Fire Extinguisher Tenders
Fire Extinguisher Tenders
Municipality Of Pintuyan, Southern Leyte Tender
Automobiles and Auto Parts
Philippines
Details: Description Item No. Item And Descriptions Quantity Unit 1 Lot Of Mobile Command And Control Vehicle (moccov) With Triage Technology Specifications: Trailer; 1 Set Trailer Dimension: L 16’ft X 6’8” Ft Trailer 40 Sq.m. Covered Area, Command Center Tent Maximum Capacity: 18 Persons Capacity: 10,000 Lbs. Multi-use Compartment For Rescue Equipment Swing Out Sink Rear/kitchen Top Tailgate Water Tank Gauge Indicator Automatic Water Pump For Faucet Reflectorized Trailer Side Markers Full Color Decal Suspension And Under Chassis Details: Round Axle With Hubs And Heavy-duty Bearings Rear Stabilizer Swivel Legs Front Stabilizer Swivel Legs Tandem Wheel And Fender With Spare Tires Front Swing/swivel Hand Jack With Tire Electromagnetic Brake System Swing Out Rear Tail Gate Dust And Waterproof Pvc Travel Cover Tent System; 1 Set Material: Wax Poly Cotton Canvas Fabric Annex 1: Mission Room Convertible To Bedroom Annex 2: Kitchen And Pantry Room Annex 3: Mission Room Annex Walls, With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All Made With Heavy Duty Materials Maximum Capacity: 18 Persons Annex Walls With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All In Heavy Duty Material Tent Material Is Water Repellent 3-season Tent That Can Withstand A Wind Force Of 7.5 Mph Baseline With Approximately 38 Mph Winds And Gusts Trailer Utilities; 1 Set Trailer Built-ins 150 Liters Water Tank Pump And Plumbing System Ac And Dc Power Inlet Mounted And Wash Basin Dust And Waterproof Pvc Travel Cover Portable Air-conditioning Unit Horsepower: 1 Hp Weight: 29 Kg Dimensions: 36.5 × 44.5 × 71.5 Cm Cooling Capacity: 12,600 Kj/h Power Consumption: 1100 W Applicable Area: 18-28 M 3 Units Independent Portable Toilet Material: Pp, Abs Dimension:35x42x43cm / 13.8×16.5×17" Capacity: 24l Flush Method: Press Compact Size And Lightweight Design Also Fit For Outdoor 1 Unit Toilet/shower Tent Material: Waterproof Cloth Rod: Glass Fiber Pop-up Dimension: 1.2x1.2x1.8 M With 1unit Portable Camping Shower, Rechargeable 2 Units Fuel Tank Standard: As/nzs 2906:2001 Capacity: 20l Of Fluid Spill Proof Vented Pouring Spout. Material: Uv Stabilized High Density Polyethylene 4 Units Fire Extinguisher 5lb Abc Non-toxic And Non-corrosive Chemicals Refillable Mono Ammonium Phosphate Chemical, Non-conductor, Non-toxic, Stored Pressure Equipped With Pressure Gauge, Brass Valve And Heavy-duty Air Hose With Nozzle 1 Unit Communication And Surveillance Pneumatic Mast Operation: Arc Movement + Vertical Movement Height: 10m Pan Movement: 360°gross Weight: 50 Kg Operation Platform: Arc Movement Horizontal And Vertical Rotation Speed: 6r/min Wind Resistance: 66km/h Control Way: Rs485, Pelco-d/p Agreement, Remote Control Material: Aluminum Alloy Power Supply: Dc12v-10a 1 Unit Wireless Siren Voltage: Dc 12v Output Power: 200w Siren And Microphone 1 Set Weather Station System Measurements: Hygrometer//humidity, Rainfall, Temperature, Wind Direction, Wind Speed Sensors: Anemometer, Rain & Temperature Solar-powered With Stored Energy Backup. Corrosion-proof And Can Withstand Extreme Weather Environments Has Wireless Transmission Range Of 1000 Ft. (300 M) Transmits Data Every 2.5 Seconds 1 Set Rescue Quadcopter Drone Waterproof Extended Flight Time Up To 20 Minutes Power-flip Function When Floating Flight Control Feel Tuned For Lifesaving As Well As Search And Rescue Operations 2.7k Color Camera, Remote Control Specially Designed Rescue Buoyancy Sausage Live As Well As Recorded Video Footage Payloads Up To 1.2kg 1 Set Satellite Internet Starlink; Standard Roaming Account (subscription Not Included) 1 Unit Uhf/vhf Radio Communication System Frequency Range 136-174 Mhz Or 450-520 Mhz Number Of Channels Max. 32 Channel Spacing Analog 12.5 Khz Digital 6.25 Khz Operating Voltage 13.6 V Dc ± 15% Frequency Stability ± 2.0 Ppm ± 1.0 Ppm Antenna Impedance 50 Ω Weight: 1.10 Kg 1 Set Management Laptop Intel Core I5 Ram 8gb Display: 15.6 Inches (main Display) Windows 10/11 Home/webcam/bt/wifi/cardreader/backlit Keyboard 1 Set Led Robotic Search Light Lighting Mode: Low Light, High Light, And Flashing Image Resolution: 1280 × 720 Max. Rotation Range Yaw: - 70° To + 70°, Pitch: - 135° To 45° Power Consumption: ≤ 40 W 1 Unit Ptz Perimeter Camera System Pan, Tilt, Zoom 1/2.8" Hd Progressive Scan Cmos 1920 × 1080 Resolution 25× Optical Zoom 120 Db True Wdr (wide Dynamic Range) Up To 100 M Ir Distance 3d Intelligent Positioning Switchable Tvi/ahd/cvi/cvbs Video Output 1 Unit Bullet Camera System Image Sensor 1/3" Progressive Scan Cmos Min. Illumination Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir Day & Night Ir Cut Filter Angle Adjustment: Pan: 0° To 360°, Tilt: 0° To 100°, Rotate: 0° To 360° Max. Resolution: 2688 × 1520 4 Units Cctv Nvr 8 Channel (ds-7208huhi-k1/e) Digital Video Recorder Mouse, Manual And Power Cord Remote Viewing Anytime, Anywhere Live View From Pc, Smartphone Or Tablet Turbo Hd Camera Ultra-low Light Chromatic Night Vision 1 Set Console Box Heavy Duty Case For Cctv System And Media System Laminated Water Resistant, 1 Unit All In One Pc, 2 Units 22inch Multimedia Tv With Tv Box, 1 Unit 32-inch Smart Tv, 7inch Am/fm Audio Receiver With Speakers, Wireless Keyboard And Mouse 1 Unit Step Ladder 3 Step Foldable Aluminums Ladder 1 Unit Table For Mapping Folding Half Table With Foldable Steel Legs 4ft 122 X 60 X 74cm 1 Unit White Board Magnetic White Board 30cm X 60cm 1 Unit Rescue And Triaging Foldable Rescue Boat With Outboard Motor Width (beam) When Open: 60″ 1.52mdraft: 4″ 11.4cmdepth Mid-ship: 24″ 56cmcapacity: 807 Lbs. Number Of Seats: 6material: Hard Plastic 1 Set Water Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 2 Rescue Vest, 1 Rescue Can, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag 1 Set High Angle Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag, 1 Swing Spinner Carabiner,1 Hand Ascender Device, 1 Adjustable Foot Loop Sling, 1 Descender Rescue 8, 1 Pulley Single Sheeve, 1 Pulley Double Sheave 1 Set Automated External Defibrillator Protocol: Semiautomatic And Fully Automatic Configuration Defibrillator Charge Hold Time: 30 Seconds. Aed 3 Automatic Model: 3 Seconds Prior To Automatic Shock Delivery Energy Selection: Factory Pre-programmed Selection Patient Safety: All Patient Connections Are Electrically Isolated Size: (h X W X D) 12.7 Cm X 23.6 Cm X 24.7 Cm. 5.0 In X 9.3 In X 9.7 In Weight: 2.5 Kg; 5.5 Lbs. (with Battery) 1 Unit Emergency And Trauma Bag. 1 Btl Alcohol 150ml 1 Btl Betasol Povidone 60ml 1 Btl Hydrogen Peroxide 60ml 1pc. Tourniquet 1 Set Oxygen Tank W/ Regulator 1 Pc. Emergency Blanket 1 Pc. Arm Splint / Sam Splint 1 Pc. Leucoplast ½ 1pc. Cpr Mask Surgi-tech 1 Pc. Cervical Collar 1 Pc. Triangular Bandage 1 Pc. Hot And Cold Pack 160g Surgi-tech 1 Pc. Digital Thermometer Advan 1 Btl Dextrose Partners 1 Pc. Iv Tubing Surgi-tech 1 Pc. Iv Cath G.24 1 Pc. Cosmed Butterfly G.23 1 Pc. Pulse Oximeter 1 Set Ambu Bag Pvc 1 Pc. Pen Light Indoplas 1 Set Blood Pressure / Bp Set 1 Pc. Kelly Forceps Straight 1 Pc. Surgical Scissor Straight 1 Set Foldable Military Spec Medical Beds Material: High-grade Aluminum Foldable Product Size: 194 X 66 X 41cmfolded Size: 90 X 12 X 20cmweight: 9.5kgload Bearing: Less Than 159kg 5 Units Jack 3-ton Crocodile Jack 1 Unit Rescue Axe Gross Weight: 32oz Or 910g Length: 15" Or 38cm Carbon Steel Head Dual Fiberglass Handle Rubberized Grip 1 Unit Bolt Cutter Size: 12" Max. Cutting Size: 5mm Cr-v Blade 1 Unit Hi-lift Responder Jack Material: Cast Iron Steel Size: 42” Leverage: 4660 Lbs. 1 Unit Medical Stretcher Product Size (length*width*height): 214*54*13cm Foldable 1 Unit Shovel Full Length: 42cm Spade Width: 10cm Shovel Length: 12.5cm Pick Length: 11cm 1 Unit Power Supply And Electronics Jump Starter/power Bank Ce/rohs/emc Battery Capacity:15000mah Input: 14/a Output:5v/4a; 12v/12a; 19v/3.5a Charging Time: 5 Hours Start Current: 300a Peak Current: 600a 1 Unit Solar Power Generator System Rated Power: 200w Rated Voltage (vmp): 18v Rated Current (imp): 3.34a Open-circuit Voltage: 21.6v Short-circuit Current: 3.64a Number Of Cells: 36 Cell Type: Poly-crystalline Silicon Glass Type: High Transmission, Low Iron, Tempered Glass, Glass Thickness Of Glass: 3.2mm 1 Set Wind Power Generator System - Material: Nylon Fiber - Blade Length:600mm - Wind Wheel Diameter:900mm - Weight:12.5kg - Rated Power: 400w - Starting Wind-speed: 12m/s - Rated Voltage: 12/24vr 1 Unit Generator Set Power Inlet Mounted220-240vopen Type Generator Starting System: Recoil/electrical Starting Alternator Material: 100% Cu Frequency (hz): 60voltage(v): 120-240rated Output (kw): 8max Output (kw): 8thd (%): 25running Time At 50% Loading(h): 8.5fuel Tank Size(l): 21noise Db(a): 97insulation Grade: F 1 Unit 220v Backup Inverter Power System 3000 Watts Power Inverter Dc Charging System Output Voltage: 220v (+-) 10% Output Frequency: 60hz (+-) 2 Output Wave Form: Modified Sine Wave Peak Efficiency: 65% 1 Unit Battery Bank Power Supply 100ah X 4 (total Capacity= 400ah) Lithium Ion Battery 1 Unit Training - Seminar Technical Seminar Training For Ingress And Digress Of Trailer-tent System Gain Knowledge Of Equipment And Its Specifications Proper Handling And Proper Use Of Tools And Equipment's Ergonomic Placement Of Equipment Individual Seminar Training And Testing Of Each Individual For A Specific Role Ex: Basic Drone Pilot Training, Cctv Controller Etc. Note: Caap Certification Not Included Team Seminar Conducting Team For Ground Training And Actual Response Action Efficient Ingress And Digress Of Mocov Synchronization Of Individual And Their Roles At A Specific Time Of Action Tool Set 82 Pcs Tool Set 1 Set Cook Set 6 Persons Cook Set 1 Set Portable Stove 2 Burner Portable Butane Stove 1 Unit Vehicle Modified 4x4 Xl Ford Ranger 2024 Or Its Equivalent Or Better Powertrain 4x4 Drivetrain 2.0l Turbo Diesel Maximum Power 170hp @ 3,500maximum Torque 405nm @ 1,750-2500 Rpm6-speed Manual Transmission Chassis & Suspension Front Suspension Double Wishbone With Coil Springs Rear Suspension Leaf Spring Front Ventilated Discs/rear Drum Wheels & Tires16" Off-road Mag-wheels 255 / 70r 16 Tires Accessories: Snorkel Led Bar Light, Roof Tray, Led Emergency Strobe Light Bar, Load Plus (suspension), Tow Hitch Set 1 Lot Notes: 1. All Items Should Be Supplied, Delivered And Installed On-site As Designated By The End-user Unit. 2. Mobile Command And Control Vehicle With Triage Technology And Its Accessories Should Be Accredited Or Recognized From Department Of Science And Technology (dost) Or Any Appropriate Government Agencies. 3. Vehicle Inclusions: Lto Registration – 3years, Ctpl-3years, Insurance With Aog – 1 Year, With Logo Of The Municipality (pintuyan). 4. Product Warranty Certificates For Vehicle. 5. Product Warranty Certificates For Equipment, Devices And Accessories Not Less Than One (1) Year. 6. Trainings For Operators Of All Equipment, Devices And Accessories And Corresponding Seminars For Conducting Team Shall Be Formed Part Of The Contract.
Closing Date7 Jan 2025
Tender AmountPHP 17.8 Million (USD 306.7 K)
Department Of Education Division Of Surigao Del Sur Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Supply And Delivery For Office Equipment Supplies & Consumables And Semi-ict Equipment Of Cabugo Es, Bayabas, Surigao Del Sur Request For Quotation: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Bottle Epson 003 Black Ink ( Genuine) 12 250.00 3,000.00 2 Bottle Epson 003 Cyan Ink ( Genuine) 8 250.00 2,000.00 3 Bottle Epson 003 Magenta Ink ( Genuine) 8 250.00 2,000.00 4 Bottle Epson 003 Yellow Ink ( Genuine) 8 250.00 2,000.00 5 Bottle Brother Btd60 Bk Ink (original) 1 250.00 250.00 6 Bottle Brother Bt 5000 C Ink (original) 1 250.00 250.00 7 Bottle Brother Bt 5000 M Ink (original) 1 250.00 250.00 8 Bottle Brother Bt 5000 Y Ink (original) 1 250.00 250.00 9 Ream Paper, Multicopy A4, 500 Sheets Per Ream 200 178.00 35,600.00 10 Ream Paper, Multicopy Legal, (8.5x13) 500 Sheets Per Ream 10 185.00 1,850.00 11 Piece Ballpen, Black 108 6.00 648.00 12 Piece Ballpen, Blue 24 6.00 144.00 13 Piece Ballpen, Red 72 6.00 432.00 14 Piece Sign Pen, Fine Tip, Black 48 30.00 1,440.00 15 Box Staple Wire #35, Standard 18 25.00 450.00 16 Piece Stapler #35, Standard Type 10 153.00 1,530.00 17 Piece Stapler #35, Standard Type (long Reach/arm For Booklet 1 200.00 200.00 18 Roll Tape Transparent, 1 Inches 30 15.00 450.00 19 Roll Tape, Packaging, 2 Inches 9 35.00 315.00 20 Roll Tape, Paper 1 Inch 40 20.00 800.00 21 Bottle Glue All Purpose 240 G 30 35.00 1,050.00 22 Piece Folder Expanded Legal Yellow Colored 5 15.00 75.00 23 Piece Folder Expanded Legal Green Colored 11 15.00 165.00 24 Piece Folder Expanded Legal Pink Colored 5 15.00 75.00 25 Piece Folder Expanded Legal Blue Colored 5 15.00 75.00 26 Piece Folder Expanded Legal Orange Colored 5 15.00 75.00 27 Piece Folder Expanded Legal Violet Colored 5 15.00 75.00 28 Piece Folder Expanded Legal Red Colored 5 15.00 75.00 29 Box Pencil Lead/graphite With Eraser, 1 Dozen Per Box Jumbo Size Mongol 2 5 90.00 450.00 30 Piece Pencil Sharpener, Double Hole, Small 50 4.00 200.00 31 Piece Scissors, Symmetrical/asymmetrical Big 10 35.00 350.00 32 Piece Scissors, Safety For Kinder, Small Size 20 15.00 300.00 33 Pack Photopaper, A4 Size (20 Sheets Per Pack) 15 35.00 525.00 34 Pack Crayons Jumbo Pack Of Single Line Colors 8 Pcs Per Pack 10 45.00 450.00 35 Ream Neon Paper Assorted (80gsm, 8.5x13, 250 Sheets Per Ream 9 230.00 2,070.00 36 Pack Vellum Board A4, 10 White Sheets Per Pack 15 31.00 465.00 37 Box Thumbtacks, 24 Pieces Per Box 2 95.00 190.00 38 Piece Felt Tip Pen, Refillable Fine Black, Pilot 34 38.00 1,292.00 39 Bottle Ink Refill For Permanent Marker, Pilot, 30 Ml, Black 12 98.00 1,176.00 40 Piece Data File Box, Double, Colored, Long 35 150.00 5,250.00 41 Box Paper Fastener, Plastic, 7cm, 50 Sets Per Box 6 35.00 210.00 42 Box Paper Fastener, Metal, 7cm, 50 Sets Per Box 1 35.00 35.00 43 Piece Puncher Paper, Heavy Duty 5 120.00 600.00 44 Box Binder Paper Clip 25 Mm, Box, Black 6 30.00 180.00 45 Box Binder Paper Clip 32 Mm, Box, Black 2 37.00 74.00 46 Box Binder Paper Clip 51 Mm, Box, Black 2 37.00 74.00 47 Piece Expanded Envelope, Long Red 20 18.00 360.00 48 Piece Expanded Envelope, Long Green 20 18.00 360.00 49 Piece Expanded Envelope, Long Yellow 20 18.00 360.00 50 Piece Expanded Envelope, Long Orange 20 18.00 360.00 51 Piece Expanded Envelope, Long Violet 20 18.00 360.00 52 Ream Envelope, Document A4 Brown 1 800.00 800.00 53 Piece Envelope, Plastic, A4, Transparent 100 13.00 1,300.00 54 Piece Expanded Envelop, Long Blue 20 18.00 360.00 55 Pack Notepad, Stick On, 76mmx76mm 4 28.00 112.00 56 Pack Notepad, Stick On 50mm X 76mm (2" X 3") In 4 30.00 120.00 57 Pack Notepad, Stick On, 19mmx76mm 4pcs In 1 Pack 5 35.00 175.00 58 Piece Glue Stick , Big For Glue Gun 50 5.00 250.00 59 Piece White Board Marker Black 8 15.00 120.00 60 Piece Binding Ring/comb, Plastic, 15 Mm 10 35.00 350.00 61 Pack Cartolina Assorted Colors, 20 Pcs Per Pack 20 80.00 1,600.00 62 Piece Manila Paper 15 4.00 60.00 63 Piece Ink Refill For White Board Marker Black 1 65.00 65.00 64 Box Paper Clip Colored Vinyl Plastic Coated, 33mm 10 10.00 100.00 65 Piece Stamp Pad, Felt 6 40.00 240.00 66 Pack Sticker Paper 6 35.00 210.00 67 Box Rubber Band No. 18 1 50.00 50.00 68 Bag First Aid Kit Medical Kit Emergency Bag Set 5 550.00 2,750.00 69 Pack Battery Dry Cell Size Aa, 2 Pieces Per Pack 50 25.00 1,250.00 70 Pack Battery Dry Cell Size Aaa, 4 Pieces Per Pack 50 26.00 1,300.00 71 Piece Dust Pan, Rigid Non-breakable Plastic 15 90.00 1,350.00 72 Box Dye Wax, Paste Type, Red Dye Wax, 90g 42 40.00 1,680.00 73 Bottle Liquid Wax. 2 Liter / Bottle 4 570.00 2,280.00 74 Unit Fire Extinguisher, Dry Chemical 1 1,100.00 1,100.00 75 Piece Philippine National Flag 4 200.00 800.00 76 Box Envelope White Mailing Long, 500 Pcs Per Box 1 300.00 300.00 77 Box Envelope White Mailing Short, 500 Pcs Per Box 1 250.00 250.00 78 Unit Wall Clock (big) 5 300.00 1,500.00 79 Piece Illustration Board 1/2 10 40.00 400.00 80 Bottle Mosquito Spray 10 195.00 1,950.00 81 Gallon Liquid Bleaching Solution 5 200.00 1,000.00 82 Pack Detergent Powder, All Purpose 1 Kg Per Pack 24 180.00 4,320.00 83 Pack Anti Bacterial Hand Soap 60g Per Pack 80 20.00 1,600.00 84 Piece Floor Rags, Cloth 25 40.00 1,000.00 85 Piece Doormat (welcome) 5 150.00 750.00 86 Piece Pail Medium Size 5 100.00 500.00 87 Piece Dipper 5 20.00 100.00 88 Piece Small Basin, Black 5 20.00 100.00 89 Piece Toilet Brush 5 25.00 125.00 90 Piece Brush 5 20.00 100.00 91 Gallon Cleaner, Toilet Bowl And Urinal 1 Gallon 5 180.00 900.00 92 Pack Trash Bag, Medium 4 40.00 160.00 93 Piece Pad Lock Heavy Duty 8 250.00 2,000.00 94 Pack Sanitary Pad/napkin 20 25.00 500.00 95 Piece Flower, Plastic Assorted For Decoration, Fake Westeria Hanging 25 20.00 500.00 96 Piece Flower, Plastic Assorted For Decoration, For Vase, Rose Flower 25 30.00 750.00 97 Piece Medal Deped Official Seal, (gold) Diameter 6 Cm 20 50.00 1,000.00 98 Piece Medal Deped Official Seal, (silver) Diameter 6 Cm 15 50.00 750.00 99 Piece Medal Deped Official Seal, (bronze) Diameter 6 Cm 10 50.00 500.00 100 Piece Medal Ordinary Gold 25 20.00 500.00 101 Piece Medal Ordinary Silver 20 20.00 400.00 102 Piece Medal Ordinary Bronze 15 20.00 300.00 103 Piece Ribbon For Awards 70 10.00 700.00 104 Piece Ribbon For Parent 10 10.00 100.00 105 Piece Ribbon For Graduate 10 10.00 100.00 106 Piece Ribbon Honors 30 10.00 300.00 107 Roll Satin Ribbon, 2.5 Inches, 45 Yards/roll Red 1 120.00 120.00 108 Roll Satin Ribbon, 2.5 Inches, 45 Yards/roll Green 1 120.00 120.00 109 Roll Satin Ribbon, 2.5 Inches, 45 Yards /roll Yellow 1 120.00 120.00 110 Roll Satin Ribbon, 2.5 Inches, 45 Yards / Roll Orange 1 120.00 120.00 111 Roll Satin Ribbon, 2.5 Inches, 45 Yards /roll Pink 1 120.00 120.00 112 Roll Tassel Lace Trimmings (36 Yards Per Roll) 1 180.00 180.00 113 Meter Cloth Alpha Gena Purple 10 45.00 450.00 114 Meter Cloth Alpha Gena White 10 45.00 450.00 115 Meter Cloth Alpha Gena Orange 10 45.00 450.00 116 Meter Cloth Alpha Gena Printed/flower 10 50.00 500.00 117 Meter Cloth Alpha Gena Ethnic Print 10 50.00 500.00 118 Box Pins 20 50.00 1,000.00 119 Piece Balloons Assorted 100 5.00 500.00 120 Piece Plaque 1 800.00 800.00 121 Piece Balloons Chain 4 35.00 140.00 122 Piece Curtain With Ring 6 200.00 1,200.00 123 Piece Throw Pillow 4 130.00 520.00 124 Piece Throw Pillow Case 6 60.00 360.00 125 Piece Flower Pots Big 20 45.00 900.00 126 Piece Trash Box, Regular Size 30 110.00 3,300.00 127 Piece Storage Box, Big, Black 2 400.00 800.00 128 Bottle Fabric Conditioner, 1000 Ml 10 100.00 1,000.00 129 Piece Cerrtificate Holder A4 Size 15 50.00 750.00 130 Pack Gift Bag, 10 Pieces Per Pack, Medium Size 5 120.00 600.00 131 Dozen Spoon, Big 1 120.00 120.00 132 Dozen Fork, Big 1 120.00 120.00 133 Dozen Dinner Plate Big 9 Inch, 25 Cm 1 480.00 480.00 134 Dozen Dish Serving Bowl 6 Inch, 23 Cm 1 400.00 400.00 135 Piece Serving Plate Big 4 55.00 220.00 136 Dozen Drinking Glass 1 200.00 200.00 137 Meter Cellophane Rubberized 6 120.00 720.00 138 Piece Broom Soft/lanot 10 90.00 900.00 139 Piece Plastic Chairs For Kindergarten 15 175.00 2,625.00 140 Unit Electric Stove Inverter (heavy Duty) 1 650.00 650.00 141 Tube Badminton Shuttlecock 1 Tube, 12 Pieces 1 1,039.00 1,039.00 142 Piece Badminton Alp Sport Badminton Racket 2 1,400.00 2,800.00 143 Set Chess Mat 6.5 Cm (3cm X 34 Cm) 1 228.00 228.00 144 Piece Chess Clock 1 400.00 400.00 145 Piece Table Tennis Racket Stiga/loki 2 1,090.00 2,180.00 146 Piece Table Tennis Balls 40 Mm, 2.8 G (huieson) White 50 7.00 350.00 147 Piece Discuss Throw 1 401.00 401.00 148 Piece Table Tennis Net Portable (standard) Blue 1 190.00 190.00 149 Piece Curtain Rod (long) 2 200.00 400.00 150 Piece Pail Big, Black (barol) 6 200.00 1,200.00 151 Piece Shawl Assorted Color 5 210.00 1,050.00 152 Piece Table Top Desktop Water Dispenser W/ Faucet Round) Blue And White 4 168.00 672.00 153 Piece Round Water Dispenser Jug Container (20 Liters) 10 150.00 1,500.00 154 Piece Monobloc, Chair White, Ruby 10 365.00 3,650.00 155 Unit Laptop, Core I5, 14", 16 Gb, Black 1 35,000.00 35,000.00 156 Unit Printer 3 In 1 High Quality (wi-fi Direct) 5 10,000.00 50,000.00 157 Unit External Hard Drive 1tb (high Quality) 1 1,500.00 1,500.00 158 Unit Camera 24.3 Mega Pixels 1 17,500.00 17,500.00 Abc: 254,587.00 Note: To Be Delivered At Cabugo Es, Bayabas, Surigao Del Sur
Closing Date18 Feb 2025
Tender AmountPHP 254.5 K (USD 4.4 K)
Municipality Of Rizal,palawan Tender
Healthcare and Medicine
Philippines
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
Province Of South Cotabato Tender
Solar Installation and Products...+1Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 1 Dishwashing Paste , 200g 100 Tubes 2 Dish Washing Sponge 50 Pcs 3 Detergent Powder , 1000g 100 Pcks 4 Alcohol , 70%, 500ml 200 Btls 5 Fabric Conditioner , 240ml 200 Pcks 6 Floor Mop , With Handle And Squeezer 10 Pcs 7 Broom , Soft 20 Pcs 8 Broom , Stick 20 Pcs 9 Disinfectant Spray , 500ml 50 Pcs 10 Garbage Bag , 15" X 15" X 37", 100's, Black 50 Pcks 11 Disinfectant Concentrate , Lkyl Dimethyl Benzyl Ammonium Chloride, Gals 3.785l/gal., Fresh Scent 20 12 Tissue Paper , 2 Ply, 12's/ Pack 150 Pcks 13 Toilet Bowl Cleaner , 500ml 50 Btls 14 Hand Soap , With Dispenser, 500ml 100 Btls 15 Insect Repellant Spray , 500 Ml 50 Cans 16 Doormat , Rubber, Big 25 Pcs 17 Dust Pan , Plastic With Handle, Large 20 Pcs 18 Liquid Glass Cleaner , 500ml W/ Sprayer 10 Btls 19 Floor Mop Head , With Handle, Wood Handle , Screw Type 10 Pcs 20 Toilet Deodorizer , 50g, With Holder 20 Pcs Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 1 Of 7 Total Abc: P 199,810.00 X-x-x Page 3 Follows X-x-x "please Indicate Brand" Note: Specifications For Item No. 3 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. For Item Nos. 9 & 11 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. For Item No. 10 •the Supplier Shall Supply Products Which Is Made Of Polyethylene (pe). •the Pe Should Contain A Minimum Of 30% Postconsumer Material. For Item No. 12 •the Supplier Shall Supply Products Which Are Made Out Of Raw Materials From 100% Recycled Fibre. •the Supplier Shall Supply Paper Which Is At Least Elementary Chlorine Free (ecf). •the Core As Well As Any Paper Wrapping And Carton Box Packing Must Be Made From 100% Recycled Fibre And The Cartons Must Be Strong Enough For Storage And Transit. For Item No. 13 •the Supplier Shall Provide A Cleaner Which Is Not Chlorine Based And Does Not Contain Inorganic Acids. •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. For Item No. 14 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 199,810.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 2 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 21 Solar Salt , 12.5 Kg./bag 20 Bags Total Abc: P 5,500.00 X-x-x Page 4 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 5,500.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 3 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 22 Cap Seal 30,000 Pcs Total Abc: P 22,500.00 X-x-x Page 5 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 22,500.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 4 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 23 Sediment Filter , Cartridge, Slim - 10 Micron, 20" Per Roll 16 Pcs 24 Sediment Filter , Cartridge, Slim - 5 Micron, 20" Per Roll 6 Pcs Total Abc: P 4,290.00 X-x-x Page 6 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 4,290.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 5 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 25 Fire Extinguisher , Refill Only, 10lbs 99 Tanks Total Abc: P 59,400.00 X-x-x Page 7 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 59,400.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 6 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 26 Chair , Monoblock, Blue, Without Armset With Embossed South Cotabato Logo Pcs And Pgso With 3.5 Inches In Diameter (logo) With 1.5 Inch Per Letter (pgso) 200 Total Abc: P 80,000.00 X-x-x Nothing Follows X-x-x "please Indicate Brand" Note: Specifications •the Supplier Shall Supply Products Made Of Plastic Materials Which Do Not Contain Lead, Chromium, Cadmium, Mercury, Phthalates, And Halogenated Organic Substances. •the Chairs Shall Be Marked For Recycling According To Iso 11469 Or Equivalent And Must Not Contain Additions Of Other Materials That May Hinder Their Recycling. •the Supplier Shall Supply Products Which Are Packaged In Recyclable Material. Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 80,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 7 Of 7
Closing Date11 Feb 2025
Tender AmountPHP 371.5 K (USD 6.4 K)
DEPT OF THE NAVY USA Tender
Manpower Supply
Corrigendum : Closing Date Modified
United States
Details: Amendment #5:
2nd Round Of Answers To Questions From Industry, Below - In Addition, Updated Attachments To Now Include The Current Cba:
question #
question
answer
1
how Many Guards Are Being Requested?
this Is The Responsibility Of The Offeror To Determine Based On The
requirements Stated In The Rfq And Attachments Thereto.
2
how Many Shifts Daily Are To Be Covered?
the Number Of Shifts Is Determined By The Offeror. Any Firm Shift
requirements Are Contained In The Personnel Qualifications Attachment.
3
is 24/7 Coverage Being Requested.
yes.
4
do Guards Need To Be Armed/unarmed.
all Unarmed.
5
under The Pass/fail Requirement, If Work Is Being Performed At Government
facility How/why Does The Contractor Need To:
• 2.1 Plan For Obtaining Personnel Clearances
the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within
30 Days Of The Start Of The Period Of Performance At The Required Level
specified In The Dd Form 254, Contract Security Classification Specification
attached To This Solicitation. The Plan Shall Include Confirmation Of Existing
personnel Clearances, Detail The Offeror's Process For Obtaining New
clearances To Perform The Full Requirement By The Time Full Operational
tempo Is Reached Within 30 Days Of The Period Of Performance Start Date,
and Outline The Schedule For Obtaining Any Required New Clearances During
the Life Of The Contract.
• There Is A Request For Resumes. How Then Can We Provide Resumes Of
staff, Since Staff Won't Be Assigned Until Reward. Pm And Sl Won't And Can't
be Determined Until Award And Set Schedule Is In Place.
please Clarify Need For Personnel Security Clearance.
this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254
attached To The Rfq Which Will Be Included In The Resulting Award.
6
is There An Incumbent In Place Or Is This Anew Request?
yes. The Incumbent Contractor Is Shiloh Services, Inc.
7
sow 2.1 States That "work Specified Herein Shall Be Performed At ….newport Rhode Island….or An Alternate Security Monitor Center."
a. Can The Government Elaborate On When An Alternate Center Would Be Used?
b. Would These Alternate Centers Be At Any Of The Locations Listed In Sow 2.0 (i.e., Usa And International Locations)?
a. Whenever The Primary Smc Is Not Capable Of Functioning Or During Tests Of The Alternate Smc’s Systems.
b. There Is Only One Alternate Smc And It Is Also Located At Nuwc Newport.
8
sow 4.7.1: Are There Any Specifications For The Type Of Vehicle The Contractor Should Provide (i.e., Compact Car, Sedan, Suv, Truck, Etc.)?
a. Does The Vehicle Need Any Type Of Lights (i.e., Roof, Strobe, Spotlight)?
b. Is Any Interior Equipment Required (i.e., Fire Extinguisher, First Aid Kit, Etc.)?
any Form Of Compact Car, Sedan, Suv, Or Truck Is Acceptable. Gators, Golf Carts, Etc Are Not Considered Acceptable Vehicles As They Must Be Registered To Operate On Ri Roadways.
a. No.
b. No.
9
sow 5.2: For Pricing Purposes, Is Any Of The Mandatory Training Conducted While Staff Is Off Duty?
a. If Training Is Off Duty, How Many Hours Per Employee Would Need To Be Compensated?
none Of The Mandatory Training Is Required To Be Performed Off Duty But It Is The Contractor’s Determination As To How It Meets The Government’s Requirements.
a. Na. All Training Is Conducted In A Duty Status.
10
attachment 1.b.(a): Can The Senior Technical Representative (str) Also Be The Pm?
yes. However, It Is The Offeror’s Responsibility To Propose An Approach That Collectively Meets All Solicitation Requirements.
11
section L.3.(a).(i).(i).(a) States That The "page Limitation For Proposal Is Not To Exceed Fifteen (10) Pages." Please Verify The Page Limit Quantity.
the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted.
12
section L.3.(a).(i): Are The Staffing Plan, Key Personnel Resume, And Past Performance Reference (attachment 2) Excluded From The Technical Volume Page Limitation?
yes.
13
section L.3.(a).(i): Is The Cover Page And Table Of Contents Excluded From The Page Limitation?
yes.
14
will The Government Provide A Current Seniority List Consisting Of Hire Dates Only For The Incumbent’s Security Force So That Offerors Can Accurately Price Vacation And Other Leave Benefits?
no. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
15
does The Incumbent Currently Have The Contract Fully Staffed? If Not, What Are The Differences?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission.
16
does The Incumbent's Staff Meet The Training And Clearance Requirements Of This Solicitation?
a. If Not, What Are The Differences?
b. Are The Incumbent's Staff Grandfathered In Terms Of The Training?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission.
17
is There A Union With This Contract?
a. If So, Can The Government Provide A Copy Of The Cba?
yes.
a. The Cba Will Be Amended Into The Posting Concurrent With This Answer Being Posted.
18
are The Alarm Monitors Self-relieving?
yes.
19
since A Resume And Letter Of Intent Is Required For Key Personnel:
a. Is There An Existing Pm (or Other Key Personnel Staff) Employed By The Incumbent Who Meets The Current Work Experience Referenced In The Sow?
b. Does The Government Want The Successful Bidder To Retain These Key People Or Replace Them?
c. If Retaining The Current Key People Is Desirable, Would The Government Consider Providing Their Names And Email Or Phone Number So That Offerors Can Contact Them?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
20
are The Alarm Monitors And Pm Required To Wear Uniforms?
a. If So, Please Provide A List Of Contractor Provided Items And Any Pertinent Specifications.
no. The Government Will Provide Badges That Say “smc” For Additional Identification Purposes.
a. Na.
21
is There Any Contractor Provided Equipment Or Supplies That Are Required?
no, With The Exception Of The Vehicle Requirement Identified In The Solicitation.
22
for The Project Manager, The Sow Lists Three Duties Of Their Job: A. Ensure Resources, Assignments, Staff, And Training Are Administered;
b. Update And Maintain All After-hours And Emergency Recall Information And Reference Materials; And C. Provide Monthly Metrics Data Reports. 17.with The Assumption That The Shift Lead Will Be Handling Most Of The Daily Supervisory Tasks, Does The Pm Have Any Other Duties And/or Responsibilities?
determining The Method Of Performance Of The Sow Requirements Is The Responsibility Of The Offeror.
23
is This An Existing Requirement Or Is This A New Requirement?
see The Answer To Question 6.
24
if This Is An Existing Effort; What Is The Prior Contract Award Amount, Name Of Incumbent, Period Of Performance, To Include The Dates Of The Final Option Period Exercised?
yes, The Current Contract Was Awarded To Shiloh Services, Inc., Which Will Expire On 06/30/2025. The Government Declines To Provide The Dollar Value As More Than Enough Information Is Available To Price Including The Cba Now Amended Into The Solicitation.
25
is The Current Incumbent Contract Currently Fully Staffed With Qualified Personnel?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission.
26
does The Current Incumbent Workforce Meet All Requirements Specified In The Sow?
the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
27
a. Is There A Security Clearance Requirement?
b. If So, What Level Of Security Clearance Is Required?
c. Do All Incumbent Personnel Currently Meet All Of The Adjudicated Security Clearance Requirements?
a-b. See The Dd 254 Attachment To The Rfq.
c. The Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
28
"are These Sca Personnel?
please Provide A Wage Determination To Be Used For Pricing Purposes?
which Occupation Code Listed In The Department Of Labor (dol), Wage [determination] Apply To The Requirement?"
applicable Wage Information Is Provided Via The Current Amendment In The Form Of A Cba.
29
please Provide Any Uniform And/or Dress Code Requirements.
the Only Applicable Standard Is Business Casual Or Inclement Weather Appropriate Clothing.
30
an Error Code Shows When Attempting To Open The Dd254 Provided. Please Clarify Security Clearance Requirements.
the Rfq Posting Is Amended To Include An Updated File, To Now Properly Showing The Dd254.
31
the Work Specified Herein Shall Be Performed At The Naval Undersea Warfare Center, Division
newport (nuwcdivnpt) Or The Naval Station, Newport Rhode Island (navsta) Designated
or An Alternate Security Monitor Center.
please Provide The Location(s) Of The Alternate Security Monitoring Center.
all Primary And Alternate Facilities Of Physical Performance Takes Place At The Naval Undersea Warfare Center, Division Newport However Additional Sites Are Remotely Monitored.
32
do All Contract Employees Require Ri State And Federal Certifications For Dispatcher And Monitor Positions?
no.
33
what Type Of Situations To Sme's Historically Respond To?
how Many Times A Year On Average Do This Incidents Occur?
see Sow.
34
4.5.1 Where Are The Temporary Storage And/or Gsa Security Containers Located, I.e. On The Nuwcd Compound, Off-site, Etc.?
all Are Within The Nuwcdivnpt Compound.
35
on A Daily Basis, The Contractor Shall Support Tasks Using A Contractor Provided Vehicle In
support Of 4.0 Tasks. The Vehicle Shall Display A Distinctive Contractor Emblem For Identification
purposes.
what Type Of Vehicle Is Required (cargo, Utility, Passenger)?
are There Any Make/model/year, Etc. Requirements And/or Limitations?
is There Any Relevant Historical Data Available Regarding Mileage, Storage And Offsite Fueling Allowances?
is There Parking Available On The Nuwcd Compound?
any Vehicle Registered And Inspected In The State Of Ri.
no.
no. Data Is Available As It Was Not Previously Required.
yes
36
31.
5.2.1 The Contractor Shall Require Each Contractor Employee Performing Work At Any Nuwc
division Newport Site, Who Has A Common Access Card (cac) And An Nmci Account To
complete All Required Mandatory Training And Any Applicable Limited Audience Required
training(s). The Contractor Shall Fill Out And Submit To The Government The Training Completion
status Report, Gfi #25, Affirming All Mandatory Training And Any Applicable Limited Audience
required Training(s) Are Completed. The Required Training And Required Training Schedule Is
available At The Following Website: [will Be Provided At Award] Under Mandatory
training Instructions. See The .pdf Mandatory Training Instruction – Contractors Only.
for Pricing Purposes, Please Provide A List Of All Required Training, Number Of Hours Required For Completions, Government Or Contractor Provided, And Are They Otj Or Not. What Are Average Wait Times For Appointments And Issue?"
all Required Training Is Virtual, Accessible From The Nuwcdivnpt Site, And Can Be Accomplished During A Standard Work Period While Performing Other Duties Of The Sow.
37
32. The Government Will Evaluate The Plan For Obtaining Personnel Security Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level As Specified In The Dd254, Including Confirmation Of Existing Clearances, Details Of The Offeror's Process For Obtaining New Clearances, And The Schedule For
obtaining Any Required New Personnel Security Clearances During The Life Of The Contract.
is There A Transition Period?
how Long?
what Is The Security Clearance Level Required?
see The L&m Attachment, And, More Specifically, The Pass Fail Evaluation Criteria For Clearance Requirements And Transition Period To Full Operation Tempo.
38
33. Technical Approach
(a) Submit A Personnel Plan To Accomplish All Of The Statement Of Work Tasking. Page Limitation For
proposal Is Not To Exceed Fifteen (10) Pages.
please Clarify If It Is 15 Or 10 Page Limit For This Section.
the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted.
39
34. Staffing Plan, Attachment 3 - Staffing
if The Offeror Is Proposing To Use Incumbent Personnel In Order To Maintain Continurity Of Operations, Can The Offeror Use Tbd Or Incumbent For The Staffing Plan Attachment?
the Proposal Must Meet The Stated Solicitation Criteria Which Are Clear In This Matter.
40
35. Staffing Plan
is There A Page Limit For The Staffing Plan?
no.
41
36. Offeror Shall Provide A Mapping Of Any Company-specific Labor Categories It, Or Its Subcontractors, Proposes In
the Staffing Plan To The Corresponding Government Standard Ecraft Labor Categories. Unless Specified
already By The Government, Offeror Shall Propose Standard Ecraft Labor Categories Based On The
descriptions Listed At:
http://www.navsea.nayy.mil/home/warfare-centers/nuwcnewport/
link States ""www.navsea.nayy.mil’s Server Ip Address Could Not Be Found.
please, Use The Following Url: Http://www.navsea.navy.mil/home/warfare-centers/nuwc-newport/partnerships/commercial-contracts/labor-categories/.
42
37. Is Eligibility To Become Ncic, Rilets, Nlets, And Cpic, As Retired Law Enforcement, Sufficient? Specifically In This Scenario What If The Individuals Do Not Currently Have “active” Certifications Into Those Systems. They Have Had Access In The Past And Would Be Eligible For Recertification. Will Their Resumes Meet The Requirements?
the Fact That Someone Is “retired Law Enforcement” Does Not Automatically Qualify An Employee For Any Certifications Or Clearances.
in Terms Of Incumbent Staff Certifications There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
43
as A Follow Up To Question #5, There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until [award]. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule In Place.
resumes Are Only Required For The Key Personnel Position And Not For All Employees. For Key Personnel That Are Not Current Staff Letters Of Intent Are Required.
there Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements.
amendment #4:
extended Closing Deadline To 02/18/2025 @ 1400 Est, To Afford Time To Respond To Questions From Industry.
amendment #3:
extended Closing Deadline To 02/07/2025 @ 1400 Est, To Afford Maximum Compeition.
amendment #2:
questions To Questions From Industry, Below:
question #
question
answer
1
how Many Guards Are Being Requested?
this Is The Responsibility Of The Offeror To Determine Based On The Requirements Stated In The Rfq And Attachments Thereto.
2
how Many Shifts Daily Are To Be Covered?
the Number Of Shifts Is Determined By The Offeror. Any Firm Shift Requirements Are Contained In The Personnel Qualifications Attachment.
3
is 24/7 Coverage Being Requested.
yes.
4
do Guards Need To Be Armed/unarmed.
all Unarmed.
5
under The Pass/fail Requirement, If Work Is Being Performed At Government Facility How/why Does The Contractor Need To:
• 2.1 Plan For Obtaining Personnel Clearances
the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level Specified In The Dd Form 254, Contract Security Classification Specification Attached To This Solicitation. The Plan Shall Include Confirmation Of Existing Personnel Clearances, Detail The Offeror’s Process For Obtaining New Clearances To Perform The Full Requirement By The Time Full Operational Tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, And Outline The Schedule For Obtaining Any Required New Clearances During The Life Of The Contract.
• There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until Reward. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule Is In Place.
please Clarify Need For Personnel Security Clearance.
this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 Attached To The Rfq Which Will Be Included In The Resulting Award.
6
is There An Incumbent In Place Or Is This Anew Request?
yes. The Incumbent Contractor Is Shiloh Services, Inc.
amendment#1:
- Added Dd254 Attached
- Added Question Deadline, Which Expires 27-jan-2025 @ 1400 Est. Therefore, Please, Submit All Questions, Before That Deadline.
please Read This Entire Notice Carefully As It Constitues The Only Notice That Will Be Issued.
this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Request For Quotation (rfq) Number Is N66604-25-q-0168.
the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Has A Firm Fixed Price Requirement In Accordance With Attachment #1 Statement Of Work (sow) For The Following On-site Monitoring Services:
line Item # 0001 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2025 To 30-jun-2026
line Item # 0002 Option 1 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2026 To 30-jun-2027
line Item # 0003 Option 2 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2027 To 30-jun-2028
line Item # 0004 Option 3 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2028 To 30-jun-2029
line Item # 0005 Option 4 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2029 To 30-jun-2030
this Procurement Is Solicited As A Small Business Set-aside As Concurred With By The Nuwcdivnpt Office Of Small Business Program (osbp). The North American Industry Classification System (naics) Code For This Acquisition Is 561612; The Small Business Size Standard Is $29m.
rhode Island Wd 2015-4089 Rev 26, Dated 04-09-2024, Applies. Incorporated Provisions And Clauses Are Those In Effect Through The Current Federal Acquisition Circular. The Provision At Far 52.212-1, Instructions To Offerors Commercial Items Applies To This Solicitation. The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Items Applies To This Solicitation. Clauses Far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law, 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items, And Dfars 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information Apply To This Solicitation.
52.217-9 Option To Extend The Term Of The Contract (mar 2000) (navsea Variation I) (oct 2018)
the Government May Extend The Term Of This Contract By Written Notice(s) To The Contractor Within The Periods Specified Below. If More Than One Option Exists, The Government Has The Right To Unilaterally Exercise Any Such Option Whether Or Not It Has Exercised Other Options.
item(s)
latest Option Exercise Date
7100
07/1/2025
7200
07/1/2026
7300
07/1/2027
7400
07/1/2028
item(s)
latest Option Exercise Date
6100
8/30/2025
6200
8/30/2026
6300
8/30/2027
6400
8/30/2028
if The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause.
the Total Duration Of This Contract, Including The Exercise Of Any Option(s) Under This Clause, Shall Not Exceed Five (5) Years, However, In Accordance With Paragraph (j) Of The Requirement Of This Contract Entitled "level Of Effort – Alternate I", If The Total Manhours Delineated In Paragraph (a) Of The Level Of Effort Requirement, Have Not Been Expended Within The Period Specified Above, The Government May Require The Contractor To Continue To Perform The Work Until The Total Number Of Manhours Specified In Paragraph (a) Of The Aforementioned Requirement Have Been Expended.
(end Of Clause)
the Following Addenda Or Additional Terms And Conditions Apply. Defense Priorities And Allocations Systems (dpas) Rating Is Do-c9. A Section 508 Does Not Apply.
the Required Period Of Performance Is Listed In The Table Above, F.o.b. Destination Is Newport, Ri 02841.
the Government’s Preferred Method Of Payment Is Electronic Payment Through Wide Area Workflow (wawf) Will Be Used. Please Confirm If Government Purchase Card Is An Acceptable Form Of Payment Within The Quotation.
full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At: Www.acquisition.gov/far
this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov
the Quote Shall Include Price, Delivery Terms, A Technical Proposal In Accordance With The Information Contained In Attachment #2 Section L - Instructions For Submission Of Proposals And Section M – Evaluation Factors For Award And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Duns.
the Quotes May Be Submitted Via Email To The Below Address And Must Be Received On Or Before Monday, 29 Jan 2025 2:00pm Est. Offer Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award. For Information On This Procurement, Contact: Kevin E. Silva At Kevin.e.silva2.civ@us.navy.mil Or 401-832-3558.
Closing Date18 Feb 2025
Tender AmountRefer Documents
Department Of Agrarian Reform - DAR Tender
Security and Emergency Services...+1Manpower Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Technical Specifications Terms Of Reference Provision Of Security Services For F.y. 2025 Introduction The Department Of Agrarian Reform Provincial Office (darpo) Of Zamboanga Del Sur Shall Engage The Services Of A Security Agency In Accordance With Republic Act 11917, Also Known As “the Private Security Services Industry Act”, That Will Provide Duly Licensed, Adequately Trained, And Armed Security Guards To Secure And Safeguard The Employees, The Office Building, Equipment, Vehicles And Other Office Properties, Including Its Premises And Immediate Vicinity From Theft, Pilferage, Robbery, Arson, And Other Unlawful Acts Of Strangers, Third Parties And /or Its Employees And Maintain Peace And Order Thereof At All Times For The Year 2025. General Requirements 1. Complete Licenses And Accreditations As Required In The Eligibility Requirements In The Bidding Documents Including The License To Operate From The Supervisory Office For Security And Investigation Agencies Or (pnp-sosia), License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, And Membership In The Philippine Association Of 2. Department Of Labor And Employment Registration; 3. Agency Experience Of At Least Five (5) Years; 4. Security Guard Must Possess The Following Qualifications: A Filipino Citizen At Least 21 Years Old; Physically And Mentally Fit; Have A Good Moral Character; A Graduate Of High School From Any Deped Recognized Secondary School Whether Public Or Private; Completed The Necessary Pre-licensing Training Program The Pltp/rtc; With Experience Of At Least 1 Year As Security Guard; Secured A Valid License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, Recognizing Him/her To Be Qualified To Perform The Duties Of A Private Security Professional In Accordance With Section 13 Of Ra 11917; Acquired The Required Number Of Training Hours On Public Safety And Security Set By The Philippine National Police (pnp); Must Undergo And Pass The Required Psycho-neuro Examination And Drug Test Conducted By A Pnp/nbi-accredited Testing Centers Within The Last Six (6) Months; Secured A Valid Firing Certificate 5. Security Guard Must Not Have Committed Any Unlawful Act Nor Shown Misbehavior/unethical Conduct That Can Be Reasonable Grounds For Disqualification Under Section 21 Of Ra 11917. Grounds For Disqualification: Having Been Convicted Of Any Crime Or Offense Involving Moral Turpitude; Having Been Dishonorably Discharged Or Separated From Employment Or Service; Being Mentally Incompetent; Being A User Or Addicted To The Use Of Dangerous Drugs Or Narcotics; Being A Habitual Drunkard; Dummy Of A Foreigner 6. The Security Agency Has Fully Remitted Premium Payments Of Personnel To The Sss, Hdmf, And Phic For The Last Three (3) Months – To Be Checked During The Post-qualification Of The Lowest Calculated Bidder. 7. The Security Agency Has Established An Office In Pagadian City. Logistical Requirements The Security Agency Shall Provide The Following Minimum Logistical Support To The Security Guards: 1. At Least 1 Set Of Proper Agency Uniform With Visible Identification Badges (free Of Charge To The Guard) 2. 1 Unit Of A Licensed .38 Caliber Pistol Or 1 Unit 9mm Pistol With Ammunition 3. 1 Whistle For Each Of The 6 Security Guards 4. 1 Ac-dc Flashlight 5. 1 Unit Metal Detector 6. 1 Unit Handcuffs 7. 2 Units Umbrella 8. 1 Unit Night Stick 9. Timepiece (synchronized) 10. Writing Pen 11. Notebook And Duty Checklist (electronic Or Not) 12. First Aid Kit 13. Electronic And/or Communication Devices The Dar Shall Provide The Following Counterpart Support: 1. 6 Units Of Fire Extinguishers 2. 6 Units Of Emergency Lights 3. 2 Logbooks The Security Guard Shall Provide For Himself/herself An Extra Set Of Uniform Charged To His/her Personal Account As Per Section 204 Of Ra 11917. Total Number Of Guards Total Number Of Security Guards To Be Deployed 24/7 In Three (3) Intervals Is Six (6). Duty Detail And Area Of Coverage A. Security Services Shall Be Performed 24/7 In Three (3) Shifts At The Provincial Office Of The Dar In Acs Building, Barangay Dao, Pagadian City, Following The Duty Detail Indicated Hereunder: Time Schedule Post Two (2) Guards From 0700h To 1500h – Day Shift Main Entrance Two (2) Guards From 1500h To 2300h – Afternoon Shift Main Entrance Two (2) Guards From 2300h To 0700h – Night Shift Main Entrance B. Each Guard Shall Have A Regular 8-hour Tour Of Duty, Unless When Expressly Required In Writing By Darpo Management That An Overtime For A Maximum Of Four (4) Hours (such As During Late Night/extended Office Activities) Shall Be Taken By The Assigned Security Guards On Specific Posts. C. The Darpo Management Shall Inform The Security Agency In Writing In Case Of Changes In The Duty Detail. Manual Of Operations The Engagement Shall Cover The Following: A. Posting Station Shall Be At The Main Entrance Of The Office Building. B. Control Of Ingress And Egress Of Employees, Clients, And Other Visitors By Regular Updating Of The Logbook To Be Provided By The Dar. C. Conduct Of I.d. Verification And Body Search On All Incoming Clients, Guests, And Other Visitors And Require Them To Deposit Their Firearms And Other Deadly Weapons Before They Be Allowed To Enter The Office Building. D. Recording Of The Incoming And Outgoing Of All Vehicles (darpo’s And Others’) Entering The Office Premises. E. Roving/inspection Of The Office Premises Shall Be Done Two (2) Times In Every Duty Shift. F. Strict Observance Of The Eleven (11) General Orders As Mandated By Section 244 Of Ra 11917 And Its Irr. G. In Case Of Emergency/untoward Incidents (fire, Pilferage, Vandalism, Trespass, Robbery, Arson, Sabotage, Attack, Bomb Scare And Other Forms Of Security Threats) The Security Guard Shall First Attend To The Situation, Maintain Peace And Order Of Things, And Facilitate The Preservation Of Proofs/evidence Of Crime. The Security Guard Shall Immediately Notify The Fire And Police Departments For Reinforcement And Make A Spot Report To Aid The Police In The Conduct Of Investigation. H. The Security Guards Shall Be Under The Supervision And Control Of The General Services Officer (gso)/administrative Officer Iv (ao Iv) Of The Darpo; And Shall Facilitate Implementation Of Internal Office Policies, Rules And Regulations Such As The Policy On Austerity (turning Off Of Lights And Office Equipment When Not In Use); The Policy On Security And Safety (require Guests To Present And Deposit Ids, Firearms/weapons); The Policy On Attendance (require All Employees To Log In And Log Out On The Biometrics Machine); And The New Normal Health & Safety Protocol (enforcement Of The Wearing Of Face Mask, Maintenance Of Social Distancing, Sanitizing Of Hands Of Incoming Personnel/guests). I. Weekly Evaluation/surprise Inspection By A Security Agency Officer Shall Be Done To Ensure That Efficiency, Alertness And Discipline Are Instilled And Practiced By The Guards At All Times In The Performance Of Their Duties And Functions; The Security Agency Officer Shall Ensure That There Is Regular Compliance/implementation Of Security Measures, Procedures And Systems Adopted/applied In The Darpo. J. The Security Agency Shall Provide Opportunities For Skills Upgrading For The Security Guards Such As The Latter’s Enrollment To Security Training Courses, Attendance To Seminars On Personal Security Awareness, Disaster-preparedness And Other Significant Seminars That Will Increase The Level Of Knowledge, Skills And Expertise Of The Guards In Their Field Of Work. K. No Replacement/s Of Security Personnel/guards During The Effectivity Of The Contract Shall Be Allowed, Except Of Death, Resignation From Work, Physical Incapability Etc., Of The Guards Assigned. In The Event That Replacement Of The Security Guards Is Needed, A Written Notice Together With A Bio-data And Credentials Of The Replacements Are Required And This Shall Be Subject To The Approval Of The Darpo Management. L. The Darpo Shall Have The Absolute Right To Ask For The Relief And Replacement Of Any Security Guard In Whom The Former Has Lost Its Trust And Confidence And/or Has Been Found To Be Inefficient And Ineffective In The Discharge Of Duties. M. Supervising Personnel From The Security Agency Shall Conduct Regular Monitoring And Surprise Checking Of The Guards And/or As Requested By The Darpo Management To Ensure Consistent And Quality Security Service. N. The Security Agency Shall Ensure Complete And Timely Payment Of Premium Contributions Due To The Sss, Philhealth And Hdmf As Its Faithful Compliance To Its Written Undertaking Submitted As Part Of Its Bid. Proofs Of Payment Of Social Premium Remittances To Sss, Phic, And Hdmf Shall Be Submitted To The Darpo-sto Division On A Quarterly Basis. O. The Security Agency Shall Submit To The Darpo-sto Division On A Monthly Basis, Copy Of The Payroll Of The Assigned Security Guards And The Corresponding Statement Of Account. Such Payroll And Soa Are Pre-requisites To The Processing Of The Monthly Payment To The Security Agency. Inspection And Performance Assessment A. The Darpo Management Or Its Duly Designated General Services Officer (gso)/administrative Officer Iv (ao Iv) Shall Have The Right To Inspect The Guards Assigned By The Security Agency At Any Time; B. The Darpo Management Or Its Duly Designated Gso Or Ao Iv Shall Have The Right To Conduct Inspection And Performance Assessment To Determine The Quality And Acceptability Of The Services Being Performed By The Guards In Accordance With The Contract; C. On The Basis Of The Result Of The Aforementioned Inspection And Performance Assessment And At The Sound Discretion Of The Darpo Management Through Its Provincial Agrarian Reform Program Officer Ii, The Latter Shall Have The Right To Demand For The Temporary/permanent Replacement Of The Security Guards On Detail; D. As Part Of Darpo Management’s Precautionary And Safety Measures In Implementing The Security Services Contract, The Security Guards Shall Undergo Drug Test At Least Once A Year In An Accredited Pnp Drug Testing Center Or When Required By The Darpo Management. Security Plan The Security Agency Shall Submit A Security Plan That Assesses Security Risks, Develops Measures To Minimize The Risks, Formalizes The Procedures That Will Be Followed To Respond To Security Incidents And The Subsequent Procedures To Undertake In Reporting Such Security Incidents. In Addition, The Security Agency Shall Integrate The Herein Prescribed Security Policies, Rules, Regulations And Procedures Of The Dar-zds With Its Existing Security Protocols And Standards Of Practice In Accordance With R.a. 11917, Also Known As “the Private Security Services Industry Act”. Other Conditions A. There Shall Be No Employer-employee Relationship Between The Darpo Management And The Security -agency/guards During The Engagement Of The Latter Service/s Nor The Former Be Held Liable/accountable For Any Accident, Injury Of Any Kind And/or Even Death Of The Security Personnel/guards Assigned Either On-duty Or Off-duty. B. The Darpo Management Shall Not Be Responsible For Any Claim For Personal Injury Or Damage Including Death Caused To Any Security Guard In The Performance Of His Duties Nor Shall The Darpo Management Be Liable For Any Claims Against The Security Agency For Causes As May Be Allowed/determined By Applicable Laws. Responsibility/liability A. The Security Agency Shall Be Fully Responsible For All Work And Services Performed By Its Security Guards, And Shall For This Purpose Employ Qualified, Competent And Well-trained Guards To Perform The Services Under The Contract. B. The Security Agency Shall Take All Reasonable Measures To Ensure That The Security Guards Conform To The Highest Standards Of Moral And Ethical Conduct. C. The Security Agency Shall Ensure Its Security Professionals Adhere To The Professional Conduct And Ethical Standards Set Forth Under Section 235-236 Of Ra 11917 And Its Irr. D. The Security Agency Shall Assume Full Responsibility For Whatever Damages Or Losses On Any Of The Property Of The Darpo During The Watch Hour Or Tour Of Duty Of Its Guard/s After The Same Fact Of Loss Or Damage Has Been Established As A Result Of The Guard’s Omission, Commission, Negligence, Fault, Laxity Or Misconduct, Following Investigation Conducted Jointly By Both Parties; However, The Security Agency Shall Not Be Held Liable Where Such Losses Or Damages Are Due To Fortuitous Event As Defined In The Civil Code Of The Philippines, Or Where Losses Occurred Under Any Of The Following Causes Or Situation: 1. Where The Damage Or Loss Is Inside A Closed Room, Except Otherwise Proven That The Entrance Thereto Was With Force Upon Things Or Person/s As Defined Under The Revised Penal Code Of The Philippines, And That The Loss Or Damage Has Been Reported To The Security Agency Within Forty-eight (48) Hours Upon Discovery Of Occurrence, Whichever Comes First. 2. Any Property Belonging To The Party Of The Darpo And Issued To Or Held In Trust By Its Employees Shall Be The Sole Responsibility Of Said Employees, Unless Said Property Is Endorsed In Writing And Signed By The Guard. 3. Where The Loss Or Damage Of Items Is The Result Of Robbery In Band, Mob, Violence, Tumultuous Affray, Acts Of Dissident, Acts Of War And Revolution. E. In The Event Of Loss Or Damage To The Premises Or Properties Of The Darpo, The Security Agency Shall Only Be Liable For Its Replacement Or Restitution Thereof In The Same Condition As It Was/they Were Immediately Prior To The Loss Or Damage. F. No Assignment Whatsoever Of The Security Services Contract Shall Be Made To Any Third Party. Waiver From Any Liability A. The Security Agency Shall Hold The Darpo Management Free From Any Liability, Courses Of Action Or Claims Which May Be Filed By Its Security Guards By Reason Of Their Employment With The Security Agency Pursuant To The Contract, Or Under The Provision Of The Labor Code, The Social Security Act, And All Other Laws And Regulations Which Are Now In Force Or Which Hereafter Are Enacted; B. In The Event The Darpo Management Is Impleaded In Any Such Action Or Case, The Department Shall Be Authorized To Withhold From The Security Agency’s Collectible Accounts Such Amounts As Would Be Reasonable To Approximate The Claims Of The Security Guards Against The Security Agency In Case The Same Are Levied Or Exerted Against The Darpo Management. Contract Duration The Engagement Shall Be Effective Within A Period Of Twelve (12) Months Beginning January 1, 2025 To December 31, 2025. Terms Of Payment Payment Shall Be Made For The Account Of The Security Agency On A Monthly Basis Upon Submission To The Dar-zds Through The Administrative Officer Iv, General Services Section Of The Following: Statement Of Account/billing Letter Daily Time Record Duly Signed By Assigned Head Guard, As The Case May Be, And Countersigned By The Administrative Officer Iv Payroll Of The Immediately Preceding Month Proof Of Payment Of Remittances For Social Benefit Premiums (sss, Phic, Hdmf)— Submitted On A Quarterly Basis Contract Amount Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: • Increase In Minimum Daily Wage And Other Wage-related Benefits Pursuant To Law Or New Wage Order Issued After Date Of Bidding. In This Case, The Prescribed Wage/wage-related Benefit Increase Shall Be Borne By The Darpo And The Security Service Contract Shall Be Deemed Amended Accordingly. In The Event That The Darpo Fails To Pay The Prescribed Increases, The Security Agency Shall Be Jointly And Solidarily Liable With The Former; • Increase In Taxes; • If During The Term Of The Contract The Darpo Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. Separability If Any Provision Of This Contract Is Declared Void, Ineffective, Invalid Or Contrary To Law By A Final Judgment Or Decree By Any Court, Commission, Or Other Judicial Or Quasi-judicial Body Of Competent Jurisdiction, The Other Provisions Not Affected By The Said Judgment Or Decree Shall Remain Unimpaired Unless Said Judgment Affects The Contract As A Whole. Exclusivity Of The Venue Of Action/s Actions Arising Out Of This Contract Shall Be Filed With The Court Of Competent Jurisdiction In Pagadian City To The Exclusion Of All Other Courts.
Closing Date21 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.6 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy2024 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Pagbilao By-pass Road, Package A Pagbilao, Quezon Contract Id No. : 24d00289 Contract Location : Quezon Province Scope Of Works : Lane Widening Of 2 Lanes Carriageway With 3.95 M Wide, 1.68 M Shoulder/ Shared Bike Lane With Paved Shoulder In Section I: Sta. 135+826.20 – Sta. 136+726.20 And Section Ii: Sta 140+215- Sta. 140+265.00 Section Iii: Sta. 140+400.00 – Sta. 140+500.00. Construction Of 6 Lanes Carriageway 3.35-3.95 M Wide, 1.68 M Shoulder/ Shared Bike At Sta. 140+180.00 – Sta. 140+215.00. Carriageway Construct With Item 200(1) Aggregate Subbase Course 0.25m. Thk. And Item 311(1)e1 Pccp 0.28 Thk. And Bikelane Construct With Item 200(1) Aggregate Subbase Course 0.30m. With Item 311(1)e1 Pccp 0.23 Thk. Approved Budget For The Contract : ₱28,950,000.00 Net Length : Road Concreting (1.260 Lane Km.) Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Doh Health Faciities Enhancement Program (hfep) Other Facilities - Siniloan Dialysis Center, Laguna Contract Id No. : 24d00290 Contract Location : Laguna Province Scope Of Works : Structural - Foundation Works From Grid 5-7/a-c - All Concrete Beams From Grid 5-7/a-c - Roofing Works (trusses, Purlins, And Sagrods) From Grid 5-7/a-c Architectural - Chb Walls – 150mm Thk. & 10mm Thk. With Cement Plaster Finish - Prepainted Metal Roofing Sheets With Gutter & Ridge Rolls - Exterior And Interior Wall Partition - Doors And Windows - Floor Finishes Plumbing - Construction Of Catch Basin - Installation Of Sewer Line Pipes And Fittings Electrical And Auxiliaries - Rough-ins For Switch Boards, Panel Boxes, And Conduits - Grounding System Approved Budget For The Contract : ₱5,970,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 3. Name Of Contract : Doh Health Faciities Enhancement Program (hfep) Lgu Hospitals – Cavite Municipal Hospital – Maragondon, Cavite Contract Id No. : 24d00291 Contract Location : Cavite Province Scope Of Works : Structural - Foundation Works: All Isolated Footings And Slab-on-grade - All Concrete Beams And Concrete Columns - Roofing Works: All Trusses, Purlins, And Sagrods Architectural - Cement Floor Finish (plain) - Cement Plaster Finish - Chb: 100mm Thk. And 150mm Thk. - Roofing Works (flashings, Gutter, And Metal Sheets) Plumbing - Construction Of Cistern Tank, Catch Basin, And Septic Tank - Installation Of Waterline Pipes And Fittings Electrical And Auxiliaries - Fittings And Accessories - Rough-ins For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Grounding System Approved Budget For The Contract : ₱11,940,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 4. Name Of Contract : Doh Health Faciities Enhancement Program (hfep) Construction Of New Super Health Centers / Rhu Cavite Super Health Center, Cavite Contract Id No. : 24d00292 Contract Location : Cavite Province Scope Of Works : Structural - Concrete Foundation Works - Slab-on-grade And Suspended Slab - Concrete Beams And Concrete Columns - Stair - Roofing Works (trusses, Purlins And Sagrods) Architectural - Ceiling Works: Fiber Cement Board On Metal Frame - Finishing Hardware For Doors - Doors And Windows - Roofing Sheet And Accessories - Waterproofing - Tiles - Plaster On Both Sides - Painting Works: Masonry/ Conrete And Steel - Reflective Insulation - Chb Walls - Railing Plumbing - Construction Of Cistern Tank, Catch Basin, And Septic Tank - Installation Of Sewer Line Pipes And Fittings - Installation Of Storm Drainage And Downspout - Installation Of Plumbing Fixtures (water Closet, Kitchen Sink, Floor Drain Plates, Bidet, Faucet, And Hose Bibb) - Installation Of Waterline Pipes And Fittings Electrical And Auxiliaries - Fittings And Accessories - Rough-ins For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Lighting Fixtures And Lamps - Grounding System - Fire Extinguishers Approved Budget For The Contract : ₱11,940,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation/application Of Road Safety Facilities (roadway Lighting) Along Tanza-trece Martires City-indang Rd - K0048 + (-848) - K0051 + 305 Contract Id No. : 25d00021 Contract Location : Cavite Province Scope Of Works : Installation Of Solar Led Street Light (100watts) 10 Meter Pole Along Along Tanza Trece Martires City-indang Rd - K0048+(-848) - K0051+305 Both Sides With 20 Meters Spacing And Reconstruction Of Drainage Structure. Approved Budget For The Contract : ₱103,255,000.00 Net Length : Solar Street Lights : 416 Units Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Street Light Along Tanza-trece Martires City-indang Rd - K0035 + (-302) - K0042 + 353 Contract Id No. : 25d00022 Contract Location : Cavite Province Scope Of Works : Installation Of Solar Led Street Light (100watts) 10 Meter Pole Along Tanza-trece Martires City-indang Rd (k0035+(-302) To K0042+353) Both Sides With 20 Meters Spacing And Reconstruction Of Drainage Structure. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Solar Street Lights : 768 Units Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Street Light Along Tagaytay-nasugbu Rd - K0076 + 000 - K0090 + 952 Contract Id No. : 25d00029 Contract Location : Batangas Province Scope Of Works : • Installation Of Solar Street Lights • Reconstruction Of Reinforced Concrete Pipe Culvert • Reconstruction Of Open Lined Canal Grouted Riprap Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1202 Units Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Guinayangan -tagkawayan Diversion Road, Package D, Quezon Contract Id No. : 25d00035 Contract Location : Quezon Province Scope Of Works : Limited To The Construction Of The Superstructure Of The Bridge At Pier “4” With A Length Of 100 Meters And 14 Meters Wide And Other Miscellaneous Items Of Work. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Bridge : 640.00 L.m. (8,960.00 Sq.m.) Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 3. For Item Nos. 5, 6, 7 & 8 The Bac Is Conducting The Public Bidding For This Contract Pursuant To Gppb Circular 06-2019 Dated July 17, 2019 (guidelines On The Implementation Of Early Procurement Activities) In Relation To The Provisions Of The Republic Act 9184 And Its Implementing Rules And Regulations (irr). The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On October 08, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On October 15, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before October 29, 2024 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On October 29, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810220 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. October 07, 2024 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Date20 Feb 2025
Tender AmountPHP 289.5 Million (USD 5 Million)
Department Of Education Division Of Talisay City Tender
Textile, Apparel and Footwear...+1Furnitures and Fixtures
Philippines
Details: Description 4 Pcs. "alarm Clock, Digital, Overall Dimensions: 13.5 X 8 X 4.5 Cm (approx.) Material: Plastic (pe/abs) Illuminated Lcd Digital Display: Time (12/24), Calendar (mm/dd), Temperature, Alarm Status (on/off), Snooze Display Size: 10 X 5 Cm (minimum), Time Can Be Read 30 Ft Day Time. Runs On Aaa Battery Which Come Together With The Item Smooth Surface, No Sharp Edges, Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting." 100 Pcs. "apron, Polyester-cotton , Bib Apron, Sleeveless Adjustable Neck Loop Material : Polyester - Cotton Fabric Dimension : 70 To 60 Cm (minimum) With 2 Or 3 Pockets Uni-color, Dark No Sharp Edges And Loose Threads" 20 Pcs. "baskets, Laundry 3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 3 Pcs. "bed, Queen Bed Set, Queen Size (60 X 75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 20 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "bed, Single Size (w36 X L75 Inch) Rectangular 1) Frame: Knock-down Type, All Steel, Powder Coated Including Head Board, Bare Weight: 13 Kg (minimum) No Wobble And Noise 2) Comes With Fabric Covered Foam 6 Inches Thick Foam Density: 29 -33 Kg/cu.m. 3) No Sharp Edges" 4 Pcs. "board, Ironing Type: Foldable Type Ironing Board Body Shape : Standard Material : 25 Mm Tubing Approx., 0.8 Mm Thickness Board Size: 32 Inches (minimum ) Body Size :120 Cm X 30 Cm X 5 Cm Color : Any Comes With Box No Sharp Edges" 40 Pcs. "boots, Safety, Plastic Upper Material: Elastic Pvc Sizes: 7 Inches - 5pcs 8 Inches - 5pcs 9 Inches - 5pcs 10 Inches -5pcs 11 Inches - 5pcs Height: 13 To 14 Inches Plain Toe Type Of Boots: Unisex Rain Boots With Rugged Tractor Lug Outsole Packed With Carton Box Per Size" 20 Pcs. "brush, For Housekeeping Brush, Floor Scrubbing, Angled Long Handle Bristle Material : Plastic, Stiff Handle Material : Metal Tubular Corrosion Reistant, Overall Length : 120 Cm. (minimum) Bristle Length : 5 Cm (=/- 1cm) Scrubbing Surface : 25 X 6 Cm (+/-1 Cm) No Sharp Edges" 20 Pcs. "water Bucket Bucket Material : Hard Plastic, Round Body Capacity : 10 To 12 Liters Handle Material : Steel Smooth And Glossy Surface, No Sharp Edges" 4 Pcs. "caddy, Toilet Carrying Caddy For Toilet Cleaning Supplies Holds Spray Bottles And Other Cleaning Supplies, No. Of Compartments: 3 (minimum) Material :plastic Tray Depth: 11 Cm (approx.) Overall Dimension: 36 X 26 Cm (approx.) Smooth Surface, No Sharp Edges" 4 Pcs. "carpet Sweeper, Cordless Electric Motorized Single Brush Roll (removable) Body Material : Hard Plastic ,(abs) Or Its Equivalent, Any Color Equipped With Rechargeable Battery (16 Minutes Run Time On Carpet), Removable Dirt Box Sweep Width : 8 Inches (minimum) Capacity (volume) : 0.35 Lit.(minimum) Handle: Metal, Powder- Coated, With Plastic/rubber Grip, Swivel Steering Assembled Height: 44 Inches (minimum) Comes With Battery Charger 220/240vac, 50/60hz With Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) No Sharp Edges Includes User's Manual Which Contains Operation Procedure, Name Of Parts, Safety Precautions, Trouble Shooting" 4 Pcs. "housekeeping Cart Trolley Equipped With Three-shelves With Steel/laminated Panels Single Door, Top Layer With Divider, Bag Holder, And 4 Wheels Cart Frame: Steel, Powder Coated Wheels: 2non-swivel 2 Swivel, 6 Inch Diameter, Non-markings Overall Dimensions : Rectangular 90 X 48 X 1010 Cm (minimum) Comes With Accessory Linen Bag Smooth Surface, No Sharp Edges" 20 Pcs. "caution Sign, A Shape-2 Panel Self Standing, With D-handle, Collapsible For Easy Storage Material : High Impact Plastic, Panel Dimension : Rectangular (lxw) 55-65 Cm X 25 X 61 0m (minimum), Panel Depth : 2 Cm (minimum) Color : Yellow Print Description : ""caution: Wet Floor"" On One Side ""cleaning In Progress On The Other Side, Both Messages Provided With Graphics Printed In Black. Font Size: 100 -120 Mm X 50 -70 Mm, Arial Smooth Surface, No Sharp Edges" 40 Pcs. "lint Free Cleaning Cloths Material : Cotton Dimensions : Rectangular 16 X 26 Inch" 4 Pcs. "coffee Maker, Electric Material: Metal, Plastic, Glass Capacity: 6 Cups (minimum) Detachable Tank, With Water Level Indicator Non-stick Warming Plate : Removable And Washable Filter Non-drip Valve : Lighted On/off Switch Power Supply: 220 V -240 V Ac 50/60 Hz , 500w Minimum Comes With A Heat Resistant Glass Pitcher With A 1 Meter (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item Comes With English Manual That Contains: Users Guide, List Of Parts, Maintenance Guide, Safety Guide. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 20 Pcs. "dust Pan, Upright Standing Material: Plastic Overall Length: 65 Cm (minimum) Pan: Round Back, 24 X 26 X 9 Cm (minimum) Smooth Surface, No Sharp Edges" 20 Pcs. "anti-static Duster Duster Material : Polypropylene Micro Fiber Duster: Length : 30 Cm (minimum), Overall Length: 50 Cm (minimum) Handle Material : Hard Plastic, No Sharp Edges" 12 Pcs. "stand Fan, Electric Material: Metal, Plastic Size/diameter: 18 Inches Power Rating: 70 Watts (minimum), 220 / 240 Vac, 50 / 60 Hz, Single Phase Rotation Angle: 90 Degrees Base: Stable, 16 Inches Diameter (approx.) Removable Metal Guard On Front And Rear 3-speed Settings Comes With 1.5 Meters Power Cord And With Molded Male Plug To Adapt Type A Outlet (or Providing 3a Minimum Plug Adapter Is An Option) Smooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 1 Year Warranty Parts And Service" 10 Pcs. "fire Extinguisher (with Contents) 1.for Type A, B, C Fire: Dry Chemicals (monoammonium Phosphate) 2.portable Type 3.capacity : 5 - 6 Kgs 4.rechargeable Cylinder Metal 5.working Pressure Of Cylinder : 400 Psi 6.brass Valve With Pressure Gage 7.with Rubberized Hose And Aluminum Nozzle Attached 8.with Squeeze Lever To Discharge And Safety Pin 10.painted With Metal Primer And Red Enamel Paint 11.includes With User's Guide In English That Contains: A. Operating Procedure On How To Use The Equipment B. Safety Precaution When Using The Equipment 12.1 Year Warranty Parts And Service 13.the Item Must Be Branded And Have Good Quality" 20 Pcs. "flashlight Led 1,000 Lumens (minimum), Color : White , Battery: Rechargeable, At Least 3,500 Mah , Can Be Used Also With 3 X Aaa Batteries; Body: Aluminum Alloy, No Sharp Edges Dimensions : 5 Inches X 1 Inch Diameter (minimum) Operating Duration Of Battery When Fully Charged : At Least 2 Hours; Includes 220/240vac, 50/60hz Power Adapter /charger And User's Manual In English Which Includes: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, With 1 Year Warranty " 4 Pcs. "clothes Flat Iron, Electric Material : Metal /plasic Body, Heat-resistant Plastic Handle, Aluminum Sole Overall Dimension : (l X W X H) 25 Cm X 12 Cm X 12 Cm (minimum) Power Rating : 220/240 Vac, 50/60 Hz; 1000 Watts (minimum) Equipped With Light Indicator, Variable Temperature Control, Overheat Protection, Power Cord And Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges, Comes With English Manual That Contains : Users Guide, List Of Parts, Maintenance Guide, Safety Guide. The Item Must Be Branded, With Dti-bps Certification 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines." 40 Pcs. "foam, Scrubbing 1. Material: Cellulose And A Scouring Pad On One Side 2. Dimension: Length : 140 - 180 Mm ; Width : 80 - 100 Mm ; Thickness : 12 - 20 Mm 3. The Item Must Be Of Good Quality" 8 Pcs. "garbage Receptacles 1.bucket / Tub Material : Hard Plastic, (ps) Polystyrene 2.bucket / Tub Color : Any Color 3.capacity (gallons) : 3 Gal. (minimum) Comes With A Cover 4.the Item Must Have Good Quality" 100 Pcs. "gloves, Rubber 1.heavy-duty Latex-free Vinyl Rubber Gloves 2.thickness : 4 Mil 3.color : Any Color 4.size : Medium 5.other Features: Acid/solvent Resistant. 6.the Item Must Be Of Good Quality" 60 Pcs. "safety Goggles, Clear Polycarbonate - One Piece Lens With 180° Panoramic View, Non-fog Size/dimension: L 17 - 18.5 Cm X W 8 Cm X D 5-7.5 Cm High Impact Resistant, Ansi ""z87"" Compliant Firm And Comfortable Seal Around Forehead, Cheeks, Nose And Temples Protects Against Splash, Chemicals, Dust Adjustable Head Strap Shall Bear Mark Z87 Embossed Or Engraved Or Etched On The Item. Smooth Surface, No Sharp Edges" 8 Pcs. "electric Hairdryer, With Concentrator Nozzle Two Heat Setting And 1 Speed (minimum) Rating : 220/240 Vac, 1200 W (minimum) Body Length Including Nozzle: 20 Cm Folding Handle Design, With Hanging Ring Smooth Surface, No Sharp Edges Branded, Brand Name And Electric Rating Permanently Mark On The Item, With Dti-bps Certification With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. With Service Centers Located In Major Cities In The Philippines. 1 Year Warranty(parts & Service)" 8 Pcs. "water Hose Material: Pvc Fiber Reinforced, Three (3) Layers; Any Color; Hose Length: 50 Feet; Hose Diameter: 5/8 Inches; Pressure Capacity: 200 Pounds Per Square Inch (minimum); Fitted With Male And Female Brass Couplers (nh, 11.5 Tpi) For Spray Nozzle No Sharp Edges" 8 Pcs. "electric Kettle Cordless (with Pouring Spout), Hinged Lid, Detachable From And Can Rotate On Its Corded Base Material : Round Stainless Body, Plastic Handle, Lid And Base Capacity : 1.5 To 2 Liter Automatic Shut - Off, With Power Indicator Light Power Rating: 220//240vac, 50/60hz, 1000 -1600 Watts Base With A 50 Cm (minimum) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges; Dti-bps Certified Comes With English Manual That Contains: Operation Procedure, Maintenance And Safety Guide. The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item." 20 Pcs. "3 - Bag Laundry Sorter, With Wheels Bag: Polyester, Rectangular Shape, Detachable From Frame With Metal Handle And Hanging Hook Bag Dimensions : Rectangular 22 X 15 X 8 Inch (minimum) Frame Material : Corrosion Resistant Steel, Sturdy No Wobble Frame Overall Dimensions : Rectangular, 31 X 30 X15 Inch (minimum) With Four Casters, 2 Inch Diameter (minimum) Smooth Surface, No Sharp Edges" 8 Pcs. "emergency Light, 2 Heads Led Materials: Metal, Anti-rust Coated Duration Time (2 Heads): 5 Hours (minimum) Automatically Light Up During Power Outage Overcharge And Over- Discharge Protection Built - In Ac Charger, Power Cord Plug To Adapt Type A Outlet (or Providing 5a Minimum Plug Adapter Is An Option) Battery Test Switch - External Safety Fuse Head: White Led 1w (minimum) 3.5 "" Dome Reflector Power Rating: 220 -240 Vac , 50/60 Hz 20-24 Hours Charge Time Dimensions: Rectangular 27 X 7 X 27 Cm (approx.) Sooth Surface, No Sharp Edges Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures The Item Must Be Branded, Brand Name And Electrical Ratings Permanently Mark On The Item" 4 Pcs. "wall Mirror With Frame Flat Glass Mirror, 2 Mm Thick (minimum), Clear With No Distortion Frame: Wood Or Plastic Commercial Finish Rectangular Shape, 3600 Sq.cm (minimum) Includes Mounting Accessories Smooth Surface, No Sharp Edges" 21 Pcs. "mop, Handle And Mop Head Set, Refillable Head Handle: Aluminum Or Anti-rust Coated Steel, With Hard/stiff Plastic Mop Head Holder, Clip Type With Tightening Knob Overall Handle Dimension: 130 X 19 Cm (minimum) Mop Head: Cotton Thread/yarn, Sewn Tailband, L 34 X 16 X 4 Cm (minimum), White Handle: Plated Steel Tube Or Wood, Length : 40 (minimum), No Sharp Edges" 4 Pcs. "electric Floor Polisher With Accessories Material: Stainless Steel, Aluminum Alloy Handle: Stainless Tube, Adjustable Height 1 Meter Long (approximate), With Dual Switch Lever Size/capacity :13 Inch (minimum) Diameter Power Supply: 220/240 Vac, 50/60 Hz. Power: 1/3 Hp (minimum) Rotation Speed : 160 Rpm (minimum) Heavy Duty (royal) Power Cord Length : 12 Meters (minimum) With Type A Plug (or Providing 10a Plug Adapter Is An Option) With Pair Of Rubber Wheels, Smooth Surface, No Sharp Edges Comes With Pad Holder, 2 Pcs - Polishing Brush And 3 Pcs - Floor Polishing Pads Includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures Branded, Brand Name And Electric Rating Permanently Mark On The Item, With 1 Year Warranty Parts And Service The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "shelving, Open, Knockdown Type, Adjustable Shelves Metal Powder Coated Frame Number Of Shelves : 5 Overall Dimensions : 85 X 30 X 180 Cm(minimum) Sturdy Connection, No Wobble Smooth Surface, No Sharp Edges" 40 Pcs. "dish Sponge, Cellulose, Non-scratch Dimensions : 5 X 3 X 1 Inch (minimum) Branded" 23 Pcs. "barber/salon Spray Gun Material: Hdpe Transparent Plastic Capacity: 300 Ml.(minimum) Trigger Type Sprayer Dimension: Diameter :7 Cm. X Height: 16.3 Cm (minimum) Rotating Nozzle To Adjust Spray Patterns Smooth Surface, No Sharp Edges Must Be Branded" 8 Pcs. "squeegee, Short Handle Head/blade Material: Stainless, Rubber Handle: Plastic Or Stainless Steel Blade Length: 25 - 30 Cm Overall Length (handle And Head) 20 - 32 Cm No Sharp Edges " 8 Pcs. "mop Bucket With Squeezer/wringer And Wheels Hand Lever To Squeeze, Made Of Metal, With Hand Grip Material : Hard Plastic, (ps) Polystyrene Or Its Equivalent Capacity : 30 L (minimum) Overall Dimension (excluding Handle: ( L X W X H ) 40 X 27 X 57 Cm (minimum) Color : Yellow With 3 Inches Non-marking Rubber Casters ""caution"" Printed In Black On Both Sides Of The Mop Bucket Smooth Surface, No Sharp Edges" 4 Pcs. "step Ladder Material: Aluminum U Channel Capacity: 250 Lbs (minimum) Type: Flatform Type Number Of Step: 6 (including Top Step) Reach Height: 6 To 8 Feet(minimum) Width: 15 Inches Minimum Spread: 4 Feet (minimum) Twin Steps With Gripped Treads To Prevent Slipping Step Braces On Top And Bottom Step Heavy Duty Aluminum Foot Bracket With Slip-resistant Foot Pad With User's Manual In English Which Includes: A. Parts Manual With Labels, B. Assembly Instructions, Branded" 4 Pcs. "electric Vacuum Cleaner, Wet And Dry Function, Sucks Even Screws, With 4 Swivel Caster Wheels Material : Hard Plastic, (abs) Or Rust Proof Body Equivalent Power Supply : 220/240vac, 50/60hz, 1000 Watts (minimum) Auto Shut Off Tank Capacity : 20 Liters (minimum) Equipped With Complete Accessories I.e., Detachable Vacuum Hose Assembly (flexible Non-kink), Extension Tubes/wands, Carpet (long Square) Brush Nozzle, Wet And Dry Floor Brush Nozzle, Crevice Nozzle, Hepa Filter, Sponge Filter/washable Cloth Bag. Comes With 4 Meters (minimum) Heavy Duty (royal) Power Cord, Molded Male Plug To Adapt Type A Outlet (or Providing 10a Plug Adapter Is An Option) Smooth Surface, No Sharp Edges With User's Manual Written In English That Contains Operating Procedure, Parts With Description, Safety Procedure, And Maintenance. The Item Must Be Branded, Brand Name And Electric Rating Permanently Mark On The Item. 1 Year Warranty Parts And Service With Service Centers Located In Major Cities In The Philippines. The Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 4 Pcs. "washer, Laundry 1. Front Load Electric Washer, Laundry 2. Electronic Control, Digital Indicator Display , Transparent Glass Door 3. Body Material : Steel, Powder Coated, Any Color 4. Dimensions (wxdxh): 590 Mm (minimum) X 490 Mm (minimum) X 820 Mm (minimum) 5. Drum Material : Stainless Steel 6. Capacity : 8 Kg (minimum) 7. Spin Speed : 1200 Rpm (minimum) 8. Power Rating: 220 /240vac, 50/60 Hz. 9. Comes With A 1 Meter (minimum) Heavy Duty Power Cord With Male Plug To Adapt Type A Outlet (or Providing 20a Plug Adapter Is An Option) 10. Smooth Surface, No Sharp Edges 11. With Dti-bps Certification, Brand And Electrical Ratings Clearly And Permanently Mark On The Item 9.includes User's Manual In English Which Contains: A. A Diagram Of The Parts With Their Names, B. Operating Procedures On How To Use The Equipment, C. Safety Precautions When Using The Equipment, D. Basic Troubleshooting And Maintenance Procedures 12.the Item Must Be Branded, Dti-bps Certified, 1 Year Warranty Parts And Service 13. With Service Centers Located In Major Cities In The Philippines. 14.the Offered Brand Of The Item Must Be An International Brand With At Least 5 Years Presence At The Local Market And Global Presence In The Usa, Europe Or In Japan Market." 8 Pcs. "white Board, Floor Standing, Rolling Board: White Formica Laminated, Plane Will Not Deform. Board Size: Rectangular 1800mm W X 1000 To 1200mm H, Board Edges Secured With Aluminum Clip Edging 17 Mm (minimum) Wih Plastic Corner Caps Comes With Metal Tray For Marker And Eraser The Stand And Frame Are Constructed With Aluminum Or Powder Coated Steel 25mm Square Tube (minimum), Sturdy, No Wobble With 4 Lockable Hard Plastic Caster Wheels Overall Height From Floor: 210 To 214cm Smooth Surface, No Sharp Edges"
Closing Date31 Jan 2025
Tender AmountPHP 1.3 Million (USD 22.2 K)
Department Of Agriculture Tender
Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) 1. The Department Of Agriculture-western Visayas, Through The National Expenditure Program 2025 (early Procurement Short Of Award) Intends To Apply The Sum Of Forty Three Million Five Hundred Ninety Five Thousand Pesos (php43,595,000.00) Being The Abc To Payments Under The Contract For Procurement Of Supply And Delivery Of Various Machinery (by Lot)/ib No. 2025-005 (amv). Description Abc Lot 1 ₱1,500,000.00 Lot 2 ₱1,600,000.00 Lot 3 ₱1,650,000.00 Lot 4 ₱1,485,000.00 Lot 5 ₱6,000,000.00 Lot 6 ₱1,250,000.00 Lot 7 ₱4,320,000.00 Lot 8 ₱14,000,000.00 Lot 9 ₱1,890,000.00 Lot 10 ₱4,500,000.00 Lot 11 ₱3,900,000.00 Lot 12 ₱1,500,000.00 Total ₱43,595,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-western Visayas Now Invites Bids For The Procurement Of Supply And Delivery Of Various Machinery (by Lot) With The Following Specifications: Lot 1 – 10 Units Hand Tractor • Brand New • Axle: Hexagonal Or Circular Plowing Capacity, Single Pass 1.0 Ha/day (minimum) Provision Of Earmuffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirements With Set Of Manufacturer’s Standard Tools Required For Maintenance Shall Conform To Pns/pabes 345:2022, Walking-type Agriculture Tractor (pull-type) • Prime Mover: Brand New 7.0 Hp (minimum), Water-cooled/air/cooled, Diesel/gasoline Engine, Direct-injection, Single-cylinder, Four-stroke Cycle Shall Conform To Paes 116:2001, Small Engine • With Implements One (1) Unit Each: Disc Plow (2 Disc), Minimum Comb Harrow Moldboard-type Side Plow Leveler • With Cage Wheel And Brand New Pneumatic Tires • With Trailer One (1) Ton Capacity With Leaf Spring/coil Spring Suspension And Brand New Tires • Additional Requirements: With Amtec Test Results For Hand Tractor And Engine With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 2 – 10 Units Floating Tiller • Brand New Width Of Rotary Tilling Wheel: 1.0 M (min.) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 347:2022, Waking-type Agricultural Tractor- Specifications, Part 3: Float-assisted Tiller With Set Of Manufacturer’s Standard Tools Required For Maintenance • Engine (prime Mover): 9.0 Hp (min.) Air-cooled Gasoline/diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements: With Amtec Test Results For Floating Tiller And Engine With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Unit And The Engine Offered Lot 3 4 Units Brand New Rice Thresher With Sifter And Fan Or Shaker 7 Units Brand New Rice Thresher Without Sifter And Fan • Performance/classification: Thrown-in, Axial Flow Type Threshing Cylinder: Type: Open Cylinder Peg Tooth Round/knife Bar Mild Steel Output Capacity: 1 Ton/h (minimum) Shall Conform To Paes 204:2015, Mechanical Rice Thresher With Set Of Manufacturer’s Standard Tools Required For Maintenance Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • Engine (prime Mover): Brand New 8 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements: With Amtec Test Results For Thresher And Engine With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 4 – 9 Units Rice Reaper • Brand New • Prime Mover: 2.61 Kw (3.5 Ho), Minimum Gasoline Engine • Field Capacity: 2.0 Ha/day (minimum) • Performance/classification/other Features/accessories: Width Of Cut: 1.0, Minimum Adjustable Cutting Height Transmission System Must Be Directly Coupled To The Engine Gear Transmission With Gear Box Preferably With Safety Features Shall Conform To Paes 212:2015, Rice Reaper • Additional Parts: With Cage Wheel With Brand New Pneumatic Tires (2 Units) • Additional Requirements: With Complete Basic Tools And Accessories As Indicated In Paes With Brochure With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery With Amtec Test Result Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Lot 5 – 12 Units Corn Mill • Brand New Compact Type Input Capacity: 100kg/h (minimum) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 251:2021, Corn Mill With Set Of Manufacturer’s Standard Tools Required For Maintenance With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 9 Hp (minimum) Air-cooled/water-cooled Gasoline/diesel Engine Or 3 Hp (minimum) Electric Motor, Single Phase Shall Conform To Paes 116:2001, Small Engine • Additional Requirements: With Amtec Test Result For Corn Mill And Electric Motor Or Engine And Engine With Instruction/operations Manual For Both Corn Mill And Enine (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 6 – 5 Units Hammer Mill • Brand New • Input Capacity: 100kg/h (minimum) Type: Swinging Type Or Fic Hammer With Set Of Screens • Shall Conform To Paes 216:2004, Hammer Mill • Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • With Complete Basic Tools And Accessories As Indicated In Paes • With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 7 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paed 116:2001, Small Engine • Additional Requirements: With Amtec Test Results For Hammer Mill And Engine With Brochure With Instruction/operations Manual For Both Hammer Mill And Engine (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 7 – 16 Units Corn Sheller • Brand New Output Capacity: 2.0 Tons/h (minimum) Provision Of Ear Muffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement Shall Conform To Paes 208:2000, Power-operated Corn Sheller With Brand New Pneumatic Tires With Set Of Manufacturer’s Standard Tools Required For Maintenance With Steel Ladder Minimum Of 3 Steps • Engine (prime Mover): Brand New 7 Hp, Minimum Air-cooled/water-cooled Gasoline Or Diesel Engine Shall Conform To Paes 116:2001, Small Engine • Additional Requirements: With Amtec Test Results For Corn Sheller And Engine With Brochure With Instruction/operations Manual For Both Hammer Mill And Engine (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 8 – 4 Units Re-circulating Dryer • Brand New • Type: Batch Type, Recirculating Stationary • With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried • Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material • Power Requirements: Single-phase Electrical Connection, Maximum 5kw Rated Power Of All Electric Motors • Holding Capacity: 6 Tons, Minimum • With Provision Of Built-in Moisture Meter • With Provision Of Safety Features • With Pre-cleaner Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor • With Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i Or G.i Sheet • With Set Of Manufacturer’s Standard Tools Required For Maintenance • Shall Conform To Performance Requirement Paes 201:2015, Heated-air Mechanical Grain Dryer • Heating System Requirement: Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired With The Following Components And Accessories - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive Ad Heat-resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired With The Following Components And Accessories: - With Heat Exchanger - Burning Chamber: Made Of Refractory Bricks Or Steel - Automatic Fuel Feeder: Auger/screw Type - Temperature Control - Compatible Electric Motor For The Heating System - Fuel Can Be Rice Hull Or Corn - With Dust Collection System • Accessories: Brand New Moisture Meter (digital Capacitance Type) Ash Box/cart Generator Set - Rated Power: 15kva, Minimum - Voltage Requirement Compatible To The System - Power Supply/generation System Should Be Brand New And Not Refurbished - Provided With Mechanical Transfer Switch (mts) - All Electrical Wires, Accessories, Piping To The Power Generating Unit To The Mts And The Dryer Control Panel/system Shall Be Provided - With Thermal, Insulation And Noise Suppressor - Noise Level; 92 Dba Maximum, If Exceeded Earmuffs Shall Be Provided - With Protection Or Cover Against Rat Entry (as Per Manufacturers Specification) Air Compressor For Cleaning, Heavy Duty At Least 120 Psi, 5m Air Hose One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum Automatic Portable Bag/sack Closer/sewer With Portable, Heavy Duty Weighing Scale, Minimum 150 Kg Weighing Capacity With Collapsible Cover (trapal), Thickness: S200 With Bagging Bin, Capacity Appropriate To The System • Additional Requirements: With Amtec Test Result (coupled System) (testing Material – Rice Or Corn) With Brochure With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) For The Prescribed Part Od The Dryer And Generator Set Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) Lot 9 – 7 Unit Multi-cultivator • Brand New • Transmission: Gear Type • Powered By 9 Hp (minimum) Gasoline Engine • With Implements And Accessories: Steel Wheel Steel Blades For Trench Cutting, Row Forming, Ditch Digging • Dry Weight: 165kg (minimum) • Shall Conform For Paes 147:2010, Field Cultivator • With Set Of Manufacturer’s Standard Tools Required For Maintenance • Additional Requirements: With Amtec Test Result With Brochure With Instruction/operations Manual (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas – Amia Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) Lot 10 – 2 Units Village Type Feed Mill • Brand New Components: A. Fabrication Of One (1) Unit Horizontal Mixer Mixing Rate: 800 Kg/h (minimum) Prime Mover: 3hp (min.) Single Phase Electric Motor B. Fabrication Of One (1) Unit Hammer Mill (swinging Type) Prime Mover: 12hp (min.) Gasoline/diesel Engine, Water-cooled/air-cooled Capacity: 600 Kg/h (min.) C. Fabrication Of One (1) Unit Micro-mixer Mixing Rate: 200 Kg/h (min.) Prime Mover: 2hp (min.), Single Phase, Electric Motor Made Of Stainless Casing D. Weighing Scale Capacity: 1000 Kg (min.) Platform Type E. Sack Sewing Machine Portable Type Single Thread Chain Stitch F. With Set Of Manufacturer’s Standard Tools Required For Maintenance • Additional Requirements: With Amtec Test Result With Instruction/operations Manual (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Lot 11 – 13 Units Forage Chopper • Brand New Input Capacity: 300 Kg/h (minimum) Length Of Cut: 10mm – 50mm Discharge Mechanism: Throw-away Type Feeding Mechanism: Semi-precision Cut Mobility: With Wheels Shall Conform To Paes 218:2004, Forage Chopper With Set Of Manufacturer’s Standard Tools Required For Maintenance Provision Of Earmuffs Or Any Ear Protective Device Is Mandated When The Noise Level Exceeds The Minimum Requirement • Engine (prime Mover): Brand New 8 Hp (min.), Water-cooled/air-cooled, Diesel/gasoline Engine, Direct-injection, Single-cylinder, Four-stroke Cycle Shall Conform To Paes 116:2001, Small Engine • Additional Requirements: With Amtec Test Result With Instruction/operations Manual (to Be Submitted Upon Delivery) With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Must Have A Valid Certificate Of Conformity (cc) For The Engine Offered Lot 12 – 1 Unit Baler • Brand New Capacity: 70 Bale/h, Minimum Bale Shape: Square Bale Output Dimension (lxwxh) Mm: 750x450x350, Minimum Source Of Power: Tractor Pto Tractor Power Required: 40-55hp • Additional Requirements: With Amtec Test Result With Brochure With Original Equipment Manufacturer Manual (oem) To Be Submitted During Delivery Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary With Reflectorized Da Western Visayas Logo (minimum Of 6” Diameter) Service Center Must Conform To Paes 138:2004 And Should Have An Available Spare Parts And Technician Within Region 6 Must Have A Valid Certificate Of Accreditation From National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Board. Must Have A Valid Permit To Operate (pto) Delivery Of The Goods Is Required Within 45 Calendar Days From Receipt Of Notice To Proceed And To Be Delivered At The Attached Drop Off Points. Bidders Should Have Completed, Within Three (3) Years (2021-present) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Prospective Bidder Must Be Registered In The Philgeps. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture - Visayas And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 30, 2024 – January 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amount: Lot Cost Of Bidding Documents Lot 1 ₱5,000.00 Lot 2 ₱5,000.00 Lot 3 ₱5,000.00 Lot 4 ₱5,000.00 Lot 5 ₱10,000.00 Lot 6 ₱5,000.00 Lot 7 ₱5,000.00 Lot 8 ₱25,000.00 Lot 9 ₱5,000.00 Lot 10 ₱5,000.00 Lot 11 ₱5,000.00 Lot 12 ₱5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The Department Of Agriculture-western Visayas Will Hold A Pre-bid Conference At 9:30 A.m. On January 7, 2025 At The Rcpc Library, Rcpc Building, Da Wesviarc Compound, Brgy. Buntatala, Jaro, Iloilo City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 A.m. On January 21, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In The Amount Of Any Of The Acceptable Forms And In The Amount: Lot Abc Bid Security Form Of Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit (2%) Form Of Surety Bond (5%) Lot 1 ₱1,500,000.00 ₱30,000.00 ₱75,000.00 Lot 2 ₱1,600,000.00 ₱32,000.00 ₱80,000.00 Lot 3 ₱1,650,000.00 ₱33,000.00 ₱82,500.00 Lot 4 ₱1,485,000.00 ₱29,700.00 ₱74,250.00 Lot 5 ₱6,000,000.00 ₱120,000.00 ₱300,000.00 Lot 6 ₱1,250,000.00 ₱25,000.00 ₱62,500.00 Lot 7 ₱4,320,000.00 ₱86,400.00 ₱216,000.00 Lot 8 ₱14,000,000.00 ₱280,000.00 ₱700,000.00 Lot 9 ₱1,890,000.00 ₱37,800.00 ₱94,500.00 Lot 10 ₱4,500,000.00 ₱90,000.00 ₱225,000.00 Lot 11 ₱3,900,000.00 ₱78,000.00 ₱195,000.00 Lot 12 ₱1,500,000.00 ₱30,000.00 ₱75,000.00 In Lieu Of A Bid Security, The Bidder May Submit A Duly Notarized Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidder Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within 10 Calendar Days From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event That It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. 9. Bid Opening Shall Be At 9:30 A.m. On January 21, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-western Visayas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. The Department Of Agriculture-western Visayas Does Not Condone Any Forms Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Zarlina B. Cuello Bac Chairperson Da-wesviarc Compound Brgy. Buntatala, Jaro, Iloilo City Tel. No. (033) 320-23-73 Www.westernvisayas.da.gov.ph Procurement@wv.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps December 30, 2024 Zarlina B. Cuello Bac Chairperson
Closing Date21 Jan 2025
Tender AmountPHP 43.5 Million (USD 744.3 K)
Municipality Of San Vicente, Palawan Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Office Supplies Not Available At Ps-depot Intended For The 1st Semester Requirement Of Different Offices, This Municipality/gds-2025-016 1. The Municipal Government Of San Vicente, Palawan, Through The General Fund Intends To Apply The Sum Of One Million Two Hundred Twelve Thousand Nine Hundred Six Pesos (₱1,212,906.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Office Supplies Not Available At Ps-depot Intended For The 1st Semester Requirement Of Different Offices, This Municipality/gds-2025-016. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. Set 5 3m Post-it Page Markers 670-5an 5 Colors 2. Piece 1 A4 Plastic Clip Board Hardboard Writing Pad Profile Clip With Hanging Hole 3. Piece 65 Arc File 2 Rings 3" Thick Cover, Long Size 4. Piece 1 Acrylic Suggestion Box 8x5x8 Inch, With Lock, 3mm Thickness 5. Pack 1 Acetate Film A4 Size 6. Piece 348 Ballpen, 0.7mm Color Black 7. Piece 198 Ballpen, 0.7mm Color Blue 8. Piece 904 Ballpen, 0.5mm Color Black(smooth Ink) 9. Piece 124 Ballpen, 0.5mm Color Blue(smooth Ink) 10. Box 72 Ballpen, Good Quality Black 12's/box 11. Box 16 Ballpen 0.5 Retractable, Black 12's/box 12. Box 2 Ballpen, Good Quality Black 12's/box 13. Pack 124 Battery, Dry Cell, Size Aa (heavy Duty) 14. Pack 82 Battery, Dry Cell, Size Aaa(heavy Duty) 15. Box 20 Binder Clip,2-51mm 16. Box 17 Binder Clips 1 Inch 17. Box 10 Binder Clips 1 1/2 Inch 18. Box 8 Binder Clips 1 1/4 Inch 19. Box 18 Binder Clips 2 Inch 20. Box 6 Binder Clips 3/4 Inch 21. Piece 4 Calculator 12 Digits, Mx 12b Heavy Duty 22. Box 4 Carbon Film/ Paper, 100's Legal (blue) 23. Piece 8 Cartolina Neon Color 24. Piece 12 Cartolina Red 25. Piece 12 Cartolina Black 26. Piece 12 Cartolina White 27. Pack 14 Cartolina, Assorted Colors 10pcs/pack 28. Piece 100 Cashbook (for Collector) 29. Piece 50 Cashbook (in-treasury) 30. Piece 195 Certificate Holder A4, Size 31. Piece 100 Certificate Frame Holder Legal Size 32. Box 10 Clear Sheet Protector, 27 Holes, 25 Pcs/box(legal) 33. Piece 30 Clear Holder Refillable, Color Black, Legal Size, 27 Holes 34. Pack 5 Clear Book, Refill A4, 10s/pack 35. Pack 5 Clear Book, Refill Legal, 10s/pack 36. Piece 42 Clearbook, Legal Size 37. Piece 10 Clipboard With Cover File Folder Organizer, Legal 38. Piece 10 Clipboard With Cover File Folder Organizer, A4 39. Box 28 Clip, Backfold, 25mm 40. Piece 3 Color Sticky Note/memo Pad With Arrow Flags In Pu Leather Case 41. Piece 15 Columnar 24 Columns 42. Box 11 Continuous Form, Carbonless, 2 Ply, 280x241mm 43. Piece 36 Correction Pen, Metal Tip 44. Piece 150 Customized Id Lace/lanyard 45. Piece 12 Cutter/utility Knife, For General Purpose 46. Piece 20 Data Folder, With Finger Ring(3"x9"x15")(blue) 47. Piece 130 Data Folder 48. Piece 75 Data File Box 49. Piece 7 Dater Stamp (heavy Duty) 50. Roll 76 Double Sided Tape 1" 51. Roll 10 Double Sided Tape 2" 52. Roll 10 Double Sided Tape 1/2" 53. Roll 10 Double Sided Tape Adhesive Transparent,1" 54. Box 10 Dressmaker's Pin, 26mm, 12s 55. Pad 3 Dtr, Daily Time Record Form-48,50 Leaves 56. Roll 10 Duct Tape, Width:48mm 57. Set 10 Duct Tape, Pvc Adhesive Tape, Size: 100mmx10m 58. Piece 4 Eagle Page Markers Ty7391 4s 59. Piece 50 Envelope Brown, Documentary A4 Size Doc. 60. Piece 62 Envelope Brown, Documentary Legal Size Doc. 61. Piece 185 Envelope, Expanding, Plastic, Lock With Handle, Legal 62. Piece 57 Envelope, Plastic With Handle And Zipper (legal) 63. Piece 200 Envelope, Plastic, Long, Transparent(ordinary) 64. Piece 200 Envelope, Plastic, A4, Transparent(ordinary) 65. Piece 174 Envelope, Expanding With Garter, Legal, 12's 66. Box 7 Envelope, Documentary, A4 67. Box 17 Envelope, Expanding, Kraft 68. Box 2 Envelope, Mailing, With Window 69. Set 15 File Tab Divider, Legal 70. Piece 15 File Tray 3 Layers, Acrylic Organizer/tray 71. Piece 590 Folder Ordinary(long) White 72. Piece 500 Folder Ordinary(a4) White 73. Piece 25 Folder With Ring, Arch File Folder, A4 74. Piece 25 Folder With Ring, Arch File Folder, Long 75. Piece 10 Folder, Expandable, Legal 76. Piece 75 Folder, Expandable, Legal (green) 77. Piece 20 Folder, Expandable, Legal (red) 78. Piece 50 Folder, Expandable, Legal (blue) 79. Pack 2 Folder, Expandable, Short (100pcs/pack) 80. Piece 50 Folder, Ordinary, Legal (green) 81. Pack 10 Folder, File Folder, Plain/kraft,14pts, Short, 100s 82. Piece 50 Folder, File Folder, Plain/kraft,14pts, A4, 100s 83. Piece 48 Folder, Transparent Plastic Long, White 84. Pack 3 Folder, Sliding, Transparent Long 100pcs/pack 85. Pack 2 Folder, Sliding, Transparent A4 100pcs/pack 86. Bundle 55 Folder, Fancy With Slide, Legal 87. Pack 5 Folder, L-type, A4 88. Pack 5 Folder, L-type, Legal 89. Box 11 Folder, Pressboard 90. Piece 20 Frame, Certificate,a4 91. Unit 1 Fire Extinguisher, Dry Chemical 92. Bottle 5 Glue,multi-purpose-all,500g 93. Bottle 121 Glue, All-purpose 94. Piece 2 Gun Tacker, Heavy Duty Multi-purpose W/ Handle Locking System For T50 Staple Wire 95. Box 5 Gun Tacker Staple Wire 96. Set 8 Highlighter (pink, Orange, Green & Yellow) 97. Set 3 Highlighter, 6pcs/set 98. Set 2 Highlighter, 9pcs/set 99. Piece 10 Inkjet Paper Matte, 108gsm 100. Piece 10 Illustration Board, 1 Whole 101. Pack 3 Laminating Film (a4 Size)100pcs/pack 102. Box 1 Laminating Pouches, A4 220x307, 250mic, 100pcs 103. Unit 1 Laptop Charger (for Hp I7) 104. Piece 1 Led Digital Snooze Electric Alarm Clock Backlight Time Calendar Battery Operated, Plastic, Size:13.5cmx7.5cmx4.5cm"x2.95"x1.77" (approx) Screen Size:11cmx5cm/4.33"x1.97"(approx) 105. Piece 7 Light-emitting Diode (led) Linear Tube, 18 Watts 106. Piece 15 Magazine File Box, Large Size, Made Of Chipboard 107. Piece 135 Manila Paper 108. Piece 192 Marker, Whiteboard, Black 109. Piece 80 Marker, Whiteboard, Blue 110. Piece 680 Marker, Permanent, Black 111. Piece 116 Marker, Permanent, Blue 112. Unit 3 Measuring Tape 15 Meters 113. Set 5 Metal Triple Desk Tray, Black 114. Box 10 Mild Steel Binder Clip, Small,12 Pcs/box, Colored 115. Ream 2 Neon Paper Assorted Color, Short 116. Ream 5 Neon Paper Assorted Color, Long 117. Pad 50 Note Pad, Stick On, (0.5"x 2") 118. Pad 38 Note Pad (2"x2") 119. Pad 107 Notepad, Stick-on, 50mm X 76mm 120. Pad 132 Notepad, Stick-on, 76mm X 100mm 121. Pad 110 Notepad, Stick-on, 76mm X 76mm 122. Piece 3 Numbering Stamp (12 Digits) 123. Roll 1 Nylon Cord Thread 300m (for Shoe Repairing) 124. Piece 2 Packbag For Collector 125. Piece 2 Packing Tape Dispenser, Metal, 2" 126. Roll 10 Packing Tape 3" 127. Bot 1 Padding Glue, Red, Binding All Kinds Of Paper 128. Piece 10 Padlock Big Size (for Container Van) 129. Piece 5 Padlock Standard Size (for Door) 130. Box 164 Paper Clip, Vinly/plastic Coated, 33mm 131. Box 111 Paper Fastener (plastic) Small 50's 132. Box 14 Paper Fastener (plastic)big, 50,s 133. Box 12 Paper Fastener (plastic)coated Extra Long 134. Pack 3 Paper Bag, Brown Size 6" 100's/pack 135. Ream 10 Paper, Bond 80gsm-letter 136. Ream 435 Paper, Multipurpose A4 137. Ream 345 Paper, Multipurpose Legal 138. Pad 53 Paper, Photo,a4 Glossy, 180 Gsm 139. Pack 1 Paper, Photo,a4 Glossy, 135 Gsm 140. Pack 33 Paper, Photo,a4 Size, 230gsm 141. Pad 10 Photo Sticker A4 135gsm 10 Sheets 142. Piece 418 Pen, Black, Liquid/gel Ink,0.5mm,needle Tip 143. Piece 140 Pen, Blue, Liquid/gel Ink,0.5mm,needle Tip 144. Piece 142 Pen, Green, Liquid/gel Ink,0.5mm,needle Tip 145. Piece 34 Pen, Red, Liquid/gel Ink,0.5mm,needle Tip 146. Piece 10 Pen, Violet, Liquid/gel Ink,0.5mm,needle Tip 147. Piece 24 Pen, Signing, Sign Pen 0.7black 148. Piece 27 Pen., Sign Pen Black, Hi-tech Point Vio Grip 149. Piece 7 Pencil, Lead, With Eraser No.1 150. Box 30 Pencil #2, Good Quality 151. Piece 46 Pentel Pen, Permanent Broad Black(refillable) 152. Bottle 8 Pentel Pen, Refill Ink, Black 30ml 153. Box 32 Push Pin (assorted Colors) 154. Piece 39 Puncher, Paper, Heavy Duty 155. Box 10 Pvc Cover, 300mic, 100 Pcs,a4 Size 156. Box 9 Pvc Cover, 300mic, 100 Pcs,legal Size 157. Pack 23 Rechargeable Battery (aa) 158. Pack 2 Rechargeable Battery (aaa) 159. Piece 5 Rechargeable Flashlight, Branded 160. Piece 54 Record Book 200pages 161. Piece 6 Record Book 300pages, 162. Piece 20 Record Book 500pages 163. Roll 3 Ribbons, Satin,40mmx25 Yards, White 164. Roll 3 Ribbons, Satin,40mmx25 Yards, Green 165. Roll 3 Ribbons, Satin,40mmx25 Yards, Light Brown 166. Roll 3 Ribbons, Satin,40mmx25 Yards, Red 167. Roll 3 Ribbons, Satin,40mmx25 Yards, Yellow 168. Roll 3 Ribbons, Satin,40mmx25 Yards, Peach 169. Roll 3 Ribbons, Satin,50mmx25 Yards, White 170. Roll 3 Ribbons, Satin,50mmx25 Yards, Green 171. Roll 3 Ribbons, Satin,50mmx25 Yards, Light Brown 172. Roll 3 Ribbons, Satin,50mmx25 Yards, Red 173. Roll 3 Ribbons, Satin,50mmx25 Yards, Yellow 174. Roll 3 Ribbons, Satin,50mmx25 Yards, Peach 175. Roll 2 Ribbon (2 Inches/cloth Type/red) 176. Roll 2 Ribbon (2 Inches/cloth Type/white) 177. Roll 2 Ribbon (1/2 Inch/cloth Type/red) 178. Roll 2 Ribbon (1/2 Inch/cloth Type/white) 179. Piece 10 Ribbon 4" Color (green) 180. Piece 10 Ribbon 4" Color (yellow) 181. Piece 10 Ribbon 4" Color (white) 182. Piece 10 Ribbon 4" Color (blue) 183. Piece 10 Ribbon 4" Color (yellow Green) 184. Cartridge 5 Ribbon Cartridge For Epson, Lx310, S015639/s015634 185. Cartridge 5 Ribbon Cartridge For Epson, Lq590ii,no.s015337/vp880rc 186. Bundle 11 Ring Binder 1" 10 Pcs/bundle 187. Bundle 5 Ring Binder 1.5" 10 Pcs/bundle 188. Bundle 29 Ring Binder 1/2" 10 Pcs/bundle 189. Bundle 5 Ring Binder 1/8" 10 Pcs/bundle 190. Bundle 5 Ring Binder 2" 10 Pcs/bundle 191. Bundle 16 Ring Binder 3/4" 10 Pcs/bundle 192. Bundle 8 Ring Binder 3/8" 10 Pcs/bundle 193. Bundle 1 Ring Binder 1/4" 10 Pcs/bundle 194. Bundle 8 Ring Binder 5/6" 10 Pcs/bundle 195. Piece 4 Rubber Numbering Stamp, Manual, 12 Band Self-inking 196. Box 25 Rubber Band No. 18 197. Pad 5 Safety Pins 198. Piece 28 Scissor Heavy Duty,10" 199. Piece 20 Scissor Heavy Duty,6" 200. Piece 69 Sign Pen, Extra Fine Tip, Black 201. Piece 176 Sign Pen, Fine Tip, Black 202. Piece 44 Sign Pen, Medium Tip, Black 203. Piece 15 Sign Pen, Extra Fine Tip, Blue 204. Piece 41 Sign Pen, Fine Tip, Blue 205. Piece 24 Sign Pen, Medium Tip, Blue 206. Piece 15 Sign Pen, Extra Fine Tip, Red 207. Pack 150 Specialty Paper, Size 8.5x11in, Gsm 90, 10 Sheets/pack (white And Cream) 208. Pad 10 Skirting Pins 209. Pack 7 Special Paper A4 (10 Sheets) Asstd. Colors 210. Pack 7 Special Paper Legal (10 Sheets) Asstd. Colors 211. Pack 40 Special Paper White Legal,200 Gsm 212. Pack 61 Special Paper White A4,200 Gsm 213. Pack 120 Special Board Paper A4,white Color,220 Gsm 214. Pack 25 Specialty Paper A4 Color: White, For Certificates 215. Pack 40 Specialty Board Paper(letter) With Touch Of Cream 10's/pack 216. Pack 200 Specialty Board Paper(short) Cream Color, 220gsm 217. Pack 65 Specialty Board Paper(short) Green Color, 220gsm 218. Pack 5 Specialty Board Paper(short) Peach Color, 80gsm 219. Pack 1 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(14.3mm(100pcs) 220. Pack 1 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(12.7mm(100pcs) 221. Pack 1 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(7.9mm(100pcs) 222. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(8mm) 223. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(10mm) 224. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(12mm) 225. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(14mm) 226. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(18mm) 227. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(20mm) 228. Box 43 Stapler With Remover (heavy Duty)#35 229. Box 31 Staple Wire No.35 26/6 And 5000 Fullstrip Staples 230. Bot 1 Stamp Pad Ink Black (950ml)purple 231. Piece 19 Stamp Pad, Felt 232. Piece 1 Stamp, Rubber, Customized, Wood Handle 233. Piece 10 Starfile Magazine Rack, Single, Horizontal 234. Piece 20 Stationary Tape Clear, 1/2 Inch 235. Piece 12 Stick Glue(small) 236. Pack 14 Sticker Paper Size A4, Color: White, 10's/pack 237. Pad 5 Sticky Note 1"x3" 238. Pad 25 Sticky Note 3"x3"/ 4 Pads/pack (multi-color) 239. Pad 10 Sticky Note 3"x4"/ 4 Pads/pack (multi-color) 240. Pad 5 Sticky Note, Arrow Head, (sign Here) Pad, 3"x4")min 241. Pad 5 Sticky Note 4"x4" 242. Pack 1 Stock Card 5x8" 100 Pieces Per Pack 243. Piece 50 Tabletop Pen With String And Stand 244. Piece 30 Tape Clear 3" 245. Piece 7 Tape Dispenser, Table Top 246. Roll 18 Tape, Electrical 247. Roll 111 Tape, Masking, 48 Mm 248. Roll 96 Tape, Packaging, 48 Mm 249. Roll 123 Tape, Transparent, 48 Mm 250. Roll 3 Twine, Plastic 251. Box 10 Thumbtacks,no.10.153,gold Steel, 100's 252. Pack 30 Vellum Paper, Legal, 180gsm,10pcs/pack, White 253. Piece 1 Weight And Measures Pliers Clip 254. Bottle 5 White Board Marker Ink (black) 255. Piece 1 Whiteboard, 18"x24" 256. Unit 1 Whiteboard, 48"x71" 257. Unit 1 Whiteboard, 36"x48" 258. Piece 1 Wooden Index Card Box 5x8 Inch For Inventory 259. Pad 5 Yellow Pad Paper 260. Pair 50 Scissors, Symmetrical/asymmetrical(heavy Duty) 261. Piece 1 Flash Drive, Usb, 3.0, 32gb 262. Piece 3 Mouse, Optical, Wireless, Usb 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5 To 26, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On February 12, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 26, 2025, 1:00 P.m. Late Bids Shall Not Be Accepted. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 26, 2025, 1:30 P.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
Closing Date26 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.9 K)
2281-2290 of 2300 archived Tenders