Fire Extinguisher Tenders

Fire Extinguisher Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 29.7 Million (USD 511.8 K)
Details: Description Invitation To Bid For 25ka0086 Construction Of Classroom Building Construction At Barangay 9 Elementary School, Barangay 9, Malaybalay City, Bukidnon Barangay 9, Malaybalay City, Bukidnon 1. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City, Through The Gaa 2025 Intends To Apply The Sum Of Php 29,700,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ka0086 Construction Of Classroom Building Construction At Barangay 9 Elementary School, Barangay 9, Malaybalay City, Bukidnon Barangay 9, Malaybalay City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening 2. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25ka0086 Contract Name : Construction Of Classroom Building Construction At Barangay 9 Elementary School, Barangay 9, Malaybalay City, Bukidnon Contract Location : Barangay 9, Malaybalay City, Bukidnon Scope Of Work : Construction Of Multi-purpose Building: A.) Structure Excavation Of Footing, Tie Beam And Wall Footing; B.) Fabrication And Installation Of Formworks And False Works; C.) Laying Of Embankment (from Excavation) And Gravel Fill; D.) Construction Of Reinforced Concrete Structures Such As Footing, Wall Footing, Beams, Columns, Lintel Beams And Slab On Grade; E.) Chb Laying And Plastering For Perimeter Walls And Partition Walls; F.) Installation Of Metal Structures (trusses, Purlins, Fascia Frame) With Metal Structure Accessories Such As Steel Plates With Bolts And Sag Rods; G.) Installation Of Rib Type Roofing, Long Span, Above 0.427mm With Flashings; H.) Installation Of Ceiling Works (fiber Cement On Metal Frame); I.) Painting Works Masonry, Woods And All Steel Surfaces; J.) Fabrication And Installation Of Doors With Transom, And Aluminum Windows, And Stainless Steel Railings; K.) Supply Installation Of Finishing Hardware ; L.) Fabrication And Installation Of Cabinetry; M.) Laying Of Floor And Wall Finishes (glazed And Unglazed Tile); N.) Laying Of Pipes For Waste And Sewer Line; O.) Laying Of Pipes And Fittings For Waterline System; P.) Supply And Installation Of Plumbing Fixtures; Q.) Electrical Works; R.) Mechanical Works: Installation Of Oscillating Ceiling Fan, Exhaust Fan (ceiling Cassette), Air-conditioning (split Type), Fire Extinguisher (4.54kg, Abc With Bracket), And Fire Alarm System; S.) Supply And Installation Of Solar Panels; T.) Application Of Soil Poisoning Chemical Prior To Concrete Pouring Of Slab-on Grade, Tie Beam, Wall Footing, Footing And Building Perimeter After Building Is Complete. Complete As Per Approved Pow, Plans, And Specifications. Approved Budget For The Contract (abc) : Php 29,700,000.00 Source Of Fund : Gaa 2025 Contract Duration : 340 C.d. Bid Documents Fee In Php : Php 25,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City And Inspect The Bidding Documents At Capitol Compound, Malaybalay City During Weekdays From 8:00 Am – 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 18, 2024, From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. 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. 8. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Will Hold A Pre-bid Conference On January 30,2025, 10:00 Am Via Zoom With Meeting Id: 923 1132 1070 And Passcode: Dpwh2024 And The Bidder May View Through Live Streaming (youtube Channel) Dpwh Bukidnon 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 Until 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 11,2025, 10:00 Am At Conference Room, Dpwh-bukidnon 1st Deo. 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. 12. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rosmendo C. Bongocan, Jr. Engineer Iii Head, Procurement Unit Telefax No. (088) 813-2087 Cellphone No.09178765473 Bongocan.rosmendo_jr@dpwh.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_bukidnon1@dpwh.gov.ph Approved By: Sarah Jane B. Lagrama Bac Chairperson Date Of Publication: January 18,2025

MATANGAD NATIONAL HIGH SCHOOL Tender

Machinery and Tools...+1Furnitures and Fixtures
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 702.9 K (USD 12.1 K)
Details: Description No Qty Unit Of Issue Item Desciption Stock No. Unit Cost Total Cost 1 1 Pc Bain Marie, Stainless Steel, 6 Pot Warmer Counter 49,500.00 49,500.00 2 1 Pc Blender, Electric 7,000.00 7,000.00 3 10 Pc Board, Chopping/cutting, Plastic 700.00 7,000.00 4 3 Pc Boiler, Double , Stainless Steel 3,500.00 10,500.00 5 8 Pc Braising Pan, Medium 3,500.00 28,000.00 6 3 Pc Can Opener Heavy Duty 800.00 2,400.00 7 10 Pc Casserole, Medium Stainless Steel 3,200.00 32,000.00 8 7 Pc Colander, Medium Stainless Steel 350.00 2,450.00 9 8 Set Cup, Measuring (for Solid) 600.00 4,800.00 10 4 Pc Dispenser, Paper Towel 800.00 3,200.00 11 6 Pc Fan, Electric Stand 4,000.00 24,000.00 12 4 Pc Fire Extinguisher, (with Content) 3,500.00 14,000.00 13 5 Pc Fork Carving Stainless Steel 800.00 4,000.00 14 24 Pc Fork Kitchen Stainless Steel 180.00 4,320.00 15 5 Pc Frying Pan, Large Non Stick 3,800.00 19,000.00 16 5 Pc Frying Pan, Medium Non Stick 3,500.00 17,500.00 17 5 Pc Frying Pan, Small Non Stick 3,200.00 16,000.00 18 4 Pc Funnel, Small Plastic 140.00 560.00 19 4 Pc Garbage Bin Plastic With Cover 4,500.00 18,000.00 20 10 Pc Glass Rack Stainless Steel 4,500.00 45,000.00 21 2 Pc Ice Cream Scooper Stainless Steel 450.00 900.00 22 5 Pc Knife, Boning 490.00 2,450.00 23 10 Pc Knife, Chef 645.00 6,450.00 24 5 Pc Knife Cleaver 800.00 4,000.00 25 3 Pc Light, Emergency 3,500.00 10,500.00 26 1 Pc Meat Slicer 8,500.00 8,500.00 27 10 Set Pastry Tube Stainless Steel 380.00 3,800.00 28 10 Pc Peeler, Y-type 450.00 4,500.00 29 5 Pc Peepper And Salt Mill 450.00 2,250.00 30 10 Pc Piping Bag Plastic 450.00 4,500.00 31 10 Pc Plate Rack Stainless Steel 4,500.00 45,000.00 32 5 Pc Preparation Table With Sink Stainless Steel 19,500.00 97,500.00 33 1 Pc Pressure Cooker 8,000.00 8,000.00 34 4 Pc Roasting Pan 3,800.00 15,200.00 35 8 Pc Scissor, Kitchen 350.00 2,800.00 36 8 Pc Siever, Small Stainless Steel 220.00 1,760.00 37 8 Pc Skimmer, Spider Stainless Steel 350.00 2,800.00 38 8 Pc Skimmer, Fine Stainless Steel 380.00 3,040.00 39 5 Pc Soup Laddle, 12 Oz Stainless Steel 280.00 1,400.00 40 5 Pc Soup Laddle, 3 Oz Stainless Steel 280.00 1,400.00 41 5 Pc Soup Laddle, 6 Oz Stainless Steel 320.00 1,600.00 42 5 Pc Soup Laddle, 8 Oz Stainless Steel 340.00 1,700.00 43 8 Pc Spatula Stainless Steel 220.00 1,760.00 44 24 Pc Spoon, Kitchen Stainless Steel 200.00 4,800.00 45 8 Pc Spoon, Kitchen (slotted) Stainless Steel 280.00 2,240.00 46 10 Pc Spoon, Measuring Plastic 380.00 3,800.00 47 8 Pc Spoon, Parisienne Stainless Steel 180.00 1,440.00 48 24 Pc Spoon, Serving Plastic/stainless Steel 150.00 3,600.00 49 8 Pc Spoon, Wooden 300.00 2,400.00 50 2 Pc Stock Pot, Large 3,500.00 7,000.00 51 3 Pc Strainer Chinios, Small Stainless Steel 450.00 1,350.00 52 2 Pc Strainer Chinios, Medium Stainless Steel 500.00 1,000.00 53 5 Pc Strainer Medium, Fine Plastic 420.00 2,100.00 54 5 Pc Strainer Small, Fine Plastic 380.00 1,900.00 55 5 Pc Tenderizer, Medium 1,800.00 9,000.00 56 3 Pc Thermometer, Pocket/pin 400.00 1,200.00 57 5 Pc Tong, 12 Inches Stainless Steel 480.00 2,400.00 58 5 Pc Tong, 8 Inches Stainless Steel 450.00 2,250.00 59 8 Pc Tray, Baking Small Stainless Steel 400.00 3,200.00 60 8 Pc Tray, Utility Plastic 800.00 6,400.00 61 5 Pc Turner, 3x6 Plastic 350.00 1,750.00 62 1 Pc Utility Cart 6,540.00 6,540.00 63 5 Pc Weighing Scale, 1 Kg, Digital 3,500.00 17,500.00 64 2 Pc Weighing Scale, 5 Kg, Digital 4,500.00 9,000.00 65 5 Pc Wire Skimmer, Small Stainless Steel 300.00 1,500.00 66 10 Pc Wire Whisk, Heavy Duty Stainless Steel 320.00 3,200.00 67 8 Pc Wire Whisk,medium Stainless Steel 290.00 2,320.00 68 5 Pc Wire Whisk Small Stainless Steel 250.00 1,250.00 69 5 Pc Wok, Medium 2,200.00 11,000.00 70 5 Pc Wok, Small 1,800.00 9,000.00 71 2 Pc Working Table 20,026.00 40,052.00 72 5 Pc Zester 550.00 2,750.00

Infanta quezon Water District Tender

Food Products
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 02-008-s25 Request For Quotation (rfq) For “procurement Of Food And Venue For National Women’s Day Activity” 1. The Infanta (quezon) Water District (iqwd) Referred To As The “purchaser” Now Requests The Submission Of A Price Proposal For The Procurement Of The Above-stated Item Described In The Technical Specifications/schedule Of Requirements With An Approved Budget For The Contract (abc) Of Eighty Thousand Pesos (₱ 80,000.00) 2. Attachment 1 Provides A Set Of Technical Specifications. All Items And Jobs Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any Of The Requirements May Result In The Proposal Being Rejected. 3. Procurement Procedures Will Be Conducted According To The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. The Iqwd Intends To Evaluate The Bid/proposal On A Lump Sum Basis, And An Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations/proposals And Other Requirements Must Be Delivered At The Address Below Not Later Than 1:30 P.m., February 10, 2025, At Infanta (quezon) Water District (iqwd) Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon. 6. Interested Bidders May Acquire/download Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And Iqwd’s Website. 7. Prices Must Be Quoted In Philippine Pesos And Include The Unit Price And Total Price, Including All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 8. Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “procurement Of Food And Venue For National Women’s Day Activity” Or You May Send Your Bid/proposal Through Courier. 9. Bids/proposals Shall Be Valid For Sixty (60) Calendar Days From The Deadline For Submission Of Bids. 10. The Event Date Will Be On March 7, 2025. 11. Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And Bac Before The Event, If Any, Shall Be Awarded The Contract. 12. The Supplier That Submitted The Lowest Calculated Responsive Bid/proposal, And Passed The Ocular Inspection Conducted By The End User And Bac Before The Event, If Any, Shall Be Awarded The Contract. 13. Proposals Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission Of Documentary Requirements B. Compliance With Technical Specifications/schedule Of Requirements C. Price 14. Delivery Site: Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 15. The Applicable Rate For Late Deliveries Is One-tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Amount. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 16. The Purchaser Reserves The Right To Accept Or Reject Any Proposal And To Annul The Procurement Process Or Reject All Proposals Before Contract Award, Without Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 17. The Prospective Bidder Shall Submit The Following Documentary Requirements: A. Duly Signed Request For Quotation (rfq) Form B. Technical Specifications/schedule Of Requirements C. Mayor’s/business Permit D. Philgeps Registration Number/certificate E. Income/business Tax Return (for Abcs Above P500k) F. Notarized Omnibus Sworn Statement Gerry C. Bustonera Bac Chairperson Attachment 1 Technical Specifications/schedule Of Requirements The “procurement Of Food And Venue For National Women’s Day Activity” Shall Be Delivered And Completed On March 7, 2025. Item No Technical Specifications: I. Availability Event/activity Date: March 7, 2025, Friday Ii. Location A. Within Reina (real, Infanta, Nakar) Or Nearby Municipalities B. Free Parking Space Or Outside Ground Is Reserved For Participants Within Or Near The Venue For Outdoor Activities C. With Access To Main Roads And National Highways Iii. Neighborhood Data A. Proper Waste Management Systems Such As Regular Garbage Collection And Sanitary Permit From The Appropriate Authority B. Proximity To Police And Fire Stations C. Proximity To Banks, Postal, And Telecommunications Service Provider Iv. Venue A. Structural Condition The Foundation Is Made Of Concrete And Structural Steel Materials Or A Combination Of Both B. Functionality Of Function Room 1. Available Function Room And Other Facilities/amenities For Seminar/workshop 2. Air-conditioned Function Room/open Function Hall For Discussion 3. With Provision For Lights And An Audio/pa System Including Microphones. 4. Amenities Include: A. Secretariat’s Table B. Sound System With Microphone, At Least 3 Microphone Units (preferably Wireless) C. Lcd Projector With Table And Projector Screen D. Podium E. Philippine Flag And Pole F. Pads, Pencils And Candies G. Whiteboard And/or Flipchart And Markers H. Free And Steady Wi-fi Connection In The Function Room/s I. Waived Electricity Charges For Use Of Laptops And Projector J. Area Should Accommodate A Guaranteed 52 Participants C. Facilities 1. Continuous Water Supply And Accessible Comfort Rooms 2. Compliance With The Standard Provided In The National Building Code Of The Philippines 3. Accessible Emergency Exit And Alarm, Standby Fire Extinguisher, And Automatic Sprinkler 4. Available Telephone And/or Internet Connection Within The Premises Of The Building 5. Audible/operational Sound System D. Other Requirements 1. Provision Of Technical, Janitorial, And Maintenance Services 2. Ambience Promotes Learning 3. Tables And Chairs Setup: White And Purple Cloth E. Food/meals 1. Location Must Be Inside The Function Room, Or Outside But Near The Function Room 2. The Proposed Menu For Food Choices Shall Be Attached To The Proposal And Be Approved By The Iqwd Twg Committee 3. Designated Banquet Area/hall For Iqwd Participants During Mealtime 5. Meals For A Guaranteed 160 Participants. 7 March 2025 I. One (1) Am Snack (sandwich And Drinks) Ii. One (1) Buffet/plated Lunch Iii. One (1) Pm Snack (pasta/noodles And Drinks) 5. Meals Composed Of The Following: A. A.m. Snacks Composed Of The Following I. Sandwich B. Buffet/plated Lunch Composed Of The Following: I. Main Course Consisting Of: - At Least One (1) Variant Of Meat; And - At Least One (1) Variant Of Vegetable Ii. Steamed Rice C. P.m. Snacks Composed Of The Following I. Pasta/noodles D. Drinks I. At Least One Round Of Iced Tea Or Juice For Every Meal And Every Snack Ii. Provision Of Free-flowing Coffee And/or Tea (no Additional Charge) F. Client Satisfactory Rating Based On Online Hotel Reviews G. Payment Payment Terms Will Be Made To The Winning Supplier Within Thirty (30) Calendar Days After The Issuance Of The (1) Billing Statement By The Service Provider And (2) Certification Of Final Acceptance And Completion/ Inspection And Acceptance Report/certificate Of Satisfactory Service Issued By Iqwd

NATIONAL ECONOMIC AND DEVELOPMENT AUTHORITY REGION V Tender

Food Products
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 1.5 Million (USD 27 K)
Details: Description Invitation To Bid For The Venue And Catering Services For Meetings Of The Neda & Rdc Full Council, Sectoral Committees, Special And Affiliate Committees For Cy 2025 (re-bidding, 2nd Semester) The Catering Service Provider Shall Comply With The Government Regulations As Provided In Presidential Decree No. 856 Otherwise Known As “the Code On Sanitation Of The Philippines”. A. Sanitary Permit (sec. 14, Chapter Iii) B. Health Certificate Of Food Handlers (sec. 15, Chapter Iii) The Catering Service Provider Agrees: A. To Provide Food And Services Through Blue Plate Or Managed Buffet Or Packed As Requested By The Procuring Entity For The Participants As Provided In And In Accordance With The Set Menu In Section Vi. Schedule Of Requirements, Unless Otherwise Provided In Succeeding Paragraphs B, C, D And E. B. To Provide Food And Services For The Number Of Participants On The Basis Of Information Given By The Procuring Entity Thru A Notice Signed By The Coordinator And Chief Administrative Officer Or Her Authorized Representative, At Least Two (2) Days Prior To The Meeting/training Schedule. C. During The Meeting/training, To Increase/ Decrease The Number Of Meals/snacks To Be Served Provided That Written Or Verbal Notice Is Given By The Procuring Entity Signed By The Coordinator And Chief Administrative Officer Or Her Authorized Representative At Least One (1) Day Prior To The Meeting/training Schedule. D. During The Meeting/training, To Adjust Any Specific Food/diet Restrictions (religion Or Health Reasons) If Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Coordinator And Chief Administrative Officer Or Her Authorized Representative, Not Later Than 3pm On The First Day Of Meeting/training. E. To Substitute The Menu For A Specific Meeting/training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Non Slaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. F. To Reschedule/cancel The Meeting/training Due To Fortuitous Event/instances Beyond The Control Of Neda Regional Office 5, Arimbay, Legazpi City. G. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Meeting/training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks And 14) Condiments. H. No Plastic/melawares/ Plates, Spoons. Forks, Bowls, Cups And Saucers I. To Provide Clean Table Cloth, Seat Covers And Table Napkins In Designated Dining Area. J. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “ Clean As You Go” K. Use Of Environment-friendly And Biodegradable Food Packages And Utensils For Packed Meals. Additional Requirements Venue A. To Provide Clean Airconditioned Venue Which Can Accommodate At Least The Number Of Participants Indicated Per Meeting/training With Tables And Chairs. B. To Provide Clean And Accessible Comfort Rooms With Continuous Water Supply, Soap And Tissues At Least One (1) For Female And One (1) For Male. C. To Provide Janitors To Maintain The Cleanliness Of All Comfort Rooms. D. To Provide Standby Generator, In Case Of Power Interruption. E. The Service Provider Shall Not Charge Corkage Fee For Any Food And Drink Brought By Neda Regional Office 5 Inside The Venue. F. To Provide At Least Five (5) Wireless Microphones And Audible And Operational Sound System. G. To Provide At Least One (1) Technical Person To Assist And Operate The Sound System. H. The Venue Should Have An Accessible Emergency Exit With Standby Fire Extinguishers. I. To Provide A Security Guard Or Watchman. J. To Make Available A Water Dispenser In The Venue For The Duration Of The Activity. K. To Provide Projector Or Led Screens For Presentations. L. With Wifi At Least 50mbps Catering Services A. The Neda Regional Office 5 Shall Inform The Concessionaire Of The Total Number Of Actual Participants At Least Three (3) Days Before The Conduct Of Meeting/training. B. The Service Provider Shall Assure The Quality Of Food To Be Served Maintaining High Standards Of Sanitation. In The Event That The Food Served Has Indication Of Spoilage, The Caterer Shall Be Allowed To Make Substitution Upon The Approval Of The Procuring Entity. C. The Service Provider Shall Submit Or Provide Menu For Healthy Foods Such As Rice, Beef, Chicken, Pork, Seafoods, Vegetables, Dessert/fruits And Fresh Fruit Juices. D. The Service Provider Shall Provide Free Flowing Coffee/tea, Creamer, Sugar, Hot And Cold Water During The Meeting/training To Be Ready At 8:00am. E. The Caterer Shall Schedule Food Tasting At Least A Week Before The Conduct Of The Event. F. The Caterer Shall Serve Consumables Of Snacks And Lunch As Provided In The Schedule Of Requirements Which Shall Be Ready For Inspection By 9:30am For Am Snacks, 11:30am For Lunch And 2:30pm For Pm Snacks. G. The Service Provider Shall Not Require Advance Payment And Deposit To Guarantee The Reservation. H. The Concessionaire Shall Assign At Least Ten Waiters/waitresses In Clean Working Garments In Meeting And Training With: 100 Or More Participants And 2-4 Waiters/waitresses For Meeting/training With Less Than Or Equal To 50 Participants.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Multi-purpose Buildings / Facilities To Support Social Services, Construction Of Multi-purpose Building, Mambajao, Maasin City, Southern Leyte Contract Id No. : 6. 25il0035 Locations : Maasin City, Southern Leyte Scope Of Works : Construction Of Multi-purpose Building – 2 Storey Building Including Clearing And Removal Of Existing Structures, Earthworks, Structural Works, Masonry Works, Roof Framing And Roofing Works, Ceiling Works, Water Proofing And Tile Works, Finishing Works, Painting Works Of Steel, Concrete And Wood Surfaces, Plumbing Works, Electrical Works Including Installation Of Airconditioning Units, Installation Of Fire Extinguishers. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10 - 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, According To The Table Below. 7. 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. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 17, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On January 30, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. 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. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office 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. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Multi-purpose Buildings / Facilities To Support Social Services, Construction Of Multi-purpose Building, Salvador, Macrohon, Southern Leyte Contract Id No. : 8. 25il0047 Locations : Macrohon, Southern Leyte Scope Of Works : Construction Of Multi-purpose – 2 Storey Building Including Earthworks, Structural Works, Masonry Works, Ceiling Works, Tile Works, Roof Framing And Roofing Works Finishing Works, Painting Works Of Steel, Concrete And Wood Surfaces, Plumbing Works, Electrical Works Including Installation Of Android Tvs, Airconditioning Units, Installation Of Fire Extinguishers. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, According To The Table Below. 7. 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. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 4, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. 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. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office 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. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com

Department Of Health Regional Office Ii Tender

Healthcare and Medicine
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 360 K (USD 6.1 K)
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2025-003 Location Of The Project – Tuguegarao City Request For Quotation Date:01/08/2025 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am January 13, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Month 3 360,000.00 Rental Of Warehouse (january To March 2025) Warehouse Requirements: - Floor Area At Least 750 Sq.m - Well Lighted - No Leak And Holes On Roof And Walls - Wide Doors And With Steel Doors For Safety - Enough Outlets For Electric Fans - Luminous Exit Signages - Fire Extinguishers - Emergency Lights - Smoke Detectors - Airconditioned Office Room To Accommodate At Least Two Persons - Water Source And Comfort Room - Building And Stocks Insured By The Owner - Electricity And Water Should Be Shouldered By The Owner - With Cctv Monitoring System For Use Of Cv-chd Health Commodities "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-01-0012 Page 1 Of 1

Ministry Of Agriculture Fisheries And Agrarian Reform Tender

Automobiles and Auto Parts
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 136.7 Million (USD 2.3 Million)
Details: Description Lot No. Unit Quantity Specifications Approved Budget For Contract Price Of Bid Documents Delivery Period 1 Unit 11 4wd Tractor (100 Hp) With Farm Implements 38,500,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9053 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Norte, Maguindanao Del Norte & Sga 2 Unit 2 4wd Tractor (100 Hp) With Farm Implements 7,000,000.00 10,000.00- Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9051 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Sulu 3 Unit 2 4wd Tractor (100 Hp) With Farm Implements 7,200,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9052 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Norte & Maguindanao Del Sur 4 Unit 13 Delivery Truck (wing Van) 36,400,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9050 Prime Mover Rated Power : 350hp Min @ 1800rpm Engine Displacement : 12.8l Min Fuel Type : Diesel Engine Type : Inline 6 Cylinder, Intercooler Turbo Engine Compression Ratio : 17.3 Min Manufacturer Year Model : 2010 Abdve Performance Classification Aspiration Method : Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission : 7 Speed Manual Min. No. Of Drive : 2 Body And Cab No. Of Wheels : 11 (2 Front : 8 Rear : 1 Spare Tire) No. Of Studs : 10 Min Payload : 15,000 Kg Min Gross Vehicle Weight : 25,000 Kg Min Front Cabin : Single Rear Body Type : Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height ; 450 Mm, Min Body Length : 30 Ft, Min Brake System : Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack ( Complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Maguindanao Del Norte, Maguindanao Del Sur, Sga And Tawi-tawi 5 Unit 1 Delivery Truck (wing Van) 5,625,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9049 Prime Mover Rated Power : 350hp Min @ 1800rpm Engine Displacement : 12.8l Min Fuel Type : Diesel Engine Type : Inline 6 Cylinder, Intercooler Turbo Engine Compression Ratio : 17.3 Min Manufacturer Year Model : 2010 Abdve Performance Classification Aspiration Method : Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission : 7 Speed Manual Min. No. Of Drive : 2 Body And Cab No. Of Wheels : 11 (2 Front : 8 Rear : 1 Spare Tire) No. Of Studs : 10 Min Payload : 15,000 Kg Min Gross Vehicle Weight : 25,000 Kg Min Front Cabin : Single Rear Body Type : Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height ; 450 Mm, Min Body Length : 30 Ft, Min Brake System : Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack ( Complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Sulu 6 Unit 10 Corn Sheller 2,600,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9061 Technical Specifications: > Prime Mover: 14hp Diesel Engine, 4-stroke, Water-cooled 1 Cylinder > Output Capacity : 4.5 Tons/hr > Shelling Recovery : Minimum Of 99% > Shelling Efficiency, Minimum Of 99.5% Maximum Losses A. Blower : 1 B. Separation : 1 C. Unshelled : 0.5 D. Scattering : 0.5 Purity, Minimum Of 98% > Engine (1 Year Warranty Against Factory Defects) > Warranty Shall Be Provided For Parts And Services Within One Year After The Acceptance Of The Corn Sheller, Except On Fast Moving And Easy To Wear Parts Such As Belts. > Provided With Fuel And Oil During Actual Testing. > With Brand New Tires, Size:14 Inches Diameter Wheel Rim > With Amtec Test Result For Machine And Engine Must Conform To Paes With Standard Heavy Duty Tools: 2 Pcs. Screw Driver (flat Screw And Philips Screw- 12 Inches) 1 Pc. Open Wrench (10 Mm X11 Mm) 1 Pc. Open Wrench (12 Mm X14 Mm) 1 Pc. Open Wrench (14 Mm X17 Mm) 1 Pc. Open Wrench (19 Mm X21 Mm) 1 Pc. Holder Of Tools *** Nothing Follows *** Delivery Area Maguindanao Del Norte Maguindanao Del Sur 7 Unit 127 Hand Tractor 39,420,800.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9048 Specification Application: Corn Machine Type: Corn Harvester Type: Mini Harvester Use: Corn Harvester Structural Type: Handheld Four-wheel Seif-propelled Number Of Row: 1 Working Width(mm): 60mm Tractor Power (hp): 10-13hp Engine: 192f Engine : Gasoline Or Diesel Engine Steering: Built-in Dual Differential Transmission Method: Gear Transmission Row Distance (mm): 10-20mm Number Of Cutting Tools: 12pieces Blade Length: 8cm Cutting Width (mm): 70cm Dimension: (l*w*h) 2.2*0.85*1.2m Packaging And Delivery Selling Unit: Single Item Single Packaging Size: 137x67x100cm Single Gross Weight: 280kg *** Nothing Follows *** Delivery Area Maguiundanao Del Sur & Maguindanao Del Norte

Municipality Of Conner, Apayao Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date17 Jan 2025
Tender AmountPHP 24.7 Million (USD 423.7 K)
Details: Description Republic Of The Philippines Province Of Apayao Municipality Of Conner Local Government Unit Invitation To Bid For; Project Title: Construction Of One (1) Unit Warehouse In Conner, Apayao Location: Paddaoan, Conner, Apayao Project Id: 24mgu-infra-048 The Local Government Unit Of Conner, Apayao, Through The Da-rfo-car Intends To Apply The Sum Of Twenty-four Million Seven Hundred Fifty Thousand Pesos Only (24,750,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of One (1) Unit Warehouse In Conner, Apayao Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Conner, Apayao Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 907 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Local Government Unit Of Conner, Apayao And Inspect The Bidding Documents At The Address Given Below From Civil Registrar Office 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders At The Office Of The Municipal Civil Registrar On December 27, 2024. {insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Local Government Unit Of Conner, Apayao Will Hold A Pre-bid Conference On January 3, 2025 @ 10:00 Am At The Lgu-premises, Caglayan, Conner, Apayao Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat In Person At The Office Of Civil Registrar Office On Or Before January 17, 2025 @ 9:00 Am (i) Manual Submission At The Office Address As Indicated Above. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 17, 2025 @ 9:30 Am At The Given Address Below Lgu-premises, Caglayan, Conner, Apayao. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Unit Of Conner, Apayao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. Scope Of Work Item No. Description Unit Quantity A.1.1(6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer (rental Basis) Month 30 A.1.2(2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis Month 30 A.1.1(11) Provision Of Furniture/fixtures Equipment And Appliances For The Field Office For The Engineer Lumpsum 1.00 B.3 Permit And Clearances Lumpsum 1.00 B.5 Project Billboard/signboard Each 1.00 B.7(2) Occupational Safety And Health Lumpsum 1.00 B.9 Mobilization/demobilization Lumpsum 1.00 B.16 Recognition Plate/project Marker Each 1.00 102(2) Surplus Common Excavation Cu.m. 3,000.00 803(1)a Structural Excavation (common Soil) Cu.m. 1,077.68 804(1)b Embankment From Borrow Cu.m. 218.40 804(4) Gravel Fill Cu.m. 88.09 311(1)e1 Portland Cement Concrete Pavement (280mm Thk.) Cu.m. 398.11 900(1)c2 Structural Concrete (footing And Slab On Fill), Class A, 28 Days Cu.m. 252.88 900(1)c4 Structural Concrete (column), Class A, 28 Days Cu.m. 115.45 900(1)c6 Structural Concrete (beams/girders), Class A, 28 Days Cu.m. 72.60 902(1)a Reinforcing Steel (deformed), Grade 40 Kgs. 45,065.92 903(2) Formworks And Falseworks Sq.m. 1,102.50 1000(1) Soil Poisoning Ltr. 177.48 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel), 100mm Sq.m. 381.28 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) Sq.m. 410.26 1047(8) Structural Steel (roof Framing) Bdft. 1,245.83 1014(1)b2 Prepainted Metal Sheets (rib Type, Long Span, Above 0.50mm) M 1,245.83 1013(2)a2 Fabricated Metal Roofing Accessory (flashings, Gauge 26)) M 157.80 1013(2)b1 Fabricated Metal Roofing Accessory (gutters, Gauge 26) M 52.50 1010(2)a Door (flush) Sq.m. 61.68 1007(1)b Aluminum Framed Glass Door (swing) Sq.m. 21.29 1011(1)a Roll-up Door Lumpsum 1.00 1008(1)a Aluminum Glass Windows (sliding) Sq.m. 31.43 1008(1)c Aluminum Glass Windows (awning) Sq.m. 4.32 1008(1)d Aluminum Glass Windows (fix) Sq.m. 6.59 1027(1) Cement Plaster Finish Sq.m. 1,267.24 1018(5) Glazed Tiles Sq.m. 301.00 1018(2) Unglazed Tiles Sq.m. 48.00 1003(1)a1 Carpentry (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 484.07 1003(1)e2 Carpentry (metal Furring Frame, Pre-painted Metal Panel) Sq.m. 221.27 1032(1)a Painting Works Sq.m. 2,907.48 1051 (1) Railing Lumpsum 1.00 1001(8) Sewer Line Works Lumpsum 1.00 1001(9) Storm Drainage And Downspout Lumpsum 1.00 1002(6) Cold Waterline Works Lumpsum 1.00 1002(4) Plumbing Fixtures Lumpsum 1.00 1001(6) Catch Basin (concrete) Each 10.00 1001(11) Septic Vault Lumpsum 2.00 1100(10) Conduit, Boxes And Fittings (conduit Works/conduit Rough-in) Lumpsum 1.00 1101(33) Wires And Wiring Devices Lumpsum 1.00 1103(1) Lighting Fixtures And Lamps Lumpsum 1.00 1202(6)a1 Fire Extinguisher Lumpsum 7.00 1208(1) Fire Alarm System Lumpsum 1.00 13. For Further Information, Please Refer To: Edmundo B. Desiderio Jr, Ce. Bac Sec Head-infrastructure Office Of The Municipal Engineer Vivian B. Pacis Bac Chairman-infrastructure Office Of The Civil Registrar 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: [philgeps, Local Government Unit Of Conner, Apayao]

City Of Trece Martires Tender

Furnitures and Fixtures
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 249.9 K (USD 4.3 K)
Details: Description Arm Chair (kindergarten) 30 Pc/pcs ₱45,000.00 -wooden, Sturdy, 14x14 -different Colors (red, Blue, Yellow, Green) Office Table 1 Pc/pcs ₱4,500.00 - Made Of Wood, With 4 Drawers And 2 Locks -color: White Or Gray -size (lxwxh) 46 X 22.4 X 28.4 Inches Office Chair 1 Pc/pcs ₱6,500.00 - Black, Adjustable Height -mesh Type, Fabric Finish - Office Mid-back Chair With Armrest Steel Cabinet Mobile Pedestal 1 Pc/pcs ₱5,000.00 - 3-drawer Gauge 20 W/ Key Lock, Color: White Book Shelf Organizer 2 Pc/pcs ₱3,600.00 - Wooden, White, 120*24*60cm (lxwxh) -moisture-proof, Thick, 8 Square Shelves -grid Cabinet Bookcase, Modern Montessori Bookshelf 2 Pc/pcs ₱5,600.00 - Material: Wood, Color: White, 80 - Dimension: 80*30*88 Cm, 5 Layer/shelves Whiteboard 1 Pc/pcs ₱6,500.00 - Wall Mounted, Approx. 4ft X 7ft, Heavy Duty Plastic Chair 5 Pc/pcs ₱3,175.00 - Nordic Plastic Chair, Stackable, Thickened Dimensions: 78*38*39, Color Grey Educational Posters 11 Pc/pcs ₱1,155.00 - 20" X 30", With Plastic Lamination - Alphabet, Numbers, Shapes, Colors, Fruits, Animals, Vegtables, Months, Days, Body Parts, Solar System (1 Each) Whiteboard Marking Pen 30 Pc/pcs ₱2,610.00 - Whiteboard, Black, Fine Pilot Or Equal Brand Ink Refill For Whiteboard Pen 10 Btl ₱650.00 - Black, 25ml Eraser - Felt, Whiteboard Eraser, 12.5x5x2.6cm 5 Pc/pcs ₱300.00 Trash Can-capacity: 50l, Touch Top Cover, Pp 2 Pc/pcs ₱960.00 Garbage Bag, Black Plastic, Medium, 50's 5 Pack ₱1,350.00 Walis Tambo, Broom, Soft 1 Pc/pcs ₱315.00 Walis Tingting, Broom, Stick 1 Pc/pcs ₱70.00 Dustpan, Plastic, Pansize: 23cm X 24cm 1 Pc/pcs ₱80.00 Alcohol, 70% Isoprophyl, 500 Ml 4 Btl ₱476.00 Bathroom Soap, Liquid W/ Dispenser, 221ml 1 Pc/pcs ₱265.00 Chlorox, 1892ml, Original, Zonrox Or Equal Brand 1 Gallon ₱215.00 Dipper With Handle 1 Pc/pcs ₱72.00 Pail-heavy Duty, 6 Gal. Plastic Pail 1 Pc/pcs ₱400.00 Spin Mop 1 Pc/pcs ₱760.00 - With Suspension Spinner And Extend Hydraulic Rod, 360 Easy Rotating, 30l - With 5 Wash Cloths, 48*28*27cm Bucket Size Toilet Bowl Brush, W/ Handle, Plastic, Short 1 Pc/pcs ₱224.00 Toilet Bowl Cleaner, 500ml 1 Pc/pcs ₱224.00 Extension Cord, 4 Switches, Universal Outset And Switch 3 Meters 4 Pc/pcs ₱1,840.00 Colored Erasable Whiteboard Markers 5 Pack ₱1,525.00 -12 Different Colors Per Pack Ink Refill For Colored Erasable Whiteboard Markers 2 Pack ₱1,060.00 - 12 Colors Refilling Ink Paper, Multicopy, 80gsm, Legal Size 5 Ream ₱2,350.00 Paper, Multicopy, 80gsm, A4 Size 5 Ream ₱2,100.00 Pen, Ballpoint, Fine Point, Pilot Or Equal Brand, Black 50 Pc/pcs ₱1,850.00 Pen, Ballpoint, Fine Point, Pilot Or Equal Brand, Red 20 Pc/pcs ₱740.00 Pen, Ballpoint, Fine Point, Pilot Or Equal Brand, Blue 20 Pc/pcs ₱740.00 Sign Pen, V-5 Extra Fine, Pilot Or Equal Brand, Black 4 Pc/pcs ₱500.00 Sign Pen, V-5 Extra Fine, Pilot Or Equal Brand, Blue 4 Pc/pcs ₱500.00 Pencil, Lead W/ Eraser, Wood Cased #1 12's 3 Box ₱510.00 Stapler No. 35, Heavy Duty, With Remover 2 Pc/pcs ₱1,304.00 Staple Wire, #35, 5000 Pcs. 5 Box ₱525.00 Wall Clock, Colorful, Large 1 Pc/pcs ₱1,600.00 Two-ring Binder (lever Arch File, H=14", W=9", Capacity=3", Long (1 Red, 1 Blue, 1 Yellow) 3 Pc/pcs ₱1,164.00 Scissors, 6" Minimum 2 Pc/pcs ₱320.00 Double Sided Tape, 1", 50 M 3 Roll ₱297.00 Masking Tape, 1" 24mm 2 Roll ₱182.00 Transparent Tape, 1", 50m 2 Roll ₱216.00 Transparent Tape, 2" 50mm 2 Roll ₱286.00 Ink Bottle, Brother, Btd60bk, Black 3 Bottle ₱1,557.00 Ink Bottle, Brother, Bt5000c, Cyan 1 Bottle ₱519.00 Ink Bottle, Brother, Bt5000m, Magenta 1 Bottle ₱519.00 Ink Bottle, Brother, Bt5000y, Yellow 1 Bottle ₱519.00 Bluetooth Mouse With Scroll 1 Pc/pcs ₱650.00 Mouse Pad, 25x20cm Approx. 1 Pc/pcs ₱210.00 Battery, Dry Cell, Aa, 2pc/pck 5 Pack ₱650.00 Battery, Dry Cell, Aaa, 2pc/pck 5 Pack ₱650.00 First Aid Kit-first Aid Kit Set, Emergency Kit 1 Set ₱620.00 Fire Extinguisher 1 Pc/pcs ₱1,750.00 - 10lbs, Dry Chemical, For Class A,b,c Fires Stand Fan, Electric Fan 1 Unit ₱2,483.00 Industrial Wall Fan 3 Unit ₱5,460.00 - 3 Metal Aluminium Blades, 55" Smart Tv 1 Unit ₱30,800.00 - 4k Smart Android Tv, 4k Hdr Tv - Slim Design, Two Leg Stand, Dolby Audio - Display Resolution: 3840 X 2160 Laptop 1 Unit ₱75,000.00 - Processor: 13th Gen Intel Core I5-13420h - Graphics: Integrated Intel Uhd Graphics - Memory: 8gb Ddr5-5200mhz - Storage: 256gb Ssd M.2 2242 Pcie Gen4 - Display: 16" Wuxga (1920x1200), Ips, Anti-glare, Non-touch, 45% Ntsc, 300 Nits, 60 Hz - Camera: 720p Hd With Dual Microphone With Fingerprint Reader, Color: Arctic Grey - Os: Windows 11 Home - With Licensed Microsoft Office Ink Tank Printer 1 Unit ₱19,000.00 - Function: Print, Scan, Copy - Max Printing Resolution: 4800 (horizontal) X 1200 (vertical) Dpi - Printable Width: Up To 203.2mm (8") - Paper Size: A4, A5, B5, Letter, Legal, Etc. - Paper Handling: A4 = 60 - Scanner Type: Flatbed - Optical Resolution: 600 X 1200 Dpi - Copier: Max Doc Size - A4/letter - Display: Lcd (1.5"/3.8cm Segment Mono) - Color: Black
2231-2240 of 2296 archived Tenders