/8.3*3.0*2.8in; Product Inclusions: Turbidimieter, Power Cable, Glass, Storage Box 1 Set 6 Dissolved Oxygen Analyzer Ph Meter And Dissolved Oxygen Tester Water Quality Tester Set 2 Set 7 Rain Gauge 8 In/200mm Diamter Rain Gauge Stainless Steel; Set Includes A Receiving Funnel, Internal Measuring Tube, Outercylinder For Overflow, Mountinf Tripod And Parts Can Are Detachable For Easy Cleaning 5 Set 8 Rain Gauge Capacity: 11"/280mm; Resolution: 0.01"/0.2mm; Diameter Size 4"*14h (102mm*356mm); Set Includes A Receiving Funnel, Internal Measuring Tube, Outercylinder For Overflow And Mounting Tripod/bracket And Parts Can Are Detachable For Easy Cleaning 5 Set 9 Rain Gauge Plastic Rain Gauge: Approx Size:25cm*4.5cm*2.7cm 5 Pc 10 Sling Psychrometer Slide Rule; Dimension 1" Dia * 7-1/2" Length; Non-mercury, Black Plastic 5 Unit 11 Soil Detector 6 In 1 Soil Detector (rotatable); With Sensitive Sensing Probe; Soil Ph, Soil Fertility, Soil Temperature, Soil Moisture, Environmental Illumination, Humidity; Battery Powered; Led Large Screen Display 5 Set Lot 2: Scientific Materials And Equipment - Php 249,400.00 (abc) 1 Digital Analytical Balance Capcity: 500g; Accuracy: 0.001g; Tray Size: Ø 120 Mm; Dimensions 320*195*280mm; With Screen Display; With Dual Power Supply; Stainless Steel Plate And Bubble Level 2 Unit 2 Digital Weighing Scale Capacity: 10kg; Resolution: 0.1g Digital Precision Electronic Weighing Balance W/ Counting Table Top Scale; Tare Function Stainless Steel Pan With Level Bubble; Dual Power Supply; Scale Pan Size: 180*180mm; Dimension: 260*180*64mm 2 Unit 3 Digital Food Weighing Scale Weigh Range: 0.1 G-3000g; Resolution:0.01g; Dimensions:4.1*5.0 In With Stainless Steel Plate Dimension Of 3.9*3.9 In; Battery Power Supply 3 Unit 4 Digital Food Thermometers "stainless Steel Probe; Weight: 36g; Size: 22.5*2cm Power Supply: Built-in Battery, Can Be Used Directly" 3 Unit 5 Digital Food Thermometers Digital Thermometer Infrared Laser Gun With Led Screen; Size: 75*50*145mm;battery Powered 2 Unit 6 Thermocouples Digital Thermocouple With Dual Channels 4 Probes Handheld; Battery Powered 2 Set 7 Sieves Standard Laboratory Test Sieves; 8 In/20cm Diameter And Height Of 5cm; Filter Mesh With Grit Size #10, #12, #14, #16, And #18 2 Set 8 Bulk Density Apparatus Astm 1895 Apparent Bulk Density Apparatus; Wieght = 9 Kg, Dimensions: 240x330x520mm (wxdxh) 2 Set 9 Tachometer Laser Digital Non-contact Tachometer; Measuring Range: 2.5-99999 Rpm; Lcd Screen With White Backlight, Meauring Distance:2-20in(50-500mm); Dimension 145*85*35mm; Auto Power Off; Battery Power Supply 3 Set 10 Tachometer Contact Digital Handheld Tachometer; Lcd Screen; Battery Powered; Item Size: Approx. 165*60*28mm; Set Inlcusion: Digital Tachometer, 2 Measurement Idler Wheels, 2 Measurement Touch Tips, Lengthening Bar, Portable Bag And User Manual 3 Set 11 Steel Cabinet Steel Cabinet: Dimension: 90*46*185cm; 2-door Locker With One Side For Long Tools Storage 2 Unit 12 Steel Cabinet Steel Cabinet Dimension: 90*46*185cm; 2-door Lock With 4 Adjustable Shelves 2 Unit 13 Digital Vernier Caliper Digital Vernier Caliper; 150 Mm Metal 60inch Pure Stainless; Withlcd 5 Pc 14 Digital Anemometer Digital Anemometer With Data Hold Backlight Function 3 Set 15 Sound Level Meter Digital Sound Level Meter Decibel Moinitoring; Measurement Range: 30-130db With Spongeball; Inclusions: Sound Level Meter, Operation Manual, 1 Spongeball 2 Set 16 Aluminum Tool Box Set "multiple Layered Tool Box With: Layer 1. 1x Multiprise Plier 250mm, 1x Diagonal Cutting Pliers 150mm, 1x Pliers 1/2 Long Round 150mm, 1x Universal Plier 150mm 1x All-rounder, 1x Thumb Wrench 250 Mm, 1x Box 6 Compartment Layer 2. 1x Magnetic Bimonthly Torpedo Level 25cm, 1x Measure 5m X 19mm Bimatiere Tylon, 8x Screwdriver - Bit Holder- Ph1-ph2- Pz1-pz2- Mechanic 6.5x1505.5x100-3x75, 1x Test Screwdriver, 9x Clés Males (1.5-2-2.5-3-4-5-6-8-10) Layer 3. 1x Hacksaw, 1x Pen Lamp, 1x Cutter 18mm, 1x Hammer Wooden Handle 300g Layer 4. 1x Ratchet 72 Teeth 1/4’’, 10x 1/4’’ (6-sided) Sockets: 5.5 – 6 – 7 – 8 – 9 – 10 – 11 – 12– 13 – 14 Mm, 2x 1/4’’ Extensions: 75 Mm – 150 Mm, 1x 1/4’’ Bit Holder, 1x 1/4’’ Universal Cardan, 1x Ratchet 72 Teeth 1/2’’, 16x 1/2’’ (6-piece) Sockets: 10 – 11 – 12 – 13 – 14 – 15 – 16 –17 – 18 – 19 – 21 – 22 – 24 – 27 – 30 – 32 Mm, 2x 1/2’’ Extensions: 75 Mm – 250 Mm, 1x Universal Cardan 1/2’’, 3x Sockets For 1/2’ Candle: 16 – 19 – 21 Mm, 12x Combination Wrenches: 8 – 9 – 10 – 11 – 12 – 13 – 14 –15 – 16 – 17 – 18 – 19 Mm, 1x 1/4"" 25mm Screw Bit Box – 61pcs In Pre-formed Foam" 1 Set Lot 3: Surveying Materials And Equipment - Php 199,750.00 (abc) 1 Total Station Theodolite Digital Theodolite Surveying Instrument High Accuracy 30x Electronic With Laser; Main Unit, Tool Kit, Plumb Bob, Rain Cover, Rechargeable Battery, Battery Charger, Aa Dry Battery Case, Operational Manual, Heavy Duty Carrying Case 1 Unit 2 Tripod Surveying Instrument Aluminum Tripod Double Lock With Extended Length Upto 1.7m; Head Diameter 160mm; 3kg Weight 1 Unit 3 Measuring Staff Stadia Rod Surveying Stadia Rod Extended Upto 5m; Retracted Length 0.5m 3 Pc 4 Range Pole Range Pole,3m-3 Section For Surveying 3 Pc 5 Marking Pins Surveying Color Scheme: Red And White; 50 Pc 6 Heavy Duty Measuring Tape 100m Tape Measure Fiber Glass, High Quality, Heavy Duty Meter Tape Ruler Wheel 5 Pc 7 Steel Tape 5m Steel Measuring Tape-heavy Duty 5 Pc
Closing Date15 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)

Province Of Iloilo Tender

Machinery and Tools
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gso-25-12-np (sv) Reference Pr No.gso-25-12 January 14, 2025 ______________________________ ______________________________ (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 20, 2025 At 9:00 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱226,750.00 Place Of Delivery: Maintenance Division, Casa Real, Old Iloilo Provincial Capitol Building, Iloilo City. Date Of Delivery: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 100 Pcs Flat Bar 1/8” X ½” X 6mtrs 140.00 2 100 Pcs Deformed Bar 9mm X 6mm 160.00 3 20 Kls Welding Rod 6013 180.00 4 20 Kls G.i.t Tie Wire #16 95.00 5 50 Pcs Cutting Disc 4”0 70.00 6 5 Rolls Rope Lights 100mtrs/roll(red) 6,500.00 7 5 Rolls Rope Lights 100mtrs/roll(green) 4,500.00 8 5 Rolls Rope Lights 100mtrs/roll(warmwhite) 4,500.00 9 1 Roll Strip Light Double Light 100mtrs (red) 10,500.00 10 500 Packs Cable Tie 3mm X 100mm 65.00 11 1 Roll Tthn/tw Stranded Wire #10 8,950.00 12 1 Roll Tthn/tw Stranded Wire #8 12,500.00 13 4 Roll Flatcord Wire #18 3,750.00 14 4 Rolls Flatcord Wire #16 4,950.00 15 60 Rolls Electrical Tape Big 75.00 16 1 Roll Tthn/tw Stranded Wire #12 6,500.00 Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidders Shall Submit The Following: A. Certificate Of Product Registration From The Fda; B. Certificate Of Good Manufacturing Practice From The Fda; C. Batch Release Certificate From The Fda; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Gso-25-12-np (sv) Reference Pr No. Gso-25-12 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date20 Jan 2025
Tender AmountPHP 226.7 K (USD 3.8 K)

Hulo Elementary School Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Request For Quotation Date: January 20, 2025 Rfq No.:165503-2025-01-001 Company/business Name: ___________________________________________________ Address: _____________________________________________________________________ Business/mayor’s Permit No.: _______________________________________________ Tin: __________________________________________________________________________ Philgeps Registration Number (required): ____________________________________ The Department Of Education – Division Of Rizal Through Its Bids And Awards Committee (bac), Intends To Procure The “delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of January, February And March 2025” Through Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Lot Project Title Approved Budget For The Contract (abc) 1 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of January Php 34,086.00 2 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of February Php 33,978.00 3 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of March Php 33,730.00 Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before 8:00 Am Of 24 January 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Melissa O. Angeles Chairperson, Bids And Awards Committee – Goods And Services Deped Bldg. Cabrera Rd. Brgy. Dolores Taytay, Rizal Email: 165503@deped.gov.ph Note: Please Submit Quotation (hard Copy) And Required Documents In A Sealed And Signed Envelope. The Interested Service Provider Shall Also Submit The Following Documents As Stipulated In The Gppb Resolution No. 21-2017 Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: Alternative Mode Required Documents Remarks Statement Of Compliance (“comply Or Not Comply”) Small Value Procurement (section 53.9) Latest Mayor’s/business Permit A Copy Of Your 2024 Mayor’s Or Business Permit Shall Be Submitted. Philgeps Registration Number A Copy Shall Be Submitted As Proof Of Philgeps Registration Notarized Omnibus Sworn Statement A Copy Of Duly Signed And Notarized Omnibus Sworn Statement Shall Be Submitted Tax Clearance A Copy Shall Be Submitted Except For Government Agencies As Lessor Quotation Form/ Canvas Sheet 3 Copies Of Quotation Shall Be Submitted Per Lot The Deped Rizal – Bac Reserves The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Deped Rizal – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Any Clarification And Further Information, Please Refer To: Sarah E. Belardo Bac Secretariat Hulo Pililla, Rizal Contact Nos. 0955-672-8420 Email Address: Sarahbelardo@gmail.com Melissa O. Angeles Chairperson, Bids And Awards Committee Goods And Services After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Lot 1 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of October Minimum Technical Specifications Offered Technical Specifications/ Services Statement Of Compliance (“comply Or Not Comply”) Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Technical Specifications 1.bond Paper a4 gsm70 white Quantity: 15 Reams 2.bond Paper folio gsm70 white Quantity: 5 Reams 3.fastener plastic Quantity: 6 Box 4.double Sided Tape 1 Inch Quantity: 20 Pieces 5.ball Point Pen black Quantity: 2 Box 6.trash Bag black size: Xl 100s Quantity: 9 Pack 7.fine Point Pen black Quantity: 2 Box 8.alcohol scented Quantity: 17 Gallon 9.correction Tape big Quantity: 20 Pieces 10.battery aa 4 Pieces /pack Quantity: 3 Pack 11.brown Envelope long expanding With Lace Lock Quantity: 155 Pieces 12.folder a4 white 50 Pcs/pack Quantity: 1 Pack 13.folder long 50 Pcs/pack Quantity: 1pack 14.fine Point Marker black Quantity: 1 Box 15.note Pad 2”x 0.5” Quantity: 1 Pad 16.paper Clip vinyl  With Plastic Coating Quantity: 6 Box 17.staple Wire 35mm Quantity: 7 Box 18.masking Tape 1inch Quantity: 7 Pieces 19.scotch Tape 1inch Quantity: 7 Pieces 20.toilet Paper Roll 2ply 12pc/ Pack Quantity: 3 Pack 21.smart Tv 32 Inch Quantity: 1 Pieces A.delivery Requirement Delivery Must Be Made 5 Days After The Receipt Of Purchase Order Lot 2 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of November Minimum Technical Specifications Offered Technical Specifications/ Services Statement Of Compliance (“comply Or Not Comply”) Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Technical Specifications 1.bond Paper a4 gsm70 white Quantity: 25 Reams 2.bond Paper folio gsm70 white Quantity: 24reams 3.board Paper a4 gsm 200 white 100 Pieces/ream Quantity: 5 Reams 4.fastener Plastic Quantity: 6 Box 5.double Sided Tape 1inch Quantity: 20 Pices 6.ball Point Pen black Quantity: 2 Box 7.trash Bag black size: Xl 100s Quantity: 10 Pack 8.fine Point Pen black Quantity: 2 Box 9.alcohol scented Quantity: 10 Gallon 10. Microphone wireless Quantity: 1 Pieces 11. Microphone wired 10 Meters Quantity: 1 Pieces 12. Hdmi Cable 5 Meters Quantity: 15 Pieces 13.battery aa 4 Pieces /pack Quantity: 3 Pack 14.fine Point Marker black Quantity: 1 Box 15.paper Clip vinyl  With Plastic Coating Quantity: 6 Box 16.staple Wire 35mm Quantity: 7 Box 17.toilet Paper Roll 2ply 12pc/ Pack Quantity: 3 Pack 18.stapler With Staple Remover 35mm Load Quantity: 2 Pieces 19.record Book 300 Pages Quantity: 10 Pieces 20.detergent Powder 2kg/bag Quantity: 10 Bags 21.detergent Bar Quantity: 10 Pieces 22.extension Wire 10 Meters heavy Duty Quantity: 3 Pieces B.delivery Requirement Delivery Must Be Made 5 Days After The Receipt Of Purchase Order Lot 3 Delivery And Supplies Of Common Use Supplies And Materials For Office Use For The Month Of December Minimum Technical Specifications Offered Technical Specifications/ Services Statement Of Compliance (“comply Or Not Comply”) Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Technical Specifications 1.bond Paper a4 gsm70 white Quantity: 25 Reams 2.bond Paper folio gsm70 white Quantity: 20 Reams 3.board Paper a4 gsm 200 white 100 Pieces/ream Quantity: 14 Reams 4.brother Ink bt 5000 & Bt D60 color: C,m,y,b Quantity: 3 Set 5.parchment Paper size: Letter white 10pcs/pack Quantity: 10 Pack 6.deped Medal color:bronze Quantity: 120 Box 7.ordinary Medal color:gold Quantity: 145 Pack 8.ribbon color:assorted 2 Inch satin Quantity: 10 Roll C.delivery Requirement Delivery Must Be Made 5 Days After The Receipt Of Purchase Order Financial Offer Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. Lot 1 Delivery And Supplies Of Common Use Supplies And Materials For Office Use October Approved Budget For The Contract Offered Quotation Php 45,986.00 In Words: ______________________________________________________ ______________________________________________________ ______________________________________________________ In Figures: _____________________________________________________ _____________________________________________________ _____________________________________________________ Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices ____________________________________ ____________________________________ Signature Over Printed Name Name Of Company ____________________________________ Position/designation ________________________________________ Office Telephone/fax/mobile Nos. ________________________________________ Email Address/es Lot 2 Delivery And Supplies Of Common Use Supplies And Materials For Office Use Approved Budget For The Contract Offered Quotation Php 45,978.00 In Words: ______________________________________________________ ______________________________________________________ ______________________________________________________ In Figures: _____________________________________________________ _____________________________________________________ _____________________________________________________ Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices ____________________________________ ____________________________________ Signature Over Printed Name Name Of Company ____________________________________ Position/designation ________________________________________ Office Telephone/fax/mobile Nos. ________________________________________ Email Address/es Lot 3 Delivery And Supplies Of Common Use Supplies And Materials For Office Use Approved Budget For The Contract Offered Quotation Php 45,930.00 In Words: ______________________________________________________ ______________________________________________________ ______________________________________________________ In Figures: _____________________________________________________ _____________________________________________________ _____________________________________________________ Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices ____________________________________ ____________________________________ Signature Over Printed Name Name Of Company ____________________________________ Position/designation ________________________________________ Office Telephone/fax/mobile Nos. ________________________________________ Email Address/es
Closing Date24 Jan 2025
Tender AmountPHP 101.7 K (USD 1.7 K)

Department Of Agriculture Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of Aring Solar-powered Irrigation System (spis) In Brgy. Aring, Badoc, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Two Million Nine Hundred Sixty-nine Thousand Eight Hundred Thirty-seven Pesos And Forty-six Centavos (php2,969,837.46) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of Aring Solar-powered Irrigation System (spis) In Brgy. Aring, Badoc, Ilocos Norte With Project Identification Number Da Rfo-1-2025-infra-015. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. Aring, Badoc, Ilocos Norte Project Description: Installation Of Spis With A Maximum Pump Discharge Of Daily Output Of 800 Cu.m./day) At 7m Tdh Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Temporary Facility 1.00 L.s. Iii. Provision Of Safety And Health 1.00 L.s. Iv. Clearing And Grubbing 200.00 Sq.m. V. Earthworks 83.57 Cu.m. Vi. Rsb Works 3,038.95 Kgs. Vii. Form Works 170.75 Sq.m. Viii. Concrete Works 49.20 Cu.m. Ix. Pv Module And Mounting 11,000.00 Watts X. Water Pump 1.00 Unit Xi. Pump Controller/ Inverter 1.00 Unit Xii. Iron, Tinsmithry Work And Carpentry Works 1.00 Lot Xiii. Cable And Electrical Works 1.00 Lot Xiv. Distribution Works 170.00 Meter Xv. Masonry, Painting & Water Proofing Works 18.40 Sq.m. Xvi. Doors & Windows 2.29 Sq.m. Xvii. Auxiliary Works 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 3 Skilled Workers • 13 Unskilled Workers • 1 Equipment Operator Minimum Equipment Required: • 1 Backhoe, 0.28 Cu. • 1 Concrete Mixer, One Bagger • 1 Hdpe Butt Fusion Machine • Set Of Handtools Completion Of The Works Is Within Seventy-five (75) 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 Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 14, 2025 To February 4, 2025 The Address Given And Websites 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 23 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 04 February 2025, 3:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 04 February 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. The Technical Specifications (as Part Of Tab F - Project Requirements), To Be Signed By The Bidder/authorized Representative And Submit During Bid Opening, Of The Unit Offered Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 10915, Dated 21 July 2016, Otherwise Known As "philippine Agricultural And Biosystems Engineering Act Of 2016" And Department Of Agriculture (da) Memorandum Order No. 50, Series Of 2020. The Technical Specification Must Be Supported With The Following: O Colored, Clear And Readable Original Copies Of Brochures (in English Language) Of The Offered Goods (pump, Inverter/controller And Solar Module/panel). O Other Technical Specification Requirements: • With Minimum Warranty Of 1 Year On Pump And Controller/inverter, Accessories, And Services • With Minimum Warranty Of 15 Years On Pv Module E. Valid Amtec Test Report For The Pump Is Required During Bid Opening. Upon Completion Of The Project The Raed Shall Conduct Acceptance Testing. If The System Fails To Meet The Prescribed Specifications And Performance Standards, The Contractor Shall Institute Corrective Measures For The System To Conform To Specifications And Standards As Requirement For Payment. Otherwise, The Procuring Entity Shall Not Accept The Project And Proceed With The Termination Of Contract On The Ground That The Supplier/ Winning Bidder, Who Is In Default, Fails To Perform Its Obligation Under The Contract. F. Permit To Operate And Notification Letter From Bafe Shall Be Verified During Post-qualification. G. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 13, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-015
Closing Date4 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Amendment 001: The Purpose Of This Amendment Is To Post A Redacted Copy Of The Brand Name Justification. please Read This Entire Notice Carefully As It Constitutes The Only Notice That Will Be Issued. this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. the Request For Quote (rfq) Number Is N66604-25-q-0035. This Requirement Is Being Solicited On An Unrestricted Basis. The North American Industry Classification System (naics) Code For This Acquisition Is 334417; The Small Business Size Standard Is 1,000 Employees. the Naval Undersea Warfare Center Division, Newport (nuwcdivnpt) Intends To Award A Firm Fixed Price (ffp) Purchase Order For The Below Brantner And Associates Inc. Seacon Brand Name Items, No Substitutions Allowed. The Government’s Original System Design Uses Seacon’s Mateable And Unique Parts Which Are The Only Connectors That Physically Fit (directly Mate) To The Existing Government System And Cabling. A Full Qualification Of The Design Would Be Necessary In Order For Another Model And Vendor To Manufacture The Connectors. This Would Include Multiple System Design Reviews And First Article Testing For Each System That The Connectors Are Utilized On, Which Would Result In Significant Duplicative Cost And Schedule Impacts To Qualify A New Vendor. the Government’s Minimum Requirements Are Specified As Follows. clin 0001: Quantity Of Four Hundred (400) 7230-104/k, Assy, Minm, 3fo, Fcrl Tigr2, W/ St Connectors, Part #: Minm3fofcrl04; clin 0002: Quantity Of Two Hundred Forty (240) 7230-105/a, Minm18fcrl-ti Per Manufacturer Dwg, Part #: Minmfcrl7230105; clin 0003: Quantity Of Fifty (50) 7230-277/a, Insert, Minm, Cirl, Rl 18, 6#16, 12#20, Mfg At Sgp, Part #: Minmcirl7230277; clin 0004: Quantity Of Four (4) Connector 20fcr-ti,6al4v Grade 5, Part #: Minq24fcr-ti; clin 0005: Quantity Of Eight (8) 80-2-745/e,insert,minq,cir,24, 24#20, Part #: Minq24cirpbof; clin 0006: Quantity Of Five (5) 6603-234-1/b,shell-fwd,minqccphp,pbof,45°,tigr2 Per Msba-024, Part #: 6603-234-1; clin 0007: Option 01: Quantity Of Eighty (80) 7230-104/k, Assy, Minm, 3fo, Fcrl Tigr2, W/ St Connectors, Part #: Minm3fofcrl04; clin 0008: Option 02: Quantity Of Fifty (50) 7230-105/a, Minm18fcrl-ti Per Manufacturer Dwg, Part #: Minmfcrl7230105; clin 0009: Option 03: Quantity Of Fifty (50) 7230-277/a, Insert, Minm, Cirl, Rl 18, 6#16, 12#20, Mfg At Sgp, Part #: Minmcirl7230277; clin 0010: Option 04: Quantity Of Four (4) Connector 20fcr-ti,6al4v Grade 5, Part #: Minq24fcr-ti; clin 0011: Option 05: Quantity Of Four (4) 80-2-745/e,insert,minq,cir,24, 24#20, Part #: Minq24cirpbof; clin 0012: Option 06: Quantity Of Four (4) 6603-234-1/b,shell-fwd,minqccphp,pbof,45°,tigr2 Per Msba-024, Part #: 6603-234-1; clin 0013: Shipping note: All Option Clin Exercise Dates Shall Be Within 6 Months After Contract Award delivery Is F.o.b. Destination To Newport, Ri 02841. Please Include Any Applicable Shipping Charges. incorporated Provisions And Clauses Are Those In Effect Through The Latest Federal Acquisition Circular. The Following Far Clauses And Provisions Apply To This Solicitation: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Service Or Equipment 52.209-11, Representation By Corporations Regarding Delinquent Tax 52.212-1, Instructions To Offerors Commercial Items 52.212-3, Offeror Representations And Certifications Commercial Items 52.212-4, Contract Terms And Conditions Commercial Items 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders Commercial Items the Following Dfars Clauses Apply To This Solicitation: 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (deviation 2024-o0013, Revision 1) 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements, 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements, 252.211-7003 Item Identification And Valuation 252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors 252.246-7008 Sources Of Electronic Parts full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At Www.acquisition.gov/far clauses Incorporated In Full Text: 52.211-8 Time Of Delivery (a) The Government Requires Delivery To Be Made According To The Following Schedule: clin 0001- 7230-104/k, Assy, Minm, 3fo, Fcrl Tigr2, W/ St Connectors: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Receipt Of Order (aro), With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0002- 7230-105/a, Minm18fcrl-ti Per Dwg.: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Receipt Of Order (aro), With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0003- 7230-277/a, Insert, Minm, Cirl, Rl 18, 6#16, 12#20, Mfg At Sgp: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Receipt Of Order (aro), With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0004- Connector 20fcr-ti,6al4v Grade 5: 18 Weeks After Receipt Of Order (aro) clin 0005- 80-2-745/e,insert, Minq,cir,24, 24#20: 18 Weeks After Receipt Of Order (aro) clin 0006- 6603-234-1/b,shell-fwd,minqccphp, Pbof,45°,tigr2 Per Msba-024: 18 Weeks After Receipt Of Order (aro) clin 0007- Option 01: 7230-104/k, Assy, Minm, 3fo, Fcrl Tigr2, W/ St Connectors: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Option Exercise, With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0008- Option 02: 7230-105/a, Minm18fcrl-ti Per Dwg.: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Option Exercise, With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0009- Option 03: 7230-277/a, Insert, Minm, Cirl, Rl 18, 6#16, 12#20, Mfg At Sgp: A Minimum Of 25 Units Are Required To Be Delivered 18 Weeks After Option Exercise, With An Additional Delivery Of 25 Every 2 Weeks Thereafter Until Order Quantities Are Completed. clin 0010- Option 04: Connector 20fcr-ti,6al4v Grade 5: 18 Weeks After Option Exercise clin 0011- Option 05: 80-2-745/e,insert,minq,cir,24, 24#20: 18 Weeks After Option Exercise clin 0012- Option 06: 6603-234-1/b,shell-fwd,minqccphp,pbof,45°,tigr2 Per Msba-024: 18 Weeks After Option Exercise the Government Will Evaluate Equally, As Regards Time Of Delivery, Offers That Propose Delivery Of Each Quantity Within The Applicable Delivery Period Specified Above. Offers That Propose Delivery That Will Not Clearly Fall Within The Applicable Required Delivery Period Specified Above, Will Be Considered Nonresponsive And Rejected. The Government Reserves The Right To Award Under Either The Required Delivery Schedule Or The Proposed Delivery Schedule, When An Offeror Offers An Earlier Delivery Schedule Than Required Above. If The Offeror Proposes No Other Delivery Schedule, The Required Delivery Schedule Above Will Apply. offerors Proposed Delivery Schedule: clin 0001: clin 0002: clin 0003: clin 0004: clin 0005: clin 0006: clin 0007: clin 0008: clin 0009: clin 0010: clin 0011: clin 0012: (b) Attention Is Directed To The Contract Award Provision Of The Solicitation That Provides That A Written Award Or Acceptance Of Offer Mailed, Or Otherwise Furnished To The Successful Offeror, Results In A Binding Contract. The Government Will Mail Or Otherwise Furnish To The Offeror An Award Or Notice Of Award Not Later Than The Day Award Is Dated. Therefore, The Offeror Should Compute The Time Available For Performance Beginning With The Actual Date Of Award, Rather Than The Date The Written Notice Of Award Is Received From The Contracting Officer Through The Ordinary Mails. However, The Government Will Evaluate An Offer That Proposes Delivery Based On The Contractor’s Date Of Receipt Of The Contract Or Notice Of Award By Adding (1) Five Calendar Days For Delivery Of The Award Through The Ordinary Mails, Or (2) One Working Day If The Solicitation States That The Contract Or Notice Of Award Will Be Transmitted Electronically. (the Term "working Day" Excludes Weekends And U.s. Federal Holidays.) If, As So Computed, The Offered Delivery Date Is Later Than The Required Delivery Date, The Offer Will Be Considered Nonresponsive And Rejected. (end Of Clause) 52.217-7option For Increased Quantity-separately Priced Line Item. the Governmentmayrequire The Delivery Of The Numberedline Item, Identified In The Schedule As Anoptionitem, In The Quantity And At The Price Stated In The Schedule. Thecontracting Officermayexercise Theoptionby Written Notice To The Contractor Within 6 Months Of Date Of Contract Award. Delivery Of Added Itemsshallcontinue At The Same Rate That Like Items Are Called For Under The Contract, Unless The Parties Otherwise Agree. (end Of Clause) the Basis Of Award Will Be Lowest Priced, Technically Acceptable (lpta). In Order To Be Considered Technically Acceptable, Offerors Must: (1) Propose Brantner And Associates Inc. Seacon Brand Name Items, No Substitutions, In The Required Quantities; (2) Offerors Shall Provide Proof That The Items Are Shipped From The Us; (3) Offerors Shall Provide Documented Proof Of Authorized Reseller Status; additionally, The Government Will Consider Past Performance Information Within The Supplier Performance Risk System (sprs) Whereby Negative Information May Render A Quote Being Deemed Technically Unacceptable. the Method Of Payment Is Via Electronic Payment Through Wide Area Workflow (wawf). In Accordance With Dfars Clause 252.211-7003, The Contractor Shall Provide A Unique Item Identifier (uid) For All Delivered Items For Which The Government’s Unit Acquisition Cost Is $5,000.00 Or More. this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov the Quote Shall Include Price, Delivery Terms, And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Duns. A Quote Received After The Closing Date And Time Specified May Be Ineligible For Award. the Quote May Be Submitted Via Email To The Email Address Below And Must Be Received On Or Before Friday, 07 February 2025 At 1400 Eastern Time. Offer Received After The Closing Date Are Considered To Be Late And May Not Be Considered For Award. For Information On This Acquisition, Contact Franklin Patton At Franklin.k.patton2.civ@us.navy.mil.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

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

Rychnovek village Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the contract is the insulation of perimeter walls with a certified insulation system with thermal insulation boards Eps Greywall Tl. 150 Mm, Ceiling insulation 2.np In Tl. 280 mm from the ground, and insulation of the counter roof above the dressing rooms in Tl. 160 mm. Construction Works Also Include Static Fixing Of Cracks In The Building Extension With Wc. The contract also includes the replacement of the existing heating source with a heat pump and the related investments (modification of the existing heating system, LV cable connection), the implementation of controlled ventilation with heat recovery of the spaces of two classrooms in the 2nd floor and the replacement of the lighting in the classroom in the 2nd floor for A more economical lighting system, including the lighting of the board.
Closing Date20 Jan 2025
Tender AmountRefer Documents 

GOVERNOR CELESTINO GALLARES MULTI SPECIALTY MEDICAL CENTER Tender

Healthcare and Medicine
Philippines
Details: Description Gov. Celestino Gallares Multi-specialty Medical Center Invitation To Bid For Supply, Delivery, Installation, Testing And Commissioning Of 2 Lots Various Medical Equipment Batch 3 (re-bid) For Gov. Celestino Gallares Multi-specialty Medical Center 1. The Gov. Celestino Gallares Multi-specialty Medical Center (gcgmsmc), Through The Health Facilities Enhancement Program 2024 Intends To Apply The Sum Of Sixty Million Three Hundred Forty-four Thousand Nine Hundred Seventy-five Pesos Only (php60,344,975.00) Being The Abc To Payments Under The Contract For Cb:2024-12-0007. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Gcgmsmc, Through The Health Facilities Enhancement Program 2024 Intends To Apply The Sum Of Sixty Million Three Hundred Forty-four Thousand Nine Hundred Seventy-five Pesos Only (php60,344,975.00) Being The Abc To Payments Under The Contract For Each Lot/item.et Al. Lot No. Item/description Quantity Unit Cost Total Cost 1 Infusion & Monitoring System 1 37,344,975.00 37,344,975.00 2 Advanced Perfusion System, Cardiopulmonary Bypass Pump + In-line Blood Gas Monitoring Device 1 23,000,000.00 23,000,000.00 Grand Total 60,344,975.00 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Gcgmsmc, Now Invites Bids For The Above Procurement Project. Delivery And Installation Of The Goods Is Required Within 120 Calendar Days And Succeeding Installation Must Not Exceed 120 Calendar Days. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is 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 Gcgmsmc Through Electronic Mail Via Procurement@cpspecialtycenter.org Or Through The Cellular Number 09209437250. 5. A Complete Set Of Bidding Documents May Be Acquired And Downloaded By Interested Bidders From Gcgmsmc Google Drive From (procurement@cpspecialtycenter.org) On December 08, 2024– January 03, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Indicated Below In Accordance With The Following Schedule: Lot No. Item/description Total Cost Bidding Documents Fee (in Philippine Peso) 1 Infusion & Monitoring System 37,344,975.00 25,000.00 2 Advanced Perfusion System, Cardiopulmonary Bypass Pump + In-line Blood Gas Monitoring Device 23,000,000.00 25,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Online Banking Or Online Deposit With The Following Bank Details: Bank Name: Development Bank Of The Philippines Account Name: Gcg Multi-specialty Medical Complex Account Number: 00-0-15490-780-5 "for Bidders Choosing To Pay Via Online Transfer Or Bank Deposit, Please Ensure That Proof Of Your Successful Transaction Is Promptly Sent To The Procurement Email Address: Procurement@cpspecialtycenter.org. In Compliance With Coa Circular Number 2021-014, Clause 5.2, An Acknowledgement Receipt Will Be Issued As Proof Of Verified And Received Payment. Access To Bidding Documents Will Be Granted Only Upon Presentation Of This Acknowledgement Receipt. 6. The Gcgmsmc Will Hold A Pre-bid Conference On The 17th Day Of December 2024 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before The 3rd Day Of January 2025 At 0900h At Gcgmsmc Procurement Office Room 3c-w327 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur, Cortes, Bohol. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On The 3rd Day Of January 2025 At 0900h At Room 3c-e310 Located At The 3rd Floor Of Gcgmsmc Building C, Malayo Sur Cortes. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Together With Their Company Id. 10. The Gcgmsmc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Submission Of Hardcopies: Bidders Shall Submit Their Original Eligibility And Technical Documents Described In Itb Clause 10 In One Sealed Envelope Marked "original - Technical Component", And The Original Of Their Financial Component In Another Sealed Envelope Marked "original Financial Component", Sealing Them All In An Outer Envelope Marked "original Bid". Each Copy Of The First And Second Envelopes Shall Have 2 Copies And Similarly Sealed Duly Marking The Inner Envelopes As "copy No. 1 Technical Component" And "copy No. 1- Financial Component” And "copy No. 2- Technical Component" And "copy No. 2- Financial Component" And The Outer Envelope As "copy No. 1" And "copy No. 2" Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. Please Take Note That All Notarized Documents Must Be Treated As Original Copies For All The Submitted Documents (original, Copy 1, And Copy 2). It Is Imperative That Each Copy Retains Its Original Notarization To Ensure Legal Validity And Compliance. The Original And The Number Of Copies Of The Bid As Indicated In The Itb Clause 15 Shall Be Typed Or Written In Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters; B. Bear The Name And Address Of The Bidder In Capital Letters; C. Be Addressed To The Procuring Entity's Bac In Accordance With Itb Clause 1; D. Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1 12. For Further Information, Please Refer To: Mary Grace L. Simbajon Jessa O. Quiñal Procurement Office Procurement Office Malayo Sur, Cortes, Bohol Malayo Sur, Cortes, Bohol Procurement@cpspecialtycenter.org Procurement@cpspecialtycenter.org +639209437250 +639452478632 December 06, 2024 Approved By: (signed) Doreen A. Lugo, Lpt Bac Chairperson Noted By: (signed) Laurence Elliot R. Tirol, Md, Fpcp Medical Center Chief ------------------------------------------------------------------------------------------------------------ Item: 1 Unit: Lot Qty: 1 Unit Cost: 37,344,975.00 Total Cost: 37,344,975.00 Description: Supply, Delivery, Installation, Testing & Commissioning Of Infusion & Monitoring System 150 Pump, Volumetric Infusion 40 Docking Station/s 1 Central Monitoring System 1 Mri-compatible Infusion System 1 Oximetry Monitoring System, Non-invasive Pump, Infusion Volumetric, 150 Units Size Less Than Or Equal To 210 (l) X 140 (w) X 73 (h) Millimeters (mm) Weight Less Than Or Equal To 1700 Grams (g) Screen Must Be At Least Three (3) Inches, Touchscreen, Thin Film Transistor (tft) Color Liquid Crystal Display (lcd), At Least 200 X 400 Pixel/s, Adjustable Brightness Levels Display Must Show The Following Information At Least: Infusion Status With Drug/s Name, Infusion Parameter/s, Real-time In-line Pressure; System Status Information With Infusion Mode, Intravenous Set Brand Or Bed Number, Alarm Symbol/s, Battery Status, Network Status, Relayed Status, And System Time; Must Show Infusion Status Indicator On The Door Accuracy: ≤ ± 4.5% Mode/s: Rate Mode, Dose Mode, Dose Time Mode, Time Mode, Sequential Mode, Intermittent Mode, Loading Dose Mode, Ramp Mode, Micro-infusion Mode And/or Drip Mode Must Support The Following Application/s : Intravenous Drug Infusion, Enteral Nutrition Feeding, And/or Blood Transfusion Flow Rate/s: 0.10-2300 Milliliter/s (ml) Per Hour (hr) And/or 0.10-2000 Ml/hr Increment/s: 0.01 Ml/hr (0.10-99.99 Ml/hr), 0.1 Ml/hr (100-999.9 Ml/hr), 1 Ml/hr (1000-2300 Ml/hr) Preset Time/s: 00:00:01-99:59:59 Preset Volume: 0.10-9999.99 Ml With Increments Of 0.01 Ml Accumulated Volume: 0.00-99999.99 Ml “keep Vein Open”: (kvo): 0.1-5.0 Ml/hr With Increment/s Of 0.01 Ml/hr Purge Rate: 0.1-2300 Ml/hr Bolus Rate: 0.1-2300 Ml/hr, Automatic Or Manual Occlusion Detection: 50-1125 Millimeters Mercury (mmhg) With At Least 15 Selectable Levels Such As 50, 150, 225, 300, 375, 450, 525, 600, 675, 750, 825, 900, 975, 1050, 1125 Mmhg); With Default Of 450 Mmhg; Pre Alarm Pops Up While Pressure Is Increasing; Auto-restart Capability Where On/off And Restart The Infusion When Occlusion Pressure Is Reduced; Pressure Unit/s Available Such As, Millimeters Mercury (mmhg), Kilo Pascal/s (kpa), Bar, And/or Pounds Per Square Inch (psi) Air Bubble Detection, With At Least Six (6) Level/s, 15, 50, 100, 250, 500, 800 Microliter/s; Air Accumulation 0.1-1.0 Ml Per 15 Minutes Dose Rate Unit/s Must Include The Following: Ng/kg/min, Ng/kg/hr, Ng/kg/24h; Ug/kg/min, Ug/kg/h, Ug/kg/24h, Mg/kg/min, Mg/kg/h, Mg/kg/24h; Mu/kg/min, Mu/kg/h, Mu/kg/24h; U/kg/min, U/kg/h,u/kg/24h; Ku/kg/min, Ku/kg/h, Ku/kg/24h; Eu/kg/min, Eu/kg/h, Eu/kg/24h; Mmol/kg/min,mmol/kg/h, Mmol/kg/24h; Mol/kg/min, Mol/kg/h, Mol/kg/24h; Mcal/kg/min, Mcal/kg/h, Mcal/kg/24h; Cal/kg/min, Cal/kg/h, Cal/kg/24h; Kcal/kg/min, Kcal/kg/h, Kcal/kg/24h; Meq/kg/min, Meq/kg/h, Meq/kg/24h; Auto Lock Time: 1-5 Minute/s Range With On/off Switch Drug Library Up To 5000 Drug/s, 30 Categories, Support For Color-coding History Log Up To 3500 Event/s Volume Collection Available In At Least 4 Method/s Including, 24 Hour Total, Current Total, Period, Timing Volume, Support History Rate Review Dose Error Reduction System Available Definition Of Dose Limit/s Automatic Alarm/s When Reaching Dose Limit/s Intravenous (iv) Administration Set Must Be Able To Accept Universal Iv Set/s Alarm/s Audible And Visual Alarm/s; Sound Volume Adjustable At Least Eight (8) Level/s 2 Level/s: High: Air In Line, Accumulated Air, Empty, Drop Error, Upstream Occlusion, Downstream Occlusion, Infusion Set Disengaged, No Infusion Tube, Infusion Set Error, No Drop Sensor, Battery Depleted, Volume To Be Infused (vtbi) Complete, Kvo Finish, Relay Invalid And/or System Error Low: Kvo Running, Battery In Use, Battery Error, Cms/egw Disconnected, Standby Time Expired, Dock Connection Interrupted, System Time Error, Relay Invalid Soon, Time Near End, Reminder And/or Low Battery Reminder: 1-5 Minute/s, On/off Switchable Connectivity Communication Wired And Wireless Usb Support Drug Library Import, Patient Data Import/export, History Record Export, Calibration Date Import/export; Multifunction Connector: Rs232, Nurse Call Connector, Dc Adapter Integration: Connect With Infusion Central Station, Connect With Central Monitoring System Battery Operating Time: More Than Or Equal To Five (5) Hour/s At 25 Ml/hr Charging Time: Less Than Or Equal To Five (5) Hour/s To Full Capacity Power Supply Voltage 100-240 Volt/s, Frequency 50-60 Hertz, (hz), Current 0.5-0.21 Ampere/s (a) Work Environment Level Of Resistance To Water And Dust At Least Ingress Protection Rating 33 (ip33) Classification Type Cf, Class 1, Ip33 Docking Station, 40 Units Size: Atleast270 (l) X 170 (w) X 390 (h) Millimeters (mm) Weight: Less Than Or Equal To 3900 Grams Display Screen At Least Three (3) Inches Organic Light Emitting Diode (oled) At Least 265 X 64 Pixels Resolution Showing The Following Information: Bed Number, Patient Name, Battery Status, Network Status, Total Volume For 24 Hours; Must Be Able To Connect Via Hl7 Protocol And Integrate With Hospital Information System/s And/or Electronic Medical Record/s Via Wired Or Wireless Protocol; Usb Support For Drug Library Importation, Patient Information Loading, Patient Data Export, History Record And/or Barcode Reader Connection Multifunctional Connector Rs232 And/or Nurse Call Connector Integration Capability To Synergise/connect With Patient Monitor, Connect With Infusion Central Station, And/or Connect With Central Monitoring System Night Mode Capability With On/off, Start Time, End Time And Sound Volume Adjustable History Record Up To 2500 Mounting Type For Horizontal And Vertical Pole Clamp: Horizontal Diameter Range 10 To 25 Mm; Vertical Diameter Range 15 To 40 Mm; One Pole Clamp Per Shelf Module Programmable Mode: Support Automatic Multi-channel Relay Maintenance: Support 2 To 24 Pumps Tool Free Assembly, Support Batch Calibration, Drug Library Import, And Software Upgrade/s Classification: Type Cf, Class 1, Ip33 Power Supply Battery: Lithium-ion 2500mah Operating Time Of At Least 2 Hours Charging Time At Most 6 Hours Ac Power: 100 To 240 V, 50 To 60 Hertz, 8 To 3.4 A Alarm/s Audible And Visual Alarm/s 2 Level/s: High: Battery Depleted, System Error : Low: Slave Controller Abnormal, Battery In Use, Low Battery, Battery Error, Local Area Network (lan) Internet Protocol (ip) Address Conflict, Wireless Lan Ip Address Conflict, Cms, Egw Disconnect Central Monitoring System System Component/s: Central Station System Center Which Connects Bedside Device/s Hardware: Display/s At Least 24 Inch Tft Lcd Screen/s Medical Grade, At Least Dicom 14, At Least Ip54 Rating Iec 60601, Touch Screen; Must Include Printer/s, Keyboard/s, Mouse/s And Speaker/s Main System Software Specification/s: Number Of Device Up To 64 Patient Monitor/s And Infusion Pump/s Per Station Alarm: Category: Physiological Alarm, Technical Alarm And System Prompt Remote Control: Alarm Switch, Alarm Limits, Alarm Priority, Alarm Pause And Alarm Reset Alarm Analysis: Support Alarm Statistics Trend Review: At Least 240 Hours; Full Disclosure At Least 240 Hours; Data Interface Connection Interface Integrated Egateway Or Standalone Egateway Mri Compatible Infusion System, 1 Unit Size Less Than Or Equal To 560 (l) X 540 (w) X 1540 (h) Mm Including Trolley, Excluding Iv Pole Weight Less Than Or Equal To 50 Kilograms Without Pump/s Display Screen At Least 3 Inches, Oled, 256 X 64 Pixels, Showing The Following Information: Bed Number, Patient Name, Battery Status, Network Status, Total Volume For The Past 24 Hours Infusion Of The Pump; Compatible Pumps At Least 4 Infusion Or Syringe Pumps Mri Scanner Compatibility For Both 1.5 And/or 3.0 Tesla Model/s Alarm/s Audible And Visual Alarm/s 2 Level/s: High: Battery Depleted, Magnet Indicator Battery Depleted, System Error : Low: Low Battery, Magnet Indicator, Battery Low, Battery Error, Lan Ip Address Conflict, Wlan Ip Address Conflict, Network Disconnected Magnet Indicator: Magnetic Field To Be Used In Magnetic Fields Up To 20 Mt; < 20 Mt Green; 20-40 Mt Yellow; > 40 Mt Red; Connectivity Communication Wired Or Wireless Usb Support Drug Library Import, Patient Data Import/export, History Record Export, System Upgrade Integration: Synergy With Patient Monitor, Connect With Infusion Central Station, Connect With Central Monitoring System Material: Ingress Protection Level Ip33 Safety Standards En 60601-1:2006 / A1:2013; En 60601-1-2:2015; En 60601-1-8:2007/a11:2017; F2025-15; F2182-19; F2213-17; F2503-20; Classification Type Cf Class Power Supply Battery: Lithium-ion At Least 3400mah; Ac Power: 100 To 240 V, 50 To 60 Hertz Dock: Operating Time At Least 10 Hours; Charging Time At Most 6 Hours Magnet Indicator: Operating Time Of At Least 720 Hours; Recharging Time At Most 8 Hours Oximetry Monitoring And Connectivity System, 1 Unit Expandable Patient Monitoring And Connectivity Hub That Integrates An Array Of Technologies, Devices, And Systems To Provide Multimodal Monitoring And Connectivity Solutions In A Single Clinician-centric Platform Regional Oximetry, Non-invasive Pulse Oximetry Display Resolution At Least 1280 X 800 Pixels, At Least 10 Inches Diagonal Size, Multi-touch Touchscreen; Customizable Multiple Screen Views To Feature The Most Applicable Data; Can Display Tissue Oxygen Saturation Of Specific Area; Can Display The Difference Between Current Rso2 And User Defined Baseline; Can Display The Difference Between Rso2 And Spo2; Pulse Rate; Perfusion Index; Pleat Variability Index; High-resolution Plethysmograph Waveform And/or Can Display Spectrogram Representing Activity For Both Sides Of The Brain; Must Have Ports Or Docks That Are Compatible To Plug And Play Modules For The Measurement Of Brain Function Monitoring, Regional Oximetry, And Non-invasive Pulse Oximetry Battery Capacity Is At Least Four Hours Module/s: Cerebral Oximetry At Least One, Pulse Co-oximetry At Least One Can Be Used As Bedside, Handheld And/or Transport Monitor Configurable Parameter And Alarm Settings By Patient Population Audible And Visual Alarms For Quick Identification Of Alarming Parameters With Redundant Speaker System. Particulars Vendor Shall Warrant That The Product Supplied Shall Equal The Published Specifications. Vendor Shall Provide No Less Than Five (5) Years Warranty On The System/equipment For Spare Parts And Service Upon Acceptance By End User/s. Vendor Agrees To Provide Free Of Charge All Parts And Labour Necessary To Repair The System During The Period Covered By The Warranty And Replacement Of Any Item/s And/or Part/s Found To Be Defective In Material Or Workmanship Under Normal Use. Vendor Must Conduct Quarterly Preventive Maintenance Program Or Frequently As Recommended By Principal / Manufacturer. Vendor Agrees To Add Equipment Down-time (in Number Of Days) To Total Warranty Period. Vendor Must Respond With Technical Support Staff, Either Remotely 2 Hours Or In-person Where Applicable, Within At Least Twenty-four (24) Hours Upon Notification Of End-user; And Must Perform Corrective Maintenance Within A Maximum Of Fourteen (14) Days Upon Notification Of End-user; System/equipment Shall Be Delivered With At Least One (1) Copy Of All Service Manuals And At Least One (1) Copy Of All User Manuals. System/equipment Shall Be Delivered Complete With All Cabling, Connectors, Junction Boxes, Mounting Hardware, And All Other Accessories Necessary For Full Operation Of The System/equipment, Where Applicable. Vendor Must Certify That All Products Quoted Must Be In Current Production And Publicly Available As Of The Date Of This Tender. Unproven Future Products Shall Not Be Accepted. All Desired Features Listed Must Be In Current Production, Installed And In Use At The Time Of Quote/bid Any And All Software Necessary To Technically Support The System Shall Be Included Any And All Components Not Manufactured By The Vendor/primary Manufacturer Shall Be Listed As Such With Name/address/contact Information Of The Manufacturer Supplied Devices Must Meet All Currently Applicable Safety Standards, Local And International Where Applicable. Vendor Shall Confirm And Certify In Writing That Parts And Labor Will Be Available For The Quoted System For Not Less Than Five (5) Years After The Warranty Period Vendor Shall Agree To Provide Factory Or Principal Manufacturer Training And/or Certification For At Least One (1) In-house Biomedical Technologist Or Engineer And/or End-user. Vendor May Include Post-warranty Comprehensive Preventive Maintenance Program Proposal For The Next 3-4 Years And Must Also Indicate Cost Estimates For Major Spare Part/s Vendor To Shoulder Any Expenses Related To Delivery, Installation, Commissioning, Permit/s, Training And Other Sundries Necessary For The Complete Installation Of The Equipment Vendor Must Have Available Technical Staff And/or Office/s Within The Region Principal/manufacturer May Preferably Have An Existing / Active Quality Management System Certification E.g. Iso 13485 And/or Iso 9001 Progress Billing And Payment May Be Availed By The Winning Bidder As Follows, Otherwise, Full Payment Is Due At The Completion Of The Project And Requirements: 15% Upon Delivery At Site; 30% Upon Complete Installation, And 55% Upon Completion Of Project And/or Acceptance Of End-user. Principal’s / Manufacturer’s Products Must Have Been Present In The Local Market For The Past Ten (10) Years Completion Period For Delivery Must Not Exceed 120 Calendar Days And Succeeding Installation Must Not Exceed 120 Calendar Days. Any Deviation From This Limit Requires Prior Approval By The Head Of The Procuring Entity (hope) And Only Applies During Extenuating Circumstances. -------------------------------------------------------------------------------------------------------------------- Item: 2 Unit: Lot Qty: 1 Unit Cost: 23,000,000.00 Total Cost: 23,000,000.00 Description: Advanced Perfusion System, Cardiopulmonary Bypass Pump + In-line Blood Gas Monitoring Device Heart & Lung Machine With Integrated Centrifugal Pump Built In Centrifugal Pump With The Following Specifications: Controls And Monitor Must Be Mounted To The Machine Drive Unit Must Allow For Interchangeable Components (must Have Flexible Drive Unit For Better Handling) Remote Control Display Panel Must Include The Centrifugal Status And Alarms Flow Sensor Must Be Non-invasive Type One (1) Integrated Centrifugal Pump Plus Either (a) Three (3) Singular Large Pumps + Two (2) Single Small Roller Pump Or (b) A Total Of Five (5) Roller Pumps With Flat Screen Monitor For Heart & Lung Machine Functionality Display Roller Pump Must Have Tubing Clamp Assembly Must Be A Rotatable Pump Head. With Hand Crank Intended For Manual Use In The Event Of Power Failure For Both Roller And Centrifugal Pump With Complete Safety Mechanism Device. Dual Pressure Module Sensor With Two (2) Cable Pressure Intended For Arterial Cardioplegia Digital Pressure Monitoring And Two (2) Manometer For Manual Monitoring. One (1) Temperature Module With At Least Two (2) Channels Level Sensor And Air Bubbles Sensor Intended For Adult And Pedia Circuits That Will Trigger The Machine To Temporarily Stop Avoiding Air Introduction To Patient With Mechanical Gas Blender For Oxygen And Compressed Air With Hose And Accessory Connectors Inclusion Of Vacuum Regulator Device Halogen Or Led Console Lamp With Flexible Arms Back-up Battery Which Can Provide Power For At Least 1 Hour Must Provide At Least Six (6) Pieces Of Tubing Clamp With Guard Can Be Powered By 230v ±10, 60hz With Four Heavy Duty Rolling Wheels And Non-scratching With Lock System Included In-line Blood Gas Monitoring Device The Machine Must Be Capable Of A Continuous Determination Of The Following Tests While On Cardiopulmonary Bypass (cpb): Blood Gas (ph, Pco2, Po2, Hco3, Be, So2) Electrolytes & Hematology (k+, Hgb, Hct) Patient Temperature Oxygen Deliver (do2) Inclusion Of Battery Pack To Ensure Uninterrupted Operation. Capable Of Displaying Alert/alarm Indicator When Parameters Fall Outside The Normal Values Must Be Lcd Or Led Screen Machine Must Be Portable And Fit With The Provided Pole Clamps/bracket For Monitoring In The Heart Lung Machine Cable Head Sensor For Testing Must Be Capable For Arterial Or Venous Sampling Monitoring Must Include Printer For Documentation Of Displayed Values 60 Hertz Machine Electrical Requirement Heater Cooler Machine, At Least Two (2) Unit/s Must Have At Least Two (2) Independent Circuits Intended Either For: A. Oxygenator Heat Exchangers And B. Patient Blankets One (1) Pair Of Hose With Corresponding Connectors For Each Independent Circuit Per Unit Can Be Powered By 230v ±10, 60hz Particulars Vendor Shall Warrant That The Product Supplied Shall Equal The Published Specifications. Vendor Shall Provide No Less Than Five (5) Years Warranty On The System/equipment For Spare Parts And Service Upon Acceptance By End User/s. Vendor Agrees To Provide Free Of Charge All Parts And Labour Necessary To Repair The System During The Period Covered By The Warranty And Replacement Of Any Item/s And/or Part/s Found To Be Defective In Material Or Workmanship Under Normal Use. Vendor Must Conduct Quarterly Preventive Maintenance Program Or Frequently As Recommended By Principal / Manufacturer. Vendor Agrees To Add Equipment Down-time (in Number Of Days) To Total Warranty Period. Must Provide Back-up Immediately Upon Notification Where Applicable. Vendor Must Respond With Technical Support Staff, Either Remotely (2 Hours) Or In-person Where Applicable, Within At Least Twenty-four (24) Hours Upon Notification Of End-user; And Must Perform Corrective Maintenance Within A Maximum Of Fourteen (14) Days Upon Notification Of End-user; System/equipment Shall Be Delivered With At Least One (1) Copy Of All Service Manuals And At Least One (1) Copy Of All User Manuals. System/equipment Shall Be Delivered Complete With All Cabling, Connectors, Junction Boxes, Mounting Hardware, And All Other Accessories Necessary For Full Operation Of The System/equipment, Where Applicable. Vendor Must Certify That All Products Quoted Must Be In Current Production And Publicly Available As Of The Date Of This Tender. Unproven Future Products And Model/s Nearing And/or At The End-of-cycle Shall Not Be Accepted. All Desired Features Listed Must Be In Current Production, Installed And In Use At The Time Of Quote/bid; Any And All Software Necessary To Technically Support The System Shall Be Included Any And All Components Not Manufactured By The Vendor/primary Manufacturer Shall Be Listed As Such With Name/address/contact Information Of The Manufacturer Supplied Devices Must Meet All Currently Applicable Safety Standards, Local And International Where Applicable. Vendor Shall Confirm And Certify In Writing That Parts And Labor Will Be Available For The Quoted System For Not Less Than Five (5) Years After The Warranty Period Vendor Shall Agree To Provide Factory Or Principal Manufacturer Training And/or Certification For At Least One (1) In-house Biomedical Technologist Or Engineer And Other Technical Staff (end-user/s); Vendor May Include Post-warranty Comprehensive Preventive Maintenance Program Proposal For The Next 3-4 Years And Must Also Indicate Cost Estimates For Major Spare Part/s Vendor To Shoulder Any Expenses Related To Delivery, Installation, Commissioning, Permit/s, Training And Other Sundries Necessary For The Complete Installation Of The Equipment Vendor Must Have Available Technical Staff And/or Office/s Within The Region Principal’s/ Manufacturer Products May Preferably Have An Existing/active Quality Management System Certification E.g. Iso 13485 And/or Iso 9001 Principal’s / Manufacturer’s Products Must Have Been Present In The Local Market For The Past Ten (10) Years, May Provide Certification Where Applicable Progress Billing And Payment May Be Availed By The Winning Bidder As Follows, Otherwise, Full Payment Is Due At The Completion Of The Project And Requirements: 15% Upon Delivery At Site; 30% Upon Complete Installation, And 55% Upon Completion Of Project And/or Acceptance Of End-user. Completion Period For Delivery Must Not Exceed 120 Calendar Days And Succeeding Installation Must Not Exceed 120 Calendar Days. Any Deviation From This Limit Requires Prior Approval By The Head Of The Procuring Entity (hope) And Only Applies During Extenuating Circumstances.
Closing Date3 Jan 2025
Tender AmountPHP 60.3 Million (USD 1 Million)

Bureau Of Plant Industry Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Rfq No. 0016 Pr No. 0020-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Equipment Rental To Be Used During The Bpi 95th Anniversary Celebration Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: January 13, 2025 (9:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: January 21-22 2025 At Bureau Of Plant Industry, Malate, Manila. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry 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. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 166,000.00 End User: Ics Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 1 Set "party Sound & Light Package With Led Wall 35 Panels (p3 9' X 12') Hd Cameras For Video Recording And Streaming (raw File Recording) Delivery/date Of Use: January 21, 2025 (1:00pm-6:00pm) January 22, 2025 (8:00am-12:00pm)" 166,000.00 "specifications: Digital Audio Mixer, D.i. Box, (4) Wireless Microphone, (2) Wired Microphone, (6) Microphone Stand, (2) Laptop With Virtual Player And Streaming App (i.e Obs), Moving Head, Lyric Stand, (2) Subwoofer Speaker, Rcf Speaker Monitor, Rcf Dual Speaker, (4) Powered Speaker, (4) Amber Lights, Smoke Machine" "others: -cables, Connectors/laptops/ Switcher/ Riser -livestream Production Operator Staff Meals Included Venue-bpi Multipurpose Hall, Malate Manila" Grand Total 166,000.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
Closing Date17 Jan 2025
Tender AmountPHP 166 K (USD 2.8 K)

Municipality Of Caibiran, Biliran Tender

Electrical Goods and Equipments...+3Electrical Generators And Transformers, Security and Emergency Services, Electrical and Electronics
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Purchase & Installation Of Wide Range Directional Siren Location : Mdrrmo, Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P450,000.00 Source Of Funds : Drrmf 2020, 2021, 2022, 2023 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Unit Item Description Quantity 1 Unit Wide Range Directional Siren With Installation 1 Siren Specifications: • Sound Rating: 123+2db(a) Sound Range 3 Kilometer • Electric Motor:2.2kw,220/240ac,50/60hz • Ip Rating: Ip 44 • Output Frequency: 500/560+20hz • Single Tone • Carton Size:75x63x71cm • Motor Siren Digital Timer Controller 4kw/220v • Fabricated Mounting Brackets • Electrical Cables • Peripherals • Service Fee – Wiring Layout, Equipment Mounting & Set Up Commissioning Gasoline Generator Specifications: • Rated Output 8750w • Surge Output 7000w • 230v / 60hz Electric Start • Receptacle 1 X Twist Lock 114/230v, 2 X Duplex 230v • Single Phase • Rated Current 30.4 Ampares • Insulation Class F • 15hp Ohv Engine • 4 Stroke Single Cylinder • Air Cooled • Recoil, Electric Start • Unleaded Gasoline Fuel • 25l Fuel Capacity • Lo Oil Alert Schedule Of Activities: (2nd Posting) Advertisement : January 14, 2025 To January 21, 2025 Bid Evaluation : January 23, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Aon-discretionary “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”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 Until January 17, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos. [p500.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 20, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On January 20, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. 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 Lgu Caibiran 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. 9. Checklist Of Eligibility Requirements For Infrastructure Is Hereto Attached: Note: All Folder/envelope To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) First Envelope (technical Proposal) Eligibility Requirements: 1. Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A Dti/sec/cda Registration B Mayors Business Permit Or Its Equivalent Documents C Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & D Stamp Approved By The Bir 2. Audited Financial Statement 3. Statement Of On-going Contracts 4. Statement Of Single Largest Completed Contract (slcc) 5. Valid Pcab License Registration 6. Nfcc Computation Of Committed Line Of Credit Technical Requirements: 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Venture If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Duly Signed Organizational Chart 4. Duly Signed List Of Project Personnel 5. Schedule Of Works 6. Construction Safety & Health Certificate 7. Duly Signed Of Contractors Equipment For Project 8. Certificate Of Site Inspection (signed By The Project Engineer Of The Procuring Entity) 9. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. 2nd Envelope Financial Proposal 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates & Equipment Rentals Used In Indicating Also The Direct And Indirect Cost In Coming Up With The Bid. 3. Cash Flow By Quarter And Payment Schedule Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. 2025philgeps008
Closing Date23 Jan 2025
Tender AmountPHP 450 K (USD 7.6 K)
9981-9990 of 10000 archived Tenders