Camera Tenders
Camera Tenders
Municipality Of Rizal,palawan Tender
Healthcare and Medicine
Philippines
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
Bureau Of Corrections Muntinlupa City Metro Manila Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Philippine Bidding Documents Supply And Delivery Of Various Bucor Vehicles 2025 (procurement/contract No. 010) Sixth Edition July 2020 Bids And Awards Committee 2024 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 6 Section Iii. Bid Data Sheet 16 Section Iv. General Conditions Of Contract 19 Section V. Special Conditions Of Contract 22 Section Vi. Schedule Of Requirements 27 Section Vii. Technical Specifications 29 Section Viii. Bidding Forms 34 Section I. Invitation To Bid Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Invitation To Bid For Supply And Delivery Of Various Bucor Vehicles 2025 1. The Bureau Of Corrections, Through The National Expenditure Program Fy 2025 (capital Outlay) Intends To Apply The Sum Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Bucor Vehicles 2025 With Identification Number __epa-010__. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Corrections Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Thirty (30) Calendar Days. Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bureau Of Corrections And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On __december 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)___ From The Given Address And Website(s) 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 Twenty-five (₱25,000.00) Thousand Pesos Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Presented In Person. 6. The Bureau Of Corrections Will Hold A Pre-bid Conference On __january 06, 2025 (01:30pm)____ At Bac Conference Room Nbp Reservation Muntinlupa City, 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 Below, On Or Before __january 20, 2025 (01:29pm)__. 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 __january 20, 2025 (01:30pm)__ At The Given Address Below Bac Conference Room Nbp Reservation Muntinlupa City, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schedule Of Bidding Activities Shall Be As Follows: Activites Date/time Venue 1. Sale And Issuance Of Bid Documents December 29, 2024 (08:00am To 05:00pm) To January 20, 2025 (08:00am To 01:29pm)_ Supply Division Bureau Of Corrections Muntinlupa City 2. Pre-bid Conference January 06, 2025 (01:30pm Bac Conference Room Bureau Of Corrections Muntinlupa City 3. Submission And Opening Of Bid Documents January 20, 2025 (01:30pm) Bac Conference Room Bureau Of Corrections Muntinlupa City 11. The Bureau Of Corrections 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. 12. For Further Information, Please Refer To: Maria Adoracion I. Viñas Office Of The Bac Secretariat Supply Office, Bureau Of Corrections, Muntinlupa City Tel # 02-8809-8587/02-8478-0907 Bacsec2022@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Bucor.gov.ph Date Of Issue: _______________ Ccsupt. Celso S. Bravo Chairperson, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Bureau Of Corrections Wishes To Receive Bids For The Supply And Delivery Of Various Bucor Vehicles 2025 {[insert, If Applicable:] Under A Framework Agreement}, With Identification Number [indicate Number]. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project Supply And Delivery Of Various Bucor Vehicles 2025 Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For National Expenditure Program Fy 2025 (capital Outlay) In The Amount Of Seventeen Million Three Hundred Thousand Pesos Only (₱17,300,000.00). 2.2. The Source Of Funding Is: A. Nga, The General Appropriations Act Or Special Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. [select One, Delete Other/s] A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2. [if Procuring Entity Has Determined That Subcontracting Is Allowed During The Bidding, State:] The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3. [if Subcontracting Is Allowed During The Contract Implementation Stage, State:] The Supplier May Identify Its Subcontractor During The Contract Implementation Stage. Subcontractors Identified During The Bidding May Be Changed During The Implementation Of This Contract. Subcontractors Must Submit The Documentary Requirements Under Section 23.1 Of The 2016 Revised Irr Of Ra No. 9184 And Comply With The Eligibility Criteria Specified In Itb Clause 5 To The Implementing Or End-user Unit. 7.4. Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Supplier’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address Bac Conference Room Nbp Reservation, Poblacion, Muntinlupa, City And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within The Last Four (4) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 11.5. [include If Framework Agreement Will Be Used:] Financial Proposals For Single Or Multi-year Framework Agreement Shall Be Submitted Before The Deadline Of Submission Of Bids As Prescribed In The Ib. For Multi-year Framework Agreement, Evaluation Of The Financial Proposal During This Stage Is For Purposes Of Determining Eligibility And Whether Or Not Such Financial Proposal Is Within The Abc. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 12.2. [include If Framework Agreement Will Be Used:] For Framework Agreement, The Following Should Also Apply In Addition To Clause 12.1: A. For A Single Year Framework Agreement, The Prices Quoted By The Bidder Shall Be Fixed During The Bidder’s Performance Of The Contract And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. B. For A Multi-year Framework Agreement, The Prices Quoted By The Bidder During Submission Of Eligibility Documents Shall Be The Ceiling And The Price Quoted During Mini-competition Must Not Exceed The Initial Price Offer. The Price Quoted During Call For Mini-competition Shall Be Fixed During The Bidder’s Performance Of That Call-off And Not Subject To Variation Or Escalation On Any Account. Price Schedules Required Under Clause 12.1 Shall Be Submitted With The Bidding Documents. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until [indicate Date]. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14.3. [include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, Other Than The Grounds For Forfeiture Under The 2016 Revised Irr, The Bid Security May Also Be Forfeited If The Successful Bidder Fails To Sign The Framework Agreement, Or Fails To Furnish The Performance Security Or Performance Securing Declaration. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Posting Of Performance Security Or Performance Securing Declaration, As The Case May Be, By The Winning Bidder Or Compliant Bidders And The Signing Of The Framework Agreement. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, The Submission Of Bids Shall Be For The Initial Evaluation Of Their Technical And Financial Eligibility. Thereafter, Those Declared Eligible During The Said Initial Eligibility Evaluation And Entered Into A Framework Agreement With The Procuring Entity Shall Submit Anew Their Best Financial Offer At The Address And On Or Before The Date And Time Indicated In The Call For Each Mini-competition. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, Determination Of Margin Of Preference Shall Be Conducted Every Call For Mini-competition. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. [include The Following Options If Framework Agreement Will Be Used:] A. In The Case Of Single-year Framework Agreement, The Lowest Calculated Bid Shall Be Determined Outright After The Detailed Evaluation; B. For Multi-year Framework Agreement, The Determination Of The Eligibility And The Compliance Of Bidders With The Technical And Financial Aspects Of The Projects Shall Be Initially Made By The Bac, In Accordance With Item 7.4.2 Of The Guidelines On The Use Of Framework Agreement. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. [include If Framework Agreement Will Be Used:] For Multi-year Framework Agreement, All Bidders Initially Determined To Be Eligible And Financially Compliant Shall Be Subject To Initial Post-qualification. The Bac Shall Then Recommend The Execution Of A Framework Agreement Among All Eligible, Technically And Financially Compliant Bidders And The Procuring Entity And Shall Be Issued By Hope A Notice To Execute Framework Agreement. The Determination Of The Lowest Calculated Bid (lcb) Shall Not Be Performed By The Bac Until A Mini-competition Is Conducted Among The Bidders Who Executed A Framework Agreement. When A Call For Mini-competition Is Made, The Bac Shall Allow The Bidders To Submit Their Best Financial Proposals On Such Pre-scheduled Date, Time And Place To Determine The Bidder With The Lcb. 20.2. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, {[include If Framework Agreement Will Be Used:] Or In The Case Of Multi-year Framework Agreement, That It Is One Of The Eligible Bidders Who Have Submitted Bids That Are Found To Be Technically And Financially Compliant,}the Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. {[include If Framework Agreement Will Be Used:] For Every Mini-competition In Framework Agreement, The Lcb Shall Likewise Submit The Required Documents For Final Post Qualification.} 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. [include The Following Clauses If Framework Agreement Will Be Used:] 21.2. At The Same Time As The Procuring Entity Notifies The Successful Bidder That Its Bid Has Been Accepted, The Procuring Entity Shall Send The Framework Agreement Form To The Bidder, Which Contract Has Been Provided In The Bidding Documents, Incorporating Therein All Agreements Between The Parties. 21.3. Within Ten (10) Calendar Days From Receipt Of The Notice To Execute Framework Agreement With The Procuring Entity, The Successful Bidder Or Its Duly Authorized Representative Shall Formally Enter Into A Framework Agreement With The Procuring Entity For An Amount Of One Peso To Be Paid To The Procuring Entity As A Consideration For The Option Granted By The Procuring Entity To Procure The Items In The Framework Agreement List When The Need Arises. 21.4. The Procuring Entity Shall Enter Into A Framework Agreement With The Successful Bidder Within The Same Ten (10) Calendar Day Period Provided That All The Documentary Requirements Are Complied With. 21.5. The Following Documents Shall Form Part Of The Framework Agreement: A. Framework Agreement Form; B. Bidding Documents; C. Call-offs; D. Winning Bidder’s Bid, Including The Technical And Financial Proposals, And All Other Documents/statements Submitted (e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; E. Performance Security Or Performance Securing Declaration, As The Case May Be; F. Notice To Execute Framework Agreement; And G. Other Contract Documents That May Be Required By Existing Laws And/or Specified In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Motor Vehicle. B. Completed Within The Last Four (4) Years Equivalent To At Least Fifty Percent (50%) Of The Abc, Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed 12 The Price Of The Goods Shall Be Quoted Ddp Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 19.3 One Project Having Several Items That Shall Be Awarded As One Contract. 20.2 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its; 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) 2. Supporting Documents For The Slcc (sales Invoice Or Official Receipt Or End-users Acceptance) 3. Certified True Copy Coming From The Issuing Agency Of Valid And Current Registration Certificate (sec Certificate Of Registration For Corporation Or Dti Certificate Of Registration For Sole Proprietorship Or Cda Certificate Of Registration For Cooperative) 4. Valid And Current Mayor’s Or Business Permit 5. Valid And Current Tax Clearance 6. Audited Financial Statement 7. 2 Sets Photo Copy Of Eligibility And Financial Envelope Marked As “copy 1” And “copy 2” 21.2 No Additional Contract Documents. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. [include The Following Clauses If Framework Agreement Will Be Used:] 2.3. For A Single-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier In Its Bid. 2.4. For Multi-year Framework Agreement, Prices Charged By The Supplier For Goods Delivered And/or Services Performed Under A Call-off Shall Not Vary From The Prices Quoted By The Supplier During Conduct Of Mini-competition. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184.{[include If Framework Agreement Will Be Used:] In The Case Of Framework Agreement, The Bidder May Opt To Furnish The Performance Security Or A Performance Securing Declaration As Defined Under The Guidelines On The Use Of Framework Agreement.} 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project {[include If Framework Agreement Will Be Used:] Or Framework Agreement} Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 [list Here Any Additional Requirements For The Completion Of This Contract. The Following Requirements And The Corresponding Provisions May Be Deleted, Amended, Or Retained Depending On Its Applicability To This Contract:] Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: The Delivery Terms Applicable To This Contract Are Delivered To Bureau Of Corrections Iwahig Prison And Penal Farm (ippf) Puerto Prinsesa City, Palawan. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Acting Director, Directorate For Engineering Services. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And B. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of [indicate Here The Time Period Specified. If Not Used Indicate A Time Period Of Three Times The Warranty Period]. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within [insert Appropriate Time Period] Months Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Not Applicable 4 The Inspections And Tests That Will Be Conducted Are: Partial/complete Goods Shall Be Inspected By The Tiac Technical Inspection And Acceptance Committee. Representative From Supply Division To Be Witnessed By: Coa Representative The Goods Shall Be Accepted By The End User After Passing The Inspection Of The Tiac (technical Inspection And Acceptance Committee). 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. Section Vi. Schedule Of Requirements Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Section Vi. Schedule Of Requirements Supply And Delivery Of Various Bucor Vehicles 2025 The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Delivered, Weeks/months 1 Prison Van 6 30 Calendar Days 2 Staff Car 2 30 Calendar Days 3 Staff Car 4 30 Calendar Days I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Schedule. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Vii. Technical Specifications Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 1 Prison Van Overall Dimensions L X W X H (mm): 4,600 X 1,695 X 1,955 Wheelbase: 2400 Seating Capacity: 3 Engine Type Type: 4ja1 Direct Injection Common Rail Displacement (cc):2499 Maximum Output (ps/rpm): 78 Hp @3900 Rpm Maximum Torque (nm/rpm): 176.5 Nm @ 1800 Rpm Fuel Type: Diesel Fuel Tank Capacity: 50 Liters Transmission: 5-speed Manual Brakes: Front: Ventilated Discs Rear: Drum. Leading & Trailing Tires: 195r 14c 8pr Wheels (size): 14 X 5.5jj (6 Studs) Color: Camouflage Safety And Security Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 2 Staff Car Overall Dimensions L X W X H (mm): 4,735 X 1,830 X 1,795 Seating Capacity:8 Engine Type Type: 4-cylinder, In-line, 16-valve Double Overhead Camshaft (variable Nozzleturbo Charger W/ Intercooler) Engine Displacement (cc): 2755 Maximum Output (ps/rpm) 174 / 3,400 Maximum Torque (nm/rpm): 360 / 1,200 - 3,400 Fuel Type: Diesel 1 Gd - Ftv 6 - Speed At Multi - Reflector Halogen Black+silver Front Grille Function Fabric (black)* With Keyless Entry Eco+power Apple Carplay + Android Auto Safety And Security Driver + Front Passenger + Knee (d) With + Brake Assist + Ebd With Vehicle Stability Control ( Vsc) With Hill-start Assist Control (hsa) With Reverse Camera Other Modification: Color- Black Blinker And Siren Com. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance _________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Staff Car Overall Dimensions L X W X H (mm): 4,395 X 1,730 X 1,690 Wheelbase(mm): 2750 Seating Capacity: 7 Engine Type Type: 4-cylinder, In-line, 16-valve Dohc With Duel Vvt-idisplacement (cc):1329 Maximum Output (ps/rpm) 98/6000 Maximum Torque (nm/rpm): 122/4200 Fuel Type: Gasoline Fuel Tank Capacity: 43l Chassis Drivetrain: Front Wheel Drive Cvt Transmission 1nr-ve Brakes: Front: Disc Rear: Drum Tires: 185/ 65 R15 Alloy 15" Alloy Wheels __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Technical Specifications Item Specification Statement Of Compliance 3 Continuation: Exterior Segment Lcd Mid Headlamps: Split Type Led Rear Combination: Led Lamp 2-tone Interior Function Key Start Digital Aircon Control Back Camera & Sensor 8" Audio Display With Apple Carplay And Android Auto Safety And Security Driver And Front Passenger Airbags Alarm+immobilizer+indicator Back Camera Color: Black Metallic 1 Blinker And Siren Comm. Sys. Basic Tools, Jack And Manual Others: Bucor Logo- Magnetic Type Registration: 3 Years Lto Registration 1 Year Gsis Comprehensive Insurance __________________________________________ Specify The Brand Name And Model Being Offered I/we Hereby Commit To Comply And Deliver All The Requirement In Accordance With The Above Stated Specifications. Conforme: Name Of Company In Print Signature Printed Name Of Authorized Representative Date Section Viii. Checklist Of Technical And Financial Documents Checklist Of Technical And Financial Documents I. Eligibility Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Bidders Should Have Completed, Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Equivalent To At Least Fifty Percent (50%) Of The Abc, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (h) Conformity With The Schedule Of Requirements; And ⬜ (i) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And A. Certificate Of Dealership B. List Of Service Centers Nationwide C. Certificate Of Availability Of Spare Parts D. Brochure And ⬜ (j) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate/board Resolution In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc; Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation At Least Equal To Ten Percent (10%) Of The Abc. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Each Partner Of The Joint Venture Shall Submit Their Respective Philgeps Certificates Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance: Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Of Its Ongoing Contracts And Audited Financial Statements Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Bidding Forms Company Letterhead Statement Of Ongoing Government & Private Contracts Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of All Its Ongoing Government And Or Private Contracts Including Contracts Awarded But Not Yet Started, If Any Whether Similar Or Not Similar In Nature. Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Value Of Outstanding Contract Total Value Of Outstanding Contract: Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Statement Of Single Largest Completed Contract Supply And Delivery Of Various Bucor Vehicles 2025 Statement Of Single (1) Largest Completed Contract Of Similar In Nature Within The Last Four (4) Years From The Date Of Submission And Receipt Of Bids Amounting To At Least Fifty Percent (50%) Of The Approved Budget Of The Contract (abc) Name Of Contract Date Of Contract Contract Duration Owner’s Name And Address Kind Of Goods Amount Of Contract Amount Of Completed Contracts, Adjusted By The Bidder To Current Prices Using Psa’s Consumer Price Index, If Necessary Date Of Delivery Certified Correct: Name And Signature Of Authorized Representative Position Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Certificate Of Net Financial Contracting Capacity (please Show Figures At How You Arrived At The Nfcc) This Is To Certify That Our Net Financial Contracting Capacity (nfcc) Is _____________________ (p____________) Which Is At Least Equal To The Total Ceiling Price We Are Bidding. The Amount Is Computed As Follows: (please Show Computation Of Nfcc) Nfcc = (ca-cl) (15) – C Where: Ca = Current Assets Cl = Current Liabilities C = Value Of All Outstanding Or Uncompleted Portions Of The Projects Under Going Contracts, Including Awarded Contracts Yet To Be Started Coinciding With The Contract For This Project Note: The Values Of The Bidder’s Current Assets And Current Liabilities Shall Be Based On The Audited Financial Statement Submitted To The Bir. Issued This _________________day Of ________________, 2025 _______________________________________________ Name & Signature Of Authorized Representative ____________________ Position _______________ Date Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Republic Of The Philippines) City Of _______________________) S.s. X------------------------------------------------------x Bid Securing Declaration Invitation To Bid: [insert Reference Number] To: Bureau Of Corrections I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Ten (10) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f), Of The Irr Of Ra 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c) I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. ______________________________________________________ [insert Name Of Bidder’s Authorized Representative] _____________________________ [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ Issued On ______________ At ___________________________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1 Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: A) If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached Duly Notarized Special Power Of Attorney; B) If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections, As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting ; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder]is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The Supply And Delivery Of Various Bucor Vehicles 2025. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ____________ And Issued On ____________________ At _____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____ Company Letterhead Supply And Delivery Of Various Bucor Vehicles 2025 Bid Form Date: Invitation To Bid No: [insert Reference Number] To: Bids And Awards Committee Bureau Of Corrections Nbp Reservation Muntinlupa City Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply And Delivery Of Various Bucor Vehicles 2025 In Conformity With The Said Bidding Documents For The Sum Of ________________________________________₱_________________ Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 17.1 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Of Agent Amount And Currency Purpose Of Commission Or Gratuity (if None, State “none”) Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Likewise Certify/confirm That The Undersigned, [for Sole Proprietorships, Insert: As The Owner And Sole Proprietor Or Authorized Representative Of Name Of Bidder, Has The Full Power And Authority To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract, On The Latter’s Behalf For The Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. [for Partnerships, Corporations, Cooperatives, Or Joint Ventures, Insert: Is Granted Full Power And Authority By The Name Of Bidder, To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract On The Latter’s Behalf For Supply And Delivery Of Various Bucor Vehicles 2025 Of The Bureau Of Corrections. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 2025. [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of __________________________ Republic Of The Philippines Department Of Justice Bureau Of Corrections Muntinlupa City Schedule Of Prices Supply And Delivery Of Various Bucor Vehicles 2025 Quantity Units Agency Specification Abc Unit Price Total Bid Price Inclusive Of Vat 6 Units Prison Van ₱8,700,000.00 2 Units Staff Car ₱3,600,000.00 4 Units Staff Car ₱5,000,000.00 Total: ₱17,300,000.00 Total Bid Price Inclusive Of Vat In Words [signature Over Printed Name] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of _______________________________ Sixth Edition July 2020 Bids And Awards Committee 2024
Closing Date20 Jan 2025
Tender AmountPHP 17.3 Million (USD 295.3 K)
Stiftung Preu Ische Schl Sser Und G Rten Berlin Brandenburg Tender
Civil And Construction...+1Civil Works Others
Germany
Details: For the new sculpture depot of the Prussian Palaces and Gardens Foundation in Potsdam, various items of equipment must be procured for restoration and photography purposes. The equipment is scheduled to be delivered in April 2025. - Delivery of telescopic photo background frame W x H 300cm x 400cm, 2 items - Delivery of photo background on a roll made of flannel fabric W x H 300cm x 450cm, 300 g/m2, 4 items - Delivery of photo background on a roll, paper cardboard, W 2.72m / L 11.00m, 145 g/m2, 4 items - Delivery of photo background on a roll, paper cardboard, W 1.35m / L 11.00m, 145 g/m2, 4 items - Delivery of camera tripod with ball head, with 3 segments, 1 item - Delivery of daylight lamp with glare caps, 6 items - Delivery of tripod for daylight lamp, 6 items - Delivery of steam jet cleaner, 1 item - Delivery of swivel stand for sculpting work, 4 items - Delivery of 3-way film dispenser, mobile, 1 item - Delivery of heating spatula set, 1 item - Delivery of heavy-duty roller boards, W XL, 65cm X 40cm, 450 kg load capacity, 4 pieces. Two verifiable references for comparable services must be submitted with the application. Application deadline: February 4, 2025, 12:00 p.m.
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Details: Must Be New Equipment. No Refurbished Or Rebuilt.
performance Specifications
purchase Description – Clin 0001
2024 Nordco Model Tripp-hd Tie Inserter/remover Or Equivalent
model:
nordco 2024 Model Tripp-hd Tie Inserter/remover Or Equivalent
for Operation On Standard 56.5" Gauge Track
machine Must Be New And Unused, Not Reconditioned
chassis:
heavy Duty Welded Center Beam Type Steel Frame
federal Yellow Paint Spec No. 535c-13538 Standard Paint
left Front Manual Anti-de-rail
3 Lifting Eyes For Lifting Machine
4" Standard Bumpers Included
10 Keyhole Tie-downs Welded On The Frame
1 Each Front/rear Tow Bar Chain Holder
mitten Style Standard Tow Hitch
black Metal Lockable Tool Box (14"x32"x19") Mounted To Frame
remote Lockable Fluid Drains - Color Coded
4" Dot Reflective Tape
power Unit:
tier Iv Final Diesel Engine
dry Type Air Cleaner
145 Gal. Diesel Fuel Tank Capacity
fuel Level Site Gauge On Tank
high Temperature- Low Oil Pressure Warning
engine De-rate And Warning System In Cab
murphy Engine System Display
standard Murphy Instrumentation Including Engine Oil Pressure, Coolant Temperature, Hour Meter, Tachometer, Voltmeter
remote Lockable Engine Oil Drain
propulsion System:
4 Wheel Hydraulic Motor Driven Axle, Chain & Sprocket Propulsion Drive
travel Speeds Up To 22 Mph
solid Pillow Block Bearing Supported Axles (see Upgrade Option)
insulated Axles With Shunting Option
24" Diameter, Hub Mounted, Cast Steel Wheels
air Applied Cobra Style Brake Shoes
parking Brake - Spring Applied - Air Released - Pull To Apply
air Ride Travel Suspension
3 Second Travel Alarm
lighting & Electrical:
24 Vdc, Circuit Breaker Protected, Electrical System
plc Electrical Control System
two Each 4x6 Led Grote Travel Lights, Front & Rear
two Each 4x6 Led Grote Work Lights Over Each Rail
two Each Red Marker/brake Lights, Front & Rear
amber Strobe
master Disconnect Switch Beside Battery Box
cabin:
one Man, Heavy-duty, Fully Enclosed Fabricated Steel Cab
engine Driven Air Conditioner/heater (red Dot)
pressurizer Is Standard
3 Speed Fan In Heater
1 Operator And Defrost Bi-directional Fans
tinted Windows, Safety Glass Where Equipped With Wipers
lexan Tinted Windows Where Safety Glass Is Not Installed
windshield Wipers - Forward And Reverse & Work Viewing Area
hydraulic Reservoir Temperature Gauge In Cab
fuel Level Gauge In Cab
speedometer
workhead Cycle Counter
air Trumpet Horns - 120 Db At 1 Meter
sliding Side Windows
log Book/manual Box - 12" X 13" X 4"
adjustable, Mechanical Suspension Operator's Seat With Seat Belt
west Coast Type Mirrors
international Control Symbols
12v, 20 Amp Mow Radio Circuit
2 Red Emergency Stop Button
"danger Live Track" Retractable Belt
5# Abc Fire Extinguisher
first Aid Kit
hydraulics:
single 170 Gallon Hydraulic Tank Capacity Located Behind Cab
dual, Pressure Compensated, Hydraulic Pumps 2500 Psi
steel Manifold
electrical Control Valves
pressure & Return Line Filtration
joystick Type Hydraulic Operator Controls
cab Controlled Locks On Workhead Cylinders
electric Emergency Hydraulic Pump
lockable Suction Strainer 90 Micron
filtered Manual Hydraulic Tank Fill System
thermostatically Controlled Oil Cooler
1" Quick Disconnect Filtration Loop Fittings
tie Insertion / Removal Equipment:
heavy Duty Workhead
improved Wood Tie Gripper Assemblies With Dual Finger Inserts
automatic Rail Lift Controls With Manual Override
two 82" Stroke Workheads To Work On Either Side Of Track
12,880 Lbs. Inserting Force
20,740 Lbs. Removing Force
suitable For Handling Wood Or Concrete Ties
general:
installation Of Customer Supplied Decals
scissor Lockout-tagout
lockable Battery Disconnect Switch
two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List
6 Month, 1000 Hours, First To Occur, Standard Warranty
delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok
weights & Dimensions:
estimated Shipping/operating Weight 38,000 Lbs.
est. Length 39'3"
est. Width 10'6"
est. Height 11' Shipping - 11' 2" Operational
additional Optional Equipment:
general:
back-up Alarm, Switchable For Direction Of Travel
extra Parts/operation/maintenance Manual Box
rail Sweeps (ahead Of Front/behind Rear Wheels) - Vertical Rubber Flap
two Additional Keyhole Tiedowns (front & Rear)
cab:
12v, 20 Amp Mow Radio Circuit
3/5 Second Timer Backup Alarm
interior Cab Lights Led
low Hydraulic Oil - High Hydraulic Oil Temp Alarm
pressure Gauge For System Hydraulic Circuit In Cab
suspension Seat Upgrade
lighting:
all Lights Turn On With Battery Switch
upgrade Perimeter Lighting To Grote Led
upgrade Work Light To Grote Led
maintenance:
extra Parts/operation/maintenance Manuals (2)
fuel Level Site Gauge On Tank With Cage
lockable Battery Switch
tripp Spare Parts Package
storage:
track Tool Box (8x8x64), W/tow Bar, D Handle Hitch Pins & Bumper Extensions
tripp:
front And Rear Mounted Camera With Display In Cab
purchase Description – Clin 0002
2024 Nordco Cx Hammer Production Spike Driver Or Equivalent
model:
nordco Model Cx Hammer Production Spike Driver Or Equivalent
standard Boom & Winch Configuration
for Operation On Standard 56.5”-gauge Track
machine Must Be New And Unused, Not Reconditioned
chassis:
federal Yellow Paint Spec No. 535c-13538 Standard Paint
heavy Duty Welded Steel Frame
lifting Bail For Lifting Machine
positive Locking Turntable W/ Aluminum Base
4” Standard Bumpers Included
16 Keyhole Tie Downs
mitten Style Standard Tow Hitch
black Metal Lockable Toolbox (11”x11”x25”) Mounted To Frame
turntable Safety Interlock With Warning Light & Buzzer
power Unit:
tier Iv Final Diesel Engine
120 Gal. Diesel Fuel Tank Capacity
dry Type Air Cleaner
fuel Level Site Gauge On Tank
fuel Gauge In Cab
high Temperature- Low Oil Pressure Warning
engine De-rate And Warning System In Cab
murphy Engine System Display
standard Murphy Instrumentation Including Engine Oil Pressure, Coolant Temperature, Hour Meter, Tachometer, Voltmeter
remote Engine Oil Drain
remote Fluid Drains - Color Coded
propulsion System:
4 Wheel Hydraulic Motor Driven Axle, Chain & Sprocket Propulsion Drive
travel Speeds Variable Up To 25 Mph
solid Pillow Block Bearing Supported Axles (fyh Standard Bearing-see Upgrade Option)
insulated Axles With Shunting Option
16" Diameter, Hub Mounted, Cast Steel Wheels
cobra Style Brake Shoes
parking Brake - Spring Applied - Hydraulic Release Brakes
travel Alarm - Switchable For Direction Of Travel
lighting & Electrical:
24 Vdc, Circuit Breaker Protected, Electrical System
plc Electrical Control System
two Each Grote Led Travel Lights, Front & Rear
two Each Grote Led Work Lights Over Each Rail
two Each Led Red Marker/brake Lights, Front & Rear
amber Strobe
master Disconnect Switch Beside Battery Box
cabin:
semi-enclosed Cab, Top Of Roof Painted White
engine Driven Air Conditioner & Heater (red Dot)
3 Speed Fan In Heater
4 Operator And Defrost Bi-directional Fans
tinted Lexan Windows, Safety Glass Where Equipped With Wipers
windshield Wipers - 2 Forward And 2 Reverse
hydraulic Reservoir Temperature Gauge In Cab
electric Trumpet Horns
log Book/manual Box - 12" X 13" X 4"
adjustable, Mechanical Operator's Seats W/ Seat Belts
seating For Two Spike Gun Operators And One Feed Tray Operator
west Coast Type Mirrors
12v, 20 Amp Mow Radio Circuit
international Control Symbols
3 Red Emergency Stop Buttons
2 Each 5# Abc Fire Extinguisher
first Aid Kit
"danger Live Track" Retractable Belt
hydraulics:
110 Gallon Hydraulic Tank Capacity
single Pressure Compensated Hydraulic Pump 2500 Psi
steel Manifold
electrical Control Valves
pressure & Return Line Filtration
joystick Type Hydraulic Operator Controls
cab Controlled Locks On Workhead Cylinders
lockable Suction Strainer 90 Micron
filtered Manual Hydraulic Tank Fill System
electric Emergency Hydraulic Pump
thermostatically Controlled Oil Cooler
1" Quick Disconnect Filtration Loop Fittings
spike Driving Equipment:
reciprocating Hammer Driving Action
remote, Electric Spike Pattern Adjustment
digital, Variable Roller Gauger
insulated Gauger
automatic Tie Nipper
boom & Winch For Loading Spike Kegs
hook Style Deflector Mat
general:
installation Of Customer Supplied Decals And 4” Dot Reflective Tape
scissor Lockout-tagout
lockable Battery Disconnect Switch
two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List
6 Month, 1000 Hours, First To Occur, Standard Warranty
delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok
weights & Dimensions:
estimated Shipping/operating Weight 30,000 Lbs.
est. Length 25' 8"
est. Width 8' 6"
est. Height 9' 10"
additional Optional Equipment:
general:
back-up Alarm, Switchable For Direction Of Travel
extra Parts/operation/maintenance Manual Box
rail Sweeps (ahead Of Front/behind Rear Wheels) - Vertical Rubber Flap
two Additional Keyhole Tiedowns (front & Rear)
corner Mounted Machine Jackstands
cab:
12v, 20 Amp Mow Radio Circuit
3/5 Second Timer Backup Alarm
cab Filtered Air Pressurizer
dedicated Cab Fan For Operator
interior Cab Lights Led
low Hydraulic Oil - High Hydraulic Oil Temp Alarm
pressure Gauge For System Hydraulic Circuit In Cab
cx Spiker Upgrades:
"hd" Anvil Upgrade
lighting:
all Lights Turn On With Battery Switch
upgrade Perimeter Lighting To Grote Led
upgrade Work Light To Grote Led
maintenance:
extra Parts/operation/maintenance Manuals (2)
fuel Level Site Gauge On Tank With Cage
lockable Battery Switch
spiker:
spiker Spare Parts Package
purchase Description – Clin003
2024 Nordco Ss Small Spiker Or Equivalent
model:
nordco Model Ss-c Spiking Machine Or Equivalent
for Operation On Standard 56.5" Gauge Track
machine Must Be New And Unused, Not Reconditioned
chassis:
heavy Duty Welded Steel Frame
lifting Bail For Lifting Machine
positive Locking Turntable W/ Aluminum Base
12" Standard Bumpers Included
keyhole Tie Downs
mitten Style Standard Tow Hitch
tool Box
power Unit:
diesel Engine Tier Iv Final
high Temperature- Low Oil Pressure Shut-down System
35 Gal. Diesel Fuel Capacity
fuel Level Site Gauge On Tank
engine Oil Drain
fluid Drains - Fuel Tank And Hydraulic Filter Loop
murphy Engine System Display
electric Start With Neutral Start Feature
engine De-rate And Warning System In Cab
high Temperature- Low Oil Pressure Warning
propulsion System:
4 Wheel, Dual Axle Hydraulic Motor, Chain & Sprocket Propulsion Drive
solid Pillow Block Bearing Supported Axles - Rexnord
insulated Axles With Shunting Options
16" Diameter, Hub Mounted, Cast Steel Wheels
cobra Style Brake Shoes
spring Applied - Hydraulic Release Brakes
lighting & Electrical:
12 Vdc, Circuit Breaker Protected, Electrical System
two Each Grote Led Travel Lights, Front & Rear
two Each Grote Led Work Lights Over Each Rail
two Each Led Red Marker/brake Lights, Front & Rear
amber Strobe
back-up Alarm- Switchable For Direction Of Travel
cabin:
canopy Roof, Roof Top Painted White
electric Horns
log Book/manual Box
adjustable, Operator's Seats W/ Seat Belts
west Coast Type Mirrors
standard Instrumentation Including Engine Oil Pressure, Coolant Temperature, Hour Meter, Tachometer & Voltmeter
engine Warning Lights
hydraulic Reservoir Temperature Gauge In Cab
international Control Symbols
1 Red Emergency Stop Button
5# Abc Fire Extinguisher
first Aid Kit
hydraulics:
single Pressure Compensated Hydraulic Pump 2500 Psi
steel Manifold
electrical Control Valves
pressure & Return Line Filtration
filtered Manual Hydraulic Tank Fill System
electric Emergency Hydraulic Pump
thermostatically Controlled Oil Cooler
lockable Suction Strainer 90 Micron
1" Quick Disconnect Filtration Loop Fittings
spike Driving Equipment:
reciprocating Hammer Driving Action
remote, Hydraulic Spike Pattern Adjustment
tie Nipper
hydraulic Gauging Attachment
boom & Winch For Loading Spike Kegs
general:
"danger Live Track" Retractable Belt
installation Of Customer Supplied Decals And 4” Dot Reflective Tape
scissor Lockout-tagout
lockable Battery Disconnect Switch
two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List
6 Month, 1000 Hours, First To Occur, Standard Warranty
delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok
weights & Dimensions:
estimated Shipping/operating Weight 16,500 Lbs. - 17,700 Lbs. W/gauger
est. Length 19' - 6"
est. Width 8' - 6"
est. Height 9' - 2"
additional Optional Equipment:
general:
extra Parts/operation/maintenance Manual Box
cab:
12v, 20 Amp Mow Radio Circuit
3/5 Second Timer Backup Alarm
maintenance:
extra Parts/operation/maintenance Manuals (2)
spiker:
spiker Spare Parts Package
purchase Description – Clin 0004
2024 Nordco Spike Puller Sp2r Dual Rail Spike Puller Or Equivalent
model:
nordco Model Sp2r Tier Iv, Dual Rail Spike Puller Or Equivalent
for Operation On Standard 56.5" Gauge Track
machine Must Be New And Unused, Not Reconditioned
chassis:
heavy Duty Welded Steel Frame
rear Floating Frame
federal Yellow Paint Spec No. 535c-13538 Standard Paint
lifting Bail For Lifting Machine
positive Locking Turntable With Rail-to-rail Base
standard Rubber Bumper
8 Keyhole Tiedowns
mitten Style Standard Tow Hitch
turntable Safety Interlock With Warning Light & Buzzer
power Unit:
cummins Tier Iv 110hp Diesel Engine
2 Diesel Fuel Tanks- 42 And 48-gallon Fuel Capacity
dry Type Air Cleaner
fuel Level Site Gauge On Tank
murphy Engine System Display
engine High Temperature- Low Oil Pressure Warning
engine De-rate And Warning System In Cab
standard Instrumentation Including Coolant Temperature, Hour Meter, Tachometer And Voltmeter
remote Lockable Engine Oil Drain
engine Oil Placard In Cab-brand, Type And Quantity Including Filter
remote Lockable Fluid Drains - Color Coded
lockable Engine Doors
propulsion System:
4-wheel, Dual Axle, Hydraulic Motor, Chain & Sprocket Drive
solid Pillow Block Bearing Supported 3" Demountable Axles (fyh Standard Bearing-see Upgrade Option)
insulated Axles With Shunting Option
16" Diameter, Hub Mounted, Cast Steel Wheels
cobra Style Brake Shoes
parking Brake - Spring Applied - Hydraulic Release
travel Alarm - Switchable For Direction Of Travel
lighting & Electrical:
24 Vdc, Circuit Breaker Protected, Electrical System
electrical Control System
two Each 4x6 Grote Led Travel Lights, Front & Rear
two Each 4x6 Grote Led Work Lights Over Each Rail
two Each Trucklite Red Marker/brake Lights, Front & Rear
amber Strobe
master Disconnect Switch Beside Battery Box
led Light In Electric Cabinet
cabin:
two Man, Fabricated Steel Cab, Roof Painted White
engine Driven Air Conditioner & Heater (red Dot)
3 Speed Fan In Heater
2 Operator And Defrost Bi-directional Fans
all Windows Safety Glass
windshield Wipers - Forward And Reverse & Work Viewing Area
sliding Side Windows
hydraulic Reservoir Temperature Gauge In Cab
hydraulic Oil Temp Gauge
fuel Level Gauge
electric Trumpet Horns
log Book/manual Storage
adjustable, Mechanical Operator's Seats W/ Seat Belts
west Coast Type Mirrors
12v, 20 Amp Mow Radio Circuit
international Control Symbols
1 Red Emergency Stop Button
5# Abc Fire Extinguisher
first Aid Kit
window Tint All
hydraulics:
97 Gallon Hydraulic Tank
single Pressure Compensated Hydraulic Pump 2500 Psi
steel Manifold
electrical Control Valves
pressure & Return Line Filtration
joystick Type Hydraulic Operator Controls
lockable Suction Strainer 90 Micron
filtered Manual Hydraulic Tank Fill System
electric Emergency Hydraulic Pump
thermostatically Controlled Oil Cooler
1" Quick Disconnect Filtration Loop Fittings
spike Removal Equipment:
"a" Frame Pulling Assembly Over Each Rail
improved Fore/aft Guide Rod And Bushing System
claw Type Pulling Tools Pulls Spikes Straight For Re-use
cab Controlled Hydraulic Work Head Locks
general:
"danger Live Track" Retractable Belt
installation Of Customer Supplied Decals And 4” Dot Reflective Tape
scissor Lockout-tagout
lockable Battery Disconnect Switch
two Printed And One Usb Electronic Maintenance, Operation And Parts Manuals W/recommended Spare Parts List
6 Month, 1000 Hours, First To Occur, Standard Warranty
delivery & Setup At Mcalester Army Ammunition Plant, Mcalester, Ok
approximate Weights & Dimensions:
est. Shipping Weight 19,700 Lbs.
est. Length 22' 6"
est. Width 8' 6"
est. Height 10' 2"
additional Optional Equipment:
general:
rail Sweeps (ahead Of Front/behind Rear Wheels) - Vertical Rubber Flap
two Additional Keyhole Tiedowns (front & Rear)
cab:
3/5 Second Timer Backup Alarm
cab Filtered Air Pressurizer
low Hydraulic Oil - High Hydraulic Oil Temp Alarm
pressure Gauge For System Hydraulic Circuit In Cab
suspension Seat Upgrade
lighting:
all Lights Turn On With Battery Switch
maintenance:
extra Parts/operation/maintenance Manuals (2)
sp2r Spare Parts Package
Closing Date20 Feb 2025
Tender AmountRefer Documents
Philippine Information Agency - PIA Tender
Software and IT Solutions
Philippines
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of All-in-one Desktop And Mid-range Laptop Computers For The Enhancement Of Hrdd Proper And Training / Examination Room 1. The Philippine Information Agency (pia) Intends To Procure All-in-one Desktop And Mid-range Laptop Computers For The Enhancement Of Hrdd Proper And Training / Examination Room With An Approved Budget For The Contract (abc) Of One Million Two Hundred Seventy-four Thousand Pesos Only (php 1,274,000.00). 2. The Pia Bids And Awards Committee (bac) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline To The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. Interested Bidders May Obtain Further Information From The Bac-secretariat At The Address And Contact Numbers Given Below From February 3 - 24, 2025, 8:00 A.m. To 4:00 P.m. 5. The Schedule Of Bidding Activities Are As Follows: Activities Schedule Advertisement/posting Of Request For Quotation /start Of Availability Of Request For Quotation Starting Feb. 3, 2025 (monday) Pre-negotiation Conference February 11, 2025 (tuesday) 1:30 Pm Pia Procurement Conference, 2nd Flr., Pia Bldg., Visayas Ave., Qc Submission Of Quotations And Legal/technical Documents (in Sealed Envelope) February 24, 2023 (monday) 10:00am Pia Procurement Section, 2nd Flr., Pia Bldg., Visayas Ave., Qc Opening Of Quotations February 24, 2023, 1:30 Pm Pia Procurement Conference, 2nd Flr., Pia Bldg., Visayas Ave., Qc 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission In Five (5) Copies (1 Original And 4 Certified True Copies) And An Electronic Copy Contained In A Usb Flash Drive (1 Technical Component And 1 Financial Component) Pia Building, Visayas Avenue, Diliman, Quezon City On Or Before February 24, 2025. Late Submission Shall Not Be Accepted. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contact Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. For This Purpose, The Definition Of Similar Contracts Shall Refer To Procurement Of All-in-one Desktop And Mid-range Laptop Computers Which Shall Be Completed Within The Last Five (5) Years Prior To The Date Of Submission Of The Best And Final Offer. C) Bid Security In Any Of The Following Form As Prescribed Under 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc Or (php 25,480.00). Ii. In Case Of Surety Bond, Submit Also A Certification Issued By The Issuance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of Abc Or Php 63,700.00) Iii. Bid Securing Declaration. D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable; In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statement From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex “c”) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. The Head Of The Procuring Entity (hope) Reserves The Right To Reject And All Bids, Declare Failure Of Bidding, Or Not Award The Contract In Accordance With Section 41 Of The 2016 Revised Implementing Rules And Regulations. 10. For Further Information, Please Refer To: Ms. Jupalyn L. Benedicto Head, Bac Secretariat 2nd Floor, Pia Central Office, Visayas Avenue, Diliman, Quezon City (02) 8920-4338 / 0999-887-9307 Piacentral.bids@pia.gov.ph Issued This 30th Day Of January 2025. Atty. Allan Vincent B. Lorenzo Chairperson, Bids And Awards Committee Date: 30 January 2024 Annex “a” Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Philippine Information Agency Central Office. Item Number Description Quantity Total Delivered, Weeks/months 1. All-in-one Desktop Computer 16 Units 90 Days Upon Issuance Of Notice To Proceed 2. Mid-range Laptop Computers 10 Units 90 Days Upon Issuance Of Notice To Proceed *** Nothing Follows*** I Hereby Verify To Comply With All The Above Requirements. __________________________________________________________ Signature Over Printed Name Of The Authorized Representative ___________________________________________________________ Company Name ___________________________________________________________ Date Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Technical Specifications I. Sixteen (16) Units Of All-in-one Desktop Computer Processor - Intel Core I5-13420h 8 Core, 12 Threads Or Equivalent Memory - 8gb Ddr5 5200 So Dimm Storage - 1tb Ssd M.2 2280 Gen 4 Tlc Graphics - Intel Uhd Graphics Display - 23.8 Fhd (1920 X 1080), Anti-glare, 99% Srgb Connectivity - Integrated 100/1000m; - Wlan + Bluetooth Wi-fi ®6, 802.11ax 2x2 + Bt5.2 Os - Windows 11 Home Software - Ms Office Home & Student 2021 With Wireless Keyboard And Wireless Mouse Warranty - Three (3) Years Premium Care / Supplier’s Warranty Design - Case Color White Or Cloud Grey (color Shall Be Uniform To All Units To Be Delivered) Ii. Ten (10) Units Of Mid-range Laptop Computers Processor - Raptor Lake I5-13420h Or Equivalent Os - Windows 11 Pro Display - 14” 16:10 Fhd+ (1920 X 1200), Ips-level Panel Graphics - Iris Xe Graphics Memory - 8gb Ddr4 (3200mhz) Storage - 512gb Nvme Pcie Ssd Gen 4x4 W/o Dram Camera - Hd Type (30fps@720p) With Noise Reduction Keyboard - Single Backlight Keyboard (white) Connectivity - Gb Lan, Wi-fi 6e Ax211, Bluetooth V5.3 With Laptop Bag And Mouse Two (2) Years Warranty Iii. Warranty And Support In Addition To The Warranty Provided Above, The Supplier Must Also Provide At Least 90 Days Of Complimentary Technical Support Upon Delivery Of The Procurement Items Iv.scope Of Work A.supplier • Certification That The Sixteen (16) Units All-in-one Desktop And Ten (10) Units Laptop Computers Have Been Delivered. • Provision Of Technical Support From Supplier And/or Manufacture. • Submit Certification As Authorized Distributor Or Reseller. • Present Their Proposed Unit During The Bid Opening, Preferably By Demonstrating The Actual Unit Or Through Video Or Brochure Presentations. B.procuring Entity • Certification That The Sixteen (16) Units All-in-one Desktop And Ten (10) Units Laptop Computers Are Compliant With The Technical Specifications And Free From Manufacturer’s Defects And Damages Upon Delivery. • That Abovementioned Computers Are Burned-in By Random Sampling. V. End-user Requirement The Technical Specifications Provided Are The Minimum Requirements. Bidders May Offer Higher Specifications Than Those Presented To Prevent Stock Unavailability, Avoid Delays In The Procurement Process, And Ensure Continuity Of Operations In The Hrdd. However, Such Proposals Will Be Subjected To Evaluation By The Technical Working Group (twg) And Must Comply With The Provisions Of Ra9184 And Its Implementing Rules And Regulations. Furthermore, The Bid Amount Must Remain Within The Approved Budget For The Contract (abc), And No Specification Should Fall Below The Minimum Requirements Outlined In The Section Vi Technical Specifications. Accordingly, Any Variation In The Technical Specifications Must Always Be Reasonable And Advantageous To The Government. *** Nothing Follows**** Name: ____________________________________________________________________ Legal Capacity: ___________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For Behalf Of: ______________________________ Date: _____________________________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Statement Of Single Largest Completed Contract (within Five (5) Years From The Date Of Submission And Receipt Of Bids) Name Of Client Name Of The Contract Date And Status Of The Contract Kind Of Goods Amount Of Contract Value Of Outstanding Contracts Date Of Delivery I Hereby Verify To Comply With All The Above Requirements. __________________________________________________________ Signature Over Printed Name Of The Authorized Representative ___________________________________________________________ Company Name ___________________________________________________________ Date Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] _________________________________________________________________________ Republic Of The Philippines) City Of _______________________) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Price Schedule For Goods Offered From Within The Philippines [shall Be Submitted With The Bid If Bidder Is Offering Goods From Within The Philippines] ______________________________________________________________________________ For Goods Offered From Within The Philippines Name Of Bidder ________________________ Project Id No._________ Page ___of___ 1 2 3 4 5 6 7 8 9 10 Item Description Country Of Origin Quantity Unit Price Exw Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Price, Per Unit (col 5+6+7+8) Total Price Delivered Final Destination (col 9) X (col 4) Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________ Appendix “1” Bid Form For The Procurement Of Goods [shall Be Submitted With The Bid] _________________________________________________________________________ Bid Form Date : _________________ Project Identification No. : _________________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To [supply/deliver/perform] [description Of The Goods] In Conformity With The Said Pbds For The Sum Of [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. [insert This Paragraph If Foreign-assisted Project With The Development Partner: Commissions Or Gratuities, If Any, Paid Or To Be Paid By Us To Agents Relating To This Bid, And To Contract Execution If We Are Awarded The Contract, Are Listed Below: Name And Address Amount And Purpose Of Of Agentcurrencycommission Or Gratuity ________________________________________________ ________________________________________________ ________________________________________________ (if None, State “none”) ] Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of [name Of The Bidder] As Evidenced By The Attached [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: ___________________________________________________________________ Legal Capacity: _____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________ Date: ___________________
Closing Date24 Feb 2025
Tender AmountPHP 1.2 Million (USD 22 K)
NATIONAL POLICE COMMISSION REGION VIII Tender
Electrical Goods and Equipments...+3Machinery and Tools, Electrical and Electronics, Furnitures and Fixtures
Philippines
Details: Description No. Complete Description Of Item(s) Qty Unit Abc Unit Price Total Price 1 2 In 1 Floor Scrub Brush/glass Scrape W/ Long Handle 2 Pc 1,000.00 2 2 Tier Trolley Cart (no Handle), Wheels With Stopper, Size 15" X 25" 1 Pc 5,000.00 3 6 Gang Extension Board (extension Cord) With Switch, 1m 1 Unit 500.00 4 Acrylic Table Name Stand Holder (3x12) 40 Pc 20,000.00 5 Acrylic Table Name Stand Holder (a4 Portrait) 6 Pc 3,000.00 6 Air Diffuser With Essential Oil 1 Pc 1,500.00 7 "airconditioning Unit Specifications: Split Type, 2.5hp, Inverter+installation" 1 Unit 50,000.00 8 Alcohol, Ethyl, 68%-72% 3 Gal 1,185.00 9 Anti-virus Subscription For 3-5 Users 2 Subscription 6,000.00 10 Ballpen, Black 80 Pc 1,200.00 11 Battery, Aa 10 Pc 2,000.00 12 Battery, Dry Cell Size A, Two (2) Pc Per Blister Pack 10 Pack 820.00 13 Biometric 1 Unit 15,000.00 14 Broom, Soft Tambo 5 Pc 680.00 15 Bulldog Paper Clamp 80mm 3 Box 600.00 16 Cable Tie, 100s, Black, 6 Inches, 4x150mm 1 Pack 35.00 17 Carbon Film, Pe, Blue, Size : 216mmx330mm 4 Pack 956.00 18 Carbon Film, Pe, Black, Size : 210mmx297mm 4 Pack 884.00 19 Carpenter Measurement Tape 1 Pc 500.00 20 Certificate Holder 30 Pc 1,800.00 21 Cleaner, Toilet Bowl And Urinal 10 Bottle 420.00 22 Cleaning Rubber Gloves 2 Box 1,000.00 23 Clear Glue, With Sponge Tip, Atleast 50cc 11 Pc 275.00 24 Clip, Backfold, All Metal, Clamping:19mm (-1mm) 5 Box 50.00 25 Clip, Backfold, All Metal, Clamping:25mm (-1mm) 4 Box 120.00 26 Clip, Backfold, All Metal, Clamping:32mm (-1mm) 10 Box 300.00 27 Clip, Backfold, All Metal, Clamping:50mm (-1mm) 8 Box 448.00 28 Clipboard, Black, Long 1 Pc 60.00 29 Clip, Paper, Vinyl/plastic Coat, Length 50mm Min 5 Box 150.00 30 Correction Tape 31 Pc 372.00 31 Crimping Tool 1 Pc 1,000.00 32 Data Box Filer, Red Color 30 Pc 4,950.00 33 Detergent Powder, 1kl 20 Pack 1,100.00 34 Dishwashing Liquid, 500ml 25 Bottle 4,500.00 35 Disinfectant Liquid 5 Gal 2,000.00 36 Disinfectant Spray, Aerosol Type 440g 20 Bottle 2,800.00 37 Divider Partition/room Divider 5.5ft H X 15" W (4 Panels) 1 Unit 4,000.00 38 Electric Drill 1 Unit 2,000.00 39 Electric Fan, Stand, 18" 3 Unit 7,350.00 40 Electric Fan, Wall Mount 1 Unit 2,500.00 41 Envelope, Expanding, Kraftboard,for Legal Size Doc (brown Color) 1 Box 1,800.00 42 Envelope, Long, Brown 25 Pc 325.00 43 Envelope, Mailing, White, 70gsm 2 Box 866.00 44 Executive Chair, Good Quality/heavy Duty 2 Unit 15,000.00 45 Exhaust Fan, 12 Inches 1 Unit 1,300.00 46 Expanding Folder, Long, Green 100 Pcs 2,000.00 47 Expanding Folder, Long, Orange 1 Box 900.00 48 Extension Wire (5m, 4 Sockets) 5 Pc 1,500.00 49 External Drive 1tb Hard Drive Portable Storage Plug And Play Usb 3.2 Gen 1 Type A To Micro B 4 Unit 12,000.00 50 Fastener, All Metal 3 Box 285.00 51 Fastener, Plastic 6 Box 270.00 52 Flash Drive, 16gb Capacity 6 Unit 1,800.00 53 Floor Matting (toyota Innova) 1 Set 5,000.00 54 Folder, Pressboard, Legal, White 2 Pack 3,780.00 55 Folder, Tagboard, For Legal Size Documents (brown) 1 Pack 322.00 56 Folder, Tagboard, For Legal Size Documents (white) 8 Pack 2,800.00 57 Folder, Tagboard, For Legal Size Documents (white) 50 Pc 750.00 58 Foot Rug, Cotton 24 Pc 2,400.00 59 Glass Cleaner, Spray 500ml 2 Can 400.00 60 Glass Cleaner, Sponge & Wiper Double, Long 2 Pc 500.00 61 Glue, All Purpose, 200g 8 Jar 600.00 62 Hand Sanitizer, 500ml 6 Bottle 2,394.00 63 Hand Soap, Liquid, 500ml 20 Bottle 4,000.00 64 Hand Towel, White 12 Pc 1,200.00 65 Hdmi, 10m 1 Pc 1,500.00 66 Hdmi To Vga, Wire Connector, 5meters 5 Pc 5,000.00 67 Insecticide, Aerosol Type 9 Can 3,150.00 68 Ink Gi-790, Black 4 Bottle 1,400.00 69 Ink Gi-790, Cyan 3 Bottle 1,050.00 70 Ink Gi-790, Magenta 3 Bottle 1,050.00 71 Ink Gi-790, Yellow 3 Bottle 1,050.00 72 Ink Brother, Bt5000c (cyan) 3 Bottle 1,050.00 73 Ink Brother, Bt5000m (magenta) 3 Bottle 1,050.00 74 Ink Brother, Bt5000y (yellow) 3 Bottle 1,050.00 75 Ink Brother, Btd60bk (black) 5 Bottle 1,750.00 76 Ink, Brother, T-420w Dcp, Black 21 Bottle 8,295.00 77 Ink, Brother, T-420w Dcp, Cyan 14 Bottle 5,530.00 78 Ink, Brother, T-420w Dcp, Magenta 14 Bottle 5,530.00 79 Ink, Brother, T-420w Dcp, Yellow 14 Bottle 5,530.00 80 Ink Epson, 003, Black 27 Bottle 9,450.00 81 Ink Epson, 003, Cyan 17 Bottle 5,950.00 82 Ink Epson, 003, Magenta 17 Bottle 5,950.00 83 Ink Epson, 003, Yellow 17 Bottle 5,950.00 84 Laminating Machine 1 Unit 2,750.00 85 Laminating Sheets, Long 1 Ream 500.00 86 "laptop Specifications: • Operating System: Windows 10® • Processor: Intel® Core™ I5 • Memory: 8gb • Storage: 1 Tb 2.5-inch 5400 Rpm • Graphics: Intel® Uhd Graphics, Supporting Opengl® 4.5, Opencltm 2.1, Microsoft® Directx® 12 • Display: 14"" • Optical Drive: N/a • Networking: Gigabit Ethernet 10/100/1000 • Wireless: 802.11a/b/g/n/acr2+ax (pre-standard) Wireless Lan + Bluetooth® 5.0 • Card Reader: Sd Card Reader • Camera: 720p Hd Audio/video Recording; Super High Dynamic Range Imaging (shdr) • Speaker: Four Built-in Stereo Speakers; Two Built-in Microphones • I/o Ports • Usb Type-c Port Supporting: • Usb 3.1 Gen 1 (up To 5 Gbps) • Displayport Over Usb-c • Usb Charging 5 V; 3 A • Dc-in Port 5 Or 9 Or 15 Or 20 V; 60 W • Three Usb 3.1 Gen1 Ports With One Featuring Power-off Usb Charging • Sd Card Reader • Hdmi® Port With Hdcp Support • External Display (vga) Port • Ethernet (rj-45) Port • Dc-in Jack For Ac Adapter • Adapter: 45w • Battery: 3-cell Li-ion Battery; Up To 11 Hours Battery Life • Keys & Controls: • Acer Finetip Keyboard With International Language Support • Multi-gesture Touchpad, Supporting Two-finger Scroll, Pinch And Rotate --with Wireless Mouse --with Headset --bag" 1 Unit 50,000.00 87 "laptop Operating System: Windows 11 Home Single Language, Processor: Intel® Core™ Ultra 5, Model: 125h, Tetradeca-core (14 Core™) Display & Graphics: Intel® Arc™ Graphics, Shared Memory, 35.6 Cm (14"") Lcd, Comfyview (matte), 2240 X 1400 Resolution, 60 Hz Refresh Rate, Memory: 16 Gb Lpddr5x, Memory Card Reader: Yes (microsd), Storage: 512 Gb Ssd (pci Express 4.0), Network & Communication : Ieee 802.11ax Wireless Lan, Gigabit Ethernet, Built-in Devices: Microphone: Yes, Finger Print Reader: Yes, Number Of Speakers: 2, Interfaces/ports: Hdmi: Yes, Usb 3.2 Gen 1 Type-a Ports: 2, Total Usb Ports: 4, Usb Type-c Docking Iii, Usb4 Ports: 2, Input Devices: Touchpad, Keyboard With Backlight, Oceanglass Touchpad, Battery Information: Lithium Ion (li-ion), 65 Wh, 13 Hours Maximum Battery Run Time, Power Description: 100 W Maximum Power Supply Wattage Physical Characteristics Height: 14.90 Mm, Width: 312.9 Mm, Depth: 217.9 Mm, Weight: 1.32 Kg, Product Color: Silver" 1 Unit 47,000.00 88 Laptop, Core I5 1 Unit 34,000.00 89 "laptop Specification: Size 14"" Processor • Intel® Coretm I7 Memory • 8 Gb Of Onboard Dual-channel Lpddr5 System Memory. Storage - 1 Terabyte Display Panel/ Resolution • 14"" Display With Ips (in-plane Switching) • Ultra Slim Design Operating System • Windows 11 Home With Microsoft Office With Bag, Wireless Mouse, Mouse Pad & Speaker" 1 Unit 45,000.00 90 Light Bulb, Led, 3w 25 Pc 3,000.00 91 Light Bulb, Led, 7w 50 Pc 6,000.00 92 Marker, Flourescent, 3 Assorted Colors Per Set 1 Set 43.00 93 Marker, Permanent, Black, Bullet Type 5 Pc 150.00 94 Marker, Permanent, Black, Broad 1 Box 400.00 95 Marker, Permanent, Black, Broad 5 Pc 400.00 96 Marker, Whiteboard, Black 1 Pc 15.00 97 Marker, Whiteboard, Black, Felt Tip Bullet Type 15 Pc 300.00 98 Marker, Whiteboard, Blue 1 Pc 15.00 99 Marker, Whiteboard, Green 1 Pc 15.00 100 Marker, Whiteboard, Red 1 Pc 15.00 101 Micro Sd Memory Card 8 Gb 6 Pc 1,260.00 102 Micro Sd Memory Card 16 Gb 6 Pc 1,770.00 103 "mini Refrigerator Specifications: 2 Door, 2.8 Cu Ft; Gross Capacity - 78l; Net Capacity - 67l" 1 Unit 11,000.00 104 Mouse Pad W/ Cushion & Arm Rest 8 Pc 1,200.00 105 Multi-purpose Printer : Wifi-enabled, With Feeder And Fladbed Scanner, Photocopying Feature, Ink Refillable 2 Unit 20,000.00 106 Note Pad, Stick On Size: 1.3x 4.4 Cm 4 Pc 300.00 107 Note Pad, Stick On Size: 50mm X 76mm 10 Pad 500.00 108 Note Pad, Stick On, 76mm X 76mm (3"x3") Min 21 Pad 1,050.00 109 Note Pad, Stick On 76mm X 100mm (3"x5") 11 Pad 550.00 110 "office Chair Specifications: Width: 65 Cm Depth: 55 Cm Height: 92 Cm Seat Height: 44 Cm Seat & Backrest: Plywood + Foam Covered With Mesh Fabric. Armrest: Polypropylene (pp) Plastic. Frame & Leg: Metal Tube In Chrome Plating Finish." 2 Unit 7,000.00 111 Paper Cutter A4 (210mm X 257mm) 1 Pc 3,000.00 112 Paper, Multicopy, Size: 8.5" X 11" 5 Ream 1,025.00 113 Paper, Multi-purpose, A4 45 Ream 10,350.00 114 Paper, Multi-purpose, Legal, 13", 70 Gsm 17 Ream 3,230.00 115 Paper, Photo, Glossy 10 Pack 1,500.00 116 Paper, Photo, Matte, A4 23 Pack 2,300.00 117 Paper, Specialty, White, Long, 250gsm 1 Pack 163.00 118 Paper, Specialty, (8.5 X 13) 1 Box 1,500.00 119 Paper, Specialty, A4 (cream Color 10s) 25 Pack 3,750.00 120 Paper, Specialty, A4 (cream Color 10s) 3 Ream 3,000.00 121 Paper, Sticker, Glossy 3 Pack 1,140.00 122 Picture Frame, Wall Mount, Wooden Design, A4 Size 4 Pc 396.00 123 Plastic Foot Rug 6 Meter 4,500.00 124 Portable Power Supply , (40,000-60,000mah)150w 2 Unit 11,000.00 125 Puncher, Paper, Heavy Duty, With Two Hole Guide 6 Pc 900.00 126 Rags, All Cotton, 1kilo Per Bundle 3 Bundle 159.00 127 Rechargeable Battery, Aa 6 Pc 600.00 128 Rechargeable Battery, Aaa 4 Pc 800.00 129 Rechargeable Batteries And Charger Nimh 2 Set 2,000.00 130 Rechargeable Wireless Mouse And Keyboard Set 5 Set 7,500.00 131 Record Book, 500 Pages 5 Book 600.00 132 Ribbon Cartridge For Lx310 Epson 2 Cart 1,020.00 133 Rollerball Pen, Black, 0.7mm With Grip 2 Pc 170.00 134 Rubber Band,70mm Min Lay Flat Length (#18) 2 Box 400.00 135 Ruler, Plastic, 12inches 8 Pc 400.00 136 Scissors, Symmetrical, Blade Length: 65mm Min 6 Pair 198.00 137 Sd Card Reader Usb 3.0/usb C Memory Card Reader, Otg Card Adapter, 5gbps Transmission Speed, Fusse Built-in 4 Pc 2,600.00 138 Sign Pen, Liquid/gel Ink, 0.5mm Needle Tip, Black 45 Pc 1,665.00 139 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 1 Box 250.00 140 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 21 Pc 777.00 141 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 1 Box 250.00 142 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 11 Pc 1,199.00 143 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Green 2 Pc 78.00 144 Sign Pen, Liquid/gel Ink, 1.0mm Needle Tip, Blue 30 Pc 690.00 145 "smart Tv Specifications: 40 Inch Display, Hdr 10, Full Hd (1080p), Led Display Panel, Dolby Audio, Android 10 Or More Os, Bluetooth 5.0, Hdmi And Usb Compatible, Power Capacity Ac 100-240v 50/60hz, Power Input 36 W" 1 Unit 22,000.00 146 Stamp, Dater, Rubber 3 Pc 300.00 147 Stamp Pad, Blue 2 Pc 200.00 148 Stamp Pad Ink, Purple Or Violet, 50ml (min.) 4 Bottle 500.00 149 Stamp Pad, Violet Small Size 3 Pad 120.00 150 "stapler, Standard Type, Load Cap: 200 Staples Min (with Staple Wire Remover)" 9 Pc 1,800.00 151 Staple Remover, Plier Type 9 Pc 423.00 152 Staple Wire, Standard, (26/6) 4 Box 232.00 153 Steel Cabinet, 3 Layers 1 Unit 10,000.00 154 Tape, Double Adhesive, 12mm X 10m 1 Roll 35.00 155 Tape, Double Adhesive, 19mm X 30m 2 Roll 90.00 156 Tape, Double Adhesive, 24mm 10 Roll 700.00 157 Tape, Masking, 24mm X 50mm 28 Roll 1,960.00 158 Tape, Masking, 48mm 2 Roll 200.00 159 Tape Packaging Width: 48mm X 50m 10 Roll 700.00 160 Tape, Transparent, 24mm X 50m 38 Roll 2,660.00 161 Tape, Transparent, 48mm 5 Roll 350.00 162 Tarpaulin Plain White With Eyelet 3x5 For Standee 3 Pc 900.00 163 Thread (high Quality) For Bookbinding, Black 20 Roll 4,000.00 164 "tissue, Interfold Paper Towel" 81 Pack 4,050.00 165 Trashbag, Small Size 25 Pack 3,750.00 166 Trashbag, Large Size 25 Pack 2,500.00 167 Trashbag, Medium Size 25 Pack 2,000.00 168 Trashbin, Medium 7 Pc 3,500.00 169 Twine Plastic 3 Roll 201.00 170 Usb Signature Pad With Pen 1x5 3 Set 36,000.00 171 Water Dispenser, Bottom Load 1 Unit 15,000.00 -nothing Follows-
Closing Date20 Jan 2025
Tender AmountPHP 699 K (USD 11.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, January 03, 2025.
this Solicitation Is Set-aside For Service-disabled Veteran-owned Small Business (sdvosb)
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 332812, With A Small Business Size Standard Of 600 Employees. The Fsc/psc Is J066.
the Va Jamaica Plains Healthcare System Sterile Processing Services (sps) Is Seeking To Purchase The Supplies And Services Described Below Brand Name Or Equal.
2 Price/cost Schedule
item Information
item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001
1.00
ea
__________________
__________________
nutrace Nux-20 Ng Laser Unit. Computer/laptop With Windows 10 And Supporting Accessories, Fumex Fume/odor Extractor Equipment. Fa1-mnutrace Select & Mark Templates. Different Laser Configurations For Different Instrument Materials Included Gs1 Codes. Safety Glasses To Operate The Laser In Class 4 Mode, Electropolishing Unit With Proprietary Solution Ratero.
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Nux20 Ng
0002
11.00
ea
__________________
__________________
scanner R+ Healthcare Can Read A 2d Data Matrix In < 0.5 Seconds Per Instrument, Irrelevant Of Instrument Contrast, Instrument Material Or Position Of The Code. A Good Geometrical Data Matrix, R+ Will Read It. With A More Powerful Camera And Led Lighting Technology, The R+ Max Can Read 2d Matrix As Small As .010 X.010mm (4mils). Stainless Steel Body
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Nu Trace R+ Sca
0003
1.00
ea
__________________
__________________
laser Etching - Up To 28,000 Instruments At 800 Instruments Per Day Minimum - Udi Applicationsurgical Instruments Will Be Marked With A Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized Aluminum, Titanium, And Plastics
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Laser Etching
0004
1.00
ea
__________________
__________________
lia (laser Institute Of America).two Certification, Up To 32 Hours Of Training On-line And On-site Including: Sample Tray Of Surgical Instruments Will Be Marked With Unique Device Identifier On Most Instruments Including Stainless Steel, Anodized
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Laser Start Up
0005
1.00
ea
__________________
__________________
service Contract For 1 Year - Includes Pm Repairs, Any Mechanical Repairs, On Location Specialists For 3 Days Per Year And Any Shipping Costs/use Of A Loaner
contract Period: Base
pop Begin: 02-11-2025
pop End: 02-10-2026
principal Naics Code: 332812 - Metal Coating, Engraving (except Jewelry And Silverware), And Allied Services To Manufacturers
product/service Code: J066 - Maintenance, Repair, And Rebuilding Of Equipment - Instruments And Laboratory Equipment
local Stock Number: Pm
grand Total
__________________
the Contract Period Of Performance Is 02/11/2025 02/10/2026.
place Of Performance/place Of Delivery:
address:
150 South Huntington Avenue
boston, Ma 02130-4817
country:
usa
all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter.
all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13.
comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Factors Resulting In A Contracting Officer Decision For The Quote Which Provides The Most Benefit To The Government.
the Following Are The Decision Factors:
price
technical Review
the Award Will Be Made To The Response Most Advantageous To The Government.
responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
Quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/21/2025 At Frederic.revah1@va.gov
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact
all Quoters Shall Submit The Following: Quote, Authorized Distributor Letter.
all Quotes Shall Be Sent To The Contract Specialist: Frederic.revah1@va.gov
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors Commercial Items
far 52.212-3, Offerors Representations And Certifications Commercial Items
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Clause)
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions Commercial Items Nov 2023
(a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
(1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)).
(2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023) (section 1634 Of Pub. L. 115 91).
(3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021) (section 889(a)(1)(a) Of Pub. L. 115 232).
(4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015).
(5) 52.232 40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (31 U.s.c. 3903 And 10 U.s.c. 3801).
(6) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553).
(7) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)).
(b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Services:
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
52.203 17, 52.204-10, 52.204 14, 52.204 27, 52.204 30, 52.209 6, 52.219 27, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222 36, 52.222 37, 52.222-50, 52.222 54, 52.226-8, 52.232-33, 52.222-51,
gray Market Items (apr 2020)
(a) No Gray Market Or Remanufactured Items Will Be Acceptable. Gray Market Items Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Equipment Only For Va Medical Facilities.
(b) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor, Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions.
(end Of Clause)
52.252-2 Clauses Incorporated By Reference (feb 1998)
This Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
Https://www.acquisition.gov/browse/index/far
Https://www.va.gov/oal/library/vaar/
(end Of Clause)
far Number
title
date
52.203-17
contractor Employee Whistleblower Rights
nov 2023
52.204-13
system For Award Management Maintenance
oct 2018
52.204-18
commercial And Government Entity Code Maintenance
aug 2020
52.228-5
insurance Work On A Government Installation
jan 1997
852.203-70
commercial Advertising
may 2018
(end Of Addendum To 52.212-4)
52.212-1 Instructions To Offerors Commercial Products And Commercial Services (sep 2023)
(a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code(s) And Small Business Size Standard(s) For This Acquisition Appear Elsewhere In The Solicitation. However, The Small Business Size Standard For A Concern That Submits An Offer, Other Than On A Construction Or Service Acquisition, But Proposes To Furnish An End Item That It Did Not Itself Manufacture, Process, Or Produce Is 500 Employees, Or 150 Employees For Information Technology Value-added Resellers Under Naics Code 541519, If The Acquisition
(1) Is Set Aside For Small Business And Has A Value Above The Simplified Acquisition Threshold;
(2) Uses The Hubzone Price Evaluation Preference Regardless Of Dollar Value, Unless The Offeror Waives The Price Evaluation Preference; Or
(3) Is An 8(a), Hubzone, Service-disabled Veteran-owned, Economically Disadvantaged Women-owned, Or Women-owned Small Business Set-aside Or Sole-source Award Regardless Of Dollar Value.
(b) Submission Of Offers. Submit Signed And Dated Offers To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. Offers May Be Submitted On The Sf 1449, Letterhead Stationery, Or As Otherwise Specified In The Solicitation. As A Minimum, Offers Must Show
(1) The Solicitation Number;
(2) The Time Specified In The Solicitation For Receipt Of Offers;
(3) The Name, Address, And Telephone Number Of The Offeror;
(4) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary;
(5) Terms Of Any Express Warranty;
(6) Price And Any Discount Terms;
(7) "remit To" Address, If Different Than Mailing Address;
(8) A Completed Copy Of The Representations And Certifications At Federal Acquisition Regulation (far) 52.212-3 (see Far 52.212-3(b) For Those Representations And Certifications That The Offeror Shall Complete Electronically);
(9) Acknowledgment Of Solicitation Amendments;
(10) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Other References (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information); And
(11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
(c) Period For Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 30 Calendar Days From The Date Specified For Receipt Of Offers, Unless Another Time Period Is Specified In An Addendum To The Solicitation.
(d) Product Samples. When Required By The Solicitation, Product Samples Shall Be Submitted At Or Prior To The Time Specified For Receipt Of Offers. Unless Otherwise Specified In This Solicitation, These Samples Shall Be Submitted At No Expense To The Government, And Returned At The Sender's Request And Expense, Unless They Are Destroyed During Preaward Testing.
(e) Multiple Offers. Offerors Are Encouraged To Submit Multiple Offers Presenting Alternative Terms And Conditions, Including Alternative Line Items (provided That The Alternative Line Items Are Consistent With Far Subpart 4.10), Or Alternative Commercial Products Or Commercial Services For Satisfying The Requirements Of This Solicitation. Each Offer Submitted Will Be Evaluated Separately.
(f) Late Submissions, Modifications, Revisions, And Withdrawals Of Offers.
(1) Offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation. If No Time Is Specified In The Solicitation, The Time For Receipt Is 4:30 P.m., Local Time, For The Designated Government Office On The Date That Offers Or Revisions Are Due.
(2)(i) Any Offer, Modification, Revision, Or Withdrawal Of An Offer Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And
(a) If It Was Transmitted Through An Electronic Commerce Method Authorized By The Solicitation, It Was Received At The Initial Point Of Entry To The Government Infrastructure Not Later Than 5:00 P.m. One Working Day Prior To The Date Specified For Receipt Of Offers; Or
(b) There Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Offers And Was Under The Government's Control Prior To The Time Set For Receipt Of Offers; Or
(c) If This Solicitation Is A Request For Proposals, It Was The Only Proposal Received.
(ii) However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted.
(3) Acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Offer Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel.
(4) If An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Offers Cannot Be Received At The Government Office Designated For Receipt Of Offers By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Offers Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume.
(5) Offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. Oral Offers In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Offers, Offers May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Offers, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Offers. An Offer May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Offers, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Offer.
(g) Contract Award (not Applicable To Invitation For Bids). The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror's Initial Offer Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received.
(h) Multiple Awards. The Government May Accept Any Item Or Group Of Items Of An Offer, Unless The Offeror Qualifies The Offer By Specific Limitations. Unless Otherwise Provided In The Schedule, Offers May Not Be Submitted For Quantities Less Than Those Specified. The Government Reserves The Right To Make An Award On Any Item For A Quantity Less Than The Quantity Offered, At The Unit Prices Offered, Unless The Offeror Specifies Otherwise In The Offer.
(i) Availability Of Requirements Documents Cited In The Solicitation.
(1)(i) The Gsa Index Of Federal Specifications, Standards And Commercial Item Descriptions, Fpmr Part 101-29, And Copies Of Specifications, Standards, And Product Descriptions Can Be Downloaded From The Assist Website At Https://assist.dla.mil.
(ii) If The General Services Administration, Department Of Agriculture, Or Department Of Veterans Affairs Issued This Solicitation, A Copy Of Specifications, Standards, And Commercial Item Descriptions Cited In This Solicitation May Be Obtained From The Address In Paragraph (i)(1)(i) Of This Provision.
(2) Most Unclassified Defense Specifications And Standards May Be Downloaded From The Assist Website At Https://assist.dla.mil.
(3) Defense Documents Not Available From The Assist Website May Be Requested From The Defense Standardization Program Office By-
(i) Using The Assist Feedback Module (https://assist.dla.mil/feedback); Or
(ii) Contacting The Defense Standardization Program Office By Telephone At 571-767-6688 Or Email At Assisthelp@dla.mil.
(4) Nongovernment (voluntary) Standards Must Be Obtained From The Organization Responsible For Their Preparation, Publication, Or Maintenance.
(j) Unique Entity Identifier. (applies To All Offers That Exceed The Micro-purchase Threshold, And Offers At Or Below The Micro-purchase Threshold If The Solicitation Requires The Contractor To Be Registered In The System For Award Management (sam).) The Offeror Shall Enter, In The Block With Its Name And Address On The Cover Page Of Its Offer, The Annotation Unique Entity Identifier Followed By The Unique Entity Identifier That Identifies The Offeror S Name And Address. The Offeror Also Shall Enter Its Electronic Funds Transfer (eft) Indicator, If Applicable. The Eft Indicator Is A Four-character Suffix To The Unique Entity Identifier. The Suffix Is Assigned At The Discretion Of The Offeror To Establish Additional Sam Records For Identifying Alternative Eft Accounts (see Far Subpart 32.11) For The Same Entity. If The Offeror Does Not Have A Unique Entity Identifier, It Should Contact The Entity Designated At Www.sam.gov For Unique Entity Identifier Establishment Directly To Obtain One. The Offeror Should Indicate That It Is An Offeror For A Government Contract When Contacting The Entity Designated At Www.sam.gov For Establishing The Unique Entity Identifier.
(k) [reserved]
(l) Debriefing. If A Post-award Debriefing Is Given To Requesting Offerors, The Government Shall Disclose The Following Information, If Applicable:
(1) The Agency's Evaluation Of The Significant Weak Or Deficient Factors In The Debriefed Offeror's Offer.
(2) The Overall Evaluated Cost Or Price And Technical Rating Of The Successful And The Debriefed Offeror And Past Performance Information On The Debriefed Offeror.
(3) The Overall Ranking Of All Offerors, When Any Ranking Was Developed By The Agency During Source Selection.
(4) A Summary Of The Rationale For Award;
(5) For Acquisitions Of Commercial Products, The Make And Model Of The Product To Be Delivered By The Successful Offeror.
(6) Reasonable Responses To Relevant Questions Posed By The Debriefed Offeror As To Whether Source-selection Procedures Set Forth In The Solicitation, Applicable Regulations, And Other Applicable Authorities Were Followed By The Agency.
(end Of Provision)
addendum To Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
Provisions That Are Incorporated By Reference (by Citation Number, Title, And Date), Have The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available.
submission Of Your Response Shall Be Received Not Later Than 6:00am Est On 01/21/2025 At Frederic.revah1@va.gov@va.gov.
late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
Closing Date21 Jan 2025
Tender AmountUSD 372.7 K
This is an estimated amount, exact amount may vary.
DEPARTMENT OF EDUCATION GENERAL SANTOS CITY Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid Project No: 005 – 2025 1. The Department Of Education Through The Fy 2024 Gaa Intends To Apply The Sum Of Seven Million Three Hundred Thirty-eight Thousand Five Hundred Seven And 00/100 (7,338,507.00) Being The Approved Budget For The Contract (abc) Described Below For The Procurement Of Assistive Devices, Equipment, Supplies And Materials For Inclusive Learning Resource Centers. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. Unit Description Qty Cost Abc (vat Inclusive) 1 Lot Procurement Of Assistive Devices, Equipment, Supplies And Materials For Inclusive Learning Resource Centers 1 1 Unit Learners'/clients' Chart Materials A4 Size 8-1/4 X 11-3/4 Inches Or 210 X 297 Mm Or 29.7 X 21 Cm Laminated Full Color High Quality Print Photopaper 10 70.00 700.00 2 Set Anatomical Model-human Torso Model Size: 1/2 Life Size Material: Pvc, Includes: Stand 1 62,918.00 62,918.00 3 Unit Blood Pressure-blood Pressure Monitor Type: Upper-arm Monitor Type: Digital Cuff Size: 32cm Dimension (w X H X D): 145 X 466 X 145mm Weight: 250g Power Supply: Battery Type: Li-polymer Smart App Availability: Yes, Automatic Shut Off: Wi-fi: No 5 6,560.00 32,800.00 4 Unit Stethoscope: Dual Tube Stethoscope Weight: 185g, Length: 80cm Product Material: Polymer Diaphragm, Listener Material: High-density Stainless Steel Product Composition: Eartip, Ear Hooks, Leaf Spring, Hose Heads, Diaphragms 2 1,380.00 2,760.00 5 Piece Tape Measure-material: Pvc It Has Centimeter Scale On Reverse Side Which Is Up To 300cm Large, Easy To Read Marking Measures Up To 120 Inches 10 300.00 3,000.00 6 Piece Hand Dynamometer - Hand Dynamometer Type: Electronic Counting Gripper Function: Comprehensive Fitness Exercise Material: Abs Size: 15cm/5.90""x10.5cm/4.13""x2cm/0.79"" 10 1,900.00 19,000.00 7 Packs Ice Massage Caps- Size: 2 Count (pack Of 1) Measuring 2.9” In Diameter, The Ice Cup Massager Holder Also Fits Comfortably In The Hand. Material: Polyethylene 10 700.00 7,000.00 8 Unit Balance Board- Balance Board Type: Rocker Board Dimensions: 32.28 X 11.81 X 0.59 Inches Weight Capacity: 100 Kg Material: Beech Wood Anti-skid Feature: Not Specified 5 3,700.00 18,500.00 9 Unit Treatment Table- Top Shelf With Guard Rail And Formica Material. Down Shelf, Material Plain Sheet. Mounted On 4 Swivel Caster Rubber Wheels 2″ With 2 Pieces Lock. Size: Lxwxh (28″x20″x34.5″) Painted White 1 17,400.00 17,400.00 10 Unit Exercise Steps-aerobic Step Board 69 X 28 X 15cm. Dimension: 69 X 28 X 15cm Length: 27" Width: 10.5" Adjustable Height Up To 10cm To 15cm. Offers A Secure, Nonslip Surface For Your Workout Routine, Nonskid, Feet Provide Stability & Protect Floors. 5 1,934.00 9,670.00 11 Pair Pediatric Examination Gowns- Assorted For Kids And Adult Pediatric Examination Gowns Opening: Full Open Back. Style: Child Size Color: Jellybean Print. Made With High Quality, 100% Cotton Comfortable, Durable, Washable, And Reusable Hook And Loop Closures At Neck And Mid-back. 10 700.00 7,000.00 12 Piece Towels- Material: High Quality 100% Cotton Terry. 500gm2. Size: 90 X 180cm. 20 300.00 6,000.00 13 Piece Bed Sheets- Material: Cotton + Polyester, Packaging Content: 2 Pcs Pillowcase, 1 Pc Fitted Sheet, Single Size:36"*75"+7.8", Pillowcase Size: 18'*28", Garterized Corners 20 2,000.00 40,000.00 14 Piece Pillows- Pillows, Plain White, Soft Pillow, Size:18x28 Inches 10 900.00 9,000.00 15 Piece Pillowcase- Length: 50 Cm (20 ") Pillowcase Quantity: 1 Piece Width: 80 Cm (31 ") 100 % Polyester 20 180.00 3,600.00 16 Piece Blankets- Length: 160 Cm White Sheet Soft Texture, High Quality Fabric Size: 52 X 90 Inch 20 450.00 9,000.00 17 Unit Step Stools - Step Stools Double Steel Caravan Step. Rubber Non- Slip Steps. Leg Distance Front To Back 65 Cm. Width 42 Cm. Top Step Height 38 Cm. Bottom Step 20 Cm. 5 3,600.00 18,000.00 18 Unit Therapist Stools On Wheels-adjustable Height Of 19 - 24". It Comes With A 3" Hi-density Cushion With Multi-layered Padding, And A 14" Seat Diameter. Built With 5 Casters Made Of Plastic Easy To Clean. Color: Black 5 4,950.00 24,750.00 19 Piece Kinesiology Tape-ultra-strong And Sticky-hypoallergenic Adhesive Water Resistant. 97% Cotton, 3% Nylon. 180% Stretch For Full Range Of Motion Latex And Zinc Free Sticks 2-7 Days 5-10 Applications Per Roll Each Is 2""x 16.4"" (5cmx5cm) 20 2,100.00 42,000.00 20 Set Splinting Materials - Rescue Padded Board Splint. 6 Paddes Wood Splint (different Sizes) Sizes: 35"", 25"" And 15". Velcro Straps Color: Blue. 20 4,200.00 84,000.00 21 Unit Paraffin Bath- Large Opening Design: Inner Pot Allows For Hands, Feet, And Elbows To Be Dipped Into The Melted Wax. Alloy Heating Pot Melts Paraffin Wax Blocks In 0.5 Hours. Adjustable Heating Ranges From 86-158°f. Timer: Settable From 1 To 99 Minutes. (free Installation) 2 32,340.00 64,680.00 22 Set Dumbbells Sets- Weight: 37kg Type: Medical Rehabilitation Equipment Total 18 Dumbbells 1 Lb / Piece, 2 Pieces 2 Lbs / Piece, 4 Pieces 3 Lbs / Piece, 4 Pieces 4 Lbs / Piece, 4 Pieces 5 Lbs / Piece, 4 Pieces 3 25,000.00 75,000.00 23 Set Goniometers- Protractor Goniometer With 360 Degrees Coverage To Measure Joint And Compare The Changes In Joint Angles Material: Clear Plastic 3 Goniometer: 12-inch, 8 Inch And 6 Inch 3 600.00 1,800.00 24 Set Reflex Hammer-features: Pointed Babinski-style Tip Zinc Alloy Comfortable Handle Grip Control, Hammer For High Elastic Pvc Rubber Material: Zinc Alloy + Pvc; Color: Black Package Size: 27*11*3.5cm/10.6*4.3*1.3-inch Package Weight: 140g/4.9oz. 1 8,100.00 8,100.00 25 Piece Thermometer - Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f. Material: Abs Plastic. Accuracy: (+/-)0.2°c. Auto-shutdown Time: About 18s Power Supply: 2 * 1.5v Aaa Batteries (not Included). 1 Year Warranty 5 1,600.00 8,000.00 26 Unit Multiple Mode Electrical Stimulator-1 Second Measuring Time. 3 Color Backlight Fever Reminders Auto Shut Off At 18 Seconds Store 50 Sets Of Data. Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f. 3 9,884.00 29,652.00 27 Piece Foam Rolls- Material: Expanded Polypropylene Foam Item Weight: 0.42 Pounds Size: 18 Inches 3 4,000.00 12,000.00 28 Piece Mobilization Belts And Devices- Size 8 Feet Specific Uses For Product. Use For Legs, Hips, Arms, Back, Whole Body - High-quality Nylon Mobilization Belt Features A Plastic Side-release Buckle And Is Designed For Durability And Patient Safety. 5 2,850.00 14,250.00 29 Piece Gait Belt-1x Transfer Gait Belt Measurement Length: 60 Inches Width: 2 Inches 5 1,458.00 7,290.00 30 Set Theraband -4 Resistance Levels, Including Yellow, Red, Green, And Blue Supplied In Lay Flat Length Of 8", 12" And 18" Latex Rubber Weight Level: Yellow: 3 Lbs-4.3 Lbs Red: 3.7 Lbs-5.5 Lbs Green: 4.6 Lbs-6.7 Lbs Blue: 5.8 Lbs-8.6 Lbs 5 10,100.00 50,500.00 31 Piece Wedge Bolsters- A Firm And Breathable Bed Wedge Pillow Stays Cool, And Its Measurements Are 25″l X 25″w X 12″h Inches. / Breathable & Washable Cover / Designed To Provide Higher Body Support. 5 6,998.00 34,990.00 32 Piece Round Bolsters-weight:0-0.5 Kg Shape:column Feature:memory Filling:microfiber Material:100% Fiber Size:8" X 36" Color:white - Ideal For Hugging, Cylindrical Pillow, Great For Side Sleepers. 5 4,800.00 24,000.00 33 Piece Core Peak Bolsters- An All-purpose Positioning Aid • Provides Support Under The Legs, Arms, Feet, And Other Areas Of The Body. Fits Standard Treatment Tables • 18" In Length With At Least 6" In Diameter. 5 9,006.00 45,030.00 34 Piece Round Bolsters-weight:0-0.5 Kg Shape:column Feature:memory Filling:microfiber Material:100% Fiber Size:8" X 36" Color:white - Ideal For Hugging, Cylindrical Pillow, Great For Side Sleepers. 5 1,500.00 7,500.00 35 Piece Core Peak Bolsters- An All-purpose Positioning Aid • Provides Support Under The Legs, Arms, Feet, And Other Areas Of The Body. Fits Standard Treatment Tables • 18" In Length With At Least 6" In Diameter. 4 1,100.00 4,400.00 36 Piece Walking Cane-adjustable Aluminum Cane With Wooden Handle, Anodized Finish And Rubber Tip. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 5 1,320.00 6,600.00 37 Piece Quad Cane -stable Structure, Thickened Stainless Steel Material. Abs Non-slip Handle, Ergonomic Design, Comfortable Grip. Spring Button For Easy Height Adjustment. Firm Lock Hoops To Stabilize The Body. 4 2,740.00 10,960.00 38 Piece Wheelchair - Front Wheel Size: 6 Inches Expanded Size: 82 * 58 * 87cmseat Depth: 38cmrear Wheel Size: 16 Inches Back Height: 42cmfolded Size: 70 * 25 * 72cmhandrail Spacing: 55cmseat Width: 45cmnet Weight: 11kgnet Weight Of All Aluminum Alloy Frame: 11kg 10 5,600.00 56,000.00 39 Piece Pediatric Walker- Height-adjustable Frame Sizes. 360-degree Swivel Front Casters For Versatile And Flexible Mobility. Foot-operating Locking Mechanism On Front Casters. Rubber Tire Design 5 13,200.00 66,000.00 40 Set Communication Boards. Measures 9"x7.5". Binder Comes With 5 Different Colorful 10 Mil Poly Dividers, 3 Hard Strips (hook) Attached On Each Side To Hold 30 Cards. Each Card Measures 1.5 X 1.5. Inch Mounted With 1/2-inch Soft Dot (loop), And Round Corner Cut. 10 6,172.00 61,720.00 41 Set Dry Erase Sleeves. Reusable Dry Erase Pockets. Colors: Blue, Pink, Yellow, Red, Green, Purple. Size: 25.5*35.5cm(1pcs). Quantity: 12pcs Package Including: 6 X Dry Erase Pockets 6 Pens 10 796.00 7,960.00 42 Set Wind Up Toys. Category: Clockwork Engineering Road Roller Material: Plastic Size: 9.9*6.5*5.3(cm) Color: Three-color Random Hair Ages: 3+ 10 440.00 4,400.00 43 Set Wordless Picture Books. A Wordless Book About Dealing With Big Emotions Like Fear, Grief, Loss, Sadness, And Anger Hardcover | 36 Pages Product Dimension: Approx. W1cm X L22.2cm X H22.2cm Product Weight: Approx. .28kg 10 1,998.00 19,980.00 44 Piece File Folders. (black Or White) Model: Minimum Of 100 Pages Capacity Size: 310*235mm Suitable For School And Office Supply 10 280.00 2,800.00 45 Set Articulation Cards. Genre: Children's Learning & Education Sub-genre: Society & Culture Label: Scholastic Teaching Resources Language: English Publisher: Scholastic Teaching Resources 10 3,913.00 39,130.00 46 Set Basic Vocabulary Board. Each Unit Comes With: Flashcards Smash Mat Trace And Color Cut And Glue Flipbook Black And White Versions Of All Activities 10 10,150.00 101,500.00 47 Set Phonics Phones. Specifications - Each Pack Includes Two Durable Whisper Phones, One In Vibrant Blue And One In Eye-catching Red. 10 536.00 5,360.00 48 Piece Taekwondo Mats. Thickened 1 Meter X 1 Meter X 2 Cm Interlocking Mats. Color Blue. 30 1,750.00 52,500.00 49 Set Vestibular Balls- (3 Pieces) Material: Synthetic Material Size: 55.0 / 65.0 / 75.0 Cm. Weight: 1100.0 / 1400.0 / 1700.0 G. Color: Violet / Blue / Black 3 6,200.00 18,600.00 50 Unit Monkey Bar With Platform For Swing- Materials: 7/8-inch Plywood 3.5’x2, Washable Mat, 1/2-inch Braided Ropes, Stainless Steel Carabiners Dimensions: 47 X 27.5 Inches; Maximum Rope Length - 7 Feet, Weight Limit: 100 Kilos (free Installation) 1 42,000.00 42,000.00 51 Set Trampoline With Handrails 40-inch Jumping Surface Area, Handrail Adjusts From 28.5"" To 36.5""h 16lbs. Holds Up To 300 Lbs 2 11,580.00 23,160.00 52 Unit Tumble Barrels-inside Diameter: 18"-24”, Outside Diameter: 24", Weight: 250lbs. (free Installation) 1 40,695.00 40,695.00 53 Set Wall Bars- 6-hole Design Pull Up Bar. The Maximum Weight Is 200kg. Solid Steel Bar With Black Powder Coating To Prevent Rust And Corrosion And Prolong Service Life, With Soft Cushions. 2 2,598.00 5,196.00 54 Set Adl Board - 6 Colors, 6 Different Dressing Skills Training. A Quiet Skill Book Made Of Cardboard And Non- Woven Fabric. Suitable For Children 2-7 Years Old. Package Dimensions: 11.73 X 9.76 X 2.28 Inches Item Weight: 1.28 Pounds" 10 494.00 4,940.00 55 Unit Pediatric Walker - 360-degree Swivel Front Casters For Versatile And Flexible Mobility. Total Height: 75-90cm Side Wheel Width: 70cm. Front And Rear Track Width: 75cm. Left And Right Wheel Track: 40cm Suitable Height: 85-120cm. Weight: About 12kg 4 17,998.00 71,992.00 56 Set Assessment Tool Set Of Assessment Tools For Behavioral, Psychological, Intellectual, Motor, Socio- Emotional (1 Copies Per Set) Like: Ravens Progressive Matrices Tests, Goodenough-draw A Person Test 2 48,000.00 96,000.00 57 Set Assessment Tool Set Of Assessment Tools For Behavioral, Psychological, Intellectual, Motor, Socio- Emotional (1 Copies Per Set) Like: Wechsler Intelligence Scales For Children (wisc-v) 2 48,000.00 96,000.00 58 Pcs Reading Stand - High-grade Steel (iron). Color: Black. Dimensions: 26 Cm X 21 Cm X 16 Cm (folded) Adjustability: Multiple Notches For Adjustable Height And Angle. 1 Rotary Page Clip To Hold Pages Securely. 10 1,050.00 10,500.00 59 Unit Braille Translator- Supports Translation Of Print (word, Html, Daisy And Others) To Braille For Over 130 Languages. Drives All Major Braille Embossers. (with 6 Months Warranty) 1 136,800.00 136,800.00 60 Unit Laptop 15.5" – 17" Monitor, Processor: Between 2.0- 2.8ghz 512gb Ssd, 8gb Ram (3 Mos. Warranty) 36 39,000.00 1,404,000.00 61 Cord Hdmi Cord 5 Meters 5 600.00 3,000.00 62 Cord Hdmi Cord 10 Meters 5 900.00 4,500.00 63 Set Connector Cord. Cord With Male Plug To Connect From Cellphone/ Laptop To Sound Systems Microphone Port. 5 500.00 2,500.00 64 Unit Augmentative Communication Systems. Package Dimensions 9.13 X 3.03 X 1.1 Inches Batteries 2 Aaa Batteries Required. (included) Preprogrammed Commands Wide Variety- Travel Bag- Aac Device 10 3,702.00 37,020.00 65 Unit Call Lights. Receiver Working Voltage: 110-260v Transmitter Battery: 12v 23a Alkaline Battery Working Distance: 1000 Feet In Open Area. [packing List]. 3 Receivers 2 Transmitters. 2 X Double-sided Tape. 1 X User Manual. 2 X 12v 23a Batteries. 10 1,536.00 15,360.00 66 Unit External Hard Drive. 1tb External Hard Drive Usb 3.0 5 3,500.00 17,500.00 67 Unit Audio Voice Recorder. Built-in 375mah Battery, Specification: Recording Time: 512kbps, 32gb: About 144 Hours. Storage Media: Tf Card, 32gb, Battery Capacity: 375mah, Package Size: 15.2x7.8x3.7cm/5.9x3x1.4in, Package Weight: 135g – 140g/4.7oz 10 2,674.00 26,740.00 68 Unit Portable Reading Camera -macro Focus Range 10 Cm Shooting Modes Easy, Macro, Automatic Exposure Control Type Automatic Color; White Video Capture Resolution; 1080p, 2448p 5 10,260.00 51,300.00 69 Unit Laser Printer. Computer Printers Using Powder - Based For Swell Paper. 2 20,000.00 40,000.00 70 Unit 3 In Printer - Print, Scan, Copy, Fax With Adf, Flatbed Color Image Scanner, A4, Ltr, 8.5 X 13’, Folio 9 19,080.00 171,720.00 71 Unit Projector -5,000 Ansi Lumens (standard). Wxga 1,280 X 800) Dlp Type Projector. With Built-in Speaker X 16,000 Hours (standard), 10,000 Hours (eco), 15,000 Hours (extreme Eco) Lamp Life Wireless Projection Hdmi Cable, Bag 2 Years Warranty" 1 25,000.00 25,000.00 72 Unit Projection Screen. Specs: 120 Inch Projector Screen With Tripod Stand Home Outdoor Screens Cinema Portable 1 6,490.00 6,490.00 73 Pcs Calculator. Basic Calculator Big Calculator. Office Supplies. Dimension: 160.4x164.5x44.2mm. Color White. Dual Power Supply. Aaa Battery With Solar Panel. Inner Concave Buttons. 5 500.00 2,500.00 74 Unit Touch Screen Tv – Not Less Than 55" Android Tv (free Installation) 1-year Service Warranty 1 61,000.00 61,000.00 75 Pcs Cork Bulletin Board (20x30cm Cork Board With Black Wooden Frame) 1 430.00 430.00 76 Pcs Convertible Drawing And Drafting Table (manual Lift Dimension W-7.75 X D 24x H22" To 31.5") 3 8,400.00 25,200.00 77 Pcs Table. Desk Painting Easel (wooden Easel Stand For Painting 1.75m Complimentary Screws Firm And Strong) 5 454.00 2,270.00 78 Pcs Gauze Bandage (sterile Gauze Bandage 3x10 Per Box) 2 300.00 600.00 79 Pcs Povidine-iodine 120ml (antiseptic Wound Solution) 5 250.00 1,250.00 80 Pcs Artist Taboret (35 ½" H X 17 ½" W X 14 ½" D+9/cm X 44cm X 37 Cm 1 26,784.00 26,784.00 81 Pcs Medicine Cabinet Large. Dimension: 29 X16.5x16 Cm 2 1,500.00 3,000.00 82 Pcs Sewing Machine (zigzagger) Power:90w, Rated Voltage:220v, Number Of Stiches:23, Automatic Winding. Presser Foot Pressure Adjustable (free Installation) 1 25,000.00 25,000.00 83 Pcs Sewing Machine (electric) (portable Sewing Machine With 23 Stitches (free Installation) 2 15,000.00 30,000.00 84 Pcs Tailors’ Scissors (10") Heavy Duty 5 1,500.00 7,500.00 85 Pcs Glue Gun (20w High Temperature) 5 111.00 555.00 86 Pcs Acrylic Color (set 12 Pc X 12 Ml) 5 368.00 1,840.00 87 Pcs Scissors, 5" Blunted Scissors, Plastic Handle. 5 112.00 560.00 88 Pcs Cutters. Snap Off Blade Knife Blade, Refill 9 Mm 5 13.00 65.00 89 Pcs Watercolors (50 Color Solid Watercolors Tin Box (202'82'33mm) 5 441.00 2,205.00 90 Pcs Art Paper (assorted Colors, Short Size) 5 270.00 1,350.00 91 Pcs Paint Brushes (12 Pcs Fine Detail Paint Brush) 5 246.00 1,230.00 92 Pcs Yarn (yarn Hand Knitting And Crochet Single Color (5 Colors) 5 30.00 150.00 93 Pcs Glue (1 Bottle 240g) 5 126.00 630.00 94 Pcs Colored Pencils (colored Pencils 12/set) 5 190.00 950.00 95 Pcs Colored Pens (fine Line Colored Marker 24 Colors In Pvc Bag) 5 90.00 450.00 96 Pcs Sewing Pins (sewing Pins 40 Pcs/set0 5 10.00 50.00 97 Pcs Sewing Needles(hand) (sewing Needles Big And Small) 5 18.00 90.00 98 Pcs Rotary Cutter (45mm) 5 169.00 845.00 99 Pcs Tape Measure (body Tape Measuring Ruler Tailoring) 5 16.00 80.00 100 Pcs Crochet Hooks (100 Pcs Crochet Hook) 5 286.00 1,430.00 101 Pcs Knitting Needles (2 Pcs/set (35cm) Knitting Sweater Stick Needle Bamboo Sweater Needle Knitting Scarf Tool) 5 144.00 720.00 102 Pcs Crochet Thread (thread Yarn 175 M) 5 46.00 230.00 103 Pcs Sewing Thread (polyester 1000 M) 5 42.00 210.00 104 Pcs Painting Easel. Studio/ (90/150 Cm Easel Wooden Standard Painting Display) 5 569.00 2,845.00 105 Pcs Manual Pencil Sharpener (one -hole Sharpener Tub) 5 68.00 340.00 106 Pcs Doll Mannequin. Whole Body With Stand Decor Body Dress Full Body Display 5 411.00 2,055.00 107 Pcs Transparent Edge T- Square (hand Tool Inch Metric Ruler 6") 5 535.00 2,675.00 108 Pcs Wood Carving Set. Carpentry Tools (professional 12/set Manual Wood Carving) 5 1,670.00 8,350.00 109 Pcs Staple Gun. (gun Tacker/ Staple Gun Length-18cm Width -12cm H-3cm, Color- Silver Head T50) 5 226.00 1,130.00 110 Pcs Slope Sink. (single Bowl Stainless Steel Kitchen Sink Box 15" Single Bowl Kitchen Sink Sus 304) 5 21,892.00 109,460.00 111 Pcs Roofing Square. Dual Marking Right Angle Picture Framing Carpenter Ruler (wadlow Stainless Steel Angle Ruler Aluminum Alloy Body Heavy Duty Tool) 5 216.00 1,080.00 112 Pcs Professional Compound Mitre Box & Saw (mitre Box And Box Saw Set 12 Inch) Miter Box Will Handle Stock 7 1/4" High, 8" Wide At 90°, And 5" Wide At 45°. The Saw Can Be Set At Any Angle And Has Automatic Stops For 90°, 45°, And For 5, 6, 8 And 12-sided Frames. 1 1,510.00 1,510.00 113 Pcs Drawing Lamp (metal Adjustable Arm Work Desk Lamp) 5 373.00 1,865.00 114 Pcs Chisel Rack For Wood Carving (professional 12-piece Wood Carving Chisel Set With Black Case Sharp Hand Tools For Beginners) 5 1,299.00 6,495.00 115 Pcs Corner Clamp (90-degree Single Swing Jaw Corer Clamp 68 Mm) 5 258.00 1,290.00 116 Pcs Decorative Realistic Artificial Fruits (realistic Artificial Fruit Such As Apples, Orange, Lemon, Pineapple And Banana) 5 293.00 1,465.00 117 Pcs Geometric Shapes Set (wooden Montessori Learning Geometric Building Blocks) 5 1,176.00 5,880.00 118 Pcs Geometric Designer Templates (multi -functional Geometric Ruler) 5 118.00 590.00 119 Pcs Stack Rack (toy Origami Rack Shelves) 5 1,477.00 7,385.00 120 Pcs Picture Frame And Miter Clamp (90 Degree Right Angle Clip Picture Frame) 5 710.00 3,550.00 121 Pcs Heat Gun (heat Gun With Accessories 2000 W) 5 1,725.00 8,625.00 122 Pcs Tape Dispenser (tape Dispenser 1") 5 114.00 570.00 123 Pcs Multi- Function Three - Hole Puncher (multi-dimensional 3 -hole Puncher) 5 4,176.00 20,880.00 124 Pcs Metric Scale (technical Triangular Scale. Set Of 45, 90 Degrees) 5 68.00 340.00 125 Pcs Steel Tape Measure (tape Measure 8m/20) 5 470.00 2,350.00 126 Pcs Heavy Duty Circular Saw (7-¼" 1600w) 5 4,104.00 20,520.00 127 Pcs Abrasive Disc Cutter Machine (ssc22 14-inch Cut Off Saw Machine 2200w) 5 7,577.00 37,885.00 128 Pcs Manual Canvas Pliers (industry Line Combination Plier Insulated Pliers) 5 416.00 2,080.00 129 Pcs Jet-bow Beam Compass Drawing Set. The Set Includes 6" Speed Compass With Inter-changeable Pen, Pencil, Divider Parts, And Replaceable Needle Points. 4½" Bow Compass With Inter-changeable Pen, Pencil, And Divider Parts. 5 1,169.00 5,845.00 130 Pcs Human Head Model(2 Pack 17" Foam Head Female Wig Head 5 4,791.00 23,955.00 131 Pcs Screw Drivers Set( 9 Pcs Multi-purpose Magnetic Screwdriver Set 5 226.00 1,130.00 132 Pcs Pliers. Pliers And Grip Set (premium 4 Pcs Insulated Pliers Set) 5 2,904.00 14,520.00 133 Pcs Artist Stool With Wheels (stainless Steel Stool Bar) 5 1,991.00 9,955.00 134 Pcs Screen Print Squeegee (curved Aluminum Handle Squeegee 75) 5 308.00 1,540.00 135 Pcs Mixing Paint Palette (paint Mixing Palette 10 Well Plastic) 5 45.00 225.00 136 Pcs Carving Chisels For Wood (wood Chisel 4 Pcs/set) 5 798.00 3,990.00 137 Pcs Files Set For Wood Carving, Craft Metal, And Glass Stone (10-piece Needle File Set For Jewelries) 5 191.00 955.00 138 Pcs Heavy Duty Multi- Purpose Bench Vise (8") Mounted On A Steel Platform. 2 15,000.00 30,000.00 139 Pcs Anvil (15 Kg) With Steel Mounting Platform 2 12,000.00 24,000.00 140 Unit Electric Angle Grinder. Heavy Duty 4" 1000w Professional Power Tools Grinders Variable-speed 3 2,500.00 7,500.00 141 Box Cutting Disc For Steel. Ultra-thin Cutting Disc 4 (25pcs) For Stainless 5 2,000.00 10,000.00 142 Pcs Cutting Discs For Masonry. 4”-inch Professional Diamond Cutting Disc Continuous Eco For Tile / Ceramic 20 300.00 6,000.00 143 Set Drill Bits.3-12mm Multifunctional Triangle Glass Metal Drill Bit Set Diamond Ceramic Tile Concrete Brick Wood Punching Hole Drill Bits 5 500.00 2,500.00 144 Set Drill Bits. 13pc Cobalt High Speed Steel Twist Drill Bit Set 1.5mm-6.5mm For Drilling Metal Wood Stainless Steel 5 500.00 2,500.00 145 Set Drill Bits For Wood. 7pc X Long Wood Drill Bit Set 4mm 5mm 6mm 7mm 8mm 10mm 12mm X 300mm Brad Point Auger Drill Bits Wood 5 500.00 2,500.00 146 Set Electric Wood Power Planer. Wood Planer For Woodworking. 1200 Watts. 1300 Rpm. 50 Hz. 80mm Wide. With Accessories. With Warranty 3 3,000.00 9,000.00 147 Unit Impact Drill 13mm Hammer Electric Drill Heavy Duty 220v Household Power Tools Industrial Screwdriver. 7.5 Amp Copper Motor, 700w, 3300rpm. With Warranty 3 3,000.00 9,000.00 148 Box Welding Rod Special N-6013 (2.5) (3/32 X 13”) 10kg Per Box 4 2,500.00 10,000.00 149 Unit Electric Welding Machine. Portable Igbt Inverter Welding Machine (dc Inverter Welding) With Accessories. With 3 Mos. Warranty 3 5,000.00 15,000.00 150 Pcs Welding Protective Suite (genuine Whole Leader Welding Apron) 5 2,362.00 11,810.00 151 Pcs Welding Hood Cape (standard Size) 5 311.00 1,555.00 152 Pcs Welding Gloves 5 186.00 930.00 153 Pcs Welding Protective Visor Glasses, Standard 5 420.00 2,100.00 154 Pcs Welding Mask (welding Helmet Auto Darkening Adjustable) 5 465.60 2,328.00 155 Pcs Hard Hat (heavy Duty Safety Helmet With Chin Strap) 5 291.00 1,455.00 156 Pcs Compact Electric Kilns (quick Fire A Kiln Controller) 2 39,305.00 78,610.00 157 Pcs Heat Press Transfer Machine (multi-function Heat Press Machine Flatbed: 30 Cm X 38 Cm) 2 11,808.00 23,616.00 158 Pcs Hammer For Carpentry. Claw Hammer /16oz 5 300.00 1,500.00 159 Set Hacksaw Frame With Blade For Metal 12" 300mm Heavy Duty 5 350.00 1,750.00 160 Pcs Wooden Hand Saw. 18" High Quality Metal Blade With Plastic And Rubber Handle 5 350.00 1,750.00 161 Pcs Steel Measuring Tape. Fluorescerous Tape 10m Portable Self Lock Tape Measure Meter Tape Tools 5 350.00 1,750.00 162 Pcs Tri Square. High Quality Metal Frame 12" With Clear Markings 5 750.00 3,750.00 163 Pcs Level Bar. Aluminum Level Bar With Magnet Heavy Duty 80cm 2 2,000.00 4,000.00 164 Pcs Plumb Bob / Hulog. With String 350g 5 250.00 1,250.00 165 Set Rachet. Combination Wrench Steel Chrome Vanadium 8-24mm (per Piece) 5 500.00 2,500.00 166 Set Ratchet Wrench. 12pcs 1/2 1/4-inch Drive Ratchet Wrench Cr-v Socket Kits Mechanic Spanner Car Motorcycle Repair Tool 5 700.00 3,500.00 167 Pcs Adjustable Wrench. Industrial Adjustable Wrench (12") 300mm Made Of High-quality Steel. 5 350.00 1,750.00 168 Set Back Wrench. Set Of Heavy-duty Double Ring Spanner Wrench (metric 28mm - 32mm) Cr-v 5 500.00 2,500.00 169 Set Combination Wrench Tool Set 16pcs (8-32mm Professional Dual Purpose 5 700.00 3,500.00 170 Set Magnetic Screwdriver Set Professional Cushion Grip 5 Flat Head And 4 Phillips Tips Screwdriver Non-slip 5 1,000.00 5,000.00 171 Set Allen Wrench. Short Arm Hex Allen Key Set With Carbon Steel Material. (1.5 To 6 Mm 7 Pcs Set) 5 100.00 500.00 172 Set Heavy Duty Pliers. 8"standard Pliers Cutter Longnose Combinations 8"pliers 5 500.00 2,500.00 173 Pcs Water Pipe Wrench 18” Liyabe Tubo Yabe Hand Tools 5 500.00 2,500.00 174 Set Chisel For Wood. 90 Mm Wooden Handle. 12pcs Professional Manual Wood Carving Hand Chisel Carving Tool Set, 8mm-14 Mm High Quality Steel Blade. 5 900.00 4,500.00 175 Set Wood Planer Set -katam. Locally Manufactured 8 Inches 2 500.00 1,000.00 176 Pcs Rubber Mallet (16 Oz) 5 258.00 1,290.00 177 Pcs Ball Peen Hammer (½ Lb. (80 Oz) 5 376.00 1,880.00 178 Pcs Cutting Mat 6680412 5 268.00 1,340.00 179 Pcs Heavy Duty Extension Wire (10-meter Wire: 162 C, Plug: 15a, 25 V, Maximum Wattage:3750 W., At Least 4 Outlets) 5 900.00 4,500.00 180 Set Microphone With 5-meter Cord, Anti-interference, Anti-whistling. 2 1,500.00 3,000.00 181 Pcs Portable Sound System With Microphone ( Active Portable Trolley Speaker , 600w Max Power, Bluetooth + Tws, Usb & Sd Playback, Fm Radio, Line-in & Line -out, 2 Guitar Input, 2 Wired Mic Input, 180 Channels, Mic Priority, High Quality Lead Acid 12ah Battery, 12 Dc Input, Dimensions: (l) 36.5cm (w) 40 Cm (h) 67.5 Cm, 2 Fee Wireless Mic) 2 20,000.00 40,000.00 182 Pcs Camera Flash. 92 Ft./28 M) 2 13,800.00 27,600.00 183 Pcs Camera Lens (18-200mm F/3.5-5.6 Lens 2 40,336.00 80,672.00 184 Pcs Camera Tripod (aluminum Tripod Digital Camera Tripod Mobile Phone Selfie Stands) 2 2,500.00 5,000.00 185 Pcs Studio Lights (soft Light) 4 10,200.00 40,800.00 186 Hdmi Cord. Hdmi Male To Male Cable Hd104 10110 10 Meter. 4k/60hz 2 1,500.00 3,000.00 187 Hdmi Cord. 5 Meters. Two-color Injection Plug Double Shielded Cable Body. Hdmi2.0 Version. Resolution: 0.75m-3m Support 4k 60hz; 5m Support 4k 30hz Only. Awg:30awg (0.75m-5m) 5 600.00 3,000.00 188 Pcs Soft Box Stand And Reflector Holder (50x70 Cm Soft Box Lighting Kit) 2 442.00 884.00 189 Pcs Monolights (200 W) 2 3,931.00 7,862.00 190 Pcs Reflector With Holder (holder /arm Stand Kit) 2 2,891.00 5,782.00 191 Pcs Boom Light Stand And Reflector Holder (420 Lb. Light Boom Stand With Weight Bag Up To 5kg Maximum Lead Capacity) 3 5,508.00 16,524.00 192 Pcs Background (4.22 M Background Paper 1.36 X 10m) 3 1,438.00 4,314.00 193 Pcs Display Panel Board (display Parallel Board) 1 14,290.00 14,290.00 194 Pcs Offline Mini Compressor (air Compressor Kwv550 9l Oil Less 3 4,558.00 13,674.00 195 Pcs Styrofoam Cutter (electric Foam Cutter Hot Wire Pen Portable) 5 238.00 1,190.00 196 Pcs Potter's Wheel/ Electric Potter's Wheel / Cutter (220 Volts Pottery Wheel) 1 6,228.00 6,228.00 197 Pcs Fire Blanket (with Pvc Pouch 1.2m X 1.2 M) 3 624.00 1,872.00 198 Pcs Smoke Detector X-sense Xs01 Mini Smoke Detector- Stand Alone 3 1,799.00 5,397.00 199 Pcs Disposal Bins (trash Bins 75 L) 3 1,804.00 5,412.00 200 Pcs Dressing Mirror (whole Body Mirror With 4 Wheels Height 5ft. Width 14 Inches) 1 1,500.00 1,500.00 201 Pcs Dish Towels (10 Pc. Per Set 25 Cm X 25 Cm Microfiber Super Absorbent) 10 993.00 9,930.00 202 Pcs Steamer. 3 Layer Steamer 32cm Stainless Steel Cooking Pots Cookware Steam High Quality 3 1,156.00 3,468.00 203 Pcs Soap Dish (dual Soap Case With Cover & Handle- Bathroom Soap Dish / Soap Case) 50 70.00 3,500.00 204 Pcs Detergent (detergent Powder Set 6 Kilos-i Kilo X 6 Pouches) 50 288.00 14,400.00 205 Pcs Hand Soap (liquid Hand Soap Antibac 1 Gallon) 50 216.00 10,800.00 206 Pcs Pots (extra Size #4 (26cm Diameter 16 Cm In Height) 20 673.00 13,460.00 207 Pcs Pans (nonstick) 5 194.00 970.00 208 Pcs Toilet Paper Holder (wall Mounted Bathroom Toilet Paper Holder Tissue) 2 238.00 476.00 209 Pcs Dipper (plastic Dipper L 11" X W 36"x H 41" 2 15.00 30.00 210 Pcs Pail (utility Pail With Metal Handle 10l/26x27 Cm) 2 111.00 222.00 211 Pcs Trash Can (with Plastic Swing Lid L-27 Cm, W- 17.5cm, H- 40.5 Cm) 2 260.00 520.00 212 Pcs Toothbrush (extra Clean Toothbrush 5 Pk -soft) 20 182.00 3,640.00 213 Pcs Hairbrush (natural Wood Hairbrush Comb) 20 120.00 2,400.00 214 Pcs Comb (1 Dozen Suklay 3-hole X Sz-28 Big) 20 90.00 1,800.00 215 Pcs Toothpaste (red 100 Ml) 20 60.00 1,200.00 216 Pcs Plastic Tumbler 20 300.00 6,000.00 217 Pcs Razor (twin Blade Disposable Razors) 20 120.00 2,400.00 218 Pcs Nail Clipper (stainless Nail Clippers H-8 Cm Wt-0.046 Kg) 20 100.00 2,000.00 219 Pcs Nail File (12 Pcs Red Nail File (medium) 20 50.00 1,000.00 220 Pcs Deodorant (roll On 50 Ml Bottle) 20 150.00 3,000.00 221 Pcs Face Towel (basic Face Towel - Free Size) 20 100.00 2,000.00 222 Pcs Feminine Napkin (silk Floss 12 Pcs) 200 50.00 10,000.00 223 Pcs Dust Catcher With Broom (2n1 Broom Dustpan Set Windproof Floor Sweeper With Broom) 5 170.00 850.00 224 Pcs Feather Duster (soft Magic Feather Duster Long Size And Colorful Colors (plastic) 5 150.00 750.00 225 Pcs Wash Rags (round Rags) 5 30.00 150.00 226 Pcs Floor Map (magic Spin Mop With Bucket 360° Rotating Floor Cleaning Plastic Liner) 5 264.00 1,320.00 227 Pcs Garbage Can (super Convenient Mini Flip Lid Trash Can (plastic) 10 150.00 1,500.00 228 Pcs Sponge (high Density Double-sided Dishwashing Sponge 7x10x3 Cm) 10 30.00 300.00 229 Pcs Spray Bottle (garden Sprayer Capacity: 500ml) 10 170.00 1,700.00 230 Pcs Table Napkin (1 Ply 40s Sheets Folded) 10 21.00 210.00 231 Pcs Place Mat (table Placemat Pvc Anti-slip Placemat Washable Durable Kitchen S:30x45cm) 10 25.00 250.00 232 Dozen Plates (12 Pcs Plates 8-inch Melamine White) 6 358.00 2,148.00 233 Set Drinking Glass (drinking Glass 10 Oz Tall Clear Tumblers Set Of 6 L=5.5cm H-12 Cm) 6 510.00 3,060.00 234 Pcs Pitcher (durable Crystal-clear Glass 1.5l) 6 258.00 1,548.00 235 Pcs Bowl (serving Bowls, Clear Glass 20 Cm Diameter) 6 72.00 432.00 236 Pcs Water Dispenser. Hot And Cold Water/drinking Household Multifunctional Top Loading. Stainless Steel Casing Color White. Dimension: 85x29x29 Cm. Large Bottom Locker. 3 3,000.00 9,000.00 237 Pcs Electric Hand Drier (free Installation) 1 5,000.00 5,000.00 238 Pcs Water Pail. (utility Pail With Metal Handle 10l Color: Red/ Blue L-27cm, W-27cm, H-26 Cm 6 335.00 2,010.00 239 Bot Dish Washing Liquid. Kalamansi Lemon Antibac Hygiene 780ml Bottle 10 350.00 3,500.00 240 Pack Laundry Powder Soap. 5 Kg Supra Clean, Natural Scent 10 600.00 6,000.00 241 Pcs Laundry Bar Soap (scrubber Bar 125g) 120 18.00 2,160.00 242 Pcs Clothesline (1 Pc Nonslip Clothesline 35 M) 20 10.80 216.00 243 Pcs Clothes Pin (laundry Clothes Pins Spring Clips 24 Pcs Plastic) 20 48.00 960.00 244 Pcs Wash Basin (laundry Basin 23 Inch) 10 504.00 5,040.00 245 Pcs Laundry Bag Set (4 Pcs/set Laundry Washing Bag- 1 Pc M(30cmx40cm) 1pc L (40cmx50cm) 1pc Xl (50x60 Cm) 10 150.00 1,500.00 246 Pcs Ironing Board (ironing Board With Stand Portable 43"iron Board (70cm To 86 Cm) 5 1,300.00 6,500.00 247 Pcs Flat Iron (non-stick Teflon Saleplate Spray Function Ht & Width 251x170x120mm 5 870.00 4,350.00 248 Pcs Mono Bock Chair, Standard Size. White. Load Capacity 200kg. 20 600.00 12,000.00 249 Pcs Curtain Rod (steel +anti-rust Coating, Adjustable Size: Large 120 Inches) 10 1,200.00 12,000.00 250 Pcs Curtain (1pc 5x7 Ft. Window Curtain With 8-hole Grommet Rings For Bedroom And Living Room) 10 714.00 7,140.00 251 Dozen Hangers (12 Pcs. Plastic Hanger) 2 150.00 300.00 252 Pcs Washing Machine. 7.0 Kg Digital Inverter Fully Automatic Top Load Washing Machine (water Level: 5, Gross Weight: 31kg, Net Weight: 27 Kg Gross Dimension: (wxhxd)=580x890x600mm Net Dimension: (wxhxd)= 540x857x568mm) 2 20,000.00 40,000.00 253 Pcs Vacuum Cleaner (heavy Duty Gas 12-25 Pl Wet And Dry Vacuum Cleaner/ Extractor With Power Socket System 1,250 W Weight-9kg, Max Input Power- 1,250 W, Max Vacuum Power-200 Mbar) 5 11,547.00 57,735.00 254 Pcs Socks (cotton Socks Unisex High Street Socks Sixe:38-44 2 50.00 100.00 255 Pcs Dress (sleeve Ruffle Hem Plain Elegant) 1 500.00 500.00 256 Pcs Slippers (sizes 10, Flipflop Brand Light Weight And Durable 2 132.00 264.00 257 Pcs Mattress (for Single Size Bed Size Polyester 3.5 Inch Thick 6 4,440.00 26,640.00 258 Bed Foam (for Single Bed, 3 Inches Thick) 3 3,500.00 10,500.00 259 Pcs Pillows (foam Pillow 4x12x20) 3 426.00 1,278.00 260 Pcs Bedsheets (cotton Full Garterize 3n1 Bed Sheets, L-60in Ww-75in (for Single Bed Size) 3 300.00 900.00 261 Pcs Alarm Clock (3-inch Retro Mute Quartz Bell Alarm Clock Movement Bedside With Night Light And Loud Alarm) 1 450.00 450.00 262 Pcs Handheld Rechargeable Pool Vacuum. • Strong Built-in 4v 2ah Ni-mh Rechargeable Batteries • Suitable For Use With All Purespas And Above Ground Pools Up To 18 Feet Or 5.49 Meters In Diameter • 0.21 Gal (0.8 Liters) Quick Release Transparent Debris Container • 12 Gal/min. (45 Liters/minute) Water Suction For Efficient Debris Collection • 94 Inches (2.39m) Lightweight Telescoping Aluminum Pole • Two Interchangeable Brush Heads • Automatic Shut-off Feature When Vacuum Is Not Submerged In Water • Ipx8 Waterproof Switch For Added Protection • 5-6 Hour Charge Time / 50 Minutes Maximum Running Time • Usb Charging Cable Included For Convenient Recharging (plug Not Included) 3 9,998.00 29,994.00 263 Pcs Swimming Pool Leaf Skimmer. Purpose: Used For Cleaning Swimming Pool And Salvaging Pool Water Garbage. Material: Pp Plastic. Size: 420*280*30mm/16.54*11.02*1.18". 5 376.00 1,880.00 264 Pcs Pack Of 300 Pcs Chlorine Tablet For Swimming Pool. Adjustable Chlorine Dispenser 8 Inchin Combination With Mont, 3-inch Chlorine Tablets Adjust The Water Flow Rate And Hereby The Amount Of Chlorine Dissolved In Your Pool Package Included:1*chlorine Dispenser +300pcs Pool Cleaning Tablet Or 300pcs Pool Cleaning Tablet 20 500.00 10,000.00 265 Pcs Adaptive Swim Life Jacket For Disabled. Keeps The User’s Face Out Of The Water. Stops The Tension Of The Neck. Upright Position. Back Support. Therapist Hands Free! Double Harness Distributes Tension’s Adjustment. Possibility To Add The Harness Pad (or “cuissard” In French) No Latex. 5 11,000.00 55,000.00 266 Pcs Bakery Display Rack (estante). Made Of Glass And Aluminum Frame. 4 Layer Of Glass (transparent) Or Acrylic With Partition. Rubber Wheels With Lock. At Least 2ftx 5ftx 4 Ft 2 40,000.00 80,000.00 267 Pcs Bread Rack. Made Of 12 Mm Steel. 24"x5ftx5ft. Can Hold Up To 10 Trays (lagayan Ng Plantsa Ng Tinapay) 2 10,000.00 20,000.00 268 Pcs Cookery Cabinets (made With Carbon Steel 5 Layers, Size: H: 144cm, W: 55cm) 3 3,621.00 10,863.00 269 Set Housekeeping Cart. Multi-functional Movable Cleaning Cart Housekeeping Property Cleaning Tool Cart Special Trolley. Standard For Housekeeping Work. 5 5,000.00 25,000.00 270 Set Shopping Cart Utility Cart Trolley Grocery Cart For Warehouse Garden Supermarket 5 6,000.00 30,000.00 271 Pcs Kitchen Carts (2 Layer Stainless Steel Carts With Two Brake Wheels; Size: 400mm X 500mm X 860mm) 2 3,019.00 6,038.00 272 Pcs Weighing Scale Digital. Display Mode: Led/lcd+light. Weighing Range :40kg. Accuracy: 2g. Product Size: 35x33x14cm 3 Lcd Display On The Operator’s Side Of The Scale As Well As 3 Lcd Display On The Customer’s Side. Minimum Capacity Is 2g. Maximum Capacity Is 40kg Power Source: Built In Rechargeable Battery With Usb Cable Battery Powered Or Connect Usb Cable. Battery Powered Or Connect Usb Cable To Use Weight Platform/tray Material Is Stainless Steel. 4 7,000.00 28,000.00 273 Pcs Measuring Cup. Measuring Cup Sizes: 1 Cup (250ml). 1/2 Cup (125ml). 1/4 Cup (60ml); 1/8 Cup (30ml). Materials. Plastic (abs) 6 500.00 3,000.00 274 Pcs Measuring Spoon 1tbsp 15ml 1/2tbsp 7.5ml Ltsp 5ml 1/2tsp 2.5mlmaterial: Stainless Steel+pp Packing: Pp Bag 6 400.00 2,400.00 275 Pcs Measuring Urn - Glass, Capacity: 100 Ml. (with 10 Ml Increments), Metric And English System Of Measurement; With Handle And Spout, Clear, Non- Porous, Tempered Glass 6 450.00 2,700.00 276 Pcs Wire Whisk - Length: 30 Cm (12 ") Material Stainless Steel 6 320.00 1,920.00 277 Pcs Chef's Knife (stainless Steel) 33cm X 4.5cm X 2cm 6 750.00 4,500.00 278 Pcs Boning Knife (stainless Steel) 24.4cm X 1.9cm X 1.7cm 6 492.00 2,952.00 279 Pcs Oysters Knife (stainless Steel) 15.5com X 6.5cm X 3cm 6 187.00 1,122.00 280 Pcs Cleaver Knife (stainless Steel) 7 Inches Or 2.5mm 6 1,074.00 6,444.00 281 Pcs Tenderizer (pin Tenderizer) Stainless Steel Diameter: 5cm, Height: 19cm 6 119.00 714.00 282 Pcs Tenderizer Mallet. (tenderizer) Stainless Steel 12.6 Inches X 11.5x4cm 6 240.00 1,440.00 283 Pcs Skimmer, Fine (stainless Steel) 7.3cm X 5cm X 21.5cm 6 160.00 960.00 284 Pcs Wire Skimmer, Small (stainless Steel) Handle: 14; Radius: 14 6 105.00 630.00 285 Pcs Skimmers, Spider (stainless Steel) Handle: 14; Radius: 20 6 115.00 690.00 286 Pcs Strainer, Small, Fine (stainless Steel) Diameter:14cm; Length: 29cm; Depth: 5.5cm 6 160.00 960.00 287 Pcs Colander Strainer (stainless Steel) 48cm X 20cm X 12cm 6 298.00 1,788.00 288 Pcs Siever, Small (stainless Steel) 14 Cm 6 188.00 1,128.00 289 Pcs Strainer, Medium, Fine (stainless Steel) Diameter:16cm; Length: 30.5cm; Depth: 5.9cm 6 180.00 1,080.00 290 Pcs Turner (stainless) Dimension: 34.5 X 9.8 X 4.4 Cm 6 280.00 1,680.00 291 Pcs Spatula (silicon) 27.2 X 5.5 X 1.5cm 6 169.00 1,014.00 292 Pcs Wooden Spoon (made With Beech Wood 10cm X 34cm X 2cm) 6 244.00 1,464.00 293 Pcs Parisienne Scoop (stainless Steel Blade With Plastic Handle) Scoop Diameter: 30mm And 27mm; Total Length: 170mm 6 216.00 1,296.00 294 Pcs Fruit Juicer, Standard Type 6 1,500.00 9,000.00 295 Pcs Zester (stainless Steel) Length: 30cm/11.81 Inches 8 268.00 2,144.00 296 Pcs Piping Bag (disposable Bag Size: 24.5cm X 17cm 8 208.00 1,664.00 297 Pcs Pastry Tubes (stainless Steel) 3cm X 3cm X 6.1cm 8 142.00 1,136.00 298 Pcs Strainer, Chinois, Small (stainless Steel) 16cm Handle: 5.5inches 8 198.00 1,584.00 299 Pcs Filling Funnel (stainless Steel) Upper Diameter: 10.5cm, Lower Diameter: 3.7cm, Height: 4.5cm 4 212.00 848.00 300 Pcs Measuring Spoon (1set: 1tbsp, 1/2tbsp, 1tsp, 1/2tsp, 1/3tsp, 1/4tsp) 6 245.00 1,470.00 301 Pcs Tongs (stainless Steel) 9 Inches 10 110.00 1,100.00 302 Pcs Tongs (stainless Steel) 12 Inches 8 179.00 1,432.00 303 Pcs Ice Cream Scoop (stainless Steel) Diameter: 4.5cm, Length: 18cm 6 208.00 1,248.00 304 Pcs Cheese Cloth (made From Cotton) 101 X 270cm 10 223.00 2,230.00 305 Pcs Serving Spoon (heavy-duty Stainless Steel) Length: 22.5cm; Width: 6cm 24 102.00 2,448.00 306 Pcs Pepper And Salt Grinder (made With Stainless Steel, Glass And Ceramic) Approx. 19x6.5cm 6 296.00 1,776.00 307 Pcs Core Seed Remover (stainless Steel; Approx: 1.4x21.5cm) 8 229.00 1,832.00 308 Pcs Wire Whisk, Small (stainless Steel+plastic Handle; 8 Inches) 8 180.00 1,440.00 309 Pcs Wire Whisk, Medium (stainless Steel+plastic Handle; 10.2 Inches) 8 189.00 1,512.00 310 Pcs Wire Whisk, Heavy Duty (stainless Steel+plastic Handle; 14 Inches) 2 258.00 516.00 311 Pcs Can Opener (stainless Steel Blade; Length: 17cm High) 1 370.00 370.00 312 Pcs Muti-purpose Kitchen Scissors/ Shears (scissors Length: 21.5cm; Blade Length: 10cm; Handle Length: 11.5cm; Handle Width: 9.5cm; Blade Thickness: 0.4cm Weight: 200grams) 8 368.00 2,944.00 313 Pcs Soup Ladle, 4 Oz (stainless Steel; Size: 7.5cm X 30 Cm) 8 124.00 992.00 314 Pcs Soup Ladle, 6 Oz (stainless Steel; Size: 7.5cm X 30 Cm) 8 194.00 1,552.00 315 Pcs Soup Ladle, 8 Oz (stainless Steel And Wooden Handle: 10 X 51 Cm) 3 290.00 870.00 316 Pcs Soup Ladle, 12 Oz (stainless Steel And Wooden Handle: 15 X 51 Cm) 2 360.00 720.00 317 Pcs Kitchen Spoon (stainless Steel; Size: 8cmx6.5cmx21cm) 8 86.00 688.00 318 Pcs Kitchen Spoon, Slotted (material: Plastic; Size: 7x3x43cm) 8 289.00 2,312.00 319 Pcs Kitchen Fork (stainless Steel; Size: 7cmx4cmx21cm) 4 72.00 288.00 320 Pcs Carving Fork (stainless Steel; Size: 13 Inches Long) 3 162.00 486.00 321 Pcs Digital Kitchen Thermometer (cooking/food Temperature; Size 34mm X 270mm) 2 486.00 972.00 322 Pcs Muti-function Vegetable Fruit Peeler Slicer Cutter Chopper (material: Abs + Stainless Steel) 2 429.00 858.00 323 Pcs Stock Pot, Big (with Glass Cover; Size: 34.5 X 27.9 Cm X 16.6 Cm) 2 798.00 1,596.00 324 Pcs Frying Pan, Small (scratch Resistant And Non-stick; Size: 20cm) 4 233.00 932.00 325 Pcs Frying Pan, Medium (scratch Resistant And Non-stick; Size: 24cm) 4 380.00 1,520.00 326 Pcs Frying Pan, Large (scratch Resistant And Non-stick; Size: 28cm) 2 578.00 1,156.00 327 Pcs Colander, Small (stainless Steel; Size: 24cm X 22cm) 3 204.00 612.00 328 Pcs Colander, Medium (stainless Steel; Size: 28cm X 22cm) 2 298.00 596.00 329 Pcs Cutting Board (material: Bamboo; Size: 34x24x1.8cm/750g) 4 209.00 836.00 330 Pcs Heavy Duty Electric Grill Machine 2 10,000.00 20,000.00 331 Pcs Portable And Foldable Charcoal Barbeque Grill 25"x30"x27" 2 2,000.00 4,000.00 332 Unit Cotton Candy Machine, Power 950 Watts, Speed 3600 Rpm, Pre Heating Time 1 To 3 Minutes, 515 Mm Diameter Stainless Drum. 1 5,000.00 5,000.00 333 Pcs Fish Poacher, Medium (stainless Steel With Tempered Glass Cover; Size: 24cm X 38.7cm X 10cm) 1 983.00 983.00 334 Pcs Casserole, Small (stainless Steel: 2.1 Liter; Size: 12cm X 15cm) 6 599.00 3,594.00 335 Pcs Casserole, Medium (stainless Steel: 3.9 Liter; Size: 12.5cm X 20cm) 4 689.00 2,756.00 336 Pcs Wok, Small (nonstick Carbon Steel; Size: 32cm) 4 389.00 1,556.00 337 Pcs Wok, Medium (nonstick Carbon Steel; Size: 36cm) 1 401.00 401.00 338 Pcs Double Boiler, Medium (stainless Steel; Size: 27x14x6cm) 1 389.00 389.00 339 Pcs Paella (heavy Duty Carbon Steel; Size 25cm) 8 581.00 4,648.00 340 Pcs Glass Rack (plastic-coated Metal; Capacity: 24pcs Glass; Dimension: L:52cm; W: 36cm; H:8cm) 2 461.00 922.00 341 Pcs Soup Cup Rack (2 Layered Rack; Size: 35 X 25 X 28cm) 3 899.00 2,697.00 342 Pcs Plate Rack (stainless Steel; Size: 30cmx22.8cmx12.9cm) 2 492.00 984.00 343 Pcs Baking Tray, Small (stainless Steel; Size Details: 23cm X 17cm) 8 258.00 2,064.00 344 Pcs Utility Tray (stainless Steel: Stain Resistant; Size: 45cm X 35cm X 4.8cm) 12 189.00 2,268.00 345 Pcs Roasting Pan (stainless Steel; Size: 31.5 X 24.5 X 2.5 Cm) 4 378.00 1,512.00 346 Pcs Dish Towels (highly Absorbent Cloth With 3pcs Per Pack) 8 98.00 784.00 347 Pcs Cooler, 2.5ft X 2.5 Ft X 3ft Plastic, With Good Insulation 1 3,000.00 3,000.00 348 Pcs Plastic Silverware Or Real Silverware (stainless Steel; 18pcs Utensils Set Includes: 6 Dinner Fork, 6 Dinner Spoons And 6 Dinner Teaspoons) 2 415.00 830.00 349 Pcs Glasses. Dining Glasses (6pcs. Thick Clear Glass: W: 3inches And H: 4inches) 6 265.00 1,590.00 350 Pcs Teacups (ceramic White; Capacity: 250ml) 2 188.00 376.00 351 Pcs Small Plate / Saucers (ceramic With Size: 6 Inches And 6pcs Per Set) 6 140.00 840.00 352 Pcs Cabinet Dish Organizer (2 Layered Metal Dish; Size:41.5cm X 30cm X 47cm) 1 2,499.00 2,499.00 353 Pcs Sponge And Soap Holder For Kitchen (stainless Steel) 18x 10 X 9cm 3 418.00 1,254.00 354 Pcs 11-piece Pots/pans (stainless Steel) 1 5,158.00 5,158.00 355 Pcs Silicone Kitchenware Set. Composed Of Slotted Spoon 12". Soup Ladle 12". Solid Turner 12". Tongs 10". Whisk 9.5". Basting Brush 10.8". Pasta Server 12.5". Round Spatula 12". Spoon 12.5" Spatula 12.6" And Utensils Holder. 6 647.50 3,885.00 356 Pcs Rotary Eggbeater (stainless Steel) 31cm /12.2", W:9.5cm/3.74" 2 340.00 680.00 357 Pcs Dough Scraper (stainless Steel) 16x12x2cm 3 178.00 534.00 358 Pcs Gas Range And Oven (1 Turbo, 1 Large And 2 Medium Burners) 33x42x39.5, (49 Liters ) 1 46,162.00 46,162.00 359 Pcs Refrigerator (7 Cubic Feet, Stainless Look) Two Door Direct Cool 1 15,717.00 15,717.00 360 Pcs Kitchen Cupboards (7 Doors, 3 Drawers) 120x 40x90 Cm 2 13,198.00 26,396.00 361 Pcs Cooking Brush (silicone) Heat Resistant 3 82.00 246.00 362 Pcs Blender. (9 In1 Food Processor, Good For Chopping, Slicing,grating,shredding, Whisking)18x18x38cm 3 3,742.00 11,226.00 363 Pcs Mechanical Microwave Oven (countertop,20 Liters) 700w - 1200w 3 5,075.00 15,225.00 364 Pcs Kitchen Scale Food (manual) 5 Kilogram 2 252.00 504.00 365 Pcs Measuring Spoons (stainless Steel, 6pcs Heavy Duty) 3 258.00 774.00 366 Pcs Measuring Cups (12 Pieces, Bpa -free Plastic Long Lasting Used) Large And Medium Cups 3 2,208.00 6,624.00 367 Pcs Kitchen Shears (stainless Steel) 9 Inches/ 225mm 3 357.00 1,071.00 368 Pcs Potato Masher With Soft Grip Handle (stainless Steel) 9.5x27x8cm 3 357.00 1,071.00 369 Pcs Medium Graters (stainless Steel) 18/8 3 430.00 1,290.00 370 Pcs Funnel (stainless Steel) 22x14.5cm 3 715.00 2,145.00 371 Pcs Can Opener (automatic) 16.3x 1.5cm 3 698.00 2,094.00 372 Pcs Cast Iron Pots And Pans (ceramic, Non-stick) 21.85x 13.19x12.80inch 3 7,180.00 21,540.00 373 Pcs Gas Stove. 2 Burner Built In Gas Stove ( Stainless Steel) 73x41x9cm With Hose And Safety Regulator. 5 3,640.00 18,200.00 374 Pcs Lpg Tank 11kg 6 5,000.00 30,000.00 375 Unit Electric Stove. Stainless Frame. Multifunctional Induction Cooker Inverter Electric Stove Heavy Duty Energy-saving 3500w 220v. All Copper Heating Coil. Five Speed Power Adjustment. Explosion Proof. With Digital Display Panel. 5 2,500.00 12,500.00 376 Pcs Double Broiler Steamer (stainless Steel) 30 Cm Diameter 3 2,730.00 8,190.00 377 Pcs Kitchen Knife Set (stainless Steel And Poly Propylene Plastic Handle) 15x7.5x34cm 3 840.00 2,520.00 378 Pcs Meat Slicer (electric Machine Stainless Steel) 418x 293x 325mm 3 2,494.00 7,482.00 379 Pcs Bread Toaster (stainless Steel Top Plate) 25x 14.6x16.8cm 3 1,059.00 3,177.00 380 Pcs Cookie Press (stainless Steel With 13 Disc And 8 Icing Tips 25x 14.5cm 3 462.00 1,386.00 381 Pcs Cake Decorating Kit. Piping Tips Set ( Stainless Steel, Multicolor) 3 279.00 837.00 382 Pcs Serving Bread Tray (stainless Steel) 45cmx2.8cm 6 1,229.00 7,374.00 383 Pcs Hot Plate Single Electric Stove (1000 W) 8.8x8.8x1.4 Inch 2 583.00 1,166.00 384 Pcs Electric Oven. Height (cm): 32.5. Highlights. Width (cm): 37.5. Warranty: 1 Year Warranty On Electrical Parts And Lifetime Free Service. Net Weight (kg): 7.3. Capacity: 2.8 Liters Length (cm): 49. Gross Weight (kg): 8.2. 5 11,000.00 55,000.00 385 Pcs Oven. Four Plates Oven For Bread (stainless Steel) 530x595x570mm. Lpg Type 1 48,924.00 48,924.00 386 Pcs Bread Plates (stainless Steel) 40x 60cm 20 1,027.00 20,540.00 387 Pcs Bread Rack (stainless Steel)15 Layers 40x60cm Heavy Duty 1 20,000.00 20,000.00 388 Pcs Electric Burger Griddle. Large Size Heavy Duty. Size: 73cmx52cmx10cm. Bigger Waster Oil Container. Stainless Steel, Solid Gritty. Food Grade Material. 2 11,475.00 22,950.00 389 Pcs Food Warmer Display Cabinet. Commercial Food Heater Glass Display Cabinet Heavy-duty Curved Deli Cabinet With Lighting. Constant Temperature Heating Display Counter Ideal For Fried Chicken Burger And Cooked Food. Size: Red+3 Compartments: 96x45x60cm. Rated Power: 300w. Rated Voltage: 220v.number Of Internal Layers: Three. Layers. Temperature Range: 30-80°c. Product Weight: 18kg. Built-in Energy-saving Warm Color Lamp, Improve The Display Effect 2 9,125.00 18,250.00 390 Pcs Frying Pan (non-stick, 28 Cm) 3 1,690.00 5,070.00 391 Pcs Measuring Spoon. 1tbsp 15ml. 1/2tbsp 7.5ml. Ltsp 5ml. 1/2tsp 2.5mlmaterial: Stainless Steel+pp. Packing: Pp Bag. 3 400.00 1,200.00 392 Pcs Measuring Cups (12 Pieces, Bpa -free Plastic Long Lasting Used) Large And Medium Cups 3 2,209.00 6,627.00 393 Pcs Measuring Urn. Glass, Capacity: 100 Ml. (with 10 Ml Increments), Metric And English System Of Measurement; With Handle And Spout, Clear, Non- Porous, Tempered Glass 3 450.00 1,350.00 394 Pcs Mixing Bowl: 30 Cm L30xw27.5xh11.4 Cm Thickness: 0.04 Cm. Material: Stainless Steel 12 900.00 10,800.00 395 Pcs Baking Sheet 11x15 Inches 011 Thickness Heavy Duty Aluminum 10 360.00 3,600.00 396 Pcs Wire Whisk Length: 30 Cm (12 ") Material Stainless Steel 5 320.00 1,600.00 397 Pcs Muffin Pan Non-stick Muffin Pan Dimension: 26.5x35x3cm Capacity: 12 Cup Color: Black Non-stick Surface For Easy Release And Quick Cleanup Dishwasher Safe Ideal For Baking Muffins, Cupcakes, And More Nonstick Coating Helps Ensure Effortless Food Release 5 700.00 3,500.00 398 Set Measuring Spoon 1tbsp 15ml 1/2tbsp 7.5ml Ltsp 5ml 1/2tsp 2.5mlmaterial: Stainless Steel+pp Packing: Pp Bag 6 400.00 2,400.00 399 Set Measuring Cups (12 Pieces, Bpa -free Plastic Long Lasting Used) Large And Medium Cups 6 2,209.00 13,254.00 400 Pcs Measuring Urn Glass, Capacity: 100 Ml. (with 10 Ml Increments), Metric And English System Of Measurement; With Handle And Spout, Clear, Non- Porous, Tempered Glass 6 490.00 2,940.00 401 Pcs Mixing Bowl 30 Cm L30xw27.5xh11.4 Cm Thickness: 0.04 Cm Material Stainless Steel 6 900.00 5,400.00 402 Pcs Baking Sheet 11x15 Inches 011 Thickness Heavy Duty Aluminum 10 360.00 3,600.00 403 Pcs Wire Whisk Length: 30 Cm (12 ") Material Stainless Steel 5 320.00 1,600.00 404 Pcs Electric Stove, 1000 Watts, 12" Diameter, Stainless Steel. With Safety Regulator And Power Indicator. 6 1,500.00 9,000.00 405 Pcs Weighing Scale, Digital "display Mode: Led/lcd+light Weighing Range :40kg Accuracy: 2g Product Size : 35x33x14cm 3 Lcd Display On The Operator’s Side Of The Scale As Well As 3 Lcd Display On The Customer’s Side Minimum Capacity Is 2g. Maximum Capacity Is 40kg Power Source: Built In Rechargeable Battery With Usb Cable Battery Powered Or Connect Usb Cable. Battery Powered Or Connect Usb Cable To Use Weight Platform/tray Material Is Stainless Steel." 4 7,500.00 30,000.00 406 Pcs Scraper(rubber) 30cm X11cmx6.8cm 5 130.00 650.00 407 Pcs Hand Mixer (stainless Steel Bowl) 270x165x290mm, 2.8 Liters Capacity 5 1,755.00 8,775.00 408 Pcs Revolving Cake Stand (aluminum) 12 Inches 5 850.00 4,250.00 409 Pcs Electric Stand Mixer 5.5 Liter(1.9kg) With Bowl And 3 Whisk 6 Speed Setting Dough, Rotating Bowl, Speed Control 3 11,500.00 34,500.00 410 Pcs Rolling Pin Stainless Steel Pressing Stick Pizza Dough Non-stick Dough Roller, (29.5 Cm) 6 300.00 1,800.00 411 Pcs Dough Roller Pin, Wooden. 29.5cm Non-stick Silicone Rolling Pin Pastry Baking Decorating Tool 6 300.00 1,800.00 412 Set Deep Fryer Dimensions (w X H X D) 477 X 318 X 235 Weight 3.81kg Body Material Stainless Steel Color Silver Technical Details Power Consumption 2000w Volume 4l Features Temperature Control Yes 6 7,200.00 43,200.00 413 Pcs Ice Crusher Machine. Electric Stainless Steel Heavy Duty Portable Automatic Rotated Speed: 1500rpm Power:250 Size: 275x190x210mm Capacity: 2 Liter 2 3,900.00 7,800.00 414 Pcs Chest Freezer (inverter) Dual Function Technology (freeze Or Chiller) Solid Top With Glass Cover Inside Digital Temperature Control W/ Lcd Display Dimension: 85:112:70cm 1 28,535.00 28,535.00 415 Set Electric Takoyaki Machine And Double Pan 56 Holes Stainless Steel Size: 437x 435x180mm 6 2,600.00 15,600.00 416 Pcs Waffle Iron Pan 4 Interchangeable Plates 750 Watts 6 1,800.00 10,800.00 417 Pcs Revolving Cake Stand. Nonslip Top And Base. Diameter: 23.5 Cm. Height 14cm. Material: Food Grade Pp. 6 1,076.00 6,456.00 418 Pcs Stainless 4-gas Burner, 55l Gas Oven Hybrid Electric And Lpg 1 40,000.00 40,000.00 419 Pcs Electric Kettle 1.5l 3 900.00 2,700.00 420 Pcs Stand-up Kitchen Mixer-standard (4 Liters Stainless Steel Bowl With Cover) Tilting Mixing Arm. Accessories: Beater, Dough Hook, Whisk. 12 Speed Setting. 2 10,000.00 20,000.00 421 Pcs Hand Mixer. Powerful 180w Motor And 7 Speeds Including Turbo Setting Made Of Stainless-steel Abs. Multifunctional With Chrome Accessories: X2 Beaters, X2 Dough Hooks 5 2,500.00 12,500.00 422 Unit Rice Cooker Standard 2l Home Multifunctional Home Cooking 220v. Fast Cooking, Keep Warm Function, Non-stick Coating, Stainless Steel Cover. Input Voltage. 220v. Power Consumption 400w. Volume Capacity 2l Dimension (l X W X H) 215*215*215 3 2,500.00 7,500.00 423 Unit Electric Rice Cooker 10l 2 5,000.00 10,000.00 424 Pcs Blender 1.5 Liter 5 700.00 3,500.00 425 Pcs Pressure Cooker 3.5 Liter 2 1,200.00 2,400.00 426 Pcs Gas Stove Rack. Plain Sheet With Steel Frame. With Cooking Platform At The Top. Kitchen Heavy Duty Gas Tank Holder Kitchen Organizer Stainless. Made Of Carbon Steel 45cmx45cmx90cm. Made Of Carbon Steel Color Black With Partition For 11kg Gasul Tank And For Cooking Materials. 4 5,500.00 22,000.00 427 Pcs Chef's Knife, 8" Stainless Steel 6 350.00 2,100.00 428 Pcs Bread Knife, 8" Stainless Steel 6 350.00 2,100.00 429 Pcs Clever Knife/ Butcher Knife To Chop Bones 20 Cm Blade, 31 Cm From Tip To Handle 6 350.00 2,100.00 430 Pcs Kitchen Scissors 9" Stainless Steel 6 350.00 2,100.00 431 Pcs Utility Knife 61mmx19mm 6 350.00 2,100.00 432 Pcs Boning Knife, 8" Japanese High Carbon Steel 6 350.00 2,100.00 433 Pcs Paring Knife 4" German Stainless Steel 6 350.00 2,100.00 434 Pcs Stainless Peeler For Vegetables 15cmx6cm 6 80.00 480.00 435 Pcs White Cutting Board (for Bread And Pastry) 25.5cmx34cm, Plastic 6 460.00 2,760.00 436 Pcs Green Cutting Board (for Fruits And Vege)25.5cmx34cm, Plastic 6 460.00 2,760.00 437 Pcs Red Cutting Board (raw Meat)25.5cmx34cm, Plastic 6 460.00 2,760.00 438 Pcs Blue Cutting Board (raw Fish)25.5cmx34cm, Plastic 6 460.00 2,760.00 439 Pcs Yellow Cutting Board (cooked Meat) 25.5cmx34cm, Plastic 6 460.00 2,760.00 440 Pcs Brown Cutting Board (raw Crops) 25.5cmx34cm, Plastic 6 460.00 2,760.00 441 Pcs Weighing Scale (dial/analog. 25kg) 1 400.00 400.00 442 Pcs Digital Kitchen Scale 3kg/0.1g And 500g/0.1g 3 690.00 2,070.00 443 Pcs Measuring Cups (1 Set) 6 95.00 570.00 444 Pcs Plastic Measuring Pitcher Jug With Measurement(set) Maximum Of 1 Liter 6 126.00 756.00 445 Pcs Measuring Spoon, Plastic (set) 6 60.00 360.00 446 Pcs Deep Fry Thermometer, Deed Fried Pot Thermometer Oil Temperature Gauge 6 320.00 1,920.00 447 Pcs Meat Thermometer, Brifit Waterproof Kitchen Meat Thermometer, Foldable Digital Instant Read Food Thermometer 6 400.00 2,400.00 448 Pcs Oven Thermometer 6 389.00 2,334.00 449 Pcs Tenderizer, Wooden Circular-50mm Diameter, 3cm Spikes, 190mm Long (flashlight Design) 6 280.00 1,680.00 450 Pcs Skimmer, Fine Mesh Strainer Oil-frying Filter 7cm Diameter, 32 Long 5 80.00 400.00 451 Pcs Wire Skimmer 18cm Diameter, Stainless Steel 5 80.00 400.00 452 Pcs Strainer, Stainless Steel Multi-purpose Food Strainer, Fine Mesh Long Handle 20cm Diameter X 28cm (fine) 5 109.00 545.00 453 Pcs Siever 17.5x12x11.5cm, Stainless Steel Mesh Stainer 6 68.00 408.00 454 Pcs Strainer Medium 20cm Diameter X 28cm (fine) 6 90.00 540.00 455 Pcs Strainer Large 25cm Diameter X 30cm Long, Stainless Steel 6 120.00 720.00 456 Pcs Wooden Turner, Wooden Sandok Kitchen Spatula Spoon Turner Cooking, 3" Width Of Sandok, 10" Long 6 65.00 390.00 457 Pcs Wooden Spatula 9cm Sandok, 34 Cm Long 6 65.00 390.00 458 Pcs Parisienne Spoon, Double-ended Headed Fruit Ice-cream Ball 6 50.00 300.00 459 Pcs Wooden Ladle/spoon 6cm Pang Sandok 30 Cm Long 6 120.00 720.00 460 Pcs Zester, Four-sided Stainless-steel Grater 9-inch Kitchen Multipurpose Grater For Parmesan Cheese, Ginger Vegetables 6 79.00 474.00 461 Pcs Reusable Piping Bags. 26 Pcs/set Silicone Pastry Bag Tips Kitchen Diy Icing Piping Cream 24 73.00 1,752.00 462 Pcs Stainless Funnel Small 4.5cm Opening Diameter, 3.7cm Height, 0.6cm Tube Diameter 6 60.00 360.00 463 Pcs Stainless Funnel Small 5.5cm Opening Diameter, 5cm Height, 0.9cm Tube Diameter 6 70.00 420.00 464 Pcs Stainless Funnel Small 7.5cm Opening Diameter, 6.7cm Height, 1.2cm Tube Diameter 6 60.00 360.00 465 Pcs 8" Tongs 6 89.00 534.00 466 Pcs 12" Tongs 6 120.00 720.00 467 Pcs Pepper Mill, 5-inch Wooden Peeper Grinder 6 60.00 360.00 468 Pcs Salt Mill 5-inch Wooden Salt Grinder 6 60.00 360.00 469 Pcs Wire Whisks 12 Inches 6 80.00 480.00 470 Pcs Wire Whisks 8 Inches 6 89.00 534.00 471 Pcs Can Opener 6 120.00 720.00 472 Pcs Bottle Opener 6 79.00 474.00 473 Pcs Soup Ladle 3oz 6 140.00 840.00 474 Pcs Soup Ladle 6oz 6 160.00 960.00 475 Pcs Soup Ladle 8oz 6 160.00 960.00 476 Pcs Soup Ladle 12oz 6 180.00 1,080.00 477 Pcs Stock Pot, 30cm High Quality Stainless Steel 10 1,500.00 15,000.00 478 Pcs Stock Pot 24cm High Quality Stainless Steel 10 999.00 9,990.00 479 Pcs Frying Pan 22cm Marble Frypan 10 500.00 5,000.00 480 Pcs Frying Pan 28cm Marble Frypan 48.2x28x5.7cm 10 600.00 6,000.00 481 Pcs Casserole 18 Cm Aluminum, Double Handle, Rust Free 10 250.00 2,500.00 482 Pcs Casserole 20 Cm Aluminum, Double Handle, Rust Free 10 300.00 3,000.00 483 Pcs Casserole 28 Cm Aluminum, Double Handle, Rust Free 10 600.00 6,000.00 484 Pcs Wok 40 Cm Chinese Nonstick Wok Pan 10 500.00 5,000.00 485 Pcs Double Broiler 28 Cm Stainless Steel Two-layer Double Soup Steamed Dual Purpose 10 280.00 2,800.00 486 Pcs Glass Rack. 25-compartment Gray Full-size Glass Rack With 2 Blue Extenders 2 2,500.00 5,000.00 487 Pcs Plate Rack. Microwire 24 Compartment Catering Plate Rack For Plates Up To 11" - Wash, Store, Transport 3 3,000.00 9,000.00 488 Pcs Baking Tray 15"x17" 5 180.00 900.00 489 Pcs Roasting Tray 15"x17'' 5 180.00 900.00 490 Pcs Braising Pan 32cm Stainless Steel Nonstick Pan 5 350.00 1,750.00 491 Pcs Hanging Cabinet With Glass, Std. 2.5'x 3' X 5ft (free Installation) 3 10,000.00 30,000.00 492 Pcs Floor Mops (broom Type) Using Cotton Absorbent Strips 10 180.00 1,800.00 493 Pcs Broom (walis Tambo) 10 80.00 800.00 494 Pcs Dustpan (plastic) 11"x10" Pan, 24" Handle 10 120.00 1,200.00 495 Pcs Garbage Bin (4 Gals.) 10 300.00 3,000.00 496 Pcs Paper Towel Dispenser 10 200.00 2,000.00 497 Pcs First Aid Cabinet, Plastic Box 30cmx12cmx30co With Transparent Cover (free Installation) 2 1,500.00 3,000.00 498 Pcs Fire Extinguisher 3lbs Abc Dry Chemical Refillable (free Installation) 4 2,000.00 8,000.00 499 Pcs Mixing Bowl Small, Stainless Steel Mixing Bowl 20cm 12 80.00 960.00 500 Pcs Mixing Bowl Medium, Stainless Steel Mixing Bowl 30cm 12 130.00 1,560.00 501 Pcs Stainless Steel Basin, 45 Cm Diameter 5 180.00 900.00 502 Pcs Stainless Steel Basin, 38 Cm Diameter 5 120.00 600.00 503 Pcs Baking/ Pastry Brush, Heat Resistant, Standard Size 10 35.00 350.00 504 Pcs Plastic Containers, Microwavable Round Canister, Food Storage Container (400 Ml) 40 20.00 800.00 505 Pcs Multipurpose Plastic Pail 2.5 Gallons Capacity 4 120.00 480.00 506 Pcs Food Grade Silicone High Temperature Resistant Baking Mat Oven Baking (to Match Baking Pan), Browns Silicone Baking Oven Mat Liner, Non-stick For Pastry Cookies Dough 12 90.00 1,080.00 507 Pcs Non-slip Doormat 75x45 Cm Rubber 18 500.00 9,000.00 508 Pcs White Hand Towels Hanging Kitchen Hand Dry 20cmx30cm 12 30.00 360.00 509 Pcs Potholder, Basahan Bilog 6 Inches Diameter 12 15.00 180.00 510 Pcs Round Cake Molder 4, 6, 8 Inches Set 5 161.00 805.00 511 Pcs Square Cake Molder 9, 11, 13 Inches Set 5 160.00 800.00 512 Pcs Baguette Bake Mold Pan 34.5 Cmx 24cm (6cm Molder) Nonstick 10 399.00 3,990.00 513 Pcs Meat Processing Machine (meat Grinder Manual) 1 5,000.00 5,000.00 514 Set Stainless Icing Tip (set-12pcs) Cake Decorating Kit Stainless. Icing Piping Nozzles Pastry Tips Cake. 10 499.00 4,990.00 515 Pcs Cupcake Molder Tray Of 6 12 Holes Baking Pan Muffin Cup Cake 10 89.00 890.00 516 Pcs Large Wooden Turner For Large Oven. Kitchen Turner Flat Spatula Scraper, Acacia Wood 10.5 Inches Long And 2.75 Inches Turner 3 200.00 600.00 517 Pcs Dressing Mirror (whole Body Mirror With 4 Wheels Height 5ft. Width 14 Inches) 1 1,500.00 1,500.00 518 Set Dish Towels (10 Pc. Per Set 25 Cm X 25 Cm Microfiber Super Absorbent) 5 993.00 4,965.00 519 Pcs Soap Dish (dual Soap Case With Cover & Handle- Bathroom Soap Dish / Soap Case) 50 70.00 3,500.00 520 Pcs Detergent (detergent Powder Set 6 Kilos-i Kilo X 6 Pouches) 50 288.00 14,400.00 521 Pcs Hand Soap (liquid Hand Soap Antibac 1 Gallon) 10 216.00 2,160.00 522 Pcs Pots (extra Size #4 (26cm Diameter 16 Cm In Height) 20 673.20 13,464.00 523 Pcs Pans (nonstick 12") 5 195.00 975.00 524 Pcs Toilet Paper Holder (wall Mounted Bathroom Toilet Paper Holder Tissue) 2 238.00 476.00 525 Pcs Dipper (plastic Dipper L 11" X W 36"x H 41" 5 100.00 500.00 526 Pcs Pail (utility Pail With Metal Handle 10l/26x27 Cm) 8 250.00 2,000.00 527 Pcs Trash Can (with Plastic Swing Lid L-27, W- 17., H- 40.5 Cm) 5 350.00 1,750.00 528 Pcs Toothbrush (extra Clean Toothbrush 5 Pk -soft) 20 182.40 3,648.00 529 Pcs Hairbrush (natural Wood Hairbrush Comb) 20 120.00 2,400.00 530 Pcs Comb (1 Dozen Suklay 3-hole X Sz-28 Big) 20 90.00 1,800.00 531 Pcs Toothpaste (red 100 Ml) 20 58.20 1,164.00 532 Pcs Plastic Tumbler 20 300.00 6,000.00 533 Pcs Razor (twin Blade Disposable Razors) 20 120.00 2,400.00 534 Pcs Nail Clipper (stainless Nail Clippers H-8 Cm Wt-0.046 Kg) 20 84.00 1,680.00 535 Pcs Nail File (12 Pcs Red Nail File (medium) 20 50.00 1,000.00 536 Pcs Deodorant (roll On 50 Ml Bottle) 20 150.00 3,000.00 537 Pcs Face Towel (basic Face Towel - Free Size) 20 110.00 2,200.00 538 Pcs Feminine Napkin (silk Floss 12 Pcs) 50 45.00 2,250.00 539 Pcs Dust Catcher With Broom (2n1 Broom Dustpan Set Windproof Floor Sweeper With Broom) 10 350.00 3,500.00 540 Pcs Feather Duster (soft Magic Feather Duster Long Size And Colorful Colors (plastic) 10 110.00 1,100.00 541 Pcs Wash Rags (round Rags) 10 30.00 300.00 542 Pcs Floor Mop (magic Spin Mop With Bucket 360° Rotating Floor Cleaning Plastic Liner) 10 900.00 9,000.00 543 Pcs Garbage Can (super Convenient Mini Flip Lid Trash Can (plastic) 10 150.00 1,500.00 544 Pcs Sponge (high Density Double-sided Dishwashing Sponge 7x10x3 Cm) 10 118.00 1,180.00 545 Pcs Spray Bottle (garden Sprayer Capacity: 500ml) 10 155.00 1,550.00 546 Pcs Table Napkin (1 Ply 40s Sheets Folded) 10 50.00 500.00 547 Pcs Place Mat (table Placemat Pvc Anti-slip Placemat Washable Durable Kitchen S:30x45cm) 10 50.00 500.00 548 Set Plates (12 Pcs Plates 8-inch Melamine White) 3 634.00 1,902.00 549 Set Drinking Glass (drinking Glass 10 Oz Tall Clear Tumblers Set Of 6 L=5.5cm H-12 Cm) 1 718.00 718.00 550 Pcs Pitcher (durable Crystal-clear Glass 1.5 L) 2 300.00 600.00 551 Pcs Bowl (serving Bowls, Clear Glass 20 Cm) 2 130.00 260.00 552 Pcs Water Pail (utility Pail With Metal Handle 10l Color: Red/ Blue L-27cm, W-27cm, H-26 Cm 4 350.00 1,400.00 553 Pcs Laundry Bar Soap (scrubber Bar 125g) 120 20.00 2,400.00 554 Pcs Clothesline (1 Pc Nonslip Clothesline 35 M) 20 140.00 2,800.00 555 Pcs Clothes Pin (laundry Clothes Pins Spring Clips 24 Pcs Plastic) 20 100.00 2,000.00 556 Pcs Wash Basin Plastic (laundry Basin 23 Inch) 5 250.00 1,250.00 557 Pcs Laundry Bag Set (4 Pcs/set Laundry Washing Bag- 1 Pc M(30cmx40cm) 1pc L (40cmx50cm) 1pc Xl (50x60 Cm) 10 200.00 2,000.00 558 Pcs Ironing Board (ironing Board With Stand Portable 36"iron Board (70cm To 86 Cm) 5 1,600.00 8,000.00 559 Pcs Flat Iron (non-stick Teflon Saleplate Spray Function Ht &width 251x170x120mm 5 1,000.00 5,000.00 560 Pcs Pants. Standard Slacks Medium Size 3 1,000.00 3,000.00 561 Pcs Polo. Public School Uniform Type. Medium Size 3 500.00 1,500.00 562 Pcs Blouse. Public School Uniform Type. Medium Size 3 500.00 1,500.00 563 Pcs Skirt. Commonly Used In Public School Type. Medium 3 600.00 1,800.00 564 Pcs Long Sleeves. Cotton, Medium Size 3 1,000.00 3,000.00 565 Pcs T-shirt With Collar. Cotton, Medium Size 3 800.00 2,400.00 566 Pcs T-shirt Without Collar. Cotton, Medium Size 3 500.00 1,500.00 567 Pcs Maong Pants. Medium Size, Female Cut, Medium 3 1,000.00 3,000.00 568 Pcs Maong Pants. Medium Size, Female Cut, Medium 3 1,000.00 3,000.00 569 Pcs Maleta. 7kg Hand Carry Luggage Travel Bag. 360 Universal Wheels. Divided Internal Space. 57 Liters Capacity. 40 X 57 X25 Cm Dimension. 3 1,500.00 4,500.00 570 Pcs Chef’s Hat. Chef Cap For Men Women Chef Head Cap Breathable Hat Fast Food Restaurant Coffee Shop Work Wear. Large Size. Black 20 250.00 5,000.00 571 Chef’s Hat. Chef Cap For Men Women Chef Head Cap Breathable Hat Fast Food Restaurant Coffee Shop Work Wear. Medium Size. White 20 250.00 5,000.00 572 Pcs Chef’s Hat. Chef Cap For Men Women Chef Head Cap Breathable Hat Fast Food Restaurant Coffee Shop Work Wear. Small Size. White 20 250.00 5,000.00 573 Pcs Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant. Large 20 450.00 9,000.00 574 Pcs Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant. Medium 20 450.00 9,000.00 575 Pcs Chef’s Apron. Black Apron With 2 Large Pockets Adjustable Apron Halter Neck Unisex Dirt And Stain Resistant. Small 20 450.00 9,000.00 576 Pcs Hair Net. Unisex Hair Net Cap Hair Mesh Weaving Wig Cap Hair Styling Tools Nylon Hair Nets Hollow Out High. Black 300 30.00 9,000.00 577 Dozen Hangers (12 Pcs. Plastic Hanger) 1 181.00 181.00 578 Pcs Wash Basin. Aluminum 32" Diameter. 6 1,500.00 9,000.00 579 Pcs Washing Machine. 7.0 Kg Digital Inverter Fully Automatic Top Load Washing Machine (water Level: 5, Gross Weight: 31kg, Net Weight: 27 Kg Gross Dimension: (wxhxd) 580x890x600mm Net Dimension: (wxhxd)= 540x857x568mm) 3 25,000.00 75,000.00 580 Pcs Vacuum Cleaner (heavy Duty Gas 12-25 Pl Wet And Dry Vacuum Cleaner/ Extractor With Power Socket System 1,250 W Weight-9kg, Max Input Power- 1,250 W, Max Vacuum Power-200 Mbar) 2 12,000.00 24,000.00 581 Pcs Socks (cotton Socks Unisex High Street Socks Sixe:38-44 5 200.00 1,000.00 582 Pcs Dress (sleeve Ruffle Hem Plain Elegant Red Small, Medium, Large) 3 500.00 1,500.00 583 Pcs Slippers (sizes 7-10, Flipflop Brand Light Weight And Durable 5 150.00 750.00 584 Pcs Mattress For Single Bed (30x75 Single Size Polyester 3.5 Inch Thick) 5 4,440.00 22,200.00 585 Pcs Pillows (foam Pillow 4x12"x20") 5 426.00 2,130.00 586 Pcs Bedsheets (cotton Full Garterize 3n1 Bed Sheets, For Single Bed Size) 5 1,100.00 5,500.00 587 Pcs Alarm Clock (stopwatch, Digital Timer) 5 850.00 4,250.00 588 Pcs Goalball, Standard Size And Weight, Blue 2 20,000.00 40,000.00 589 Pcs Basketball, Standard Size 2 2,000.00 4,000.00 590 Pcs Soccer Ball, Standard Size 2 1,500.00 3,000.00 591 Set Bocce Balls, 100mm Diameter, 4 Balls Colored Red, 4 Balls Colored Green, With Palena Ball Color White. Set With Bag. 2 20,000.00 40,000.00 592 Piece White Cane For Adults- Foldable Aluminum With White Anodized Finish And Plastic Tip. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 10 1,500.00 15,000.00 593 Piece White Cane For Kids- Foldable Aluminum With White Anodized Finish. The Tube Has A Spring Lock Pin For Adjusting Handle Height From 58-94 Cm. 10 1,150.00 11,500.00 594 Set Chess Board For Blind. Plastic Pieces With Special Markings, Board With Pattern To Distinguish White And Black Squares With Slots To Hold The Pieces. At Least 12"x24" Plastic Board. 4 5,000.00 20,000.00 595 Set Scrabble Board For Blind. Made Of Plastic With Special Markings On Tiles And Board. At Least 18"x18" Board. 5 4,000.00 20,000.00 596 Set Dolch Basic Sight Words. (bitay Max). Printed On White Tarpaulin 2 Ftx 3 Ft Binded With Two Wooden Sticks. With String (sabitan). Words At Least 2" Height Black, Arial Font Style. 5 1,500.00 7,500.00 597 Pcs Meter Stick, 100cm Stainless Steel Ruler 5 500.00 2,500.00 598 Box Braille Paper. White Fanfold Tractor-feed Braille Transcribing Paper: 8.5 X 11 Inches, 3-hole And 19-hole Punch. Dimensions:10.1 × 11.5 × 5.4 Inches. 1000 Sheets 7 10,000.00 70,000.00 599 Box Braille Paper. 11.5"x 8.5". 1000 Sheets 5 7,000.00 35,000.00 600 Box Swell-touch Paper 11 X 11.5-in- 100 Sheets 1 10,000.00 10,000.00 601 Unit Braille Machine, Standard. With Leather Cover. With Warranty On Parts. 2 49,500.00 99,000.00 602 Pcs Braille Slate. 27 Lines, 30 Cells Per Row, Black 25 1,000.00 25,000.00 603 Pcs Braille Contraction Pamphlet. Unified Contraction Pamphlet 4"x6". 25 600.00 15,000.00 604 Pcs Contraction Pamphlet. Nemeth Code. 4"x6". 25 600.00 15,000.00 605 Pcs Cranmer Abacus 25 650.00 16,250.00 606 Pcs Braille Stylus. Round Or Y Shape 25 200.00 5,000.00 607 Set Geometric Measurement. Set Of Protractor, Ruler And Triangles Made Of Plastic With Embossed Marking For The Blind, Standard Size. 24 1,000.00 24,000.00 Delivery Terms: Within 30 Days Drop Off Points: General Santos City Sped Integrated School – Quezon Avenue, Brgy. West, Gsc (ilrc) Payment Terms: Payment To The Service Provider Shall Be Made Through Philippine Veterans Bank Lddap-ada / Mds. In The Case Of Accounts Maintained In Other Bank, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. ***nothing Follows*** Grand Total 7,338,507.00 2. The Deped Now Invites A Bid For The Above Procurement Project. Bidders Must Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With An Amount Of At Least 50% Of The Abc To Be Bid For Non-expendable And 25% Of The Abc For Expendable. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, I.e., In Section Ii, Instructions To Bidders. Bids Received That Exceed The Abc Per Lot Shall Be Rejected At Bid Opening. The Department Of Education, Division Of General Santos City Division Through Its Bids And Awards Committee (bac) Now Invites Bids For The Herein-mentioned Goods. Delivery Of The Goods Is Required On The Expected Delivery Date(s) Stated Herein. 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) 9184, Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. A Complete Set Of Bidding Documents In Soft Copy Only May Be Purchased At Deped-division Of General Santos City Bac Secretariat, Located At Tiongson St., Lagao, General Santos City Upon Submission Of A Letter Of Intent, And Payment In Cash On A Non-refundable Fee By Interested Bidders To The Deped Division Cashier. Only Bidders Who Purchased The Bidding Documents Provided Below Shall Be Allowed To Submit Bid/bids Not Later Than The Scheduled Receipt And Opening Of Bids. Bidding Document Price Lot Number Price Lot No. 1 P 10,000.00 5. It May Be Viewed Or Downloaded After Payment From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph. The Schedule And Venue Of The Procuring Activities Are As Follows: Activity Date And Time Venue Pre-bid Conference February 19, 2025 2:00 P.m. (wednesday) Sds Conference And Online Via Google Meet Issuance Of Bidding Documents Until March 5, 2025 9:00 A.m (wednesday) To Be Sent To Bidder’s Email Address After Payment Of The Bidding Documents Receipt And Opening Of Bids March 5, 2025 10:00 A.m. (wednesday) Division Office/google Meet Prospective Bidders Are Strongly Encouraged To Order Or Download The Electronic Copy Of The Bidding Documents From The Philgeps Website: Www.philgeps.gov.ph, For Them To Be Included In The Document Request List Of The Project. The Pre-bid Conference Is Open To All Interested Parties Who May Have Or Have Not Bought The Bidding Documents. 6. Bids Must Be Physically Delivered To The Address And On The Date And Time Stated Herein. Submission Of Digital Copy Of The Bidding Documents Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. A Valid Bid Securing Declaration Must Accompany The Bid(s) In Lieu Of Bid Security. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Opening Of Bids At The Address, Date And Stated Herein. Late Bids Shall Not Be Accepted. 7. The Deped-division Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Not Award The Contract(s), Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Ofelia S. Panes Michael Jhon A. Del Sol Administrative Officer Iv (records) Administrative Assistant Ii Bac Secretariat Head Bac Secretariat Member Email: Ofelia.panes@deped.gov.ph Email: Bac.depedgensan@deped.gov.ph Cell No. 09692673871 Cell No. 09278865516 Approved By: Mervie Y. Seblos, Cese Oic – Assistant Schools Division Superintendent Bac Chairperson Bacsec/mds
Closing Date3 Mar 2025
Tender AmountPHP 7.3 Million (USD 126.5 K)
Primary school under Svatá Hora, Příbram Tender
Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of this public contract is the renovation of workshops, kitchens, multimedia classrooms and classrooms of the Polytechnic in the school building and also the supply of audiovisual equipment. The contracting authority informs that this public contract is divided into 2 parts, namely: 1) Part of the public contract: Construction work 2) Part of the public contract: Avt 1. Part of the public contract: Construction work: The subject of Part 1 of this public contract is construction work or renovation of workshops, kitchens, multimedia classrooms and classrooms of the Polytechnic. The scope of individual renovations or construction work in the classrooms of the school is described in Point 4 and in Annex No. 5 of the Tender Documentation. The Selected Participant Will Have Under Part 1 Of This Public Procurement Contract, Liability Insurance For Damage Caused To The Contracting Authority Or A Third Party In The Performance Of Its Activities In The Amount Of At Least CZK 2,000,000. The Selected Participant Is Obliged To Submit Proof Of This Insurance To The Contracting Authority No Later Than Upon Signing The Purchase Contract. If The Selected Participant Does Not Provide The Contracting Authority With Cooperation According To The Previous Sentence, The Contracting Authority Is Not Obliged To Conclude A Contract With It Within The Framework Of This Public Procurement Contract. The Contracting Authority Points Out That As The Chronologically First Part Of The Public Procurement Contract, Construction Works Must Be Implemented. 2. Supply Of Audiovisual Equipment: The Subject Of Part 2 Of This Public Procurement Contract Is The Supply Of Audiovisual Equipment To The Classrooms Of The School Building. A) Workshop Supply: As part of supplies to the workshops of the school building, the contracting authority requires the supply of: an interactive system, presentation software, wall mount, wall board, HDMI cable and extender, active USB repeater, EDID and HDCP manager, desktop visualizer, PC control and presentation station for teachers, Displayport cable, DP - HDMI cable, monitor, access point, PoE injector and data switch. B) Supply of Kitchens: As part of supplies to the school kitchen, the contracting authority requires the supply of: an interactive system, presentation software, wall mount, HDMI cable and extender, active USB repeater, EDID and HDCP manager, desktop visualizer, PC control and presentation station for teachers, control and presentation monitor, Displayport cable, DP - HDMI cable, monitor, access point, PoE injector and data switch. C) Delivery of a Multimedia Classroom: The Contracting Authority, within the framework of deliveries to the Multimedia Classroom of the School Object, requires the delivery of: Interactive System, Presentation Software, Wall Bracket With Wings, HDMI Cable And Extender, Active USB Repeater, EDID And Hdcpu Manager, Desktop Visualizer, Control Sw For Organizing Activities In The Laboratory, Control Sw Of The Language Laboratory For Media Activities, Teacher Sw, Audio Matrix For Intercom, Audio Mixer And Headphone Amplifier - Teacher, Audio Mixer And Headphone Amplifier - Student, System Headset - Headphones/Microphone, Secondary Installation Material, Digital Exercise Book Aj, Digital Exercise Book Nj, Printed Exercise Book N, Printed Exercise Book Aj, PC Control And Presentation Station For Teachers, Sound Card, Control And Presentation Monitor, Displayport Cable, Cable Dp - Hdmi, Hdmi Cable, Teacher Webcam, Student Pc Station, Control And Presentation Monitor, Displayport Cable, Student Webcam, Usb Hub, Nas Storage, Hdd For Storage, Laser Printer, Access Point, Poe Injector And Data Switch, Patch Panel, 19" Rack, Pc Media Server, Backup Power Supply - Ups, Sw Module For Internet Access, Video Camera, Soundbar, Professional Lcd Monitor, Mobile Stand Assembly, Docking Station, Hdmi Cable And Extender, Usb Repeater, Educational Software, Educational Software Ii. D) Supply of Polytechnic Classroom: The Contracting Authority, within the framework of supplies to the Polytechnic Classroom of the School Object, requires the supply of: Interactive System, Presentation Software, Wall Mount, Wall Board, HDMI Cable and Extender, Active USB Repeater, HDMI Hub, Desktop Visualizer, PC Control and Presentation Station for Teachers, Control and Presentation Monitor, Displayport Cable, DP - HDMI Cable, Student Workstation, Active Pen, Charging Box, Access Point, PoE Injector and Data Switch, Robotics Teaching Set, Robotics Teaching Set, Robotics Teaching Set, Game Field, Game Elements, Mobile Box with 4x VR Headsets, Mobile Box with 8x VR Headsets, Cloud License, Training License, Classroom Set, Classroom Set, Video Camera, Soundbar, Professional Lcd Monitor, Mobile Assembly
Closing Date17 Feb 2025
Tender AmountCZK 8.3 Million (USD 348.8 K)
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-02-06 (124) Supply And Delivery Of One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine Approved Budget For The Contract: Php 21,500,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2024 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Twenty One Million Five Hundred Thousand Pesos Only ( Php 21,500,000.00 ) As To Payment Under The Contract For Supply And Delivery Of One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Lot Bid. Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine 1 Lot 21,500,000.00 21,500,000.00 Technical Specifications Of One (1) Unit Of Console-type Ultrasound Machine A. Main Equipment 1. Top-of-the-line 2. Capable Of Multi-line Signal, And Massive Parallel Image Processing With The Latest Software Of Receive Beam Former Technology 3. The System Should Be A Shared Service Ultrasound System With Built-in Multidisciplinary Applications And Also Equipped With The Following Key Technologies: A. Display Depth Of Up To 40 Cm B. 2d Shear Wave Elastography C. Fusion Imaging Capability D. Advanced Needle Visualization Enhancement With Needle Trajectory Display E. Fat Quantification F. 3d/4d Capable G. Color Doppler And Power Doppler Capable H. With Ai (artificial Intelligence) Technology Integration 4. Compact And Weighs No More Than 135 Kg Without Peripherals 5. Power Supply: 220v-240v Ac, 50/60 Hz As Applicable To The Mains Power Supply Of The Hospital 6. With Built-in Battery Backup 7. No Separate Volt Conversion 8. Power Consumption Must Be Clearly Stipulated 9. Mechanical Parts Should Be Heavy-duty Type 10. Equipment Should Be Maintainable And Serviceable With 24/7 Support, Preferably A Service Support Center Within The Visayas And Mindanao Areas. B. Ultrasound System Structure 1. Led Monitor Display Specifications: A. Display Size Of At Least 15 Inches B. Monitor Resolution Of At Least Full Hd (1920 X 1080) C. The Monitor Can Be Folded Down For Transport 2. Control Panel Specifications: A. Display Size At Least 15 Inches B. Aspect Ratio Must Be 16:9 C. Tilt Angle At Least 30 Degrees Up To 50 Degrees D. Left And Right Swivel At Least ± 45 Degrees Or Better E. Height Ranges From At Least 53 Inches To 67 Inches F. Adjustable Arms For A 180-degree Panel Rotation G. Emergency Central Brake And Swivel Lock H. Full-sized Backlit Keyboard I. Customizable Annotation J. Programmable Keys K. Segment Tg Control 3. Touch Screen Panel Specifications: A. At Least 13.3 Inches High Sensitivity Color Touch Screen B. A Resolution Of 1920 X 1080 C. Customizable/editable Buttons D. Tilt Angle At Least 30 To 60 Degrees E. Support Touchscreen Gestures 4. Transducer Management: A. Up To 6 Transducer Cup Holders Support Both Probes And Gel Bottle B. Connectors Must Be Compact-pin Less C. Must Have An Integral Gel Warmer With Temperature Control D. The Audio Speaker Must Be Integrated With The Control Panel E. Active Ports (4 Active And 1 Parking) 5. Transducers Specifications: A. Curved/convex Transducer I. Frequency Bandwidth At Least 1.0 Mhz Up To 6.0 Mhz (with Biopsy Needle Guide Attachments) Ii. Field Of View (fov) Of At Least 50 To 80 Degrees Iii. Maximum Depth Of At Least 40 Cm Iv. Application: Obstetrics, Gynecology, Abdomen, Small Parts, Musculoskeletal, Vascular, Urology, Nerve, Elastography, And Fat Quantification B. Linear Transducer I. Frequency Bandwidth At Least 4.0 Mhz Up To 14.0 Mhz Ii. Field Of View (fov) Of At Least 3.8 Cm To 6.0 Cm Iii. Application: Small Parts, Musculoskeletal, Vascular, Abdomen, Pediatric, Thoracic, & Elastography C. Micro-convex Transducer I. Frequency Bandwidth Of At Least 2.6 Mhz Up To 12.8 Mhz Ii. Field Of View (fov) Of 90 Degrees Iii. Application: Abdomen, Peripheral Vascular, Neonatal, Small Parts, And Urology D. Linear Transducer For Pediatric Applications I. Frequency Bandwidth Within The Range Of At Least 7.6 Mhz To 20.0 Mhz Ii. Field Of View (fov) At Least 2.86 Cm Iii. Application: Cranial, Musculoskeletal, Nerve, Small Anatomical Parts, And Vascular Applications E. Endo-cavity Transducer I. Frequency Bandwidth Within The Range Of At Least 2.9 Mhz To 8.1 Mhz Ii. Field Of View (fov) Of 176 Degrees Or More Iii. Application: Obstetrics, Gynecology, And Urology F. 3d/4d Transducer I. Frequency Bandwidth Of 3.0 Mhz To 11 Mhz Ii. Field Of View (fov) Of 170 Degrees Or More Iii. Application: Obstetrics, Gynecology, And General Abdomen 6. Imaging Parameters: A. B Mode B. M Mode C. Cine Captures Up To 300 Seconds D. Tissue Harmonic Imaging E. Color Doppler Imaging F. Power Doppler Imaging G. Anatomical M Mode H. Curved Anatomical M Mode 7. Advanced Features: A. Fusion Imaging B. Contrast Agent Imaging Or Contrast-enhanced Ultrasound (ceus) C. Color And Power Mode D. Automatic Tissue Equalizations E. Artifact Reduction Technology F. Real-time Panoramic Imaging G. Shear Wave Elastography (swe) H. Point Shear Wave Elastography I. Strain Elastography J. Fat Quantification Assessment 8. Data Storage And Transfer: A. Must Have A Separate Cpu (central Processing Unit) And Gpu (graphics Processing Unit) Processor. B. Dicom (digital Imaging And Communications In Medicine) Compatibility: Dicom 3.0 Standard, Connectivity Should Be Compatible With The Existing Pacs (picture Archiving And Communication System) Of The Hospital At No Extra Cost To The Purchaser In The Process Of Installation, Connection, And Integration Of The Equipment. C. A Storage Of At Least 120 Gigabytes Ssd (solid State Drive) For The Software Program And 1 Terabyte Hdd (hard Disk Drive) For The Dicom Data. D. Usb Ports Must Have At Least 2 To 5 Ports (at Least Two Ports Are Usb 3.0 And At Least One Is A Usb Type-c Port) For Importing And Exporting Protocols And Exams, Archiving, And Servicing. C. Accessories 1. One (1) Unit Of Uninterruptible Power Supply (ups) Of At Least A 3-hour Standby Power With Trolley/drawer And Caster Lock, Compatible With The Equipment Power Requirement And With Proper Grounding When Needed. Biopsy Needle Guide Attachments 2. At Least Two 32 Gb Storage Usb 3.0 Flash Drives For Exporting Images 3. One (1) Unit Computer Desktop Workstation With Medical Grade Monitor And One (1) Unit Heavy-duty Printer D. Consumables 1. At Least 10 Rolls Of Thermal Paper For Printing 2. Black And White (b/w) Digital Terminal Thermal Printer And Colored Printer For 3d/4d Images. 3. At Least 3 Gallons Of Ultrasonic Gel 4. At Least 5 Bottles Of A Cleansing Solution Cleaner For The Probes And The Cleansing Solution Should Not Cause Damage Or Membrane Swelling Of Transducer Probes When Used. 5. At Least 10 Pieces Of Skin Marking Pen Or Surgical Marking Pen For Interventional Studies Technical Specifications Of One (1) Unit Of Portable-type Or Lighweight Ultrasound Machine A. Main Equipment 1. Led Display Monitor Of At Least 15 Inches Or Better 2. Full Hd Or High-resolution Display Monitor Of At Least 1920 X 1080 Or Better 3. Preferably Lightweight Less Than 70 Kg With Cart And Other Peripherals 4. The Operating Console Can Be Detachable Or Non-detachable (fixed) From The Mobile Trolley Or Cart. 5. One (1) Pencil Probe Port Connected To A Transducer With A Probe Extend Module To Provide Three (3) Active Probe Ports At A Time 6. Programmable Keys For User-defined Functions 7. With 8-segment Time Gain Compensation (tgc) Control 8. Equipment Should Be Maintainable And Serviceable With 24/7 Support, Preferably A Service Support Center Within The Visayas And Mindanao Areas. B. Power Supply And Battery 1. Built-in Battery Of At Least 90 Minutes Or Higher When Used Continuously 2. Full Battery Should Last More Than 24 Hours When In Standby Mode 3. Power Supply: 220v-240v Ac, 50/60 Hz As Applicable To The Mains Power Supply Of The Hospital 4. No Separate Volt Conversion 5. Power Consumption Must Be Clearly Stipulated C. Applications And Software 1. Total Recall Imaging For Multi-modal Post-processing Capabilities On Archived Images Such As Measurements And Calculations 2. Needle Visualization Enhancement 3. Real-time Panoramic Imaging D. Mobile Cart 1. Material Type Of Mobile Cart: Magnesium Alloy With Locking Wheel 2. Gel Warmer And Probe Holder With At Least 5 Holders 3. Height Adjustment Up To 25 Cm 4. Maximum Weight With Peripherals At Least 40 Kg 5. Mechanical Parts Should Be Heavy-duty Type E. Transducers 1. Curvilinear Transducer A. Frequency Bandwidth: 1.4 Mhz To 5.0 Mhz B. Field Of View (fov) At Least 61 Degrees C. Depth Of At Least 40 Cm D. Application: Obstetrics, Gynecology, Abdomen, Small Parts, Musculoskeletal, Vascular, Urology, Nerve, Elastography, And Fat Quantification 2. Linear Transducer A. Frequency Bandwidth: 2.7 Mhz To 10.5 Mhz B. Field Of View (fov) Of At Least 3.4 Cm C. Depth Of At Least 35 Cm D. Application: Small Parts, Musculoskeletal, Vascular, Abdomen, Pediatric And Thoracic 3. Endo-cavity Transducer A. Frequency Bandwidth: 3.0 Mhz To 11.0 Mhz B. Radius: 1.1 Cm C. Application: Obstetrics, Gynecology, And Urology 4. Micro-convex Transducer A. Frequency Bandwidth Of At Least 2.6 Mhz Up To 12.8 Mhz B. Field Of View (fov) Of 90 Degrees C. Application: Abdomen, Peripheral Vascular, Neonatal, Small Parts, And Urology F. Imaging Features 1. High-resolution Color Doppler Imaging 2. Spatial Compound Imaging 3. Auto Optimization Button 4. Trapezoid Imaging And Extended Field Of View (fov) 5. Speckle Suppression Imaging 6. Supports Measurements And Calculations On Archived Exams And Images 7. Workstation Dedicated To Patient Exam Management G. Imaging Modes 1. B-mode 2. Tissue Harmonic Imaging 3. M-mode / Color M-mode 4. Anatomical M-mode 5. Curved Anatomical M-mode 6. Color Doppler Imaging 7. Power Doppler Imaging 8. Pulsed Wave Doppler 9. Continuous Wave Doppler 10. Panoramic Imaging H. Data Storage And Transfer 1. Storage Of At Least 240 Gigabytes Ssd (solid State Drive) Or Higher 2. Boot-up Time Must Be Less Than 30 Seconds 3. Boot-up Time From Standby Must Be Less Than 10 Seconds 4. Dicom (digital Imaging And Communications In Medicine) Compatibility: Dicom 3.0 Standard, Connectivity Should Be Compatible With The Existing Pacs (picture Archiving And Communication System) Of The Hospital At No Extra Cost To The Purchaser In The Process Of Installation, Connection, And Integration Of The Equipment. I. Accessories 1. One (1) Unit Of Uninterruptible Power Supply (ups) Of At Least A 3-hour Standby Power With Trolley/drawer And Caster Lock, Compatible With The Equipment Power Requirement And With Proper Grounding When Needed. 2. Must Have Three (3) Active Extended Probe Ports 3. Must Have One (1) Mobile Trolley With Drawer And One (1) Hard Case Luggage Bag 4. One (1) Unit Military Grade Laptop Computer Must Include One (1) Unit Of Host Military Laptop With The Following Specifications: A. Processor: Core I7 Or Equivalent In Other Brands. B. Ram: At Least 8 Gb C. Hard Drive: At Least 1 Tb Ssd D. Connectivity: Wi-fi, Bluetooth E. Ports: Usb, Usb-c, Hdmi, Network Extension For Ethernet/side Mechanical Docking, Headphone/microphone F. Durability: Mil-std 810g Tested G. At Least 14 Inches Monitor Display H. At Least 1 Mp Web Camera I. Battery Life Average Of At Least 13 Hours On Common (document/report Generation) Use, Should Include Adapter For Rapid Charging Up To 80% In 1 Hour. J. Should Be Installed With The Latest Licensed Os Compatible With The Base Unit To Ensure Communication. K. Should Be Installed With Licensed Applications/programs For Data Processing In Spreadsheet And Report Generation. L. To Include Optical Mouse (bluetooth And Rechargeable) M. Warranty On Parts And Service For At Least One (1) Year N. Laptop Should Include Carrying Bag. J. Consumables 1. At Least 10 Rolls Of Thermal Paper For Printing 2. B/w Digital Terminal Thermal Printer 3. At Least 3 Gallons Of Ultrasonic Gel 4. At Least 5 Bottles Of A Cleansing Solution Cleaner For The Probes And The Cleansing Solution Should Not Cause Damage Or Membrane Swelling Of Transducer Probes When Used. 5. At Least 10 Pieces Of Skin Marking Pen Or Surgical Marking Pen For Interventional Studies Other Terms Of Reference And Conditions 1. The Console-type And Portable-type Ultrasound Machines Should Be Of The Same Brand Or Manufacturer To Have The Same Service Maintenance Provider. 2. Must Have Three (3) Years Warranty For Parts And Services. 3. Certification From The Manufacturer A. That The Bidder Has The Capability For Corrective And Preventive Maintenance Of The Unit B. That The Bidder Has The Service Engineer(s) Trained And Capable Of Corrective And Preventive Maintenance For The Equipment Model. Service Engineer Should Be Presently Employed By The Bidder/supplier Or Authorized By The Manufacturer. C. Guaranteeing Delivery Of Equipment And All Accessories Within The Time Period Set By The Bids And Awards Committee (bac). D. Guaranteeing Of All Spare Parts For The Next Ten (10) Years Duly Authenticated By The Philippine Embassy In The Country Of Origin. E. That The Equipment Is A Brand-new Unit And Not A Discontinued Model. F. That The Terms And Conditions Stated In The Contract Shall Be Honored By The Manufacturer If A Change Of Exclusive Distributorship Will Occur During The Duration Of The Said Contract. 4. The Supplier’s Engineer Shall Perform Preventive Maintenance On The Machine During The Warranty Period Of At Least Quarterly. 5. The Supplier’s Engineer Must Provide The Complete Calibration Report Containing The Testing Parameters And Data Of Measurements Of The Ultrasound Machines To The Hospital’s Health/medical Physicist Before Clinical Acceptance. 6. The Bidder Must Provide A Certification Type Of Training On The Applications/operations, And Basic Maintenance For Users And Maintenance Personnel Of The Hospital. 7. Certificate Of Exclusive Distributorship From The Unit Manufacturer Mentioning The Name Of The Philippine Representative. 8. Certification From The Bidder Of 95% Uptime Guarantee For The Equipment Offered Within The Warranty Period. Accumulated Downtime In Excess Of 5% Shall Be Added To The Warranty Period. 9. The Bidder Must Submit The Original Brochure With Technical Specifications In English Language Both Hard And Soft Copy. 10. The Machine Should Conform To The International Electrotechnical Commission (iec) Standards Or Its Equivalent National Standard. The Bidder Must Provide Certificate Of Declaration Of Conformity. 11. Manufacturer/supplier Should Have Iso Certification For Quality Standards. 12. The Equipment Should Be A Us-fda Or Ce-approved Product. 13. Inventory Of Spare Parts For The Unit/model Offered Duly Signed By The Manufacturer. 14. Certification From The Foreign Ministry Of Health That The Company Can Sell The Product/model In That Country Of Origin. 15. The Bidder Shall Specify Post-warranty Comprehensive Preventive Maintenance Costs Including List And Price Of Major Spare Parts For The Next Three Years After Warranty. 16. Training Of End-users In Operation And Basic Maintenance Shall Be Provided 17. User, Technical, Operational, And Maintenance Manuals Are To Be Supplied In English Language. 18. All Services For Installation, Connection, And Integration Of The Machines To The Existing Pacs/ris Of The Hospital Shall Be Shouldered By The Bidder At No Additional Cost To The End Users. 19. Full Support To The Mid Staff Requiring Attendance To Technical, In-depth, Hands-on, And Extensive Face-to-face Training Programs Or Courses (such As But Not Limited To Elastography, Fat Quantification, And 3d/4d) Outside Of The Hospital Shall Be Made Available To The End User. 20. Full Support To The Mid Staff For Their Annual Continuing Medical/professional And Educational/learning Development While The Machines Are Under Warranty. 21. Must Have A Service Center Within The Caraga Region, Cebu City, Cagayan De Oro City, Or Davao City. 22. The Conduct Of Post-qualification Activity Shall Be At The Cost Of The Supplier And The Site Visit Shall Be Held At The Nearest Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed.) 23. The Delivery Of The Equipment Shall Commence Within Ninety (90) Calendar Days From Receipt Of The Notice To Proceed. To Be Delivered At Caraga Regional Hospital, Rizal Street, Brgy. Washington, Surigao City, Surigao Del Norte. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To February 06, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 16, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/84427775771?pwd=3ljykccird98psr6rpzotkfaaug2il.1 Meeting Id: 844 2777 5771 Passcode: 947752 Deadline Of Submission Of Bids February 06, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids February 06, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89960742667?pwd=szuuabrns2l0zbey780rlzpinl9ynw.1 Meeting Id: 899 6074 2667 Passcode: 984011 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1-bugnrw-ewejdoqlxztwwuw89zqwnt3x?usp=sharing Bidding Documents Php 25,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before February 06, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 06, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date6 Feb 2025
Tender AmountPHP 21.5 Million (USD 367.7 K)
5551-5560 of 5570 archived Tenders