Furniture Tenders
Furniture Tenders
Elementary School Zatec, Petra Bezruce 2000, Louny District Tender
Software and IT Solutions
Czech Republic
Details: The Subject of the Public Contract is the Modernization of the School Complex of the Petra Bezruč Primary School in Žatec. The Subject of the Contract includes the Supply of Furniture and AV/IT Equipment. More Detailed Information About the Subject of the Contract Is Contained in Annexes No. 3 (Statement of Dimensions) and No. 4 (Technical Design Solution).
Closing Date24 Jan 2025
Tender AmountCZK 1 Million (USD 43.1 K)
George County Tender
Telecommunication Services
Corrigendum : Closing Date Modified
United States
Details: Request For Proposals (rfp) For 911 Dispatch Radio System Notice Is Hereby Given That Board Of Supervisors Of George County, Mississippi, Will Receive Electronic And Sealed Proposals In The Board Room, George County Administrative Building, 329 Ratliff Street, Lucedale, Ms, 39452, Until 10:00 A.m. On Monday, The 9th Of December, 2024, For The Following: P25 Digital Trucked Radio System To Improve George County’s 911 Dispatch & Emergency Communication Center. Proposals Are Invited For All Materials, Labor, Tolls, And Services Necessary To Construct, Install, And Connect: P25 700/800 Mhz Digital Trucked Radio System 911 Dispatch Consoles For A P25 System With Video Displays, Furniture, And Cabling Radio Equipment For Portable, Mobiles, Control Stations The Entire 151 Pages Rfp, Including Contract Terms, Drawings And Specifications, Are On File At The George County Administrative Office At 329 Ratliff Street, Lucedale, Ms 39452, (601) 947-7506 During Regular Business Hours. The Official Request For Proposals (rfp) And Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. All Electronic Rfp Responses, Including The Point-by-point Response And Associated Attachments, Should All Be Submitted Via The Responsive.io Website. All Printed And Sealed Rfp Proposals, Including Point-by-point Responses And Attachments, Should Be Mailed Or Delivered To The Chancery Clerk At 355 Cox Street, Lucedale, Ms 39452. All Bid Envelopes Should Contain The Bidder’s Name And Mailing Address On The Outside Of The Envelope And Reference To This Rfp. A Mandatory Pre-proposal Conference And Site Visit For All Interested Vendors Will Be Held Wednesday, Nov. 06, 2024 At 10 A.m. Starting In The County Administration Building (329 Ratliff Street, Lucedale, Ms). The Rfp Response Shall Be Divided Into Two Sections: 1) Technical And 2) Pricing. All Rfp Responses Including The Point-by-point Response And Associated Attachments Should All Be Submitted Via The Responsive.io/george County, Ms Radio System Rfp. To Keep The Technical Proposals And Pricing Proposals Separate, Vendors Must Submit These Section Responses Separately To The Corresponding Rfp. The Technical Portion Of The Rfp Is Available At Responsive.io/george County, Ms Radio System Rfp/technical. The Pricing Portion Of The Rfp Is Available At Responsive.io/george County, Ms Radio System Rfp/pricing. Do Not Put Your Price In The Technical Proposal Or The Entire Proposal Will Be Disqualified. Computer Aided Dispatch (cad) Software Will Not Be Included In This Rfp. To Access The Rfp Technical Section This Link Should Be Used. Http://app.rfpio.com/survey/public/651c47e1fde9cd7d7785f835_668c4c5c0c28c5215a41ba78/george-county-mississippi-technical-sectionhttp://app.rfpio.com/survey/public/651c47e1fde9cd7d7785f835_668c4c5c0c28c5215a41ba78/george-county-mississippi-technical-section To Access The Separate Pricing Section This Link Should Be Used. Http://app.rfpio.com/survey/public/651c47e1fde9cd7d7785f835_670d5ea4f0f5cd5c4ee215d6/george-county-mississippi-pricing The Rfp Opening Of The Pricing Proposal Will Be Public. The County Will Discuss And Accept Proposal Recommendations At The Next Regular Scheduled Board Meeting. All Submitting Vendors Will Be Notified Of The Results. All Rfp Responses Become Property Of The County. For Any Questions Relating To The Electronic Process, Please Email Bos@georgecountyms.us. The Project’s Anticipated Time Of Completion Of Procurement For Phase 1 Through 3 In No Greater Than Six (6) Months Following The County’s Written Order To Commence (notice To Proceed). The Maximum Time Allowable For Completion Of Phase 1 Through Phase 3 Is Three Hundred Sixty-five (365) Calendar Days Following The County's Written Order To Commence. The Project’s Anticipated Time For Completion Of Procurement For Phase 4 Is Not Greater Than Eighteen (18) Months From Notice To Proceed. The Project Will Not Be Deemed Completed Until All Radio Equipment Has Been Installed; All Training Has Been Completed; Receipt Of Configuration Documentation Has Occurred; And A Certificate Of Substantial Completion Has Been Issued By The Consultant For Any Remaining Punch List Items. Proposals Must Be Accompanied By A “proposal Guarantee” Consisting Of A Bid Bond, Cashier’s Check Or Certified Check In The Amount Of 5 Percent Of The Amount Of The Bid. The Successful Bidder Will Be Required To Furnish A “payment And Performance Bond” If The Bid Equals Or Exceeds $25,000. On Bids Which Equal Or Exceed $75,000; A “certificate Of Responsibility” Classification Issued By The Mississippi State Board Of Contractors Will Be Stated In The Electronic Response Under Vendor Info Or Vendor Certifications Or Written On The Outside Of The Sealed Envelope Containing The Responses. The Ability To Obtain Any Insurance Required By The Contract Documents Which Does Not Require Proof Of Coverage To Be Contained In The Submitted Bid (such As Bid Bonds), Must Be Demonstrated In The Bid By The Means Specified In The Contract Documents. Proof Of Actual Insurance Coverage Must Be Submitted Within Five (5) Business Days From The Bid Acceptance. In Compliance With The Laws Of The State Of Mississippi, In Choosing Materials For The Project, The Successful Bidder Will Be Given Preference To Materials Grown, Produced, Prepared, Made Or Manufactured Within The State Of Mississippi. The Foregoing Notwithstanding, No Preference Will Be Given To Materials Grown, Produced, Prepared, Made Or Manufactured In The State Of Mississippi When Other Materials Of Like Quality Produced Outside The State Of Mississippi May Be Purchased Or Secured At Less Cost, Or Any Other Materials Of Better Quality Produced Outside The State Of Mississippi Can Be Secured At A Reasonable Cost. Bids May Be Held By George County, Mississippi, For A Period Not To Exceed Sixty (60) Days From The Date Of The Opening Of Bids For The Purpose Of Reviewing The Bids And Investigating The Qualifications Of Bidders, Prior To Awarding Of The Contract. The County Reserves The Right To Reject Any And All Bids And To Waive Any Informality In The Proposal Accepted. All Persons Having A Contract With George County Must Adhere To The County's Policy Concerning Non?discrimination Without Regard To Race, Creed, Color, Age, Sex, National Origin, Or Handicap. The George County Board Of Supervisors Approved This Rfp For Public Publication And Posting On 7th Day Of October, 2024 During A Regularly Schedule Boarding Meeting. Publish Dates: Oct. 17, 2024 And Oct. 24, 2024
Closing Date24 Jan 2025
Tender AmountRefer Documents
Department Of Education Tender
Others
Philippines
Details: Description Procurement Of Loyalty Tokens For The Conduct Of The 2024 Loyalty Awards Conferment 1. The Department Of Education (deped), Through The Government Of The Philippines (gop) Under Fy 2024 Gms (current Funds) Intends To Apply The Sum Of Philippine Pesos Two Million, Four Hundred Fifty-six Thousand, Nine Hundred Eighty-five And 00/100 (php2,456,985.00) Only, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Loyalty Tokens For The Conduct Of The 2024 Loyalty Awards Conferment, Detailed As Follows: Lot No. Description Qty Unit Approved Budget For The Contract (abc) In Php 1 Item No. 1 – 14k Service Award Gold Rings 22 Pcs 726,000.00 Item No. 2 – 18k Service Award Gold Rings 9 Pcs 382,500.00 Sub Total: 1,108,500.00 2 Item No. 1 – Leather Personalized Wristwatches 38 Pcs 380,000.00 Item No. 2 – Silver Stainless Steel Personalized Wristwatches 15 Pcs 187,500.00 Item No. 3 – Silver And Gold Or Two-tone Stainless-steel Personalized Wristwatches 24 Pcs 324,000.00 Sub Total: 891,500.00 3 Item No. 1 – Personalized Ballpoint Pens 45 Pcs 67,500.00 Item No. 2 – Personalized Rollerball Pens 13 Pcs 39,000.00 Item No. 3 – Personalized Fountain Pens 37 Pcs 203,500.00 Sub Total: 310,000.00 4 Item No. 1 – Loyalty Service Award Plaques 31 Pcs 46,500.00 Sub Total: 46,500.00 5 Item No. 1 – Deped Pins 203 Pcs 100,485.00 Sub Total: 100,485.00 Grand Total: 2,456,985.00 Bids Received In Excess Of The Abc Per Item, Per Lot Shall Be Automatically Rejected At Bid Opening. 2. The Deped, Through The Bids And Awards Committee (bac) V, Now Invites Bids For The Goods And Services Contemplated In This Project. Expected Completion Of Delivery Of The Goods And Services Is Specified In Section Vi. Schedule Of Requirements And Section Vii. Technical Specifications Of This Bidding Documents. Prospective Bidder Should Have Completed, Within A Period Of Five (5) Years Immediately Preceding The Deadline For Submission Of Bids, A Single Largest Completed Contract (slcc) Similar Contract To Procurement Of Furniture And Fixture, And The Value Of Which, Adjusted, If Necessary, By The Bidder To Current Prices Using The Philippine Statistics Authority’s (psa’s) Consumer Price Index (cpi), Must Be At Least Fifty Percent (50%) Of The Abc Of The Lot Bid For. 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 Deped Procurement Management Service - Bac Secretariat Division (procms-bacsd) At Telephone Nos. 8636-6542 Or 8633-9343 And Inspect The Bidding Documents At The Address Given Below From Monday To Friday From 8:00a.m. To 5:00pm. 5. For Those Who Are Interested To Purchase The Bidding Documents, Two (2) Options Are Made Available, To Wit: A. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Deped Procms-bacsd, Room M-512, 5th Floor, Mabini Building, Deped Central Office Complex, Meralco Avenue, Pasig City, Upon Accomplishing A Bidder’s Information Sheet And Payment Of A Non-refundable Fee For The Bidding Documents To The Deped Cashier. Payment In Checks Should Be Made Payable To Decs Osec Trust. B. Interested Bidders May Signify Their Intent To Purchase The Bidding Documents Through Email At Depedcentral.bacsecretariat@deped.gov.ph By Accomplishing A Bidder’s Information Sheet (annex “a”). Upon Receipt Of The Bidder’s Information Sheet, The Bac Secretariat Division Will Send Through Email The Details Of The Decs Osec Trust Fund Account For Payment. Upon Payment, Bidders May Send Through Email The Proof Of Payment Before The Deadline For Submission Of Bids. Upon Receipt Of Proof Of Payment, The Bac Secretariat Will Send The Electronic Copy Of The Bidding Documents. Amount Of Bidding Documents Per Lot Shall Be Follows: Lot No. Cost Of Bidding Documents (in Philippine Peso) 1 1,000.00 2 1,000.00 3 500.00 4 500.00 5 500.00 6. The Deped Will Hold A Pre-bid Conference For This Project On January 6, 2024, 11:00 A.m. At Bulwagan Ng Karunungan, Ground Floor, Rizal Building, Deped Complex, Meralco Ave., Pasig City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At Or Before 11:00 A.m. (philippine Standard Time) Of January 20, 2024 At Bulwagan Ng Karunungan, Ground Floor, Rizal Building, Deped Complex, Meralco Ave., Pasig City. The Bac Will Open The Bids Immediately After The Said Deadline For Submission And Receipt Of Bids, In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. Only Two (2) Representatives Per Bidder Will Be Allowed To Enter Inside The Venue. For The Purpose Of Constituting A Quorum, Both The Physical And Virtual Presence Of The Bac Members Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instruction To Bidders (itb) Clause 14. 9. The Deped 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. 10. For Further Information, Please Refer To: Regina D. Nuñez Technical Assistant Ii Procurement Management Service - Bac Secretariat Division Rm. M-512, 5th Floor, Mabini Bldg. Deped Complex, Meralco Avenue, Pasig City Telephone Nos. 8636-6542 Or 8633-9343 Email Address: Depedcentral.bacsecretariat@deped.gov.ph 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/ Https://www.deped.gov.ph/ Date Of Issuance: December 27, 2024
Closing Date20 Jan 2025
Tender AmountPHP 2.4 Million (USD 41.9 K)
City Of Trece Martires Tender
Publishing and Printing
Philippines
Details: Description Ink Bottle, Epson, L565, Black, 70ml 2 ₱728.00 Ink Bottle, Epson, L565, Magenta, 70ml 2 ₱728.00 Ink Bottle, Epson, L565, Yellow, 70ml 2 ₱728.00 Ink Bottle, Epson, L565, Cyan, 70ml 2 ₱728.00 Ink Bottle, Brother, Btd60bk 2 ₱1,038.00 Ink Bottle, Brother, Bt5000c 2 ₱1,038.00 Ink Bottle, Brother, Bt5000m 2 ₱1,038.00 Ink Bottle, Brother, Bt5000y 2 ₱1,038.00 Ink Bottle, Epson, L6160, 120ml, Black 2 ₱1,038.00 Ink Bottle, Epson, L6160, 70ml, Yellow 2 ₱1,038.00 Ink Bottle, Epson, L6160, 70ml, Magenta 2 ₱1,038.00 Ink Bottle, Epson, L6160, 70ml, Cyan 2 ₱1,038.00 Battery, Dry Cell, Aa, 2pc/pck 6 ₱600.00 Battery Drycell Aaa 2's 6 ₱780.00 Led, Light Bulb 9 Watts Daylight 12 ₱2,388.00 Led, Light Bulb 15 Watts Daylight 6 ₱1,824.00 Padlock, 40mm, Hd 3 ₱897.00 Tape, Electrical, 50m/roll, Big 3 ₱144.00 Air Freshner ,automatic Spray 3in1 Refillable 269 Ml, Glade 6 ₱4,368.00 Air Freshner Refill, Glade Automatic Refill 269 Ml (lavender) 3 ₱1,092.00 Alcohol, 70% Isoprophyl, 500 Ml 12 ₱1,092.00 Broom, Soft Tambo 3 ₱726.00 Broom,stick, Tingting 3 ₱480.00 Chlorox (zonrox), 1892ml, Original 6 ₱990.00 Dishwashing Liquid, 750ml 3 ₱528.00 Disinfectant Spray Lysol Or Equal Brand 170ml Red 3 ₱1,197.00 Door Knob, Heavy Duty 2 ₱1,526.00 Dustpan, Plastic, Pansize : 23cm X 24cm Approx., Handle Length : 59 Cm 3 ₱183.00 Extendable Duster 1 ₱243.00 Facial Tissue 2 Ply 130 Pulls 6 ₱582.00 Furniture Cleaner, Aerosol Type, 300ml 3 ₱612.00 Garbage Bag Xl (green), 50's 12 ₱2,580.00 Garbage Bag Xl (yellow), 50's 12 ₱2,580.00 Handsoap Liquid, Antibacterial ( 1 Gal.) 3 ₱912.00 Insecticide Spray (baygon Or Equal Brand)500 Ml 4 ₱1,448.00 Plastic Straw 1 Kilo 1 ₱369.00 Toilet Pump, Rubber 3 ₱516.00 Toilet Strip, 5's (mr. Muscle Or Equal Brand) 2 ₱678.00 Calculator, Big Keys, 12 Digits, Dual Power 4 ₱5,232.00 Cartolina, Asstd. Colore 3 ₱282.00 Cartolina, White 20pcs/pack 3 ₱264.00 Clearbook, 20 Transparent Pocket, Legal 3 ₱198.00 Clip,backfold, All Metal, Clamping 19mm 6 ₱132.00 Clip,backfold, All Metal, Clamping 25mm 6 ₱186.00 Correction Fluid, Water Based With Brush 3 ₱156.00 Correction Tape 9 ₱495.00 Cutter,retractable, Heavy Duty,l500 3 ₱342.00 Desk Pad, Pesonalized Logo And Letterhead, 100's 3 ₱912.00 Desk Tray, Wire Mesh, Three Layers,black, Duramental 2 ₱1,986.00 Fastener, Plastic Coated, 8 1/2 ' Long 100's 3 ₱450.00 Folder,tagboard, (ordinary), Long 3 ₱1,524.00 Folder,tagboard, (ordinary), Short 3 ₱1,419.00 Glue, All Purpose, 200g 6 ₱564.00 Lever Arch File 3" Legal, Green 24 ₱7,152.00 Marking Pen, Whiteboard, Black, Fine Pilot Or Equal Brand, 2x2x15cm, 17g 6 ₱576.00 Notepad, Sticky Note, Arrow Flags ( W/ "sign Here"), 0.5x7x10cm, 10g, 50 Flags 2 ₱646.00 Numberer, Manual, 12 Digits 9mm 2 ₱2,112.00 Paper Clip, Bulldog 3", Large, 12's 3 ₱759.00 Paper Clip, Bulldog, 1", Small, 12's 3 ₱162.00 Paper, Multicopy, 70gsm, Long Size, 500 Sheets 30 ₱10,830.00 Paper, Multicopy, 80gsm, Short Size 500 Sheets 30 ₱10,110.00 Pen, Ballpoint, Ordinary, Black 30 ₱270.00 Pencil, Lead W/ Eraser, Wood Case, #2 12's 6 ₱798.00 Pencil Sharpener 3 ₱801.00 Philippine National Flag 3x5 Ft 1 ₱479.00 Plastic Cover 1 ₱1,539.00 Puncher Hd 3 ₱753.00 Record Book, 200 Pages, 214mmx278mm 6 ₱768.00 Record Book, 300 Pages, 214mmx278mm 6 ₱858.00 Ruler, Plastic, 12" 3 ₱51.00 Scissor 6" 6 ₱720.00 Sign Pen, V-5 Extra Fine, Pilot Or Equal Brand, Black 6 ₱576.00 Sign Pen, V-5 Extra Fine, Pilot Or Equal Brand, Blue 6 ₱576.00 Signpen, H-tech. V10 Grip, Blue, Pilot Or Equal Brand 6 ₱720.00 Signpen, H-tech. V10 Grip, Black, Pilot Or Equal Brand 6 ₱720.00 Specialty Paper 6 ₱582.00 Staple Wire #35, 5000 Pcs. 3 ₱243.00 Stapler No. 35, Heavy Duty, With Remover 2 ₱1,004.00 Tape Dispenser, Heavy Duty Up To 2" Width 3 ₱975.00 Tape, Double Sided, 1", 50 M 6 ₱456.00 Tape, Masking 48mm 2" 6 ₱858.00 Tape, Packaging, 48mm 6 ₱300.00 Tape, Transparent, 1", 50m 12 ₱996.00 Tape, Transparent, 2" 50mm 6 ₱660.00 Veco Elit Vellum Specialty Board, 8.5"x13", 220gsm, Green 90 ₱4,320.00
Closing Date2 Jan 2025
Tender AmountPHP 107 K (USD 1.8 K)
City Of Trece Martires Tender
Textile, Apparel and Footwear
Corrigendum : Tender Amount Updated
Philippines
Details: Description 1st Qtr. 2025 Mouse Pad 3 Piece ₱643.50 Plier Long Nose 8" 1 Piece ₱214.50 Bathroom Soap, Liquid With Dispenser, 221ml 3 Bottle ₱795.60 Broom, Soft Tambo 1 Piece ₱314.60 Chlorox (zonrox), 1892ml, Original 3 Bottle ₱643.50 Chlorox (zonrox), 900ml, Purple 2 Bottle ₱366.60 Disinfectant Spray Lysol Or Equal Brand 170ml White 3 Bottle ₱1,556.10 Furniture Cleaner, Aerosol Type, 300ml 3 Bottle ₱795.60 Garbage Bag, Plastic, Green, Large, 50's 6 Pack ₱3,237.00 Glass Cleaner 500ml With Spray 3 Bottle ₱1,014.00 Face Mask 6 Piece ₱600.00 Glove, Cotton 6 Piece ₱569.40 Gloves Examining, Clean Med Or Equal Brand, 100s 2 Box ₱1,419.60 Rags, Round, All Cotton 50 Bundle ₱4,290.00 Sando Bag Large (clear), 50's 3 Pack ₱360.00 Sando Bag Medium (clear), 50's 3 Pack ₱360.00 Tape, Duct Tape 2" 1 Roll ₱308.10 Toilet Bowl & Urinal Cleaner 500ml 3 Bottle ₱670.80 Adding Machine Slip 4 Rolls/pack 20 Pack ₱2,470.00 Calculator, Big Keys, 12 Digits, Dual Power 2 Piece ₱3,400.80 Cash Box Cb 9705 8 Piece ₱12,604.80 Chalk, Colored Assorted 15 Box ₱702.00 Clip,backfold, All Metal, Clamping 19mm 6 Box ₱171.60 Clip,backfold, All Metal, Clamping 25mm 6 Box ₱241.80 Clip,backfold, All Metal, Clamping 32mm 6 Box ₱335.40 Clip,backfold, All Metal, Clamping 51mm 6 Box ₱733.20 Cutter Blade Big 10's 6 Pack ₱881.40 Cutter,retractable, Heavy Duty, L500 6 Piece ₱889.20 Envelop, Pay, Ordinary 500's Trojan Or It's Equivalent (coin No. 8 1/2) 85 Box ₱89,726.00 Envelope, Mailing, White, 80 Gsm, Long 1 Box ₱770.90 Fastener, Plastic Coated 70mm Between Prongs 30 Box ₱2,808.00 Fastener, Metal Apple Brand Or Equal Brand 25 Box ₱3,607.50 Folder, Expanding, For Legal Documents, Pressboard, Green 150 Piece ₱6,045.00 Folder, Expanding, Green, A4 100 Piece ₱4,030.00 Folder,tagboard, (ordinary), Long 2 Pack ₱1,320.80 Folder,tagboard, (ordinary), A4 1 Pack ₱594.10 Glue, All Purpose, 200g 6 Jar ₱733.20 Index Card, 5x8, 500pcs Per Pack,320g, 2x13x21cm 3 Pack ₱245.70 Index Card - Market 125 Piece ₱2,275.00 Index Card, 8 1/2" X 5 1/2", Special Print For Business, Cto 250 Piece ₱4,550.00 Index Card, 8 1/2" X 5 1/2", Special Print For Cemetery, Cto 250 Piece ₱4,550.00 Index Card, 8 1/2" X 5 1/2", Special Print For Franchise, Cto 250 Piece ₱4,550.00 Ink, Permanent Marker, Black, Pilot Brand Or Equal Brand 1 Piece ₱183.30 Ink, Stamp Pad, With Applicator, Black Ink 15 Bottle ₱3,120.00 Stamp Pad, With Applicator, Violet 15 Bottle ₱3,120.00 Lead, Mechanical Pencil, 0.5mm 12's 3 Pack ₱284.70 Notebook, Small 100 Piece ₱2,470.00 Note Pad, 2"x 2" Stick On, 72gsm, 6 Pack ₱499.20 Note Pad, 2"x 3" Stick On, 72gsm, 100sheets 6 Pack ₱631.80 Note Pad, 3"x 3" Stick On, 72gsm, 100sheets 6 Pack ₱670.80 Note Pad, 3"x 4" Stick On, 72gsm, 100sheets 6 Pack ₱756.60 Note Pad, 4"x 4" Stick On, 72gsm, 100sheets 6 Pack ₱842.40 Pad Paper, Ruled, Yellow 80 Leaves 5 Pad ₱273.00 Paper Clip, Bulldog 3", Large, 12's 3 Box ₱986.70 Paper Clip, Bulldog, 1", Small, 12's 3 Box ₱210.60 Paper, Multicopy, 70gsm, Long Size, 500 Sheets 10 Ream ₱4,693.00 Paper, Multipurpose, 70gsm, A4 Size, 500 Sheets 10 Ream ₱4,004.00 Paste With Applicator, 200g Redstone Or Equal Brand 3 Jar ₱257.40 Pen, Ballpoint, Ordinary, Black 30 Piece ₱351.00 Pencil Sharpener 1 Piece ₱347.10 Puncher Hd 1 Piece ₱326.60 Real Property Tax Account Register (rrptar), Cto 5000 Piece ₱130,000.00 Record Book, 100 Pages, 214mmx278mm 5 Book ₱663.00 Record Book, 200 Pages, 214mmx278mm 5 Book ₱832.00 Record Book, 300 Pages, 214mmx278mm 5 Book ₱929.50 Record Book, 500pp 5 Book ₱1,072.50 Ribbon For Adding Machine Black/red 7 Piece ₱1,601.60 Rubber Band 38mmx1.2mmx1.2mm 6 Box ₱273.00 Rubber Band, #18 350g (arrow Or Equal Brand) 6 Box ₱1,201.20 Ruler, Plastic, 12" 15 Piece ₱331.50 Scissor 6" 2 Piece ₱312.00 Seal On Weights And Measure With Logo/print 500 Piece ₱10,000.00 Sign Pen Energel Liquid Gel Ink (pentel Or Equal Brand) 0.5mm, Blue 3 Piece ₱386.10 Sign Pen Energel Liquid Gel Ink (pentel Or Equal Brand) 0.5mm, Black 3 Piece ₱386.10 Stapler No. 35, Heavy Duty, With Remover Max Or Equal Brand 3 Piece ₱1,957.80 Thermal Paper For Queueing Machine 57x30mm 250 Roll ₱12,500.00
Closing Date3 Feb 2025
Tender AmountPHP 352.8 K (USD 6 K)
BUREAU OF CUSTOMS REGION X Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Can Air Freshener, Aerosol Type 10 ₱295.00 ₱2,950.00 Gallon Alcohol, Ethyl, 1 Gallon 8 ₱490.00 ₱3,920.00 Bottle Alcohol, Ethyl, 500 Ml 30 ₱100.00 ₱3,000.00 Cart Record Book, 300 Pages 15 ₱96.00 ₱1,440.00 Cart Record Book, 500 Pages 20 ₱139.00 ₱2,780.00 Unit Calculator 5 ₱581.00 ₱2,905.00 Piece Clearbook, A4 10 ₱52.00 ₱520.00 Piece Clearbook, Legal 10 ₱55.00 ₱550.00 Box Clip, Backfold, 19mm 20 ₱22.00 ₱440.00 Box Clip, Backfold, 25mm 20 ₱48.00 ₱960.00 Box Clip, Backfold, 32mm 20 ₱57.00 ₱1,140.00 Box Clip, Backfold, 50mm 20 ₱104.00 ₱2,080.00 Piece Correction Tape 30 ₱48.00 ₱1,440.00 Piece Data File Box 10 ₱178.00 ₱1,780.00 Piece Dater Stamp 10 ₱366.00 ₱3,660.00 Piece Disinfectant Spray 20 ₱720.00 ₱14,400.00 Box Envelope, Documentary, A4 1 ₱2,277.00 ₱2,277.00 Box Envelope, Expanding, Kraft 3 ₱1,825.00 ₱5,475.00 Box Envelope, White, Mailing 3 ₱728.00 ₱2,184.00 Box Fastener, Metal 20 ₱62.00 ₱1,240.00 Piece Folder With Tab, A4 10 ₱35.00 ₱350.00 Piece Folder With Tab, Legal 10 ₱28.00 ₱280.00 Piece Furniture Cleaner 6 ₱522.00 ₱3,132.00 Piece Handsoap 10 ₱197.00 ₱1,970.00 Ream Paper Multicopy, A4, 80 Gsm 300 ₱288.00 ₱86,400.00 Ream Paper Multicopy, Legal, 80 Gsm 300 ₱300.00 ₱90,000.00 Pack Tape, Packaging, 48mm 5 ₱115.00 ₱575.00 Piece Sign Pen, Black 20 ₱38.00 ₱760.00 Piece Sign Pen, Blue 20 ₱38.00 ₱760.00 Piece Sign Pen, Red 20 ₱38.00 ₱760.00 Pad Note Pad, (3x3) 10 ₱48.00 ₱480.00 Pad Note Pad, (3x4) 10 ₱55.00 ₱550.00 Unit External Hard Drive 2 ₱3,250.00 ₱6,500.00 Unit Flash Drive 2 ₱458.00 ₱916.00 Unit Computer Mouse 5 ₱236.00 ₱1,180.00 Unit Keyboard 5 ₱588.00 ₱2,940.00 Piece Battery, Dry Cell, Size Aa 10 ₱68.00 ₱680.00 Pack Tissue Roll 200 ₱23.00 ₱4,600.00 Roll Tissue Interfolded 60 ₱60.00 ₱3,600.00 Roll Trashbag, Xl 10 ₱66.00 ₱660.00 Box Marker, Whiteboard, Blue 10 ₱80.00 ₱800.00 Box Marker, Whiteboard, Red 10 ₱80.00 ₱800.00 Piece Certificate Holder, Letter Size 250 ₱67.00 ₱16,750.00 Piece Special Paper, Letter Size 40 ₱100.00 ₱4,000.00 Box Rubberband 10 ₱263.00 ₱2,630.00 Piece Scissors 15 ₱75.00 ₱1,125.00 Box Staple Wire 30 ₱100.00 ₱3,000.00 Piece Hand Soap, Liquid, 500 Ml 5 ₱197.00 ₱985.00 Piece Battery, Dry Cell, Size Aaa 10 ₱70.00 ₱700.00 Unit Computer Mouse, Wireless 2 ₱456.00 ₱912.00 Piece Data Folder 500 ₱106.00 ₱53,000.00 Piece Dust Pan 5 ₱263.00 ₱1,315.00 Box Envelope, Documentary, Legal 2 ₱2,275.00 ₱4,550.00 Piece Mop Bucket, Heavyduty, Hard Plastic 5 ₱780.00 ₱3,900.00 Piece Puncher, Paper, Heavy Duty 5 ₱433.00 ₱2,165.00 Box Stamp Pad, Ink, Violet 15 ₱58.00 ₱870.00 Piece Staple Remover, Metal 15 ₱106.00 ₱1,590.00 Piece Stapler, Standard Type 15 ₱133.00 ₱1,995.00 Piece Tape, Masking, 48mm 10 ₱100.00 ₱1,000.00 Roll Tape Transparent 24mm 5 ₱41.00 ₱205.00 Piece Tape Frtansparent 48 Mm 30 ₱54.00 ₱1,620.00 Roll Trashbag, Xxl Size 10 ₱106.00 ₱1,060.00 Piece Ruler 10 ₱35.00 ₱350.00 Piece Tape Dispenser 5 ₱165.00 ₱825.00 Pack Paper Clip Big 30 ₱24.00 ₱720.00 Pack Paper Clip Small 30 ₱52.00 ₱1,560.00 Piece Ord.folder Long 2,000 ₱8.00 ₱16,000.00 Piece Ord.folder Short 2,000 ₱7.00 ₱14,000.00 Piece Highlighter 15 ₱13.00 ₱195.00 Pack Detergent Powder, All Purpose 10 ₱145.00 ₱1,450.00 Pack Eraser, Rubber 1 ₱263.00 ₱263.00 Piece Envelope, Expanding, Plastic 10 ₱75.00 ₱750.00 Piece File Organizer 10 ₱585.00 ₱5,850.00 Pad Pad Paper, Ruled 10 ₱41.00 ₱410.00 Unit Paper, Shredder 3 ₱13,000.00 ₱39,000.00 Box Pencil, Lead/graphite, With Eraser 2 ₱391.00 ₱782.00 Piece Rags 10 ₱197.00 ₱1,970.00 Piece Wastebasket 10 ₱131.00 ₱1,310.00 Piece Blade Cutter 10 ₱94.00 ₱940.00 Piece Broom Walis Tambo 6 ₱106.00 ₱636.00 Unit Electric Fan Floor Type 2 ₱1,700.00 ₱3,400.00 Piece Eraser Whiteboard 5 ₱35.00 ₱175.00 Piece Tape Electrical 5 ₱35.00 ₱175.00 Unit Paper Trimmer 2 ₱1,299.00 ₱2,598.00 ***nothing Follows*** Total: ₱460,565.00
Closing Date31 Jan 2025
Tender AmountPHP 460.5 K (USD 7.8 K)
Department Of Agrarian Reform - DAR Tender
Automobiles and Auto Parts
Philippines
Details: Description Procurement Of Service Vehicle Rental For Official Use Of Split Project - Dar Negros Occidental 2 (south) Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle, 10-16 Seaters; Pick-up, 4x2, 4x4 Wheel Drive For A Maximum Of 200 Km. Within Negros Occidental. Inclusive Of Driver And Fuel For A 12-hour Travel Period (round-trip) Trip 13 Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle, 10-16 Seaters; Pick-up, 4x2, 4x4 Wheel Drive For 201-300 Km. Within Negros Occidental. Inclusive Of Driver And Fuel For A 15 - Hours Travel Period (round-trip) Trip 14 Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle, 10-16 Seaters; Pick-up, 4x2, 4x4 Wheel Drive For 300-400 Km. Within Negros Occidental. Inclusive Of Driver And Fuel For A 16 - Hours Travel Period (round-trip) Trip 5 Service Vehicle Rental, A Mix Of Sport Utility Vehicle, 4x2, 4x4 Wheel Drive; Van Type Vehicle, 10-16 Seaters; Pick-up, 4x2, 4x4 Wheel Drive For Over 400 Km. Within Negros Occidental. Inclusive Of Driver And Fuel For A 16 - Hours Travel Period (round-trip) Trip 5 ***nothing Follows*** Terms, Conditions, Procedures A. Submission 1. Submit Sealed Quotations And Other Requirements To The Darpo-general Services Section-in-charge Of Procurement, Located At The Ground Floor, Darpo-negros Occidental Ii, Loreta Chang Bldg., B.s. Aquino Drive, Bacolod City Or Email At Darno2procurement2023@gmail.com. 2. For Goods/items/services Costing More Than P50,000.00, The Following Should Be Submitted Together With The Sealed Quotation, To Wit: A. Appropriate Rfq, With Lower Box Duly Filled-up And Signed By Supplier Or His/her Authorized Representative. Column On Statement Of Compliance, Unit Price And Total Price Must Be Accomplished By Supplier. Prices Shall Be Quoted In Philippine Peso. B. Copy Of Philgeps Registration Number/certificate C. Copy Of Valid Mayor’s Permit And Tax Clearance Certificate/itr D. Dti/sec And Bir Registration E. Original Copy Of Brochures Of The Items Offered, Showing Its Performance Characteristics, In Conformity To Required Specifications, And Certifications, If Applicable. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated By The Procurement Unit Based On The Following Criteria: 1. Completeness Of Submitted Required Support Documents ( Item 2.a) 2. Compliance With Technical Specifications 3. Conduct Of On-site/ Ocular Inspection For Repair/installation Of Equipment, Office Partitions, And Supply Of Office Furniture/ Fixtures. 4. Competitiveness Of Quoted Total Price. C. Award The Supplier Who Passed The Above Criteria And Submitted The “lowest Calculated Responsive Quotation” Shall Be Awarded The Purchase Order/contract After Evaluation By The General Sections – In- Charge Of Procurement. D. Delivery 1. Goods Should Be Delivered Not Later Than 30 Calendar Days From Date Of Receipt Of Purchase Order (po). 2. Goods Shall Be Delivered To The Dar- General Services Section, Located At The Ground Floor, Dar Po-negros Occidental Ii, Bacolod City, Or If On Site, On The Site Address Indicated Herein. Delivery And Other Appurtenant Costs Are To The Account Of The Supplier. 3. Supplier Shall Provide The Following Documents Upon Delivery, To Wit: I. Original And Four (4) Copies Of The Supplier’s Invoice Showing The Goods’ Description, Quantity, Unit And Total Price; Ii. Original And Four (4) Copies Of Delivery Receipts; Iii. Original Statement Of Account; Iv. Approved Purchaser Order; And V. Warranty Certificate, If Applicable. 4. A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Fine For Each Day Of Delay Of The Delivery Of The Purchased Goods, Or After 31 Working Days From Receipt Of The Po. E. Packing The Supplier Shall Ensure That The Goods To Be Delivered Are Appropriately Packed To Prevent Their Damage Or Deterioration During Transit. The Goods Should Preferably Be In Its Original Package/ Box, Sealed And Labelled (identifying Content And Quantity Per Box). F. Inspection Delivered Goods Are Subject To Inspection And Acceptance By The Dar Inspection Team And The Requesting Office/ End-user. Costs For Laboratory Tests On The Goods, As Needed And As Required By Dar Shall Be To The Account Of The Supplier. G. Warranty Warranty Period For Supplies And Materials Shall Be For Six (6) Months, And One (1) Year For Equipment, To Start From Date Of Acceptance, As Noted In The Inspection And Acceptance Report, Duly Signed By The Chief, General Services Division. H. Payment Processing For Payment Of The Total Contract Price (less Appropriate Taxes) Shall Commence After The Issuance Of The Inspection And Acceptance Report And Submission By The Supplier Of The Documents Stated Under Item D.3 Delivery. I. Responsibility Of Supplier/s 1. Supplier Shall Guarantee The Source(s) Of Its Goods/equipment, And Shall Ensure Deliveries Are In Accordance With The Schedule And Specifications Of The Award Or Purchase Order. Failure Of The Supplier To Comply With This Provision Shall Be Ground For Cancellation Of The Award Or Purchase Order Issued To The Supplier. 2. Supplier Should Get Hold Of The Purchase Order (po) Issued In Its Favor Within Three (3) Working Days From Date Of Receipt Of Notice To That Effect, Which Is Either A Telephone Call Or Fax Transmission Or Electronic Mail From The Procurement Division. Unclaimed Purchase Order/s Shall Be Cancelled. 3. Failure To Deliver The Goods Within The Prescribed Period Shall Be Grounds For The Disqualification Of The Supplier From Participating In Other Dar Procurement Activities. This Is Without Prejudice To The Imposition Of Other Sanctions Prescribed Under R.a. 9184 And Its Irr-a Against The Supplier. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Penalty For Delayed Deliveries, As Stipulated In Item D.4. 5. Suppliers Are Not Allowed To Propose Or Submit Substitute Quotation/s Or Item/s. 6. All Duties, Excise, And Other Taxes And Revenue Charges Shall Be Paid By The Supplier. 7. As A Pre-condition To Payment, Importation Documents Specifically Showing The Conditions And Serial Numbers Of The Imported Equipment Purchased Shall Be Submitted By The Supplier To The Department Of Agrarian Reform. 8. All Transactions Are Subject To Withholding Of Creditable Value Added Tax And/or Expanded Value Added Tax Per Revenue Regulation(s) Of The Bureau Of Internal Revenue.
Closing Date24 Jan 2025
Tender AmountPHP 200 K (USD 3.4 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Description: Sources Sought Notice
sources Sought Notice
page 6 Of 6
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 6
this Request For Information Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
this Is A Request For Information (rfi)/sources Sought Notice (ss), This Is Not A Request For Quotes (rfq) Or Request For Proposals (rfp). No Formal Solicitation Document Exists At This Present Time. This Is Not A Solicitation Announcement. The Purpose Of This Sources Sought Notice Naics 339113 - Surgical Appliance And Supplies Manufacturing Psc 6530 Hospital Furniture, Equipment, Utensils, And Supplies Naic Size Standard Of 800 Employees For The Beckley Vamc.
responses To This Sources Sought Notice Will Be Utilized By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Or May Not Be Published In Sewp, Fedbizopps (fbo) Or Gsa Ebuy.
requested Information
responses To This Sources Sought Notice Shall Also Include: Company Name, Address, Point Of Contact, If Applicable Contract Number, Product Brochures, Place Of Manufacturer, Naic/psc Codes, Sam Uei Number, And Business Size. If Vendor Is Interested And Capable, And Can Provide The Required Product/service, Please Provide The Requested Information For Questions 1-15 As Indicated Below:
is This Service/product Priced On Vendor S Gsa/sewp/fss/nac/sac Contract? Yes/no
if Yes, Provide Vendor Government Contract Number Or Leave Blank?
is This Service/product Open Market Pricing? Yes/no
is Open Market Priced Online? Yes/no
provide Vendor S Business Size Status And Representations Naic And Psc Code?
does Vendor Have Capability, Product, And Interest For Brand Name Patient Lift System End Item Product Requirement? Yes/no
does Vendor Have Capability, Product, And Interest Of An Equal Patient Lift System End Item Product? Yes/ No
if Equal Product End Item; Provide Equal Product Name/model/ Product Brochure/ Specification Sheet/warranty/life Expectancy/maintenance Requirements Information.
where Is Brand Name End Item Patient Lift System Product Place Of Manufacturer,- Complete Table Below?
where Is Equal End Item Patient Lift System Product Place Of Manufacturer- Complete Table Below?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of An Equal Domestic Patient Lift System End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Brand Name A Domestic Patient Lift System End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Patient Lift System Brand Name End Item Product?
is Interested Vendor Lg/sb/sdvosb/vosb (which Bs) Manufacturer Or (which Bs) Authorized Distributor Of Nondomestic Patient Lift System Equal End Item Product?
provide 2024 Signed Copy Authorized Distributor Letter If Vendor Is Not The Manufacturer.
sow
general Information
brand Name Sow Patient Lift System Install/deinstall Or Equal Purchase And Authorized Installer Requirement
minium Technical Requirement
2.7.1. Fixed Ceiling Lift
2.7.1.1. Manual Traverse
2.7.1.2. Lift Motor: 24 Volt
2.7.1.3. Lift Capacity At Least 600 Lbs
2.7.1.4. Unit Weight Max 45 Pounds
2.7.1.5. The Patient Lift Unit Must Be Able To Collect And Report The Following Data At Each Lcd Display Unit:
2.7.1.5.1. Lift Life Total Count
2.7.1.5.2. Total Number Of Load Weighing More Than 330lbs
2.7.1.5.3. Number Of Lifts In The Last 7 (seven) Days
2.7.1.5.4. Average Number Of Lifts Per Week
2.7.1.6. The Patient Lift Unit Must Also Be Able To Report The Following Additional Safety / Maintenance Data Via Usb Connection To A Laptop / Tablet:
2.7.1.6.1. Lifting Strap Life Total Count
2.7.1.6.2. Critically Low Battery Life Count
2.7.1.6.3. The Total Number Of Weightings
2.7.1.6.4. Total Lifting Time
2.7.1.7. Software Transfer Data Must Operate With Va Existing It Infrastructure. (laptop / Tablet Usb/cord Connection Solution).
2.7.1.8. Wi-fi Compatibility Will Not Be Required In Any Patient Ceiling Lift.
2.7.1.9. Requires Emergency Stop Function
2.7.1.10. Requires Emergency Lowering Capability
2.7.1.11. Requires Manual Lowering Capability
2.7.1.12. Rails Must Provide Continuous In-rail Charging
2.7.1.13. Lifts Must Be Safe For Bathroom Use
2.7.1.14. Requires Integrated Compatible Scale Module
2.7.1.15. Requires Lowest Position To Reach The Floor
minimum Technical Requirement
2.7.2. Bariatric Ceiling Lift
2.7.2.1. Manual Traverse
2.7.2.2. Lift Motor: 24 Volt
2.7.2.3. Lift Capacity At Least 1000 Lbs
2.7.2.4. Unit Weight Max 45 Pounds
2.7.2.5. The Patient Lift Unit Must Be Able To Collect And Report The Following Data At Each Lcd Display Unit:
2.7.2.5.1. Lifts Total Count
2.7.2.5.2. Total Number Of Load Weighing More Than 330lbs
2.7.2.5.3. Total Count Of Lifts In The Last Seven Days
2.7.2.5.4. Average Count Of Lifts Per Week
2.7.2.6. The Patient Lift Unit Must Also Be Able To Report The Following Additional Safety / Maintenance Data Via Usb Connection To A Laptop / Tablet:
2.7.2.6.1. Lifting Strap Life
2.7.2.6.2. Critically Low Battery Life Count
2.7.2.6.3. The Total Weightings Count
2.7.2.6.4. Total Lifting Time/hours
2.7.2.7. Software Transfer Data Must Operate With Va Existing It Infrastructure. (laptop / Tablet/cord/ Usb Connection Solution).
2.7.2.8. Wi-fi Compatibility Will Not Be Required In Any Patient Ceiling Lift.
2.7.2.9. Requires Emergency Stop Function
2.7.2.10. Requires Emergency Lowering Capability
2.7.2.11. Requires Manual Lowering Capability
2.7.2.12. Rails Must Provide Continuous In-rail Charging
2.7.2.13. Lifts Must Be Safe For Bathroom Use
2.7.2.14. Must Include Integrated Scale
2.7.2.15. Must Be Able To Reach The Floor In Its Lowest Position
2.7.3. Accessories / Supplies
2.7.3.1. Disposable Slings One Of Each Size (m, L, Xl, Bariatric, Repositioning, Limb) For Each Installed Lift.
2.7.3.2. Reusable Slings (m-8 Qty, L-8 Qty, Repositioning-22 Qty)
2.7.3.3. Tracks/rails For Each Lift
2.8.1.1.1. Phased Installation/destination Delivery Throughout The Hospital To Minimize Patient Impact. Vendor To Coordinate With Cor For Room Downtimes And Access.
2.8.1.2. Travel Cost And Time
2.8.1.3. Inspection Of Existing Rails And Correction Of Any Deficiencies
2.8.1.4. Provide Structural Support Calculations For Each Room/lift System
2.8.1.5. Ceiling Lift Installation And Certification
2.8.1.5.1. To Be Completed In Accordance With Va Installation Or Relocation Checklist For Ceiling Mounted Patient Lifts (attached)
2.8.1.6. Vendor Must Follow All Vha Infection Control Risk Assessment (icra) And Vha Pre-construction Risk Assessment (pcra) Protocols.
2.8.1.6.1. This Will Include But Will Not Be Limited To:
2.8.1.6.1.1. Hepa Filters, Hvac Isolation, Block Off/seal Air Vents, And Sticky Mats At The Entrance Of Work Site
2.8.1.6.1.2. Specific Requirements To Be Determined Post-award On A Room By Room Basis.
2.8.1.7. Vendor Is Responsible For All Incidental Drywall Repairs, Repainting Of Walls That Is Required To Install Structural Supports
2.8.1.8. Vendor Is Responsible For Running Additional Electrical Lines As Necessary.
2.8.1.9. Va Electricians Will Handle Lock Out Tag Out Procedures For Any Existing Lines.
2.8.1.10. Vendor Is Responsible For Deinstall For Existing Equipment Removal Of Existing Lift Systems, Tracks, And Etcc That Is Being Replaced On 6 Floors.
2.8.1.11. Vendor Shall Destination Deliver All Equipment And Track Equipment To The Beckley Vamc When The (1st-6th Floors) Sites Are Ready For Installation.
2.8.1.12. Vendor Is Responsible To Track And Manage Equipment Until It Is Fully Operational And Installed.
2.8.1.16. The Vendor Shall Remove All Related Shipping Debris And Packing From The Va Facility.
2.8.1.17. Vendor Delivery Shall Be Completed With Cor Approval Between 8:00 A.m. And 3:30 P.m. Monday Friday. All Federal Holidays Are Excluded.
2.8.1.18. Vendor Delivered Materials To Job In Manufacturer's Must Be In Original Sealed Containers With Po Number On The Outside Of Box.
2.8.1.19. Vendor Is Responsible For Package Damage Or Deterioration During Shipment, Handling, Storage, And Until Fully Operational Installation.
2.8.1.20. Vendor Is Responsible To Store Products In Dry Condition Inside Enclosed Facilities Until Ready For Delivery And Install.
line Itemâ no.
country Of Origin
â
â
â
â
â
â
notes
all Capability Statements And Responses Rfi Questions In This Sources Sought Notice Shall Be Submitted Via Email Stephanie.henderson3@va.gov Telephone, Fax, Or Any Other Form Of Communication Inquiries Will Not Be Reviewed Or Accepted In Response To This Sources Sought Notice. Responses To This Sources Sought Notice Must Be Received No Later Than 1/28/25 At 1:00 P.m. (eastern Standard Time). This Sources Sought Notice Is To Assist The Va In Determines Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It May Or May Not Be Announced At A Later Date, And All Interested Parties Shall Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought Notice.
disclaimer
this Request For Information (rfi) Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked A Proprietary Will Be Handled Accordingly In Accordance With (iaw) Federal Acquisition Regulation (far) 15.201(e), Rfis May Be Used When The Government Does Not Presently Intend To Award A Contract, But Wants To Obtain Price, Delivery, Other Market Information, Or Capabilities For Planning Purposes. Responses To These Notices Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Incurred Associated With Responding To This Rfi.
end Of Notice
Closing Date28 Jan 2025
Tender AmountRefer Documents
DEPARTMENT OF TOURISM REGION V Tender
Others
Philippines
Details: Description I. Purpose/objectives: The Department Of Tourism (dot) – Region V Is In Need Of The Services Of A Booth Contractor To Design/set-up/install As Well As Maintain, And Dismantle The Bicol Booth For The 32nd Ptaa Travel Tour Expo 2025, With The Following Eligibility: A. The Company Must Be The Official Booth Contractor Of The 32nd Ptaa Travel Tour Expo 2025, Or If Not, The Same Must Shoulder The Management And Other Required Fees Set By The Ptaa Travel Tour Expo Organizer/s (if Applicable). B. The Company Must Be Able To Collaborate, Coordinate And Cooperate With The Dot-region V Team/representatives For Inputs In The Concept, Design, Set- Up/installation And Dismantling Of The Exciting Bicol Booths. C. The Company Must Have The Capability To Invest-in, Purchase, Or Rent (and Coordinate Its Delivery To The 32nd Ptaa Travel Tour Expo Venue When Needed) Furniture, Lightings, And Other Accent Pieces Needed To Complete The Bicol Experience Through Its Booth Design. D. Company Must Have At Least Three (3) Years Of Experience In Booth Fabrication For Exhibits And Fairs The Setup Of The Aforementioned Booth Aims To Attain The Following Objectives: A. Generate Positive "name Recall" Of Bicol And Promote Its Tourist Destinations, Highlighting Nature And Cultural Tourism; B. Create An Atmosphere That Highlights The Country's "love The Philippines” New Branding And The “exciting Bicol” Regional Brand; C. Attract And Encourage Consumer, Press, And Travel Guests To Visit The Bicol Booth; D. Provide A Functional Yet Visually Appealing Area For Provision Of Bicol Tourism Information, Product Updates, And/or Audio-visual Presentations. Ii. Scope Of Services: The Philippine Department Of Tourism Region V Requires A Package Of Services Of A Booth Contractor, For The Following: 1. Provision Of Three (3) Mock Up Design For The Booth (final Design To Be Approved By Dot Region V) 2. Set-up/installation And Implementation Of The Design Including Its Maintenance During The 3-day B2c Activities, And Dismantling Of The Exciting Bicol Booths During Egress. The Design Must: • Design Of The Booth Must Be Aligned With The Theme, “beyond Borders” And Must Be Within The New Trends Of Booth Designs • Speak Up The Destination’s Attraction, Effectively Promoting Bicol’s Tourist Destination, Attractions And Activities • Maintain 75% Visibility On All Sides • Strictly Follow The Rules And Regulations Set By The Event Organizers • Be Approved By Dot Region V And The Ptaa Travel Tour Expo Organizer/s. 3. Incorporate In The Design The Following: • Bicol-inspired Lounge With Coffee Break Area • Storage For Brochures And Other Tourism Collaterals/giveaways/merch And Personal Belongings With Locks (to Be Incorporated In The Counter/tables) • Tables/counter For The Co-exhibitors • Space For The Ice Cream Cart And Freezer Of 1st Colonial Grill • Space For Alden Therese Wine (h 41” X W 17” Top 7” Flat Top) • Six (6) Spaces For Co-exhibitors (1 Meter Each) (if You Will Integrate Separate Tables For Each Exhibitor, However If Long Counter Will Be Used No Need For Spaces) 4. Provide The Following Booth Elements: • One (1) Long Counter With Cabinet And Lock / Seven (7) Tables With Cabinet And Lock • Eighteen (18) High Chairs For The Exhibitors Chairs Must Complement The Overall Look Of The Pavilion Including The Tables • One (1) Cubicle To Conceal The Freezer Photo/design/text For The Flat Panel Will Be Provided By Dot V Dimension Of The Freezer Will Be Provided By Dot • One (1) Sala Set With Center Table • One (1) Tv (55-75 Inches) • 3d Texts Of “#excitingbicol,” “love The Philippines” (photo/design Will Be Provided By Dot V) (to Be Installed On Walls/associated In The Overall Design Of The Booth) • Six (6) Brochure Racks (color/design Should Match/complement The Info Counters And High Chairs) • Oak Wood-colored (or Any Similar Color) Carpeted Flooring • Other Accents/decors Of Indigenous/native Materials/design With Bicol Touch, As Well As Green/fresh Plants, If Applicable Only • Flowers As Center Piece In The Lounge Area And Info Counters • Coffee Area With Coffee Maker • Water Dispenser With Supply Of Drinking And Hot Water For 3 Days From February 7-9, 2025 (water Dispenser Must Be Concealed) • Appropriate Lightings And Ample Supply Of Electricity, Extension Power Outlets For The Duration Of The Event, Taking Into Consideration The Electricity Requirements Of The Freezer For The Sili Ice Cream; • Overnight Electricity Starting February 6 Until February 9, 2025 For The Freezer/sili Ice Cream • Other Accessories Deemed Appropriate, If Applicable 5. Provide The Following Supplies Needed In The Booth Including: • Three (3) White Boards (note: 1 Board Per Day) Size: 60cm X 40cm • Supply Of Assorted 3 N 1 Coffee Including Sugar Free, Biscuits/cookies, Candies, Nuts, Etc. With Disposable/paper Cups, Stirrer, Containers For The “pica-pica” And Tissue Papers For 3 Days From Feb.7-9, 2025. • Eight (8) Pieces Of 300ml 70% Solution Alcohol Spray • Garbage Bag (black) For 3 Days • At Least Five (5) Waste Bins • Craft Materials Such As: Scissors, Stapler, Packaging Tapes, Masking Tapes, And Ball Pens 6. Securing Of Necessary Permits And Payment Of Management Fee And Other Related Fees/surcharges That May Be Incurred As Set By The Ptaa Tte If Applicable. 7. Strict Adherence To The Timeline To Ensure Timely Completion, Good Quality And Use Of The Required/desired Materials, So As To Avoid Overtime Fee If Any. Overtime Fee Shall Be Shouldered By The Supplier. 8. Completion Of Booth, Delivery And Turn-over To Dot Region V Not Later Than 5:00pm Of February 6, 2025 To Give Ample Time For The Ingress/arrangements/set-up Of The Exhibitor And Co-exhibitors’ Tourism Collaterals, Brochures, And Other Products At The Booth. 9. Ensure Timely Delivery/transport Of Goods And Materials From And To Supplier Storage To The Venues. 10. Ensure That The Materials Used Are Of Good Quality. 11. Ensure That Electrical Wiring And Connections In The Bicol Booths Are Concealed And Safe, And That There Is Sufficient Power Supply As Required. 12. Dispose And Dismantle Booths/parts During Egress And/or On The Dates Designated By The Event Organizer/s. 13. All Materials Used For The Booth Design May Be Considered As Waste Materials After The Event, Except For Those Which Can Still Be Reused Or Recycled; These Shall Be Turned Over To Dot-region V. 14. Provision Of Photo Documentation Specially During Ingress. 15. Provision Of Necessary Manpower Supply And Support In The Implementation Of The Project To Ensure That Delivery Is Met As Required; Moreover, Delivery Shall Not Exceed The Given Time-frame By The Organizer. 16. Provision Of Other Pertinent Inclusions Deemed Necessary By Both Parties To Improve The General Look And Function Of The Stand And Other Logistical Services As Needed. Iii. Others Dot-region V Gives Utmost Consideration Of And Importance To The Overall Aesthetic Beauty/design And Functionality Of The Booth In The Award Of Contract. Documents For Submission: 1. Duly Accomplished Rfq 2. Proposed Booth Layout Design • Three (3) Mock Up Designs (final Design To Be Approved By Dot Region V) 3. Company Profile 4. Philgeps Certificate/membership 5. List Of Large Scale Local/ International Events Serviced In The Past Three (3) Years 6. Sec/dti Certificates Or Its Equivalent 7. Mayor’s/business Permit/certification Or Its Equivalent 8. Latest Income/ Business Tax Return 9. Tin Certificate/registration Or Its Equivalent 10. Tax Clearance Certificate 11. Omnibus Sworn Statement (revised)
Closing Date13 Jan 2025
Tender AmountPHP 420 K (USD 7.1 K)
4431-4440 of 4478 archived Tenders