Cloth Tenders
City Of Bayawan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation Rfq No. Svp 25-a-079 Date May 30, 2025 Pr Reference 100-25-04-096 Philgeps Ref. No. End-user Ceo Closing Date June 13, 2025 @ 5:00 Pm Bid Opening June 17, 2025 @ 9:00 Am "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Bayawan City Liaison Office (3rd Fl., Convention Hall, Daro, Dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: " The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). The Basis Of Evaluation For This Rfq Is: ⬜ By Lot ⬜ By Item Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 4300281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com." Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 8 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 9 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 10 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 11 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-a-079 Total Abc: Php 165,306.45 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Offer Approved Budget For The Contract (unit Cost Per Line Item) Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Lot I: Bar And Rebar 1 Deformed Steel Bar, 10mm Ø X 6m, Grade 33 445 Length 250.00 Lot Ii: Carpentry Tools And Supplies 2 Corrugated Sheet, G.i. 0.27mm X 3.0m) 10 Sheet 498.00 3 Tie Wire, # 16 11 Kilo 98.00 4 Nails, Common Wire, 38mm 2 Kilo 90.00 5 Sealant, Elastomeric/roof (1/4kg/pk) 4 Pack 177.80 6 Nails, Common Wire, 62mm 15 Kilo 90.00 7 Steel Plate, G.i., Gauge # 18 X 1.20m X 2.40m 2 Sheet 3,000.00 8 Nails, Common Wire, 100mm (4in) 13 Kilo 84.00 9 Nails, Umbrella/roofing, 62mm 2 Kilo 126.00 10 Sack Cloth, 3.0m Width (m) 70 Meter 100.00 11 Mask, Non Woven Synthetic Fibre Disposable Masks, Ffp1, Nose Clip For Adjustment, Foam Edge Under Nose Clip, Ce, En149, N95 (30 Pcs/box) 1 Box 1,001.00 12 Spectacles, Safety Goggles, Clear 5 Piece 140.00 Lot Iii: Commercial Lumber 13 Commercial Lumber, 50mm X 50mm X 3.0m 55 Piece 186.75 14 Commercial Lumber, 50mm X 75mm X 3.0m 29 Piece 250.00 15 Commercial Lumber, 50mm X 50mm X 2.4m 18 Piece 135.00 16 Commercial Lumber, 50mm X 75mm X 2.4m 10 Piece 224.00 Lot Iv: Paints, Tools And Plumbing Supplies 17 Enamel Paint, Flatwall, White 4 Gallon 680.00 18 Acrylic Spray Paint, Flat Black(400cc/can) 4 Can 175.00 19 Acrylic Spray Paint, Maroon(400cc/can) 2 Can 175.00 20 Acrylic Spray Paint, Yellow(400cc/can) 2 Can 175.00 21 Acrylic Spray Paint, Blue(400cc/can) 2 Can 175.00 22 Acrylic Spray Paint, Red(400cc/can) 2 Can 175.00 23 Acrylic Spray Paint, Green(400cc/can) 2 Can 175.00 24 Acrylic Spray Paint, Brown(400cc/can) 2 Can 175.00 25 Latex Paint, Flat Yellow (l/can) 2 Can 189.00 26 Latex Paint, Flat Red (l/can) 2 Can 189.00 27 Toilet Bowl, Pail Type, Porcelain, W/o Cover 1 Set 750.00 28 Pvc Pipe, 57.15mm Outside Dia X T=2.54mm X L=3.0m Orange S-1000 1 Length 310.00 29 "pvc Clean-out, 107.10mm Dia W/ Cover Ominal Size, S-1000, With O-ring" 1 Piece 85.00 30 Solvent Cement, Pvc (250cc/can) 1 Can 100.00 ***nothing Follows*** Purpose : Supply And Delivery Of Various Materials Needed For Various Projects Of City Engineering Office 2022 ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date13 Jun 2025
Tender AmountPHP 165.3 K (USD 2.9 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00136 : Oo1: Ensure Safe And Reliable National Road System: Bridge Program - Rehabilitation/major Repair Of Permanent Bridges - Calitlitan Br. (b01220lz) Along Maharlika Highway 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱4,342,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00136: Oo1: Ensure Safe And Reliable National Road System: Bridge Program - Rehabilitation/major Repair Of Permanent Bridges - Calitlitan Br. (b01220lz) Along Maharlika Highway. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Bridge Program - Rehabilitation/major Repair Of Permanent Bridges - Calitlitan Br. (b01220lz) Along Maharlika Highway Contract Id No. : 25b00136 Location : Aritao, Nueva Vizcaya Brief Project Description : Bridge Length = 31.80 M. 1. Repair Of Damage Grouted Riprap Slope Protection 2. Patching On Deck Slab 3. Gabion Mattress Scour Structure 4. Waterproofing On Deck Slab (liquid Applied) 5. Asphalt Overlay (approach A = 18.0m, Bridge Proper = 31.8m, Approach B = 18.0m) 6. Pavement Markings (k0225+014 - K0225+081.80) Scope Of Works : Other General Requirements • Project Billboard/signboard (dpwh, Coa) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization Earthworks • Removal Of Actual Structures/obstruction 0.05 M Thick – Acp, Concrete • Excavation (unsuitable) Surface Course • Asphalt Overlay Road/bridge Construction • Waterproofing On Deck Slab, Liquid Applied • Patching Drainage And Slope Protection Structures • Grouted Riprap A • Gabions 1m X 1m X 2m Metallic Coated • Filter Cloth Miscellaneous Structures • Reflectorized Thermoplastic Pavement Markings White Approved Budget For The Contract (abc) : ₱4,342,500.00 Contract Duration : 73 Calendar Days Inclusive Of 4 Unworkable/rainy Days, 13 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 27 - June 16, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (₱5,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On June 03, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before June 16, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On June 16, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Unit Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: May 27 - June 2, 2025 Conspicuous Place (procurement Bulletin Board): May 27 - June 2, 2025
Closing Date16 Jun 2025
Tender AmountPHP 4.3 Million (USD 77.8 K)
CASIMIRO A YNARES SR MEMORIAL NATIONAL HIGH SCHOOL TAYTA Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Date: January 16, 2025 Rfq No.: 2025-01-01 Company/business Name: Address: Business/mayor’s Permit No.: Tin: Philgeps Registration Number (required): The Casimiro A. Ynares Sr. Memorial National High School Through Its Bids And Awards Committee (bac), Intends To Procure The “supply And Delivery Of Janitorial Supplies In Casimiro A. Ynares Sr. Mnhs” 52.1(b) (shopping) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Project Title Approved Budget For The Contract (abc) Supply And Delivery Of Janitorial Supplies In Casimiro A. Ynares Sr. Mnhs Php 300,000.00 Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before 12:00 Nn Of 21st Of January 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq) Elisa V. Regino Chairperson, Bids And Awards Committee – Goods And Services Casimiro A. Ynares Sr. Memorial National High School Cabrera Rd. Kaytikling, Barangay Dolores, Taytay, Rizal Contact Nos. (02) 8995-71-62 Note: Please Submit Quotation (hard Copy) And Required Documents In A Sealed And Signed Envelope. The Interested Service Provider Shall Also Submit The Following Documents As Stipulated In The Gppb Resolution No. 21-2017 Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: Alternative Mode Required Documents Remarks Statement Of Compliance (“comply Or Not Comply”) Shopping (section 52.1b) Latest Mayor’s/business Permit A Copy Of Your 2024 Mayor’s Or Business Permit Shall Be Submitted. Philgeps Registration Number A Copy Of Valid Philgeps Registration Shall Be Submitted As Proof. Additional: Certificate Of Registration From Bir And Tax Clearance Indicating The Line Of Business The Casimiro A. Ynares Sr. Memorial National High School – Bac Reserves The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Casimiro A. Ynares Sr. Memorial National High School – Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Any Clarification And Further Information, Please Refer To: Micaela L. Oblan Bac, Goods And Services, Secretariat Casimiro A. Ynares Sr. Memorial National High School Cabrera Rd. Kaytikling, Barangay Dolores, Taytay, Rizal Contact Nos. (02) 8995-71-62 Email Address: Casimiroaynaressrmnhs.308116@deped.gov.ph Elisa V. Regino Chairperson, Bac - Goods And Services Intructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation: 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. 4. Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Casimiro A. Ynares Sr. Memorial National High School Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Casimiro A. Ynares Sr. Memorial National High School. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents Provided All Submitted Documents Are Complete And Correct, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty- Four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Casimiro A. Ynares Sr. Memorial National High School May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 13. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Supply And Delivery Of Janitorial Supplies In Casimiro A. Ynares Sr. Mnhs Minimum Technical Specifications Offered Technical Specifications/ Services Statement Of Compliance (“comply Or Not Comply”) Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Technical Specifications 1. Bleaching Solution • 1liter • Quantity: 100 Bottles 2. Cleaner, Toilet Bowl And Urinal • 900ml-1000ml Cap • Quantity: 160 Bottles 3. Detergent Powder • 1kg • Quantity: 200 Packs 4. Dishwashing Liquid • 1liter • Quantity: 200 Bottles 5. Disinfectant Spray • Aerosol Type, 400-550 Grams • Quantity: 100 Cans 6. Air Freshener Spray • Aerosol Type • Flower Scent • Net Content: 600ml Min • Quantity: 100 Cans 7. Alcohol, Isopropyl • 1 Gallon • Quantity: 100 Bottles 8. Hand Soap • Liquid, 500ml • Quantity: 100 Bottles 9. Insecticide • Aerosol Type • Net Content: 600ml Min • Quantity: 100 Cans 10. Rags • All Cotton • 32 Pieces Per Kilogram Min • Quantity: 100 Bundles 11. Doormat Cloth • Rectangular In Size, Approx. 14" X 20" • Quantity: 100 Pcs 12. Toilet Tissue Paper • 2-plys Sheets • Quantity: 200 Packs 13. Toilet Tissue Paper, Interfolded Paper Towel • Quantity: 200 Packs 14. Trashbag • Large Size • Quantity: 400 Pieces 15. Trashbag • Xl Size • Quantity: 400 Pieces 16. Trashbag • Small Size • Quantity: 400 Pieces 17. Plastic Pail W/ Dipper • Size – Standard • Quantity – 50 Set 18. Broom, Stick (ting-ting) • Usable Length: 760mm Min • Quantity: 100 Pieces A. Delivery Requirement • Delivery Of The Supplies Must Be 5 Days Upon The Receipt Of Purchased Order Financial Offer Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. Supply And Delivery Of Janitorial Supplies In Casimiro A. Ynares Sr. Mnhs Approved Budget For The Contract Offered Quotation Php 300,000.00 In Words: In Figures: Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices Signature Over Printed Name Position/designation Office Telephone/fax/mobile Nos. Email Address/es
Closing Date21 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)
City Of Bayawan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Request For Quotation Rfq No. Svp 25-a-033 Date March 05, 2025 Pr Reference 100-25-02-075 Philgeps Reference No. End-user Ceo Closing Date March 14, 2025 @ 5:00 P.m. March 18, 2025 @ 9:00 A.m. Bid Opening March 18, 2025 @ 9:00 A.m. "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Bayawan City Liaison Office (3rd Fl., Convention Hall, Daro, Dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). The Basis Of Evaluation For This Rfq Is: ⬜ By Lot ⬜ By Item Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 8 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 9 9 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 10 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 11 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-a-033 Total Abc: Php 148,602.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Lot. I Aggregates 1 Sand, Washed Mixing/screened 3 Cu.m. 900.00 [ ] [ ] 2 Round Gravel, (screened & Washed), Max. Size 20mm Dia 6 Cu.m. 1,300.00 [ ] [ ] 3 Boulders (100mm Dia-150mm Dia), 5 Cu.m. 950.00 [ ] [ ] Lot. Ii Printing And Publication 4 "tarpaulin Printing, 4 Sets 2ft X 4ft (signage)" 2 Lot 784.00 [ ] [ ] Lot. Iii Construction Safety Gear And Equipment 5 Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, White 4 Piece 550.00 [ ] [ ] 6 Hard Hat, High Quality And Heavy Duty For Industrial/construction, Safety Helmet, Uv-resistant, Hdpe, Ce En397, W/ Chin Strap, Yellow 16 Piece 550.00 [ ] [ ] 7 Gloves, Working, Rubber & Cloth Combination, Good Quality 20 Pair 85.00 [ ] [ ] 8 Vest, Reflectorized, Safety, Orange 20 Piece 252.00 [ ] [ ] Lot. Iv Carpentry Tools And Supplies 9 Plywood, Marine, 4.5mm X 1.2m X 2.4m, Type I, Grade A/a 6 Sheet 650.00 [ ] [ ] 10 Nails, Common Wire 38mm 2 Kilo 76.00 [ ] [ ] 11 Nails, Common Wire 62mm 3 Kilo 80.00 [ ] [ ] 12 Nails, Common Wire, 100mm (4") 3 Kilo 84.00 [ ] [ ] 13 Tie Wire, #16 1 Meter 100.00 [ ] [ ] Lot. V Commercial Lumber 14 Commercial Lumber, G-melina, Mahogany And Equivalent, 50mm X 75mm X 3.0m 15 Piece 250.00 [ ] [ ] 15 Commercial Lumber, G-melina, Mahogany And Equivalent, 50mm X 50mm X 3.0m 20 Piece 183.00 [ ] [ ] Lot. Vi Tires And Tubes 16 Used Tire, 10.0 Inches X 20.0 Inches 1400 Piece 50.00 [ ] [ ] Lot. Vii Cement And Additives 17 Cement, Portland (40kgs/bag), Type 1 56 Bag 290.00 [ ] [ ] Lot. Viii Bar And Rebar 18 Deformed Bars, · 10mm X 6m 63 Length 250.00 [ ] [ ] ***nothing Follows*** Purpose : Supply And Delivery Of Various Construction Supplies And Materials Needed For The Repair And Maintenance Of Banga-tayawan Sitio Roads ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date14 Mar 2025
Tender AmountPHP 148.6 K (USD 2.5 K)
Department Of Agriculture Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description (svp#28-2025-pmed) Request To Submit Proposal For Office And Other Supplies For Use Under Regional Agricultural And Fishery Council (rafc) With Approved Budget For The Contract Amounting To Two Hundred Two Thousand Pesos (php. 202,000.00) Pursuant To Alternative Method Of Procurement Specifically Negotiated Procurement-small Value Procurement Under Section 53.9 Under Ra 9184 And Its Revised Irr. The Department Of Agriculture Regional Field Office No. 5 (da Rfo 5), San Agustin, Pili, Camarines Sur Is Inviting Interested Suppliers To Submit Complete Bid Proposal For The Following: Qty Unit Particular Unit Total Cost Abc Lot 1: Ict Supplies 8 Pcs Usb, Otg Type C, 64gb 560.00 4,480.00 1 Pcs Sd Card 64gb 1,020.00 1,020.00 3 Bottes Ink Brother (black, Magenta, Cyan, Yellow)1set 1,500.00 4,500.00 Communication Equipment 2 Sets Wireless Microphone (2pcs Professional Wireless Microphone Aa Battery With Receiver Set) Dual Wireless Vhf Mic Dynamic Capsule 227.25mhz/239.55mhz Fixed Frequency 3,000.00 6,000.00 1 Set Portable Speaker With 2 Microphone (rechargeable Wireless Portable Bluetooth Speaker With 2 Wireless Microphone) Power: 200w Led Lights 2 Wireless Microphone Wired Microphone / Guitar / Line In Mic Priority Over Voice On/off Remote Control Usb / Bluetooth / Nfc / Fm Capabilities Frequency Response: 50hz-20khz Power System: Ac Adaptor / 12vdc In / Internal Rechargeable Battery 100v-240v, 60hz Power Supply Adaptor Dimension : (l X W X H Cm): 23 X 26 X 42 6,000.00 6,000.00 Total Lot 1: P22,000.00 Lot 2:office Supplies 5 Boxes Sign Pen 0.5, Blue 12s 400.00 2,000.00 10 Boxes Ballpen 70s 700.00 7,000.00 5 Boxes Pencil # 1 250.00 1,250.00 8 Boxes Bondpaper (a4) 5s 1,500.00 12,000.00 99 Pcs Brown Envelope (long) 30.00 2,970.00 99 Pcs Brown Folder (a4) 20.00 1,980.00 30 Pcs Certificate Frame Glass A4 200.00 6,000.00 30 Pcs Certificate Jacket A4 100.00 3,000.00 100 Pcs Expanding Envelope Long (green) 40.00 4,000.00 100 Pcs Expanding Folder (green)(long) 35.00 3,500.00 5 Doz Laid Board 200.00 1,000.00 10 Bottles Glue 40gms 70.00 700.00 20 Pcs Highlighter 45.00 900.00 50 Pcs Correction Tape 15.00 750.00 6 Boxes Index Tab 100.00 600.00 100 Pcs Notebook 80 Sheets 75.00 7,500.00 10 Pcs Sticky Notes, Small 35.00 350.00 10 Pcs Sticky Notes, Medium 45.00 450.00 10 Pcs Stapler With Remover 350.00 3,500.00 5 Boxes Stapler Wire No. 35 Heavy Duty 80.00 400.00 3 Pcs Stapler With Long Arm 12inches 600.00 1,800.00 30 Pcs Clip Board, Documents Folder, Long 150.00 4,500.00 10 Boxes Paper Clip, 55mm 60.00 600.00 10 Boxes Binder Clip 51mm 110.00 1,100.00 30 Pcs Scotch Tape 1" 65.00 1,950.00 30 Pcs Scotch Tape .5" 35.00 1,050.00 30 Pcs Double Sided Tape 1" 40.00 1,200.00 30 Pcs Envelope With Holder (cloth, Long) 160.00 4,800.00 4 Pcs Molar Box 500.00 2,000.00 1 Pcs Guntacker Heavy Duty 650.00 650.00 5 Pcs Guntacker Wire 100.00 500.00 Total Lot 2: P80,000.00 Lot 3:other Supplies 20 Bottles Alcohol,500ml 125.00 2,500.00 15 Sets Tissue Paper,12set 200.00 3,000.00 10 Boxes Pull-up Tissue With Box 250.00 2,500.00 10 Pcs Handheld Fan Outdoor Portable 100 Speed Turbine Mini Digital Display Battery Quantity 4000mah With Silicon Case 1,380.00 13,800.00 10 Packs Battery Rechargeble (aa) 4pcs 470.00 4,700.00 3 Sets Battery Charger(aa) 8 Slots 1,500.00 4,500.00 11 Pcs Extension Wire, 10 Meters 4 Outlets 500.00 5,500.00 5 Bottles Dishwashing Liquid,250ml 125.00 625.00 8 Bottles Air Freshener (320ml) 450.00 3,600.00 10 Bottles Multi-insect Killer (orange) 500ml 450.00 4,500.00 3 Bottles Wd, 40 333ml 360.00 1,080.00 3 Pcs Mop With Spinner 1,150.00 3,450.00 12 Pcs First Aid Kit Sets 600.00 7,200.00 10 Pcs Sponge 34.00 340.00 10 Pcs Mug 149.00 1,490.00 5 Sets Spoon & Fork Heavy Duty 550.00 2,750.00 5 Doz Hand Towels (soft Absorbent Microfiber Assorted Colors) 250.00 1,250.00 10 Pcs Tumbler Hot And Cold 1liter (vacuum Insulated) 1,200.00 12,000.00 2 Units Cooler Ice Box 15l 1,600.00 3,200.00 9 Pcs Potholder 35.00 315.00 5 Pcs Trash Bin Foot Pedal Pressed 20liters 400.00 2,000.00 1 Set Casserole With Cover Stainless Steel Soup Pot (induction Ready) 4,500.00 4,500.00 1 Pcs Wall Clock 12inch 450.00 450.00 5 Packs Garbage Bag Xl (100pcs) 400.00 2,000.00 15 Pcs J Handle Golf Umbrella 30 Inches With Rafc Logo 4inches Diameter 450.00 6,750.00 15 Pcs Bucket Hat With Rafc Logo And Name Print Of Rafc 400.00 6,000.00 Total Lot 3: P100,000.00 Grand Total P202,000.00 The Agency Intends To Apply The Amount Of Two Hundred Two Thousand Pesos (php. 202,000.00) To Be Use For Rafc Office As The Approved Budget For The Contract. As Per Approved Purchase Request And Considering The Nature Of Requisition Being Not More Than One Million Pesos (php1,000,000.00) And In Order To Fast-track The Implementation Of The Program, This Procurement Is Facilitated Thru Negotiated Procurement-small Value Procurement Under Section 53.9 Of Ra 9184 And Its Revised Irr. As Such, 3gx Compuper & It Solutions Tech., Naga City; Boning’s Trading-naga City And Rockwood Comsumer Goods Trading-pili, C.s. And Any Other Interested Bidders Are Hereby Requested To Submit The Following Document: 1. Mayors Permit 2. Sec/dti/cda Reg. 3. Philgeps Registration 4. Omnibus Sworn Statement 5. Bir Registration 6. Attached Picture The Bidders Are Required To Pay The Non-refundable Amount Of Five Hundred Pesos (php500.00) For Bid Documents To The Cashier’s Office, Da Rfo-5, Pili, Camarines Sur. All Submitted Documents Must Be In Duplicate (original And Copy 1), All Copies Must Be Marked With Ear Tabs Or Side-end To Identify The Page Components And Shall Be Properly Addressed To The Bac Chairperson, Otherwise, Bids Will Be Automatically Rejected On The Ground Of Non-compliance With The Prescribed Bid Requirements. Sealed Bid Must Be Received By Bac Secretariat, Da Rfo 5 Through Manual Submission Not Later Than 9:00am In The Morning Of May 23, 2025 At The Bac Office, Da Rfo 5, San Agustin, Pili Camarines Sur. Late Bids Shall Not Be Accepted. The Opening Of Proposal Shall Be At 10:00am Onwards At 3rd Floor Operation Building, Da Rfo-5, San Agustin, Pili, Camarines Sur. Let This Invitation Be Posted Pursuant To Ra 9184 And Its Irr. For More Information, Please See Or Contact Bac Secretariat Office, Via Email Bacrfo5@gmail.com. May 16, 2025 San Agustin, Pili, Camarines Sur. Lorenzo L. Alvina Oic, Rtd For Research And Regulations Chairperson, Bids And Awards Committee
Closing Date23 May 2025
Tender AmountPHP 202 K (USD 3.6 K)
SUMPOTAN ELEMENTARY SCHOOL Tender
Furnitures and Fixtures
Philippines
Details: Description Item No. Item Description Qty. Unit Cost Total Cost 1 Piece Ball, Small 2 157.89 315.78 2 Piece Ball, Big 1 315.79 315.79 3 Piece Doll 1 684.21 684.21 4 Piece Toy Car 1 526.32 526.32 5 Pair Plasticshoe With String 1 526.32 526.32 6 Piece Small Shirt With Button 1 157.89 157.89 7 Set Puzzle 1 578.95 578.95 8 Set Different Shapes Same Color & Size 1 684.21 684.21 9 Piece Same Shapes Different Size & Color 1 684.21 684.21 10 Piece Big Box 1 789.47 789.47 11 Unit Printer, Single Function 2 10,526.32 21,052.64 12 Unit Portable Bluetooth Speaker 1 15,789.47 15,789.47 13 Unit Microphone 1 4,000.00 4,000.00 14 Ream Bondpaper Legal Gsm 70 22 326.32 7,179.04 15 Piece Manila Paper 6 10.53 63.18 16 Bottle Epson T664 B/c/y/m/003 25 421.05 10,526.25 17 Piece Folder Long, White 98 21.05 2,062.90 20 Bottle Epson T003 B/c/y/m 13 442.11 5,747.43 21 Piece Sign Pen (asstd. Color) 10 46.32 463.20 22 Piece Whiteboard 14 157.89 2,210.46 23 Piece Whiteboard Marker 14 52.63 736.82 24 Piece White Board Eraser 14 47.37 663.18 25 Box Modelling Clay 6 52.63 315.78 26 Box Oil Pastel 6 105.26 631.56 27 Set Water Color 6 157.89 947.34 28 Piece Illustration Board 1/4 6 189.47 1,136.82 29 Set Tower Of Hanoi 5 278.95 1,394.75 30 Set Dama Board 2 557.89 1,115.78 31 Piece Volleyball Ball 2 1,168.42 2,336.84 32 Piece Volleyball Net 2 578.95 1,157.90 33 Set Chess Mat 2 894.74 1,789.48 34 Pair Badminton Racket 2 2,715.79 5,431.58 35 Piece Badminton Net 2 578.95 1,157.90 36 Tube Shuttle Cock Feather 2 1,168.42 2,336.84 37 Roll Twine Plastic 1 157.89 157.89 38 Meter Rope 2mm 20 31.58 631.60 39 Meter Cloth, White 6 68.42 410.52 40 Piece Tent, 4 Person 3 1,600.00 4,800.00 41 Meter Trapal, Thick 15 168.42 2,526.30 42 Piece Flashlight Chargeable, Small 10 315.79 3,157.90 43 Unit Water Tank 1500l 1 25,368.42 25,368.42 44 Piece Empty Container (mineral Water) 15 263.16 3,947.40 45 Piece Plastic Drum Container 180 Gal. 1 947.37 947.37 46 Bottle Liquid Hand Soap 500ml 10 229.47 2,294.70 47 Pack Napkin 11 31.58 347.38 48 Gal Alcohol 5 884.21 4,421.05 49 Pack Wipes 10 26.32 263.20 50 Pack Toilet Paper 10 178.95 1,789.50 51 Pack Cotton 10 26.32 263.20 52 Bottle Povidone 11 42.11 463.21 53 Bottle Medicinal Oil 10 78.95 789.50 54 Sachet Toothpaste 150 17.89 2,683.50 55 Sachet Body Soap 60g 50 24.21 1,210.50 56 Piece Broom Soft Tambo 8 257.89 2,063.12 57 Piece Dust Pan Wood Handle 8 157.89 1,263.12 58 Piece Door Mat 21 52.63 1,105.23 59 Gal Disinfectant Bleach 8 247.37 1,978.96 60 Bottle Disinfectant Toilet Bowl Cleaner 1l 8 315.79 2,526.32 61 Can Floor Wax 16 415.79 6,652.64 62 Kilo Soap Powder 1kg 9 115.79 1,042.11 63 Piece Mop Bucket Heavy Duty Hard Plastic 2 1,894.74 3,789.48 64 Piece Feather Duster 8 26.32 210.56 65 Piece Laundry Brush 8 78.95 631.60 66 Piece Toilet Brush 8 157.89 1,263.12 67 Piece Dipper 10 42.11 421.10 68 Piece Basin Small 14 52.63 736.82 69 Piece Pail 8 210.53 1,684.24 70 Unit Dry Seal Stamp 1 4,494.74 4,494.74 71 Ream Bondpaper A4 Gsm70 10 315.79 3,157.90 74 Unit Calculator, Compact 1 894.74 894.74 75 Piece Clearbook, Refillable 20sheets Long 18 78.95 1,421.10 76 Pack Clearbook, Refill Long 6 31.58 189.48 77 Piece Correction Tape 6 89.47 536.82 78 Piece Cutter/utility Knife For Gen. Purpose 1 178.95 178.95 79 Piece Stamp Pad Felt 2 115.79 231.58 80 Bottle Stamp Pad Ink 2 78.95 157.90 81 Piece Envelope Plastic Handle Pushlock Long (any Color) 3 163.16 489.48 82 Piece File Organizer, Expanding, Plastic, 12 Pockets 2 336.84 673.68 83 Piece Folder Legal (asstd. Color) 115 21.05 2,420.75 84 Piece Glue All Purpose 120ml 3 157.89 473.67 85 Piece Highlighter Pen (asstd. Color) 1 115.79 115.79 86 Unit Tape Dispenser 1 415.79 415.79 87 Box Paper Clip 50mm 3 84.21 252.63 88 Box Paper Clip 78mm 3 121.05 363.15 89 Box Paper Fastener 2 3/4" 5 147.37 736.85 90 Box Paper Fastener 8 1/2" Long 3 257.89 773.67 91 Piece Philippine National Flag 2 842.11 1,684.22 92 Roll Tape Cellophane 40mm 10 389.47 3,894.70 93 Piece Trash Can, Swing Lid 7 347.37 2,431.59 94 Pack Trash Bag Small 60x70cm 16 115.79 1,852.64 95 Pack Trash Bag Medium 70x80cm 20 131.58 2,631.60 96 Pack Trash Bag Large 80x90cm 5 142.11 710.55 97 Piece Sprinkler 8 131.58 1,052.64 98 Piece Garden Bolo 9 315.79 2,842.11 99 Piece Shovel Small 8 210.53 1,684.24 100 Kilo Tie Wire 5 157.89 789.45 101 Kilo Common Nails #2 3 105.26 315.78 102 Kilo Common Nails #3 3 157.89 473.67 104 Pack Seeds (any Varieties) 16 105.26 1,684.16 105 Kilo Mongo 3 105.26 315.78 106 Kilo Peanut 3 126.32 378.96 107 Roll Green House Net 1 1,626.32 1,626.32 108 Roll Nylon String 2.5mm 1 378.95 378.95 109 Unit Grasscutter 1 15,789.47 15,789.47 110 Unit Office Table 1 5,789.47 5,789.47 111 Unit Stand Fan 1 2,770.25 2,770.25 Total 235,867.35
Closing Date29 May 2025
Tender AmountPHP 235.8 K (USD 4.2 K)
City Government Iligan Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund 2025 Intends To Apply The Sum Of P 3,896,244.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Medical Supplies With Project No. Cb(b) - 25-039ms (gtlmh). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars : Procurement Of Medical Supplies Category 1. Unclassified 1. Vicryl 1 Ct (90 Cm, 40 Mm, 1/2 C, Round) Vcp359h, 36's 10 Box 27,050.40 270,504.00 Category 2. Unclassified 2. 4% Chlorhexidine Digluconate Antiseptic Solution, 4l 30 Gal 5,200.00 156,000.00 3. Cautery Pad 500 Pc 550.00 275,000.00 4. Cautery Pencil, Disposable, Color: White 900 Pc 170.00 153,000.00 5. Clean Gloves, Medical Grade, Large, 100 Pieces Per Box 600 Box 287.50 172,500.00 Clean Gloves, Medical Grade, Medium, 100 Pieces Per Box 600 Box 287.50 172,500.00 Clean Gloves, Medical Grade, Small, 100 Pieces Per Box 300 Box 287.50 86,250.00 Ecg Paper 63 Mm X 30 Mm 30 Roll 480.00 14,400.00 Ecg Electrode, Adult, 50's 80 Pack 407.00 32,560.00 Ecg Electrode, Pedia, 50's 50 Pack 407.00 20,350.00 Elastic Bandage 4" X 5 Yards 200 Roll 51.00 10,200.00 Elastic Bandage 6" X 5 Yards 200 Roll 68.00 13,600.00 Elastic Bandage, 3" X 5 Yards 400 Roll 47.00 18,800.00 Endotracheal (ett) Tube With Cuff, Size: 6 300 Pc 85.00 25,500.00 Isolation Gown Basic, Blue 200 Pc 300.00 60,000.00 Nasal Oxygen Cannula, Adult 400 Pc 35.00 14,000.00 Nasal Oxygen Cannula, Pedia 200 Pc 35.00 7,000.00 Nebulizing Kit Adult Set 400 Pc 185.00 74,000.00 Nebulizing Kit With Mask (pedia) 200 Pc 180.00 36,000.00 Nebulizing Kit With Mask-neonate 200 Pc 180.00 36,000.00 Oxygen Mask With Tube (pedia) 200 Pc 61.00 12,200.00 Oxygen Mask With Tube (neonate) 200 Pc 61.00 12,200.00 Oxygen Mask With Tube (adult) 400 Pc 61.00 24,400.00 Plaster Of Paris, 2x3 200 Pack 200.00 40,000.00 Plaster Of Paris, 4x5 200 Pack 215.00 43,000.00 Plaster Of Paris, 6x5 200 Pack 265.00 53,000.00 Sms Wrap, 100 X 100cm, 250's, Sms Blue 60 Gsm 10 Box 27,000.00 270,000.00 Non-woven Wrapping Paper, Proven Microbial Barrier With Pore Structure, Strong And Durable, Fluid Repellant, Good Puncture And Tearing Structure Sms Wrap, 60 X 60cm, 250's, Sms Blue 60 Gsm 12 Box 10,000.00 120,000.00 Non-woven Wrapping Paper, Proven Microbial Barrier With Pore Structure, Strong And Durable, Fluid Repellant, Good And Tearing Structure Suction Connecting Tube With Yankauer Handle 1800 Pc 175.00 315,000.0 0 Surgical Gloves 6.5 (medical Grade), 50 Pairs 300 Box 1,170.00 351,000.00 Surgical Gloves 7.0 (medical Grade), 50 Pairs. 300 Box 1,170.00 351,000.00 Surgical Gloves 7.5 (medical Grade), 50 Pairs. 300 Box 1,170.00 351,000.00 Surgical Mask (medical Grade), 3 Ply Loop Face Mask: 500 Box 230.00 115,000.00 Melt Blown Cloth & Non-woven Material: High-density Filter Layer 0.88 Oz; Quad Fold Design, 50’s12 Box Thoraic Catheter Fr. 34 30 Pc 660.00 19,800.00 Vicryl 1 Ct Round, 12’s (90 Cm, 40cm, ½ Cm) W9431 20 Box 8,524.00 170,480.00 Approved Budget For The Contract (abc) : P 3,896,244.00 Required Bid Security : 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ten (10) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement May 6, 2025 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 2. Issuance Of Bid Documents May 13 – June 3, 2025 - 8:00 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 3. Pre-bid Conference May 20, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 4. Submission Of Bids June 3, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids June 3, 2025, – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: Signed)darwin J. Manubag, Ph.d Bac Chairman Date Of Advertisement/posting: May 13, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-039ms(goods)
Closing Date3 Jun 2025
Tender AmountPHP 3.8 Million (USD 70 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00137 : Oo1: Ensure Safe And Reliable National Road System: Bridge Program - Rehabilitation/major Repair Of Permanent Bridges - Consuelo Br. (b01216lz) Along Maharlika Highway 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱4,342,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00137: Oo1: Ensure Safe And Reliable National Road System: Bridge Program - Rehabilitation/major Repair Of Permanent Bridges - Consuelo Br. (b01216lz) Along Maharlika Highway. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Bridge Program - Rehabilitation/major Repair Of Permanent Bridges - Consuelo Br. (b01216lz) Along Maharlika Highway Contract Id No. : 25b00137 Location : Santa Fe, Nueva Vizcaya Brief Project Description : Bridge Length = 30.00 M. 1. Repair Of Longitudinal Expansion Joint 2. Repair Of Existing Slope Protection With Section Loss 3. Mattresses For Rubble Concrete Foot Protection 4. Application Of Carbon Fiber Sheet Scope Of Works : Other General Requirements • Project Billboard/signboard (dpwh, Coa) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization Earthworks • Removal Of Actual Structures/obstruction Concrete • Excavation (unsuitable, Surplus Common) Road/bridge Construction • Forms And Falsework • Carbon Fiber Sheet 1 Layer • Patching Drainage And Slope Protection Structures • Rubble Concrete • Mattresses 0.3m X 2m X 6m Metallic Coated • Filter Cloth Miscellaneous Structures • Concrete Joint Sealant (hot-poured Elastic Type) Approved Budget For The Contract (abc) : ₱4,342,500.00 Contract Duration : 74 Calendar Days Inclusive Of 5 Unworkable/rainy Days, 13 Sundays And Holidays 2. The Major Category Of Work For The Project Is Brhcwop - Bridges: Rehabilitation - Concrete (superstructure) - Without Piles. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 27 - June 16, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (₱5,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On June 03, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before June 16, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On June 16, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Unit Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: May 27 - June 2, 2025 Conspicuous Place (procurement Bulletin Board): May 27 - June 2, 2025
Closing Date16 Jun 2025
Tender AmountPHP 4.3 Million (USD 77.8 K)
Northwest Samar State University Tender
Food Products
Philippines
Details: Description 1. Lot 1: 9th Management Review Committee Meeting (abc Total = 26,250.00) -75 Pax 1a. Menu For Am Snack Overflowing Coffee, Pancit, Puto, Water -75 Pax 1b. Menu For Lunch: Rice Creamy Beef And Mushroom, Buttered Chicken, Chop Suey, Fruit Salad, Softdrinks, And Water 2. Lot 2: Recertification 2025 (abc Total = 197,000.00) -63 Pax 2a. Food Supply For Lunch (catered) Day 1 Menu For Lunch: Rice, Creamy Beef, Buttered Chicken, Mixed Vegetable, Cassava Cake, And Softdrinks/water -325 Pax 2b. Food Supply For Packed Lunch Day 1 Menu For Lunch: Rice, Creamy Beef, Buttered Chicken, Mixed Vegetable, Cassava Cake, And Softdrinks/water -10 Pax 2c. Day 1 Menu For Am Snacks: Overflowing Coffee, Carbonara With Toasted Bread, Juice/water -10 Pax 2d. Day 1 Menu For Pm Snacks: Overflowing Coffee, Ham And Cheese Sandwich, Juice/water -63 Pax 2e. Day 2 Menu For Lunch (catered): Rice, Pork Lechon Kawali, Sweet And Sour Fish, Chop Suey, Fruit Salad, And Softdrinks/water -325 Pax 2f. Day 2 Menu For Packed Lunch: Rice, Pork Lechon Kawali, Sweet And Sour Fish, Chop Suey, Fruit Salad, And Softdrinks/water -10 Pax 2g. Day 2 Menu For Am Snacks: Overflowing Coffee, Pancit With Bread, Juice/water -10 Pax 2h.day 2 Menu For Pm Snacks: Overflowing Coffee, Egg Mayo Sandwich, Juice/water 3. Lot 3: Monitoring And Inspection Of Ched ( Abc Total = 150,000.00) -50 Pax 3a. 1st Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3b. 1st Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3c. 1st Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3d. 2nd Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3e. 2nd Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3f. 2nd Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3g. 3rd Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3h. 3rd Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3i. 3rd Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3j. 4th Quarter: Ched Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -50 Pax 3k. 4th Quarter: Ched Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -50 Pax 3l. 4th Quarter: Ched Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) 4. Lot 4: Monitoring And Inspection Of Prc (abc Total = 75,000.00) -25 Pax 4a. 1st Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks)" -25 Pax 4b. 1st Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4c. 1st Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4d. 2nd Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4e. 2nd Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4f. 2nd Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4g. 3rd Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4h. 3rd Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4i. 3rd Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4j. 4th Quarter: Prc Monitoring And Inspection Visits Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) -25 Pax 4k. 4th Quarter: Prc Monitoring And Inspection Visits Food Snacks (am And Pm): Pasta/ Burger/ Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -25 Pax 4l. 4th Quarter: Prc Monitoring And Inspection Visits Food Dinner: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) 5. Lot 5: Food For Accreditation Survey Visit (abc Total = 311,250.00) -120 Pax 5a. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 1) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -120 Pax 5b. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 2) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -120 Pax 5c. 2nd Quarter: Aaccup Monitoring And Inspection April 2025 (day 3) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5d. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 1) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5e. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 2) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5f. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 3) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5g. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 4) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5h. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 (day 5) Food Snacks (am And Pm): Pasta/ Burger / Sandwich/ Siopao, Fries And Drinks And Unlimited Coffee -245 Pax 5i. 3rd Quarter: Aaccup Monitoring And Inspection September 2025 Food Lunch: (meat, Rice, Vegetable, Fruit And Dessert, Drinks) Terms And Conditions For The Food Supplies For Monitoring And Inspection Related Activities: 1. The Caterer Shall Provide Food And Catering Services On The Scheduled Activity Based On The Information Of End-user, Provided That The Caterer Shall Be Informed At Least Three (3) Calendar Days Prior To The Activity. 2. Be Noted That The Number Of Participants Per Quarter Vary Depending Upon The Actual Visit Provided That The End-user Will Not Exceed The Proposed Number Of Participants Per Year. Additional Information Shall Be Given By The End-user Provided That It Is Given Within The Reasonable Period Of Time. 3. The Caterer Shall Provide, Free Of Charge, Adequate Table Cloth And Linens, And All Necessary Meal Materials. 4. The Caterer Shall Be Paid Every After The Activity Based On Actual Services Rendered And Upon Receipt Of The Statement Of Account Duly Accepted And Reviewed By The End-user. 5. All Bid Prices Shall Be Considered Fixed Prices, And Therefore Not Subject To Price Escalation During The Contract Implementation. 6. The Nwssu Reserves The Right To Cancel The Contract With The Caterer Prior To Its Completion, Should It See Fit Based On Verifiable Concerns Regarding The Quality Of Food Served And Services Rendered, And Other Consideration Deemed Contrary Thereto.
Closing Date6 Feb 2025
Tender AmountPHP 759.5 K (USD 12.9 K)
Eastern Samar State University - ESSU Tender
Healthcare and Medicine
Philippines
Details: Description Request For Quotation (rfq) Date: February 15, 2025 Rfq No.: 2025-ron021 Pr#: 2025-02-058 The Owner/proprietor _________________________ _________________________ Sir/ma’am: Please Quote Your Price For The Items Specified Below, Taking Into Consideration The Following & Fill-up The Above Portion “the Owner/proprietor& The Portion Below The Price Quotation: Name Of The Transaction: Procurement Of Medical Supplies And Instruments For Copc Use Terms And Conditions 1. The Total Approved Budget For The Contract (abc) Is Four Hundred Fifteen Thousand Four Hundred Seventy-six Pesos Only (₱415,476.00) 2. Price Quotation Should Be Inclusive Of The Required Tax Obligations; 3. Submission Of Bids Through Sealed Envelope Or Electronic Mail To Essubacoffice1@gmail.com When: On Or Before 9:00 Am Of February 18, 2025 Where: Quotation Drop Box, Bac Office, 2nd Floor Of Essu Admin Building 4. Opening Of Submitted Rfqs: When: Exactly 10:00 Am Of February 18, 2025 Where: Procurement Office, 2nd Floor Of Essu Admin Building 5. Evaluation Of Bids Shall Be Conducted On A “per Item” Basis; Delivered To Essu Main Campus 6. Delivery Period Is Fifteen Calendar Days (15 Cd) Upon Receipt Of Notice To Proceed (ntp). 7. If Awarded The Contract, Processing Of Payment Shall Be Made Within Five (5) Working Days Upon Receipt Of Billing Request. 8. Refusal To Accept An Award May Be Ground For Imposition Administrative Sanctions Under Rule Xxiii Of The 2016 Revised Irr Of Ra 9184; And 9. Failure Of The Supplier To Deliver Goods And Render Services Under The Contract Within The Specified Delivery Schedule Shall Made Him/her Liable For Damages For The Delay. 10. Subject To The Submission Of The Following Documents: Failure To Submit The Same May Result For A Disqualification Under The Applicable Law. A. Dti/sec Certificate Of Registration B. Income /business Tax Return (abc’s Above 500k) C. Mayor’s /business Permit D. Philgeps Class “a” Platinum Or Philgeps Registration Number E. Omnibus Sworn Statement Notarized (for Abc’s Above 50k) F. Professional License/curriculum Vitae (consulting Services Only) G. Pcab License (infra Project Only H. Request For Quotation (rfq) 11. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable Rolando L Cadalin Jr. Authorized Canvasser Dr. Jerald P. Torillo Bac Chairperson To The Bac Chairperson: I Have Read And Understood The Procurement Terms And Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To The Above Terms And Conditions. Item # Qty Unit Particular Abc Bid Price Unit Price Total Amount 1 1 Unit Delivery Table With Stirrups And With Provision For Semi-upright Position Size Of Bed Deck 1,850mm, Width 600mm, Height For Bed Deck 750mm-990mm 71,000.00 2 1 Unit Instrument Cabinet Stainless Glass Slide, 2 Doors, 2 Drawer, 3 Glass Shelves, 2 Compartment L-16" X W 31"x H 60” 23,000.00 3 1 Unit Clinical Infant Weighing Scale Weight Capacity 20kg Dimension 54.5×34.5x13.5cm 3,000.00 4 2 Unit Foot Stool Strong Tubular Frame Work. Sides Of The Top Are Covered With Aluminum Angles. Nonslip Rubber Tips On Stool Legs. Non-slip Corrugated Rubber Step Tread. Dimension: L: 60cm X W: 35cm X H: 40cm Tubular Diameter: 7.5cm 5,000.00 5 3 Pcs Blood Pressure Apparatus Aneroid Sphygmomanometer Standard Cotton Cuff Air Release Valve With Spring Standard End Valve Durable Standard Latex Valve 1,500.00 6 3 Pcs Digital Thermometer 150.00 7 2 Pcs Kelly Pad 1,600.00 8 3 Pcs Bath Towels 900.00 9 3 Pcs Bedpan 180.00 10 10 Pcs Hospital Flat Sheets (white) 2,800.00 11 10 Pcs Draw Sheet 55 X 75" 3,000.00 12 2 Unit Mayo Stand With Tray (4 Wheels) Stainless 13"x19" 5,998.00 13 5 Pcs Mayo Tray Cover Cloth 16×28"(cotton) 750.00 14 2 Pcs Kidney Basin Stainless 8" 580.00 15 2 Pcs Kidney Basin Stainless 10" 920.00 16 2 Pcs Kidney Basin Stainless 12" 1,100.00 17 2 Pcs Humidifier And Regulator With Oxygen Flowmeter 1,400.00 18 2 Set Ob Delivery Instrument Set With Sterilizing Tray (43 Pieces) List Of Contents (set Of 43 Pieces): 6 Pcs. Sponge Holding Forcep 9 1/2" Straight 6 Pcs. Backhaus Towel Clamp 5 1/4" 1 Pc. Operating Scissors S/b 5 1/2" Straight 1 Pc. Braun Episiotomy Scissors 8 1/2" Angled To Side 1 Pc. Umbilican Scissors 4" 2 Pcs. Thumb Forceps 5 1/2" Serrated 2 Pcs. Tissue Forceps (1x2t) 5 1/2" 6 Pcs. Allis Tissue Forceps(5x6t) 6" 6 Pcs. Crile Forceps 5 1/2" Straight 1 Pc. Bozeman Uterine Dressing Forceps 10 1/4"(double Curved) 2 Pcs. Schroeder Braun Uterine Tenaculum 10 1/4" Straight 1 Pc. Lowa Membrane Puncturing Forceps 10 1/4"(double Curved) 1 Pc. Simpson Obstetrical Forceps 4" 1 Pc. Mclean-tucker-luikart Obstetrical Forceps 15 1/2" 1 Pc. Kielland Obstetrical Forceps 17 1/2" 1 Pc. Piper Obstetrical Forceps 17 1/2" 1 Pc. Bill Traction Handle (for Use With Any Obstetrical Forceps) 1 Pc. Martin Pelvimeter (graduated In Cm And Inches) 1 Pc. Mayo-hegar Needle Holder 6" 1 Pc. Mayo- Hegar Needle Holder 7" 1 Pc. Sterilizing Tray (perforated) 109,598.00 19 2 Set Ambu Bag Manual Resuscitator Combination (2 Mask) Pedia/infant Contents: Infant & Pedia Ambu Bag Pedia 1 Pc. Ambu Bag Mask Pedia 1 Pc. Ambu Bag Mask Infant 1 Pc. Tubing 1 Pc. Guedel Airway 1 Pc. Reservoir Bag 5,200.00 20 2 Set Ambu Bag Manual Resuscitator Combination (2 Mask) Adult & Pedia Contents: Adult & Pedia Ambu Bag Adult 1 Pc. Ambu Bag Mask Pedia 1 Pc. Ambu Bag Mask Adult 1 Pc. Tubing 1 Pc. Guedel Airway 1 Pc. Reservoir Bag 5,000.00 21 2 Pcs Pail H:20cm X W:24cm, Diameter: 27cm, Thickness:3mm 2,000.00 22 5 Pcs Operating Gown/ Or Gown(green) 4,500.00 23 2 Unit Revolving Stool With Whees Weight 10kg. 2,400.00 24 1 Unit Er/ Emergency Stretcher, 5" Mounted Wheel Caster; Size H:32"xl:74"xw:24" 21,000.00 25 1 Unit Suction Machine; Power Supply 220v± 60hz ±max, Power Voltage Ac220 Neg. Pressure ≥20.075mpa, Suction Bottle 1000ml, Input Power: 150va 3,000.00 26 4 Unit Hospital Bed (with 2 Cranks) With Foam Size: 78" X 35"x21" ,5" Casters 52,000.00 27 2 Unit Baby Bassinet Stand With Crib And Foam H: 35.5cm X 71.1cm X20.3 Cm 14,000.00 28 1 Unit Vaccine Refrigerator 145 Litre 520mmw X 430mmdx 620mmh 48,500.00 29 6 Unit Emergency Light Dual Optic 6v 4.5 Ah Lead Acid Battery 6w, 220v-60hz,91.5×337 137mm 7,800.00 30 6 Set Scrub Suit S,l,xl Color Peach And White Chino Collar Cargo Jogger 8 Pocket Unisex Quality Scrubs 6,600.00 31 4 Unit Hooded Trash Bin (color: Green, Black, Yellow, Red) L:39.5cm, W: 39.5, H: 100cm, Capacity: 85l 6,000.00 32 2 Unit Kick Bucket Stand Stainless 4 Wheel Around Footer 5,000.00 Please Fill-out This Portion Legibly And Completely: Name Of Business Or Firm: _________________________________________________________________ Authorized Representative: _______________________________________ Date: ___________________________ Signature Over Printed Name Position In Firm: ________________________________________________ Contact Number: _________________ Business Address: _________________________________________________________________________________
Closing Date18 Feb 2025
Tender AmountPHP 415.4 K (USD 7.1 K)
9461-9470 of 9724 archived Tenders