Fiber Tenders
Fiber Tenders
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 1.4 Million (USD 24.8 K)
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – Goods Projects No. 25-01-07 Attention : All Service Provider Subject : Advertisement Date : January 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (community Participation). Cn. Item & Description Unit Qty Unit Cost Total Abc/cost "supply And Delivery Of Pasteurized Cows Milk For 4th And 5th Congressional District (200 Ml) For 4 Feeding Days 1 Goa 1 Bottle 8892 21 186,732.00 2 Goa 2 Bottle 7236 21 151,956.00 3 Sagnay Bottle 9344 21 196,224.00 4 San Jose Bottle 8268 21 173,628.00 5 Tigaon Bottle 12172 21 255,612.00 6 Bato Bottle 9384 21 197,064.00 7 Buhi South Bottle 4776 21 100,296.00 8 Nabua East Bottle 5196 21 109,116.00 9 Nabua West Bottle 3956 21 83,076.00 Plain And Flavored Serving Size "1000ml - Individually Packed Into 200ml Food Grade Plastic Bottle For The Number Of Feeding Days. " Flavor Flavored (plain, Choco, Pandan, Melon Quality Milk Should Be Received In Good Condition, Not Expired, No Signs Of Spoilage, Not Curdled, Not Slimy, And No Sour Smell. It Should Be Delivered With Ice And Boxed According To The Number Per School Beneficiaries. Unclean, With Leaks And Spoiled Milk Are Subject To Replacement By The Supplier. Packaging "the Packaging Must Clearly And Readably Indicate The Manufacturing Date And The Expiration Date. If Possible, There Must Be An Imprinted Sign Per Pack Which Indicates ""deped - Camsur Sbfp Not For Sale"" And With Sbfp Camsur Logo - Should Indicate The Batched And Lot Number - The Packaging Must Clearly And Readably Indicate The Manufacturing Date And Expiration Date." Expiration The Expiration Date Should Be A Week (7 Days) From The Date Of Delivery . Nutritional Content Particulars Minimum Amount Per Serving Energy 140-180 Kcal Protein 4-10 G Total Fat 3-7 G Total Carbohydrates 15-27 G Saturated 3-4 G Dietary Fiber 0 G Sugar 15-27 G Calcium 220-480 Mg *energy, Protein, Carbohydrates And Fats Must Be Expressed In Or Rounded Off To Whole Numbers, But Not In Any Way Lower Than The Minimum Amount As Stated Above. Technical Requirements To Participate In Sdo Camarines Sur, The Suppliers Must Be A Local Dairy Cooperative Certified And Assisted By National Dairy Authority If Jva, The Joint Agency Must Also Be An Nda Accredited And Assisted Company Or Cooperative." Delivery Schedule Twice Weekly Per Drop-off Point Or Based On Scheduled Delivery Matrix (ex. Monday And Wednesday) Or Depending To The Schedule Given By The End User For Every District, Ex. Two (2) 500ml On Monday, Two (2) 500 Ml On Wednesday Drop-off Point All Central Schools Of Every District Or As Selected Strategically By The Psds (only One Drop-off Point Is Allowed Per District). No Delivery On Fridays, National Holidays And Unexpected Weather Disturbance There Must Be At Least Four Bottles Extra For Every Drop-off Point For Sensory Testing. Payment Schedule Payment Shall Be After The Completion And Acceptance Of The Deliveries Sensory Evaluation And Acceptability Test "should Pass The Sensory Evaluation And Acceptability Tests Provide Samples For Sensory Evaluation And Acceptability Tests. During Post Qualification." Delivery Period Based On Scheduled Delivery Matrix (4 Days Excluding Saturday, Sundays & Holidays) Delivery Starts After Consumption Of 14 Days Or 7 Weeks Of 500ml Total 1,453,704.00 Approved Budget For The Contract: 1,453,704.00 Source Of Fund: Sub-aro No: Ro-5-24-0280 1. All Entries Must Be Legibly Written. 2. Delivery Shall Be Based On The Scheduled Delivery Matrix. 3. Price Validity Shall Be For A Period Of 120 Calendar Days. 4. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 5. Documents To Be Submitted Together With The Quotation, Without Which The Quotation Is Disqualified For This Project. 6. The Winning Supplier Shall Post-performance Security Upon Receipt Of The Notice Of Award. 7. A Three (3) Months Warranty For The Goods Will Be Applied. The Said Warranty Period Shall Reckon From The Date Of Issuance Of The Certificate Of Final Acceptance By The Deped That The Delivered Goods Have Been Duly Inspected And Accepted (i.e. Final Acceptance). Documents To Be Attached The To The Rfq: A. Legal Requirements: A. Certificate Of Registration From The Dti, Sec, Cda, Da, Department Of Labor And Employment, Ncip; Or In The Case Of Civil Society Organizations, Non-government Organizations Or Peoples’ Organizations That Are Compliant With The Requirements Of A Csg, Registration From Ngas446 Or Lgus,447 And Members Of The Unorganized Csg Showing That They Are Residents Of The Target Community, Or Nearby And Other Communities If Allowed By The Pe; And B. A Sworn Affidavit (appendix “1”) Executed By The Head Or Its Authorized Representative That Affirms That: B.1. None Of Its Incorporators, Officers Or Members Is An Agent Or Related By Consanguinity Or Affinity Up To The Third (3rd) Civil Degree To The Hope, A Member Of The Bac, The Technical Working Group (twg) Or The Secretariat, Or Other Official Authorized To Process And/or Approve The Proposal, Contract, And Release Of Funds; And B.2. None Of Its Incorporators, Officers Or Members Has A Related Business To The Community-based Project Being Procured At Hand; Or Disclosure Of The Members If They Have Related Business, If Any, To The Community-based Project Being Procured At Hand And The Extent Or Percentage Of Ownership Or Interest Therein. B. Technical Requirements A. Statement Of All Its Completed Contracts Similar To The Community-based Projects To Be Bid And/or List Indicating The Work Experiences Of Their Members That Reflect The Capacity To Deliver The Goods, Or Implement The Simple Infrastructure Projects, At An Equal Or Higher Established Standard. The End-user’s Acceptance Or Official Receipt(s) Or Sales Invoice Issued For The Completed Contracts Shall Be Attached To The Statement As Proof Thereof. C. Financial Requirements A.. Photocopy Or Scanned Copy Of The Bank Book With Complete Bank Account Information; Or A Proof That It Maintains Books Of Accounts Such As Cash Receipts Journal, Cash Disbursement Journal, General Journal, And General Ledger. For Organized Csg That Has Participated In Any Government Community-based Project For The Past Two (2) Years: B. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; And C. Updated Audited Financial Statement (afs), Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. The Afs Shall Be Stamped Received By The Bureau Of Internal Revenue (bir) Or Accredited And Authorized Institutions, Or Electronically Received Via The Afs E-submission Of The Bir With A Filing Reference Number. Sealing And Marking Of Rfq: Each Bidder Shall Submit One (1) Original And Two (2) Photocopies Of The First And Second Components Of Its Rqf. Deadline Of Submission & Opening Of Sealed Quotation: January 20, 2025, 9:00 A.m At The Procurement Office, Deped Sdo Camarines Sur, Freedom Sports Complex, San Jose, Pili, Camarines Sur Opening And Preliminary Examination Of Rfq: The Bidder's Representative Who Are Present Shall Sign A Register Evidencing Their Attendance. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. Receipt Of One Quotation Is Sufficient To Proceed With The Evaluation Of The Quotation. In Case There Is No Quotations Received Hours Before The Prescribed Deadline, The Bac May Extend The Deadline For The Submission Of Rfqs 3 Times. Evaluation A. The Bac Shall Open Submitted Quotations And Prepare An Abstract Of Quotations Setting Forth The Following: 1.names Of The Csgs That Responded To The Rfq; 2.corresponding Price Quotations; And 3.lowest Or Single Calculated Quotations (lcq Or Scq) B. The Evaluation Of The Submitted Quotations Shall Be Completed Within A Maximum Of 7 Calendar Days From The Prescribed Deadline. After The Evaluation Of The Rfq, The Bac Will Determine The Csg's With The Lcq Or Scq. Post-qualifications: A. The Post-qualification Process Shall Be Completed In Not More Than 10 Calendar Days (cds)from Receipt Of Notice To The Csg With The Lcq Or Scq, Or Within A Fresh Period Of 10 Cds From The Receipt Of Notice To The Next Csg With The Second Lcq. In Exceptional Cases, The Hope May Approve An Extension Of The Post Qualification Based On The Bac's Recommendation, But In No Case Shall Aggregate Period Exceed 25 Cd's Form The Determination Of The Lcq. B. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Quotation The Bidder Shall Submit Its Latest Income Business Tax Returns Files And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits. Terms And Conditions Delivery A. The Mode, Schedule And Other Specifications Of Delivery Shall Be Determined By The Deped Camarines And The Supplier In The Consideration Of The Local Conditions, And The Provisions Under The Operating Moa. Delivery Must Be Made Once Or Twice A Week At The Schools During School Days, Until 4:00 P.m. No Delivery Shall Be Made During Holidays And Weekends. B. The Supplier’s Delivery Personnel Should Wear Clean Attire With Personal Protective Equipment (ppe) Such As Face Masks, Hair Net, Hand Gloves, Etc. And Covered Footwear. They Are Also Not Allowed To Smoke While Inside Deped/ School Premises. C. The Supplier’s Vehicle(s) Should Be Clean And Regularly Sanitized. It Should Not Be Used To Transport Unhygienic Materials Such As Wastes, Sand, Stones, And Other Construction Materials. Storage A. In Addition To The Storage Instructions From Blss-shd, Supplies Must Be Unloaded At A Stockroom Or Designated Areas, Safekeeping Of Milk Stocks Shall Be The Responsibility Of The School Head And School Personnel. B. The Pasteurized Milk Shall Be Stored In Freezers Or Chillers Shall Be Stored In A Cool, Dry Place Prior To Its Distribution At Lunch Time. When Necessary For Preservation, Unused Delivered Stocks For The Day Shall Be Stored Properly To Ensure Its Quality And Freshness. C. Sterilized Milk Can/ Pouch Shall Be Stored In A Secured, Clean, Pest-free, And Well-ventilated Area In The School. Boxes Of Milk Shall Be Piled On Pallets Following The Supplier’s Stockpiling Requirement. Inspection And Acceptance A. All Deliveries Of The Supplier Shall Be Subject To Inspection And Acceptance Of Deped Camarines Sur. B. All Milk Packs And Bottles To Be Delivered Should Be Clean, Without Leak And Not Spoiled. Signs Of Spoilage Include, But Is Not Limited To, Off Odor, Bulging Packs, Curdled Or With Lumps, Thick Texture, Slimy Or Clotty. C. All Complaints Must Be Addressed Before The Expiry Date. Recall And Replacement A. Deped Camarines Sur Shall Reject All Milk Packs That Are Unclean, With Leaks, And Spoiled Subject To Replacement By The Supplier Using Their Buffer Stocks Or On The Next Delivery. B. In The Event Of Food Poisoning, Dairy Allergies, And Other Food-borne Illnesses Proven To Be Caused By Defective Milk Prior To Acceptance Which May Lead To Hospitalization Or Death Of A Beneficiary, The Local Dairy Producer And/ Or Cooperative Shall Provide The Immediate Necessary Assistance Without Need Of Any Demand From The Nda, In Accordance With The Agreement Of Both Parties To Be Followed By A Thorough Investigation. C. Prior To The Conduct Of A Pending Investigation, The Supplier Shall Immediately Recall And Replace The Milk. Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local: 407 Or 0946-1944-109 For Any Query. Date Of Opening: January 20, 2025, 2025 9:00 A.m. Delivery Date: After The Completion And Acceptance Of The Deliveries The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Suppliers Considering What Is Advantageous To The Government. Ma. Luisa T. Dela Rosa Bac Chairperson – Goods
Municipality All Tender
Electrical and Electronics...+1Electrical Works
Czech Republic
Closing Date10 Jan 2025
Tender AmountCZK 1.3 Million (USD 55.1 K)
Details: This is a public contract for construction work. The subject of the contract is the replacement of the existing folded fiber cement roof covering installed as part of the reconstruction of the building envelope No. 44. Mš Chlum in 2013, which already shows significant defects, with a covering made of ceramic fired tiles in the shade of red-brown engobe with a self-cleaning refined surface (standard See Erlus Forma). This is not a tender procedure pursuant to Act No. 134/2016 Coll. on the award of public contracts, as amended (hereinafter referred to as the "zzvz").
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
inspection System Program Plans, Or Premanufacturing Or Test Procedures|1|45|
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13|314999|550||||||||||||
annual Representations And Certifications (may 2024)|13|314999|550||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
a Material Irpod Is Available At The Bpmi Site. Vendor Review Of The Irpod Is Mandatory.
unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. Please Specify (if Other Than 60 Days) ______________ Days. If You Are Submitting Your Quote Via Email Or Neco, Please Specify The
number Of Days Pricing Is Valid. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
the Following Applies If Reports Of Test And Inspection (roti) Are Required:
the Recommended Method For Roti Submittals Is Via Wawf Or An Alternative High Quality Electronic Means (ie: Fax Or Email Your Post Award Poc Listed Above). A Dedicated Roti Fax Has Been Added For Your Submittal Convenience.
mark Packaging Label With The Nomenclature Cited On The Irpod.
the Requirements To Comply With Mil-std-45662 Apply To This Item. Addition Tomil-std-129 Markings:mil-i-24244 Markings Apply.
also, Mark Each Unit, Intermediate & Shipping Container Clearly With: "insulation Free Of Asbestos And Ceramic(refractory) Fibers.
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents;
technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At
(https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To
the Award.
this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator.
2.2 Not Releasable To Foreign Nationals (noforn) Distribution Statement - Drawings, Specification, Or Related Technical Documents As Cited In The Irpod Are Subject To Special Export Controls And Each Transmittal To Foreign Govern Ments Or Foreign Nationals May
be Made Only With Prior Approval Of The Naval Sea Systems Command.
3. Requirements
3.1 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod).
the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order.
block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable.
mark Packaging Label With The Nomenclature Cited On The Irpod.
the Requirements To Comply With Mil-std-45662 Apply To This Item.addition To Mil-std-129 Markings:mil-i-24244 Markings Apply. Also, Markeach Unit, Intermediate & Shipping Container Clearly With: "insulation Freeof Asbestos And Ceramic(refractory) Fibers. date Of First Submission=045 Dac
submit For Approval One Package (iaw Di-qcic-8871) Of All Applicable Procedure, Drawing And Other Pre-manufacturing Submittals, Listed On The Individual Repair Part Ordering Data (irpod) Document(s) And Detailed In The Cited Specification, Within 45 Days After
contract Award To The Contracting Officer (navsup-wss Code N9433). See Irpod For Individual Documents Required.
a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services.
di-qcic-a8871 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Procedure Package To Be Iaw Did Di-qcic-8871(latest Rev). date Of First Submission=eoc
submit To Navsup-wss, Code N9433 For Review, A Complete Package Of All Applicable Vendor Certified Reports Of Test And Inspection Per Di-qcic-8872(latest Rev) See (individual Repair Parts Ordering Data) Irpod For Individual Documentsrequired.
the Package Will Be Submitted Per The Contract Delivery Schedule, And Authorization To Ship Material Must Be Obtained From The Pco.
a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services.
di-qcic-a8872s Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Roti Package To Be Iaw Did Di-qcic-8872(latest Rev).
Benguet State University - BSU Tender
Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.2 Million (USD 21.5 K)
Details: Description Supply And Deliveryof Various Agricultural Supplies- 1,247,698.33 Lot 1.seeds Packed 39,700.00 1 Cans Cabbage Seeds (lucky Ball) 100 Grams 2,000.00 1 Sachet Cabbage Seeds (wonderball), 10 Grams 500.00 1 Sachet Cabbage Seeds ( Scorpio), 10 Grams 500.00 1 Sachet Cabbage Seeds (mighty Ball), 10 Grams 500.00 1 Sachet Cabbage Seed ( Rare Ball), 10 Grams 500.00 1 Sachet Chinese Cabbage ( Green Cool), 10 Grams 500.00 1 Sachet Chinese Cabbage ( Cr. Matibay), 10 Grams 500.00 1 Sachet Chinese Cabbage ( Woori), 10 Grams 500.00 1 Sachet Chinese Cannage ( Vigor 60 ), 10 Grams 500.00 1 Sachet Mustard ( Masinag), 10grams/sachet 150.00 1 Sachet Mustard ( Chinese Mustard ), 10grams/sachet 150.00 1 Sachet Mustard ( Heading Mustard), 10grams/sachet 150.00 1 Sachet Kale ( Nero Di Toscana), 10 Grams/sachet 500.00 1 Sachet Kale (model T), 10 Grams/sachet 500.00 1 Sachet Bell Pepper ( California), 10 Grams 750.00 1 Can Cabbage Seeds, 50g, (scorpio) 1,500.00 1 Can Tomato Seeds, 8250g/can 3,000.00 5 Sachets Lettuce, Xanadu, 10g/sachet 9,000.00 10 Sachets Lettuce, Grand Rapids, 10g/sachet 2,000.00 5 Sachets Broccoli (lucky Miracle, 1000 Seeds) 3,500.00 1 Bag Hybrid Yellow Corn Seeds, 10 Kg/bag 10,000.00 1 Pack French Beans, Claudine, 100 Grams 1,400.00 5 Sachets Pechay Seeds, Black Behil, 100 Grams 1,100.00 Lot 2. Fertilizer & Compost 339,033.00 62 Sacks Chicken Manure, Fresh, 50kg/sack 18,600.00 8 Sacks Manure ( Chicken Dung-layers) 50 Kgs/sack 2,000.00 8 Sacks Manure ( Chicken Dung-aircon) 30 Kgs/sack 1,760.00 8 Sacks Manure (season) 50kgs/sack 3,176.00 14 Sacks Processed Chicken Manure 50kgs/sack 5,827.50 3 Sacks Complete Fertilizer (14-14-14) 50kgs/sack 4,800.00 21 Sacks Complete Fertilizer (16-16-16), 50 Kg/sack 86,097.00 6 Bottle Foliar Fertilizer, 15-15-30, 1kg/pack 3,600.00 11 Bottle Foliar Fertilizer, 30-10-10, 1kg/pack 6,600.00 2 Sacks Potassium Chloride (muriate Of Potash), Crystalized, 0-0-60, 50 Kg/sack 8,600.00 20 Sacks Processed Chicken Manure, With Microorganisms, Npk And Micronutrients, 50kg/sack 12,640.00 170 Sacks Rice Hull Ash, Carbonized, Free From Salt, 5 Cans/sack 34,000.00 10 Sacks Rice Hull, Double Sack 1,000.00 11 Sacks Urea (46-0-0), 50kgs/sack 42,709.00 2 Sacks Urea ( 46-0-0; Urea)50kgs/sack 5,400.00 3 Sacks Complete Fertilizer With Microelements (15-9-20+mg+s+mn+b+zn) 50kgs/sack 9,300.00 1 Liters Liquid Foliar Fertilizer ( Organic Foliar Seaweed Fertilizer) 500.00 3 Sacks Compost (earthworm Generated Compost) 50 Kgs/sack 2,925.00 5 Tablets Pgr (active Ingredient: Gibberellic Acid) 1,000.00 2 Bags Coco Peat-produced Fro Premium- Grade Sphagnum Peat Moss, 10 Kg 4,400.00 3 Sacks Coco Dust (naturally Growing Medium Extracted From Coconut Husk; Locally Produced), 10 Kg 1,050.00 2 Sacks Saw Dust ( Composed Of Fine Chipping Of Lowland Wood), 10 Kg 500.00 4 Sacks Compost ( Growing Medium Composed Of Fully Decomposed Leaf Of Alnus) 15kgs/sack 1,400.00 1 Sacks Vermicast ( Composed Of Worm Casting), 30 Kg 800.00 2 Sacks Agricultural Lime, 40kgs/sack 1,012.00 50 Sacks Organic Fertilizer, 50 Kg/sack, W/ Bafs Certification 22,137.50 250 Kgs Rice Bran, D1 7,500.00 2 Gallon Molasses (pure,30 Liters/ Gallon) 2,600.00 100 Bottle Molasses, 1 Li/bottle 7,000.00 28 Sacks Chicken Manure, 50kgs/sack 5,600.00 2 Sacks Complete (16-16-16npk) 50kg/sack 4,500.00 5 Sacks Pcm, 50 Kg/sack 1,250.00 3 Bottle Foliar, Hyper Green, 1 Liter 894.00 1 Sacks Fertilizer, Urea, 50 Kg/sack 1,695.00 100 Sacks Compost, 10 Kg/sack 12,000.00 118 Sacks Rice Hull, 10 Kg//sack 14,160.00 Lot 3. Insecticide And Fungicide 235,604.50 8 Pack Broad Spectrum Fungicide, 1kg/pack, Ai: Bacillus Subtillis, Manzate 8,000.00 7 Box Systemic Broad Spectrum With Protective And Curative Action (fungicide Containing Tebuconazole And Trifloxystrobin, 10 Sachets (12g)/box 6,300.00 3 Bottle Broad Spectrum Protectant Fungicide (mancozeb), 250ml/bottle 2,550.00 8 Bottle Broad Spectrum Insecticide, 1 Liter/bottle, Ai:methomyl 11,200.00 4 Pack Fungicide, (a.i. Chlorothalonil, Wp75) 250g/pack 1,200.00 6 Bag Fungicide, (a.i. Cymoxanil + Mancozeb) 500g/bag 3,600.00 4 Box Fungicide, (a.i. Famaxadone + Cymoxanil) 10sachets X 40grams/box 8,000.00 3 Box Fungicide, (a.i. Metalaxyl-m + Mancozeb) 10sachets X100g/box 7,200.00 4 Bottle Fungicide, (a.i.propamocarb 600g/l, Soluble Concentrate) 250ml/bot 5,200.00 12 Pack Fungicide, Ai: Mancozeb/propineb, 1kg/pack 9,600.00 6 Bottle Fungicide, Score, 250ml 5,692.50 2 Pack Fungicide, Torogi, 1.36kg/pack 1,771.00 2 Bottle Insecticide, Abamectin, Agrimek, 250ml/bottle 3,289.00 4 Bottle Insecticide, (a.i. Profenofos), 500ml/bottle 3,400.00 10 Bottle Insecticide, Ai: Cartap Hydrochloride/fipronil, 250 Ml/bottle 8,000.00 2 Bottle Insecticide, Al: Cartap Hydrochloride/fipronil, 250ml/bottle 1,800.00 3 Bottle Insecticide ( Azadirachtin Neem Oil), 0.03% Emulsifiable Concentrated, 250ml/bottle 1,200.00 5 Bottle Systemic Insecticide (n-metyl Carbamate), 1l/bottle 4,000.00 3 Bottle Organic Insecticide (matrine, Alkaloid And Organic Matter, 250ml/bottle 1,500.00 9 Bottle Systemic Weedicide, 1 Liter/bottle, Ai: Glyphosate 6,300.00 5 Bottle Sticker/surfactant/spreader, Hoestick, 1l 3,036.00 5 Bottle Liquid Fungicide, ( Emulsifiable Concentrate Containing 250g/l Difenoconazole ), 23.3%250ml) 5,000.00 2 Kgs Granular Fungicide (granular) Systemic Fungicide That Controls Soil Borne Deisease Phytophthora And Phytium; Al: Mefabuxam At 2.5% Per Pound 2,400.00 2 Kgs Wettable Powder Fungicide ( Broad Spectrum Fungicide;active Ingredient:propineb) 1,998.00 2 Liter Emulsifiable Concentrate Fungicide, ( Ec Fungicide With A Translaminar Action; Active Ingredient Trifone @190g/l 2,000.00 1 Liter Suspension Concentrate Liquid Fungicide ( Brad Spectrum With 2in 1 Action; Active Ingredient :azoxyxtrobin And Diffeconazole) 2,000.00 5 Packs Emulsified Concentrate Fungicide ( Broad Spectrum Fungicide; Active Ingredient: Mancozeb With Zinc Ion And Manganese Ethylene Bisdithio Carbamate), 1kg/pack 3,500.00 5 Bottles Liquid Biological Fungicide (biological Fungicide Against Foliar Bacterial And Fungal Disease; Active Ingedient: Qst 713 Strain Of Bacillus Sutilis At 1.34%l) 4,465.00 4 Bottles Emulsified Concentrate Fungicide ( A Systematic Fungicide For Long-lasting Preventive And Strong Curative Action; Containing Difenoconazole At 250ml) 4,800.00 1 Bottles Suspension Concentrate Liquid Fungicide ( Broad Spectrum With 2in 1 Action; Active Ingredient Azoxystrobin And Diffeconazole), 1 Liter 2,000.00 1 Bottle Emulsifiable Concentrate Fungicide( Systemic Fungicide For The Control Of Disease; Active Ingredient: Difenoconazole ) 250 Ml 2,000.00 4 Liter Emulsifiable Concentrate Insecticide ( Broad Spectrum Insectecide; Active Ingredient:lambda-cyhalothrin) 3,996.00 4 Bottles Unique Pro-insecticide (250ml)(100g/l Chlorfenapyr) 3,996.00 3 Boxes Soluble Powder Insecticide ( Broad Apectrum Systemic Insecticide; Active Ingredient:cartap Hydrochloride 500grams/box Containing 5x100g Sachets 3,600.00 1 Liter Emulsifiable Concentrate Insecticide ( Offers Exceptional And Long Residual Mite And Insect Control; Active Ingredient: Abamectin) 1,900.00 2 Liter Emulsifiable Concentrate Insecticide ( Broad Spectrum Insecticide Containing 500g Profenos Per Liter; Active Ingredient: Profenofos ) 2,000.00 5 Sachet Powder Biological Insecticide (biological Insecticide Containing A Natural, Potent Strain Of The Microorganism; Active Ingredient: Bacillus Thruringiensis Subspecies Aiwazi (bta) 7,500.00 3 Liters Emulsifiable Concentrate Insecticide ( Active Ingredient: Chlorpyrifos 300g/l And Solvent ( Xylene)- 700g/l 1,200.00 4 Bottle Natural Insecticide ( Highly Effective Insecticide, Miticide And Fungicide) 250ml 3,680.00 1 Kgs Suspension Concentrate Herbicide ( Broad Spectrum For Residual Herbicide For Control Of Annual Grasses And Broad Leaved Weeds; Active Ingredient: Linuron-500g/l 670.00 4 Liters Soluble Concentrate Herbicide( Non-selective And Water Soluble Herbicide For Control Of Perennial Grasses, Braodleaf,and Sedges As Well As Annual Weeds; Active Ingredient: Glyphosate 540g/l) 2,000.00 2 Liters Adjuvant Concentrate Spray ( Adjuvant Concentrate With 80% Concentration Which Maximizes Plant And Crop Performance; Ingredients: 80% Non-ionic Surfactant-alkyl Aryl Alkoxylate) 2,400.00 3 Bottles "naturally Occuring Pesticide (found In Seeds From The Neem Tree 1 Li/bot" 2,346.00 1 Boxes Fungicide-broad Spectrum. Low Residual And Safe Using, Poisoning Actions Of Contact, Stomach And Can Kill The Insects Ova, 1kg 760.00 2 Bottle Plant Shield, 0.6 Sl, 1000ml 3,000.00 2 Bottle Senerade Sc, 1000ml 1,400.00 7 Liters Plant Shield Organic Insectide, 1000ml 12,600.00 1 Pack Fungicide (dithane (mancozeb) M-45 Broad Spectrum, 1 Kg Powder) 900.00 1 Bottle Insecticide (magnum 5ec Insecticide, 1 L) 850.00 4 Bottle Herbicide, Glyphosate, 1 Lit/bot 4,000.00 4 Bottle Insecticide, Active Ing: 31.5% Ec, Chlorpyrifis, 1 Lit/bot 4,000.00 4 Bottle Insecticide, Active Ing: Thiamethoxam (neonicotinoid) 240g/l, 1 Lit/bot 4,000.00 3 Bottle Insecticide, Sumicidin %ec 1 Liter/bottle 2,400.00 2 Bag Fungicide, Dithane M-45 1.36kg 1,200.00 4 Box Weedicide Round Up, 1l 3,200.00 2 Kg Manzate, Powder, 1000 Grams 1,700.00 2 Kg Fortuna Blue, Powder, 1000 Grams 1,700.00 3 Liter Siganil, Liquid 2,550.00 3 Liter Kriss Insecticide, Liquid 3,000.00 2 Liter Perfekthion, Liquid 2,400.00 2 Liter Insecticide Alternate 3, Liquid 2,000.00 1 Pack Fungicide, Agricote Mancozeb, 1 Kg/pack 595.00 1 Bottle Insecticide, Sumicidin %ec 1 Liter/bottle 656.00 5 Bottle Weedicide, 1 Liter, (pretilachlor 50% Ec) 5,975.00 10 Bottle Weedicide, 1 Liter, (glyphosate 41% Sl Gold) 3,980.00 3 Bottle Fungicide Wp, 1kg, (mancozeb) 1,755.00 3 Kg Insecticide, (porsuail), 1kg 2,694.00 Lot 4. Plastic, Cellophanes, & Mesh 309,693.50 5 Unit Transparent Storage Box With Handle, 20l, A4x31x22cm 1,138.50 10 Pcs Water Container, Color:blue, Round, 5 Gallon Capacity 2,200.00 1 Roll Plastic Mulch, Black ( 0.006mm Thickx1m) 1,100.00 1 Roll Plastic Mulch, Black ( 1.5m) 3,500.00 1 Roll Polyethelene Plastic Uv Treated ( 50kg 0.08@7meters) 60,000.00 30 Kgs Polyethelene Plastic Uv Treated ( 50kg0.03) 4,500.00 1 Roll Plastic Mulch ( Black Silver, 1m) 2,500.00 100 Bundles Plastic Pots 3x3x6cm 3,500.00 210 Pcs Seedling Tray (128 Holes) 10,980.00 60 Pcs Seedling Tray ( 104 Holes) 3,000.00 2 Pcs Insect Net With Telescopic Handle-used To Capture And Collectflying Insects, Such As Butterflies, Moths, Beetles And Flies 2,000.00 2 Roll Green House Band, 12mm Width Diyay 300/roll 5,000.00 10 Roll Plastic Nylon Monoline ( For Grass Cutter, Bigger Than 300mm) 7,500.00 2 Roll Plastic Mulch , 1 Meter 12,000.00 1 Roll Uv Treated Plastic For Greenhouse, 6m X 100m X 006 35,000.00 1 Roll Uv Treated Plastic For Tunnel, 3m X 100m X 004 9,500.00 3 Roll Plastic Blade For Grass Cutter, 300mm 1,200.00 1000 Pc Tex Metal Screw, 1" 1,000.00 20 Sets Locking Channel With Zigzag Clip, 6m 24,000.00 10 Pcs Cling Wrap, Food Grade, 12" X 500m 3,800.00 50 Pack 9"x15" Cellophane, Sp Standard, 0.001 Thick, 100pcs/pack 3,750.00 30 Pack 10"x15" Cellophane, Sp Standard, 0.001 Thick, 100pcs/pack 2,250.00 20 Pack 8"x15" Cellophane, Sp Standard, 0.001 Thick, 100pcs/pack 1,300.00 2 Pack Plastic Bag ( Clear, 48"x24", 100 Pcs/pack For 40-50 Kg) 2,000.00 100 Pcs Stand Up Zip Pouch With Window ( Entre Pouch; For 50 Grams-100 Grams; Green 1,000.00 2 Roll Nylone Rope, 3mm X 200m 800.00 2 Roll Nylone Rope, (#8) 4mm X 220m 1,000.00 100 Pcs Soft Pot, Black, Round, 9.8 X 9.8" 1,500.00 3 Roll Plastic Straw 300.00 2 Roll Galvanized Wire Mesh (no.4) 2,000.00 1 Rolls Plastic Strap, Greenhouse Strap 300m 2,500.00 2 Rolls Polyethylene Plastic, Uv Traeted, 0.006, 7mx0.006x50m/roll 52,000.00 5 Pc Insect Net, White Net, Telescopic Handle 5,000.00 20000 Rolls Polythene Plastic Bag, 2"x2"x6" 7,000.00 10000 Rolls Polythene Plastic Bag, 2.5"x2.5"x7" 5,000.00 5 Rolls Cyclone Wire, 5' 4,275.00 20 Kg Nylon Trimer Line For Grass Cutter (300mm) 8,600.00 1 Rolls Plastic For Greenhouse (200 Microns), Uv Treated, 7m Width X 90m Length) 16,000.00 Lot 5. Protective Gear 8,809.50 3 Pairs Raincoats, Pants And Jacket, Free Size, (stretchable), Blue 2,100.00 3 Pairs Rainboots (men's Size 7,8,9) 1,800.00 2 Pair Rainboots, Size 6 & 7 Male 1,023.50 2 Set Rain Coats For Men, Pants & Jacket 2,046.00 4 Pairs Rubber Boots,1 Female Size 7, 3 Male Size 8, Rubberized, Black 1,840.00 Lot 6. Farm Tools 67,393.75 7 Pcs Grab Hoe, With Wood Handle, 6" Steel Blade Width 3,500.00 3 Pcs Shovel, All Steel, Total Length:100cm, Handle Length:72cm, Shovel Width: 23cm 1,896.00 6 Pcs Trowel,steel Atleast 80x152mm, Thickness: 1.5mm, Rubber Handle 2,100.00 2 Unit Utility Garden Wheel Barrow, 0.8mm, Solid Wheel 13"x3", 120kg Load, Yellow Color 9,000.00 5 Unit Pruning Shear, Stainless Steel Garden Scissors Trimming Gardening Pruning Shears, Length:16cm/6.30" 1,581.25 2 Pc Rake, With Handle, 14 Teeth, Pointed Forged/tempered Steel 1,644.50 2 Pc Japenese/fork Hoe With Handle, 3 Prong/in 1,770.00 2 Pc Bolo, Locally Made, 14: Blade With Atleast 2" Width, Rubberized Handle, With Scabbard 1,265.00 5 Pc Grab Hoe With Handle (atleast 4 Ft) 4,000.00 1 Unit Knapsack Sprayer, Recharchable, 16li Cap 3,000.00 4 Pc Bolo, 16" Length, Blade 2.5 To 3", Wood/rubber Scrabbard, Rubber Handle 2,530.00 2 Pc Rake, With Handle, 14 Teeth, Pointed Forged/tempered Steel 1,644.50 2 Pc Fiber Glass Measuring Tape, 50 Meter 600.00 3 Pc Fiber Glass Measuring Tape, 100 Meter 2,700.00 3 Pc Wheelbarrow, Load Capacity 150 Kg, Metal, With Solid Rubber Tire Type 10,500.00 5 Pc Grab Hoe, Blade Dimension (7.5"x8"), 54" Wood Flare Handle Design 15,000.00 5 Pc "japanese Hoe, 14 Inches Hoe Without Welding, Gardening Tool, Oak Handle" 1,500.00 5 Pc Shovel, All, Steel, Total Length: 100cm, Handle Length: 72cm, Shovel Width: 23cm 3,162.50 Lot 7. Weighing Scale 21,843.00 1 Pcs Weighing Scale ( 10 Kilos Cap), Digital, 1g Graduation 1,000.00 2 Unit Digital Scale, 10kg Load Capacity,dual Display, Water-proof, Type C Charging Cable, With Weighing Pan 10,000.00 1 Unit Digital Scale, Steel Plate Material, 30kg Load Capacity, Dual Display, Water-proof, Rechargeable 7,843.00 1 Unit Weiging Scale, 1kg Cap 0.001 Min 3,000.00 Lot 8. Watering Supplies/materials 35,613.00 3 Rolls Rainbow Hose 3/4' 7,200.00 2 Rolls Chemical Hose 60m 3/4 9,000.00 2 Rolls Japanese Hose, 6" 1,000.00 3 Rolls Chemical Hose, 1/2" 6,000.00 2 Roll Chemical Hose, 1", 60m/roll 8,613.00 1 Roll Black Hose (class A, 2" Diameter) 3,800.00 Lot 9. Water Pump/submersible Pump/knapsack Sprayer 45,050.00 1 Pc Water Pump (1hp) Horizontal Centrifugal Pump Is A 3 Phase Centrifugal Water Pump, Has Optional Input Voltage Ac 220v/380v To 480v, Optional Input Frequency 50hz/60hz, Maximum Flow 5.2m3/h ( 22.9 Gpm), Maximum Head 20.6m ( 68ft) And Same Diameter Of Inlet And Outlet 25mm (1 Inch) 3,000.00 1 Set Knapsack Sprayer ( 16 Liters Capacity, Dual Operated Battery And Manual) 3,500.00 2 Unit Submersible Pump, 750w (1.0hp) Spd7501-5, Voltage: 220v-240, 60 Hz, Input Power: 750w(1.0hp), Max Head:8m, Max Flow:13000l/h, Max. Depth: 7m, Pipe Diameter: 1", With 9m Cable 17,000.00 1 Unit Knapsack Sprayer, 16 Liters Capacity, Battery Operated, With Handle And 4 Holes Nozzle, Tank Made Out Of High Density Polyethylene 5,000.00 5 Pcs Grass Cutter Blade, Rectangle Type, 2 Tx12 Rectangle Or Tapered Type, Thickness: 1.6mm, Hole: 25.5m, Length 305(12") 2,500.00 2 Unit "hand Pump Pressure Sprayer, Total Capacity - 11.7 Litres Working Capacity - 11 Litres Pressure - 0.4 Mpa Or 58.01 Psi Net Weight - 2.2 Kg Height - 60cm Hose Length - 250cm" 3,400.00 1 Unit Power Sprayer: Gasoline Engine 1 Set , 1 Unit 6.5hp Gasoline Engine, 1 Pc Engine Pulley, 1 L Hydrualic Oil, 10 Meter Power Sprayer Hose 7,500.00 1 Set Knapsack Sprayer, Manual,, 16l Cap 3,150.00 Lot 10. Farm Equipment (semi-expendable) 99,300.00 1 Unit Mower/grass Cutter, 2 Stroke (40.2 Cubic Cm, Displacement ; 1.6kw/2.2hp Power Output; 12,500 Rpm . 24,000.00 1 Unit Soil Meter Tester (3 In 1) (portable) Model: Ms02; Ph Range: 3.5-8 Ph (3.5-6.5 Acid, 7-8 Alkaline) Moisture Range: 1-10 (1-3 Dry, 4-7 Nor, 8-10 Wet) Copper Probe Diamter: 0.2 Inch; Aluminum Probe Diameter: 0.2 Inch; Probe Length: 7.9 Inches; Moisture Range: 1-10 (1-3 Dry, 4-7 Nor, 8-10 Wet) ; Product Size: 11.5x2.0x1.5 Inches 30,000.00 1 Unit "mini Tiller, Engine Power: 4.8kw (6.5hp) Tilling Scope: 900mm Driving Model: Belt Tilling Depth: 150-300mm" 25,000.00 1 Unit "lawn Mower, Lawn (m²) Up To 1.200 Displacement (cm³)- 139; Cutting Height (mm) -25-75, Cutting Width (cm)-46" 20,300.00 Lot 11. Other Farm Supplies 45,658.08 200 Pcs Empty Sack, 25kg Capacity 3,600.00 2 Unit Nutrient Solution Drum, 30 Liters Capacity 3,000.00 3 Rolls Nylon String (0.05), 60m/roll 1,800.00 2062 Pc Trellis, Atleast 10 Feet Long And Atleast 1.5cm Diameter 16,496.00 3 Pcs Foldable Insect Cage (30x30x30cm) 150.00 5 Boxes Floral Foam, 20 Bricks/box 5,000.00 22 Pcs Lacking Channel With Wiggle Wire ( Aluminum), 9long 9,020.00 2 Rolls Astro Twine, 1 Ply, 2500m/roll 600.00 3 Roll Interlinks, 2" X 2" X 6ft X 10 Meters/roll 4,500.00 1 Unit Impulse Sealer (impulse Plastic Sealer; Manual Hand Sealer; 200mm/300mm) 650.00 1 Pc Grass Cutter Tansi Nylon, 300mm 842.08
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 5.7 Million (USD 98.4 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-02-13 (05) Supply And Delivery Of Various Medical Supplies Under Single-year Framework Agreement Approved Budget For The Contract: Php 5,715,505.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Five Million Seven Hundred Fifteen Thousand Five Hundred Five Pesos Only As To Payment Under The Contract For Supply And Delivery Of Various Medical Supplies Under Single-year Framework Agreement. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Partial Bid Or Line Item Bid. Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Biopsy Container, Pre-filled With 10% Buffered Formalin, 250ml Per Bottle 30 Bottle 1,350.00 40,500.00 2 Biopsy Container, Pre-filled With 10% Buffered Formalin, 2000ml, Pack Of 4 4 Packs 16,000.00 64,000.00 3 Biopsy Container, Pre-filled With 10% Buffered Formalin, 60ml, Pack Of 10 15 Bottle 5,000.00 75,000.00 4 Biopsy Container, Pre-filled With 10% Buffered Formalin, 20ml, Pack 0f 10 50 Packs 7,080.00 354,000.00 5 Bone Marrow Biopsy Needle; Length 102mm Gauge 15 ; Sterile Eo ; With Non-stick Cannula Guide 5 Pcs 3,000.00 15,000.00 6 Formaldehyde Solution For Biopsy (premix) 1 Gallon 1,176.00 1,176.00 7 Truguide Disposable Co - Axial Biopsy Needle Core Needle Biopsy, Gauge 13 Innovative And Lightweight; Provides Clear Path To Work Through When Performing Multiple Biopsies In The Same Area 10 Set 3,696.00 36,960.00 8 Truguide Disposable Co - Axial Biopsy Needle Core Needle Biopsy, Gauge 14 Innovative And Lightweight; Provides Clear Path To Work Through When Performing Multiple Biopsies In The Same Area 10 Set 3,696.00 36,960.00 9 Core Needle Biopsy Gun G14; Disposable; Semi Automatic ; Length 10 Cm-20cm Width 2,1 Sterile By Eo;with Movable -adjustable Presetting Stopper/notch 10mm/20mm;sharp Grinding, Low Penetration Force, Light Weight One-handed Design ,excellent Visibility On Ultrasound And Mri, With Needle Mark 10mm With Larger Markings Every 50mm; With Atraumatic And Echogenic Needle Tip ,adjustable Specimen Notch 20 Set 4,000.00 80,000.00 10 Core Needle Biopsy Gun G16; Disposable; Semi Automatic ; Length 10 Cm-20cm; Width 2,1 Sterile By Eo;with Movable -adjustable Presetting Stopper/notch 10mm/20mm;sharp Grinding, Low Penetration Force, Light Weight One-handed Design ,excellent Visibility On Ultrasound And Mri, With Needle Mark 10mm With Larger Markings Every 50mm; With Atraumatic And Echogenic Needle Tip ,adjustable Specimen Notch 15 Pcs 4,000.00 60,000.00 11 Foley Bag Catheter F.5 X 10's /box 2 Way, Latex ;needless Port Compatible With 10 Cc Syringe 10 Pcs 54.00 540.00 12 Foley Bag Catheter F.8 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 100 Pcs 54.00 5,400.00 13 Foley Bag Catheter F.10 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 100 Pcs 54.00 5,400.00 14 Foley Bag Catheter F.12 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 100 Pcs 54.00 5,400.00 15 Foley Bag Catheter F.14 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 800 Pcs 66.00 52,800.00 16 Foley Bag Catheter F.16 X 10's /box 3 Way, Silicone;;needless Port Compatible With 10 Cc Syringe 50 Pcs 100.00 5,000.00 17 Foley Bag Catheter F.16 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 1,154 Pcs 66.00 76,164.00 18 Foley Bag Catheter F.18 X 10's /box 2 Way, Latex;;needless Port Compatible With 10 Cc Syringe 10 Pcs 54.00 540.00 19 Foley Bag Catheter F.14 X 10's /box 2 Way, Silicone Coated;;needle Less 700 Pcs 85.00 59,500.00 20 Foley Bag Catheter F.16 X 10's /box 2 Way, Silicone Coated;;needless Port Compatible With 10 Cc Syringe 1,154 Pcs 85.00 98,090.00 21 Tape Measure 1 Meter For New Born Care 5 Pcs 15.00 75.00 22 Cotton Rolls, 100% Absorbent 400grams 500 Pcs 300.00 150,000.00 23 Spinal Manometer 40 Pcs 6,000.00 240,000.00 24 Compression Stocking Thigh High 70 Pcs 850.00 59,500.00 25 Compression Stocking Panty Hose Type 70 Pcs 850.00 59,500.00 26 Gown,protective Pp/ Surgical,; Blue ,disposable Non Woven 500 Pcs 70.00 35,000.00 27 Thermometer Digital Portable,glass And Mercury Free, Including Battery, Temperature Measurement Range 32-43°c(min. Guaranteed);accuracy ± 0.1°c In The Range 35-41°c;graduation 0.3°c Or Better; Ready-to-use After Switch-on Within 10s.; Measurement Time; Within 120 Seconds;low And High Temperature Indication;beep Audio Alert;low Battery Indicator;full Batteries Allow For A Min. Of 4,000 Measurements;preferably Packed Separately 900 Pcs 80.00 72,000.00 28 Plastic Cup Disposable W/ Cover W/ Spoon Medium/pc For Stool, Sterile; With Indicated Sticker For Patients Name, Date And Notes 12,477 Pcs 5.00 62,385.00 29 Canister Size 4 Inches X3inches Stainless Steel;with Stainless Cover 20 Pcs 200.00 4,000.00 30 Gown -reinforced Surgical Pack 45gsm,smms,ultrasonic Seam Eo Sterilized With One Hand Towel With Nonwoven Wrapping Medium Size 120cm X 140cm 50 Packs 450.00 22,500.00 31 Gown Reinforced Surgical Pack 45gsm,smms,ultrasonic Seam Eo Sterilized With One Hand Towel With Nonwoven Wrapping Large Size 125cm X 145cm 50 Packs 450.00 22,500.00 32 Gown Reinforced Surgical Pack 45gsm,smms,ultrasonic Seam Eo Sterilized With One Hand Towel With Nonwoven Wrapping Xl Size 130cm X 150cm 50 Packs 450.00 22,500.00 33 Cervical Orthosis- Small Size3- 3.5 Inches, Philadelphia With Tracheostomy Site Hole;hypo Allergenic To Skin, Preformed Shape Anatomical Compatibility Upper Portion Supports Jaw And Occiput Lower Portion Covers The Upper Thoraxic Region;with Adjustable Velcro Strap; Made With High Polymer Material Hypoallergenic To Skin 3 Pcs 450.00 1,350.00 34 Cervical Orthosis-medium Size 3.5-4 Inches,philadelphia With Tracheostomy Site Hole;preformed Shape Anatomical Compatibility Upper Portion Supports Jaw And Occiput Lower Portion Covers The Upper Thoraxic Region;with Adjustable Velcro Strap;made With High Polymer Material Hypoallergenic To Skin 3 Pcs 450.00 1,350.00 35 Cervical Orthosis-large Size 4-4.5 Inches, Philadelphia With Tracheostomy Site Hole;hypo Allergenic To Skin,preformed Shape Anatomical Compatibility Upper Portion Supports Jaw And Occiput Lower Portion Covers The Upper Thoraxic Region;with Adjustable Velcro Strap;made With High Polymer Material Hypoallergenic To Skin 3 Pcs 450.00 1,350.00 36 Lubricant/ky Gel 80 Gms Sticky Gel Type -waterbased , Not Watery Liquified 1,800 Tube 154.00 277,200.00 37 Nail Polish Remover With Acetone For Pre-op Procedure; Perfumed; Non Smearing, Non Drying; 60 Ml Per Bottle;colorless 50 Bottle 43.00 2,150.00 38 Alcohol Swab Saturated With 70% Isopropyl Alcohol, 100's/box With;one Pad Satiurated With 70% Isopropyl Alcohol With Printed Lot No, Manufactured And Expiry Date Per Pad 500 Box 120.00 60,000.00 39 Bed Pan,made With Thick Plastic Does Not Easily Dent Or Deformed;can Withstand >50kg. Weight; Color Green 130 Pcs 150.00 19,500.00 40 Cotton Balls ,100% Color White Super Soft Excellent Quality Absorbent;1500-1600 Balls Per Pack ; 400grams Per Pack;sterile By Ethylene Oxide;contains No Granules 500 Packs 250.00 125,000.00 41 Knee Immobilizer Large (10), Medium (10), Small (4) 24 Pcs 1,500.00 36,000.00 42 Elastic Bandage 2 Inches Widthx 5 Yards Stretched Long/roll 250 Roll 40.00 10,000.00 43 Stockinette 2 Inches X33 Yrds 100% Polyester Finish, Highly Absorbent & Softness 20 Roll 1,800.00 36,000.00 44 Stockinette 4 Inches X33 Yrds 100% Polyester Finish, Highly Absorbent & Softness 30 Roll 1,800.00 54,000.00 45 Bonewax, Sterile 12pcs Per Box 25 Box 16,000.00 400,000.00 46 Fiber Cast 6 X 5 300 Roll 700.00 210,000.00 47 Fiber Cast 4 X 5 500 Roll 700.00 350,000.00 48 Stockinette 6inches X33 Yrds 100% Polyester Finish, Highly Absorbent & Softness 15 Roll 1,800.00 27,000.00 49 Arm Sling Pedia 51 Pcs 65.00 3,315.00 50 Arm Sling Adult Medium Size 200 Pcs 65.00 13,000.00 51 Arm Sling Adult Large Size 120 Pcs 65.00 7,800.00 52 Finger Traps With Handle Reusable And Autoclavable Small 2 Pcs 5,000.00 10,000.00 53 Finger Traps With Handle Reusable And Autoclavable Medium 2 Pcs 5,000.00 10,000.00 54 Finger Traps With Handle Reusable And Autoclavable Large 2 Pcs 5,000.00 10,000.00 55 Elastic Cohesive Conforming Bandage 8cm X4 Meters Composed Of 43% Viscose;37% Cotton;20% Polyamide 200 Roll 156.00 31,200.00 56 Stockinette 3 Inch Width X 27-33 Yrds 100% Polyester Finish, Highly Absorbent & Softness 15 Roll 1,800.00 27,000.00 57 Neonate Scalp Vein Set 12 Kit 1,200.00 14,400.00 58 Iv Starter Kit Contains 1 Roll Surgical Tape Plastic 1″, X 1meter, 1 Piece Tourniquet Flat, 1 Piece Povidone Iodine Prep Pads, 2 Pieces Alcohol Prep Pads, 2 Pieces Gauze Pad 2×2″ Sterile, 1 Piece Dressing Sterile 6x7cm, 1 Piece Sticker Label; With 1 Pc R 1 Inch Hypoallergenic Plaster Pe Plaster- Excellent Quality Of Viscidity 2,500 Kit 90.00 225,000.00 59 Iv Cath Gauge 16 With Port - Made Of Polyurethane Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp Stainless Steel Needle, Extremely Flexible, Winged Shielded Iv Catheter, Plastic Color-coded Hub Material, 1.8mm Diameter, 45+2mmu Length, With Radio-opaque 300 Set 25.00 7,500.00 60 Iv Cath Gauge 18 With Port - Made Of Polyurethane Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp Stainless Steel Needle, Extremely Flexible, Winged Shielded Iv Catheter , Plastic Color-coded Hub Material, 1.3mm Diameter, 45+2mm Length 16,500 Set 25.00 412,500.00 61 Iv Cath Gauge 20 With Port - Made Of Polyurethane Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp Stainless Steel Needle, Extremely Flexible, Winged Shielded Iv Catheter , Plastic Color-coded Hub Material, 1.1mm Diameter, 32+2mm Length 18,000 Set 25.00 450,000.00 62 Iv Cath Gauge 22 With Port - Made Of Polyurethane Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp Stainless Steel Needle, Extremely Flexible, Winged Shielded Iv Catheter , Plastic Color-coded Hub Material, 0.9mm Diameter, 25+2mmu Length 14,500 Set 25.00 362,500.00 63 Iv Cath Gauge 24 With Port - Made Of Polyurethane Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp Stainless Steel Needle, Extremely Flexible, Winged Shielded Iv Catheter Made Of Polymer Or Polyurethane, Plastic Color-coded Hub Material, 0.7mm Diameter, 18+2mmu Length 11,000 Set 25.00 275,000.00 64 Iv Cath Gauge 26 With Port - Proprietary Made Of Latex-free Biomaterial, Exhibits Greater Kink Resistance, Ultra Sharp, Extremely Flexible; Rapid Visualization Of Blood Return Along The Catheter Shaft, Winged Shielded Iv Catheter, 18 +2mm Needle Length, Luer-lock Connection Type, Non-toxic, Sterile. 17,000 Set 25.00 425,000.00 Grand Total ₱ 5,715,505.00 Terms Of Reference Terms Of Delivery: 15-20 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The 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. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. 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 Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 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 2016 Revised 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. 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 January 21, 2025 To February 13, 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 January 30, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/82120411672?pwd=sneblddbjrcianpoooq9pz2dpqfg24.1 Meeting Id: 821 2041 1672 Passcode: 201482 Deadline Of Submission Of Bids February 13, 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 February 13, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/86487444853?pwd=zwg80p6qwo4wkr8eenblbeezxkmcnb.1 Meeting Id: 864 8744 4853 Passcode: 437326 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1sk9duljzolpyn9b0rxasumomsbb94lk7?usp=sharing Bidding Documents Php 10,000.00 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 Phlippine 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. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 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 February 13, 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 February 13, 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 9184 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 9184 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: Globe: 0953-9212-832 / 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 Chairman, Bids And Awards Committee
DEPARTMENT OF LABOR AND EMPLOYMENT REGION V Tender
Machinery and Tools
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 351.3 K (USD 6 K)
Details: Description Category 1: Powertools/hardware Materials (delivery Period: 15 Days) 1 Pc - Jigsaw: Voltage: 220-240, 50hz; Input Power: 800w; No Load Speed: 800-3000rpm; Cutting Capacity: 100mm In Wood, 10mm In Steel; 4-step Pendulum Function; Aluminum Base; With Laser Function 1 Pc - Electric Wood Planer: Rated Input Power: 750w; Cutting Width: 82mm; Cutting Depth: 2mm; No Load Speed: 17,000 Rpm; Rated Voltage: 220v-240v; Frequency: 60hz; Weight: Range: 2.5-3.5 Kg. 1 Pc - Handsaw: Blade Length: About 15"; Blade Material: Carbon Steel; Handle Length: 5"; Handle Material: Rubber; Color: Gray; 8 Teeth Per Inch" 1 Pc - Hand Drill: Rating Input: 500w; Capacity Steel: 10mm(3.8")/wood: 25mm; 1"; No Load Speed: 0-3,400 Rpm; Dimensions: 228mm X 64mm X 183mm (lxwxh); Net Weight: 1.2 - 1.4 Kg 1 Set - Wood Chisel: 4-piece Set (6mm; 12mm; 19m; 25mm); Tempered Chrome Carbon Steel Blade; Hardened Shank; Rust-resistant, Lacquered Coated Blade; Bi-material Handle 1 Pc - Wooden Mallet: Dimensions: Length Of The Hammer: 28cm, Height Of The Head: 8cm X Width Of The Head: 4cm; Wood: Beech; Solid Head With Angled Striking Faces 1 Pc - Bolo: Length: 50cm; Blade Length: 34cm; Thickness: 5mm; Width: 8cm; Blade Material: Molye; Handle Material: Wood 1 Pc - C-clamp: Jaw Capacity: 3-3/8 Inches; Length: 11 Inches; Material: Iron, Steel, Nickel-plated; Multi-screw Jaw; Throat Depth: 75mm; Clamping Capacity: 10cm 1 Pc - Utility Knife: Handle Material: Aluminum; Material: Aluminum Alloy; Weight: 120g; Blade Size: 19mm (w) X 61mm (l) X 0.6mm (t); Blade Material: Steel; Thickness: Atleast 0.6mm 1 Pc - Safety Earmuff: Padded Headband And Ear Cups; Stainless Steel Wire For Easy Fit Adjustment; 24 Decibel; Snr: Weight: Atleast 200g-210g. 1 Pc - Goggles: High-quality Lens With 4 Ventilation Slots; Adjustable Headband; Impact And Scratch-resistant; Soft Frame And Nose Piece; Anti-infrared And Uv/anti-fog Lens; Weight Range: 110-130g 1 Pair - Steel Toe Boots (safety Shoes): High Cut; Color Black; Waterproof; Sole: Pvc; Toecap: Steel; Midsole: Steel; Size: 40eu Category 2: Food Vending (delivery Period: 15 Days) 1 Pc - 2 Burner Gas Stoves With Hose, Regulator, Clamp And Lpg Tank With 11kls Content. 1 Pc - Kawali, Cast Iron, Approx. 39cm-45cm Diameter, Depth: 9 Cm, Single Black Handle, Without Lid 1 Pc - Ladle, Material: Stainless Steel With Wooden Handle, Total Length Of Item: Approx. 20inches-24 Inches. 1 Pc - 7pcs Stainless Steel Kitchen Tool Set, Spatula, Porridge Spoon, Skimmer, Rice Spoon, Flat Spatula, Meat Fork & Stand, Length Of Each Item Approx. 13inches-14inches 1 Pc - Strainer With Wooden Handle, Stainless Steel, Diameter: Approx. 10inches-12inches, Handle Length: Approx. 30cm-35cm 1 Pc - Food Warmer Tray With Glass Cover, 35 X 27cm (l X W), Depth: 3inches, Stainless, Without Handle. 1 Pc - Display Rack With Screen Door, Glass With Aluminum Sidings, 2 Layers, Dimension: 24inches(l) X 18inches(h), 12inches(bottom Width) X 10inches(top Width). (for Food Display) 1 Pc - Casserole With Double Handle: Material: Aluminum; Size: Diameter: 26cm ; Height : 21 Cm. 1 Pc - Tong, 14 Inches, Stainless. 1 Pc - Non-slip Rectangular Chopping Board; Material: Polypropylene Plastic; Dimension: 18" (l) X 12" (w); Thickness Atleast 1cm. 1 Pc - Butcher's Knife, 8 Inches Blade Length, High Carbon Steel, Wood Handle, 12.5cm Handle Length. 1 Set - Melamine Plate, 12pc/set, Diameter: 11 Inches 1 Set - Stainless Table Spoon, 12pcs/set, L-8inches 1 Set - Stainless Table Fork, 12pcs/set, L-8inches 1 Pc - Plastic Table, Square, 38 X 24 X 28 Inches (l X W X H), 4 Seaters With 40" Round Umbrella Metal Pole Length: (80") With White Finish 1 Pc - Chest Cooler, Dimensions: 25.8" (l) X 16.2" (w) X 15.7" (h), Package Weight: 5.76kg, Inside Dimensions: 24.95" (l) X 14.58" (w) X 14.77" (h), Material: plastic, Chamber Depth: 24.95", Capacity: 52l 1 Pack - Hairnet, Reusable Hairnets For Food Service, Black, Stretchable/elastic, 12pcs/pack. 1 Pc - Monoblock Chair – Width: 375 Mm, Depth: 330 Mm, Front Legs Distance: 355 Mm, Side Legs Distance Left: 378 Mm , Side Legs Distance Right: 378 Mm, Back Legs Distance: 210 Mm, Back Rest Height: 779 Mm, Seat Back Height: 405 Mm, Seat Height: 376 Mm, Gross Weight: 2.25 Kgs, Color: Marble White. 1 Box - Facemask, 3 Ply, With Earloop, Disposable/non-woven, 50 Pcs/box, Blue Color. 1 Box - Gloves, Disposable, Plastic, Transparent, 100pcs/box. 1 Set - Melaware Saucer, 12pcs/set, Diam: 6inches 1 Unit - Weighing Scale, Analog, 10kg Capacity, Colored Body/ Stainless Pan Graduation: 50g, Powder Coated Body, Pan Size: 255mm X 55mm Deep, Dial Face: 185mm, 4,units / Master Carton 1 Set - "beach Umbrella: Round-shape; Material: Poly Canvass; Diameter 40"" Pole Stand Length: At Least 45"", Pole Material: Stainless Steel Chrome" Category 3: Bicycle With Side Car (delivery Period: 30 Days) 1 Unit - "bicycle With Sidecar: Bicycle Specifications: Bmx Type Bike (frame 1//2 G1 Hd, Rim Set Front X 10 G Wide Jap Hub, Rim Set Rear X 10g Wide Jap Hub, Tire 20 X 2.125 Jumbop, Tube 20 X 2.125, Handle Bar Painted Black, Fork Ex-900 Landing Gear Cp, Head Parts Nikyo/whw, H-post Bmx Ord M, H-grip Ord. Opc Parts Neco Bearing Type, Opc Plate 36t, Chain Cp Bmx, Freewheel 24t, Pedal Opc Bearing Type, Seat Clmap/s-pin/s-post P, Saddle With Spring, Footbreak With Spring ""full Size"" Frame 175-280mm Cranks Side Car With Umbrella Holder And 2 Chest Coolers Carrier (52l Capacity) - Dimensions: 25.8"" (l) X 16.2"" (w) X 15.7"" (h) Materials: 1/2 J1 Pipe 540, 316 X 1 Flay Square Bar, J1 Pipe De Una 520, 1/4 X 2 Flat Bar, 6203 G1 Set, Tire 20 X 2.125 Jumbo" Category 4: Nail Care Services Materials (delivery Period: 15 Days) 8 Gallon - Acetone/nail Polish Remover (3.78 Liters Us Liquid Measurement) 8 Gallon - Cuticle Remover (3.78 Liters Us Liquid Measurement) 8 Pack - Nail Brush: Material: Plastic; Size: Atleast 3" (l), 2-3" (h); 12 Pcs/pack 8 Set - Nail Tool Set: Material: Stainless Steel; Case: Leather; Package Size: Approximately 15-15.5cm (l) X 8cm (w) X 2cm (h); Inclusions: Cuticle Trimmer (95mm), Blackhead Needle And Loop Remover (83mm), Eyebrow Tweezer (86mm) Peeling Knife (90mm), Nail File (75mm), Ear Pick (78mm), Double Pick (75mm), Dead Skin Fork (86mm), Small Pedicure Plier (95mm), Acne Needle (83mm), Small Nail Clipper (62mm) Bevel Nail Clipper (61mm), Large Nail Clipper (82mm), Beauty Tip Scissor (89mm), Pusher 8 Pack - Cotton Balls: 300g (100 Pcs Large Cotton Balls) 8 Set - Nail Polish: Volume: 15ml; With 24 Colors Inclusions: 14k Gold, 18k Gold, 24k Gold, African Plum, Baby Pink, Black Velvet, Carolina Peach, Cashmere, Emerald Shimmer, Golden Bronze, Italian Nude, Platinum Special, Pussy Red, Red Pearl, Saphire Glow, Silver Platinum, Simply Red, Tahiti Brown, White Satin, White Rose, Platinum Silver, Touch Of Tan, Touch Of Beige, Colorless 4 Unit - Foot Spa Soaker: With Pumice Stone; Package Dimensions: Approximately 16.42" X 13.58" X 7.91", Weight: 3.63-5.63 Pounds; Rated Power: 500 Watts; Rated Voltage: 110~120v; Rated Frequency: 50hz; Temperature Adjustable Range: 35℃ To 48℃ 12 Bottle - Astringent Foot Soaker: 128oz 8 Pack - Cooling Foot Soak: Product Dimensions: approximately 6.5-7" X 2.38-2.50" X 9.259.50", Weight: Atleast 900g 8 Pc - Exfoliating Foot Scrub: Package Dimensions: 7.50" X 3" X 2", Weight: 6oz 8 Pc - Foot File And Callus Remover: Material: Metal, Steel; Item Dimensions: (l X W X H) 10.78" X 2.7" X 0.29"; Item Weight: 2.2-4.2 Pounds 4 Gallon - Alcohol, Isopropyl, 30% ,3.78 Liters Per Gallon. 8 Gallon - Foot Scrub , 3.78 Liters Per Gallon 4 Pc - Manicurist Bag: Made Of Heavy Duty Nylon; Large Capacity: Enough Room To Hold Up To 42 Bottles Of 15ml Nail Polish; Size: Approx. 8-9" (l) X 6-7" (w) X 4-5" (h) Category 5: Fishing (delivery Period: 15 Days) 2 Unit - Gasoline Marine 7hp Speed Type, Single Cylinder, 4 Stroke, Forced Air Cooling, Ohv Displacement (cc): 196 Compression Ratio: 8.5:1 Bore X Stroke (mm): 68x54 Min. Fuel Consumption,395/(kw.h) Valve Clearance: Input Valve: 0.10-0.15mm Idle Speed (rpm): 1400+-140 Max A.c. Output/rpm:3.8/3600 Noise Level:70db (a) Ignition System: Transistorize Magneto Ignition Max Torque (n.m/rpm): 10.7/300 Starting System: Recoil Start (recoil Start/electric Starting) 2 Bundle - Nylon Net: #7, Nylon Size: 2 Ply, Knots: Single Knot/ Double Knot, Mesh Hole: 9mm, Length: 1000 Meters Per Bundle, Material: Nylon Monofilament Or Polyethylene 8 Kilo - Tingga Pahaba , 2" Long, 23-24g, Material: Pure Lead 4 Bundle - Nylon String/ Tansi, #100, 1 Kilo Per Bundle. 200 Pc - Pataw #3 (14g Per Pc) (generic) 4 Unit - Bangka Fiber Glass With Engine, 15ft. Long X 16" Depth X 18" Wide (l:180", Breadth: 18",) With Gasoline Marine Engine (rpm: 3600, Power: 7.5hp, Fuel Tank Capacity: 4.0l, Starting System: Recoil System) **nothing Follows**
Philippine Economic Zone Authority - PEZA Tender
Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 990 K (USD 16.8 K)
Details: Description Republic Of The Philippines Philippine Economic Zone Authority Baguio City Economic Zone Bids And Awards Committee Loakan Road, Baguio City 2600 Request For Quotations The Philippine Economic Zone Authority – Baguio City Economic Zone (peza-bcez) Through Its Bids And Awards Committee (bac), Invites All Interested Suppliers/bidders To Offer Their Lowest Government Price For The Following Project: Mode Of Procurement : Small Value Procurement Reference No. : Bcezproc2025-11 Name Of Project : Supply And Delivery Of Survey Equipment Total Approved Budget For The Contract (abc) : Php 990,000.00 Location/place Of Delivery : Peza- Bcez Loakan Road, Baguio City Specifications: : See Attached Annex “a” Deadline Of Submission : January 31, 2025, 10:00 Am Delivery Period : Within Seven (7) Calendar Days Upon Receipt Of Purchase Order Interested Bidders/suppliers Are Required To Submit Their Duly Accomplished Price Quotation Forms (annex “a”) On Or Before The Specified Deadline To The Bac Secretariat, Located At The 1/f Peza-bcez Administration Bldg., Loakan Road, Baguio City. Submissions May Be Made Either As Open Or Sealed Quotations. For Open Quotations, Submissions Shall Be Sent Via Email To Bcezbacsec@peza.gov.ph Or Thru Facsimile At (074) 447- 3330/ 447-4154. Please Note That Electronic Submissions Sent To Any Other Email Address Other Than The One Specified Will Not Be Accepted. Consistent With Appendix A Of The Rules (annex “h” Of The Ra 9184 2016 Implementing Rules And Regulations), The Bcez-bac Requires That The Necessary Documentary Requirements Shall Be Submitted By The Lowest/single Calculated Bidder Prior Issuance Of The Notice Of Award: Awarding Of The Contract Will Be Done As One Lot. Further, Award Of Contract Shall Be Made To The Bidder Who Made The Lowest Calculated Quotation Which Complies With The Minimum Technical Specifications (annex A) And General Terms And Conditions (annex B). For Awarded Infrastructure Projects, The Winning Bidder/s Are Required To Submit A Safety & Health Program Approved By Dole Prior To The Issuance Of The Notice Of Award. For Further Inquiries, You May Contact The Peza-bcez Bac Secretariat At Telephone Numbers (074) 447-4155/3333 Or Via Email At Bcezbacsec@peza.gov.ph. The Peza-bcez Bac Reserves The Right To Reject Any Or All Bids, Waive Any Informality In The Bids Received, To Accept Or Reject Any Item/s Of Any Bid And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The Government. The Peza Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Expenses Incurred In The Preparation Of Their Price Quotations/proposals.annex A Price Quotation Form Reference No. Bcezproc2025-11 The Chairperson Bids And Awards Committee Philippine Economic Zone Authority Baguio City Economic Zone Loakan Road, Baguio City Thru : Bac Secretariat Peza-bcez Dear Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions Of This Request For Quotation (rfq) And Followed The Instructions To Bidders Specified In Annex B, We Wish To Submit Our Quotation/s For The Following Items: ** Please Note That It Is Required To Specify The Brand, Or Model, Or Technical Specifications Of The Product/item. For Items Without Brands (e.g. Sand, Gravel, Nails, Walis Tambo, Etc… ), Please Write The Word “comply”. Item No. Total Abc (in Php) Unit Qty. Peza-bcez Specifications Bidder’s Offer (tech. Spec/ Model No., If Applicable) Unit Price (php) Total Price (php) ₱990,000.00 Lot 1 Supply And Delivery Of Survey Equipment (rtk) Part A. Supply And Delivery Of Global Navigation Satellite System (gnss) Real Time Kinematics (rtk) 1 Set 1 Gnss Rtk Set With Case, Manual, And Complete Accessories - 1 Pc. Base - 1 Pc. Rover - 1 Pc. Android Rtk Controller - 1 Pc. Carbon Fiber Pole - 1 Pc. Tribrach - 1 Pc. Heavy Tripod - 1 Pc. Clip Tripod - 1 Pc. Pole Battery - 2 Pcs. Charger - 2 Pcs. Antenna - 2 Pcs. Two - Way Radio Part B. Rover Specification Gnss Performance - Gps: L1c/a, L2c, L2p, L5 - Glonass: L1, L2 - Bds: B1, B1c, B2, B2a, B2b, B3 - Galileo: E1, E5a, E5b, E6 - Qzss: L1, L2, L5, L6 - Sbas: Waas, Egnos, Msas, Gagan, Sdcm - Minimum Of 1408 Tracking Channels - Cold Start: <60s - Hot Start: <15s - Positioning Output Rate: 1hz - 50hz - Signal Reacquisition: <1s - Rtk Initialization Time: <5s - Initialization Reliability: >99.99% - Time Accuracy: 20ns 3 Of 6 Bcezproc2025-11 Positioning Accuracy Code Differential H: 0.25m To 0.40m Rms V: 0.50m To 0.80m Rms Static H: 2.5mm + 0.5ppm Rms V: 5mm + 0.5ppm Rms Rtk H: 8mm + 1ppm Rms V: 15mm + 1ppm Rms Network Rtk H: 8mm + 0.5ppm Rms V: 15mm + 0.5ppm Rms Physical Material Magnesium Alloy Dimensions ɸ 120mm - 140mm X 80mm - 100mm Weight Less Than 1kg Operating Temperature -20℃ ~ +60℃ Storage Temperature -20℃ ~ +70℃ Protection / Dustproof / Waterproof Ip67, Protected From 30min Immersion To Depth Of 1m From Water Shock/drop Survive A 2m Pole Drop Onto Concrete Humidity 95% Non-condensation 1 Electrical And Communications Power Supply 9~24v Dc External Power Input Battery Built-in 7000mah-7.4v Liion Battery Battery Life Rover Mode: Min. Of 12hours Base Mode: Min. Of 7hours Static Mode: Min. Of 15hours I/o Interface 1 X Lemo Port 1 X Usb Type-c Port 1 X Sim Card Slot, Nano Sim 1 X Uhf Antenna Interface Internal Uhf 1w - 5w Transmit Power Protocols Trimtalk, Alphatalk, South, Satel Cellular Network 4g Modem, Supports Tdd - Lte / Fdd - Lte / Wcdma Wifi 802.11 B/g Bluetooth Capable Differential Data Format Rtcm2x, Rtcm3x, Cmr Sensor Accuracy <2.5cm Tilt Compensation At Least 60° 4 Of 6 Bcezproc2025-11 Camera Front Camera 2mp Downward Camera 5mp Fov At Least 70° Laser Laser Measurement ±1cm + 5mm/m Data Storage Memory At Least 32gb User Interaction Operating System Linux Os Buttons Power Key Indicators 1 X Power Indicator 1 X Bluetooth Indicator 1 X Satellite Indicator 1 X Data Link Indicator Voice Intelligent Voice Prompts Part C. Inclusion - Delivery Of Equipment Within 7 Calendar Days - Initial Set-up And Tuning (ready To Use) - 2 - Years (24 Months) Warranty For The Whole Unit (except For Accessories) - Technical Support And Services: Diagnosis, Repair, Corrections, Calibrations, Availability Of Spare Parts (subject To Labor Charges) - 1 - 3 Days Training - Familiarization Of Gnss Rtk (operation Of Equipment) - Field, Autocad, And Civil 3d - Civil 3d 2021 Tutorial - Importing Of Survey Points - Defining Scale Of The Drawing Base On The Title Block 20" X 30" - Defining The Size And Text Height Of The Point Marker And Point Label - Surface Generation (contour Data And Contour Interval) - Editing Of Surface - Contour Labeling - Spot Elevation - Object Viewer (3d Terrain View) - Alignment , Profile, And Cross Sections - Volume Computation (cut And Fill) - Geolocation (on Line Map) - Google Earth (kml/kmz File) - Autocad Tutorial - Lot Data Computations In Ms Word Format - Lot Descriptions - Lmb Approval Plan - Lra Plan - Sketch Plan On Standard Format - Automatic Sketch Plan On Bond Paper Size, Mostly Used In Loan Application, Advance Copy Of Plan For Your Client. - Traverse Computations - Field Notes Inside And Setting Computation - Importing Of Csv File (rtk) 5 Of 6 Bcezproc2025-11 Note To The Bidder: Kindly Ensure The Submission Of The Following Documents Along With Your Quotation: 1. Valid And Current Mayor’s Permit Or Proof Of Schedule For Renewal. 2. Philgeps Registration Number **inclusive Of Vat/ Applicable Taxes, Fees, And Charges** X X X Nothing Follows X X X __________________________________________ ____________ Printed Name And Signature Of Authorized Representative Date Bidder/supplier’s Information: Company Name Address: Tel/fax No. Email Address: ________________________________ Name And Signature Of Canvasser 6 Of 6 Bcezproc2025-11 Annex B General Terms And Conditions 1. Price Validity. Price Validity Shall Be Thirty (30) Calendar Days From The Deadline Of Submission Of Quotation; 2. Price Escalation. All Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation; 3. Alternative Bids. Alternative Bids Shall Be Rejected. 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; 4. Taxes. Prices Shall Be Inclusive Of Applicable Taxes (vat Or Percentage). Total Price Quoted Is Subject To Withholding Tax And Payable Through Check; 5. Delivery Period: Seven (7) Calendar Days Upon Receipt Of Purchase Order. 6. Delivery Terms: For Goods Supplied From Abroad, The Delivery Terms Applicable To The Contract Are Ddp Delivered To Baguio City Economic Zone, Baguio City, While For Goods Supplied From Within The Philippines, The Delivery Terms Applicable To The Contract Are Delivered To Baguio City Economic Zone, Baguio City. “risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At The Final Destination.” 7. Incidental Charges And Services. The Cost Of Transportation, Insurance, And Other Cost, Including Packaging And Documentation Incidental To Delivery Of The Goods And/or Services Shall Be Included In The Price Quoted By The Bidder. An Additional Or Separate Delivery Charge In The Bid Shall Be Treated As Non-responsive And Shall Be Rejected. 8. Term Of Payment. Payment Shall Be Charged Account. Cash On Delivery (cod) Shall Not Be Allowed, Unless Specified In The Quotation And Accepted During Bid Evaluation. Most Importantly, No Payment Shall Be Made Until Full Delivery Of Item/s And/or Services Is/are Completed And The Same Is/are Inspected And Satisfactorily Accepted By Peza-bcez. 9. Performance Security. For Procurement Of Goods And/or Services, Peza May Require The Submission Of A Performance Security Depending On The Nature Of The Procurement Project. However, For Infrastructure Projects, Submission Of A Performance Security Is Required By Peza. The Amount Of The Performance Security Shall Not Be Less Than The Required Percentage Of The Total Contract As Provided Under Section 39 Rule Xi Of The 2016 Revised Irr Of Ra 9184. 10. Warranty And Retention Money. Supplier/contractor Warrants That All Goods/services To Be Provided Are Of Acceptable Industry Standard. Whenever Applicable, The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) But Not To Exceed Five Percent (5%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Prescribed 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. (gppb Resolution No. 30-2017 Dated 30 May 2017) 11. Liquidated Damages. Delay In The Delivery Shall Be Subject To Liquidated Damages By Way Of Penalty At 1/10 Of 1% Of Each Day Of Delay Reckoned From The Day After The Last Day Of The Delivery Period Or The Agreed Date Of Delivery, Whichever Is Applicable. 12. Alteration Or Technical Specifications And Terms And Conditions. Altering And/or Amending The Technical Specifications And Terms And Condition(s) May Be Considered Non-responsive/ Non-compliant. Instructions To Bidders: A) Completely Fill Out The Price Quotation Form (annex B), Technical Specification/brand (if Applicable), Unit/ Total Price And Supplier/bidder’s Information. Do Not Forget To Sign The Price Quotation Form (annex A). Whenever Applicable, Original Brochures Or Certificates Of The Items Offered Showing Its Performance Characteristics Or Specifications, Shall Be Attached And Submitted Together With The Price Quotation Form. B) If Applicable, An Ocular Inspection, In Coordination With The End-user And Bcez-bac, Shall Be Conducted By The Interested Bidder Of The Premises/area Subject Of Herein Procurement Process
PHILIPPINE SPORTS COMMISSION Tender
Healthcare and Medicine
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 3.9 Million (USD 68 K)
Details: Description Section I. Background The Medical And Scientific Athletes Services (msas) Provides Specialized, Professional And Comprehensive Health Care To Athletes, Coaches, And Employees Of The Philippine Sports Commission (psc); Conduct Research And Studies On Sports Medicines And Therapeutic Applications, Conduct Scientific Study As Basis Sports Talent Identification. The Procurement Of Medicines And Medical Supplies Is Imperative To Ensure That The Msas Medical Team Is Fully Equipped To Meet The Health And Safety Needs Of All Athletes And Coaches Under Its Care. Section Ii. Purpose/objectives The Principal Objective Of This Project Is To Procure High-quality Medicines And Medical Supplies Consumables To Support The Msas In Fulfilling Its Mission Of Delivering Exceptional Medical Care And Scientific Services To Athletes. This Encompasses Ensuring The Availability Of All Necessary Pharmaceuticals, Equipment, And Consumables Required For Both Routine And Emergency Medical Situations. Section Iii. Qualifications To Be Eligible To Participate In This Procurement Project, Prospective Suppliers Must Meet The Following Qualifications. 5. Certificate Of Product Registration From Food And Drug Administration (fda). 6. Valid License To Operate From Fda. 7. Certificate Of Good Manufacturing Practice From Fda. 8. Batch Release Certificate From Fda. 9. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products/items. Section Iv: Approved Budget For The Contract (abc) Psc Shall Offer To All Prospective Bidders The Contract For The Supply And Delivery Of The Above-mentioned Items. The Approved Budget For The Contract (abc) Is Php 3,951,741.00, Inclusive Of Vat And All Other Applicable Government Taxes And Charges. Section V. Technical Specifications No Unit Item Description Qty Expiration Bidder’s Statement Of Compliance Bidder’s Actual Offer (brand If Applicable) 1 Tablet Paracetamol 500mg 8,000 3 Years 2 Tablet Diclofenac Potassium 50mg 6,000 3 Years 3 Tablet Ibuprofen 400mg 6,000 3 Years 4 Tablet Mefenamic Acid 500mg 3,000 3 Years 5 Tablet Naproxen 550mg (equiv. To 500mg Naproxen) 3,000 3 Years 6 Capsule Piroxicam 20mg (branded) 600 3 Years 7 Capsule Celecoxib 200mg 1,000 3 Years 8 Tablet Etoricoxib 120mg (branded) 1,000 3 Years 9 Tablet Ophenadrine+paracetamol 50mg+500mg (branded) 1,000 3 Years 10 Tablet Tizanidine 2mg (branded) 1,000 3 Years 11 Tablet Loratadine 10mg 6,000 3 Years 12 Tablet Cetirizine 10mg 6,000 3 Years 13 Tablet Losartan 50mg 1,500 3 Years 14 Tablet Amlodipine 5mg 1,500 3 Years 15 Tablet Clonidine 75mcg 1,500 3 Years 16 Tablet Nifedipine 30mg Modified Release Tablet 1,000 3 Years 17 Tablet Metformin 500mg Film Coated Tablet 1,000 3 Years 18 Tablet Tranexamic Acid 500mg 1,000 3 Years 19 Tablet Betahistine 24mg 3,000 3 Years 20 Tablet Cinnarizine 25mg 3,000 3 Years 21 Tablet Meclizine 25mg 1,000 3 Years 22 Tablet Metoclopromide 10mg 2,500 3 Years 23 Tablet Hyoscine 10mg 3,000 3 Years 24 Polyamp Bacillus Clausii 2 Billion/5ml Oral Suspension 500 3 Years 25 Box Saccharomyces Cerevisiae Var. Boulardii Probiotic Plus 10s/box 100 3 Years 26 Capsule Loperamide 2mg 6,000 3 Years 27 Tablet Bisacodyl 5mg 3,000 3 Years 28 Tablet Domperidone 10mg 1,000 3 Years 29 Tablet Na Alginate, Sodium Bicarbonate, Caco3 250mg/106.5mg/187.5mg (branded) 900 3 Years 30 Tablet Aluminum Hydroxide Magnesium Hydroxide Simeticone 178mg/233mg/30mg 1,000 3 Years 31 Capsule Omeprazole 40mg 3,000 3 Years 32 Tablet Pantoprazole 40mg 3,000 3 Years 33 Sachet Oral Rehydration Salt (75 Replacement) 20.5grams Oral Powder Sachet 5,000 3 Years 34 Tablet Phenylephrine Hcl + Chlorpenamine Maleate + Paracetamol 10mg/2mg/500mg 6,000 3 Years 35 Tablet Sambucus Nigra L, Primula Veris L, Primula Elatior L, Rumex Crispus L, Verbena Officinalis L, Gentiana Lutea L 2,000 3 Years 36 Tablet Phenylephrine Hcl + Paracetamol 500mg 6,000 3 Years 37 Bottle Sodium Chloride 0.9%, 500ml Solution For Injection Bottle 50 3 Years 38 Tablet Butamirate 50mg Modified Release Tablet 3,000 3 Years 39 Tablet Acetylcysteine 600mg Effervescent Tablet 6,000 3 Years 40 Tablet Ambroxol Hcl 30mg (branded) 2,103 3 Years 41 Tablet Ambroxol Hcl 75mg (branded) 1,000 3 Years 42 Can Salbutamol 100mcg/dose 200 Actuations Metered Dose Inhaler 100 3 Years 43 Bottle Benzydamine Hcl Oral Rinse 100ml 200 3 Years 44 Bottle Hexetidine Gargle 60ml (branded) 200 3 Years 45 Tablet Benzydamine Hcl Lozenge 3mg/lozenge 500 3 Years 46 Piece Boric Acid Eye Drops 7.5ml 150 3 Years 47 Bottle Hypromellose 5mg/ml, 10ml Eye Drops Bottle 150 3 Years 48 Piece Tetrahydrozoline Eye Drops 0.05% 7.5ml 150 3 Years 49 Bottle Prednisolone 1% 5ml Eye Drops Bottle 150 3 Years 50 Bottle Ofloxacin 0.3% 5ml Eye Drops Bottle 150 3 Years 51 Bottle Tobramycin 0.3% 5ml Eye Drops Bottle 150 3 Years 52 Tube Tobramycin 0.3% 3.5g Eye Ointment Tube 150 2 Years 53 Bottle Dexamethasone + Tobramycin 0.1% + 0.3%, 5ml Eye Drops 150 3 Years 54 Piece Fluocinolone Acetonide/neomycin/polymyxin Otic Drops 5ml 100 3 Years 55 Piece Fluocinolone Acetonide/polymyxin Sulfate/neomycin Sulfate 5ml Otic 100 3 Years 56 Vial Metylprednisolone Acetate Injection 40mg/ml (1ml) 100 2 Years 57 Capsule Amoxicillin 500mg 3,000 3 Years 58 Capsule Cloxacillin 500mg 3,000 3 Years 59 Tablet Clarithromycin 500mg 1,500 3 Years 60 Tablet Erythromycin 500mg 1,500 3 Years 61 Tablet Ciprofloxacin 500mg 3,000 3 Years 62 Tablet Ofloxacin 200mg 1,500 3 Years 63 Tablet Cefuroxime 500mg 1,500 3 Years 64 Pack Co-amoxciclav(amoxicillin+clavulanic Acid)500mg+125mg 600 3 Years 65 Tablet Cotrimoxazole(sulfamethoxazole+trimethoprim)800mg+160mg 1,500 3 Years 66 Capsule Doxycycline 100mg 1,500 3 Years 67 Tablet Aciclovir 800mg 1,500 3 Years 68 Tablet Azithromycin 500mg 500 3 Years 69 Bottle Embrocation Oil 10ml (branded) 150 2 Years 70 Bottle Lidocaine 10% 50ml Spray Bottle 150 3 Years 71 Tube Lidocaine Prilocaine 5g Cream (branded) 150 2 Years 72 Ampule Lidocaine 2% 20ml Solution For Injection Ampule 150 2 Years 73 Piece Calamine+diphenhydramine Hydrochloride 30ml 100 2 Years 74 Tube Indomethacin Cream 15grams 100 2 Years 75 Tube Mometasone Furoate Cream 1mg/g X 1 Tube 10g 100 2 Years 76 Tube Clotrimazole Beclomethasone Dipropionate 10mg/g 100 2 Years 77 Tube Fluocinolone Acetonide 100mcg/g (0.025%) 100 2 Years 78 Tube Mupirocin 2%, 5g Ointment Tube 150 2 Years 79 Tube Silver Sulfadiazine 1% 25g Cream Tube 150 2 Years 80 Tube Miconazole Oral Gel 2% (3.5g) 100 2 Years 81 Ampule Diphenhydramine 50mg/ml, 1ml Solution For Injection Ampule 50 2 Years 82 Ampule Metoclopromide 5mg/ml, 2ml Solution For Injection Ampule 50 2 Years 83 Ampule Hyoscine 20mg/ml, 1ml Solution For Injection Ampule 50 2 Years 84 Ampule Epinephrine(adrenaline)1 Mg/ml, 1ml Solution For Injection 50 2 Years 85 Capsule Sodium Ascorbate+zinc 500mg/10mg 900 2 Years 86 Bottle Isopropyl Alcohol 500ml 500 3 Years 87 Bottle Povidone Iodine 10%, 60ml Solution Bottle 300 3 Years 88 Can Povidone-iodine Antiseptic Powder Spray 2.5% 55g 150 3 Years 89 Bottle Colorless-based Skin Antiseptic Spray Propan-2-ol Benzalkonium Chloride 250ml/bottle 100 3 Years 90 Box Clean Gloves Medium 100's/box 150 3 Years 91 Box Clean Gloves Large 100's/box 150 3 Years 92 Piece Coated (polyglactin 910) Suture Undyed Braided 3-0 100 4 Years 93 Piece Silk Braided Suture 4-0 100 4 Years 94 Piece Fiber Glass Casting Tape 5 Inch 100 2 Years 95 Piece Wadding Sheet 5 Inch X 6 Yards 100 2 Years 96 Piece Hot Water Bag 12.8 Inch X 7.6 Inch 65 Fl Oz 150 3 Years 97 Box Pre-taping Foam Under Wrap, Natural Color 48 Rolls/box (6.9cm X 27.4m) 150 2 Years 98 Box Accupuncture Needle 25x40mm With Guide Tube 100pcs/box 150 2 Years 99 Box Accupuncture Needle 30x60mm With Guide Tube 100pcs/box 150 2 Years 100 Box Accupuncture Needle 30x75mm With Guide Tube 100pcs/box 150 2 Years 101 Roll Rolled Plastic 8inches X 11 Inches Bag (branded) 300 2 Years 102 Piece Body Lotion 500ml 150 3 Years 103 Roll Brown Rigid Zinc Oxide Tape 5cm X 5m (branded) 150 2 Years 104 Bottle Mineral Oil 300ml 1,000 3 Years 105 Bottle Methyl Salicylate Camphor Liniment Extreme 100ml 900 3 Years 106 Roll Tissue Paper Towel 4 Rolls 2 Ply X 50pulls Size: 23 Cm X 19 Cm/ 8.4 Inches X 8.9 Inches 300 3 Years V.1 The Medicines And Supplies Should Be Delivered With A Shelf-life Span Of 2 To 3 Years Section Vi. Timeline The Supplier Shall Deliver The Following Supplies By 2 Batches From Thirty (30) Days After The Issuance Of The Notice To Proceed. Section Vii. Selection Criteria The Selection Of Suppliers Will Be Based On The Following Criteria: • Compliance With Technical Specifications: Evaluation Of The Supplier’s Ability To Meet The Detailed Technical Specifications Of The Required Products. • Quality Assurance: The Quality Of The Products Offered, Including Compliance With International And Local Standards. • Cost: Competitiveness Of Pricing In Relation To The Approved Budget. • Delivery Capability: Ability To Meet The Delivery Schedule, Including Logistics And Distribution Capabilities. • Past Performance: Assessment Of The Supplier’s Past Performance, Including References And Case Studies. • The Project Shall Be Awarded To The Single/lowest Calculated Responsive Bidder (s/lcrb). Section Viii. Terms, Conditions And Schedule And Payments The Following Terms And Conditions Will Apply To The Contract: I. Contract Duration: The Contract Will Be Valid For The Duration Necessary To Complete The Procurement And Delivery Of The Required Medicines And Medical Supplies, With The Possibility Of Extension If Mutually Agreed Upon. Ii. Payment Terms: Payments Will Be Made In Accordance With The Agreed-upon Milestones And Upon Satisfactory Delivery Of Goods. Iii. Warranty And Returns: Suppliers Must Provide A Warranty For The Quality And Shelf-life Of The Products, With Provisions For The Return Or Replacement Of Defective Or Non-compliant Goods. Iv. Confidentiality: All Information Provided By Msas, And The Supplier Will Be Treated As Confidential And Used Solely For The Purposes Of This Contract. V. Dispute Resolution: Any Disputes Arising From This Contract Will Be Resolved Through Arbitration Or Mediation As Per The Applicable Laws.
Municipality Of Caibiran, Biliran Tender
Publishing and Printing
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 522 K (USD 8.9 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Office Supplies, 1st Quarter 2025 Location : So, Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P522,011.00 Source Of Funds : Mooe 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Unit Item Description Quantity 1 Ream A3 Bondpaper 3 2 Bottle Acohol 500ml 15 3 Pcs Airfreshener (glade) Gel (for Table) Lemon / Lavender Scents 5 4 Bottle Airfreshener (glade) Lemon / Lavender Scents 25 5 Pcs Airfresherner California Scents Lemon) 8 6 Pcs Albatross 10 7 Gal Alcohol 4 8 Box Ballpen Blue 1 9 Box Ballpen Faber Castel 9 10 Box Ballpen Pilot (black) (retractable) 1 11 Box Ballpen Red 1 12 Pcs Battery Aa 7 13 Box Battery Aa Energizer 1 14 Box Binder Clip 1/2" 10 15 Box Binder Clip 2" 15 16 Box Binder Clip 3/4 15 17 Box Binder Clips 1" 9 18 Unit Biometric 1 19 Box Bondpaper A4 37 20 Box Bondpaper Legal 34 21 Box Bondpaper Long 6 22 Box Bondpaper Short (substance 24) Letter Size 1 23 Ream Bookpaper A4 Ivory/cream Color 5 24 Bottle Brother Ink Bt5000 Cyan 2 25 Bottle Brother Ink Bt5000 Magenta 2 26 Bottle Brother Ink Bt5000 Yellow 2 27 Bottle Brother Ink D60 Black 12 28 Pcs Brown Envelope Long 125 29 Ream Brown Folder A4 1 30 Ream Brown Folder Legal 5 31 Pcs Bulb Led 5 32 Pcs Calculator 12digits 2 33 Bottle Canon Ink Black 1 34 Bottle Canon Ink Cyan 1 35 Bottle Canon Ink Magenta 1 36 Bottle Canon Ink Yellow 1 37 Pail Chlorine 1 38 Kilo Chlorine 1 39 Pcs Clear Folder Long 100 40 Roll Clear Tape Big 14 41 Pcs Computer Monitor 27" 144hz (nvision) 2 42 Pcs Correction Pen 5 43 Pcs Correction Tape Ct-cf5c 8m X 5mm 39 44 Pcs Cutter Good Quality 1 45 Box Cutter Blade 4 46 Pcs Data File Box Red 8 47 Pcs Diswashing Soap (paste) 10 48 Bottle Domex Cleaner 1 49 Roll Double Sided Tape 1" 2 50 Pcs Double Sided Tape 2" 4 51 Pc Dust Pan 1 52 Bottle Epson 001 Black 5 53 Bottle Epson 001 Cyan 1 54 Bottle Epson 001 Magenta 1 55 Bottle Epson 001 Yellow 1 56 Bottle Epson 003 Black 51 57 Bottle Epson 003 Cyan 9 58 Bottle Epson 003 Magenta 9 59 Bottle Epson 003 Yellow 9 60 Bottle Epson 008 Black 8 61 Bottle Epson 008 Cyan 4 62 Bottle Epson 008 Magenta 4 63 Bottle Epson 008 Yellow 4 64 Bottle Epson 664 Black 5 65 Bottle Epson 664 Cyan 3 66 Bottle Epson 664 Magenta 3 67 Bottle Epson 664 Yellow 3 68 Meter Ethernet Cable (indoor) Cat 6 50 69 Pcs Expandaple Foler Long 100 70 Pack File Divider (long) 15 71 Pcs Fire Extinguisher Standard Size 2 72 Pcs Flash Drive Otg 64gb Type C 3 73 Meter Flat Wire #16 50 74 Ream Folder Long (white) 5 75 Pcs Folder Long Red Color 50 76 Pcs Folding Table 3 77 Roll Garbage Bag Large 3 78 Bottle Glass Cleaner 4 79 Bottle Glue (elmers) 143ml 8 80 Pc Hdmi Cable 3m 1 81 Set Highlighter 1 82 Pcs Hp Ink Cartridge 310 Black 2 83 Pcs Hp Ink Cartridge 310 Colored 1 84 Pcs Industrial Mop (dust Mop Set) 2 85 Pcs Ledger Filer , Color Blue (long) 15 86 Box Mailing Envelope (long) 2 87 Pcs Maintenance Box (epson) L6170 2 88 Roll Masking Tape 1" 17 89 Pcs Masking Tape 1/2" 10 90 Roll Masking Tape Large 2" 14 91 Pcs Mechanical Keyboard With Numpad "wired" (msi "vigor Gk50 Z") 1 92 Pcs Micro Fiber Cloth 10 93 Pcs Monoblock Chairs 12 94 Box Morroco Cover Blue 1 95 Pcs Mouse For Computer 1 96 Pc Mouse Pad Long 70cm X 30cm 1 97 Roll Packing Tape 1 98 Box Paper Clip Big 21 99 Box Paper Clip Small 13 100 Pc Paper Cutter A3 1 101 Box Paper Fastener Plastic 6 102 Box Paper Fastener Round Head 2" 2 103 Box Paper Fasterner Long 5 104 Box Pencil Mongol #2 8 105 Pcs Permanent Marker Black Broad (refillable) 2 106 Pack Photo Paper A4 6 107 Pack Photo Paper Legal 31 108 Pcs Picture Frame A4 Size 12 109 Pcs Plastic Bag Clear 20"x30" P.e Plastic Bag Clear 80 110 Pack Plastic Cellophane (ice Candy Wrapper) 2 111 Pcs Plastic Pallet Crate 2 112 Unit Printer 3 In 1 Adf Monochrome M2170 1 113 Unit Printer L121 1 114 Box Push Pin 1 115 Pcs Record Book 500 3 116 Pcs Ribbon Cartridge Lq310 4 117 Pcs Ribbon Cartridge Lx-310 4 118 Unit Rice Cooker 6liter 1 119 Pcs Rj45 Connector 30 120 Pcs Rj45 Ethernet Cable Splitter Lan Cable Adapter 1male To 3 Female Port Splitter 2 121 Pcs Scissor (big) 21cm X 8 Cm 5 122 Roll Scotch Tape 1" X 200mm Big Hole 14 123 Roll Scotch Tape 1/2" 10 124 Pcs Sdi Stapler . Sdi- 1242m - Hbw 1 125 Pcs Sign Pen Gtech C-4 Pilot 3 126 Pcs Signpen 0.5mm Black 46 127 Pcs Signpen 0.5mm Blue 12 128 Pcs Signpen 0.5mm Red 12 129 Kls Soap Powder 10 130 Pc Soft Broom 12 131 Pack Special Paper (a4) 50 132 Pcs Stamping Pad 3 133 Box Staple Wire #35 42 134 Pcs Stapler With Staple Remover 1 135 Pcs Steel Brush With Handle 3 136 Pc Steel Rack 4layers Heavyduty 2 137 Pcs Steel Rack 5 Layers Heavy Duty 2 138 Set Steel Sink With Faucet 1 139 Pack Sticker Paper A4 Gloss Good For Inkjet 33 140 Pad Sticky Notes 3x4" 8 141 Box Storage Box 120l 2 142 Pcs Styro Box 2 143 Pack Toilet Paper 34 144 Pcs Toner Brother Tn2380 2 146 Pc Tp Link /ls1005g/ 5 Ports/ 10 To 100mbps] Network Switch 1 147 Pc Tp Link /tp-sf 1008p/ 8 Ports/ 10 To 100mbps] Network Switch 1 148 Pcs Trash Bin With Cover Medium 2 149 Pack Vellum Board A4 20 150 Pack Vellum Board Legal 10 151 Bottle Vs1 150ml 10 152 Unit Water Dispenser With Chiller 1 153 Pcs White Board Marker 13 154 Unit Wifi Starlink With Adapter 1 155 Pad Yellow Paper 2 156 Bottle Zonrox 1 Schedule Of Activities: (1st Posting) Advertisement : January 30, 2025 To February 6, 2025 Bid Evaluation : February 10, 2025 (10:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 Until February 7, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos. [p1,000.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before February 10, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On February 10, 2025 At Exactly 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Lgu Caibiran 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 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production Delivery Schedule 4. Manpower Requirement 5. After Sales Service/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps022
Gemeinde L Wenberger Land Der B Rgermeister Tender
Furnitures and Fixtures
Germany
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: Drywall walls (metal stud walls): delivery and installation, assembly of drywall partition walls approx. 90.00 m² delivery, installation, assembly of installation walls approx. 46m², creation of door openings and openings for heating circuit distributors in drywall walls delivery, installation, assembly sliding door installation kit in drywall wall approx. 3 pieces. Ceiling cladding/suspended ceilings inside GK ceiling cladding as a smooth ceiling approx. 80 m² delivery, installation, assembly shaft cladding floor retractable staircase approx. 6 pieces. Delivery, installation, assembly of GK sloping roof cladding approx. 68m² GK ceiling cladding as acoustic ceilings Delivery, installation, assembly of GK ceiling cladding with offset round perforations approx. 465m² mineral fiber ceilings Delivery, installation, assembly of acoustic ceiling system, mineral fiber panels, approx. 1000m² ceiling cladding, outside Delivery, installation, assembly of suspended ceiling in outdoor area with fiber cement panels approx. 100² Delivery, installation, assembly of insulation underside/lintels of reinforced concrete ceiling approx. 130² wooden slatted ceiling Delivery, installation, assembly of acoustic panel ceiling spruce approx. 150m² shafts, cladding Delivery, installation, assembly of pre-wall shell/pre-wall installation approx. 160m² inspection hatches Delivery, installation, assembly of inspection hatches in walls and ceilings approx. 60 pieces of wall panels Delivery, assembly of wall cladding made of GK perforated panels with edging profile approx. 335m² Delivery, installation, assembly Acoustic panels made of wooden slats on sloping roofs approx. 50m²
2101-2110 of 2180 archived Tenders