Fire Extinguisher Tenders

Fire Extinguisher Tenders

Health And Medico Social Establishments Tender

Others
Corrigendum : Closing Date Modified
France
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Details: Annual Verification and Maintenance of Fire Extinguisher Parks, Ria and Smoke Extraction Devices of the Sites of the Common Interest Pole Sca-scb-sms of the Public Assistance - Paris Hospitals

SAN AGUSTIN HIGH SCHOOL CASTILLEJOS ZAMBALES Tender

Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 136.3 K (USD 2.3 K)
Details: Description Item No. Item Description No. Of Items Statement Of Compliance (state “compliant” Or “not Compliant”) Total Bidprice Procurement Of School And Office Supplies 1. Alcohol, Ethyl, 500 Ml 11 Bottle 2. Alcohol, Ethyl, 1 Gallon 12 Gallon 3. Clearbook, 20 Transparent Pockets, A4 6 Piece 4. Clearbook, 20 Transparent Pockets, Legal 8 Piece 5. Eraser, Plastic/ Rubber 3 Piece 6. Sign Pen, Extra Fine Tip, Black 10 Piece 7. Sign Pen, Fine Tip, Black 22 Piece 8. Sign Pen, Medium Tip, Black 12 Piece 9. Sign Pen, Medium Tip, Blue 1 Piece 10. Sign Pen, Fine Tip, Red 10 Piece 11. Air Freshener 13 Can 12. Broom, Soft (walis Tambo) 2 Piece 13. Broom, Stick (walis Ting-ting) 3 Piece 14. Disinfectant Spray 5 Can 15. Dust Pan 1 Piece 16. Liquid Hand Soap,500ml 22 Bottle 17. Rags 4 Bundle 18. Scouring Pad 5 Pack 19. Trashbag,large Size 8 Pack/roll 20. Trashbag,xl Size 26 Pack/roll 21. Wastebasket 6 Piece 22. Acetate 2 Roll 23. Fire Extinguisher, Dry Chemical 10 Unit 24. Electric Fan, Ceiling Mount, Orbit Type 3 Unit 25. Electric Fan, Stand Type 5 Unit 26. Electric Fan, Wall Mount 1 Unit 27. Glue, All-purpose 8 Jar 28. Staple Wire, Standard 13 Box 29. Tape, Electrical 2 Roll 30. Tape, Masking, 24mm 4 Roll 31. Tape, Masking, 48 Mm 5 Roll 32. Tape, Transparent, 24mm 28 Roll 33. Twine, Plastic 3 Roll 34. Ruler, Plastic, 450 Mm 4 Piece 35. Calculator, Compact 5 Unit 36. Clip, Backfold, 19mm 6 Box 37. Clip, Backfold, 25mm 6 Box 38. Clip, Backfold, 32mm 6 Box 39. Clip, Backfold, 50mm 5 Box 40. Correction Tape 40 Piece 41. Cutter/utility Knife, For General Purpose 1 Piece 42. Data File Box 8 Piece 43. Eraser, Felt, For Blackboard/whiteboard 6 Piece 44. Paper Fastener 5 Box 45. File Organizer, Expanding, Plastic, Legal 2 Piece 46. Folder, L-type, A4 2 Pack 47. Folder With Tab, A4 1 Pack 48. Marker, Permanent, Black 17 Piece 49. Marker, Permanent, Blue 5 Piece 50. Marker, Permanent, Red 5 Piece 51. Marker, Whiteboard, Black 20 Piece 52. Paper Clip, Vinly/plastic Coated, 33mm 9 Box 53. Paper Clip, Vinly/plastic Coated, Jumbo, 50mm 10 Box 54. Pencil, Lead/graphite, With Eraser, One (1) Dozen Per Box 6 Box 55. Pencil Sharpener 2 Piece 56. Puncher, Paper, Heavy Duty 3 Piece 57. Scissors, Symmetrical Or Asymmetrical 8 Pair 58. Stapler, Standard Type 6 Piece 59. Tape Dispenser, Table Top 6 Piece 60. Note Pad, Stick On, 2" X 3", 100 Sheets Per Pad 3 Pad 61. Note Pad, Stick On, 3" X 4", 100 Sheets Per Pad 4 Pad 62. Note Pad, Stick On, 3" X 3", 100 Sheets Per Pad 3 Pad 63. Notebook, Stenographer 2 Piece 64. Paper, Multicopy A4 8 Ream 65. Paper, Multicopy Legal 3 Ream 66. Paper, Multipurpose A4 87 Ream 67. Paper, Multipurpose Legal 25 Ream 68. Record Book, 300 Pages 2 Book 69. Record Book, 500 Pages 11 Book 70. Tissue, Interfolded Paper Towel 19 Pack 71. Toilet Tissue Paper, 2 Ply 25 Pack 72. Hand Sanitizer 19 Bottle 73. Insecticide 4 Can 74. Ballpen 25 Piece 75. Sticker Paper 6 Pack 76. Double Sided Tape 9 Pc 77. Photo Paper 5 Pack 78. Bleaching Solution 5 Gal 79. Dishwashing Liquid 5 Gal 80. Plastic Fastener 4 Box 81. Steel Filing Cabinet 2 Pc 82. Extension Cord 3 Unit 83. Push Pin 3 Pack 84. Door Mat 3 Piece 85. Glue Stick (for Gglue Gun) 2 Pack 86. Office Chair 2 Unit 87. Storage Box 9 Pc 88. Face Mask 5 Box 89. Folder, Pressboard 15 Pc 90. Electric Fan, Desk Fan 2 Unit 91. Epson Ink 003 ( Black ) 5 Bottle 92. Epson Ink 003 ( Cyan ) 5 Bottle 93. Epson Ink 003 ( Yellow ) 5 Bottle 94. Epson Ink 003 ( Magenta ) 5 Bottle 95. Epson Ink 664 ( Black ) 5 Bottle 96. Epson Ink 664 ( Cyan ) 5 Bottle 97. Epson Ink 664 ( Yellow ) 5 Bottle 98. Epson Ink 664 ( Magenta ) 5 Bottle 99. Epson Ink 001 ( Black ) 1 Bottle 100. Epson Ink 001 ( Cyan ) 1 Bottle 101. Epson Ink 001 ( Yellow ) 1 Bottle 102. Epson Ink 001 ( Magenta ) 1 Bottle 103. Genuine Brother Ink Btd60 - Black 4 Bottle 104. Genuine Brother Ink Bt500-magenta 2 Bottle 105. Genuine Brother Ink Bt500-cyan 2 Bottle 106. Genuine Brother Ink Bt500-yellow 2 Bottle 107. Toilet Brush 5 Piece 108. Long Cleaning Broom (pang-agiw Na Walis) 5 Piece 109. Linoleum, Thick,(light Color)- Submit Sample Picture For Reference 12 Meter **nothing Follows** Approved Budget For The Contract (abc) – Php 136,302.46 *inclusive Of 12% Evat Office Address For Delivery: Purok 4,san Agustin, Castillejos, Zambales

KALINGAGAN SENIOR HIGH SCHOOL VILLANUEVA, MISAMIS ORIENTAL Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 702.9 K (USD 12.1 K)
Details: Description Procurement Of Supplies For School Use Of Kalingagan Senior High School Villanueva, Misamis Oriental Fund Source: Mooe Funds Please Contact Directly The Following Personnel Listed Below For More Information. Anna Marie B. Aguiman 09215274099 John Victor E. Enovero 09069168045 Note To Suppliers For Submission Of Rfq Or Canvass: 1. Contact Directly The School Concern. Please See Above For Contact Numbers. 2. Request Of Price Quotation (rfq) Must Be Submitted To The School Concern (hardcopy) Or Email To The Given Email Address Above On Or Before The Closing Date Of Posting. 3. Rfq Can Be Downloaded At The Associated Components Of This Posting. 4. Late Submission Of Rfq Will Not Be Accepted. Line Items: 1 30 Piece Apple Corer 3,930.00 2 3 Piece Bain Marie, Table 146,700.00 3 2 Unit Blender, Electric 13,220.00 4 30 Piece Board, Chopping/cutting, Plastic 5,850.00 5 2 Unit Boiler, Double 5,320.00 6 2 Piece Braising Pan, Medium 6,410.00 7 12 Piece Can Opener 2,340.00 8 12 Piece Casserole, Medium 10,140.00 9 12 Piece Casserole, Small 16,620.00 10 12 Piece Colander, Medium 5,040.00 11 12 Piece Colander, Small 3,912.00 12 12 Set Cup, Measuring (for Solid) 900.00 13 12 Piece Dispenser, Paper Towel 9,192.00 14 4 Unit Fan, Electric 12,704.00 15 6 Unit Fire Extinguisher (with Contents) 12,186.00 16 2 Piece Fish Poacher, Medium 3,870.00 17 12 Piece Fork, Carving 18,000.00 18 12 Piece Fork, Kitchen 2,040.00 19 12 Piece Frying Pan, Large 13,680.00 20 12 Piece Frying Pan, Medium 11,700.00 21 12 Piece Frying Pan, Small 9,132.00 22 6 Piece Funnel, S/s, Medium 606.00 23 6 Piece Funnel, S/s, Small 1,308.00 24 6 Piece Garbage Bin 1,986.00 25 12 Piece Glass Rack 9,132.00 26 6 Piece Ice Cream Scooper 876.00 27 10 Piece Knife, Boning 9,300.00 28 5 Piece Knife, Chef 6,300.00 29 4 Piece Knife, Cleaver 2,980.00 30 10 Piece Knife, Oyster 1,350.00 31 3 Unit Light, Emergency 1,425.00 32 1 Piece Meat Slicer 28,550.00 33 30 Set Pastry Tube 16,950.00 34 30 Piece Peeler, Y-type 1,950.00 35 30 Set Pepper And Salt Mill 8,730.00 36 10 Piece Piping Bag 1,500.00 37 12 Piece Plate Rack 15,852.00 38 2 Piece Preparation Table With Sink 38,970.00 39 1 Unit Pressure Cooker 2,646.00 40 4 Piece Roasting Pan 3,960.00 41 8 Piece Scissor, Kitchen 2,552.00 42 8 Piece Siever, Small 6,632.00 43 8 Piece Skimmer, Fine 1,664.00 44 8 Piece Skimmer, Spider 6,440.00 45 12 Piece Soup Cup Rack 17,520.00 46 2 Piece Soup Ladle, 12 Oz 1,038.00 47 8 Piece Soup Ladle, 3 Oz 800.00 48 8 Piece Soup Ladle, 6 Oz 2,000.00 49 3 Piece Soup Ladle, 8 Oz 450.00 50 8 Piece Spatula 2,400.00 51 8 Piece Spoon, Kitchen 1,832.00 52 8 Piece Spoon, Kitchen (slotted) 1,760.00 53 8 Set Spoon, Measuring 880.00 54 8 Piece Spoon, Parisienne 1,048.00 55 24 Piece Spoon, Serving 4,560.00 56 8 Piece Spoon, Wooden 1,480.00 57 2 Piece Stock Pot, Large 11,190.00 58 10 Piece Strainer Chinois , Small 4,800.00 59 10 Piece Strainer Chinois, Medium 7,000.00 60 10 Piece Strainer Medium, Fine 1,910.00 61 10 Piece Strainer Small, Fine 1,800.00 62 8 Piece Tenderizer, Medium 5,760.00 63 3 Piece Thermometer, Pocket /pin 660.00 64 8 Piece Tong, 12 Inches 1,680.00 65 10 Piece Tong, 8 Inches 1,600.00 66 8 Piece Tray, Baking, Small 920.00 67 12 Piece Tray, Utility 1,092.00 68 8 Piece Turner 3" X 6" 1,480.00 69 1 Unit Utility Cart 2,317.00 70 4 Piece Weighing Scale, 1 Kg, Digital 4,460.00 71 2 Piece Weighing Scale, 5 Kg 2,230.00 72 8 Piece Wire Skimmer, Small 1,688.00 73 2 Piece Wire Whisk, Heavy Duty 2,250.00 74 8 Piece Wire Whisk, Medium 15,792.00 75 30 Piece Wire Whisk, Small 18,000.00 76 20 Piece Wok, Medium 23,200.00 77 24 Piece Wok, Small 25,320.00 78 6 Piece Working Table 45,000.00 79 20 Piece Zester 2,520.00 Total 702,982.00

BARANGAY CAMPALANAS LAZI SIQUIJOR Tender

Others
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 134.6 K (USD 2.3 K)
Details: Description Barangay Government Of Campalanas Project Reference Number: Name Of The Project: Provision Of Communication Devices And Purchase Of Emergency Supplies. Standard Form Number: Sf-good-05 Location Of Project: Campalanas, Lazi, Siquijor Revised On: May 24, 2004 Invitation To Bid The Barangay Campalanas Of Lazi, Siquijor Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project: Provision Of Communication Devices And Purchase Of Emergency Supplies. Location: Campalanas, Lazi, Siquijor Brief Description: Purchase Of Handheld Radio, First Aid Kit, Tent, Refilling Of Fire Extinguisher, Raincoat And Fuel For Generator Set. The Approved Budget For The Contract (abc) Is Php 134,645.12. All Bids In Excess Of The Abc Shall Be Automatically Rejected. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria As Specified In The Revised Implementing Rules And Regulations Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act. Only Submissions From Bidders Who Pass The Eligibility Check Will Be Opened. I. General Requirements This Document Presents The Instructions, Minimum Requirements, And Prescribed For Required For Eligibility To Bid. All The Documents To Be Submitted For Eligibility To Bid Should Be Separated By Appropriately Labeled Tabs. All Bidders/proponents Are Required To Follow The Suggested Format And Presentation Of The Documents. All Documents Must Be In Legal Size Bond Paper And Must Be Placed In Sealed Long Envelopes And Labeled As Follows: • Envelope 1 - Eligibility Requirements And Technical Components Of The Bid • Envelope 2 - Financial Component Of The Bid The Bidder/proponent Must First Comply With The Following Requirements And Provide Documentary Proof And/or Certifications To Support Claims Made, And Place Such Documents In Envelope 1. The Basic Documents Must Be Separated By Dividers, E.g., Colored Paper, Cardboard, Etc. With Tabs As Assigned Below: 1. Valid Philippine Contractors Accreditation Board (pcab) License And Registration; 2. Board Resolution/special Power Of Attorney Authorizing The Representative/signatory To Sign And Submit Bid Proposals And Other Documents 3. Certified True Copy Of Department Of Trade And Industry (dti) Business Name Registration Or Sec Registration Certificate, Whichever May Be Appropriate Under Existing Laws Of The Philippines 4. Certified True Copy Of Valid And Current Mayor’s Permit/municipal License; 5. Certified True Copy Of Bir Registration Or Taxpayer’s Identification Number; 6. Certified True Copy Of Philgeps Registration; 7. Latest Tax Clearance; 8. Income Tax Return; 9. Statement Of The Prospective Bidder That It Is Not “blacklisted” Or Barred From Bidding By The Government Or Any Of Its Agencies, Offices, Corporations, Or Lgus, Including Non-inclusion In The Consolidated Blacklisting Report Issued By The Government Procurement Policy Board (gppb), Once Released In Accordance With The Guidelines To Be Issued By The Gppb; 10. Audited Financial Statements For The Preceding Year; 11. Computation Of Net Financial Computation Capacity (nfcc); 12. Statement Of The Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts During The Past Three Years, Where Applicable, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall State For Each Contract Whether Said Contract Is: Ongoing, Completed, Or Awarded But Not Yet Started: Within The Past Three Years, Where Applicable. The Statement Shall Include, For Each Contract, The Following: O Name Of The Contract; O Date Of The Contract; O Kinds Of Goods Sold; O Amount Of Contract And Value Of Outstanding Contracts; O Date Of Delivery; O End User’s Acceptance, If Completed; And O Specification Whether Prospective Bidder Is A Manufacturer, Supplier, Or Distributor; 13. Bid Security/bid-securing Declaration 14. Organizational Chart For The Contract 15. Personnel To Be Assigned To The Contract 16. List Of Equipment 17. Notarize Omnibus Sworn Statement; 18. Affidavit Of Site Inspection Ii. General Evaluation Methods/criteria The Bids And Awards Committee (bac) Will Initially Evaluate The Eligibility Requirements Submitted By Each Bidder Based On The Completeness Of Submitted Documents. Bac Members Shall Check For The Completeness, Organization, And Accuracy Of Information Provided. Envelopes 1 And 2 Will Only Be Opened On January 14, 2025 During The Opening Of Bids. (see Section Iii For The Complete Schedule.) Late Or Incomplete Submission And/or Inaccurate Information Shall Automatically Disqualify The Bidder/proponent. Only Bidders/proponents With Complete And Accurate Background Information Shall Be Evaluated Based On The Following: 1. Legality Of Existence Of The Bidder/proponent, Whether The Bidder/proponent Is A Legitimate And Duly Authorized Entity. 2. Financial Capability, Whether The Bidder/proponent Is In Good Financial Standing And Is Capable Of Financing The Requirements Of The Contract. 3. Service Capability, Whether The Bidder/proponent Has The Organizational Capability To Deliver The Services And To Provide Assistance/support. 4. User Acceptance Of Services Or Track Record Based On Solicited Feedback From Selected Clients Served Or Accredited By The Bidder/proponent; And 5. Other Criteria As May Be Recommended/prescribed By The Bac And The Commission On Audit. Iii. Schedule For The Bidding 21 December 2024 Issuance Of Bid Documents 2 January 2025 Pre-bid Conference 14 January 2025 Opening Of Bids 15 January 2025 Bid Evaluation 16 January 2025 Post-qualification 17 January 2025 Notice Of Award Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php 500.00 To The Barangay Treasurer. The Pre-bid Conference Is Scheduled On January 2, 2025 2:00 P.m. At The Campalanas Barangay Session Hall, Campalanas, Lazi, Siquijor. All Bidders Are Encourage To Attend The Meeting To Discuss Relevant Issues Pertaining To The Whole Exercise Of The Bidding Procedure As Well As Clarifications Of Eligibility Requirements And Other Related Matters. The Opening Of Bids Shall Follow The Procedure Prescribed In Ra 9184 And Shall Take Place On Opening January 14, 2025 2:00 P.m. Iv. Inquiries And Submission Of Bidding Forms All Documents To Be Submitted Should Be Logged In By The Bac Secretariat Indicating The Exact Time Of Receipt. The Head Of Bac Secretariat, Ms. Cineza Mae L. Bucol Must Receive All Bid Proposals Not Later Than 1:50 P.m. (campalanas Time) On January 14, 2025 Addressed To The Bids And Awards Committee. For Further Inquiries, Please Contact Cineza Mae L. Bucol Or Edsil S. Taroc At Cellphone Numbers 09056788502,09757247664 Or At Email Address Cinezameabucol@gmail.com Respectively. Approved By: Antonio M. Am-is Jr. Barangay Kagawad/bac Chairman

Municipality Of San Miguel, Surigao Del Sur Tender

Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 500.5 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Surigao Del Sur Municipality Of San Miguel Bids And Awards Committee Request For Quotation Section 53.10 (negotiated Procurement – Lease Of Real Estate And Venue) Name Of Company: Address: Name Of Hotel/establishment: Address: Philgeps Registration No.: The Municipal Government Of San Miguel, Surigao Del Sur, Through Its Bids And Awards Committee (bac), Intends To Procure The Following Contract Indicated In This Request For Quotation (rfq) In Accordance With Section 53.10 (negotiated Procurement - Lease Of Real Property And Venue) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Contract: Lease Of Venue, Meals And Accomodation For The Conduct Of Training Consolidation And Critiquing Of Gender And Development (gad) Plan Accomplishment Report And Gad Plan And Budget Fy 2026 Approved Budget For The Contract: ₱ 500,500.00 Mode Of Procurement: Sec. 53.10 (negotiated Procurement - Lease Of Real Property And Venue) Rfq No.: 100-25-01-16 App Cy 2025 Reference No.: 2025 App End-user Unit: Mio/gfps Delivery Period: 30 Days Deadline For Submission Of Quotations: February 17-19,2025 Source Of Funds: 2025 Annual Budget Interested Bidders Are Hereby Invited To Submit Their Sealed Quotations, Signed By Their Duly Authorized Representative, On Or Before The Deadline Indicated Above, Subject To The Terms And Conditions Provided In This Rfq. Quotations May Be Submitted Physically Or Via Email Through The Contact Information Indicated Below: "the Bac Chairperson Bids And Awards Committee Municipal Government Of San Miguel, Surigao Del Sur Email: Meosanmiguel.sds01@gmail.com" Please Submit The Following Requirements Along With Your Sealed Proposals: 1. Latest Business/mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Bidder Is Located; 2. Valid Philgeps Registration Number/organization Id/philgeps Certificate Of Registration (platinum Membership); And 3. Latest Income Or Business Tax Return Filed And Paid Through The Electronic Filing And Payment System And Printed Through The Tax Inquiry Facility Of The Bir The Municipal Government Of San Miguel, Surigao Del Sur Assumes No Responsibility Whatsoever To Compensate Or Indemnify Proponents For Any Expenses Incurred In The Preparation Of The Proposal. The Municipal Government Of San Miguel, Surigao Del Sur Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions As It May Deem Necessary. For Further Information, You May Contact The Bids And Awards Committee (bac) Through Email Address Meosanmiguel.sds01@gmail.com, Or At Mobile No. 09510908704. (sgd) Nazarre M. Jimenez, Ce Bac Chairperson Date: __________________________ The Bac Chairperson Municipal Government Of San Miguel Surigao Del Sur Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Technical Specifications Statement Of Compliance (yes/no) Remarks (e.g. Brand Name, Model, Etc.) I. Availability A. Hotel/venue Must Be Available On February 15-17, 2025 For The Conduct Of Training Consolidation And Critiquing Of Gender And Development (gad) Plan Accomplishment Report And Gad Plan And Budget Fy 2026 Ii. Location A. Within Davao City* B. Free Parking Space Within Or Near Venue* Iii. Neighborhood Data A. Proper Waste Management System Such As Regular Garbage Collection And With Sanitary Permit From Appropriate Authority* B. Proximity To Police And Fire Stations* Iv. Venue A. Structural Condition: Structure Must Be Made Of Concrete And Structural Steel Materials Or Combination Of Both* B. Functionality Of Function Room/hall: Availability Of One (1) Function Hall For The Conduct Of Training Consolidation And Critiquing Of Gender And Development (gad) Plan Accomplishment Repoet And Gad Plan And Budget Fy 2026 1. Amenities* A. Availability Of Secretariat Table* B. Availability Of At Least 3 Microphone Units (preferably Wireless)* C. Availability Of One (1) Lcd Projector With Table And Projector Screen* D. Availability Of One (1) Podium, One(1) Philippine Flag And Pole* E. Free And Steady Wi-fi Connections At The Function Room/s* F. Waived Electricity Charges For Use Of Laptops And Projector* G. Audible/operational Sound System 2. Function Room: Should Accommodate 70 Participants For The Workshop 3. Accommodation For The Participants: A. Guaranteed Minimum Of Double Sharing Rooms, Or Equivalent To 70 Pax* A.1. Deluxe Twin Room* A.2. Triple Deluxe Room A.3. Quadruple Deluxe Room C. Facilities: A. Continuous Water Supply And Accessible Comfort Rooms* B. At Least One (1) Operational Elevator Available 24/7 If Applicable* C. Accessible Emergency Exit And Alarm, Standby Fire Extinguisher And Automatic Sprinkler System* D. Other Requirements: A. Provision Of Technical, Janitorial And Maintenance Services* B. Adequate Security Service 24/7* E. Catering Services A. Location Must Be Inside The Function Hall, Or Outside But Near The Function Hall* B. Meals For A Guaranteed 70 Participants Stated In This Form, Composed Of The Following: Snacks Morning X 3 Day 1: Chicken Siopao & Juice Day 2: Burger And Juice Day 3: Banana Turon And Juice Lunch X 3 Day 1: Rice, Fried Chicken, Chopsuey, & Fish Fillet, Fruits, Softdrinks Day 2: Rice, Humba, Pakbet, Fish Tinola, Fruits, Softdrinks Day 3: Rice, Ginataang Puso Ng Saging, Pork Adobo, Pancit, Fruits, Softdrinks Snacks Afternoon X 2 Day 1: Pizza And Coke Day 2: Tuna Sandwich And Juice Breakfast X 2 Day 2: Rice, Scrambled Egsg, Tocino, Coffee Day 3: Rice, Bacon, Hotdog, Coffee Dinner X 2 Day 1: Rice, Adobo Chicken, Beef Steak, Mixed Vegetables, Softdrinks, Fruits Dinner 2: Rice, Lumpia, Pakbet, Porkchop, Fruits, Softdrinks F. Passing Rate: Rating* Responsive* Not Responsive * I. (50%) Ii. (10%) Iii. (5%) Iv. (35%) Schedule For Opening Of Quotations: Opening Of Bids Shall Be Open On January 29, 2025 At 10:00 O'clock In The Morning, The Venue Will Be Held At Bac Conference Room, Office Of The Municipal Engineer, Tina, San Miguel, Surigao Del Sur.

SAN AGUSTIN HIGH SCHOOL CASTILLEJOS ZAMBALES Tender

Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 136.3 K (USD 2.3 K)
Details: Description Item No. Item Description No. Of Items Statement Of Compliance (state “compliant” Or “not Compliant”) Total Bid Price Procurement Of School And Office Supplies 1. Alcohol, Ethyl, 500 Ml 11 Bottle 2. Alcohol, Ethyl, 1 Gallon 12 Gallon 3. Clearbook, 20 Transparent Pockets, A4 6 Piece 4. Clearbook, 20 Transparent Pockets, Legal 8 Piece 5. Eraser, Plastic/ Rubber 3 Piece 6. Sign Pen, Extra Fine Tip, Black 10 Piece 7. Sign Pen, Fine Tip, Black 22 Piece 8. Sign Pen, Medium Tip, Black 12 Piece 9. Sign Pen, Medium Tip, Blue 1 Piece 10. Sign Pen, Fine Tip, Red 10 Piece 11. Air Freshener 13 Can 12. Broom, Soft (walis Tambo) 2 Piece 13. Broom, Stick (walis Ting-ting) 3 Piece 14. Disinfectant Spray 5 Can 15. Dust Pan 1 Piece 16. Liquid Hand Soap,500ml 22 Bottle 17. Rags 4 Bundle 18. Scouring Pad 5 Pack 19. Trashbag,large Size 8 Pack/roll 20. Trashbag,xl Size 26 Pack/roll 21. Wastebasket 6 Piece 22. Acetate 2 Roll 23. Fire Extinguisher, Dry Chemical 10 Unit 24. Electric Fan, Ceiling Mount, Orbit Type 3 Unit 25. Electric Fan, Stand Type 5 Unit 26. Electric Fan, Wall Mount 1 Unit 27. Glue, All-purpose 8 Jar 28. Staple Wire, Standard 13 Box 29. Tape, Electrical 2 Roll 30. Tape, Masking, 24mm 4 Roll 31. Tape, Masking, 48 Mm 5 Roll 32. Tape, Transparent, 24mm 28 Roll 33. Twine, Plastic 3 Roll 34. Ruler, Plastic, 450 Mm 4 Piece 35. Calculator, Compact 5 Unit 36. Clip, Backfold, 19mm 6 Box 37. Clip, Backfold, 25mm 6 Box 38. Clip, Backfold, 32mm 6 Box 39. Clip, Backfold, 50mm 5 Box 40. Correction Tape 40 Piece 41. Cutter/utility Knife, For General Purpose 1 Piece 42. Data File Box 8 Piece 43. Eraser, Felt, For Blackboard/whiteboard 6 Piece 44. Paper Fastener 5 Box 45. File Organizer, Expanding, Plastic, Legal 2 Piece 46. Folder, L-type, A4 2 Pack 47. Folder With Tab, A4 1 Pack 48. Marker, Permanent, Black 17 Piece 49. Marker, Permanent, Blue 5 Piece 50. Marker, Permanent, Red 5 Piece 51. Marker, Whiteboard, Black 20 Piece 52. Paper Clip, Vinly/plastic Coated, 33mm 9 Box 53. Paper Clip, Vinly/plastic Coated, Jumbo, 50mm 10 Box 54. Pencil, Lead/graphite, With Eraser, One (1) Dozen Per Box 6 Box 55. Pencil Sharpener 2 Piece 56. Puncher, Paper, Heavy Duty 3 Piece 57. Scissors, Symmetrical Or Asymmetrical 8 Pair 58. Stapler, Standard Type 6 Piece 59. Tape Dispenser, Table Top 6 Piece 60. Note Pad, Stick On, 2" X 3", 100 Sheets Per Pad 3 Pad 61. Note Pad, Stick On, 3" X 4", 100 Sheets Per Pad 4 Pad 62. Note Pad, Stick On, 3" X 3", 100 Sheets Per Pad 3 Pad 63. Notebook, Stenographer 2 Piece 64. Paper, Multicopy A4 8 Ream 65. Paper, Multicopy Legal 3 Ream 66. Paper, Multipurpose A4 87 Ream 67. Paper, Multipurpose Legal 25 Ream 68. Record Book, 300 Pages 2 Book 69. Record Book, 500 Pages 11 Book 70. Tissue, Interfolded Paper Towel 19 Pack 71. Toilet Tissue Paper, 2 Ply 25 Pack 72. Hand Sanitizer 19 Bottle 73. Insecticide 4 Can 74. Ballpen 25 Piece 75. Sticker Paper 6 Pack 76. Double Sided Tape 9 Pc 77. Photo Paper 5 Pack 78. Bleaching Solution 5 Gal 79. Dishwashing Liquid 5 Gal 80. Plastic Fastener 4 Box 81. Steel Filing Cabinet 2 Pc 82. Extension Cord 3 Unit 83. Push Pin 3 Pack 84. Door Mat 3 Piece 85. Glue Stick (for Gglue Gun) 2 Pack 86. Office Chair 2 Unit 87. Storage Box 9 Pc 88. Face Mask 5 Box 89. Folder, Pressboard 15 Pc 90. Electric Fan, Desk Fan 2 Unit 91. Epson Ink 003 ( Black ) 5 Bottle 92. Epson Ink 003 ( Cyan ) 5 Bottle 93. Epson Ink 003 ( Yellow ) 5 Bottle 94. Epson Ink 003 ( Magenta ) 5 Bottle 95. Epson Ink 664 ( Black ) 5 Bottle 96. Epson Ink 664 ( Cyan ) 5 Bottle 97. Epson Ink 664 ( Yellow ) 5 Bottle 98. Epson Ink 664 ( Magenta ) 5 Bottle 99. Epson Ink 001 ( Black ) 1 Bottle 100. Epson Ink 001 ( Cyan ) 1 Bottle 101. Epson Ink 001 ( Yellow ) 1 Bottle 102. Epson Ink 001 ( Magenta ) 1 Bottle 103. Genuine Brother Ink Btd60 - Black 4 Bottle 104. Genuine Brother Ink Bt500-magenta 2 Bottle 105. Genuine Brother Ink Bt500-cyan 2 Bottle 106. Genuine Brother Ink Bt500-yellow 2 Bottle 107. Toilet Brush 5 Piece 108. Long Cleaning Broom (pang-agiw Na Walis) 5 Piece 109. Linoleum, Thick,(light Color)- Submit Sample Picture For Reference 12 Meter **nothing Follows** Approved Budget For The Contract (abc) – Php 136,302.46 *inclusive Of 12% Evat Office Address For Delivery: Purok 4,san Agustin, Castillejos, Zambales

Department Of Tourism Tender

Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)
Details: Description T E C H N I C A L S P E C I F I C A T I O N S Project Title: Procurement Of A Service Provider For The Warehouse/storage Of Non-current And Permanent/archival Dot Records I. Purpose/objective • To Acquire Services Of A Third-party Service Provider For Insured Storage Space Which Will Store All The Non-current And Permanent/archival Dot Records. Ii. Minimum Requirement For Suppliers • The Service Provider Must Be Iso 9001:2015 Certified; • The Service Provider Must Be Located Within The Cities Of Parañaque City, Pasay City, Makati City Or Manila; • The Service Provider Should Specialize In Providing Storage Solutions And Transportation; • The Service Provider Should Have Operated For At Least 5 Years In Storage Management; • The Service Provider Must Be Willing To Provide A List Of Past Clientele, Details Of Work Done, And Contact Details Of Their Clientele For Verification Purposes; • The Service Provider Shall Secure Adequate Insurance For The Warehouse, Including All The Boxes And Their Content Stored Therein During Transit, Against Fire, Theft, And Acts Of God For The Duration Of The Contract; • The Service Provider Must Be Fully Outfitted With Equipment To Protect The Records Of Dot From Disasters, And In Such A Case, Has Recovery Mechanisms To Ensure That No Further Unnecessary Damage Shall Be Suffered By Stored Documents; • The Service Provider Shall Have A Warehouse With Steel Racks, Handling Equipment, And Environmental And Thermal Control Systems For Proper Storage Of Documents; • The Service Provider Must Comply With 24/7 Roving Security Guard/s And Stationary Security Guards, 24/7 Cctv Cameras And Fire Protection System Which Includes A Sufficient Number Of Fire Extinguishers, Automatic Fire Alarm Systems Or Smoke Detector/s; • The Service Provider Shall Have A Fully Insulated Warehouse With Maintained Temperature Between 15-25° C (59-77° F) And Relative Humidity Between 35-65% Rh; • The Service Provider Shall Always Keep All The Documents, Records And Files Placed Under Its Care Secure And Confidential. For This Purpose, No Storage Boxes Shall Be Opened, Inspected Or Tampered With In Any Form By The Service Provider Without The Written Consent Of Dot; • The Service Provider Shall Have A Barcode System For Tracking And Inventory Of Documents And Generating Electronic Reports. It Shall Provide Barcode Stickers For Every Box Stored Therein; • The Service Provider Shall Provide Standard And Customizable Boxes For Document Storage; • The Transfer/pick-up Of Boxes From The Existing Provider Must Be Shouldered By The Winning Bidder Free Of Charge. Iii. Scope Of Work 1. The Third-party Service Provider Should Be Able To Provide The Following: • Provision Storage Box Sizes Of (l16” X W13”x H13”) And (l24” X W15” X H10”); • Storage Spaces That Can Accommodate A Minimum Of 1,050 Pieces And 306 Pieces For Boxes With The Measurement Of L16” X W13”x H13” Boxes And L24” X W15” X H10”, Respectively - Projected Only; • Barcoding Of Boxes; • On-site Access For Retrieval Of Boxes; • Retrieval/pull-out Of Records/boxes By The Dot; • Pick-up Of New Boxes From Dot For Storage To Service Provider; • Provision Of Quarterly Inventory Report. Particulars Storage Rental (12 Months) Type B Box (size: L16" X W13" X H13") – 830 Boxes Type C Box (size: L24” X W15” X H10”) – 306 Boxes Storage Rental (9 Months) Type B Box (size: L16" X W13" X H13") – 220 Boxes Purchase Of Boxes Type B Box (size: L16" X W13" X H13") – 520 Boxes Type C Box (size: L24” X W15” X H10”) – 100 Boxes Retrieval Of 432 Boxes (on-site Access Or Delivery To Dot Office) Pick-up Of 520 Boxes From Dot Office To Physical Warehouse/storage Barcoding Of 620 Boxes Iv. Approved Budget Of The Contract Seven Hundred Twenty-four Thousand Seven Hundred Eighty-seven Pesos And 84/100 Only (php724,787.84), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), As-general Administration Expenses (gae) Funds. V. Delivery Period/ Contract Duration • January 10, 2025 To December 31, 2025 Vi. Payment Procedure The Service Provider Shall Charge Dot On A Monthly Basis To Include The Following Transactions: • Storage Rental Charges • Handling Charges (temporary Or Permanent Retrieval, Delivery And Pick-up) • Packaging Materials Or Purchase Of Box/carton • Barcoding Fee Billing Invoice Must Be Accompanied By Work Order Request Form And Transaction Receipts. Vii. Compliance To Specifications/provision • The Winning Bidder Shall Warrant Its Performance In Accordance With The Specifications As Stated In This Tor, And Design/concepts As Approved By The Dot-end User And That Any And All Resulting Defects Or Deviations Shall Be Corrected By The Winning Bidder At Its Own Expense Immediately Upon Being Informed Thereof By The Dot-end User; • The Winning Bidder Shall Hold In Confidence All Confidential Information And Shall Not Use, Reproduce, Nor Disclose To Others The Approved Office Supplies Except To Those Persons Entrusted/authorized By The Dot-end User. • The Dot-end User Has The Right To Pre-terminate The Contract As Needed. However, The Winning Bidder Will Be Given A Notice 15 Days Prior To The Pre-termination. Viii. Project Officer/contact Person Prepared By: Checked By: (original Signed) (original Signed) Maricel C. Malalad Resil F. Solis Head, Gsd-records And Communication Section Oic-chief, General Services Division Approved By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service Department Of Tourism Tel. No.: 8459-5200 To 30 Local 114 Telefax: 890-0189

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Details: Location: Oak Creek/franklin, Wisconsin delineated Area n Boundary: _west College Avenue ___________________ s Boundary: _east/west Ryan Road___________________ e Boundary: _south Lake Drive______________________ w Boundary: _north Cape Road/south 124th Street______ the U. S. Army Corps Of Engineers, Recruiting Facilities Program, Is Soliciting Offers For _1095_ Square Feet (useable) Of Retail/office Space Within The Delineated Area. Space Will Need To Be Capable Of Accommodating The Floor Plan Requirements As Shown On The Attached Template (including A Secondary Egress); Have Adequate Parking (prefer It Is Sign Designated) For _3_ Government-owned Vehicles 24 Hours A Day/7 Days A Week, As Well As Adequate Parking Within 4 Blocks For Employee And Customer Vehicles; Include Daytime Janitorial Services; Include Adequate Signage For Maximum Visibility; And Lessor Needs To Secure Three Bids For The Build-out Of The Space To Meet The Construction Specifications Provided. Sites That Are Located Adjacent To Adult Entertainment Shops (i.e. Bookstores, Video Stores, Or Theatres), Night Clubs/bars, Methadone Clinics, Drug Rehabilitation Centers, Marijuana/hemp Dispensaries, Medical Marijuana Dispensaries, Gun Shops, Liquor Stores, Etc. Could Potentially Be Eliminated From Competition As These Are Considered Non-compatible Businesses. Lessors Are Required To Be Registered And Be Active In Www.sam.gov Prior To The Deadline For Final Offer Submission. offers Will Need To Include A Completed Rental Proposal Worksheet, Proof Of Registration In Www.sam.gov (i.e. Active Cage Code), A Proposed Floor Plan And The Construction Bids For Build-out Meeting The Construction Specifications. Attached Is A Copy Of The Lease Document, The General Clauses, The Construction Specifications, The Janitorial Specifications, The Rental Proposal Worksheet, Instructions For System For Award Management (sam) Registration, And A Floor Plan Template. Thoroughly Review All Documents And Make Sure That You Agree To The Terms Presented. The Government Lease And The General Conditions Are Standard And Are For The Most Part Is Not Negotiable And Must Be Accepted As Written And Shown On The Attached File. Review The Construction Specifications Completely As They Stipulate Additional Lessor Responsibilities. three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e. Smoke Detectors, Fire Extinguishers, Etc.). Bids Shall Include Any Tear Down/haul Away Expenses. the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Close Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example. it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Worksheet. leases Are Negotiated For A 5-year Term, But They Include A Clause Stating The Government Can Terminate Giving Reasonable Days’ Notice. In Order To Incorporate Firm Term Years, Meaning The Government Cannot Get Out Of The Lease For A Specified Period Of Time, We Ask The Lessor To Provide A Significant Contribution Towards The Build-out Costs. Five-year Firm Term Leases Are Generally Not Considered. following Are The Factors That Will Be Considered When Evaluating Bids/offers: location ability To Meet All Construction Specifications, Security Measures And Lease Requirements complete Initial And Final Offers Must Be Received By Defined Deadline competitive Costs In The Best Interest Of The Government qualitative Ratings By Client For Mission initial Offers Are Due No Later Than Close Of Business On February 3, 2025(20 Calendar Days From Advertisement In Beta.sam). You Will Receive Feedback Of Your Initial Offer Identifying Missing Items/weaknesses By February 10, 2025(5 Business Days After Initial Closing Date). After Receiving Feedback, Your Best/final Offer Will Be Due No Later Than Close Of Business Onmarch 7, 2025.

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Details: Location: Shorewood/whitefish Bay, Wisconsin delineated Area n Boundary: _ E. Hampton Road______ s Boundary: __e. North Avenue_______ e Boundary: __lake Michigan________ w Boundary: _milwaukee River_______ the U. S. Army Corps Of Engineers, Recruiting Facilities Program, Is Soliciting Offers For _1629_ Square Feet (useable) Of Retail/office Space Within The Delineated Area. Space Will Need To Be Capable Of Accommodating The Floor Plan Requirements As Shown On The Attached Template (including A Secondary Egress); Have Adequate Parking (prefer It Is Sign Designated) For _4_ Government-owned Vehicles 24 Hours A Day/7 Days A Week, As Well As Adequate Parking Within 4 Blocks For Employee And Customer Vehicles; Include Daytime Janitorial Services; Include Adequate Signage For Maximum Visibility; And Lessor Needs To Secure Three Bids For The Build-out Of The Space To Meet The Construction Specifications Provided. Sites That Are Located Adjacent To Adult Entertainment Shops (i.e. Bookstores, Video Stores, Or Theatres), Night Clubs/bars, Methadone Clinics, Drug Rehabilitation Centers, Marijuana/hemp Dispensaries, Medical Marijuana Dispensaries, Gun Shops, Liquor Stores, Etc. Could Potentially Be Eliminated From Competition As These Are Considered Non-compatible Businesses. Lessors Are Required To Be Registered And Be Active In Www.sam.gov Prior To The Deadline For Final Offer Submission. offers Will Need To Include A Completed Rental Proposal Worksheet, Proof Of Registration In Www.sam.gov (i.e. Active Cage Code), A Proposed Floor Plan And The Construction Bids For Build-out Meeting The Construction Specifications. Attached Is A Copy Of The Lease Document, The General Clauses, The Construction Specifications, The Janitorial Specifications, The Rental Proposal Worksheet, Instructions For System For Award Management (sam) Registration, And A Floor Plan Template. Thoroughly Review All Documents And Make Sure That You Agree To The Terms Presented. The Government Lease And The General Conditions Are Standard And Are For The Most Part Is Not Negotiable And Must Be Accepted As Written And Shown On The Attached File. Review The Construction Specifications Completely As They Stipulate Additional Lessor Responsibilities. three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e. Smoke Detectors, Fire Extinguishers, Etc.). Bids Shall Include Any Tear Down/haul Away Expenses. the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Close Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example. it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Worksheet. leases Are Negotiated For A 5-year Term, But They Include A Clause Stating The Government Can Terminate Giving Reasonable Days’ Notice. In Order To Incorporate Firm Term Years, Meaning The Government Cannot Get Out Of The Lease For A Specified Period Of Time, We Ask The Lessor To Provide A Significant Contribution Towards The Build-out Costs. Five-year Firm Term Leases Are Generally Not Considered. following Are The Factors That Will Be Considered When Evaluating Bids/offers: location ability To Meet All Construction Specifications, Security Measures And Lease Requirements complete Initial And Final Offers Must Be Received By Defined Deadline competitive Costs In The Best Interest Of The Government qualitative Ratings By Client For Mission initial Offers Are Due No Later Than Close Of Business On February 3, 2025(20 Calendar Days From Advertisement In Beta.sam). You Will Receive Feedback Of Your Initial Offer Identifying Missing Items/weaknesses By February 10, 2025(5 Business Days After Initial Closing Date). After Receiving Feedback, Your Best/final Offer Will Be Due No Later Than Close Of Business Onmarch 7, 2025.

City Of Dumaguete Tender

Automobiles and Auto Parts
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 2.4 Million (USD 41.7 K)
Details: Description Invitation To Bid For The Purchase Of 1 Unit Brand New Ambulance Vehicle The City Of Dumaguete Thru Its Bids And Awards Committee (bac), Invites All Interested Manufacturers, Suppliers, Dealers And/or Distributors To Apply For Eligibility And To Submit Bids For The Supply Of: 1. 1 Unit Brand New Ambulance Vehicle, P2,420,000.00 -high Roof Level Type; Driven By Four (4) Cylinder, 16 Valve, Variable Turbo Charger, 5-speed Manual Transmission; At Least 2,488 Cc Piston Displacement At Least 195r15c Tire Size With Spare Tire; At Least 65 Liters Fuel Tank Capacity; Diesel Fuel Type; At Least 129/3200rpm Maximum Power; Dimensions Of At Least: Seating Capacity: 8 Pax. -with Ambulance Conversion Of At Least: One (1) Unit Fire Extinguisher 2.2 Kg Capacity With Holder, One (1) Set Fabricated Ceiling To Floor Cabinet With First Aid Kit; One (1) Unit Led Light Bar, Strobe Lights (green And Red); One (1) Unit Siren With Speaker And Pa System, One (1) Unit Digital Clock; One (1) Pc. Flashlight Led; Four (4) Pcs. Led Room Lights; One (1) Pc. Power Inverter 2,000 To 3,000 Watts, One (1) Set Negative Pressure System; One (1) Unit Stretcher Ramp; One (1) Lot Tint; One (1) Set Grab Hand Rail Stainless; One (1) Set Overhead Grab Rail (ceiling Type); One (1) Unit 220 V Power Outlet; One (1) Set Aluminum Flooring; Two (2) Modified Seats (front And Side); One (1) Set Acrylic Division With Window (duco Finish); One (1) Lot Reflectorized Ambulance Stickers; One (1) Pc Iv Hook Holder Stainless. -with Medical Equipment/devices Of At Least: Three (3) Pcs Oxygen Masks (for Newborn, Infant, And Adult), One (1) Unit Rigid Cervical Collars; One (1) Unit Thermometer Infrared; One (1) Unit Collapsible Stretcher With Side Rails, Cushion, Wheels & Lock; One (1) Unit Ambubag With Manual Resuscitator; One (1) Set Oxygen Tank (20lbs.) With Regulator And Dehumidifier; One (1) Set Oxygen Tank (5lbs.); One (1) Unit Pulse Oximeter; One (1) Unit Head Immobilizer; One (1) Unit Bp Apparatus-aneroid Type With Standard Stethoscope. Terms Of Reference A. The Unit Shall Be Delivered By The Supplier At City Hall Compound – Dumaguete City Within Thirty (30) Days After The Notice To Proceed. B. Supplier Should Have An Authorized Repair Bay / Automotive Shop (with Qualified Mechanics) Either In Dumaguete City, Sibulan, Bacong Or Valencia. C. Bidders Should Specify The Brand Of Their Offer And Submit A Picture Or Brochure Of Their Offered Equipment In A Class A Envelope During Submission Of Bids. D. Warranty Period (for Parts And Repair Services) Of At Least Three (3) Years Or 100,000 Kms (whichever Comes First) And One (1) Year Gsis Comprehensive Insurance; E. Certification From Supplier Certifying That The Processing Of Vehicle Insurance & Lto Registration Is Undergoing. F. Submit Lists Of Accessories Not Provided In The Brochure. Purpose: For Ambulance Transportation In Cases Of Emergency For Residents Of Dumaguete Approved Budget For The Contract: Php 2,420,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Dumaguete Now Invites Bids For 1 Unit Brand New Ambulance Vehicle For Ambulance Transportation In Cases Of Emergency For Residents Of Dumaguete. Bidders Should Have Completed And/or Accepted, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly Section Ii, Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders Must Secure Eligibility Requirements And Bid Documents From The Secretariat, Bids And Awards Committee, Office On General Services, City Hall Compound, Dumaguete City. For More Information, Contact The Bids And Awards Committee Secretariat, Office Of General Services, City Hall Compound, Dumaguete City, Tel. No. (035) 522-4756. A Complete Set Of Bidding Documents May Be Purchase By Interested Bidders From December 02, 2024 To January 2, 2025 From Address Above And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. The Schedule Of Activities Is As Follows: 1. Issuance Of Bid Documents December 02, 2024 2. Pre-bid Conference December 17, 2024, 10:00 A.m. 3. Submission And Opening Of Bids January 2, 2025, 10:00 A.m. Sealed Bids/proposals Will Be Received At The Office Of General Services, City Hall Compound, Dumaguete City Not Later Than January 2, 2025 And Bid Opening Shall Be On Tuesday, December 10, 2024 At 10:00 (ten O’clock) In The Morning At The Office On General Services, City Hall Compound, Bids Will Be Opened In The Presence Of The Bidders Or Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. Prospective Bidders Must Not Be Related To The Head Of The Procuring Entity Or Any Member Of The Bids And Awards Committee Or Its Secretariat Either By Consanguinity Or Affinity Up To The Third Civil Degree. All Bids Shall Be Accompanied By A Bid Security Payable To The City Of Dumaguete In Any Of The Acceptable Forms And In The Amount Stated In Sec. 27 Of Ra 9184. The Same Shall Guarantee That, After Receipt Of The Notice Of Award, The Winning Bidder Shall Enter Into Contract With The City Of Dumaguete Within Ten (10) Calendar Days. Copies Of This Invitation Are Posted At The Gso Bulletin Board, Dumaguete Public Market Complex, Province Of Negros Oriental General Services Office Bulletin Board, Philgeps And Dumaguete City Engineer's Office Bulletin Board. The Bids And Awards Committee Reserves The Right To 1) Reject Any Or All Bids, 2) Waive Any Defects Or Informalities Therein, 3) Or Accept Any Bids/ Or Offer/s Which It May Consider To Be Most Advantageous And Beneficial To The Government 4) To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Dumaguete City, November 29, 2024. Atty. Camelo D. Pidor, Jr. Chairman
2421-2430 of 2521 archived Tenders