Covid 19 Tenders
Bureau Of Fisheries And Aquatic Resources Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Request For Expressions Of Interest (consulting Services – Firms Selection) Philippines Philippine Fisheries And Coastal Resiliency Project Loan No.: Loan No.9480- Ph Consulting Services For Technical Assistance (ta) For Technical Assistance For The Implementation Of Aqua-industrial Business Corridors (abcs) In Fma 6 And 9 Reference No.: Ph-bfar-co-da-482418-cs-cqs The Republic Of The Philippines Has Received Funding From The World Bank For The Phil-ippine Fisheries And Coastal Resiliency (fishcore) Project To Accelerate The Sustainable Sectoral Transition Of Its Fisheries Sector, Aiming To Boost Food Security, Alleviate Poverty, And Improve Resilience To Climate Change And Other Disruptions, Including Those Caused By Covid-19. It Intends To Apply Part Of The Proceeds For Consulting Services. The Marlin Component Through Sub-component 2.2 Aims To Boost Aquaculture And Fisheries Enterprise Development By Increasing The Value Of Fisheries Production Through Climate-resilient Investments. This Initiative Seeks To Reduce Post-harvest Losses, Expand Aquaculture, And Enhance Production Value. It Will Support Fishers With Invest-ments In The Fisheries And Aquaculture Value Chain, Focusing On Improved Fish Produc-tion And Upgraded Handling And Processing Technologies. The Initiative Also Offers Tech-nical Assistance In Technology Extension, Marketing, And Business Advisory Services To Encourage Further Private-sector And Local Government Investment In Aqua-industrial Business Corridors (abcs). Hence, The Assistance Of A Consulting Firm Is Needed To Plan And Implement Support For Aqua-industrial Business Corridors (abcs), Develop Business Plans For Fishers' Groups To Invest In Abcs Alongside The Private Sector And Ngos, And Create Mechanisms For Public-private Partnerships (ppps) And Community Partnerships Within The Abcs. The Bureau Of Fisheries And Aquatic Resources (bfar) - Fisheries Coastal Resiliency (fishcore) Project, Now Invites Eligible Consulting Firms (“consultants”) To Indicate Their Interest In Providing The Services. Interested Consultants Should Provide Information Demonstrating That They Have The Required Qualifications And Relevant Experience To Perform The Services. The Shortlisting Criteria Are Summarized Below: 1. With At Least 10 Years Of Proven Experience In Undertaking Agri-aqua-industrial Business Corridor Development, Private Sector Business Planning And Market Development, Public-private-community Partnership Program, Or Similar As-signments In The Agri-fishery Sector; 2. Must Have Prior Satisfactory Consultancy Engagement With Local And Foreign As-sisted Agri-fishery Projects With The Ability To Provide Training And Capacity De-velopment Services To Fisherfolk Organizations, As Determined By The Consult-ants’ Key Expert Cvs And Description Of Past Firm Contracts; And 3. Must Have Demonstrated Track Record And Experience In Designing Abc Frame-work And Implementation Plan By Applying Cost- And Time-effective Data Collec-tion And Analysis Techniques, As Determined By The Consultants’ Key Expert Cvs And Description Of Past Firm Contracts, Or Similar Experience Such As Designing Or Implementing Agricultural Growth Corridor, Agri-economic Zone, Food And Agricul-ture Hubs. Submissions Should Include A List Of Relevant Contracts Completed By The Consultants Over The Last Five Years, Along With Supporting Documents. Attachment 1 Includes The Comprehensive Terms Of Reference (tor) For The Services. The Procurement Of Contracts Funded By The World Bank Shall Adhere To The Procedures Outlined In The World Bank’s Procurement Regulations For Ipf Borrowers (procurement Regulations) And Is Open To All Eligible Firms As Defined In The Procurement Regulations. The Attention Of Interested Consultants Is Directed Towards Section Iii, Paragraphs 3.14, 3.16, And 3.17 Of The Procurement Regulations, Which Delineate The World Bank’s Policy Regarding Conflicts Of Interest. Consultants May Collaborate With Other Firms To Augment Their Qualifications; However, It Is Imperative That They Explicitly Clarify Whether The Association Constitutes A Joint Ven-ture Or A Sub-consultancy. In The Event Of A Joint Venture, All Partners, Should They Be Selected, Shall Bear Joint And Several Liability For The Entirety Of The Contract. A Consultant Shall Be Selected Using The Consultant's Qualification-based Selection (cqs) Method Outlined In The Procurement Regulations. Further Information Can Be Obtained At The Address Below During Office Hours [9:00 Am To 4:30 Hours, Mondays To Fridays Except Public Holidays]. Expressions Of Interest Must Be Delivered In A Written Form To The Address Below In Per-son, Or By Mail, Or By E-mail No Later Than 30 June 2025 At 5:00pm. Bfar Special Bids And Awards Committee 2nd Floor, Fishcore Sbac Office, National Food Authority Building, Visayas Avenue, Brgy. Vasra, Quezon City Tel. Nos. 02-8740-9880 Official Email Address: Bac.fishcore@bfar.da.gov.ph Original Signed Roy C. Ortega Chairperson, Special Bids And Awards Committee Bfar-fishcore Project
Closing Soon30 Jun 2025
Tender AmountRefer Documents
UK Health Security Agency Tender
Others
United Kingdom
Description: Storage & Distribution Services For Nip, Ppp, Eprr & Covid-19 Programmes
Closing Date27 May 2026
Tender AmountGBP 545.7 Million (USD 749.3 Million)
UK Health Security Agency Tender
Others
United Kingdom
Description: Storage & Distribution Services For Nip, Ppp, Eprr & Covid-19 Programmes
Closing Date27 May 2026
Tender AmountGBP 545.7 Million (USD 749.3 Million)
UK Health Security Agency Tender
Others
United Kingdom
Description: Storage & Distribution Services For Nip, Ppp, Eprr & Covid-19 Programmes
Closing Date27 May 2026
Tender AmountGBP 545.7 Million (USD 749.3 Million)
P Csi Tudom Nyegyetem Tender
Healthcare and Medicine
Hungary
Details: Title: Pte Vegyszerek Beszerzés Tkp2021-ega-13 Projekt
description: A Pécsi Tudományegyetem Mint Ajánlatkérő, Reagenseket Kíván Beszerezni Az Nkfi Alapból Megvalósuló Hecrin Konzorcium Covid-19 Betegséggel, Poszt-covid Szindrómával Kapcsolatos Humán Klinikai És Preklinikai Kutatásai Projekt Keretében, 2 Ajánlati Részben, 30 Napos Szállítási -teljesítési (szállítási) Határidővel. A Közbeszerzési Dokumentációban Meghatározottak Szerint.
Closing Soon30 Jun 2025
Tender AmountRefer Documents
3 Tender
Others
Greece
Description: Greece – Steriliser – Ανοικτός Ηλεκτρονικός Διαγωνισμός Άνω Των Ορίων Για Την Ανάθεση Του Υποέργου 14 «προμηθεια Ιατροτεχνολογικου Εξοπλισμου Γ.ν. Καστοριας Για Την Αντιμετωπιση Της Επιδημιας Covid 19» Στο Πλαίσιο Της Πράξης «προμηθεια Εξοπλισμου Γ.ν. Καστοριας Για Την Αντιμετωπιση Της Επιδημιας Covid 19», Μέσω Του Προγράμματος «δυτική Μακεδονία 2021-2027», Με Κωδικό Οπς 6007487
Closing Soon1 Jul 2025
Tender AmountEUR 758.1 K (USD 886.3 K)
Caraga Regional Hospital Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-05-20 (30) Supply And Delivery Of Adult Bronchoscopy For Rcu Use Approved Budget For The Contract: Php 25,000,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Twenty-five Million Pesos Only ( ₱ 25,000,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Adult Bronchoscopy For Rcu Use. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding To Wit: Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Adult Bronchoscopy 1 Unit ₱ 25,000,000.00 ₱ 25,000,000.00 Grand Total ₱ 25,000,000.00 Terms Of Reference Description Adult Bronchoscopy Is A Minimally Invasive Procedure Used To Diagnose And Treat Conditions Affecting The Airways, Lungs, And Surrounding Structures. It Involves The Use Of A Bronchoscope—a Thin, Flexible Or Rigid Tube Equipped With A Light Source And Camera—inserted Through The Nose Or Mouth Into The Trachea And Bronchial Tubes. Purpose Of Use Clinical Department/ward Respiratory Care Unit Technical Specifications Technical Characteristics Lcd Panel: • Screen Size: 24 – 26 Inches • Aspect Ratio: At Least 16.9 • Viewing Angle: 178˚ (horizontal & Vertical) • Dimension: 630 - 637 (w) X 390 - 396 (h) X 78 - 80 (d)mm 78kg • Lcd Monitor: Ac In:100-240v, 50/60 Hz, 0.9600.47 A • Hd15: D-sub15-pin With Active-through Output • Dvi (1): Dv-1 Connector • Dvi (2): With Active Through Output • Clone Out (3g/hd-sdi) Bnc Connector Video System Center Power Supply: • Voltage:100-240 V Ac 220-240 V, Within ±10% • Frequency: 50/60 Hz Ac Within ±1 Hz • Consumption Electric Power: At Least 150 Va • Dimensions (w X H X D): At Least 365-375 X 89 – 90 X 445 - 460 Mm; 380-383 X 90-92 X 480-490 (maximum) • Weight: At Least 9 – 11 Kg. Observation Analog Hdtv Signal Output: • Either Rgb (1080/60i: Ntsc)/(1080/50i: Pal) Or • Ypbpr (1080/60i:ntsc)/(1080/50i: Pal) Output Can Be Selected. Analog Sdtv Signal Output: • Vbs Composite (480/60i: Ntsc)/(576/50i: Pal) • Y/c (480/60i: Ntsc)/(576/50i: Pal), • Rgb (480/60i: Ntsc)/(576/50i: Pal); Simultaneous Outputs Possible Digital Signal Output: • Hd-sdi (smtpe 292m) • Sd-sdi (smpte 259m) • Dv (ieee 1394) • Dvi (wuxga, 1080p Or Sxga) Can Be Selected. • White Balance Adjustment: • White Balance Adjustment Is Possible Using The White Balance Button On The Front Panel. Automatic Gain Control (agc): • The Image Can Be Electronically Amplified When The Light Is Inadequate Due To The Distal End Of The Endoscope Being Too Far From The Object. Contrast: • N (normal): Normal Image • H (high): The Dark Areas Are Darker And The Bright Areas Are Brighter Than In The Normal Image. • L (low): The Dark Areas Are Brighter And Bright Areas Are Darker Than In The Normal Image Switching The Enhancement Modes: • The Enhancement Level Can Be Selected From 4 Levels (off, 1, 2, And 3) Using The Image Enhancement Mode Button On The Front Panel. • Image Size Selection: The Size Of The Endoscopic Image Can Be Changed Using The “image Size” Key On The Keyboard. Freeze: • An Endoscopic Image Is Frozen Using A "freeze" Key On The Endoscope Or On The System Keyboard. • Switching The Method Of Freezing The Endoscopic Image: Pre-freezing: • The Image With The Least Blur Is Selected And Displayed From The Images Captured In The Set Time Period Before The Freeze Operation. Fog-free Function: • When A Compatible Endoscope Is Connected To The Video System Center, The Fog-free Function Can Be Used. Endoscope’s Remote Switch’s Function: • The Functions Of The Remote Switches On The Endoscope Can Be Set In The User Settings. Documentation Patient Data: The Following Data Can Be Displayed On The Monitor Using The Keyboard: • Patient Id • Patient Name • Sex • Age • Date Of Birth • Date Of Recording (time, Stopwatch) Comments Displaying The Record State: The Recording State Of The Following Ancillary Equipment Can Be Displayed On The Monitor: • Portable Memory And Internal Buffer • Dvr • Video Printer • Image Filing System Displaying The Image Information: The Following Data Can Be Displayed On The Monitor: • Structure Enhancement Level • Edge-enhancement Level • Zoom Ratio • Color Mode Focus 1 Advance Registration Of Patient Data: Data For Up To 50 Patients Can Be Registered, Such As • Patient Id • Patient Name • Sex And Age • Date Of Birth Portable Memory • Media: Maj-1925 Recording Format: • Tiff: No Compression • Jpeg (1/5): Approx. 1/5 Compression • Jpeg (1/10): Approx. 1/10 Compression Number Of Recorded Images: • Tiff: Approx. 227 Images • Jpeg (1/5): Approx. 1024 Images • Jpeg (1/10): Approx. 2048 Images Memory Backup • User Settings: Up To 20 User Settings Can Be Registered. Memorization Of Selected Setting: The Following Settings Are Held In Memory Even After The Video System Center Is Turned Off: • Color Tone Iris Mode Lithium Battery Life: 5 Years Light Source Power Supply: • Voltage: 100–240 V Ac; Within ±10% • Frequency: 50/60 Hz; Within ±3 Hz • Consumption Electric Power: 600 Va Size Dimensions (w X H X D): • At Least (standard) 365-371 X 145-155 X 470-477 Mm • At Least (maximum) 385-395 X 160-165 X 550-560mm Weight: 18 - 20 Kg Illumination: • Examination Lamp: Xenon Short-arc Lamp (ozone-free) • 300 W Average Lamp Life: Approximately 500 Hours Of Continuous Use (with Intermittent Use, The Lamp Life May Vary Slightly.) • Ignition Method: Switching Regulator • Brightness Adjustment: Light-path Diaphragm Control • Cooling: Forced-air Cooling • Intensity Mode: Normal Or High Intensity • Nbi (narrow Band Imaging) Observation: Available • Color Conversion: Possible Using Special-purpose Filter. • Emergency Lamp: Halogen Lamp (within Mirror) 12 V -35 W Average Emergency Lamp Life: Approximately 500 Hours Automatic Brightness Adjustment: • Automatic Brightness Adjustment Method: Servo-diaphragm Method • Automatic Exposure: 17 Steps • Air Feeding Pump: Diaphragm Type Pump • Pressure Switching: 4-level Available (off, Low, Medium, High) • Water Feeding Method: Feeds Water By Pressurizing The Detachable Water Container With Air. • Indicators On Front Panel Emergency Lamp: • Indicates Absence Of Emergency Lamp, Disconnection And Use Of Emergency Lamp. • Nbi: When The Nbi Observation Is Enabled, The Nbi Indicator Lights Up. Setting Memory: • Settings (except Filter Setting) Are Stored Even When The Light Source Is Off. • Classification (medical Electrical Equipment) • Type Of Protection Against Electric Shock: Class I • Degree Of Protection Against Electric Shock Of Applied Part: Depend On Applied Part. • See Also Applied Part (camera Head Or Videoscope). Adult Bronchoscope: • Field Of View: 120˚ • Direction Of View: Forward Viewing • Depth Of Field: 3 -100 Mm • Image Quality: Hdtv • Distal End Outer Diameter: 5.5mm • Insertion Tube Outer Diameter: 5.1 Mm • Working Length: 600 Mm • Insertion Tube Rotation Function: Yes • Channel Inner Diameter: 2.0 Mm • Minimum Visible Distance: 3.0 Mm From The Distal End • Angulation Range: Up 210˚ Down 130˚ • Video System Center Or Processor Must Be Compatible With Gastroscope And Colonoscope • Video System Center Or Processor Must Be Compatible Or Ready For Upgrade Into Radial And Linear Endobronchial Ultrasound And Trans Bronchial Biopsy Physical Characteristics Configuration: 1) Compatible Hanged Arm For Holding The Circuit; 2) Should Have Caster With Braking System Operating Characteristics (ups) Input Capacity: 1000va Input Voltage: 220/230/240v 1 Phase 50hz/60hz Output Socket: 4pcs With Back Up+ 4pcs Surge Only Transfer Time: Typical 2-6ms Waveform (batt. Mode) Simulated Sine Wave Battery Type: Sealed, Maintenance-free Lead Acid Typical Recharge Time: 6-8 Hours Protection: Automatic Self-test & Discharge Protection, Replace Battery Indicator Backup Time: 6-30minutes (depending On Computer Load) Accessories, Spare Parts Accessories • One (1) Unit Endoscopy Trolley • One (1) Unit Cardiac Monitor • One (1) Set Pc Computer Image And Video Recorder With Printer • One (1) Pc Water Leakage Tester • One (1) Box Biopsy Forceps • One (1) Box Cytology Brush • One (1) Box Electrosogical Snare • One (1) Pc Grasping Forceps Environmental Factors Context-dependent Requirements Temperature Operating: 0 To 40 °c (without Ag And Co2 Module) 10 To 40 °c (with Ag And Co2 Module) Storage: -20 To 60 °c Humidity Operating: 15 To 95 % (noncondensing) Storage: 10 To 95 % (noncondensing) Barometric Operating: 427.5 To 805.5 Mmhg (57.0 To 107.4 Kpa Without Ag And Co2 Module) Storage: 120 To 805.5 Mmhg (16.0 To 107.4 Kpa Without Ag And Co2 Module) Terms Of Reference • Experience Requirements: It Is Essential That The Selected Supplier Must Have One (1) Completed Contract Similar To Our Project. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Approve Budget Of The Contract, Statement Of Single Largest Completed Contract Must Be Within 2 Years From The Submission Of Bids. With A Preference Installation At The Tertiary Hospital A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Of Which Should Be Equivalent To At Least Fifty Percent (50%). • Performance Certification: It Is Essential That The Machines Offered Must Be Existing In The Philippines For At Least 10 Years And Selected Supplier Possesses An Updated Certification Of Satisfactory Performance For The Mechanical Ventilator Machine. This Certification Ensures That The Equipment Meets The Required Standards For The Patient Safety And Efficacy. • Validity Of Contract / Contract Termination: Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. • Similar Nature Under Various Medical Equipment • General Conditions: All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Iir, And Relevant Procurement Policies Shall Be Applicable. Training, Installation And Utilization Pre-installation Requirements Supplier To Provide Product Demonstration And Perform Safety And Operation Checks Prior To Hand-over. Requirements For Commissioning Clinical Staff To Affirm Completion Of Installation Training Of User/s Training Of Users And Biomed Staff In Operation And Basic Maintenance Shall Be Provided. User Care To Demonstrate The Proper Cleaning And Disinfection With Provision Of Printed Cards Or Tags Beside The Unit. Warranty And Maintenance Warranty ● 5 Years For Parts And Labor. ● 5 Years For Preventive Maintenance And Calibration. ● Machine Calibration Must Be Performed Annual And Provides Certification And Traceability. ● After Sales Must Provide A Certificate Of Exclusivity. Documentation Documentation Requirements ● User, Technical And Maintenance Manuals To Be Supplied In English Language. (hard And Soft Copy) ● Provide Certificate Of Calibration Upon Delivery/installation. ● List To Be Provided Of Equipment And Procedures Required For Local Calibration And Routine Maintenance ● List To Be Provided Of Important Spares And Accessories, With Their Part Numbers And Cost. Certificate Of Calibration And Inspection To Be Provided. Safety And Standards Risk Classification Environmental L Friendly With Proper Waste Management International Standards Iso 13485:2003 Medical Devices -- Quality Management Systems -- Requirements For Regulatory Purposes (australia, Canada And Eu) Iso 14971:2007 Medical Devices -- Application Of Risk Management To Medical Devices Iec 60601-1:2012 Medical Electrical Equipment - Part 1: General Requirements For Basic Safety And Essential Performance Iec 60601-1-1:2000 Medical Electrical Equipment - Part 1-1: General Requirements For Safety - Collateral Standard: Safety Requirements For Medical Electrical Systems Iec 60601-1-2:2007 Medical Electrical Equipment - Part 1-2: General Requirements For Basic Safety And Essential Regional / Local Standards Pass Fda Regulatory Requirement (certificate Of Product Registration) Other Requirements Supplier Must Have Technical Support In Mindanao Area With Support Facilities And Trained Personnel. Delivery Period 90 Calendar Days Upon Receipt Of The Notice To Proceed Terms Of Payment Upon Full Delivery, Installed, Tested And Commissioned. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Service Center Must Have Service Center Within Caraga Region, Cebu City, Cdo Or Davao City. Post Qualification Must Be Willing To Send Demo Unit To Caraga Regional Hospital And/or Site Visit To Nearest Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed.) Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (50%) Of The Abc To Be Bid. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 12009, Otherwise Known As The “new Government Procurement 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. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 26, 2025 To May 06, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference May 06, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/81097623823?pwd=lx2sup1ub55c0e1b9olpvqxjhyaes9.1 Meeting Id: 810 9762 3823 Passcode: 901027 Deadline Of Submission Of Bids May 20, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids May 20, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83181454287?pwd=auwh1zan6j7qdgkynoixxt8c2qcx9o.1 Meeting Id: 831 8145 4287 Passcode: 301150 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/115mlajoqm9up99mfwsy9jouu1qzelvxa?usp=drive_link Bidding Documents Php 25,000.00 It 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. The Following Philippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Other Documents Essential Documents Required By This Procuring Entity And Ra 12009 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before May 20, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On May 20, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 12009 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 12009 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link: Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairperson, Bids And Awards Committee
Closing Soon2 Jul 2025
Tender AmountPHP 25 Million (USD 441.7 K)
UK Health Security Agency Tender
Corrigendum : Closing Date Modified
United Kingdom
Description: Covid-19 Vaccine Procurement Dps
Closing Date24 Sep 2028
Tender AmountRefer Documents
UK Health Security Agency Tender
United Kingdom
Description: The Authority Is Establishing A Dynamic Purchasing System (dps) For Product(s) Indicated For Protection From Covid-19 For Future Immunisation Campaigns. The Duration Of The Dps Will Be For 4 Years (2024-2028). Ukhsa Anticipates A Requirement Over The Period 2024 To 2028 For The Supply Of Product(s) Indicated For Protection From Covid-19. The Annual Requirement For Covid-19 Vaccines Will Be Determined By Dhsc And Ukhsa Policy Following Advice From The Jcvi As To Which Cohorts Should Be Included In An Upcoming Immunisation Programme. Ukhsa Is Seeking To Establish A Dynamic Purchasing System ("dps") To Provide A Flexible Route To Market As A Means Of Meeting The Requirements For Covid-19 Vaccines. The Potential Total Value Of The Procurements (in Aggregate) That May Be Placed With One (1) Or More Potential Providers In Aggregate Within The Dps Is [£1 Billion] (excluding Vat). No Commitment Is Made To Conducting Any Further Call For Competition Nor For Procuring Any Minimum Volume Or Value Of Goods By Ukhsa In Setting Up This Dps. The Dps Provides Potential Providers With A Means To Take Part In Future Tenders. The Authority Invites Applications From Suitably Qualified Suppliers To Join The Dps In Order To Participate In Future Tender Opportunities. Only Those Suppliers Whose Dps Application Has Been Approved And Who Have Been Accepted On To The Dps At The Time An Itt Is Issued Will Be Eligible To Submit A Tender. Full Information On The Qualifying Criteria And How To Apply Is Available From The Atamis Etendering System; Https://atamis-1928.my.site.com/s/welcome Potential Suppliers Are Encouraged To Submit Their Dps Application As Early As Possible In Advance Of An Anticipated Call Off Procurement, As Only Those Suppliers Who Have Been Accepted Onto The Dps At The Point At Which An Itt Is Issued Will Be Eligible To Submit A Tender. Applications To The Dps Must Be Made Via The Atamis System Https://atamis-1928.my.site.com/s/welcome. If You Do Not Already Have An Account You Can Easily Register For One Via The Same Link. You Will Then Be Able To Search For This Opportunity And Access The Application Documents. Please Note That All Correspondence Relating To This Opportunity Must Be Conducted Through The Atamis System.
Closing Date24 Sep 2028
Tender AmountEUR 1 Billion (USD 1.1 Billion)
81-90 of 152 active Tenders