Cars Tenders

Cars Tenders

Commission On Elections Tender

Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Cordillera Administrative Region Baguio City Request For Quotation For Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Benguet In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 004-2025) 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Quotation For The Procurement Of Training Supplies For The Training Participants Of Deso Tss, Electoral Boards And Board Of Canvassers In Relation To The May 12, 2025 National And Local Elections For The Province Of Benguet In The Cordillera Administrative Region Of Fy2025 (rbac-car Svp Reference No. 004-2025), With The Following Details: Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Approved Budget For The Contract (in Php) Clear/transparent Plastic Envelope With Button-lock, Size: Long 2,181 Piece 40.00 87,240.00 Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 2,181 Piece 60.00 130,860.00 Black Ballpen, Retractable 2,181 Piece 25.00 54,525.00 Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 2,181 Piece 40.00 87,240.00 Paper, Multi-purpose Paper, Long, 80 Gsm 80 Ream 290.00 23,200.00 Brown Envelope, Expanding, Legal Size 150 Piece 55.00 8,250.00 Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 15 Piece 40.00 600.00 Permanent Marker, Bullet Point, Black 15 Piece 88.33 1,324.95 White Board Marker, Bullet Point, Black 15 Piece 85.00 1,275.00 Tape, 2" Wide, Transparent 25 Piece 55.00 1,375.00 Heavy Duty Scissors (6''), Stainless Steel 20 Piece 131.67 2,633.40 Heavy Duty Stapler With Remover, 26/6 15 Piece 760.00 11,400.00 Staple Wire, Standard, (26/6) 20 Box 60.00 1,200.00 "sign Here" Sticker, Any Color, Standard Size 20 Pack 50.00 1,000.00 Folder, Size: Long, White, 100pcs/pack 10 Pack 850.00 8,500.00 Multi-purpose Glue, 130g, Non-toxic 20 Piece 120.00 2,400.00 Paper Clip, Vinyl-coated, Colored, Length: 50mm 20 Box 70.00 1,400.00 Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 20 Box 150.00 3,000.00 White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm 16 Piece 75.00 1,200.00 Place Of Delivery: Opes Benguet - Comelec Compound, Gov. Pack Rd., Baguio City. Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Total: 428,623.35 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 3. Any Interested Entity Must Submit Their Quotation In A Sealed Envelope Thru (i) Manual Submission Or (ii) Courier Submission At The Office Address Indicated Below Using The Prescribed Form, See Annex “a”, Not Later Than February 10, 2025 At 10:00 O’clock In The Morning At The (office Of The Regional Election Director – Cordillera Administrative Region, Commission On Elections, Gov. Pack Road, Baguio City) (c/o Atty. Vanessa M. Roncal, Rbac Chairperson). 4. Include The Following Eligibility Documents (preferably Certified True Copy) In The Sealed Envelopes (note: Pursuant To Section Iii Of Appendix A Of Annex H Of The R-irr Of R.a. 9184, Bidders Who Already Submitted These Required Documents Are No Longer Required To Re-submit The Same, Unless The Document/s Have Already Expired/invalid) A. Copy Of Valid Mayor’s/business Permit, B. Proof Showing The Philgeps Registration No./certificate. C. Duly Notarized Omnibus Sworn Statement (see Annex B For The Sample). 5. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. Atty. Ricardo L. Lampac Head, Rbac Secretariat Company Name: _________________________ Company Address: ______________________ Contact No.: ______________________________ Email Address: __________________________ Price Quotations Commission On Elections Regional Bids And Awards Committee We Are Pleased To Submit Our Price Quotation For The Following Articles And/or Services, To Wit: Qty. Unit Articles/services/specifications Price / Unit 2,181 Piece Clear/transparent Plastic Envelope With Button-lock, Size: Long 2,181 Piece Steno Notebook, Spring Binder, 60 Leaves, 153mm X 228mm 2,181 Piece Black Ballpen, Retractable 2,181 Piece Pvc Name Tag Holder With Pin/clip Combo, 3.5" X 2.25" 80 Ream Paper, Multi-purpose Paper, Long, 80 Gsm 150 Piece Brown Envelope, Expanding, Legal Size 15 Piece Plastic Ruler, Transparent, Length: 12 Inches, Marked In Cm And Inches 15 Piece Permanent Marker, Bullet Point, Black 15 Piece White Board Marker, Bullet Point, Black 25 Piece Tape, 2" Wide, Transparent 20 Piece Heavy Duty Scissors (6''), Stainless Steel 15 Piece Heavy Duty Stapler With Remover, 26/6 20 Box Staple Wire, Standard, (26/6) 20 Pack "sign Here" Sticker, Any Color, Standard Size 10 Pack Folder, Size: Long, White, 100pcs/pack 20 Piece Multi-purpose Glue, 130g, Non-toxic 20 Box Paper Clip, Vinyl-coated, Colored, Length: 50mm 20 Box Paper Fastener, Metal, 50sets/box, 70 Mm Between Prongs 16 Piece White/black Board Eraser, Standard Size:12.5 X 5 X 2 Cm Place Of Delivery: Opes Benguet - Comelec Compound, Gov. Pack Rd., Baguio City. Delivery Period: Complete Delivery Within 10 Calendar Days Upon Receipt Of Purchase Order By The Supplier. Note: Prices Should Be Inclusive Of All Taxes, Delivery Charges And Other Incidental Costs. Note: Use Separate Sheet If Necessary And Attach Picture/s Or Brochure/s And Submit Sample/s Or Demo Unit Of The Actual Item (when Required). I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/ntp/po/contract Is Issued/signed. Name Of Company/corporation: _________________________________________ Address: ______________________________________________________________________ Emb And Telephone Number: ______________________________________________ _______________________________________________ Authorized Company Representative Signature Over Printed Name 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 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 Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In All Procurement Activities; 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 And/or To Represent The [name Of Bidder]in All Procurement Activities As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Participating In Any Government Agency’s Procurement Project 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; 4. Each Of The Documents Submitted In Satisfaction Of The 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: I Am 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. If An Owner In Case Of Single Proprietorship, Partners, Officers, Directors Or Controlling Stockholders Of The Corporation Or The Joint Venture: That They Are Not Related To Any Incumbent Elective City, District, Provincial, Regional Or National Official Up To The Fourth Civil Degree Of Consanguinity Or Affinity; Provided, That If There Is Any Such Relationship, The Bidder Entity May Still Participate If The Concerned Partner, Officer, Director Or Controlling Stockholder Divests Himself/herself Of All His/her Interest In Such Partnership, Corporation Or Joint Venture At Least Three (3) Days Prior To The Submission Of Bids. 8. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 9. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine And Fully Aware Of All The Issued And Posted Documents Relative To The Procurement Project I/we Am/are Participating; 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 By The Bac. 10. [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. 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] 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, Issued On ______ At ______, Valid Until _____________. 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 ___.
Closing Date10 Feb 2025
Tender AmountPHP 428.6 K (USD 7.3 K)

City Of Mati Tender

Scraps
Philippines
Details: Description Itb-auction-2025-03 Republic Of The Philippines Province Of Davao Oriental City Of Mati City Mayor’s Office Request For Quotation (negotiated Procurement - Two Failed Biddings) For The Sale Of Unserviceable Equipment The Asset Disposal Committee In Behalf Of Lgu – City Of Mati Invites Bidders To Bid For The Purchase Of Unserviceable Property, As Follows: Description Quantity Lot 1a - Heavy Equipment 1. Shantui Bulldozer - Engine No: 41178768, Chassis No: Sd22aa115251 1 Unit 2. Tata Daewoo Garbage Compactor - Engine No: De12tis218321, Chassis No: Kl3f4cefidk000248, Temp Plate No: 1201-121867 1 Unit 3. Tata Daewoo Garbage Compactor - Engine No: De12tis218561cc, Chassis No: Kl3f4cefidk000249, Temp Plate No: 1201-136308 1 Unit 4. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543922cc, Chassis No: Kl3f4cefifk000339, Temp Plate No: 1201-152709 1 Unit 5. Tata Daewoo Garbage Truck Compactor - Engine No: De12tis543925cc, Chassis No: Kl3f4cefifk000338, Temp Plate No: 1201-152710 1 Unit 6. John Deere Backhoe Loader - Engine No: T04045d748994, Chassis No: 70310ex841884, Plate No: Jd-310e 1 Unit 7. Tata Daewoo Dumptruck - Engine No: De12tis547504cc, Chassis No: Kl3f3defifk000173, Temp Plate No: 1201-141546 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 2,628,000.00 Actual Bid Price Lot 1b – Light Vehicles Quantity 1. Jinbei General Utility Response Vehicle - Engine No: Ca4d32090112131, Chassis No: Lsycjd459ah082133, Plate No: Skk-364 1 Unit 2. Ford Ranger 2.2l 4x2 Xlt M/t Pickup - Engine No: P4at1180160, Chassis No: Mnclmff80ew267672, Plate No: Saa-4368 1 Unit 3. Mitsubishi Delica Van - Engine No: D4bf-t652586, Chassis No: P25w-1101367, Plate No: Shn-683 1 Unit 4. Ford Everest 4x4 Suv - Engine No: Wlat437611, Chassis No: Mncls4d403w104178, Plate No: Skb-548 1 Unit 5. Ford Ranger 2.2l 4x2 Xlt M/t - Engine No: P4at1178978, Chassis No: Mnclmff80ew266423, Plate No: Saa-4374 1 Unit 6. Suzuki Multicab - Engine No: Fga5565087, Chassis No: Dc51t-115604, Plate No: Sjj-882 1 Unit 7. Suzuki Multicab (conversion From Left To Right Assemble Car Patrol Body) - Engine No: 7183129, Chassis No: Da52t-245246 1 Unit 8. Suzuki Multicab - Engine No: 5153769, Chassis No: Db51t150630, Plate No: Sha-290 1 Unit 9. 2010 Foton View 2.4l M/t Ambulance - Engine No: Bj486zqa60147, Chassis No: Lvcb1dba8ab004627 1 Unit 10. Suzuki Multicab - Engine No: Fga6215004, Chassis No: Dc51t355554, Plate No: Sgx-878 1 Unit 11. Suzuki Multicab - Engine No: Dk51t304183, Chassis No: F6a6197125, Plate No: 1201-47381 1 Unit 12. Mitsubishi Delica Van - Engine No: 4d56eq6998, Chassis No: P35w0219012, Plate No: Shm-947 1 Unit Starting Bid Price For The Above Units Based On The Coa Region Xi, Appraisal Review Report P 403,200.00 Actual Bid Price ______________________________ Signature Of Bidder Deadline Of Submission Of Sealed Proposal Is On February 12, 2025, Wednesday At 2:00pm Thru Asset Disposition Committee (adc) And The Bids And Awards Committee At Bac Conference Room, 2f Annex Bldg., City Hall, City Of Mati, Davao Oriental. Ocular Inspection Is Scheduled On January 25 - 31, 2025 At 9:00 Am To 3:00pm (working Days Only) Interested Parties May Secure Copy Of This Invitation To The Asset Disposition Committee (adc). 1. Bidders Are Required To Enclose/post A Bidder’s Bond In The Form Of Cash, Cashier Or Manager’s Check Equivalent To Ten Percent (10%) Of The Appraised Value Per Lot. All Bonds Of Non-winning Bidders Are Refundable Immediately After Selection Of Winning Bidder. However, The Winning Bidder’s Bond Shall Only Be Withdrawn Upon Perfection/ Completion Of The Contract. 2. Appraised Value Of The Property For Sale Is Non-negotiable And On An “as-is-where-is” Basis 3. All Expense Related To The Hauling Of These Items Shall Be Borne By The Buyer. 4. Date Of Completion And Full Payment Shall Be Made Not Later Than Three (3) Calendar Days Upon Issuance Of Noticed Of Awards. 5. Non-compliance Of The Winning Bidder On The Above Stipulated Terms And Conditions Shall Be Grounds For The Rejections Of The Bid Without Prejudice To A Re-bidding As The Situation Warrants. The Bidder Is Encouraged To Conduct An Ocular Inspection Of The Property For Sale Before Submitting His/her Proposal. The Head Of The Agency Reserves The Right To Reject Any Or All Of The Bids With Or Without Cause, To Annul The Auction Process, To Waive Any Defect In Them And To Award The Bidder Whose Bid Is The Most Advantageous To The Government. Engr. Crosby B. Balaneg, Ce, Se, Rea, Mpa Chairperson, Asset Disposition Committee
Closing Date12 Feb 2025
Tender AmountPHP 3 Million (USD 52.2 K)

Province Of Negros Oriental Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Invitation To Bid Bid No. B-430-2024 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: General Fund Proper/responsibility Center:1999-365(24) Intends To Apply The Sum Of Nine Million Eight Hundred Thousand Seven Hundred One Pesos And 81/100 (php 9,800,701.81) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “purchase And Installation Of Elevator For Hall Of Justice, Dumaguete City”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 120 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 The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-111, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 14, 2025 Up To 1:00 In The Afternoon 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 Nine Thousand Five Hundred Pesos (php 9,500.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On December 30, 2024 At 2:00 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 14, 2025 At 1:00 In The Afternoon. 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 14, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat. 12. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “purchase And Installation Of Elevator For Hall Of Justice, Dumaguete City" Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I Construction Of Elevator Shaft 1 General Requirements A. Mobilization /demobilization 1 Lot B. Temporary Facility 1 Lot C. Occupational Safety & Health Program 1 Lot D. Signages 1 Lot 2 Site Preparation 1 Lot 3 Reinforced Concrete Works (elevator Pit) 1 Lot 4 Roofing Works 1 Lot 5 Structural Steel (elev. Shaft Framing) 1 Lot 6 Painting Works 1 Lot 7 Electrical Works 1 Lot 8 Forms & Scaffoldings 1 Lot 9 Glass Works 1 Lot Ii Purchase And Installation Of Elevator Includes: Design, Supply, Installation & Commissioning A .equipment Cost: -630 Kgs. Capacity, 1.0 M/s, 3 Floors, 3 Stops, 3 Opening Imported Equipments Including Tempered Glass And Accessories. -includes:duties, Brokerage, Delivery And Unloading At Site, Hauling At Site, Installation Price For Elevator Car & Tempered Glass Local Materials, Labor Test And Commissioning. Terms And Conditions: 1.imported Equipment From Plan/drawing Approval To Manufacturing, Shipments, Port Releasing & Delivery At Site Should Be Sixty (60) Days From The Date Of Purchased Order Approval. 2.project Management, Installations, Test & Commissioning, Local Materials, Delivery & Unloading Will Immediately Be Engaged And Mobilization Will Commence Upon The Arrival Of Equipment’s. 3.completion And Hand-over Will Be On Or Before One Hundred Twenty (120) Calendar Days From The Start Of Mobilization Including Start-up And Commissioning. 4.warranty Of Two (2) Years From The Date Of Turn-over. 5.a Service Center And Equipment Parts Should Be Available Within Negros Oriental. 6.technical Team Available Within 24 Hours Upon The Request Of The End User. 7.must Have Business Permit Within Negros Oriental. 8.businesscenter Should Be At Least 5 Years Of Existence Of The Province Of Negros Oriental. Contract Duration: 120 Calendar Days Abc:p9,800,701.81
Closing Date14 Jan 2025
Tender AmountPHP 9.8 Million (USD 167.7 K)

Rizal Medical Center Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Rfq No. 2025-053 The Rizal Medical Center (rizal Med) Through Its Special Bids And Awards Committee (sbac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Item Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than 28 January 2025. Name Of Project: Supply And Delivery Of Vein Viewer/ Vein Scanner Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Five Hundred Sixty Thousand Pesos (php560,000.00) Item No. Description Unit Qty Unit Cost (php) Total Abc (php) 1 Vein Viewer/ Vein Scanner A. Technical Specification Standard Brightness: With 6 Lumens Dimension: At Least 11” X 4” X 1.5” Weight: At Least 1.5 Lbs. (0.7 Kg) S-mount C-clamp: 0.5” (13 Mm) To 2.5” (64mm) S-mount Super Clamp: Max 1.3” (32mm) Flat Surface; 0.5” (13mm) To 2.1” (53 Mm) Round Surface S-mount Maximum Extension: Vertical - 19.6” (49.8 Cm) Horizontal - 25.6” (65 Cm) Durability: Drop Tested Per Iec/ul 60601-1 Power Source: Fast Swap Lithium Ion Battery Or Ac (outlet) Power: 100 - 240 Vac Power Cord: Ac Power Adapter Provided; Input: 9-12vdc,2a Battery Charger: Input: 9-12vdc,2a Battery: 2 Cell Lithium Ion Rechargable Battery 2 Hours Continuous Run Time 3-4 Hours Charging Imaging/focal Distance:12” (30cm), Meets With Ast Recommendations For Safe Distance From The Sterile Field Ir Wavelength, Peak: Approximately 850nm Visible Wavelength, Peak: Approximately 530nm Ratings: 9v Dc, 1.1a Maximum Voltage Requirements: 100-240 Vac, 1.3-0,7a, 50-60hz Duty Cycle: Continuous Operating Temperature: +60°f To 86°f (+16°c To +30°c) Storage Temperature: -10°f To 140°f (-23°c To + 60°c) Humidity (storage And Operating): 10% To 90%; Non-condensing Atmospheric Pressure (storage And Operating): 700hpa - 1,060 Hpa Emission: Vein Viewer Has Been Tested To And Complies With Iec 60601-1-2 Standard For Electromagnetic Compatibility (emc) And For Radiated And Conducted Emissions. Emc Classified: B Regulatory Classified: Fda Class 1 Exempt B. Accessories • 2 Fast-swap Rechargeable Lithium Ion Battery • Battery Charger - Can Be Powered Via Ac Power Or Car Charger (optional) • Ac Power Cord - To Be Plugged Into An Outlet • 2 S-mounts • 2 Clamps - Super Clamp: The Super Clamp Is Provided To Allow Mounting To A At Surface As Well As Alternate Round Or Square Surfaces Such As A Bed Rail Or Iv Pole - C-clamp: The C-clamp Is Provided To Attach Veinviewer Flex To Flat Surface Such As A Table Or Countertop • Power Adaptor • Nylon Storage Case: For Convenient Storage Of Flex Unit • Usb Cable: For Connection To Veinviewer Connect To Pc Software 1 Unit 560,000.00 560,000.00 I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate B) Mayor’s/business Permit C) Income/business Tax Return D) Valid License To Operate Issued By Philippines Food And Drug Administration E) Certificate Of Product Registration/ Certificate Of Non-registrable/ Certificate Of Product Notification/ Certificate Of Medical Device Notification. F) Certificate Of Distributorship (manufacturer’s Authority) Or Sub-distributorship Certificate / Agreement From The Distributor. 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Warranty Certificate: 5. Warranty: Two (2) Years On Parts And Labor. 6. Product Description/ Brochure. 7. Documentary Requirements Must Be Submitted To The Sbac Secretariat Not Later Than The Deadline. Ii. General Conditions: • The Monthly Billing Statement With Complete Documentary Requirements Must Be Provided By The Service Provider A Week After The Applicable Month • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise, All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. For Further Inquiries, You May Contact The Sbac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Jacquelyn M. Perez, Llb Head, Sbac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.) Ruth G. Valeriano, Md, Ffps, Fcnsp, Fpna Chairperson, Special Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 560 K (USD 9.5 K)

Province Of Negros Oriental Tender

Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid Bid No. B-05-2025(t-0052) 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: Responsibility Center: 4411r-27(24) / Account Code: 10706010, Intends To Apply The Sum Of Three Million Pesos (php 3,000,000.00) Being The Abc To Payments Under The Contract Purchase Of One (1) Unit Utility Vehicle-14 Seaters For The Use Of Pho Technical Division, Dumaguete City, Province Of Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By The End-user Within 30 Calendar Days From 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. 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 The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-1111, Local 475 Or 477 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 5, 2025 Up To 1:00 In The Afternoon 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 Three Thousand Pesos (php 3,000.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On January 23, 2025 At 2:30 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 5, 2025 At 1:00 In The Afternoon. 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 February 5, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. The Bac Of The Province Of Negros Oriental 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: Liland Zoila B. Estacion, Rn, Md. (end-user) Provincial Health Officer Ii Pho Technical Division, Dgte City Arthur Fran P. Tolcidas Bac Chairman 1 Unit Utility Vehicle-14 Seaters Overall Dimensions (mm):5,265 X 1,950 X 1,990 Wheelbase (mm): 3,210 Seating Capacity: 12 Model: 1gd-ftv Engine Type: 4 Cylinders, In-line Type 16-valve Dohc Engine Displacement (cc): 2,755 Maximum Output (ps/rpm): 176 Ps / 3,400 Rpm Maximum Torque (nm/rpm): 420 Nm / 1,600 - 2,400 Rpm Fuel Type: Diesel Fuel Capacity (l): 70 Power Transmission: 6-speed Mt Mcpherson Strut/rigid Axle Leaf Spring Front Brake/ Rear Brake: Ventilated Discs / Drum Steering Type: Variable Power Steering Tires: 235 / 65r16c Wheels (size): 7j X 16" Wheels: Alloy Wheel Headlamps: Bi-beam Multi-reflector Halogen With Integrated Turn Lamp Intermittent Time Adjustment W/ Mist/intermittent W/ Mist With Timer Terms And Conditions Inclusive Of The Following: 3 Years Lto Registration; Gsis Comprehensive Insurance; Third Party Liability,cchattel Fee; Titanium Tint; Genuine Matting; Genuine Seat Covers; Car Care Kit; Free 1,000 Km. Periodic Maintenance (labor And Body Wash) Plus Free 1l Mineral Oil; Free 5,000 Km Periodic Maintenance (labor And Body Wash); Umbrella To Include Stickers: Provincial Seal & For Official Use Only Both Sides Front Door Warranty: Warranty Period Of 3 Years Or 100,000 Km Which Ever Comes First. Project Name: Pho Technical Office Operation & Maintenance Place Of Delivery: Noph Supply Office Purpose: For The Use Of Pho Tech. Div., Dgte. City -x-x-x-x-x-x-x-x-x-x-x-x-x- Abc:p3,000,000.00
Closing Date5 Feb 2025
Tender AmountPHP 3 Million (USD 51.3 K)

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825ql0000051 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, Effective January 17, 2025. the Applicable North American Industry Classification Standard Code Is 488190. The Small Business Size Standard Is $40m. This Is A Total Small Busniess Set Aside Requirement. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Competitive Basis As A Result Of This Synopsis/solicitation For The Following Parts: item Description Qty fuel Tank Repair Repair Includes In Depth De-seal And Seal Application Of The Center Wings. 1 Jb material & Equipment 1 Jb travel All Inclusive Travel Fees: Airfare, Hotel, Rental Car, Parking, Per Diem. 1 Ea all Items Must Be Repaired In Accordance With (iaw) Original Equipment Manufacturer (oem), Specifications To Include The Latest Revisions, Updates And Service Bulletins. any Vendor, Except The Oem Or A Production Approval Holder (pah), Repairing/overhauling/modifying Coast Guard Aircraft Components Must Be Faa 145 Certified And Perform At Least Fifty Percent (50%) Of The Work At Their Company’s Faa Certified Facility. Unless Otherwise Instructed By The Contracting Officer, Awards For The Repair Or Overhaul Of Coast Guard Aircraft Repairable Components Shall Only Be Awarded Directly To Service Vendors Who Have Been Deemed Fully Capable Of Performing Such Services By Division Level Command-appointed Coast Guard Engineers Or Equipment Specialists. Vendors Who Do Not Meet The Above Stated Capability Requirement Will Not Be Considered And Should Not Respond To This Solicitation/ Request For Quote (rfq). the Contractor Shall Furnish A Coc In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15. Coc Must Be Submitted In The Format Specified In The Clause. Offerors Must Be Able To Provide Necessary Certification Including Traceability To The Manufacturer, Manufacturer's Coc And Its Own Certificate Of Conformance. Prospective Vendors Who Are Not The Oem Must Provide Traceability For The Offered Product Back To The Manufacturer Or Authorized Distributor. concerns Having The Expertise And Required Capabilities To Provide These Items Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. Alternate Parts Will Be Authorized If They Are An Oem Approved Alternate Part That Satisfies All Form, Fit, And Function Requirements Of The Original Parts And Conform To The Approved Configuration. note: No Drawings, Specifications Or Schematics Are Available From This Agency. the Following Attachments Apply To This Solicitation: attachment A – Terms And Conditions attachment B – Statement Of Work attachment C – Wage Determination please Note: Only Quotations With Shipping Terms Of F.o.b. Destination Or F.o.b Origin Will Be Accepted. Shipping Terms Of Ex Works (exw) Or Incoterms 2020 (to Include But Not Limited To Dap Incoterms 2020 And Fca, Incoterms 2020) Will Not Be Accepted. the Closing Date For This Intent To Award Notice Is Feb. 17, 2025 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Allison.t.meads@uscg.mil. Please Indicate 70z03825ql0000051 In The Subject Line. notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests And Cc The Contracting Officer. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman At Opap@uscg.mil And The Contracting Officer: Solicitation/contract Number, Contracting Office, Contracting Officer’s Name, Solicitation Closing Date (if Applicable), And Their Concerns. formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program, And Cc The Contracting Officer In All Communications. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d)(2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Emailed To Opap@uscg.mil And The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Closing Date17 Feb 2025
Tender AmountRefer Documents 

Island Garden City Of Samal, Davao Del Norte Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 1 65 Bottle Air Freshener, 500 Ml 19,500.00 2 177 Can Air Freshener, Aerosol Type 18,554.91 3 31 Bottle Alcohol With Pump, 70% Solution, 1000ml 9,300.00 4 75 Gallon Alcohol, Ethyl, 1 Gallon 32,138.25 5 60 Bottle Alcohol. 70% Solution, 250ml 3,900.00 6 90 Pc Bathsoap 25grams 2,250.00 7 46 Pack Battery, Dry Cell, Aaa 1,090.66 8 50 Pack Battery, Dry Cell, Size Aa 1,310.50 9 37 Galoon Bleaching Liquid, 1000ml 11,100.00 10 110 Bottle Bleaching Liquid, 500ml 16,500.00 11 144 Piece Broom (walis Tambo) 22,104.00 12 67 Piece Broom (walis Ting-ting) 1,922.90 13 34 Can Car Freshener, 350grams 11,900.00 14 10 Piece Certificate Holder, A4 Size 1,000.00 15 20 Kls Chlorine Granules 4,200.00 16 4 Drum Chlorine, 40kls/drum 20,000.00 17 130 Bottle Cleaner, Toilet And Urinal 6,489.60 18 16 Pc Data File Box (hard) Not Plastic, For Long Size Folder, W/ Cover Preferably Box Type, Blue Color 9,600.00 19 81 Piece Detergent Bar, 140g 908.01 20 357 Pouch Detergent Powder, All Purpose, 500gms. 28,560.00 21 150 Kls Detergent Powder, Total Care With Fabcon 28,350.00 22 168 Bottle Dishwashing Liquid, 500 Ml 11,760.00 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 23 203 Jar Dishwashing Paste, 400 Grams 14,210.00 24 65 Piece Dishwashing Sponge 1,625.00 25 12 Piece Dishwshing Paste, 250 Grams 1,200.00 26 50 Can Disinfectant Spray, Aerosol, 400g (min) 8,393.50 27 94 Bottle Disinfectant Spray, Antibacterial 400gm 32,900.00 28 5 Piece Document Rack 3 Layers (stainless Metal Made) 4,250.00 29 2 Pc Extension Wire (10mtrs) W/ 3 Outlet 1,200.00 30 20 Galloon Fabric Conditioner 6,000.00 31 198 Bottle Fabric Conditioner, 1 Liter 29,700.00 32 11 Piece Feather Duster 660.00 33 38 Piece Filing Box With Cover, Size 11"x15 5/8"x11 (wxlxh) 22,800.00 34 45 Piece Floor Rug, 40 X 60, Heavy Duty 8,100.00 35 186 Roll Garbage Black Bag, Mediumsized, 10's/roll 18,600.00 36 415 Roll Garbage Black Bag, Size Xxl 10's/roll 49,800.00 37 65 Bottle Glass Cleaner, 1000ml 19,500.00 38 76 Bottle Glass Cleaner, 500ml 13,680.00 39 12 Piece Glass Wiper With Sponge 3,600.00 40 25 Piece Hand Towel, Size At Least 16" X 28" To 18" X 30" 750.00 41 72 Bottle Handsoap Liquid Antibacterial, 250ml 13,680.00 42 50 Bottle Handsoap Liquid Antibacterial, 500ml 10,000.00 43 3 Bottle Insecticde Spray 900.00 44 9 Piece Kitchen Towel, Super Absorbent, Microfiber Cleaning Cloth 3,150.00 45 15 Piece Monobloc Chair, Beige 6,140.10 46 2 Piece Monobloc Table, White 3,237.32 47 39 Piece Mop Head, Made Of Rayon 5,337.15 48 36 Piece Mophandle, Screw Type, Aluminum Handle 18,000.00 49 2 Unit Mouse, Optical, Usb Connection Type 600.00 50 32 Gallon Muriatic Acid, 1 Gallon 9,600.00 51 12 Set Pail With Cover 16 Liters 3,000.00 52 6 Piece Paper Tray With 3 Layers, Metal 4,200.00 53 10 Pad Reimbursement Expense Receipt (rer) 1,170.00 54 208 Piece Toilet Bathroom Deodorizer, 100g 20,800.00 55 10 Pc Toilet Bowl And Urinal Cleaner, 500ml 2,500.00 56 110 Bottle Toilet Bowl Cleaner, 1000 Ml 33,000.00 57 4 Set Toilet Brush And Holder Set Silicone Bristles Bathroom Cleaning Bowl Brush Kit 2,000.00 58 12 Set Toilet Brush With Holder, Heavy Duty 2,400.00 59 10 Pack Trashbag, Large Size 711.40 60 30 Pack Trashbag, Xl Size 3,332.10 61 5 Pack Trashbag, Xxl Size 780.00 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 62 50 Pack Ultra Power Liquid Detergent Cherry Blossom 2.5l 14,850.00 63 15 Piece Utility Box, 100 Liters, Black 9,000.00 64 32 Piece Water Dipper, 1 Liter 1,600.00 *** Nothing Follows *** Total Approved Budget For The Contract 669,395.40
Closing Date4 Feb 2025
Tender AmountPHP 669.3 K (USD 11.4 K)

TESDA MANILA TRAINING ASSESSMENT CENTER Tender

Electronics Equipment...+2Electrical and Electronics, Furnitures and Fixtures
Philippines
Details: Description Pcs Plywood 3/4 4 ₱1,495.00 ₱5,980.00 Pcs Liston 1/2 X 1 X 12 20 ₱123.50 ₱2,470.00 Pcs Railing Galvanized Sliding 4 ₱1,170.00 ₱4,680.00 Pair Roller Railing For Sliding 4 ₱845.00 ₱3,380.00 Pcs Metal Furring 25 ₱169.00 ₱4,225.00 Boxes Blind Rivet 5/32 X 12 2 ₱364.00 ₱728.00 Pcs Dormer 5/32 5 ₱97.50 ₱487.50 Pcs Hard Lite 3/16 12 ₱520.00 ₱6,240.00 Bag Boral 2 ₱1,014.00 ₱2,028.00 Pcs Sand Papers 20 ₱19.50 ₱390.00 Pcs Roller Paint (small) 3 ₱58.50 ₱175.50 Pcs Paint Brush No. 2 3 ₱39.00 ₱117.00 Gallon Paint Latex Finish 3 ₱975.00 ₱2,925.00 Pcs Outlet 15 ₱52.00 ₱780.00 Pcs Aircon Outlet 3 ₱221.00 ₱663.00 Pcs Bolt Breaker 60 Ampers 1 ₱1,820.00 ₱1,820.00 Pcs Plastic Moulding 15 ₱97.50 ₱1,462.50 Pcs Construction Adhesive - Nail Free Installation 2 ₱234.00 ₱468.00 Pcs Ampco Utility Box 15 ₱58.50 ₱877.50 Pcs Black Screw Wood 1 100 ₱0.65 ₱65.00 Box Thhn Wire No. 12 (150 Meters) 1 ₱4,118.40 ₱4,118.40 Pcs Exaust Fan Bentellation 3 ₱1,690.00 ₱5,070.00 Gate And Grill For Stairs Pcs Tubular 1x1 Gauge 1.5 5 ₱442.00 ₱2,210.00 Pcs Square Bar 12 Mm 20 ₱494.00 ₱9,880.00 Pcs Special Welding Rod 2 ₱234.00 ₱468.00 Kilo Cutting Disc Thin 10 ₱123.50 ₱1,235.00 Pcs Grinding Disc 2 ₱117.00 Liter Paint Primer Epoxy Grey 2 ₱286.00 ₱572.00 Liter Paint Ode Black 2 ₱247.00 ₱494.00 Bottle Thinner 2 ₱65.00 ₱130.00 Pcs Roller Paint (small) 5 ₱26.00 ₱130.00 Pcs Paint Brush No. 1 2 ₱58.50 ₱117.00 Liter Polyester Body Filler 1 ₱325.00 ₱325.00 Pcs Sand Paper No. 150 3 ₱19.50 ₱58.50 Electrical Outlet And Lights Supply Pcs Ampco Utility Box 15 ₱58.50 ₱877.50 Pcs Construction Adhesive - Nail Free Installation 2 ₱234.00 ₱468.00 Pcs Plastic Moulding 5/8 30 ₱97.50 ₱2,925.00 Pcs Outlet 15 ₱58.50 ₱877.50 Box Thhn Wire No. 12 (150 Meters) 1 ₱1,778.40 ₱1,778.40 Pcs Black Screw Wood 1 100 ₱0.65 ₱65.00 Pcs Bolt On Breaker 60 Amp 2 ₱1,820.00 ₱3,640.00 Pcs Airon Outlet 3 ₱221.00 ₱663.00 Pcs Exaust Fan Ventilation 3 ₱1,690.00 ₱5,070.00 Roll Electrical Tape (big) 3 ₱58.50 ₱175.50 Sanitary Supply For Floor Drain And Water Supply Pcs Pvc Pipe No. 2 1 ₱325.00 ₱325.00 Pcs Pvc Elbow No. 2 3 ₱39.00 ₱117.00 Pcs Pvc Tee No. 2 1 ₱58.50 ₱58.50 Pcs Solvent 200 ₱260.00 ₱52,000.00 Pcs Pvc Pipe Blue 1/2 5 ₱84.50 ₱422.50 Pcs Pvc Elbow Blue 1/2 20 ₱13.00 ₱260.00 Pcs Pvc Tee Blue 1/2 5 ₱15.60 ₱78.00 Pcs Faucet 5 ₱208.00 ₱1,040.00 Entrance Area Pcs Metal Furring 20 ₱169.00 ₱3,380.00 Box Blind Rivets 5/32 X 12 1 ₱325.00 ₱325.00 Pcs Dormer 5/32 5 ₱97.50 ₱487.50 Pcs Hard Lite 3/16 6 ₱520.00 ₱3,120.00 Pcs Wood Screw No. 1 200 ₱0.65 ₱130.00 Bag Boral 1 ₱1,014.00 ₱1,014.00 Pcs Zeamcoat 2 ₱715.00 ₱1,430.00 Pcs Sand Paper No. 150 20 ₱19.50 ₱390.00 Tin (balde) Flat Latex 2 ₱3,315.00 ₱6,630.00 Tin Paint Finish Latex 3 ₱3,705.00 ₱11,115.00 Pcs Roler No. 7 3 ₱84.50 ₱253.50 Pcs Paint Brush No. 2 3 ₱39.00 ₱117.00 Comport Room Area 4th Floor Pcs Hard Lite 3/16 6 ₱520.00 ₱3,120.00 Pcs Metal Furring 15 ₱156.00 ₱2,340.00 Pcs Wall Angle 10 ₱52.00 ₱520.00 Pcs Caring Channel 10 ₱182.00 ₱1,820.00 Pcs W Clip 100 ₱6.50 ₱650.00 Box Blind Revit 5/32 X 1/2 2 ₱325.00 ₱650.00 Pcs Dormer 5/32 5 ₱97.50 ₱487.50 Roll Gypsum Tape No. 2 1 ₱195.00 ₱195.00 Pcs Bulb Lights 7 Watt Witch Receptacle 4 ₱175.50 ₱702.00
Closing Date10 Feb 2025
Tender AmountPHP 174.4 K (USD 3 K)

BARANGAY BALILI MANKAYAN, BENGUET Tender

Automobiles and Auto Parts
Philippines
Details: Description Province Of Benguet –car Municipality Of Mankayan Barangay Balili Barangay Bids And Awards Committee Invitation To Apply For Eligibility And To Bid February 06,2025 The Barangay Local Government Unit Of Barangay Balili, Mankayan, Through Its Bids And Awards Committee, Invites Platinum Philgeps Registered Supplier For Bidders/contractors Registered With And Classified By The Philippine Accreditation Board (pcab)-category C& D, Small B To Apply For Eligibility And To Bid For The Hereunder Listed Projects: Name Of Projects: Procurement Of Wheel Loader Location: Balili, Mankayan, Benguet Solicitation No.: 2025-002-0001 Balili Approved Budget For The Contract(abc): Php 3,000,000.00 Source Of Fund: National Wealth Item Unit Qty Description No. 1 Unit 1 Wheel Loader Description Dimension A. Overall Height- Bucket Raised B. Bucket Pin Height At Max. Lift C. Dump Clearance At Max. Lift (45°) D. Reach At Max. Lift And 45° Dump E. Rack Back Angle At Carry F. Rack Back Angle At Ground G. Digging Depth H. Rack Back Angle At Max. Lift I. Dump Angle At Max. Lift J. Carry Height K. Ground Clearance L. Center Line Of Front Axle To Hitch M. Wheel Base N. Overall Length O. Departure Angle P. Height To Top Of Cab Q. Overall Width Over Bucket R. Min. Turning Radius Over Bucket S. Min. Turning Radius Over Tires T. Steering Angle- Left/right U. Width At Tread Center V. Overall Width Over Tires Technical Parameters Bucket Capacity 1.8m³ Rated Payload 3000kg Operating Weight 10300(10500)±300kg Traction Force 97±3kn Breakout Force 95±3kn L×w×h 7450×2500×3180 Maker/model Weichai/wp6g125e22 Rated Power 92kw/2200rpm Maximum Torque 500nˑm/1400-1600rpm Bore × Stroke (mm) 105×130mm No. Of Cylinders/displacement 6/6.75l Air Cleaner Three Stage Air Cleaner Alternator 70amp Battery 2-24v/105ah Starting Motor 24v/6kw Transmission Type Countershaft Powershift Shift Type Mechanical Powershift Control Pressure Transmission 1.1-1.5mpa Torque Converter Type Single-stage&turbine, 3-element Axles Rigid(front)&oscillating(rear) Rear Axle Oscillation (°) ±10° Differential Conventional Main Reducer Spiral Bevel, 1-stage Reduction Final Reducer Planetary Reduction Tire 17.5-25l-3 12pr Tt Travel Speed-forward 7/12/24/36 Km/h Travel Speed-reverse 8.5/28 Km/h Service Brake Single Circuit Caliper, Dry Brake Setting Pressure 0.70-0.78mpa Parking Brake Flexible Shaft Controlled Emergency Brake Caliper Brake Type Hydraulic Load Sensing System Pump 246l/mlnˑ2200rpm System Pressure 14mpa Cylinder Type Double Acting Steering Angle ±35° Type Joystick Control Pump 246l/mlnˑ2200rpm Control Valve 2 Spool System Pressure 16mpa Cycle Time (sec) 9 Fuel Tank (l) 200l Hydraulic Tank (l) 165/170((3rd Spool)l Crankshaft (l) 14l Transmission (l) 36l Front Axle/rear Axle (l) 18l/18l Configuration Weichai Engine Lonking Transmission Mechanical Powershift Control Lonking Axles (dry Type) Joystick Working Control Flexible Shaft Controlled Caliper Brake Rops&fops Cabin Lcd Dashboard Air Conditioner Optional Oil-bath Air Filter 17.5r25 L-3 Tl 3rd Spool For Auxiliary Function Sliding Cabin Window Electric Heating Rear Window Lockable Oil Tank Cap Rear View Camera Radio/mp3 Bucket (2.0m³) Enlarged Bucket (2.3m³) Coal Bucket (2.5m³) Bucket(3 Piece Cutting Edges) Log Grapple Grass Grapple Side Tip Bucket Log Fork Quick Hitch Coupler Quick Hitch Bucket 4in1 Bucket (quick Hitch Only) Snow Blade ( Quick Hitch Only) Republic Act 9184 And Its Implementing Rules And Regulations Shall Govern All Particulars Relative To The Eligibility Standards And Screening, Bid Security, Performance Security, Pre-bidding Conference, Post-qualification And Awards Of The Contracts. The Barangay Local Government Unit Of Barangay Balili Mankayan Reserves The Right To Reject Any Or All Bids, Waive Any Defect Or Informality Therein, Or Accept Any Bid Maybe Consider To Be Advantageous And Beneficial To The Barangay Local Government Unit Of Barangay Balili, Mankayan. Further, The Barangay Local Government Unit Of Barangay Balili, Mankayan Assumes No Obligation Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Or Loss That They May Incur In Their Undertaking Nor Does It Guarantee That An Award Will Be Made. Schedule Of Bac Activities As Follows: February 13, 2025 Last Submission Of Letter Of Intent And Purchase Of Bid Docs(5:00pm) February 18,2025 Pre-bid Conference ,(10:00am)at Atayan Barangtay Hall, Mankayan February 26, 2025 Dropping Of Bids, (08:00am- 09:30am) At Atayan Barangtay Hall, Mankayan February 26, 2025 Opening Of Bids, (10:00am) At Atayan Barangtay Hall, Mankayan A Complete Set Of Bid Documents May Be Acquired From The Barangay Bac, Balili, Mankayan, Benguet Upon Payment Of Non-refundable Fee Corresponding To The Amount Of The Contract. Jovencio L. Lanso-an Barangaybac-chair Noted: Jerry S. Balong-angey Punong Barangay The Philgeps Team Is Not Responsible For Any Typographical Errors Or Misinformation Presented In The System. Philgeps Only Displays Information Provided For By Its Clients, And Any Queries Regarding The Posting Should Be Directed To The Contact Person/s Of The Concerned Party. Jovencio L. Lanso-an Bac Chairman Barangay Hall, Atayan, Balili Mankayan, Benguet Philippines 2608
Closing Date13 Feb 2025
Tender AmountPHP 3 Million (USD 51.6 K)

University Of The Philippines Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description 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: Ebooks For The Institute Of Management Purchase Request No.: Lib-2025-02-0013 Approved Budget For The Contract: ₱ 137,637.00 Date 11 February, 2025 Rfq No. 0059 Mop 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 Should Attach A Copy Of The Latest Business Permit, Philgeps Registration Number And Notarized Omnibus Sworn Statement For An Approved Budget For The Contract (abc) Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement That Requires The Latest Business Permit And Philgeps Registration Only. 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. Submit Your Quotation, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Or Send To This Email Address Only - Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 25.0059 Not Later Than 5: 00 Pm On 17 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: Fritzel B. Batag 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 1 Managing Millennials: Shaping A New Work Paradigm/cripps, Jacqueline/ 2023/ 9781637425138/ebook Yy 1 5,618.00 5,618.00 2 Humane Entrepreneurship : Creating A New Economy, Venture By Venture/galbraith, Craig S.;stiles, Curt H./ 2023/ 9789811271243/ebook Yy 1 13,550.00 13,550.00 3 Climate-smart Innovation : Social Entrepreneurship And Sustainable Development In The Environmental Economy/popkova, Elena;vovchenko, Natalia G;andreeva, Olga V/ 2023/ 9789811264252/ebook Yy 1 22,775.00 22,775.00 4 Dealing With Socially Responsible Consumers: Studies In Marketing/jishnu Bhattacharyya/ 2023/ 9789811944574/ebook Yy 1 13,158.00 13,158.00 5 Entrepreneurship In The Creative Industries: How Innovative Agents, Skills And Networks Interact/phillip Mcintyre;janet Fulton;susan Kerrigan;michael Meany/ 2023/ 9783031194559/ebook Yy 1 17,593.00 17,593.00 6 Performance Analysis And Consulting (in Action Case Study Series)/phillips, Jack J./ 2023/ 9781607283447/ebook Yy 1 2,880.00 2,880.00 7 The Case For Good Jobs : How Great Companies Bring Dignity, Pay, And Meaning To Everyone's Work/ton, Zeynep/ 2023/ 9781647824181/ebook Yy 1 7,095.00 7,095.00 8 Hbr's 10 Must Reads On Ai/harvard Business Review/ 2023/ 9781647825850/ebook Yy 1 1,850.00 1,850.00 9 Multigenerational Workplace/harvard Business Review/ 2023/ 9781647825010/ebook Yy 1 1,700.00 1,700.00 10 Hbr Guide To Executing Your Strategy/harvard Business Review/ 2023/ 9781647825164/ebook Yy 1 1,626.00 1,626.00 11 X-teams : How To Build Teams That Lead, Innovate, And Succeed/ancona, Deborah;bresman, Henrik/ 2023/ 9781647824778/ebook Yy 1 2,365.00 2,365.00 12 Act Like A Leader, Think Like A Leader, Updated Edition/ibarra, Herminia/ 2023/ 9781647825553/ebook Yy 1 2,365.00 2,365.00 13 The Digital Transformation Roadmap : Rebuild Your Organization For Continuous Change/rogers, David L./ 2023/ 9780231551731/ebook Yy 1 5,840.00 5,840.00 14 Arguing About Tastes : Modeling How Context And Experience Change Economic Preferences/kreps, David M.;casella, Alessandra;stiglitz, Joseph E./ 2023/ 9780231558174/ebook Yy 1 11,828.00 11,828.00 15 New Trends In The Protection Of Cultural And Natural Heritage/adam Kozien;anna Mazur;bartosz Mazurek;piotr Dobosz;witold Górny/ 2023/ 9788323373902/ebook Yy 1 3,000.00 3,000.00 16 Atd's Organization Development Handbook/flores, Brian James/ 2023/ 9781957157399/ebook Yy 1 4,805.00 4,805.00 17 A Marketer's Guide To Digital Advertising : Transparency, Metrics And Money/dhar, Shailin;thomson, Scott/ 2023/ 9781398609679/ebook Yy 1 19,589.00 19,589.00 Contract Award: Per Line Item Delivery Period: 30 Calendar Days Upon Receipt Of P.o And Ntp *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. *indicating A Price/amount Under "quoted Unit Price" Shall Mean Complying With The Technical Specification Of The Item Even Without Checking The Compliance Column Otherwise Provide A Counter-offer. ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: 137,637.00
Closing Date17 Feb 2025
Tender AmountPHP 137.6 K (USD 2.3 K)
7491-7500 of 7693 archived Tenders