Cars Tenders
Cars Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 19,599,999.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0035 – Organizational Outcome 1: Ensure Safe And Reliable National Road System, Network Development Program - Construction Of Missing Links/new Roads, Sagada - Besao - Quirino (via Laylaya) Road, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 147 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9, 2025 – January 28, 2025 9:30 Am 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 Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 16, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. 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 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 09124675680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Closing Date28 Jan 2025
Tender AmountPHP 19.5 Million (USD 334.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description 1. The Dpwh-mp1stdeo, Through The Government Of The Philippines Intends To Apply The Sum Of Php 3,959,999.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pi0055 - Basic Infrastructure Program (bip)- Bip- Multi-purpose Buildings/facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, Barangay Maba-ay, Bauko, Mountain Province. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-mp1stdeo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh-mp1stdeo And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm Except On Declared Non-working Holidays: Office Of The Procurement Staff Dpwh-mp1stdeo Bontoc, Mountain Province, Cordillera Administrative Region 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 9:30 Am 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 Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh-mp1stdeo Will Hold A Pre-bid Conference On January 15, 2025 10:00 Am At The Office Of The Procurement Staff, Dpwh-mp1stdeo, Bontoc, Mountain Province, Cordillera Administrative Region, And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 28, 2025 10:00 Am. 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 16. 9. Bid Opening Shall Be On January 28, 2025 10:00 Am At The Given Address Below And/or Through Livestreaming Via Dpwh Mountain Province First Deo – Bac Facebook Page. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 11. The Dpwh-mp1stdeo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janet A. Valencerina Admin. Officer V / Bac Chairperson Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Bac_mpdeo@yahoo.com Cp No.: 0920-637-7901 Franklin M. Kabluyen Engineer Iii / Head-procurement Unit Dpwh-mountain Province 1st District Engineering Office Bontoc, Mountain Province, Cordillera Administrative Region E-mail: Mpdeo_car@yahoo.com Cp No.: 0912-467-5680 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph, Www.dpwh.gov.ph For Online Bid Submission: Not Applicable
Closing Date28 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.5 K)
R gie Communale Autonome Saint Georges Tender
Services
Civil And Construction...+1Civil Works Others
Belgium
Details: Title: Saint-georges-sur-meuse_désignation D’un.e Auteur.e De Projet Pour Une Mission D’étude Et De Suivi De L’exécution Des Travaux De Rénovation Du Bâtiment De L'union En Maison Rurale Et De Ses Abords
description: Les Services Concernent Un Projet De Rénovation Du Bâtiment De L’union Et De Ses Abords En Une Maison Rurale Fonctionnelle Et Polyvalente Qui Pourra Accueillir Des Activités De Loisirs, Culturelles Et Associatives Telles Que Spectacles, Expositions, Mariages, Soupers Des Associations, Marchés Des Producteurs Locaux, Etc. La Rénovation Englobe La Mise En Conformité Du Bâtiment Et Son Assainissement Général. Inauguré En 1909 En Vue D’accueillir Les Différents Clubs Et Associations De La Commune, Le Bâtiment De L’union, Situé En Face De La Place Théodore Douffet, Est Actuellement Inexploité Car Il Présente Un État Sanitaire Inquiétant. Seule La Fonction De Café, Habituellement Gérée Par Un Tenancier Indépendant Mais Actuellement À L’arrêt, Existe Depuis La Création Du Bâtiment Et Perdurera Après Sa Rénovation. Il S’agit D’un Bâtiment Ayant Une Surface-plancher Totale Actuelle D’environ 1160m² Nets (280m² Au Sous-sol, 755m² Au Rez-de-chaussée Et 125m² Au Premier Étage), Soit +/- 1450m² Bruts, Qui Dispose D'un Volume Principal Dont Les Façades, Les Toitures Et La Salle De Spectacle Sont Classées Depuis 2001 Et D'une Annexe Latérale Au Rez-de-chaussée. La Salle De Spectacle Est L’une Des Plus Belles De La Région (grands Espaces, Balcons Travaillés, Plafond, Etc.) Mais Est Fermée Au Public Depuis 2019 Pour Des Raisons De Salubrité Et De Sécurité. Outre Les Nécessaires Mise Aux Normes, Rénovation Sanitaire Et Énergétique Du Bâtiment, Les Enjeux Du Projet Reposent Sur La Mise En Valeur Des Éléments Patrimoniaux Et Le Développement Du Potentiel De L’infrastructure De Façon À Comprendre Une Grande Salle Répondant Aux Besoins Actuels, Des Loges Avec Sanitaires, Des Zones D’accueil Du Public (vestiaires, Rangements, Bar Et Cuisine, Sanitaires), Un Espace « Café », Un Espace Bureau Partagé Et Des Petites Salles Polyvalentes, Entre Autres. Ce Programme Des Besoins Devra Cependant Être Affiné Au Stade « Réalisation Du Diagnostic Préalable » (tranche 0) Via Un Processus Participatif À Mener Par L’auteur.e De Projet Avec Les Différents Acteurs Culturels Locaux. De Surcroît, Afin Que Le Bâtiment Soit Plus Accessible Et S’inscrive Pleinement Dans La Dynamique Villageoise, L’aménagement Des Abords Sera Également Réalisé Pour Gérer Efficacement Les Différents Accès Au Site, Créer Un Lien Avec La Place Théodore Douffet, Récemment Rénovée, Et Développer Les Potentialités Du Reste Des Espaces Extérieurs Afin Que Cette Nouvelle Infrastructure Culturelle Puisse Également Proposer Des Activités En Plein Air. Attention : Certaines Parties Du Bâtiment Étant Classées, Le Présent Projet Fera L’objet D’une Procédure De Patrimoine. Par Ailleurs, Les Travaux Feront L’objet De Différentes Subventions Octroyées Entre Autres Par La Direction Du Développement Rural Et Le Programme Ureba Du Service Public De Wallonie (spw) Et L’agence Wallonne Du Patrimoine (awap). De Manière Générale, L’attention Des Soumissionnaires Est Attirée Sur Les Objectifs, Contraintes Et Autres Implications Liées À Ces Demandes De Subvention Et À La Procédure Patrimoine (budget, Suivi, Etc.) Qui Sont Détaillés Au Fil Du Cahier Des Charges.
Closing Date29 Jan 2025
Tender AmountRefer Documents
Department Of Education Division Of Apayao Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Sterilized Milk For The Implementation Of School-based Feeding Program Sy 2024-2025 (lot 2) Negotiated Procurement (two-failed Biddings) 1. The Schools Division Office Of Apayao, Through The Fy 2024 School-based Feeding Program (sbfp) Fund Intends To Apply The Sum Of One Million Four Hundred Ninety Seven Thousand One Hundred Seventy Four Pesos Only (php 1,497,174.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Sterilized Milk For The Implementation Of School-based Feeding Program Sy 2024-2025 (lot 2). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Schools Division Office Of Apayao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15 Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Schools Division Office Of Apayao And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m. To 5:00 P.m. 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. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 26, 2024-january 2, 2025, From The Given Address And Website(s) Below. Under Sections 6316 And 6817 Of Presidential Decree No. 1445, The Acknowledgment Of Such Payment As Government Funds Should Be Made Through The Issuance Of An Official Receipt. Therefore, Prospective Bidders Are Advised To Present The Official Receipt As Proof Of Payment; Otherwise Bid Envelopes Shall Not Be Accepted. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before 9:00 A.m. Of January 2, 2025. Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelopes Shall Also Be Rejected. Jerry B. Sario, Jr. Bac Chairperson Deped Car Sdo Apayao Capagaypayan, Luna, Apayao 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On January 2, 2025, At 9:30 A.m. At The Given Address Below The Schools Division Office Conference Hall, Capagaypayan, Luna, Apayao And/or Via Zoom Meeting Id: 878 9991 7538 Passcode: 9mzuqe. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Schools Division Office Of Apayao 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. 10. For Further Information, Please Refer To: Rochelle Ann B. Natay Bac Secretariat Member Schools Division Office Of Apayao Provincial Government Center, Capagaypayan, Luna, Apayao Email Address:sdobacapayao2024@gmail.com Tel. No.:09978151287 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.depedapayao.com For Online Bid Submission: Sdobacapayao2024@gmail.com Jerry B. Sario, Jr. Assistant Schools Division Superintendent Bac Chairperson
Closing Date2 Jan 2025
Tender AmountPHP 1.4 Million (USD 25.8 K)
BUREAU OF PLANT INDUSTRY NATIONAL SEED QUALITY CONTROL SERV Tender
Others
Philippines
Details: Description Rfq No. Stlb 25-03 Pr No. 25-01-03 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement-small Value Procurement Other Supplies Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (nsqcscar_reg@yahoo.com). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lump Sum. 10. Deadline For Submission Of Bids: January 9, 2025. 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Seven (7) Days Upon Receipt Of P.o. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 72,000.00 End User: Bpi-nsqcs Car Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 8 Reams Filter Paper, Ederol, 500 Pcs/ream 9,000.00 X-x-x-x Grand Total 72,000.00 Carlos Paul C. Pedracio Jessie B. Baggao Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-ppssd Spal. Guisad, Baguio City In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _____________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ____________________________________ Tax Identification Number (tin) Date Accomplished
Closing Date9 Jan 2025
Tender AmountPHP 72 K (USD 1.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: Statement Of Requirements
general Information
scope Of Work: The Mattresses Will Be Used In Inpatient Medical/surgical Units Throughout The Hospital. These Mattresses Will Provide Safety For Veterans By Reducing Pressure Injury Development, Reducing Falls, Providing A Home Like Environment While Offering Patient Independence And Assistance, And Contribute To The Safety Of The Staff Members Caring For Veterans While Offering Ease Of Cleaning And Durable Surfaces To Prevent Infection Risks.
the Following Requirements Must Be Met:
solid Frame (no Springs)
mattress Surface That Redistributes Pressure To Prevent Pressure Injuries And Shear/friction.
ability For The Mattress Surface To Add Blower To Change To A Low Air Loss Mattress Or Accommodate A Low Air Loss Mattress To Reduce Hapis
education Provided For Staff On Mattress, Operation, And Safety Measure Upon Delivery.
education Provided For Housekeeping Staff On Mattress Safety Measure And Cleaning Provided Upon Delivery.
education Provided For Biomed Technicians On Mattress, And Maintenance Upon Delivery.
must Be Able To Deliver Mattresses In 60 Days.
microclimate Surface To Reduce Heat On Demand With Integrated Pump And Moisture To Reduce Masd- Moisture Associated Skin Damage.
customized, Non-powered Pressure Redistribution To Reduce Sacral Pressure.
width: 35.5” (90.2 Cm)
length, Fully Extended: 86” (218.0 Cm)
length, Fully Retracted: 75” (191.0 Cm)
patient Weight Limit: 500 Lbs.
cleanability/infection Control To Virex Iv Standards
welded Seams And Fluid-resistant Zippers Help Prevent Fluid, Virus, Bacteria, And Odor From Penetrating The Surface.
2.0 Background: We Have A Preexisting Contract With Hillrom For The Frames And Mattresses. New Frames/mattresses Will Be Needed To Accommodate Bariatric And Standard Mattresses With The Above Requirements. Contract Number Is 589-c43203.
contractor Requirements
3.0 Responsibilities:
the Contractor Will Provide Beds On The Specified Date Agreed Upon. Contractor Will Assemble And Set Up Beds. Contractor Will Provide Training And Demonstrate The Functions And Capabilities Of The Bed To Staff. Contractor Will Explain The Warranty And Warranty Procedures To The Truman Bio Medical Team.
project Tasks:
contractor Will Provide The Necessary Configuration Documentation, Guidance, And Installation Assistance As Required To Meet The Truman Va Objectives.
contractor Will Perform The Following Tasks To Implement The Solution Described In This Sow. Tasks Will Be Completed During Normal Business Hours Between 8:00 A.m. And 4:30 P.m. Local Time, Monday Through Friday, Excluding Government-observed Holidays, Unless Otherwise Negotiated And Noted In This Sow. The Delivery Of Beds Will Be Agreed Upon And Notice Of Delivery Should Be Sent Five Business Days Before The Beds Are Delivered.
installation Test And Acceptance: Skin And Wound Nurse Will Approve The Mattress Selection Upon Purchase And Deliver.
truman Vamc Responsibilities:
truman Vamc Understands That All Services Performed By Contractor Will Be Based On The Following Assumptions And Truman Vamc Responsibilities:
•designate A Single Point Of Contact To Whom All Contractor Communications May Be Addressed And Who Has The Authority To Act On All Aspects Of The Services Throughout The Duration Of The Project; Such Contact Shall Be Available During Normal Hours Of Business (monday Through Friday, 8:00am To 4:30pm Local Time, Excluding Holidays)
•supply Access Information And Credentials To The Engineer(s) For All Existing Equipment That Needs To Be Configured Or May Need To Be Modified
•specify Physical And Logical Network Topology For Truman Vamc Existing Network Infrastructure And Identify Connectivity Requirements For Other Network-attached Devices (system Implementation Without Physical And Logical Network Topology Confirmation Will Require Truman Vamc Authorization And Responsibility Acceptance)
•arrange For Network Access To Terminate The Equipment
•disposal Services To Remove Boxes And Packing Materials
•provide Usernames And Passwords To Network Equipment
•designate And Provide Scheduled Access To Information Assurance Personnel For Required Ia Processes
•set Up Ee Device And Equipment Tracking
•apply For And Provide Proof Of Any Required Interim Or Final Authority To Connect/operate Documentation, As Well As Any Waivers (e.g., Jitc Or Defense Information Security Agency (disa))
•truman Vamc Maintains Responsibility For Ensuring Compliance With Specific Change Review Boards Or End-user Notification Of Outage Events.
• Truman Va Vamc Is Responsible For Ensuring Contractor Is Notified Of Any Change Review Board Requirements Or Other Outage Events That May Impact/delay Performance Of Contracted Objectives
•truman Vamc Will Provide Appropriate Secure File Transfer Protocol (sftp)server Access To Provision System Backups Prior To And Following Installation/upgrades
Closing Date31 Jan 2025
Tender AmountRefer Documents
Department Of Health Treatment And Rehabilitation Center Tender
Others
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Supplies, Equipment And Other Consumables For The Use Of General Services Office 1. The Drug Abuse Treatment And Rehabilitation Center-mountain Province Through The General Appropriations Act 2025 Intends To Apply The Sum Of Four Hundred Sixty One Thousand Four Hundred Fifty Pesos Only (php461,450.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Various Supplies, Equipment And Other Consumables For The Use Of General Services Office For Cy 2025 With Ib 202501001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Drug Abuse Treatment And Rehabilitation Center-mountain Province Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Thirty (30) Working Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Drug Abuse Treatment And Rehabilitation Center-mountain Province And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays Except Holidays And Government Suspensions, From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On January 15, 2025, From 8:00 Am To 5:00 Pm, On Mondays To Fridays And Before 9:00 Am On February 3, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Drug Abuse Treatment And Rehabilitation Center- Mountain Province Will Hold A Pre-bid Conference On January 21, 2025 At 9:00 Am At Datrc-mp Conference Hall, 2nd Floor, Admin Building, Abatan, Bauko, Mountain Province And Through Videoconferencing 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 February 3, 2025 At 9:00 Am. 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 Conducted Through Face To Face And Through Videoconferencing On February 3, 2025 At 10:00 Am At The Datrc-mp Conference Hall, 2nd Floor, Admin Building, Abatan, Bauko, Mountain Province. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Drug Abuse Treatment And Rehabilitation Center- Mountain Province Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Edna T. Pamo Head Of Bac Secretariat Drug Abuse Treatment And Rehabilitation Center Mountain Province Abatan, Bauko, Mountain Province, Car, 2621 Bacdatrcmp@gmail.com 09756321768 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps.gov.ph Or Doh Datrc-mountain Province Facebook Page Issued This 14th Day Of January 2025. Abigail V. Palangyos Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 461.4 K (USD 7.8 K)
University Of The Philippines Tender
Machinery and Tools...+1Furnitures and Fixtures
Corrigendum : Closing Date Modified
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074-442-3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Supply And Delivery Of Stainless Steel Table And Shelf Purchase Request No.: Cac-2025-01-0006 Approved Budget For The Contract: ₱ 118,800.00 Date: 20 February, 2025 Rfq No.: 0054a Mop: Svp Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Must Possess Documentary Requirements Such As A Valid Business Permit, Philgeps Registration Certificate, A Notarized Omnibus Sworn Statement (for An Approved Budget For The Contract [abc] Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement) And Income/ Business Tax Return (for Abc Above Php 500,000.00). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex "h" Of The Revised Irr Of Ra 9184. Quotations Exceeding The Abc Shall Be Rejected.* In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate, Shall Be Six (6) Months For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading “rfq No. 0054a” Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 4:00 Pm On 25 February 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: Brian D. Lumague Mary Anne R. Rivera Head, Spmo Item No. General Description Compliance With Technical Specifications (pls. Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No Supply And Delivery Of Stainless Steel Table And Shelf 1 Stainless Steel Table; 3 Layers; At Least 1.0 Mm Thick; Approximately 1200mm L X 700mm W X Un 800mm H In Dimension Un 2 30,800.00 61,600.00 2 Stainless Steel Shelf; At Least 4 Layers; Approximately 1200mm L; 495mm W; 1620mm H Un 2 28,600.00 57,200.00 Contract Award: Shall Be Awarded Per Line Item Delivery Period: 30 Calendar Days *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item Even Without A Check On The Compliance Column; Otherwise, Bidder Must Provide A Counter-offer. Reminders: A. A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Certificate Of Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: ₱ 118,800.00 Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date25 Feb 2025
Tender AmountPHP 118.8 K (USD 2 K)
University Of The Philippines Tender
Others
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074.442.3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Supply And Delivery Of Sporting Goods For The Office Of Human Kinetics Program Purchase Request No.: Hkp-2025-01-0002 Approved Budget For The Contract: Php 86,000.00 Date: January 27, 2025 Rfq No.: 0029 Mop: Np - Small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Must Possess Documentary Requirements Such As Valid Business Permit, Philgeps Registration And Notarized Omnibus Sworn Statement (oss). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex H Of The Revised Irr Of Ra 9184. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate Shall Be Six (6) Months For For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0029 Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1200h On January 31, 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: James Benedict E. Bagsic Mary Anne R. Rivera Staff, Spmo Head, Spmo Item No. General Description Compliance With Technical Specifications (please Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No 1 "12 Units Of Cornhole Boards (bundled With 2 Pair Of Bags Per Unit) Board Top Dimensions: 23-1/2 - 24 In X 47-1/2 - 48 In Board Top Thickness: At Least 1/2 In Front Standing Height 3-4-in Rear Standing Height: 12-in Hole Diameter: 6-in (+-¼-in) Top Of Board To Center Of Hole: 9-in (+-¼-in) Sides Of Board To Center Of Hole: 12-in (+-¼in) Packaging And Delivery Included" Lot 1 86,000.00 86,000.00 Contract Award: Per Line Item Per Line Item Delivery Period: Within 30cd Upon Receipt Of Ntp 30 **warranty Included *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item; Otherwise, Bidder May Provide A Counter-offer. Reminders: A. A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. -¤¤¤ Nothing Follows ¤¤¤- Total: 86,000.00 Bid Total: Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date31 Jan 2025
Tender AmountPHP 86 K (USD 1.4 K)
University Of The Philippines Tender
Laboratory Equipment and Services
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074.442.3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Supply And Delivery Of Various Laboratory Reagents For The College Of Science Purchase Request Nos.: Bio-2025-02-0002 Approved Budget For The Contract: Php 56,850.00 4 Date: February 28, 2025 Rfq No.: 0093 Mop: Np - Small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Must Possess Documentary Requirements Such As Valid Business Permit, Philgeps Registration And Notarized Omnibus Sworn Statement (oss). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex H Of The Revised Irr Of Ra 9184. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate Shall Be Six (6) Months For For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0093 Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1700h On March 04, 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: James Benedict E. Bagsic Mary Anne R. Rivera Staff, Spmo Head, Spmo Item No. General Description Compliance With Technical Specifications (please Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No 1 Yeast Malt Agar (isp Medium No.2) (veg.) G 500 8,100.00 8,100.00 2 Sea Water Agar (double Pack) (part - I) G 500 14,300.00 14,300.00 3 Soil Extract Agar G 500 7,000.00 7,000.00 4 Fungi Kimmig Agar G 500 7,350.00 7,350.00 5 Dichloran Glycerol Medium Base W/ Rose Bengal G 500 8,600.00 8,600.00 6 Mycobiotic Agar G 500 11,500.00 11,500.00 Contract Award: Per Line Item Per Line Item Delivery Period: Within 60cd Upon Receipt Of Ntp 60 **warranty Included *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item; Otherwise, Bidder May Provide A Counter-offer. Reminders: A. A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. -¤¤¤ Nothing Follows ¤¤¤- Total: 56,850.00 Bid Total: Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Soon4 Mar 2025
Tender AmountPHP 56.8 K (USD 980)
7101-7110 of 7367 archived Tenders