Chair Tenders

Chair Tenders

Department Of Health Regional Office Ii Tender

Healthcare and Medicine
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 95.2 K (USD 1.6 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-039 Location Of The Project – Tuguegarao City Request For Quotation Date:01/28/25 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 February 03, 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 Pack 10 3,000.00 Folder, Tag Board, Legal (100's) 2 Pack 5 1,500.00 Folder, Tag Board , A4 (100's) 3 Pack 100 5,000.00 Sando Bag, Medium (100's) 4 Pack 100 6,000.00 Sando Bag, Large (100's) 5 Pack 100 8,000.00 Sando Bag, Xl, (100's) 6 Roll 100 3,500.00 Masking Tape, 2 Inches 7 Roll 46 1,150.00 Masking Tape, 1 Inch 8 Roll 100 3,500.00 Packing Tape, 2 Inches 9 Ream 50 10,000.00 Copy Paper, A4 10 Ream 110 27,500.00 Copy Paper, Legal 11 Box 20 1,100.00 Fastener, Metal (50's) 12 Box 10 1,800.00 Permanent Marker, Board, Black, 12's 13 Box 10 1,800.00 Permanent Marker, Board, Blue, 12's 14 Piece 20 1,600.00 Signing Pen, Hi-tech, 0.5mm, Needle Point (black) 15 Piece 20 1,600.00 Signing Pen, Hi-tech, 0.5mm, Needle Point (blue) 16 Piece 40 3,200.00 Signing Pen, Hi-tech, 0.7mm, Metal Point (blue) 17 Piece 1,000 15,000.00 Stock Card For Use Of Support To Operations Of Ncpam In The Conduct Of Training, Workshops, Monitoring In Drug Establishments, Assessment And Reporting "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. 2025-01-0099 Page 1 Of 1 /kevin

National Academy Of Science And Technology Tender

Publishing and Printing
Corrigendum : Closing Date Modified
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 89.1 K (USD 1.5 K)
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Production Of Customized Gadget Travel Organizer Pouch With Multiple Slots Specifications: Material: Polywash Dimensions: 24 Cm X 18 Cm X 9.5cm Color: Black Process: High Quality Silkscreen Logo Printing Special Feature: Multiple Slots For Usb, Cables, Chargers And Powerbanks Design: To Be Provided By Nast Logo Size: 1 Logo (5cm) Quantity: 200 Pcs Abc: P89,140.00 Sealed Quotation/proposal May Be Sent Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 27, 2024 At 12:00 Nn. Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat   Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00. Sample Design Note: For Sample Purposes Only. Please Follow The Specifications Provided. Thank You. Color: Black   List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Tax Clearance 6. Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code.   In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practi

Department Of Health Regional Office Ii Tender

Others
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 188.5 K (USD 3.2 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-056 Location Of The Project – Tuguegarao City Request For Quotation Date:01/30/25 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 February 04, 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 Unit 1 29,088.00 Computer Scanner 2 Roll 2 14,000.00 Magicard D Ymcko Dye Film, 300 Images (300 Shots Color Ribbon For Magicard D Series) - Compatible To Id Printer Magicard D Duo 3 Set 3 7,200.00 Magicard Enduro 3e/rio Pro Cleaning Kit (enduro, Enduro+or Enduro 3e, Rio Pro Cleaning Kit (10 Cards, 1 Pen) - Compatible To Id Printer Magicard D Duo 4 Unit 4 14,000.00 Back Up Ups, Av 5 Set 2 40,000.00 Computer Desktop Set Ink Refill, Compatible To Brother Printer 6 Bottle 15 9,750.00 Black 7 Bottle 10 6,000.00 Cyan 8 Bottle 10 6,000.00 Yellow 9 Bottle 10 6,000.00 Magenta Ink Refil, Compatible For Epson L2350 10 Bottle 10 6,500.00 Black 11 Bottle 10 6,000.00 Cyan 12 Bottle 10 6,000.00 Yellow 13 Bottle 10 6,000.00 Magenta Ink Cartridge, Compatible For Hp Office Jet Pro 7740 Wide Format All In One 14 Cartridge 10 8,000.00 Black (cartridge No. Hp 955 Setup H) 15 Cartridge 10 8,000.00 Cyan (cartridge No. Hp 955 Setup H) 16 Cartridge 10 8,000.00 Yellow (cartridge No. Hp 955 Setup H) 17 Cartridge 10 8,000.00 Magenta (cartridge No. Hp 955 Setup H) Support To Operation Of Rled: Procurement Of Computer Supplies For The 1st Quarter Of 2025 "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." Page 1 Of 2 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. 2025-01-0171 Page 2 Of 2 /kevin

Department Of Health Regional Office Ii Tender

Food Products
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 134.1 K (USD 2.2 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-018 Location Of The Project – Tuguegarao City Request For Quotation Date:01/20/25 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 24, 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 April 10, 2025 (day 1) Pax 45 6,750.00 Supply Of Am Snack - Arrozcaldo With Egg And Canned Mango Juice Pax 45 16,875.00 Supply Of Lunch Pax 45 6,750.00 Supply Of Pm Snack - Pancit Bihon And Canned Four Seasons Juice Pax 35 39,375.00 Supply Of Dinner And Lodging April 11, 2025 (day 2) Pax 35 7,000.00 Supply Of Breakfast Pax 85 12,750.00 Supply Of Am Snack - Lomi With Puto And Canned Mango Juice Pax 85 31,875.00 Supply Of Lunch Pax 85 12,750.00 Supply Of Pm Snack - Cheese Burger With Fries Four Seasons Juice Terms And Conditions: - Menu Is Open As Long As Lunch And Dinner Includes The Following: 2 Meat (pork/chicken/beef) 1 Dish Soup (fish) 1 Vegetable, 1 Dessert And Rice Venue Should Be Smoke Free And Includes The Ff: - Sound System, Lcd Projector With Screen - 3 Wireless Microphones, Stand By Generator - Fully Aircondition, Ventilated Space To Accommodate Number Of Pax In Accordance To Strict Minimum Public Health Standard Protocols - With Free Flowing Coffee And Free And Accessible Wifi - On Day 2 Should Provide 2 Rooms To Accommodate 60 Participants Each As To Room Assignment, No Participants Will Sleep On The Floor - Beds Must Be Elevated From Floor, Separate Beds - Fully Aircondition, Ventilated And Wifi Ready - Rooms Should Have Windows - 2-3 Person In A Room To Be Serve During The Family Planning Post Training Monitoring And Evaluation Orientation In Tuguegarao City "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." Page 1 Of 2 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. 2025-01-0036 Page 2 Of 2 /kevin

National Academy Of Science And Technology Tender

Publishing and Printing
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 142.6 K (USD 2.4 K)
Details: Description Please Quote Your Best Offer/proposal For The Item/s Listed Below: Customized Notebook For Nast Advisory Events Specifications: Quantity: 1000 Pcs. Size: 6" X 8.5" Folded; 12" X 8.5" Inches Spread Pages: 100 Leaves Materials: Inside Pages - Cream-colored Book Paper, Matte Cover - Foldcote Paper Color: Inside Pages - One Color, With Logo Per Page, Design To Be Provided Cover Page - Full Color, Two-sided, Design To Be Provided Process: Offset Printing Binding: Wire-o Binding Abc: Php142,656.67 Sealed Quotation/proposal May Be Sent Or Delivered To: The Chair, Nast Bids And Awards Committee National Academy Of Science And Technology 3rd Level Science Heritage Building, Dost Compound Bicutan, Taguig City The Deadline For Submission Of Quotation Is On January 31, 2025 At 12:00 Nn. Javascript:showlineitemuipop(); Ms. Virginia Francia O. Gavica Administrative Officer Iii Nast-bac Secretariat Notes: 1. All Entries Must Be Typewritten And Signed By The Company’s Authorized Representative. 2. Price Validity Shall Be For A Period Of Fifteen (15) Calendar Days. 3. Nast Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 4. Suppliers/contractors Must Submit The Eligibility Requirements Listed Below Together With Their Quotation/proposal. 5. This Is A Negotiated Procurement/small Value Procurement Because The Abc Is Less Than P1,000,000.00.   List Of Eligibility Requirements (to Be Submitted Together With The Quotation) 1. Mayor’s Permit (latest) 2. Certificate Of Philgeps Registration/philgeps Registration Number. 3. Income/business Tax Return. 4. Bir Certificate Of Registration 5. Notarized Omnibus Sworn Statement Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code.   In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]

Department Of Health Regional Office Ii Tender

Healthcare and Medicine
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 112.7 K (USD 1.9 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-045 Location Of The Project – Tuguegarao City Request For Quotation Date:01/28/25 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 February 03, 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 Piece 230 3,450.00 Plastic Envelop (transparent Legal Size) 2 Piece 230 4,600.00 White Paper Folder (legal Size) 3 Piece 230 1,150.00 Paper Envelop (brown Legal Size) 4 Piece 300 3,000.00 Black Ballpen (0.5mm, Gel Ink Pen, Extra Fine Tip) 5 Box 6 2,100.00 White Board Marker (eraseable Ink, 10pcs/box, Black) 6 Ream 5 1,750.00 Colored Paper (assorted Neon Color, 120gsm, Letter Size, 100pcs/ream) 7 Ream 6 2,100.00 Folio Size Bondpaper (85gsm, 500pcs/ream) 8 Ream 6 1,800.00 A4 Size Bondpaper (85gsm, 500pcs/ream) 9 Piece 100 700.00 Manila Paper (whole) 10 Piece 230 1,150.00 Pencil Sharpener (for #2 Type Pencil) 11 Piece 10 600.00 Paper/masking Tape (2 Inches Width) 12 Piece 10 500.00 Double Sided Tape (1 Inch Width) 13 Piece 8 1,200.00 Duct Tape (2 Inches Width) 14 Piece 700 56,000.00 "certificate Holder (blue, For Letter Size Paper, Orientation Landscape)" 15 Piece 700 5,600.00 "certificate Paper (white, Letter Size, Laid Paper, 90-120 Gsm)" 16 Piece 300 27,000.00 Notepad (40-80 Leaves, Top Bound With Spiral, 6 X 9 Inches Or A5 Size, With Lines Notebook Type, High Quality Print, 90 Gsm Paper Quality) For Use During The Mobilization Activity: "empowering Mdiwives, Barangay Nutrition Scholar And Barangay Health Workers For Stronger Immunization: A Campaign To Ramp Up Routine Vaccination Coverage" For The Province Of Cagayan, Isabela And Nueva Vizcaya "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. 2025-01-0152 Page 1 Of 1 /kevin

YANOG ELEMENTARY SCHOOL Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 60 K (USD 1 K)
Details: Description Project Name: Procurement Of Smart Tv And Speaker System For Use In Classrooms And During School Programs Address: Yanog Elementary School, Kabankalan City, Negros Occidental Contact Information: +63 919 3620 604 / 117872@deped.gov.ph Request For Quotation Date: January 9, 2025 Quotation No.: 2025-01-001 Mode Of Procurement: Svp To All Eligible Service Providers: I. Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq, And Submit Your Quotation Duly Signed By Your Representative In An Envelope Not Later Than January 17, 2025, At Yanog Elementary School. For More Information, Kindly Send An E-mail At 117872@deped.gov.ph. Prospective Service Providers/suppliers Shall Be Responsible To Verify Details Of Items Described Below With The Bids And Awards Committee, Cellphone No. +63 919 3620 604 Signed Maria Asuncion L. Gatumbato Chair, Bids And Awards Committee Ii. Delivery Date For The Service/s Schedule Of Delivery Delivery Location Approved Budget For The Contract Price Offered For The Item/s 4th Week Of January 2025 Morning Yanog Es, Sitio Yanog, Brgy. Tampalon, Kabankalan City 60,000.00 Name Of Project: Procurement Of Smart Tv And Speaker System For Use In Classrooms And During School Programs This Is To Submit Our Price Quotations As Indicated Above Subject To The Terms And Conditions Of This Rfq. Service Provider's Name: Tin No.: Address: Telephone No.: Fax No.: E-mail Address: Service Provider's Authorized Representative: (signature Over Printed Name) Date Signed: Instruction: Indicate “comply” Or “not Comply” In The Space Provided Below. Unit Item Description Qty Unit Cost (abc) Total Cost (abc) Price Offered (per Unit) Total Price Offered Statement Of Compliance (state "comply" Or "not Comply") Pc 55” Smart Tv 2 25,000.00 50,000.00 Pc Multimedia Speaker System, Bluetooth With Microphone Input 1 10,000.00 10,000.00 *nothing Follows* Total 60,000.00 Items Description Statement Of Compliance (state “comply” Or “not Comply”) Other Requirements: Mayor’s Permit Philgeps Registration Bir Registration Free Delivery Notarized Omnibus Sworn Statement Iii. Terms And Conditions A. Submission Of Requirements 1. Quotations And Other Requirements Stated Below Shall Be Addressed To The Bids And Awards Committee (bac) Chairperson C/o Bac Secretariat At Yanog Elementary School, So. Yanog, Brgy. Tampalon, Kabankalan City. If Quotation Is Sealed, Please Indicate In The Envelope The Quotation Number And Name Of Service Provider/supplier. 2. In Addition, You Are Required To Submit The Following Necessary Documents: A. Present Valid Mayor’s Permit Or Official Receipt As Proof Of Renewal Upon Post-qualification; Or B. Present Valid Mayor’s Permit Prior To Payment C. Philgeps Registration Number D. Certificate Of Registration Issued By Bir Or Bir 2303 E. Notarized Omnibus Sworn Statement With The Submission Of Bid Documents (note: Service/provider Or Supplier Who Already Submitted Their Documents In The Previous Procurement Activities May No Longer Submit The Documents Mentioned Above.) B. Price Validity Price Should Be Valid Thirty (30) Calendar Days After The Deadline Of Submission Of Quotation. C. Ocular Inspection The Bac, If Necessary, May Order The Conduct Of An Ocular Inspection Prior To Award And/or Conduct Of The Event. D. Award The Provider Who Submitted The Lowest Calculated Responsive Quotation And Who Passed Post Qualification Conducted By The Bac And End-user Shall Be Awarded The Contract. In Case Of Tie Of Two Or More Bidders Whose Bids Are Determined And Declared As The Lowest Calculated And Responsive Bids (lcrb) Having Been Post-qualified, The Method To Be Used To Break The Tie Is “draw Lots” Which Is Non-discretionary And Non-discriminatory. In Case Of Non-appearance Of One Party, It Waives The Right To Participate In The Drawing Of Lots But Not In The Acceptance Of Award If Declared As Winner. E. Delivery Of Service Delivery Of Goods/s Shall Be On The Date Specified In The Request For Quotation (rfq) Or In The Purchase Order. In Case The Service/s Shall Be Moved By The End-user Within The Validity Period (30 Days) The Service Provider Is Responsible To Accommodate The Request. On The Other Hand, The Service Provider May Reject The Award If The New Schedule Is Beyond The Validity Period. F. Evaluation Of Quotations Quotation Shall Be Compared And Evaluated On The Basis Of The Following Criteria: 1. Price Quotation; 2. Compliance With Items & Description 3. Completeness Of Documents Submitted Note: (validation Of The Submitted Documents Is Done During Post-qualification) G. Instructions 1. The Service Provider Or Supplier Shall Be Responsible For The Source(s) Of Its Goods/services/equipment, Which It Shall Provide In Accordance With The Schedule, And Specifications Of The Rfq Or Contract. Failure Of The Provider To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order/contract Issued To The Provider. 2. The Service Provider Or Supplier Who Accepted A Contract But Failed To Deliver The Required Goods/services/equipment Within The Time Called For In The Contract Shall Be Disqualified From Participating The Future Procurement Activities Of This Procuring Entity. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Revised Irr Against The Service Provider Or Supplier. 3. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Provider. 4. All Transactions Are Subject To Withholding Of Credible Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue. H. Liquidated Damages A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods/services/equipment Shall Be Charged As Liquidated Damages For Every Day Of Delay Of The Delivery Of The Purchased Goods. I. Warranty Supplier Warrants That All Goods/services/equipment To Be Provided Are Of Acceptable Industry Standard. J. Payment One Hundred Percent (100%) May Be Paid To The Provider’s Account Less Government Taxes After The Complete Delivery/ies; Based On The Actual Completed Delivery Of The Goods/services. The Bids And Awards Committee 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.

Department Of Education Schools Division Of Bacoor City Tender

Healthcare and Medicine
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 50 K (USD 854)
Details: Description January 16, 2025 Request For Quotation No. 2024-0003 Please Quote Your Lowest Price On The Items/package Listed Below, Subject To The General Conditions. Submission Of Quotation And Eligibility Documents Is On January 22, 2025 Before 10:00 A.m To Bac Secretariat, City Schools Division Of Bacoor, Bgc Bayanan, Bacoor City, Cavite Or Via Email At Bacoor.city@deped.gov.ph. If Sent Via Electronic Mail, The Digital Copy Of Documentary Requirements Shall Be Sent In A Scanned And Clear Pdf File And If Hard Copies Are To Be Submitted, Please Put All Documentary Requirements In A Properly Sealed And Properly Labeled Envelope Addressed To The Bac Chair. Name Of Project Purchase Of Various Drugs And Medicine For Sdo Bacoor Personnel Mode Of Procurement Small Value Procurement Approved Budget For The Contract Fifty Thousand (p50,000.00) Pesos Only. Specifications See Attached Price Quotations And Technical Specification Location Deped-sdo Bacoor City General Conditions: 1. Total Quotation Amount In Excess Of The Approved Budget For The Contract Shall Be Automatically Rejected. 2. Incomplete Quotation Shall Not Be Accepted. 3. Late Submission Of Quotations Shall Not Be Accepted. 4. Delivery Period Within Thirty (30) Calendar Days Upon Signing Of Purchase Order. 5. Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials, One (1) Year For Equipment, From The Date Of Acceptance By The Procuring Entity. 6. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days. 7. Quoted Prices Are Inclusive Of Tax; Government Taxation Applies. 8. Bidders Must Submit Current And Valid Documentary Legal Requirements Upon Submission Of Quotation: A. Latest Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Supplier Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas. B. Certificate Of Philgeps Registration Number. C. Income And Business Tax Return D. Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder/supplier. (for Abcs Above Php50,000.00, To Be Submitted Upon Signing Of Purchase Order/contract). 9. Award Of Contract Shall Be Made In Favor Of The Supplier With Lowest And Responsive Quotation Which Is Reasonable For Good Value (in Terms Of Quality) In Compliance With The Price Quotation Form (“annex A”), Minimum Description As Stated In “annex B”, And With The Above Terms And Conditions. 10. Any Interlineations, Erasures Or Overwriting In Any Part Of The Submitted Documents Shall Be Valid Only If Signed Or Initialed By The Supplier/bidder Or Duly Authorized Representative. For Further Information, Please Refer To: City Schools Division Of Bacoor Bacoor Government Center, Bacoor Blvd. Brgy. Bayanan, City Of Bacoor, Cavite Email Address: Bacoor.city@deped.gov.ph Telephone No. (046) 435-6100 Adolfo F. Atillano, Jr. Bac Secretariat City Schools Division Of Bacoor Bgc Bayanan, Bacoor City, Cavite Email Address: Jhunatillano@gmail.com Contact No. 09162618289 Lualhati O. Cadavedo Bac Chairperson Annex A Price Quotation Form Date: ______________________ Bac Chairperson City Schools Division Of Bacoor Bgc Bayanan, Bacoor City, Cavite Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is The Quotation For The Item/s As Follows: Item No. Item Description Qty Unit Quote/bid Amount Total Bid Amount 1 Flouride Varnish 50mg/5ml Dental Suspension (colgate) 10ml 5 Tube 2 Paracetamol Phenylpropanolamine Hcl Chlrophenamine Maleate 325/25/2mg (symdex) Tab 50 Pcs 3 Paracetamol-ppz-caffeine 250mg/150mg/50mg (saridon) 120 Pcs 4 Clonidine (catapress) 75mcg Tab 45 Pcs 5 Cetirizine 10mg Tab (ritemed) 100 Pcs 6 Amlodipine (ritemed) 5mg Tab 50 Pcs 7 Neozep Forte Tab 100 Pcs 8 Co-amoxiclav (ritemed) 625 Mg Tab 100 Pcs 9 Bioflu 10mg / 2mg / 500mg Tablet 60 Pcs 10 Gaviscon Double Action Satchet 10ml 70 Pcs 11 Azithromycin (ritemed) 500mg Tab 60 Pcs 12 Celecoxib 200mg Cap (celcoxx) 40 Pcs 13 Benzydamine 3mg Lozenges (difflam) 50 Pcs 14 Erceflora Bacillus Clausii 2billion/5ml Oral Suspension 1 Ampule 50 Pcs 15 Hyoscine + N-butylbromide 10mg (buscopan) 40 Pcs 16 Losartan 50mg Tab (ritemed) 50 Pcs Xxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxx Grand Contract Amount: _________ (amount In Word) _____________________________________________________ The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, ________________________________ Name And Signature Of Supplier/bidder ________________________________ Name Of Company Address_____________________________ ________________________________ Contact No. Annex B Technical Specifications Bidders Must State Here Either “comply’ Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification” Item Specification Statement Of Compliance 1 Flouride Varnish 50mg/5ml Dental Suspension (colgate) 10ml 2 Paracetamol Phenylpropanolamine Hcl Chlrophenamine Maleate 325/25/2mg (symdex) Tab 3 Paracetamol-ppz-caffeine 250mg/150mg/50mg (saridon) 4 Clonidine (catapress) 75mcg Tab 5 Cetirizine 10mg Tab (ritemed) 6 Amlodipine (ritemed) 5mg Tab 7 Neozep Forte Tab 8 Co-amoxiclav (ritemed) 625 Mg Tab 9 Bioflu 10mg / 2mg / 500mg Tablet 10 Gaviscon Double Action Satchet 10ml 11 Azithromycin (ritemed) 500mg Tab 12 Celecoxib 200mg Cap (celcoxx) 13 Benzydamine 3mg Lozenges (difflam) 14 Erceflora Bacillus Clausii 2billion/5ml Oral Suspension 1 Ampule 15 Hyoscine + N-butylbromide 10mg (buscopan) 16 Losartan 50mg Tab (ritemed) I Hereby Certify And Agree To Comply With And Deliver All The Above Requirements. ______________________________________________ (name Of Company/supplier/bidder’s Representative) ___________________________________________ (signature Over Printed Name Of The Representative) __________________________ (date)

Department Of Health Regional Office Ii Tender

Healthcare and Medicine
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 182.1 K (USD 3.1 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2024-036 Location Of The Project – Tuguegarao City Request For Quotation Date:01/28/25 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 February 03, 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 Piece 13,000 104,000.00 Stool Cup, Wide Mouth With Screw Cap Lid And Scoop 2 Pack 200 11,000.00 Frosted Glass Slides, 72pcs/pack 3 Yard 10 6,000.00 Tulle Hard Fabric, Mesh .08mm Hole Size 4 Piece 150 4,500.00 Cellophane Wrap, 33 X 39 Inches, Green 5 Pack 80 2,800.00 Clear Plastic Bags, 100pcs/bag, 4" X 8" 6 Piece 20 1,260.00 Thumb Forceps, 5-6" Inches, Stainless 7 Bottle 2 14,400.00 Glycerol Reagent 2.5l (expiration Date At Least 2 Years Upon Delivery) 8 Bottle 10 1,500.00 Distilled Water, 10 Liters 9 Box 50 2,400.00 Disposable Mask, 3ply, 50pcs/box 10 Box 50 8,750.00 Disposable Gloves, Nitrile, Medium, 100pcs/box 11 Bottle 75 7,275.00 70% Ethyl Alcohol 500ml (expiration At Least 2 Years Upon Delivery) 12 Piece 10 4,500.00 Slide Box, Dimension 200*162*32 Mm, Plastic, Can Fit 100 Slides/box 13 Pack 50 11,250.00 Disposable Dental Bib 14 Box 10 2,500.00 Applicator Stick, 100/box For Conduct Of Helminthiasis Prevalence Survey (sentinel Surveillance) "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. 2025-01-0067 Page 1 Of 1 /kevin

City Government Iligan Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 2.8 Million (USD 47.7 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 2,801,581.61 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Drainage System Improvement Program. Brgy. Luinab, Iligan City With Project No. Cb(b)-25-003 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Drainage System Improvement Program. Brgy. Luinab, Iligan City General Requirements •installation Of Project Billboards •occupational Safety And Health Program •mobilization And Demobilization Earth Works •excavation For Box Culvert, Rcp,catch Basin, Pccp, Roadside And Riprap.. •embankment From Excavation For Box Culvert, Rcp And Catch Basins •gravel Filling For Box Culvert, Rcp, Catch Basin, Pccp, Roadside And Riprap. • Filling Of Aggregate Base Coarse For Pccp. Grouted Riprap •installation Of Grouted Riprap (class A) Clearing, Grubbing & Dredging •clearing Of Trashes •grubbing Of Soil •dredging Of Soils And Other Sedimentation Concrete Works •concrete Pouring For Roadside, Lean Concrete, And Side Drainage @ 3000psi. Catch Basins •concrete Pouring For Catch Basins @ 3500psi •installation Of 16mm Ø Rsb Reinforced Concrete Pipe •installation Of 24" Dia. Reinforece Concrete Pipe •concrete Collar For Evey Joint Of Rcp Demolition And Removal •demolition Of Existing Pccp •demolition Of Existing Boxculvert •demolition Of One Side Drainage •removal Of Demolished Materials Steel Reinforcement •installation Of 12mm Ø Rsb •installation Of 16mm Ø Rsb Box Culvert •concrete Pouring For Box Culvert @ 3500psi •installation Of 16mm 0 Rsb •boulder ( 6" Ø To 12" Ø) Filling For Box Culvert Pccp (reinforced) - 0.2m Thk. •ready Mix Concrete Pouring For Pccp @ 3500psi •installation Of 16mm Ø Rsb •boulder ( 6"0 To 12"0) Filling For Pccp (block1) I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 3"x 10' Coco Lumber, Assorted Sizes C.w Nails. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes The Contractor Shall Furnished Temporary Field Office/bunkhouse For The Use Of Field Engineers, Project -in-charge,technicals Personnels To Include Tables And Chairs, Latest Laptop Suitable For The Use Of Engineering Softwares And Other Related Facilities Provided By The Contractor; Site Of Temporary Facilities Will Be Determined By The Project Engineer; Field Office For The Field Engineer (standard Engineer Field Camp,office Table And Chair) V.clearing, Grubbing & Dredging (q = 1.00 Lot) Vi.demolition And Removal (q = 1.00 Lot) Vii.earthworks (q = 137.73 Cu.m.) Includes Volume To Be Excavated: Box Culvert Excavation = 41.77 Cu.m.; Reinforce Concrete Pipe Excavation = 12 Cu.m.; Catch Basin - 1excavation = 4.95 Cu.m.; Catch Basin - 2 Excavation = 6.19 Cu.m.; Pccp = 28.18 Cu.m.; Roadside And Riprap Excavation =17.72 Cu.m.; Embankment From Excavation (15% Shrinkage Factor): Box Culvert Soil Embankment = 14.41 Cu.m.; Reinforce Concerete Pipe Soil Embankment = 3 Cu.m.; Side Drainage = 6.00 Cu.m.; Washed Gravel (gravel Bedding With 20% Shrinkage Factor): Box Culvert = 1.71 Cu.m.; Reinforce Concerete Pipe = 9.00 Cu.m.; Catch Basin = 0.47 Cu.m.; Pccp = 14.09 Cu.m.; Riprap = 2.16 Cu.m.; Side Drainage = 4.38 Cu.m.; Aggregate Base Coarse (gravel Bedding With 20% Shrinkage Factor): Roadside = 0.43 Cu.m.; Box Culvert (pccp Restoration) = 1.22 Cu.m.; Reinforce Concrete Pipe (pccp Restoration) = 3.00 Cu.m.; Pccp = 14.09 Cu.m. Viii. Concrete Works (q = 26.05 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. Ix.steel Reinforcements (q = 898.61 Kgs.) Includes 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.catch Basin (q = 4.03 Cu.m.) Includes 12mm Dia. X 6m Dsb, #16 G. I. Tie Wire, Portland Cement (3500psi), Wash Sand, Washed Gravel. Xi.box Culvert (q = 7.43 Cu.m.) Includes 16mm Dia. X 6m Dsb, #16 G. I.tie Wire, Ready Mix Concrete (3500 Psi @ 14 Days), Marine Plywood 12mm Thk 4 ' X 8 ', Assorted Coco Lumber, Assorted Sizes C.w Nails, Boulders : 6"ø To 12" Ø. Xii.reinforce Concrete Pipe (q = 10.00 L.m.) Includes 24" Dia. Reinforece Concrete Pipe - 1m/pc, Portland Cement, Collar (3000psi), Washed Sand, Washed Gravel. Xiii. Pccp (reinforced) - 0.2m Thk. (q = 18.31 Cu.m.) Includes Ready Mix Concrete (3500 Psi @ 14 Days): Pccp Restoration (box Culvert) = 1.22 Cu.m., Pccp Restoration (rcp) = 3.00 Cu.m., Pccp = 14.09 Cu.m.; Steel Forms (rental); Curing Compund; Concrete Saw (diamond Blade 14"); Asphalt Sealant; Grease/tar; Boulders : 6110 To 12"ø (pccp (block 2) = 5.49 Cu.m.). Xiv.grouted Riprap (class A) (q = 11.97 Cu.m.) Includes Portland Cement, Washed Sand, Boulders - Class A, 8" Ø To 14" Ø, Washed Gravel. Approved Budget For The Contract (abc): P 2,801,581.61 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Twenty (120) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-003 (ceo-infra)
3811-3820 of 3925 archived Tenders