Chair Tenders
Chair Tenders
NORTHWESTERN CAGAYAN GENERAL HOSPITAL Tender
Healthcare and Medicine
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 68.7 K (USD 1.1 K)
Details: Description Republic Of The Philippines Department Of Health Northwester Cagayan General Hospital Pinili, Abulug, Cagayan Request For Quotation Number-2025-0003 Location Of The Project – Abulug, Cagayan Request For Quotation Date: February 10, 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 5:00pm February 14, 2025 In A Sealed Envelope Or Thru E-mail: Procurementnwcgh@gmail.com Very Truly Yours, Kennedy Lappay, Md Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Lot 1 68,799.00 Supply And Delivery Of Various Pharmacy Supplies Box 20 187.00 3cc Syringe With Needle ,x100s Box 20 211.00 5cc Syringe With Needle, X100s Box 10 323.00 10cc Syringe With Needle, X100s Piece 10 150.00 Bed Pan (plastic) Box 2 350.00 Chromic 2-0 Cuttinge Needle Suture X12s Box 3 350.00 Chromic 3-0 Cuttinge Needle Suture X12s Box 1 350.00 Chromic 4-0 Cuttinge Needle Suture X12s Piece 3 1500.00 Digital Thermohygrometer For Pharmacy And Stock Room Bottle 10 100.00 Distilled Water 7 Liters Piece 3 45.00 Foley Balloon Catheter Fr. 8 Piece 3 45.00 Foley Balloon Catheter Fr. 10 Piece 30 45.00 Foley Balloon Catheter Fr.18 Box 10 300.00 Glucose Strips (25pcs / Box) Piece 100 10.00 Heplock Box 2 300.00 Id Band (pedia) Pink X100s Box 1 300.00 Id Band (pedia) Blue X100s Box 1 300.00 Id Band (adult) White X100s Piece 200 8.40 Iv Cannula G22 Piece 200 8.40 Iv Cannula G24 Roll 3 120.00 Leukoplast 1 Inch Wide 1.25cm X 5m Piece 320 21.00 Macroset Iv Tubing Prime Line Piece 10 150.00 Male Urinal (plastic) Piece 200 21.00 Microset Iv Tubing Disposable/pyrogen Free/ 60 Microdrops/ml, Air Ventilated Piece 3 210.00 Nasogastric Tube Fr.10 Silicone Piece 3 210.00 Nasogastric Tube Fr.8 Silicone Piece 30 110.00 Nebulizing Kit With Mask (adult) Piece 50 110.00 Nebulizing Kit With Mask (pedia) Box 1 149.00 Needles Gauze 21g X 1 1/2 (0.8mm X 40mm) 100pcs/box Box 1 350.00 Needles Gauze 22g X 1 1/2 (0.8mm X 40mm) 100pcs/box Piece 100 40.00 Oxygen Cannula (adult) Piece 50 30.00 Oxygen Cannula (pedia) Piece 50 42.00 Oxygen Facemask(pedia) Box 3 350.00 Silk 2-0 Suture With Cutting Needle X12s Box 2 350.00 Silk 3-0 Suture With Cutting Needle X12s Box 1 350.00 Silk 4-0 Suture With Cutting Needle X12s Piece 20 130.00 Soluset Piece 30 40.00 Stackable Bin Storage For Medicines (l) 11 Inches X (w) 8.375 Inches X (h) 6.25 Inches Box 1 400.00 Sterile Surgical Blade Size 10 X100s Box 1 400.00 Sterile Surgical Blade Size 11 X100s Piece 3 30.00 Straight Catheter Fr.8 Piece 3 30.00 Straight Catheter Fr.10 Piece 3 30.00 Straight Catheter Fr.12 Piece 3 30.00 Straight Catheter Fr.14 Piece 3 30.00 Straight Catheter Fr.16 Piece 3 30.00 Straight Catheter Fr.18 Box 1 150.00 Tongue Depressor, 100s For Use Of Northwestern Cagayan General Hospital Emergency Medical Supplies. Page 1 Of 2 "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. 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- Nwcgh, Abulug, Cagayan- 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 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-nwcgh, Abulug, Cagayan 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: ______________________ Please Coordinate With Bac Secretariat: Phone Numbers: 0936-193-3845 (mark Kenneth Nicolas) Date Seved:__________________ Pr/jr No. 2025-02-012 Page 2 Of 2 /noh
National Academy Of Science And Technology Tender
Publishing and Printing
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 130.3 K (USD 2.2 K)
Details: Description Please Quote Your Best Offer/proposal For The Items/ Described Below. Printing Of Science Advisories, Position, And Nast Statements Specifications: 1. Science Advisory No. 2024-02 - Two Versions Of One Pandemic Quantity: 2000 Copies Size: Letter (8.5 X 11 Inches); Spread: 25.5 X 11 Inches No Of Page: 6 Paper Stock: C2s 100 Color: Full Colors (with Color Separation) Process: Offset Binding: Two (2) Folds Others: Two (2) Sides Printing File Ready 2. Science Advisory No. 2024-01 - Towards Reducing The Prevalence Of Hypertension And Cardiovascular Disease Quantity: 2000 Copies Size: Letter (8.5 X 11 Inches); Spread: 25.5 X 11 Inches No Of Page: 6 Paper Stock: C2s 100 Color: Full Colors (with Color Separation) Process: Offset Binding: Two (2) Folds Others: Two (2) Sides Printing File Ready 3. Science Advisory No. 2023-01 - On Avian Influenza (highly Pathogenic Strain) Causing Massive Economic Losses To The Poultry Industry And With Significant Potential As A Human Public Health Concern Quantity: 2000 Copies Size: Letter (8.5 X 11 Inches); Spread: 25.5 X 11 Inches No Of Page: 6 Paper Stock: C2s 100 Color: Full Colors (with Color Separation) Process: Offset Binding: Two (2) Folds Others: Two (2) Sides Printing File Ready 4. Nast Asd's Position On Court Of Appeals Moratorium On Modern Plant Breeding Products A. Quantity: 2000 Copies B. Size: Letter (8.5 X 11 Inches); Spread: 17 X 11 Inches C. No Of Page: 4 D. Paper Stock: C2s 100 E. Color: Full Colors (with Color Separation) F. Process: Offset G. Binding: Fold H. Others: Two (2) Sides Printing File Ready 5. Statement Of The Nast Executive Council And The Engineering Sciences And Technology Division On The Philippine Building Act (pba) Bills At The Senate Of The Philippines A. Quantity: 2000 Copies B. Size: Letter (8.5 X 11 Inches) C. No Of Page: 2 D. Paper Stock: C2s 100 E. Color: Full Colors (with Color Separation) F. Process: Offset G. Binding: N/a H. Others: Two (2) Sides Printing File Ready Abc: P130,333.33 Sealed Quotation/proposals May Be 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 February 21, 2024 At 11:00am. 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]
Province Of Occidental Mindoro Tender
Furnitures and Fixtures
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 1 Million (USD 17.7 K)
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang 1. In View Of The Two (2) Failed Biddings, The Occidental Mindoro State College (omsc), Through Its Bids And Awards Committee-alternative Methods Of Procurement (bac-amp) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang Under Reference No. B-8661-24-40/omsc Rfq 25-007 With An Approved Budget For The Contract (abc) Inclusive Of Applicable Taxes, As Follows: Item No. Particulars Quantity/ Unit Total Abc (in Php) 1 Filing Steel Cabinet With 4 Drawers 15 Units 174,075.00 2 Graphicote Glass Writing Board (4ft X 8ft) 4 Units 94,600.00 3 Office Swivel Chair 10 Units 58,850.00 4 Teacher’s Table With One Main Drawer And Three Side Drawers, With Lock And Keys 11 Units 78,650.00 5 Laminated Modular Table Cubicle With Grommet Cable Port 42 Units 484,129.80 6 Open Shelf Cabinet, Five Adjustable Shelves 7 Units 65,450.00 7 Magazine Shelf Or Newspaper Shelf 1 Unit 4,654.00 8 Computer Table With Printer And Speaker Stand 5 Units 9,717.50 9 Whiteboard 6 Units 41,129.40 10 Steel Rack Shelves 1 Unit 13,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College, Bids And Award Committee-alternative Methods Of Procurement (bac-amp) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. The Procurement Project Is Composed Of 10-line Items Which Shall Be Awarded As Separate Contracts Per Item, The Details Of Which Are Described In Technical Specifications. Delivery Period Is 75-calendar Days Upon Receipt Of The Notice To Proceed. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Quotations, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “the Government Procurement Reform Act”, Including Annex H Thereof. 4. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac-amp And Which Would Meet The Minimum Technical Specifications Required. 5. The Interested Bidders May Obtain Further Information From The Procurement Unit At The Address Given Below From February 03 To 10, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On February 07, 2025 - 10:00 Am At Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 With Passcode: Bac2023) Which Shall Be Open To Prospective Bidders. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contract Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. The Definition Of Similar Contracts Shall Refer To Delivery Of Office / Classroom Furniture And/ Or Fixture Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, A Single Contract Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc. C) Bid Security In Any Of The Following For, As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of The Abc) Iii. Bid Securing Declaration D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex C) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. Schedule Of Activities: Activities Schedule Advertisement/ Posting Of Request For Quotation February 20 To 27, 2025 Availability Of Request For Quotation Beginning February 20 To 27, 2025 Pre-negotiation Conference February 24, 2025 (monday), 2:00 Pm; Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting Meeting Id: 679 450 5071 Passcode: Bac2023 Deadline For Submission Of Quotations And Legal/ Technical Documents (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) 1:30pm Of February 27, 2025 Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro 10. Duly Signed And Sealed Three (3) Sets Of The Proposals (one Original, Copy 1 And Copy 2) Must Be Submitted To The Omsc Bac-amp Which Must Be Duly Received By The Bac-amp Secretariat Through; (a) Manual Submission At The Office Address Indicated Above And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of February 27, 2025. Late Quotations Shall Not Be Accepted. Bidder/s Will Submit A Complete Set Of The Quotations Together With The Required Technical, Legal Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184. In The Online Submission Of Quotations, A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Omsc Procurement Unit Official Email Address (omscpmu.main@gmail.com) Not Later Than The Set Deadline Of Submission Of Quotations. Acknowledgement Of The Submitted Quotations Shall Be Made Officially By The Bac-amp Secretariat. Bidders, Who Submit Their Quotations Electronically, Shall Submit As Well A Hard Copy Of The Quotations. Any Quotation Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Quotations. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Cathelyn M. Alacaba Bac Secretary Occidental Mindoro State College Procurement Unit, G/f Administration Building, Labangan, San Jose, 5100, Occidental Mindoro Email Address: Omscpmu.main@gmail.com; Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 / Mobile No.: 09189574839 13. You May Visit The Following Websites: For Downloading Of Quotation Documents: Https://www.philgeps.gov.ph/ For Online Quotation Submission: Omscpmu.main@gmail.com Date Of Issue: February 20, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
Bureau Of Fisheries And Aquatic Resources Region Viii Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 460.4 K (USD 7.9 K)
Details: Description Please Quote Your Lowest Price Inclusive Of Vat On The Following Item/s Or Lot/s Listed Below, Subject To The Terms And Conditions Of This Rfq, And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 10, 2025, At Bids And Awards Committee Of Bfar 8, 3rd Floor Mrgp Commercial Bldg, Marasbaras, Tacloban City. For More Information, Please Call The Bac Secretariat At Telephone Nos.: 888-0381 (local 1003) Or Browse The Philgeps Website. Item/job Description: Lot 1 Seaweed Laboratory Supplies 1 Adhesive Silicone Sealant Guns 1 Piece 2,000.00 2 Air Controller Bulb For Aquarium Or Fish Tank, Plastic Or Rubber 200 Piece 1,600.00 3 Apron 10 Piece 2,000.00 4 Balloon Stick 200 Piece 1,000.00 5 First Class Towel (100% Cotton, 29"l X 13.5"w) 5 Piece 1,500.00 6 "heat Gun, Heavy Duty Voltage/frequency?220?/50hz-60hz •input Power?2000w •temperature?60-650°c •air Flow Speed?250l/min-500l/min" 2 Piece 4,000.00 7 Microfiber Super Absorbent Hand Towel, White & Large 10 Piece 2,500.00 8 Multi-purpose Fire Extinguisher 10lbs, (non Conducting And Non Corrosive Chemicals),original 1 Unit 4,500.00 9 Adhesive Sealant Silicon Glue(waterproof),300ml 10 Piece 3,000.00 10 Small Plastic Stool Chair For Laundry 10 Piece 2,500.00 11 Standard Ceiling Orbit Electric Fan, 18 Inch, Heavy Duty 2 Unit 6,000.00 12 Utility Knife, 2" Long, Original Stainless Steel 20 Piece 7,600.00 13 Washing Gloves,rubber 10 Pair 1,500.00 Seaweed Laboratory Other Supplies 14 Surgical Gloves, Lightly-powder Nitrile Examination Gloves, 50/box Fully-textured, Ambidextrous, For Medical Use, Non-latex, Non-sterile, Medium 50 Box 31,500.00 Lot 2 Seaweed Laboratory Supplies 1 Carboys, Plastic With Cover, Clear 10l Capacity 80 Piece 56,000.00 2 Cooler Box, 30l Capacity 2 Box 5,000.00 3 Cooler Box, 52l Capacity 2 Box 6,000.00 4 Culture Jars,1000ml 200 Bottle 150,000.00 5 Styrobox, 20l Capacity 10 Box 8,000.00 6 Styrobox, Size: 39.5 X 23 X 31.5cm, 7kls Capacity 10 Piece 5,000.00 7 Styrobox,31.5 X 23.5 X 33.5cm,3kls Capacity 10 Piece 4,000.00 Lot 3 Epsdp First Aid Kit And Medical Kit 1 Anti-mosquito Lotion,500ml 15 Bottle 9,000.00 2 Antibacterial Heavy Duty Plastic Bandages 3 Box 600.00 3 Antidiarrheals Capsules, 2mg 1 Box 700.00 4 Antihistamine,10mg 1 Box 600.00 5 Bandages (4inch) 10 Roll 1,000.00 6 Cotton,150g 5 Pack 250.00 7 Dextromethorphan Hbr Phenylpropanolamine Hcl Paracetamol 1 Box 300.00 8 First Aid Kit Composition: (2 Roll Dhesive Bandages; 4 Roll Adhesive Bandage Tape Small Size; 1 Bot. Rubbing Alcohol 250 Ml; 1 Bot. Antiseptic Solution 150ml; 5 Pcks Gauze Pads Each Size ( Sizes: 2x2x12, 3x3x12 & 4x4x12); 1 Pack Cotton Swabs; 1 Tube Burn Oitment; 1pc Tweezer Small; 1 Pc Scissor Small; 1pc Hot Packs & 1 Pc. Cold Packs; 1 Pc. Thermometer; 5-10 Pcs. Sterile Gloves; 1 Tube Antibiotic Ointment; 1 Tube Hydrocortisone Cream; 1 Blister Packs Each Of The Ff. Otc Medicines; Acetaminophen,antihistamin,bismuth Tables Cold Medicines; Ibuprofen,laxative;loperamide;throat Lozenges; 1pack Antiseptic Wipes (10 Pvs/pack); 1 Pc. Led Flashlight (small) With Batteries) 3 Box 4,725.00 9 Ibufropen Tablet, 200mg 1 Box 350.00 10 Mefenamic Acid/ponstel, 500mg 1 Box 1,200.00 11 Petrolleum Jelly, 50ml 5 Bottle 450.00 12 Phenylephrine Hcl Chlorphenamine Maleate Paracetamol + Zinc,500mg 1 Box 450.00 13 Phenylephrine Hcl Chlorphenamine Maleate Paracetamol,2mg/10mg/500mg 1 Box 350.00 14 Povidone Iodine 10% Wound Solution 120ml 3 Bottle 1,050.00 15 Sunblock(body And Face Lotion, Spf 50,100ml) 10 Bottle 15,000.00 Lot 4 Seaweed Laboratory Other Supplies 1 Glass Slide 5 Box 1,000.00 2 Pippetor Single Channel (0.5-10ul) 2 Piece 4,000.00 3 Pippetor Single Channel (1-2.5ul) 2 Piece 2,000.00 4 Pippetor Single Channel (1-2.5ul) 1 Set 1,000.00 5 Pippetor Single Channel (100-1000ul) 2 Piece 4,000.00 Lot 5 Seaweed Laboratory Other Supplies 1 "dive Booties (sizes:37&38&40-1pair,39&45-2pairs,42-5pairs) Made Of High Quality 3mm Neoprene/polychloroprene, Ultra Lightweight And Comfortable" 12 Pair 24,000.00 2 Diving Gloves, 1.5mm Wear-resistant & Non-slip Snorkeling Gloves (large-6 Pairs & Medium-6 Pairs) 12 Pair 9,600.00 3 "adjustable Diving Fins For Outdoor Snorkeling Dimensions: S/m:39.*17.5cm L/xl:41*18cm" 6 Pair 10,200.00 4 Fisherman Hat/bucket Hats,cotton And With Strap 18 Piece 5,400.00 5 Rashguard,up And Down, Large Size 14 Set 21,000.00 6 Scuba Hood/wetsuit Hood, 3mm Thermal Neoprene/polychloroprene (large Size) 10 Piece 7,000.00 7 Leakproof Snorkel Set (anti-fog Swimming Snorkeling-goggles Glasses With Easy Breath And Dry Snorkel Tube) 12 Set 30,000.00 Terms And Conditions: 1. That The Winning Bidder Shall Deliver The Items To Bfar 8-regional Office-marasbaras, Tacloban City 2. That The Materials Must Be Brand New And In Good Condition; 3. That The Winning Bidder Shall Deliver The Items Within 30 Days Upon Receipt Of The Purchase Order; 4. That The Winning Bidder Must Specify The Technical Description And Brand Being Offered; 5. That The Payment Shall Be Made After The Complete Delivery Of Items, Inspected By Bfar's Duly Authorized Representative, Documents Completed, And Papers Processed. Bidders Must Submit The Following Documents: 1.) Philgeps Registration Number 2.) Mayor's Permit 3.) Request For Quotation (rfq) 4.) Omnibus Sworn Statement (oss)* *for Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. *for Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. *for One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form.
SALAWAGAN NATIONAL HIGH SCHOOL Tender
Furnitures and Fixtures
Philippines
Closing Date28 Feb 2025
Tender AmountPHP 641.5 K (USD 11 K)
Details: Description Common Materials And Supplies No. Quantity Unit Item Description Approved Budget For The Contract 1 25 Gallon Alchohol, Ethyl 1 Gallon 357.09 2 25 Pad Note Pad, Stick On, 50mm X 76mm (2" X 3") Min 37.06 3 25 Pad Note Pad, Stick On, 76mm X 100mm (3" X 4") Min 59.28 4 25 Pad Note Pad, Stick On, 3" X 3" 54.08 5 300 Reams Paper, Multi-purpose, A4, 70 Gsm 200.00 6 25 Book Record Book, 300 Pages, Size: 214mm X 278mm Min 70.72 7 5 Book Record Book, 500 Pages, Size: 214mm X 278mm Min 101.92 8 25 Pack Toilet Tissue Paper, 2-ply, 100% Recycled 86.84 9 5 Pack Battery, Dry Cell, Size Aa 36.30 10 5 Pack Battery, Dry Cell, Size Aaa 19.73 11 25 Jar Glue, All Purpose 71.50 12 5 Roll Tape, Electrical 18.67 13 5 Unit Electric Fan, Industrial, Ground Type 1,109.68 14 5 Piece Linear Tube, Light Emitting Diode (led), 18 Watts 205.82 15 5 Piece Light Bulb, Light Emitting Diode (led) 82.16 16 25 Bottle Cleaner, Toilet And Urinal 41.60 17 25 Pack Detergent Powder, All-purpose, 1kg 54.08 18 5 Can Disinfectant Spray, Aerosol Type 128.96 19 50 Can Floor Wax, Paste Type, Red 309.76 20 50 Pack Trashbag, Gpp Specs, Black, 940mmx1016mm 134.68 21 1 Unit Desktop For Mid-range Users 42,390.40 22 1 Unit Laptop For Mid-range Users 41,392.00 23 1 Piece External Hard Drive, 1 Tb 2,598.84 24 25 Piece Flash Drive, 16 Gb 167.44 25 2 Box Envelope, Documentary, A4 673.09 25 Piece Marker, Permanent, Black, Bullet Type 8.98 26 2 Piece Stamp Pad, Felt 34.95 27 2 Piece Philippine National Flag 284.84 28 50 Piece Monobloc Chair, White 301.60 29 3 Unit Monobloc Table, White 1,235.52 30 75 Piece Sign Pen, Black 20.26 31 75 Piece Sign Pen, Blue 20.26 32 5 Set Printer 15,000.00 33 150 Ream Vellum Board (white/pale Cream, 10 Sheets Per Pack Legal) 40.00 34 20 Bottle Epson Ink 664 (black) 300.00 35 15 Bottle Epson Ink 664 (cyan) 300.00 36 15 Bottle Epson Ink 664 (yellow) 300.00 37 15 Bottle Epson Ink 664 (magenta) 300.00 38 30 Bottle Epson Ink 003 (black) 300.00 39 15 Bottle Epson Ink 003 (cyan) 300.00 40 15 Bottle Epson Ink 003 (yellow) 300.00 41 15 Bottle Epson Ink 003 (magenta) 300.00 42 3 Bottle Epson Ink 673 (black) 700.00 43 3 Bottle Epson Ink 673 (cyan) 700.00 44 3 Bottle Epson Ink 673 (yellow) 700.00 45 3 Bottle Epson Ink 673 (magenta) 700.00 46 3 Bottle Epson Ink 673 (light Magenta) 700.00 47 3 Bottle Epson Ink 673 (light Cyan) 700.00 48 5 Box Ballpen, Black, 50 Pcs. 250.00 49 100 Ream Photo Paper,210 Gsm,a4 80.00 50 2 Bundle Expanded Folder (a4) 500.00 51 2 Bundle Expanded Folder (legal) 500.00 52 2 Bundle Folder (white) Legal 500.00 53 2 Bundle Folder (brown) Legal 500.00 54 2 Bundle Folder (white) A4 500.00 55 2 Bundle Folder (brown) A4 500.00 56 50 Roll Duct Tape 60.00 57 25 Bottle Multi-purpose Bleach 50.00 58 1 Set Wireless Microphone 2,000.00 59 5 Unit Extension Wire 450.00 60 25 Box Paper Fastener, Plastic 40.00 61 5 Box Ballpen, Blue, 50 Pcs. 250.00 62 25 Piece Glue Gun, Big 250.00 63 25 Piece Pentel Pen, Black 70.00 64 25 Piece Pentel Pen, Ink, Black 50.00 65 50 Ream Photo Paper Double-sided 140 Gsm 190.00 66 25 Piece Soap, Big 20.00 67 10 Bottle Brother Ink Btd60bk (black) 450.00 68 10 Bottle Brother Ink Bt5000c (cyan) 450.00 69 10 Bottle Brother Ink Bt5000y(yellow) 450.00 70 10 Bottle Brother Ink Bt5000m (magenta) 450.00 71 1 Piece Microphone 2,000.00 72 5 Set Battery (9v, Heavy Duty) 100.00 73 25 Box Binder Clip, 41mm 60.00 74 25 Box Binder Clip, 51mm 75.00 75 30 Mtrs Satin Cloth (ordinary) 100.00 76 100 Pad Pins 10.00 77 1 Piece Charger For Wireless Microphone 2,000.00 78 5 Piece Battery (wireless Microphone) 90.00 79 50 Piece Styro Foam 100.00 80 100 Box Thumb Tacks 20.00 81 1 Piece Rice Cooker (big) 4,000.00 82 2 Unit Water Dispenser 5,000.00 83 1 Unit Gasul 1,300.00 84 2 Unit Guitar 2,500.00 85 1 Set Keyboard With Stand (music Instrument) 15,000.00 86 1 Set Drum Kit (music Instrument) 15,000.00 87 1 Piece Charger For Wireless Microphone 2,000.00 Students' Id And Graduation Needs No. Quantity Unit Item Description Approved Budget For The Contract 1 800 Set Student's Id Card With Sling 90.00 2 500 Piece Personalized Medals 80.00 3 500 Piece Ribbon 5.00 4 500 Piece Diploma Printing 5.00 5 500 Piece Long Brown Envelope 7.00 6 2 Piece Plaque 1,000.00 7 2 Unit Tarpaulin 3,000.00 8 100 Ream Linen Board (a4) 50.00 9 10 Piece Leis 100.00 10 2 Bottle Wine 400.00 11 10 Set Host 200.00 12 2 Set Vigil Candle 400.00 13 60 Set Plastic Flowers (assorted) 200.00 14 2 Set Token (guest Speaker) 1,000.00 15 2 Set Decoration 5,000.00 16 500 Piece Diploma Holder 50.00 17 400 Piece Ordinary Medal, Gold 30.00 18 20 Box Notarial Seal 80.00 19 20 Roll Ribonette,1/4, Yellow And Green 60.00 20 50 Roll Ribbon (decoration) 300.00
Department Of Agriculture Tender
Automobiles and Auto Parts
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
Details: Description Invitation To Bid For The Procurement Of 1 Unit Hauling Vehicle Delivery Truck (closed Van) Under Organic Agriculture Program Fy 2024 Continuing Fund 1. The Department Of Agriculture Regional Field Office Iva Through The Organic Agriculture Program Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (ᵽ 1,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 1 Unit Hauling Vehicle Delivery Truck (closed Van) Under Organic Agriculture Program Fy 2024 Continuing Fund With Project Identification No.: Itb-2025-01-141. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 1 Unit Hauling Vehicle Delivery Truck (closed Van) A. Prime Mover Type: Diesel Engine Engine Displacement: 1900 Cc, Minimum B. Performance Classification Aspiration Method: Turbocharged And Intercooled Steering System: Power-assisted Steering Transmission System: Constant Mesh-synchromesh (manual) No. Of Drive: Two Emission Rating: Euro Iv, Minimum C. Body No. Of Wheels: Up To Six (6) Wheels Payload: 950 Kg, Minimum Gross Vehicle Weight: 16880 Kg, Maximum Front Cabin: Single Rear Body Type: Closed Van D. Other Requirements / Inclusion 1. Fuel Tank Capacity: 50 Liters, Minimum 2. Output Power: 75 Ps, Minimum 3. Engine Torque: 170 N-m, Minimum 4. Rear Body/container Dimension (lxwxh): 2438 Mm (8ft) X 1400 Mm (4.6ft) X 1500 Mm (4.9ft), Minimum 5. Variant: Utility/ Multi-purpose With Air-conditioning System And Built-in Retractable Chair (seating Capacity: 10-14) 6. Warranty: 3 Years Or 100,000 Km Whichever Comes First 7. Certification Of Free Labor On Maintenance Service From The First 1,500 Km To 10,000 Km With Consumables Included Within Periodic Maintenance Schedule (pms) And Including The Three Consecutive Change Oil (fully Synthetic Oil And Replacement Of Oil Filter) 8. Complete Set Of Tools As Per Manufacturer's Specifications, Tint, Seat Cover, Matting (cab), Air-conditioning System (front And Rear), With First Three Years Free Lto Registration, Tpl And Comprehensive Insurance, Freight And Da Logo And "for Official Use Only" 9. Radio And Speakers: Tuner Radio With Usb, 2 Speakers 10. With 1 Unit Brand New Spare Tire With Rim And Accessories 11. Provision Of Vehicle Brochure And List Of Service Center In The Bidding Documents 12. With Certificate Of Conformity (coc) Issued By Denr Pursuant To Section 22, Chapter Ii Of Ra 8749 (clean Air Act Of 1999) In Relation To Part Ix, Rule Xxxi Of Denr Administrative Order 2000-81 13. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. 14. With 100% Available Stocks In The Warehouse Of The Bidder During Post-qualification. Place Of Delivery: Lares Compound, Brgy. Marawoy, Lipa City, Batangas Delivery Of The Goods Is Required Within Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On February 12, 2025 10:00 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before February 25, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 25, 2025 10:00 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a 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 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 4, 2025 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Don Emilio Del Valle Memorial Hospital Tender
Housekeeping Services
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 7 Million (USD 122.5 K)
Details: Description Unit Description Quantity Unit Cost Total Cost Month "hiring Of 33 Janitors And 1 Area Supervisor 9 787,550.00 7,087,950.00 Preferably Well-trained In Proper Hospital Cleaning And Janitorial Methods And Techniques In Order To Maintain Quality Cleanliness For The Service To The Patients. Well Disciplined With Good Moral Character, Physically And Mentally Fit. They Shall Report 10 Minutes Before Time With Proper Uniform. A Non-smoker And Non-drinker Of Any Alcoholic Beverages. The Company Must Have Tesda Certificate Or The Cleaners Have Certificate Of Training Of Tesda Housekeeping. Must Report Eight (8) Hours Per Shifting Day. They Shall Maintain Cleanliness And Orderliness To Protect And Safeguard The Directors, Officers, Employees, Visitors, Guest And Clients From Hazardous Infections. Implement Hospital Waste Management Rules And Policies Of Don Emilio Del Valle Memorial Hospital, Bood, Ubay, Bohol. The Company Must Have An Office In Tagbilaran City Or In Ubay, Bohol. From April 1, 2025 To December 31, 2025 Duties Of Janitorial Supervisor: A. Make Rounds To Check His/her Subordinates' Attendance, Attire And Hygienic Aspects, Provide Special Cleaning Instructions And/or Assignments, Use Of Equipment Safety Practices And Work Regulations, And Ascertain Compliance With Directives. B. Conduct Inspection To Check Cleanliness And Orderliness Of The Premises, And Inform His/her Subordinates Of Corrections Necessary. C. Determine Materials, Supplies Needed And Timely Inform The Head Of The General Services Division Of The Requirement. D. Train Subordinate On Proper Cleaning Methods, Use Of Equipment, Safety And Work Regulations. E. Shall Ensure The Janitors Comply With Policies And Procedures Implemented Especially The Rules On Safety. F. Shall Prepare Work Assignments And Schedules Subject To The Prior Approval Of The Client. G. Shall Report And Coordinate To Devmh Department Head. H. Conduct Regular Meeting (monthly Meeting). I. Remind All Housekeeping To Keep The Good Manner And Right Conduct. Technical Specifications I Performance Criteria 1. The Service Provider/contractor Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of Contract Based On The Following Set Of Performance Criteria: A. Quality Of Service Delivered B. Time Management C. Management And Suitability Of Personnel D. Contract Administration And Management E. Provision Of Regular Progress Report F. Attentiveness And Presence Of Mind G. Compliance With Devmh Instructions And Policies. One (1) Unsatisfactory Rate From The End-user Will Be The Grounds Of Replacement Of The Deployed Personnel. The Above Criteria Shall Be Used To Assess Quarterly The Level Of Performance Of The Janitorial Agency And Its Janitorial Personnel As Basis Of Continuity Of The Contract. Ii Technical Evaluation Parameters 1. Stability A. Years Of Experience: At Least 5 Years In The Business B. Liquidity Of The Contractor: At Least P5 Million (current Assets Minus Stocks Minus Current Liabilities Based On The Balance Sheet As Of December 31, 2023) C. Organizational Set-up: With Good Office Set-up, Personnel And Office Tools And Equipment 2. Resources A. Number And Kind Of Equipment And Supplies: With The Minimum Number And Kind Of Equipment & Supplies As Specified In Section Vi. Schedule Of Requirements. B. Number Of Janitors: With At Least 33 Janitors Who Can Be Assigned On Different Areas Regardless Of Risk Exposure To Infectious Diseases With Corresponding Relievers During Day Off. C. Number Of Supervisor: With At Least 1 Supervisor Who Will Monitor Cleanliness And Supervise All The Janitors On All Areas Of The Hospital. 3. Houskeeping Plan: Tailored Fit For Devmh In Accordance With The Minimum Requirements Below. State/enumerate The Specific Methodology To Execute Plan. A. State/enumerate The Specific Methodology To Execute The Plan. B. Recruitment And Selection Criteria: Trainings Conducted For The Janitors Before Deployment, Educational And Age Requirements And Others. C. Completeness Of Uniforms And Other Praphernalia. D. The Agency Must Be Able To Provide Quality Janitorial Services For The Hospital Buildings With The Necessary Manpower, Equipment, Training, Experience, Financial Resources And Capability To Provide The Needed Cleaning And Sanitary Requirements To Ensure Hygienic Environment For Its Personnel And Clients. Iii. Housekeeping Plan. 1. Daily Housekeeping Responsibilities: Common Office Areas, Conference Room, Hallways/corridors, Stairways, Tea Room, Storage Room And Ward Rooms (public And Private Rooms), Special Areas (or, Dr, Nicu & Septic Nicu), Waste Storage Area, Septic Vault Area. A. Report To Each Respective Assigned Area; Sweep The Floor And Pick-up With The Dustpan All Litters Scattered Around Devmh Premises. B. Scoop Off Any Sticky Substance Of Dirt On The Floor With Putty Knife And Clean With Damp Cloth Or Rag. C. Mop Floor With Damp Mop Head. Finish Cleaning With Clean And Dry Mop Head. D. Wipe With Damp Cloth Or Rag All Tables, Chairs, Computers, Steel And Wooden Cabinets, Electric Fans, Telephone Instruments, Refrigerators, All Bedside Tables, Chairs, Wooden Cabinets, Air Conditioning Grilles And Casing, And Other Office Equipment. Finish Cleaning With A Clean And Dry Cloth Or Rag. E. Empty Wastebaskets/trashcan. Clean Same With Liquid Detergent. Rinse Off With Water And Let Dry. Return Wastebaskets/trashcan To Their Respective Places. F. Wipe With Damp Cloth All Window Sills, Window Panes/glass, Mirrors, Roman Shades, Aluminum/stainless Steel Frame Doors And Stair Railings. G. Remove Stain Marks On Dirt On Walls, Doors And Building Posts With Chemical Removers Or With Cloth, Soak In Liquid Detergent Cleanser. Finish Cleaning With Damp Cloth Or Rag. H. Wash With Water The Whole Area Of The Comfort Room, Then Sweep Water And Drain. Drain Or Remove Water Inside Toilet Bowl Before Pouring Cleanser Or Toilet Cleanser. Let It Stay For A While Sprinkling Cleanser On Walls And Floor Tiles, Water Closet Tank, Lavatory Or Sink, And Toilet Bowl. Scrub Inside Of Toilet Bowl With Brush Or Sponge With Handle, Then Flush. Scrub With Brush Or Sponge The Whole Area Of The Comfort Room. Rinse Off With Water And Drain Area Of Excess Water. Finish Cleaning Floor Tiles With Dry And Clean Mop/cloth. Clean Mirror With Damp Newspaper Or Cloth And Finish Cleaning With Dry Cloth. Spray Comfort Room With Air Freshener. I. Clean And Disinfectas The Ward Rooms Upon Discharge Of Patients Both Public And Private Rooms. Clean The Bedside Tables, Beds, And Dispose Garbage. Coordinate With The Nurses For Rooms With Infectious Disease. J. Report Breakage, Electrical Malfunctions And Other Defeciences. K. Sweep And Clean Driveways. L. Cut/uproot Unsightly Grass Growth. M. Water Potted/indoor Ornamental Plants Inside And Outside Devmh Premises And Garden. O. Attend To The Needs Of The Scheduled Staff Meetings As Required. P. Report Any Necessary Maintenance Repairs Immediately. Q. Stay In Respective Post For Messengerial/errand Work. R. Report To Engineering Maintenance Any Leakage, Malfunction Of Water Faucet In Offices And Wards. S. Clean And Disinfect Waste Storage Holding Area After The Lgu Disposal. T. Collect And Place On Proper Storage Of Empty Vials. U. Collect Used Needles/syringes At Wards And Stored At Septic Vault. V. Collect Placenta (day Time) At Ob Ward Going To Placenta Vault. W. Operate Hospital Waste Autoclave Twice A Day. 2. Weekly Maintenance - General Cleaning Of All Areas Every Saturday. A. Scrub And Strip Off Sticking Dirt, Gums, And Other Similar Substances, Particularly Those Inner Areas And Corners. Wash Clean With Soap And Water And Dry. B. High Clean/sweep Cobwebs Of The Ceiling And Wipe Light Fixtures/diffusers And Inner Walls. C. Remove Dirt And Wash Clean With Soap And Water All Window Grills And Panes, Stairways, Balcony And Walls. D. Thoroughly Clean All Comfort Rooms Particularly The Toilet Bowls, Lavatories And Men's Urinals. Apply Disinfectant And Deodorized All Areas. E. Thoroughly Clean Office Furniture And Fixtures And Other Office Equipment, Taking Extra Care In Moving Same To Avoid Damage. F. Apply Floor Wax On Floors And Polish Shine. G. Spray Insecticide Inside Devmh Offices To Eradicate Rats, Flies, Mosquitoes, Termites, White Ants And Other Pests. H. Cultivate Soil And Fertilize Indoor And Outdoor Plants. I. Clean Catch Basins And All Other Planter Boxes. J. Clean/wash Garbage Cans K. Clean Inside, Top, Under And Back Of Regrigerator, Clean All Seals On Refrigerator/freezer. 3. Monthly Maintenance – Every Last Saturday Of The Month. A. Wipe/clean Venetian Blinds. B. Clean Inside Windows. C. Remove And Replace Curtains At All Areas. D. Clean Door Jams/balusters/handrails. E. Clean Glass Walls/partitions. F. Vacuum Clean All Upholstered Furniture. G. Wash Walls. 4. Miscellaneous Services To Be Performed Whenever Required. A. Provide Logistical Assistance During Meetings And Conferences. B. Haul/move Office Furniture, Fixtures & Equipment, Among Others. C. Messengerial And Errand Work Within Office Premises. D. Make Available At All Times Relievers And/or Replacements To Ensure Continuous And Uninterrupted Services In Case Of Absences. E. Exercise The Necessary Supervisory Work. F. Must Provide Office Supplies And Equipments To Be Used By The Area Supervisor For The Necessary Clerical Works. G. Must Provide Atleast 7 Sets Of Uniform To The Janitorial Personnel, That Will Be Used Daily, Such As But Not Limited To Janitor Scrubs, Customized Polo Uniform And Jockey Type Polo Uniform. H. Must Have Atleast One (1) Administrative Representative From The Agency That Will Be Assigned In Ubay Or Nearby Towns And Could Cater All The Concerns Pertaining Janitorial Services In The Hospital. I. All Janitorial Personnel Shall Assist After Crushing The Empty Vials. Other Services Offered (if Any) Cleaning Equipment/tools 1. Push Cart, Big, Heavy Duty - 6 Units (at Least 50kg Load) 2. Vacuum Cleaner, Heavy Duty - 2 Units 3. Squeezer - 10 Units 4. Other Equipment Offered (if Any) "
Department Of Human Settlement And Urban Development Quezo Tender
Food Products
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 135 K (USD 2.3 K)
Details: Description The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 02-0065, S. 2025 Procurement Activity Procurement Of Catering Services For The Ceremonial Signing On The Approval Of Clup And Pdpfp On February 13, 2025 Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) One Hundred Thirty-five Thousand Pesos (php135,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 10:00 Am, February 11, 2025. Delivery Schedule Delivery Of Services Shall Be On February 13, 2025. The Minimum Technical Specifications For The Said Activities Are As Follows: Qty. Unit Item, Description, & Minimum Specifications 90 Pax Breakfast Buffet Salad Station: Fresh Fruits Creamy Mushroom Truffle Pasta Mini Sandwiches Free-flowing Brewed Coffee Inclusive Of Buffet Set Up For 90 Pax, Complete With Tables, Chairs, And Centerpiece Decorations, Along With A Minimum Of Three (3) Attendants. The Set Up Will Be Arranged In The Ground Floor Holding Area And The 7th Floor Expansion Room. 90 Pax Lunch Buffet Salad Station: Vegetables / Fruit Salad Chicken Beef Fish Roasted Vegetables / Mixed Vegetables Pasta Steam Rice Dessert: Assorted Mini Pastries Drinks: Juice And Free-flowing Brewed Coffee Note: With Servers / Waiters And Table And Chairs Set Up With Table Cloth Terms And Conditions: 1. Delivery Of Goods/items Shall Be On February 13, 2025, However, The Date Is Tentative And Subject To Change By The End-user Unit/implementing Office Under Certain Circumstances; 2. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 3. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 4. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 5. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 6. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 7. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; And (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Latest Tax Clearance. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division Reply Slip Procurement: Procurement Of Catering Services For The Ceremonial Signing On The Approval Of Clup And Pdpfp On February 13, 2025 Request For Quotation No.: 02-0065, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ______________________________________ Name Of Authorized Representative: ______________________________________ Designation/position : ______________________________________ Address : ______________________________________ Telephone No./mobile No. : ______________________________________ Email Address : ______________________________________ Philgeps Registration No. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature : ______________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ 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 Education Region Xi Tender
Machinery and Tools
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 65.9 Million (USD 1.1 Million)
Details: Description Invitation To Bid No. 001-02-2025 Invitation To Bid For Procurement Of Supply And Delivery Of Technical-vocational - Livelihood (tvl) Equipment Packages To Public Senior High Schools. 1. The Department Of Education, Regional Office Xi, Through The Sub Allotment Release Order No. Osec-11-24-3299 Intends To Apply The Sum Of Sixty-five Million Nine Hundred Thirty-one Thousand Five Hundred Ninety-eight Pesos (₱65,931,598.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For Itb 001-02-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education, Regional Office Xi, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is 90 Days. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Unit Item Description Qty Unit Cost Total Cost Specialization: Bread And Pastry Production Nc Ii Set Air Compressor With Airbrush Cake Decorating Set 63 2,250.00 141,750.00 Piece Beater (manual Hand Beater) 378 210.00 79,380.00 Set Chopping Board, 6 Colors 378 835.00 315,630.00 Set Boiler (double) 63 850.00 53,550.00 Set Mixing Bowl (6 Pcs/set) 756 783.00 591,948.00 Set Cake Pans, Round #6,#8,#10,#12,#14,#16 378 490.00 185,220.00 Set Cake Stand, With Tier 378 748.00 282,744.00 Piece Cake Turn Table 189 1,080.00 204,120.00 Piece Coupler 819 134.00 109,746.00 Set Measuring Cup (for Solid) 756 334.00 252,504.00 Piece Measuring Cup, 250 Ml (for Liquid) 756 117.00 88,452.00 Piece Measuring Cup, 500ml (for Liquid) 756 142.00 107,352.00 Piece Dough Cutter 63 98.00 6,174.00 Piece Pie Cutter 378 101.00 38,178.00 Piece Flour Sifter, Hand Cranked 378 503.00 190,134.00 Piece Grater 378 512.00 193,536.00 Piece Kitchen Knife 378 631.00 238,518.00 Piece Pallet Knife 378 156.00 58,968.00 Piece Ladle, 3 0z 378 204.00 77,112.00 Piece Loaf Pan (big) 378 224.00 84,672.00 Piece Loaf Pan (medium) 378 366.00 138,348.00 Piece Loaf Pan (small) 378 309.00 116,802.00 6 Cups In A Tray/set Muffin Pan (big) 378 178.00 67,284.00 Unit Item Description Qty Unit Cost Total Cost 24cups In A Tray/set Muffin Pan (small) 378 114.00 43,092.00 Piece Pie Pan (10 Inches Diameter) 378 121.00 45,738.00 Piece Pie Pan # 6, #8,#10 378 454.00 171,612.00 Set Cake Pillars 378 45.00 17,010.00 Piece Piping Bag 1575 44.00 69,300.00 Piece Rectangular Pan, 1 X 8 252 210.00 52,920.00 Piece Rolling Pins 378 241.00 91,098.00 Piece Rubber Scraper 378 182.00 68,796.00 Piece Sauce Pan 378 1,592.00 601,776.00 Piece Sheet Pan 378 504.00 190,512.00 Set Measuring Spoon 1575 242.00 381,150.00 Piece Spoon (wooden) 378 201.00 75,978.00 Piece Strainer 378 279.00 105,462.00 Set Piping Tips (for Cake Decorating) 1260 209.00 263,340.00 Unit Weighing Scale, 10 Kgs 378 1,549.00 585,522.00 Unit Weighing Scale,5 Kgs, Digital 378 1,398.00 528,444.00 Set Wire Whisk (medium) 378 404.00 152,712.00 Bread And Pastry Production Nc Ii - Sub- Total ₱7,124,796.00 Specialization: Caregiving Nc Ii Piece Airpot 6 2,553.00 15,318.00 Piece Apron 6 429.00 2,574.00 Piece Baby Bathtub 3 1,117.00 3,351.00 Piece Baby Blanket 15 201.00 3,015.00 Piece Basin (small) 36 89.00 3,204.00 Piece Bath Towel/towelette 36 352.00 12,672.00 Piece Bedpan 6 214.00 1,284.00 Piece Blanket 12 529.00 6,348.00 Piece Bottle Sterilizer (electric) 3 2,655.00 7,965.00 Piece Bread Toaster 3 2,121.00 6,363.00 Piece Burping Cloth 6 208.00 1,248.00 Piece Cane 3 996.00 2,988.00 Piece Carpet 4 Ft. X 8 Ft. 3 4,407.00 13,221.00 Set China Ware (1 Pc Dinner Plate, 1 Pc Salad Plate, 1 Pc Bowl, 1 Pc Mug) 3 736.00 2,208.00 Piece Clothes Brush 3 204.00 612.00 Piece Clothes Hamper 3 598.00 1,794.00 Piece Clothes Rack 3 751.00 2,253.00 Piece Comforter 12 2,855.00 34,260.00 Piece Commode 3 2,724.00 8,172.00 Set Cooking Utensils 3 1,379.00 4,137.00 Set Crutches (adjustable) 3 514.00 1,542.00 Set Cutlery 3 376.00 1,128.00 Unit Item Description Qty Unit Cost Total Cost Piece Cutting Board, Plastic 15 682.00 10,230.00 Piece Digital Thermometer 3 361.00 1,083.00 Piece Dressing Trolley 3 8,925.00 26,775.00 Piece Electric Knife 3 1,024.00 3,072.00 Piece Face Towel/towelette 3 72.00 216.00 Piece Feeding Bottle Brush (cleaning Feeding Bottles) 6 597.00 3,582.00 Set Feeding Utensils (child) 3 1,497.00 4,491.00 Set First Aid Kit 3 3,216.00 9,648.00 Piece Flat Sheet 36 641.00 23,076.00 Piece Garbage Bin 3 366.00 1,098.00 Piece Gloves, Rubber (15 Mils) 36 365.00 13,140.00 Piece Gloves, Surgical (disposable) 3 654.00 1,962.00 Piece Gown (hospital) 30 304.00 9,120.00 Set Grooming Kit (hairbrush Comb, Nail Cutter, Nail Brush) 3 1,904.00 5,712.00 Piece Hand Towel 15 151.00 2,265.00 Piece Highchair/ Booster Seat/ Portable Seat 3 2,042.00 6,126.00 Piece Hot Water Bag 3 221.00 663.00 Piece Kettle 3 836.00 2,508.00 Set Measuring Cups, 1/4, 1/3, 1/2, 1 Cup 3 716.00 2,148.00 Piece Medical Tray 3 251.00 753.00 Set Mixing Bowl, Stainless Steel, 6-piece Set 3 2,044.00 6,132.00 Piece Pail, Plastic 10 Liters 12 254.00 3,048.00 Piece Pans 3 326.00 978.00 Piece Peeler 15 204.00 3,060.00 Piece Pick Up Forceps 3 256.00 768.00 Piece Pillow 24 754.00 18,096.00 Piece Pillowcase 36 304.00 10,944.00 Piece Portable Mixer 3 504.00 1,512.00 Piece Potato Masher 3 174.00 522.00 Set Pots 3 694.00 2,082.00 Piece Skillet 3 1,001.00 3,003.00 Piece Sphygmomanometer 3 1,022.00 3,066.00 Piece Stethoscope 3 601.00 1,803.00 Piece Urinal 6 327.00 1,962.00 Unit Vacuum Cleaner - Heavy Duty 3 10,501.00 31,503.00 Unit Wheelchair 6 7,504.00 45,024.00 Specialization: Caregiving Nc Ii - Sub-total ₱396,828.00 Specialization: Computer System Servicing (nc Ii) Set Allen Wrench 230 111.00 25,530.00 Piece Anti-static Device (anti-static Wrist Strap) 230 361.00 83,030.00 Unit Item Description Qty Unit Cost Total Cost Piece Combination Pliers, 8" 230 427.00 98,210.00 Set Crimping Tool (rj 11/45) 230 974.00 224,020.00 Piece Desoldering Pump 230 214.00 49,220.00 Set Electric Drill, Portable 23 2,126.00 48,898.00 Pack External Optical Drive 46 1,154.00 53,084.00 Piece Flash Drive 253 451.00 114,103.00 Piece Flashlight, Head-mounted 115 504.00 57,960.00 Pack Hub / Switch 230 1,432.00 329,360.00 Piece Lan Cable Tester 115 310.00 35,650.00 Piece Long Nose Pliers, 8" 230 619.00 142,370.00 Pack Multimeter, Digital 230 883.00 203,090.00 Piece Patch Panel (48 Ports) 460 1,654.00 760,840.00 Piece Pc Video Camera 23 726.00 16,698.00 Piece Phillip’s Screwdriver, 8" Insulated 230 224.00 51,520.00 Set Precision Screwdriver Set 115 254.00 29,210.00 Piece Soldering Iron, 60w 230 494.00 113,620.00 Piece Standard Screwdriver (flat), 8” Insulated 230 341.00 78,430.00 Piece Uninterruptible Power Supply (ups) 230 4,254.00 978,420.00 Piece Usb External Hd 23 4,004.00 92,092.00 Piece Wire Stripper 115 454.00 52,210.00 Piece Wireless Access Point 230 2,441.00 561,430.00 Computer System Servicing (nc Ii) - Sub Total ₱4,198,995.00 Specialization: Cookery Nc Ii Piece Apple Corer 200 501.00 100,200.00 Piece Bain Marie, Table 50 9,802.02 490,101.00 Piece Blender (electric) 50 1,677.00 83,850.00 Piece Chopping/cutting Board (plastic) 800 327.00 261,600.00 Set Boiler (double) 50 848.00 42,400.00 Piece Braising Pan (medium) 400 2,254.00 901,600.00 Piece Can Opener 50 149.00 7,450.00 Piece Utility Cart 50 6,222.00 311,100.00 Piece Casserole (medium) 200 1,989.00 397,800.00 Piece Casserole (small) 600 1,249.00 749,400.00 Piece Colander (medium) 100 352.00 35,200.00 Piece Colander (small) 200 292.00 58,400.00 Set Measuring Cup (for Solid) 400 332.00 132,800.00 Piece Paper Towel Dispenser 200 301.00 60,200.00 Piece Electric Fan (stand Fan) 50 4,122.00 206,100.00 Piece Fire Extinguisher (with Contents) 50 1,908.00 95,400.00 Piece Fish Poacher (medium) 50 2,249.00 112,450.00 Piece Carving Fork 150 287.00 43,050.00 Piece Kitchen Fork 400 136.00 54,400.00 Piece Frying Pan (large) 100 2,212.00 221,200.00 Piece Frying Pan (medium) 400 1,757.00 702,800.00 Piece Frying Pan (small) 600 616.00 369,600.00 Unit Item Description Qty Unit Cost Total Cost Piece Funnel (stainless Steel), Medium 200 241.00 48,200.00 Piece Funnel (stainless, Steel) Small 200 129.00 25,800.00 Piece Garbage Bin 200 366.00 73,200.00 Piece Glass Rack 600 489.00 293,400.00 Piece Boning Knife 400 1,499.00 599,600.00 Piece Chef’s Knife 500 224.00 112,000.00 Piece Cleaver Knife 100 1,489.00 148,900.00 Piece Oyster Knife 200 107.61 21,522.00 Piece Emergency Light 50 3,503.00 175,150.00 Piece Meat Slicer (small) 50 8,502.00 425,100.00 Piece Roasting Pan 200 734.00 146,800.00 Piece Peeler (y-type) 400 254.00 101,600.00 Set Pepper And Salt Mill 400 452.00 180,800.00 Piece Piping Bag 400 42.00 16,800.00 Piece Plate Rack 600 3,404.00 2,042,400.00 Piece Preparation Table With Sink 250 13,604.00 3,401,000.00 Piece Pressure Cooker 50 4,129.00 206,450.00 Piece Kitchen Scissor 400 411.00 164,400.00 Piece Ice Cream Scooper 100 226.00 22,600.00 Piece Siever (small) 400 149.00 59,600.00 Piece Skimmer (fine) 400 189.00 75,600.00 Piece Skimmer (spider) 400 224.00 89,600.00 Piece Soup Cup Rack 600 301.00 180,600.00 Piece Soup Ladle (3 Oz) 400 214.00 85,600.00 Piece Soup Ladle (6 Oz) 400 301.00 120,400.00 Piece Soup Ladle (8 Oz 150 274.00 41,100.00 Piece Soup Ladle (12 Oz) 100 401.00 40,100.00 Piece Spatula 400 151.00 60,400.00 Piece Kitchen Spoon 400 42.00 16,800.00 Piece Kitchen Spoon (slotted) 400 179.00 71,600.00 Set Measuring Spoon 400 242.00 96,800.00 Piece Parisienne Spoon 400 251.00 100,400.00 Piece Serving Spoon 1200 91.00 109,200.00 Piece Wooden Spoon 400 251.00 100,400.00 Piece Stock Pot (large) 100 1,954.00 195,400.00 Piece Strainer Chinois (medium) 100 954.00 95,400.00 Piece Strainer Chinois (small) 150 654.00 98,100.00 Piece Strainer Medium, Fine 400 154.00 61,600.00 Piece Strainer Small, Fine 400 124.00 49,600.00 Piece Working Table 100 8,474.00 847,400.00 Piece Tenderizer (medium) 400 151.00 60,400.00 Piece Pocket/pen Thermometer 150 191.00 28,650.00 Piece Tong, 12 Inches 400 329.00 131,600.00 Piece Tong, 8 Inches 500 402.00 201,000.00 Piece Baking Tray (small) 400 319.00 127,600.00 Unit Item Description Qty Unit Cost Total Cost Piece Utility Tray 600 424.00 254,400.00 Set Pastry Tube 400 237.00 94,800.00 Piece Turner 3" X 6" 400 282.00 112,800.00 Piece Digital Weighing Scale, 1 Kg 200 1,252.00 250,400.00 Piece Mechanical Weighing Scale, 5 Kilograms 100 1,579.00 157,900.00 Piece Wire Skimmer (small) 400 247.00 98,800.00 Set Wire Whisk (heavy Duty) 100 597.00 59,700.00 Set Wire Whisk (medium) 400 402.00 160,800.00 Set Wire Whisk (small) 400 164.00 65,600.00 Piece Wok (medium) 50 939.00 46,950.00 Piece Wok (small) 200 572.00 114,400.00 Piece Zester 400 153.00 61,200.00 Cookery Nc Ii – Sub - Total ₱18,265,523.00 Specialization: Food And Beverage Services Nc Ii Piece Dining Chair 2124 2,999.00 6,369,876.00 Piece Coffee Pot, 2 Pints 118 914.00 107,852.00 Piece Creamer Container 295 597.00 176,115.00 Set Cups And Saucers 5-6 Oz. (2pcs) 1416 377.00 533,832.00 Piece Menu Folder 118 252.00 29,736.00 Piece Cocktail Fork 1416 252.00 356,832.00 Piece Dessert Fork 1416 264.00 373,824.00 Piece Dinner Fork 1416 341.00 482,856.00 Piece Fish Fork 1416 249.00 352,584.00 Piece Oyster Fork 1416 149.00 210,984.00 Piece Salad Fork 1416 127.00 179,832.00 Piece Champagne Flute Glass 1416 352.00 498,432.00 Piece Collins Glass 1416 252.00 356,832.00 Piece Highball Glass 1416 252.00 356,832.00 Piece Pilsner Glass (ice Tea Glass) 1416 302.00 427,632.00 Piece Red Wine Glass 1416 252.00 356,832.00 Piece White Wine Glass 1416 252.00 356,832.00 Piece Gravy Boats 236 302.00 71,272.00 Set Ice Bucket ,2 Liters With Tongs 118 552.00 65,136.00 Piece Butter Knife 1416 492.00 696,672.00 Piece Dinner Knife 1416 377.00 533,832.00 Piece Fish Knife 1416 792.00 1,121,472.00 Piece Salad Knife 1416 212.00 300,192.00 Piece Steak Knife 1416 275.00 389,400.00 Piece Napkin Holder 354 142.00 50,268.00 Pad Order Pads 118 152.00 17,936.00 Set Pepper And Salt Mill 118 452.00 53,336.00 Piece Plate Covers 472 424.00 200,128.00 Piece Plate For Dessert, 7”to 8” 1416 139.00 196,824.00 Piece Dinner Plate, 10” 1416 177.00 250,632.00 Unit Item Description Qty Unit Cost Total Cost Set Fish Plate, 8” To 9” 1416 227.00 321,432.00 Set Salad Plates 7” To 8” 1416 319.00 451,704.00 Set Salt And Pepper Shakers 236 427.00 100,772.00 Piece Sauce Ladles 118 202.00 23,836.00 Piece Cake Server 118 177.00 20,886.00 Piece Service Forks 354 222.00 78,588.00 Piece Service Tray 354 177.00 62,658.00 Set Show/service/ Base Plates 11” To 14” 354 952.00 337,008.00 Piece Side Plates Or Bread Plates 6” 1416 352.00 498,432.00 Piece Side Towels 236 352.00 83,072.00 Piece Silver Platter 472 352.00 166,144.00 Piece Soup Bowl 1416 302.00 427,632.00 Piece Soup Ladle 118 212.00 25,016.00 Piece Soup Tureen 236 1,002.00 236,472.00 Piece Dessert Spoon 1416 752.00 1,064,832.00 Piece Service Spoons 354 127.00 44,958.00 Piece Soup Spoons (cream And Consume) 1416 252.00 356,832.00 Piece Sugar Container 295 252.00 74,340.00 Meter Table Cloth, 54 X 54 Inches 236 302.00 71,272.00 Meter Table Cloth, Rectangular 118 302.00 35,636.00 Meter Table Napkins, Cloth, 16” X 16” 1770 302.00 534,540.00 Meter Table Skirting Cloth 90”x90” 118 302.00 35,636.00 Piece Round Table (8's) 118 2,000.00 236,000.00 Piece Square/rectangular Table (4's Or 6's) 236 1,500.00 354,000.00 Piece Tea Pot, 2 Pints 118 852.00 100,536.00 Piece Teaspoon 1416 377.00 533,832.00 Piece Tong, 8 Inches 118 402.00 47,436.00 Piece Tooth Pick Holder 236 257.00 60,652.00 Piece Tray Stand 118 2,749.00 324,382.00 Piece Tray, Bill Folders/ Change 118 252.00 29,736.00 Piece Tray, Round (bar) 472 374.00 176,528.00 Piece Water Goblet 1416 252.00 356,832.00 Piece Water Pitcher 354 372.00 131,688.00 Food And Beverage Services Nc Ii - Sub- Total ₱22,878,135.00 Specialization: Front Office Services Nc Ii Piece Calculator 105 357.00 37,485.00 Unit Bell Boy Cart (hotel Luggage Trolley) 42 6,499.00 272,958.00 Unit Cash Register With Drawer 21 3,074.00 64,554.00 Unit Credit Card Imprinter 21 3,502.00 73,542.00 Piece Credit Card Voucher Holder 21 352.00 7,392.00 Unit Fake Bills Detector 21 862.00 18,102.00 Piece Guest Folio Rack 21 299.00 6,279.00 Unit Hypercom 21 2,902.00 60,942.00 Unit Key Card Marker With Verifier 21 4,714.00 98,994.00 Unit Item Description Qty Unit Cost Total Cost Piece Key Rack 21 287.00 6,027.00 Unit Safety Deposit Box/ Drop Vault 21 1,952.00 40,992.00 Unit Lapel Speaker 84 1,602.00 134,568.00 Front Office Services Nc Ii - Sub- Total ₱821,835.00 Specialization: Hairdressing Nc Ii Piece Body Brush, Prosthetic 20 353.00 7,060.00 Piece Mixing Bowl, Plastic 20 87.00 1,740.00 Piece Shampoo Bowl 40 4,502.00 180,080.00 Piece Applicator Brush 20 64.00 1,280.00 Piece Hair Brush 20 252.00 5,040.00 Piece Frosting Cap With Hook 20 252.00 5,040.00 Piece Heating Cap 20 982.00 19,640.00 Piece Cape 20 239.00 4,780.00 Piece High Chair (bar) 60 2,972.00 178,320.00 Piece Hydraulic Chair 120 7,994.00 959,280.00 Piece Clamp 20 121.00 2,420.00 Piece Duck Bill Clamp 20 92.00 1,840.00 Piece Hair Clipper 20 2,601.00 52,020.00 Piece Comb, Afro 20 179.00 3,580.00 Piece Comb, All Purpose 20 224.00 4,480.00 Piece Comb, Haircutting 20 184.00 3,680.00 Piece Comb, Large Toothed 20 89.00 1,780.00 Piece Comb, Tail 20 122.00 2,440.00 Piece Comb, Teasing 20 152.00 3,040.00 Piece Comb, Wide Tooth 20 87.00 1,740.00 Piece Crimpers 120 749.00 89,880.00 Piece Curling Iron 120 952.00 114,240.00 Piece Drip Pan 20 292.00 5,840.00 Piece Hair Dryer 120 1,302.00 156,240.00 Piece Gloves, Disposable 20 274.00 5,480.00 Piece Gloves, Rubber 20 707.00 14,140.00 Piece Smock Gown 20 282.00 5,640.00 Piece Hairclips 20 52.00 1,040.00 Piece Hairnet, Invisible 20 32.00 640.00 Box Hairpin 20 119.00 2,380.00 Piece Headband 20 102.00 2,040.00 Piece Headband, Flannel 20 92.00 1,840.00 Piece Infrared Iron 20 2,902.00 58,040.00 Piece Mirror, Hand 200 222.00 44,400.00 Piece Mirror, Modular 20 1,222.00 24,440.00 Piece Prong Clip, Double 20 152.00 3,040.00 Piece Prong Clip, Single 20 152.00 3,040.00 Box Razor, Straight 20 552.00 11,040.00 Pack Roller Pins 20 352.00 7,040.00 Unit Item Description Qty Unit Cost Total Cost Piece Rollers, Large Sized 20 392.00 7,840.00 Piece Rollers, Medium Sized 20 382.00 7,640.00 Piece Rollers, Jumbo 20 452.00 9,040.00 Piece Cutting Scissors 20 852.00 17,040.00 Piece Thinning Scissor 20 752.00 15,040.00 Piece Scoop 20 62.00 1,240.00 Piece Shower Cap 40 152.00 6,080.00 Piece Spatula 20 152.00 3,040.00 Piece Spray Bottle 20 92.00 1,840.00 Piece Hair Steamer 20 6,502.00 130,040.00 Piece Stool 120 6,252.00 750,240.00 Hairdressing Nc Ii - Sub- Total ₱2,938,800.00 Specialization: Housekeeping Nc Ii Piece Apron, Polyester-cotton 800 392.00 313,600.00 Piece Laundry Baskets 160 4,558.00 729,280.00 Piece Alarm Clock 32 349.00 11,168.00 Set Bed, Queen Size 32 22,499.00 719,968.00 Set Bed, Single 32 12,752.00 408,064.00 Piece Ironing Board 32 3,202.00 102,464.00 Pair/ Set Boots, Safety, Plastic 320 652.00 208,640.00 Piece Housekeeping Brush 160 202.00 32,320.00 Piece Water Buckets 160 152.00 24,320.00 Piece Caddy, Toilet 32 187.00 5,984.00 Piece Carpet Sweeper 32 2,202.00 70,464.00 Unit Housekeeping Cart (nc Ii) 32 4,502.00 144,064.00 Piece Caution Sign 160 1,039.00 166,240.00 Piece Cleaning Cloths, Lint-free 320 352.00 112,640.00 Unit Coffee Maker 32 3,502.00 112,064.00 Piece Dust Pan 160 302.00 48,320.00 Piece Duster, Anti-static 160 272.00 43,520.00 Unit Electric Fan (stand Fan) 64 4,122.00 263,808.00 Unit Fire Extinguisher (with Contents) 96 1,908.00 183,168.00 Piece Flashlight 160 792.00 126,720.00 Unit Flat Iron 32 349.00 11,168.00 Piece Scrubbing Foam 320 144.00 46,080.00 Piece Garbage Receptacles 64 714.00 45,696.00 Piece Gloves, Rubber 800 707.00 565,600.00 Piece Goggles, Safety 480 362.00 173,760.00 Unit Hairdryer 32 952.00 30,464.00 Unit Water Hose 64 1,442.00 92,288.00 Unit Electric Kettle 32 1,902.00 60,864.00 Piece Laundry Sorter 160 1,762.00 281,920.00 Unit Emergency Light 64 3,502.00 224,128.00 Piece Mirror 32 1,502.00 48,064.00 Unit Item Description Qty Unit Cost Total Cost Piece Mop 160 1,302.00 208,320.00 Unit Electric Floor Polisher With Accessories 32 10,502.00 336,064.00 5 Shelves /piece Shelving 32 2,627.00 84,064.00 Piece Sponges, Dish 320 97.00 31,040.00 Piece Spray Gun, Water 160 152.00 24,320.00 Piece Squeegee 64 252.00 16,128.00 Piece Squeezer, Mop 64 1,540.00 98,560.00 Piece Step Ladder 32 2,601.00 83,232.00 Unit Vacuum Cleaner, Dry And Wet 32 10,502.00 336,064.00 Unit Washer, Laundry 32 22,377.00 716,064.00 Piece White Board 64 11,300.00 723,200.00 Housekeeping Nc Ii - Sub- Total ₱8,063,904.00 Specialization: Local Guiding Services Nc Ii Set First Aid Kit 8 3,214.00 25,712.00 Unit Megaphone 8 2,108.00 16,864.00 Piece Whistle 8 152.00 1,216.00 Piece White Board 8 11,300.00 90,400.00 Local Guiding Services Nc Ii - Sub- Total ₱134,192.00 Specialization: Wellness Massage Nc Ii Set Dummy, Anatomical 15 2,635.00 39,525.00 Unit Massage Bed / Table 75 6,249.00 468,675.00 Piece Massage Chair 15 13,002.00 195,030.00 Unit Sphygmomanometer 75 1,020.00 76,500.00 Unit Stethoscope 75 599.00 44,925.00 Unit Talking Sphygmomanometer 15 3,722.00 55,830.00 Piece Talking Thermometer 15 2,112.00 31,680.00 Piece Thermometer, Digital 75 359.00 26,925.00 Piece White Board 15 11,300.00 169,500.00 Wellness Massage Nc Ii - Sub- Total ₱1,108,590.00 Grand Total ₱65,931,598.00 Please See Attached Annex A For Detailed Specifications For Each Item. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Deped Regional Office Xi, F. Torres St., Davao City And Inspect The Bidding Documents During Monday – Friday, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To March 3, 2025, Monday – Friday, 8:00 A.m. To 5:00 P.m. At Procurement Unit, Department Of Education Regional Office Xi, F. Torres St., Davao City, Upon Payment In Cash Of A Non-refundable Fee Of Fifty Thousand Pesos (₱50,000.00) To Deped Cashier. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person To The Procurement Unit. 6. The Department Of Education, Regional Office Xi, Will Hold A Pre-bid Conference On February 17, 2025 @ 9:00 A.m. (monday) At The Procurement Unit, Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Stamped Received By The Procurement Unit Staff Through Manual Submission At The Office Address Indicated Below On Or Before March 3, 2025, (monday) Before 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 3, 2025, (monday) Before 9:00 A.m At Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Deped Regional Office Xi, F. Torres St., Davao City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joy L. Sibonga Ao Iv, Ad-procurement Unit Department Of Education Region Xi F. Torres St., Davao City Procurementunit.regionxi@deped.gov.ph (082) 291-0051 Loc. 1119 +63 9453349262 Rebonfamil R. Baguio Bac Chairperson
DON PEDRO HIGH SCHOOL Tender
Publishing and Printing
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 357.3 K (USD 6.1 K)
Details: Description Rfq No. 2025-02-0003 February 26, 2025 Request For Quotation (supply/delivery Of School Supplies And Semi-expendables) Don Pedro High School Hereinafter Referred To As “the Purchaser”, Through Its Bids And Awards Committee (bac), Invite Interested Parties To Submit Price Quotation For The Supply/delivery Of School Supplies And Semi-expendables Through Shopping (sec. 52.1 [b], Irr Of R.a. No. 9184) With Approved Budget For The Contract (abc) Of Three Hundred Fifty-seven Thousand Three Hundred Sixty-two Pesos (p357,362.00): Lot No. Unit Item Description Quantity Unit Cost Total Cost 1 Lot 1: School Supplies Box Staple Wire: No. 35-5m (5,000 Pcs) Leg Length :6mm (1/4"); Color: Silver 33 55.00 1,815.00 Piece Rollerballpen: Color: Black; Thickness:0.5mm 33 25.00 825.00 Piece Folder: Size: Long; Color: White 150 5.00 750.00 Piece Folder: Size: Short, Color: White) 150 4.00 600.00 Piece Expanded Folder: Size: Long, Color: Violet) 50 15.00 750.00 Piece Multi-purpose Glue: Capacity: 130g; Color: White 33 50.00 1,650.00 Piece In And Out Cut Tray (3 Layers) 1 550.00 550.00 Piece Ink Refill For Permanent Marker Capacity:30 Ml; Color: Black) 4 80.00 320.00 Piece Correction Tape: 8m Size:4.6*9.5*1.5cm 33 25.00 825.00 Piece Brown Envelope: Size: Short 100 3.00 300.00 Piece Brown Envelope: Size: Long 150 5.00 750.00 Bottle Epson Ink Black: Genuine Ink Bottle; Ink Code: 003 (sku: C13t00v100) Capacity: 65ml; Page Yield Color: Up To 4500 Pages 80 200.00 16,000.00 Bottle Epson Ink Magenta: Genuine Ink Bottle; Ink Code: 003 (sku: C13t00v300) Capacity: 65ml; Page Yield Color: Up To 7500 Pages 60 200.00 12,000.00 Bottle Epson Ink Yellow: Genuine Ink Bottle; Ink Code: 003 (sku: C13t00v400) Capacity: 65ml; Page Yield Color: Up To 7500 Pages 60 200.00 12,000.00 Bottle Epson Ink Cyan: Genuine Ink Bottle; Ink Code: 003 (sku: C13t00v200) Capacity: 65ml; Page Yield Color: Up To 7500 Pages 60 200.00 12,000.00 Piece Philippine Flag: Size: 90cmx150cm; Fabric: Polyester 5 800.00 4,000.00 Box Bond Paper: (bright White) Size: Legal; Thickness: 70gsm; Substance: 20; Package: 500 Sheets Per Ream 27 1,100.00 29,700.00 Box Bond Paper: (bright White) Size: Letter; Thickness: 70gsm; Substance: 20; Package: 500 Sheets Per Ream 3 950.00 2,850.00 Box Bond Paper: (bright White) Size: A4; Thickness: 70gsm; Substance: 20;package: 500 Sheets Per Ream 25 1,050.00 26,250.00 Piece Logbook (500pages) 8 100.00 800.00 Piece Scotch Tape: Size: 24mm; Color: Transparent 33 60.00 1,980.00 Box Binder Clip: (12pcs/box) Size: 41mm 10 50.00 500.00 Box Paper Clip (no.50) 5 25.00 125.00 Piece Calculator Mx-12b Mini Desk Type 1 400.00 400.00 Piece Expandable Envelope: (assorted); Size: Long 25 40.00 1,000.00 Ream Carbon: Size: Long 1 800.00 800.00 Total 129,540.00 2 Lot 2: Semi-expendables Piece Printer (all-in-one Ink Tank Printer) Printer Type: Print, Scan, Copy; Dimensions: 375x347x179mm; Weight: 3.9 Kg.; Interface: Usb 2.0; Color: White 10 12,000.00 120,000.00 Piece Biometrics (zkteco Lx50, Standalone Biometrics) Ssr Report Function; Built-in Scheduler; Bell Communication; Usb Host; Usb Client; Fingerprint Capacity: 500; Transaction: 50,000 2 12,000.00 24,000.00 Piece Solar Battery: Nominal Voltage: 12v; Nominal Capacity:2mah; Design Life: 12yrs; Terminal: M8; Approx. Weight: 59.0 Kg/130lbs; Container Material: Abs 2 6,000.00 12,000.00 Piece Solar Panel: Power Capacity: 100 Watts; Peak Voltage: 17.6v; Current: 5.71a; Open Circuit Voltage: 21(short Circuit:6:4) 2 5,000.00 10,000.00 Piece Solar Power Controller: Rated Voltage:12v/24v; Rated Current:10a; Max Fv Voltage: 50; Max Fv Input Power: 130w(12v) 260 W (24v)) 2 500.00 1,000.00 Piece Solar Battery Inverter: Ns-3004-500w; Input Voltage: Dc12v; Output Voltage:ac-220v-240v 2 1,500.00 3,000.00 Piece Camera Dslr: 18-megapixel Aps-c-size Cmos Sensor & Digic 4+ Image Processor; 9-point Af With! Centre Cross-type Af Point; Standard Iso-100-6400(expandable To 12800); Wi-fi Supported 1 30,000.00 30,000.00 Piece Quadro Marching Band Drums With Harness And Drumsticks: Drum Head Sizes: 8", 10", 12", 13"; Color: Blue 1 12,000.00 12,000.00 Piece Bass Drum With 2 Beaters/drum Mallet, A Strap And Drum Key: Drum Head Sizes: 24"; Color: Blue 2 4,000.00 8,000.00 Piece Avr 2000w: Input Voltage: 160-240v; Output Voltage: 110-220v; 110 (1) 220v (3) 1 5,000.00 5,000.00 Piece 6 Gang Extension With 2 Usb Outlet 3 900.00 2,700.00 Piece Jack Audio Aux Cable Adapter: Male To Male; Mono To Mono; 6.35mm 1/4 Inch 1 122.00 122.00 Total 227,822.00 Grand Total/abc 357,362.00 All Items Listed Under The Purchaser’s Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements Will Result To Rejection. Likewise, It Is Understood That Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. Any Quotation/bid Amount Submitted Exceeding The Abc In This Lot Shall Automatically Be Rejected. This Is Vat-inclusive. Refusal To Accept The Award May Be Ground For Imposition Of Administrative Sanction Under Rule Xxiii Of The Revised Irr Of Ra 9184. All Bids Must Be Accompanied With The Documentary Requirements (i.e Mayor’s/business Permit, Philgeps Registration/certificate). Bids/rfq Must Be Submitted In A Sealed Envelope And Be Duly Received By The Bac Secretariat At The Address Below On Or Before 10:00 A.m. On March 3, 2025. Opening Of Quotations/proposals Shall Be On March 3, 2025, 10:30 A.m. At Don Pedro High School. Delivery Date: Based On The Purchase Order To Be Issued To The Winning Bidder. Delivery Place: Don Pedro High School For Further Information, Please Refer To: Bac Secretariat Deped-don Pedro High School Mansalay, Oriental Mindoro 0945-528-2490 Sheena A. Castillo Teacher Iii Bac Chairperson Attachment A (rfq No. 2025-02-0003) (lot 1) Quotation Form _________________ Date The Chair Bids And Awards Committee Don Pedro High School Madam: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply/deliver The Following Items (with Our Unit Prices/bid Amount And Total Price/total Bid Amount): Lot No. Unit Item Description Quantity Unit Cost Total Cost Bid Amount Total Bid Amount 1 Lot 1: School Supplies Box Staple Wire: No. 35-5m (5,000 Pcs) Leg Length :6mm (1/4"); Color: Silver 33 55.00 1,815.00 Piece Rollerballpen: Color: Black; Thickness:0.5mm 33 25.00 825.00 Piece Folder: Size: Long; Color: White 150 5.00 750.00 Piece Folder: Size: Short, Color: White) 150 4.00 600.00 Piece Expanded Folder: Size: Long, Color: Violet) 50 15.00 750.00 Piece Multi-purpose Glue: Capacity: 130g; Color: White 33 50.00 1,650.00 Piece In And Out Cut Tray (3 Layers) 1 550.00 550.00 Piece Ink Refill For Permanent Marker Capacity:30 Ml; Color: Black) 4 80.00 320.00 Piece Correction Tape: 8m Size:4.6*9.5*1.5cm 33 25.00 825.00 Piece Brown Envelope: Size: Short 100 3.00 300.00 Piece Brown Envelope: Size: Long 150 5.00 750.00 Bottle Epson Ink Black: Genuine Ink Bottle; Ink Code: 003 (sku: C13t00v100) Capacity: 65ml; Page Yield Color: Up To 4500 Pages 80 200.00 16,000.00 Bottle Epson Ink Magenta: Genuine Ink Bottle; Ink Code: 003 (sku: C13t00v300) Capacity: 65ml; Page Yield Color: Up To 7500 Pages 60 200.00 12,000.00 Bottle Epson Ink Yellow: Genuine Ink Bottle; Ink Code: 003 (sku: C13t00v400) Capacity: 65ml; Page Yield Color: Up To 7500 Pages 60 200.00 12,000.00 Bottle Epson Ink Cyan: Genuine Ink Bottle; Ink Code: 003 (sku: C13t00v200) Capacity: 65ml; Page Yield Color: Up To 7500 Pages 60 200.00 12,000.00 Piece Philippine Flag: Size: 90cmx150cm; Fabric: Polyester 5 800.00 4,000.00 Box Bond Paper: (bright White) Size: Legal; Thickness: 70gsm; Substance: 20;package: 500 Sheets Per Ream 27 1,100.00 29,700.00 Box Bond Paper: (bright White) Size: Letter; Thickness: 70gsm; Substance: 20; Package: 500 Sheets Per Ream 3 950.00 2,850.00 Box Bond Paper: (bright White) Size: A4; Thickness: 70gsm; Substance: 20; Package: 500 Sheets Per Ream 25 1,050.00 26,250.00 Piece Logbook (500pages) 8 100.00 800.00 Piece Scotch Tape: Size: 24mm; Color: Transparent 33 60.00 1,980.00 Box Binder Clip: (12pcs/box) Size: 41mm 10 50.00 500.00 Box Paper Clip (no.50) 5 25.00 125.00 Piece Calculator Mx-12b Mini Desk Type 1 400.00 400.00 Piece Expandable Envelope: (assorted); Size: Long 25 40.00 1,000.00 Ream Carbon: Size: Long 1 800.00 800.00 Total 129,540.00 - Note: Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. All Items Shall Be Covered By At Least One (1) Year Warranty Period. (attach Additional Sheets If Necessary) We Undertake, If Our Quotation Is Accepted To Supply/deliver And Install The Above Goods Within Fifteen (15) Days Period From The Receipt Of Purchase Order (po). We Agree To Abide By This Quotation For A Period Of Thirty (30) Days After The Dated Deadline Of Submission Specified In Your Rfq. We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Supplier’s/authorized Representative Signature Over Printed Name Designation: Name Of Company: Address: Contact No.: Tax Identification Number (tin): Philgeps Registration Number: Attachment A (rfq No. 2025-02-0003) (lot 2) Quotation Form _________________ Date The Chair Bids And Awards Committee Don Pedro High School Madam: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply/deliver The Following Items (with Our Unit Prices/bid Amount And Total Price/total Bid Amount): Lot No. Unit Item Description Quantity Unit Cost Total Cost Bid Amount Total Bid Amount 2 Lot 2: Semi-expendables Piece Printer (all-in-one Ink Tank Printer) Printer Type: Print, Scan, Copy; Dimensions: 375x347x179mm; Weight: 3.9 Kg.; Interface: Usb 2.0; Color: White 10 12,000.00 120,000.00 Piece Biometrics (zkteco Lx50, Standalone Biometrics) Ssr Report Function; Built-in Scheduler; Bell Communication; Usb Host; Usb Client; Fingerprint Capacity: 500; Transaction: 50,000 2 12,000.00 24,000.00 Piece Solar Battery: Nominal Voltage: 12v; Nominal Capacity:2mah; Design Life: 12yrs; Terminal: M8; Approx. Weight: 59.0 Kg/130lbs; Container Material: Abs 2 6,000.00 12,000.00 Piece Solar Panel: Power Capacity: 100 Watts; Peak Voltage: 17.6v; Current: 5.71a; Open Circuit Voltage: 21(short Circuit:6:4) 2 5,000.00 10,000.00 Piece Solar Power Controller: Rated Voltage:12v/24v; Rated Current:10a; Max Fv Voltage: 50; Max Fv Input Power: 130w(12v) 260 W (24v)) 2 500.00 1,000.00 Piece Solar Battery Inverter: Ns-3004-500w; Input Voltage: Dc12v; Output Voltage:ac-220v-240v 2 1,500.00 3,000.00 Piece Camera Dslr: 18-megapixel Aps-c-size Cmos Sensor & Digic 4+ Image Processor; 9-point Af With! Centre Cross-type Af Point; Standard Iso-100-6400(expandable To 12800); Wi-fi Supported 1 30,000.00 30,000.00 Piece Quadro Marching Band Drums With Harness And Drumsticks: Drum Head Sizes: 8", 10", 12", 13"; Color: Blue 1 12,000.00 12,000.00 Piece Bass Drum With 2 Beaters/drum Mallet, A Strap And Drum Key: Drum Head Sizes: 24"; Color: Blue 2 4,000.00 8,000.00 Piece Avr 2000w: Input Voltage: 160-240v; Output Voltage: 110-220v; 110 (1) 220v (3) 1 5,000.00 5,000.00 Piece 6 Gang Extension With 2 Usb Outlet 3 900.00 2,700.00 Piece Jack Audio Aux Cable Adapter: Male To Male; Mono To Mono; 6.35mm 1/4 Inch 1 122.00 122.00 Total 227,822.00 - Note: Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. All Items Shall Be Covered By At Least One (1) Year Warranty Period. (attach Additional Sheets If Necessary) We Undertake, If Our Quotation Is Accepted To Supply/deliver And Install The Above Goods Within Fifteen (15) Days Period From The Receipt Of Purchase Order (po). We Agree To Abide By This Quotation For A Period Of Thirty (30) Days After The Dated Deadline Of Submission Specified In Your Rfq. We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Supplier’s/authorized Representative Signature Over Printed Name Designation: Name Of Company: Address: Contact No.: Tax Identification Number (tin): Philgeps Registration Number:
8541-8550 of 8743 archived Tenders