Cctv Tenders

Cctv Tenders

Department Of Agriculture Tender

Food Products
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 216 K (USD 3.7 K)
Details: Description Request For Quotation For The Procurement Of Food, Venue And Accommodation For The Conduct Of Assessment Of Kadiwa Financial Grant Beneficiaries-post Project Implementation Assessment On March 4-6, 2025 At Uptown Cebu City… 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of ₱ 216,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Food, Venue And Accommodation … 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Suppliers/ Bidders For The Procurement Of Food, Venue And Accommodation …with The Following Details: Day 1: March 4, 2025 40 Pax Hotel Live-in: 2 Meals ( Lunch, Dinner ) & 2 Snacks (a.m, P.m) @ 1,900.00/pax 5 Pax Hotel Live-out: 2 Meals ( Lunch, Dinner ) & 2 Snacks (a.m, P.m) @ 1,000.00/pax Day 2: March 5, 2025 40 Pax Hotel Live-in: 3 Meals ( Breakfast, Lunch, Dinner ) & 2 Snacks (a.m, P.m) @ 2,200.00/pax 5 Pax Hotel Live-out: 3 Meals ( Breakfast ,lunch, Dinner ) & 2 Snacks (a.m, P.m) @ 1,300.00/pax Day 3: March 6, 2025 45 Pax Hotel Live-out: 2 Meals ( Breakfast, Lunch ) & 2 Snacks (a.m, P.m) @ 900.00 /pax Package Inclusions And Specifications: 1. Strategically Located Within Uptown, Cebu City 2. All Participants Should Be Accommodated In One Hotel Venue (accommodation Of Live-in Participants Outside Or Other Than The Hotel Venue Is Strictly Not Allowed) 3. For Room Accommodation, Room Sharing Is Preferred. If Twin Sharing, The Bed Should Big Enough To Accommodate 3-4 Persons. Double Decker Bed Is Not Allowed. Room Must Have An Own Cr. 4. Spacious And Well-lighted Function Room Conducive Enough To Accommodate 80-100 Participants; 5. Audible And Operational Sound System With At Least Two To Three (2-3) Microphones (wireless Microphones Is Preferred) 6. Free Access To Strong And Steady Internet Connection Capable For Live Streaming 7. With Functional Elevators For Accessbility To Pwds And Senior Citizens 8. With Wide And Well-lighted Parking Space (10 Vehicles Or More) Integrated Within The Hotel Premises And With Cctv; 9. Standby Waiter And Audio Technician During The Entire Session; 10. Catering / Food (buffet): Location Should Be Inside The Main Function Room, With Free-flowing Coffee / Tea, And Fruits In Season Be Served Every Mealtime; 11. Can Serve Foods / Drinks For Vegetarians Or Non Pork-eating Participants (upon Request); 12. Backdrop And Welcome Tarpaulin 13.with Complementary Room For Secretariate 3. The Bidder Must Submit Legal Documents Such As Mayor’s Permit, Philgeps Certificate And/or Registration Number. The Office Will Require The Winning Bidder To Submit Income/ Business Tax Return (for Abc ₱ Above 500,000.00) And Omnibus Statement Prior Recommendation Of Award (bac Resolution). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered, Together With The Required Legal Documents Stated At Item Number 3, To The Bac Chairperson Office / Procurement Unit At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. Failure To Submit The Said Legal Documents Will Disqualify The Bidder. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Address And Contact Numbers Indicated Below. Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 Telefax No. 032-268-2698 Darfu7@ymail.com / Da7ps@yahoo.com / Da7gs@yahoo.com 7. The Department Of Agriculture 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. 8. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information And Required Documents To Be Submitted , Please Contact : Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson

City Of Ozamis, Misamis Occidental Tender

Civil And Construction...+4Civil Works Others, Electrical and Electronics, Solar Installation and Products, Electrical Works
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 29.9 Million (USD 518.6 K)
Details: Description Sf-good-05 Invitation To Bid The Local Government Of Ozamiz City, Through Its Bids And Awards Committee (bac), Invites Suppliers To Apply For Eligibility And To Bid For The Hereunder Projects: Name Of Project/description & Location: Traffic System, Network And Systems Integration (phase Ii) (equipments, Engineering And Installation Works) 7 Pcs Traffic Controller With Video Interface Board And Adaptive Vehicular Countdown Timer 47 Pcs 300mm Traffic Signal Heads 6 Pcs 300mm Traffic Signal Heads W/ Arrow 8 Pcs Pedestrian Signal Head 8 Pcs Pedestrian Push Button 42 Pcs 4m Pole 32 Pcs Flasher 300mm Solar 16 Pcs Signage 12 Pcs Cantilever Pole W/ 5m Arm 53 Pcs Back Plate 350 Meters Flexible Cable 2300 Meters Signal Cables 1 Lot As Built Drawing / Documentation 1 Lot Engineering Design 8 Units Ups (input Voltage/frequency: Single Phase 115- 300vac/40hz -60hz Output Voltage/frequency: 220vac±2%/50hz (±0.2%) Maximum Output Power: 2kw Battery Specifications: 72v/38ah Working Method: Online Backup Time: 12 Hours (200w Load) Conversion Time: Mains To Bypass Mode ≤4ms, Mains To Battery Mode 0ms Power Failure/incoming Call Alarm Function: Optional Other Functions: Snmp Communication Function Working Environment Temperature -20 To 70 Degree Centigrade) (civil Works) 42 Pcs Pole Foundation (60cm X 60cm X 70cm W/ 45deg Sweep 3" Elbow) 12 Pcs Pole Foundation (100cm X 100cm X 200cm W/ 45deg Sweep Elbow) 38 Pcs Hand Hole (60cm X 60cm X 70cm) 7 Pcs Controller Foundation (65cm X 55cm X 70cm) 500 Linear Meter Trenches (30cm X 40cm X With 3" Upvc Pipe) 800 Linear Meter Under Carriage (supplier's Qualification) Supplier Must Have Completed At Least 1 Similar Project Within The Last 5 Years (similar Projects Includes Outdoor Traffic And Network Management System Or Outdoor Cctv With Command Center With Wired Fiber Optic And Wireless Network System; Supplier Must Have Inspected The Ozamiz Locations Where Traffic Controllers, Traffic Lights And Central Traffic Monitoring System Will Be Installed; Supplier Should Have Been Operating In The Philippines For At Least Ten (10) Years And Is Registered With Sec And/or Dti; Supplier Should Provide Manufacturer's Letter Of Support Stating That The Supplier Is Authorized To Bid And Sell The Items/products To Be Offered; Supplier Should Provide A Valid Ntc Vas Certificate; Supplier Should Provide Iso 9001:2015 Certification For The Last 2 Years; Supplier Should Have At Least One (1) Certified Traffic Engineer And Five (5) Certified Electronics And Network Engineers Who Will Oversee Implementation Of The Project; Supplier Should Provide On-site Basic Users Training For The End-user (operation And Troubleshooting). Approved Budget For The Contract (php) Grand Total 29,998,500.00 Contract Duration/delivery Period (maximum): 180 Cd Project Reference No.: G-hfo-001-25 Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And It’s Implementing Rules And Regulation (irr). Issuance Of Bid Documents: January 30, 2025 To February 18, 2025 At 1:59 P.m. Pre-bid Conference: February 6, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Opening Of Bids:february 18, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Bid Evaluation: February 19, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Post-qualification: February 20, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php 25,000.00 To The Local Government Of Ozamiz Cashier. The Local Government Of Ozamiz Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: (sgd.) Paul Abtar M. Singh Bac-chairman/general Services Officer

Zarz d Dr g Miejskich i Komunikacji Publicznej w Bydgoszczy Tender

Services
Software and IT Solutions
Poland
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: Title: Usługa Utrzymania W Stałej Sprawności (ciągłej Pracy) Urządzeń Działających W Ramach Systemu Its W Bydgoszczy W 2025 Roku description: 1. Przedmiotem Zamówienia Jest Usługa Utrzymania W Stałej Sprawności (ciągłej Pracy) 223 Urządzeń Działających W Ramach Systemu Its W Bydgoszczy W 2025 Roku, Zainstalowanych W Ciągach Komunikacyjnych W Granicach Administracyjnych Miasta Bydgoszczy Będących W Zarządzaniu Zamawiającego, W Tym: 93 Kamer Cctv, 68 Kamer Arcp, 32 Tablic Vms, 10 Stacji Meteo, 20 Stacji Pomiaru Ruchu Oraz Serwerowni (w Tym Połączeń Światłowodowych Wraz Z Urządzeniami), Obszarowego Systemu Zarządzania Ruchem Scats Oraz Innych Programów I Aplikacji Wchodzących W Skład Systemu Its. W Trakcie Realizacji Zamówienia Ilość Urządzeń Its Podlegających Usłudze Nie Ulegnie Zwiększeniu. 2. Szczegółowy Opis Przedmiotu Zamówienia I Warunki Wykonania Zamówienia Zostały Zawarte W Projektowanych Postanowieniach Umowy Z Załącznikami, Stanowiących Załącznik Nr 1 Do Swz, W Tym: 1) Wykaz Urządzeń Its, Stanowiący Załącznik Nr 2 Do Umowy, 2) Specyfikacja Wykonania Usługi (swu), Stanowiącą Załącznik Nr 3 Do Umowy, Oraz We Wzorze Formularza Ofertowego, Stanowiącym Załącznik Nr 2 Do Swz I Wzorze Wyceny Usługi Zawierającej Ilość Przewidywanych Prac, Stanowiącym Załącznik Nr 3 Do Swz. 3. Posiadana Przez Zamawiającego Dokumentacja Istniejącego Systemu I Sieci Its Zawiera Szczegółowe Informacje O Konfiguracji Systemu, Które Mogłyby Zostać Wykorzystane Do Np. Przeprowadzenia Nieautoryzowanego Dostępu Do Systemu/sieci Lub Mogłyby Zostać Wykorzystane Do Sabotażu Lub Destabilizacji Systemu/sieci. Z Uwagi Na Charakter Tych Danych, Zamawiający Nie Może Ich Udostępnić Na Etapie Postępowania. Zamawiający Zapewni Dostęp Do Tej Dokumentacji Wykonawcy, Z Którym Będzie Zawarta Umowa Na Wykonanie Usługi. 4. Zamawiający Deklaruje, Że W Całym Okresie Trwania Umowy Zleci Usługi W Zakresie Utrzymania W Stałej Sprawności Części Programowej Systemu Its Oraz Urządzeń Serwerowych I Backup (część A Wyceny Usługi) Na Poziomie Nie Mniejszym Niż 10 Miesięcy, Oraz Usługi W Zakresie Wymiany/naprawy Urządzeń Its Wraz Z Potrzebnym Sprzętem Oraz Materiałami Oraz Ich Konserwacji (część B+c Wyceny Usługi) Wg. Potrzeb Zamawiającego. 5. Zamawiający Nie Stawia Bezwzględnego Wymogu Przeprowadzania Wizji Lokalnej, O Której Mowa W Art. 131 Ust. 2 Pzp, W Terminie Poprzedzającym Złożenie Oferty, Ale Sugeruje Przeprowadzenie Jej W Interesie Wykonawcy Bez Udziału Zamawiającego Celem Właściwego Określenia Zakresu Realizacji Zamówienia. 6. Zamawiający, Zgodnie Z Art. 95 Ust. 1 Pzp, Wymaga Zatrudniania Przez Wykonawcę Lub Podwykonawcę Przy Realizacji Zamówienia (w Całym Okresie Obowiązywania Umowy) Na Umowach O Pracę, Osób Bezpośrednio Wykonujących Usługi, Tzw. Pracowników Fizycznych, Tj. Pracowników Wykonujących Czynności Związane Z Pracami Określonymi W Swu, Polegającymi M.in. Na: Montażu I/lub Naprawie Urządzeń, Lub Instalacji Elektrycznych - Elektromonterów, Prowadzeniu I Obsłudze Samochodowego Podnośnika Koszowego - Kierowca/operator. Wymóg Ten Nie Dotyczy Osób Weryfikujących I Dokonujących Zmian Części Programowej, Ani Dostawców Urządzeń I Materiałów Szczegółowy Opis Wymagań Zamawiającego W Tym Zakresie Znajduje Się W Projektowanych Postanowieniach Umowy, Które Stanowią Załącznik Nr 1 Do Swz. 7. Wykonawca Może Powierzyć Wykonanie Części Zamówienia Podwykonawcy, Z Uwzględnieniem Zakazu Opisanego W Pkt V.11. Swz. W Zakresie Podwykonawstwa, Zastosowanie Mają Przepisy Art. 462-465 Pzp. Wykonawca Jest Zobowiązany Wskazać W Ofercie Oraz W Jedz Części Zamówienia (w % Lub Zakres Rzeczowy), Których Wykonanie Zamierza Powierzyć Podwykonawcom, Oraz Nazwy Ewentualnych Podwykonawców, Jeżeli Są Już Znani. Brak Oświadczenia Wykonawcy W Tym Zakresie Oznaczać Będzie, Że Wykonawca Zamierza Samodzielnie Realizować Całość Zamówienia. Wykonawca Odpowiada Za Działania, Uchybienia, Zaniedbania Podwykonawcy, Jak Za Swoje Działania. 8. Zamawiający Nie Przewiduje Możliwość Udzielenia Zamówień, O Których Mowa W Art.214 Ust.1 Pkt 7 Pzp. 9. Zamawiający Nie Dopuszcza Składania Ofert Częściowych. Zamawiający Nie Dokonuje Podziału Zamówienia Na Części. Uzasadnienie Braku Podziału Zamówienia Na Części: Topologia Sieci Systemu Its (ringi) I Połączenia Wszystkich Urządzeń Nie Pozwalają Na Podział Zadania Na Mniejsze Zakresy. System Its Składa Się Z Kilku Ściśle Związanych Ze Sobą Podsystemów (np. Sterowania Ruchem Z Monitoringiem Wizyjnym, Zarządzania Transportem Publicznym, Informacji Parkingowej Oraz Naprowadzania Pojazdów Na Drogi Alternatywne) I Ich Rozdzielenie Wpłynęło By Negatywnie Na Prawidłowe Działanie Systemu, A Co Za Tym Idzie Na Płynności Ruchu Drogowego Oraz Na Bezpieczeństwo Uczestników Tego Ruchu. Brak Podziału Na Części Nie Ogranicza Dostępu Do Zamówienia Wykonawcom Z Sektora Mśp.

Technical Education And Skills Development Authority - TESDA Tender

Publishing and Printing
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 184.1 K (USD 3.1 K)
Details: Description Certificate Holder, A4, Royal Blue 75 Piece 65.00 Ink Cart, Epson L3110, 003 Black 11 Bottle 325.00 Ink Cart, Epson L3110, 003 Cyan 10 Bottle 325.00 Ink Cart, Epson L3110, 003 Magenta 11 Bottle 325.00 Ink Cart, Epson L3110, 003 Yellow 6 Bottle 325.00 Photo Paper, Matte Finish, A4 Size 7 Pack 115.00 Certificate Frame, With Glass (a4) 25 Piece 100.00 External Hard Drive, 1tb, 2.5" Hdd, Usb 3.0 1 Unit 4,000.00 Ink Refill,brother Dcp-t71ow Bt D60, Black 8 Bottle 400.00 Ink Refill,brother Dcp-t71ow Bt 5000, Magenta 9 Bottle 400.00 Ink Refill,brother Dcp-t71ow Bt 5000, Yellow 6 Bottle 400.00 Ink Refill,brother Dcp-t71ow Bt 5000, Cyan 9 Bottle 400.00 Ring Binder, Plastic 32mm, 10 Pieces Per Bundle 2 Piece 202.00 Sign Pen, Black, Liquid/gel Ink, 0.5mm Needle Tip 32 Piece 35.00 Sign Pen, Blue, Liquid/gel Ink, 0.5mm Needle Tip 33 Piece 35.00 Sign Pen, Red, Liquid/gel Ink, 0.5mm Needle Tip 5 Piece 35.00 Sign Pen, Black (1.0) 15 Piece 35.00 Sign Pen, Blue (1.0) 15 Piece 35.00 Sign Pen, Black (1.5) 15 Piece 35.00 "sign Pen, Blue (1.5) " 15 Piece 35.00 Ballpoint Pen Black (0.7) 15 Piece 10.00 Ballpoint Pen Blue (0.7) 15 Piece 10.00 Mouse Pad 4 Piece 90.00 Mouse, Optical, Usb Connection Type 2 Unit 166.00 Ballpen, Black 465 Piece 10.00 Ballpen, Blue 26 Piece 10.00 Ballpen, Red 8 Piece 10.00 Tape, Double Sided Without Foam, 1" 11 Roll 45.00 Vellum Board, Letter Size, 10 Sheets Per Pack 9 Pack 30.00 Dishwashing Sponge, Foam 44 Piece 20.00 Disinfectant Liquid, Liter 52 Gallon 245.00 Fabric Conditioner 68 Piece 330.00 Muriatic Acid 2 Gallon 110.00 Trashbag, Medium, Plastic (5), 10 Pcs. Per Pack 34 Pack/roll 40.00 Paper Clip, Gem Type, 32mm, 100 Pieces Per Box 12 Box 10.00 Paper Clip, Gem Type, 48mm, 100 Pieces Per Box 1 Box 25.00 External Drive (8 Tb) 1 Unit 6,000.00 Paper, Multicopy Letter, (80 Gsm) 8 Ream 150.00 Morocco Board 8 1/2 X 11 Blue 8 Pack 50.00 File Holder/file Box/file Document Organizer 5 Piece 200.00 Ring Binder, Plastic 25mm Blue 1 Piece 280.00 Sticky Note/ Note Pad Stick 7cm X 1cm 4 Pads 35.00 Trash Bag, Large 12 Pack/roll 60.00 Photo Paper A4, Glossy 5 Pack 70.00 Id Jacket With Sling 375 Piece 15.00 Canon Paper, Letter Size, Box, Brilliant White 1 Box 900.00 Sticker, Paper (hi Gloss For Inkjet) 2 Pack 50.00 Canon Board, Letter Size, 10 Sheets Per Pack - White 88 Pack 65.00 Ring Binder, 80 Rings, Plastic, 32mm X 1.12m 2 Bundle 202.00 External Hard Drive, At Least 4 Tb (hdd For Cctv And Server Backup) 3 Unit 10,000.00 Internal Hard Drive, At Least 8 Tb (hdd For Server) 1 Unit 35,000.00 Canon Paper, Letter Size, Box (cream) 2 Box 828.00 Photo Quality Inkjet Paper Matte Finish, A4 Size 20 Pack 70.00 Photo Quality Inkjet Paper Matte Finish, Short Size 5 Pack 70.00 Mouse, Optical 3 Unit 1,000.00 Map Pin, Round Head, 100 Pieces Per Case 1 Box 45.00 Marker, Permanent, Chisel Type, Black 15 Piece 35.00 Push Pin, Flat Head Type, Assorted Colors 1 Boxes 35.00 Pvc Cover, A4 50 Pieces 7.00 "notebook, Stenographer, Spiral, 40 Leaves " 100 Pieces 14.00 Board (paper), Cream, Letter Size 10 Packs 75.00

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 9.8 Million (USD 167.3 K)
Details: Description 25go0114 - Construction Of Multi-purpose Building, Bacolod City, Negros Occidental 1. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Bacolod City District Engineering Office Now Invites Bids For The Hereunder Works: Locations: Brgy. Handumanan, Bacolod City, Negros Occidental Scope Of Works: Construction Of Multi-purpose Building Which Includes Permits And Clearances, Dpwh Project Billboards, Occupational Safety And Health, Mobilization / Demobilization, Removal Of Structures And Obstruction, Structural Concrete (class A, 28 Days), Reinforcing Steel (deformed, Grade 40), Formworks And Falseworks, Finishing And Other Civil Works (such As Plumbing Fixtures, Ceiling, Doors And Windows, Painting Works, Metal Deck Panel, Aluminum Cladding (high Quality), 150mm Chb, Structural Steel (canopy), And Railings), Electrical Works W/ Cctv System, And Mechanical Works Approved Budget For The Contract: P 9,800,000.00 Contract Duration: 210 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C & D (small B). 4. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor's Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 5. 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, Otherwise Known As “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 6. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Bacolod City District Engineering Office And Inspect The Bidding Documents At Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 27 – December 17, 2024 From Given Address 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 10,000.00. 8. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 9. The Department Of Public Works And Highways Bacolod City District Engineering Office Will Hold A Pre-bid Conference On December 4, 2024 @ 10:00 A.m. At The Bac Conference Room Of Dpwh - Bacolod City District Engineering Office, Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bacolodcity@dpwh.gov.ph For Electronic Submission On Or Before December 17, 2024, 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On December 17, 2024, Immediately After The Deadline For The Submission Of Bid, At The Bac Conference Room Of Dpwh - Bacolod City District Engineering Office, Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Department Of Public Works And Highways Bacolod City District Engineering Office 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. 14. For Further Information, Please Refer To: Helen S. Esperancilla Bac Secretariat Head (034)433-2804, Local 60618 Esperancillahelen@gmail.com / Procurementbcdeo@gmail.com Ferdinand S. Magada Bac Chairperson (034)433-2804,local 60621 Magada.ferdinand@dpwh.gov.ph

Department Of Health Regional Office Ii Tender

Healthcare and Medicine
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 360 K (USD 6.1 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2025-003 Location Of The Project – Tuguegarao City Request For Quotation Date:01/08/2025 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am January 13, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Month 3 360,000.00 Rental Of Warehouse (january To March 2025) Warehouse Requirements: - Floor Area At Least 750 Sq.m - Well Lighted - No Leak And Holes On Roof And Walls - Wide Doors And With Steel Doors For Safety - Enough Outlets For Electric Fans - Luminous Exit Signages - Fire Extinguishers - Emergency Lights - Smoke Detectors - Airconditioned Office Room To Accommodate At Least Two Persons - Water Source And Comfort Room - Building And Stocks Insured By The Owner - Electricity And Water Should Be Shouldered By The Owner - With Cctv Monitoring System For Use Of Cv-chd Health Commodities "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-01-0012 Page 1 Of 1

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought For The Lease/purchase Of Modular Units For The Veterans Affairs Swing Space To Support The Construction Of The John Cochran Hospital Replacement In St. Louis, Mo. the Following Is A Sources Sought Notice. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes And For Determining The Acquisition Approach. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. The Purpose Of This Notice Is To Gain Knowledge Of Industry Standards, Interest And Capabilities Of The Small Business Community. This Effort Is Classified Through The North American Industry Classification System (naics) Under 531120 Lessors Of Nonresidential Buildings. ($27.5m Small Business Size Standard). it Is Anticipated That A Solicitation Announcement For A Total Small Business Set-aside Will Be Published On The Federal Business Opportunities Website Early Fiscal Year 2025. The Estimated Lease Duration Is 5 Years With Options For Extension Of The Lease Duration. the Us Army Corps Of Engineers, Kansas City District (usace) Is Seeking Contractors To Provide Temporary Modular Facilities For The Va Swing Space. The Swing Space Will Be The Temporary Replacement Offices For The Va Staff During The Construction Of Permanent Facilities On The Current Site. The Project Is The Replacement Facility For The John Cochran Hospital Located In St. Louis, Mo the Government Is Seeking 25,000-30,000 Square Feet Of New Prefabricated, Modern Quality, Modular Construction Office Space In The General Area Of The St. Louis John Cochran Va Medical Center. The Space Can Be Either Two Levels With Elevators Or A Single Level. The Space Will Be Leased, And The Term May Include Renewal Options For Up To 8 Years. The Proposed Space Shall Be Fully Maintained Throughout The Lease. Sources For Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic And Sustainability Standards Per The Terms Of The Lease. the Kansas City District Is Soliciting Feedback From The Small Business Community As Part Of Our Market Research Efforts Associated With This Acquisition. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Twenty (20) Pages For Your Response: Please Respond To The Appropriate Section Below. Our Intent Is For All Interested Firms To Submit A Response To This Sources Sought. the Initial Intent Is For This To Be A Turnkey Facility, With The Selected Contractor Providing Site Plan, Floor Plan, Furniture Layout (provided And Installed By Others), Site Prep, Concrete Walkways, Delivery And Set-up, Removal Of Facilities At The End Of The Lease. The Contractor Would Also Be Responsible For Utilities, Security Fence, Operation And Maintenance Of The Facility And The Site. 1. Firm’s Name, Address, Email Address, Website Address, Telephone Number, And Business Size (small Or Large) And Type Of Ownership For The Organization; Include Duns Number And Cage Code. 2. Experience: Evidence Of Capabilities To Perform Work Comparable To That Required For This Project. Provide 3-5 Recent, Relevant, Comparable Projects Completed In The Last 8 Years. Submittal Must Include The Project Name; Contract Number; Dollar Value Of The Project; Description Of The Key/salient Features Of The Project. Include A Detailed Explanation Of The Scope Of Work Your Firm Performed. Identify The Contracting Office And The Customer/user (include Point Of Contact Information). Pictures Of The Construction And Set-up Of One Project Would Be Helpful. A Video If Available Of The Modular Industry Process From Order To Installation That Would Help Educate Our Client Would Be Helpful. 3. Based On The Information Above, Please Explain Your Standard Processes, Including Lease Terms, Delivery Time From Award/order, What Part Of The Scope Would Be Done In House And What Would Be Subcontracted. 4. Explain How You Would Provide The O&m For The Leased Facilities, What Is The Standard Turn Around On A Maintenance Call? Would These Services Be Subcontracted? The Lessor Shall Have A Representative Available To Promptly Respond To Deficiencies, And To Immediately Address Any Emergency Situations. 5. Explain Your Standard Process Regarding Design, Manufacturing, Standard Options Other Unique Elements For Consideration. 6. Are You Able To Customize The Space To Meet Mission Requirements To Include: electronic Security Systems, Intrusion Detection, Cctv Yes___ No___ soundproof Space Yes___ No___ increased Ventilation Yes___ No___ telecommunication Rooms Yes___ No___ chemical Storage Yes___ No___ emergency Eye Wash Stations Yes___ No___ patient Exam Rooms Yes___ No___ overhead Rolling Doors Yes___ No___ would You Be Able To Quote The Requirement In Whole To Include The Fabrication, Site Work, Delivery, Install, Maintenance, And Demolition Of The New Prefabricated Modular Building Iaw The General Description Listed Above?___________________________________________________________ the Following Is Related To The Budget Calculation Used By The Modular Building Industry. We Understand That Several Factors Would Affect The Final Bid Or Price. It Is Important To Have A Budget Figure Based On The Limited Criteria Above. This In No Way Would Be Considered A Quote Or Bid. what Is The General Price Per Square Foot Of A Single Level Prefabricated Modular Facility? _________________________________________________________________________ what Is The General Price Per Square Foot Of A Two-level Prefabricated Modular Facility With Elevators? __________________________________________________________________________ will A Sub-contractor Be Used? Yes___ No___ if So, What Disciplines Will Require A Sub-contractor? please Provide Facility Pricing Schedules And Lease / Buy Options. please Send Your Sources Sought Responses Via Email By 10:00 A.m. Cst, January 15th, 2025, To: scott Morrison At Scott.morrison@usace.army.mil ines Necker At Ines.necker@usace.army.mil jay Denker At Jay.b.denker@usace.army.mil

City Of Pagadian Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 14.6 Million (USD 249.8 K)
Details: Description Construction Of Sp Building (phase 04) Item Description Unit Qty. Unit Price Amount Part I General Requirements B.3 Permits And Clearances L.s. 1.00 B.5 Project Billboard/sign Board Ea 1.00 B.7 (2) Occupational Safety And Health Program Ls 3.00 Part Ii Civil Works Part A Plain & Reinforced Concrete Works 900(1)c1 Structural Concrete For Stairs, (class A, 28 Days) M3 4.26 900(1)c4 Structural Concrete For Columns, (class A, 28 Days) M3 0.41 900(1)c6 Structural Concrete For Beams, (class A, 28 Days) M3 0.55 902(1)a Reinforcing Steel Of Reinforced Concrete Structures, Grade 33 Kg 128.49 902(1)b Reinforcing Steel Of Reinforced Concrete Structures, Grade 40 Kg 543.47 903(1)c Formworks And Falseworks (for Overhead Works) M2 916.98 Part B Finishings And Other Civil Works B.1 Finishing Works 1018(1) Glazed Tiles And Trims M2 1,883.01 1003(1)a 16mm Thk Non-sag Acoustic Board On Aluminum Tee Runners M2 190.31 1003(1)e Gypsum Board On Metal Frame Ceiling M2 726.67 1016(1)a Cement Based Waterproofing M2 185.90 1027(1) Cement Plaster Finish M2 7.41 B.2 Fabricated Materials 1006(1) Steel Louver Door M2 1.89 1007(1)b1 Aluminum Framed Glass Door (double Swing Type) M2 19.20 1008(1)c Aluminum Glass Window (awning Type) M2 7.80 1008(1)d Aluminum Glass Window (fixed Type) M2 1.50 1008(1)d2 Aluminum Glass Wall (fixed Type)- Tempered Reflective Glass M2 140.48 1010(2)b Wooden Panel Door M2 82.94 1011(1) Steel/aluminum Roll Up Door Ls 1.00 B.3 Painting Works 1032(1)a Painting Works (masonry Painting) M2 1,527.37 1032(1)b1 Painting Works (ceiling And Dry Wall Painting) M2 1,463.77 Part Iii Electrical Works 1100(10) Conduits, Boxes, And Fittings L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(21) Power Load Center, Switchgear, And Panel Boards L.s. 1.00 1105(20) Network Cabling L.s. 1.00 1106(1) Cctv System L.s. 1.00 1200(1) Ventilating Equipment L.s. 1.00 I.4a Permits And Electrification L.s. 1.00 1208(1) Fire Alarm System L.s. 1.00 Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-06 Name Of Contract: Construction Of Sp Building (phase 04) Brgy. San Jose, Pagadian City 1saip24-8000rf-c-f Approved Budget For The Contract -p 14,633,770.68 Completion Of Work -180 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 14, 2025 To January 21, 2025 2-issuance And Availability Of Bidding Documents January 14, 2024 To January 28, 2025 3-pre-bid Conference January 16,2025 4- Submission And Receipt Of Bids /bid Opening January 28, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 15,000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian 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 Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: January 14, 2025 To January 21, 2025

Department Of Tourism Tender

Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)
Details: Description T E C H N I C A L S P E C I F I C A T I O N S Project Title: Procurement Of A Service Provider For The Warehouse/storage Of Non-current And Permanent/archival Dot Records I. Purpose/objective • To Acquire Services Of A Third-party Service Provider For Insured Storage Space Which Will Store All The Non-current And Permanent/archival Dot Records. Ii. Minimum Requirement For Suppliers • The Service Provider Must Be Iso 9001:2015 Certified; • The Service Provider Must Be Located Within The Cities Of Parañaque City, Pasay City, Makati City Or Manila; • The Service Provider Should Specialize In Providing Storage Solutions And Transportation; • The Service Provider Should Have Operated For At Least 5 Years In Storage Management; • The Service Provider Must Be Willing To Provide A List Of Past Clientele, Details Of Work Done, And Contact Details Of Their Clientele For Verification Purposes; • The Service Provider Shall Secure Adequate Insurance For The Warehouse, Including All The Boxes And Their Content Stored Therein During Transit, Against Fire, Theft, And Acts Of God For The Duration Of The Contract; • The Service Provider Must Be Fully Outfitted With Equipment To Protect The Records Of Dot From Disasters, And In Such A Case, Has Recovery Mechanisms To Ensure That No Further Unnecessary Damage Shall Be Suffered By Stored Documents; • The Service Provider Shall Have A Warehouse With Steel Racks, Handling Equipment, And Environmental And Thermal Control Systems For Proper Storage Of Documents; • The Service Provider Must Comply With 24/7 Roving Security Guard/s And Stationary Security Guards, 24/7 Cctv Cameras And Fire Protection System Which Includes A Sufficient Number Of Fire Extinguishers, Automatic Fire Alarm Systems Or Smoke Detector/s; • The Service Provider Shall Have A Fully Insulated Warehouse With Maintained Temperature Between 15-25° C (59-77° F) And Relative Humidity Between 35-65% Rh; • The Service Provider Shall Always Keep All The Documents, Records And Files Placed Under Its Care Secure And Confidential. For This Purpose, No Storage Boxes Shall Be Opened, Inspected Or Tampered With In Any Form By The Service Provider Without The Written Consent Of Dot; • The Service Provider Shall Have A Barcode System For Tracking And Inventory Of Documents And Generating Electronic Reports. It Shall Provide Barcode Stickers For Every Box Stored Therein; • The Service Provider Shall Provide Standard And Customizable Boxes For Document Storage; • The Transfer/pick-up Of Boxes From The Existing Provider Must Be Shouldered By The Winning Bidder Free Of Charge. Iii. Scope Of Work 1. The Third-party Service Provider Should Be Able To Provide The Following: • Provision Storage Box Sizes Of (l16” X W13”x H13”) And (l24” X W15” X H10”); • Storage Spaces That Can Accommodate A Minimum Of 1,050 Pieces And 306 Pieces For Boxes With The Measurement Of L16” X W13”x H13” Boxes And L24” X W15” X H10”, Respectively - Projected Only; • Barcoding Of Boxes; • On-site Access For Retrieval Of Boxes; • Retrieval/pull-out Of Records/boxes By The Dot; • Pick-up Of New Boxes From Dot For Storage To Service Provider; • Provision Of Quarterly Inventory Report. Particulars Storage Rental (12 Months) Type B Box (size: L16" X W13" X H13") – 830 Boxes Type C Box (size: L24” X W15” X H10”) – 306 Boxes Storage Rental (9 Months) Type B Box (size: L16" X W13" X H13") – 220 Boxes Purchase Of Boxes Type B Box (size: L16" X W13" X H13") – 520 Boxes Type C Box (size: L24” X W15” X H10”) – 100 Boxes Retrieval Of 432 Boxes (on-site Access Or Delivery To Dot Office) Pick-up Of 520 Boxes From Dot Office To Physical Warehouse/storage Barcoding Of 620 Boxes Iv. Approved Budget Of The Contract Seven Hundred Twenty-four Thousand Seven Hundred Eighty-seven Pesos And 84/100 Only (php724,787.84), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), As-general Administration Expenses (gae) Funds. V. Delivery Period/ Contract Duration • January 10, 2025 To December 31, 2025 Vi. Payment Procedure The Service Provider Shall Charge Dot On A Monthly Basis To Include The Following Transactions: • Storage Rental Charges • Handling Charges (temporary Or Permanent Retrieval, Delivery And Pick-up) • Packaging Materials Or Purchase Of Box/carton • Barcoding Fee Billing Invoice Must Be Accompanied By Work Order Request Form And Transaction Receipts. Vii. Compliance To Specifications/provision • The Winning Bidder Shall Warrant Its Performance In Accordance With The Specifications As Stated In This Tor, And Design/concepts As Approved By The Dot-end User And That Any And All Resulting Defects Or Deviations Shall Be Corrected By The Winning Bidder At Its Own Expense Immediately Upon Being Informed Thereof By The Dot-end User; • The Winning Bidder Shall Hold In Confidence All Confidential Information And Shall Not Use, Reproduce, Nor Disclose To Others The Approved Office Supplies Except To Those Persons Entrusted/authorized By The Dot-end User. • The Dot-end User Has The Right To Pre-terminate The Contract As Needed. However, The Winning Bidder Will Be Given A Notice 15 Days Prior To The Pre-termination. Viii. Project Officer/contact Person Prepared By: Checked By: (original Signed) (original Signed) Maricel C. Malalad Resil F. Solis Head, Gsd-records And Communication Section Oic-chief, General Services Division Approved By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service Department Of Tourism Tel. No.: 8459-5200 To 30 Local 114 Telefax: 890-0189

Department Of Education Division Of Surigao Del Sur Tender

Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 199.8 K (USD 3.4 K)
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of R. Moreno Is (es), Lianga, Surigao Del Sur Request For Quotation Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Piece Sign Pen, Fine Tip, Black 24 44.72 1,073.28 2 Pack Battery, Dry Cell, Size Aa 6 20.49 122.94 3 Pack Battery, Dry Cell, Size Aaa 6 18.34 110.04 4 Piece Broom (walis Tambo) 16 124.80 1,996.80 5 Bottle Cleaner, Toilet Bowl And Urinal 12 41.60 499.20 6 Pouch Detergent Powder; All Purpose 6 54.08 324.48 7 Piece Philippine National Flag 4 284.84 1,139.36 8 Piece Light-emitting Diode (led) Linear Tube, 18 Watts 12 205.82 2,469.84 9 Roll Tape, Masking, 24mm 18 55.68 1,002.24 10 Roll Tape, Transparent, 24mm 18 17.68 318.24 11 Box Fastener; Plastic 22 94.64 2,082.08 12 Piece Marker, Permanent, Black 25 8.27 206.75 13 Ream Paper, Multicopy A4 40 213.80 8,552.00 14 Piece Ballpen, Black 50 7.00 350.00 15 Piece Ballpen, Red 50 7.00 350.00 16 Pack Photo Paper; A4; 20's 10 100.00 1,000.00 17 Piece Certificate Frame 15 125.00 1,875.00 18 Piece Certificate Holder 80 50.00 4,000.00 19 Piece Medal; Academic Medal; Gold; 4cm 20 35.00 700.00 20 Piece Medal; Academic Medal; Silver; 4cm 10 35.00 350.00 21 Piece Medal; Academic Medal; Bronze; 4cm 30 35.00 1,050.00 22 Pack Manila Paper; 100 Sheets/pack 2 700.00 1,400.00 23 Piece Plastic Envelope (transparent); A4 75 7.00 525.00 24 Pack Worx; A4; 10sheets/pack 100 70.00 7,000.00 25 Pack Worx; Legal; 10sheets/pack 12 75.00 900.00 26 Pack Light-emitting Diode (led) Bulb, 25 Watts 6 400.00 2,400.00 27 Ream Pvc Cover; A4 2 750.00 1,500.00 28 Sheet Styro Polysterene Foam 18 200.00 3,600.00 29 Bottle Epson Ink Refill 003; Black 42 350.00 14,700.00 30 Bottle Epson Ink Refill 003; Cyan 16 350.00 5,600.00 31 Bottle Epson Ink Refill 003; Magenta 16 350.00 5,600.00 32 Bottle Epson Ink Refill 003; Yellow 16 350.00 5,600.00 33 Bottle Epson Ink Refill 664; Black 6 350.00 2,100.00 34 Bottle Epson Ink Refill 664; Cyan 3 350.00 1,050.00 35 Bottle Epson Ink Refill 664; Magenta 3 350.00 1,050.00 36 Bottle Epson Ink Refill 664; Yellow 3 350.00 1,050.00 37 Piece Medals; Ordinary 150 25.00 3,750.00 38 Piece Lei 12 50.00 600.00 39 Pack Glossy Paper; Double-sided; A4; 50 Sheets/pack 20 150.00 3,000.00 40 Piece Ribbons 200 15.00 3,000.00 41 Box Thumb Tacks 2 290.00 580.00 42 Box Pins 7 100.00 700.00 43 Roll Ribonnette 5 200.00 1,000.00 44 Meter Cloth; Geena, Assorted Colors 100 50.00 5,000.00 45 Meter Cloth; Satin, Assorted Colors 20 100.00 2,000.00 46 Piece Binding Ring/comb, Plastic, (8mm) 20 20.00 400.00 47 Piece Binding Ring/comb, Plastic, (10mm) 20 30.00 600.00 48 Piece Binding Ring/comb, Plastic, (12mm) 20 45.00 900.00 49 Bottle Pilot Ink, Refill 20 100.00 2,000.00 50 Unit Multifunctional Printer; 3-in-1 4 12,500.00 50,000.00 51 Unit Amplifier With Speaker 1 25,000.00 25,000.00 52 Unit Hdmi Cable; 5 Meters 1 550.00 550.00 53 Unit "wireless Presentation Remote; 2.4 Ghz Usb-receiver Red Laser Pointer" 1 1,650.00 1,650.00 54 Unit Digital Cctv; Business Package, Indoor/outdoor 1 14,000.00 14,000.00 55 Piece Load Card, 100 15 100.00 1,500.00 Abc: 199,877.25 Note: To Be Delivered At R. Moreno Is, Lianga, Surigao Del Sur
3361-3370 of 3430 archived Tenders