Mask Tenders
Western Visayas Sanitarium Doh Tender
Healthcare and Medicine
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 34.6 Million (USD 592.9 K)
Details: Description Invitation To Bid For Supply, Delivery And Installation Of Various Hospital Equipment Ib No. 2025-01-01-g The Western Visayas Sanitarium, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply, Delivery And Installation Of Various Hospital Equipment Location : Western Visayas Sanitarium And General Hospital, Inangayan, Santa Barbara, Iloilo Approved Budget For : Php 34,665,000.00 The Contract (abc) Fund Source : Caf No. 2025-001-gf Delivery Period : Within Ninety (90) Working Days After Receipt Of The Notice To Proceed Line Items Abc: Php 34,665,000.00 Lot 1 No. Description Unit Of Measure Quantity Approved Budget Cost (php) 1 Electrical Machine. Brand New. Product Specifications: Combination Of Electrotherapy And Ultrasound; With 3 Independent Channels And Body Diagram Installed; Power Supply: Ac 100- 240 V, Number Of Channels: 3 Independent (2 For Electrotherapy, 1 For Ultrasound) Electrotherapy; Ten& Ems, Ultrasound Functions; Electrode Pads For Tens & Ems; Us Probe Head: Large And Small. Warranty -1 Year From Delivery And Installation. Unit 1 290,000.00 2 Hand Dynanometer. Brand New. Product Specifications: Hydraulic Adjustable Handle. Strength Can Be Viewed In Pounds Or Kilogram. Can Measure Up To 90kg (200lbs.). Durable Metal Gauge. Warranty –at Least 6 Months Upon Delivery And Installation. Unit 1 55,000.00 3 Parallel Bars. Brand New. Product Specifications: Adjustable And Foldable. Stainless Steel Bars And Steel Base. Height Adjust Within 26''-40''. Width -24''-36". Length Ranges: 7-10 Feet. Warranty -at Least 6 Months Upon Delivery And Installation Unit 1 50,000.00 4 Pulley System. Brand New. Product Specifications: Single Handle/dual Tower. Chest And Floor Height Mounted Handle. Easily Adjustable Handles. Wheelchair Accessible. Warranty –at Least 1 Year Upon Delivery And Installation. Unit 1 150,000.00 5 Pbx, Smart Hybrid. Brand New. Product Specifications: Designed For Telemedicine Use. Genuine And High Quality Brand. Pabx Built-in Extensions 16 Analog. At Least 2 Card Slots And 2 Slots Trunk Extension Card Switch System. Ability To Equip Sub-frame Ns-320; 12-32 Trunk Extensions. Sub-frame To Extend Pbx Ns300. Port Connected To The Main Frame. Dimensions: 40-45 X 35-36 X 86-90 Cms. Warranty –at Least 6 Months From Delivery And Installation * Unit 1 100,000.00 6 Uninterrupted Power Supply. Brand New. Products Specifications: Designed For Telemedicine Operation. 3000va. Output Power Capacity-3000va, Mount: 3u Rack Mountable. Nominal Output Voltage -230v. Dimensions: 20-22 X 19-20 X 5-6 Inches. Warranty –at Least 6 Months Upon Delivery And Installation. * Unit 1 400,000.00 7 Medical Waste Shredder. Brand New. Product Specifications: 20hp Motor Slow-speed And High Torque Dual Shaft Shredders, 5/16″ Wide Cutters, With Bearing Protection And Cleaning Fitters. Features: Efficiently Shred Syringes, Face Masks, Boxed Medical Waste, Pill Bottles, Etc., Available With A Split Cutting Chamber That Allows For Two Different Shred Widths Within One Shredder, The Manner Of In Feed And Output Are Also Divided. Includes Training And Certification, Warranty 1 Year Upon Installation Unit 1 350,000.00 8 Portable Multi-parameter Analyzer Flow Water Quality Testing. Brand New. Product Specifications: Measures Water Quality Parameter For Ph/ec/ise/do/temp. Mv/orp/px/resistivity/tds/sal./do Saturation. Features: Portable Device, Color High Contrast Lcd Touchscreen, Data Storage1000 Sets For Each Parameter, Support For Usb Communication, Ip65 Waterproof, Includes All Necessary Accessories And Consumables, Includes Training And Certification For Use, Warranty For 1 Year Upon Installation Unit 1 200,000.00 9 Water Purification System. Brand New. Product Specifications: 6000 Gdp Reverse Osmosis Machine. Up To 1200 Containers Per Day. Double U.s. Membrane. 2 Tanks 1000ltrs. For Raw & Product Water. At Least 28 Stages Of Water Filtration. To Include Piping Line From Water Station To Specified Areas Within The Health Facility. To Include Necessary. Building/structure For The Water Station. Service Warranty 1 Year After Delivery And Installation. To Include Service And User Training. Including Consumables: 50 Gallons Round Containers, 50 Gallons Slim Containers, 1 Sack Industrial Salt. * Unit 1 350,000.00 10 Anesthesia Machine With Cardiac Monitor. Brand New. Product Specifications: Main Gas Supply -oxygen, Air. Pin Index Supply System: Oxygen, Air. Ventilatior: With At Least Six (6) Ventilation Modes. Machine Must Be Able To Ventilate Patient Using The Preset Settings Provided By The End-user Even Presence Of Driving Gas Is Temporarily Unavailable. Ventilator Must Be Enclosed With Metal Casing To Prevent Entry Of Foreign Items Including Fluid. Ceramic Type Of Inspiratory And Expiratory Valve. Ventilator Must Have High Pressure Valve That Ensures Release Of Excess Pressure When Required. Ventilator Must Be Functional When Machine Is Connected Either Through Direct Power Supply Or Back Up Battery. Breathing System: The Volume Of The Compact Breathing System And Co2 Absorber Must Be 1.7l Excluding Hoses And Breathing Bag. Volume Of Co2 Absorber Reusable Canister Must Be 1.5l. With Bypass Valve Located In Breathing System Allowing Continuous Machine Operation While Changing Co2 Absorber. With Fresh-gas Decoupling Valve That Prevents Direct Entry Of Pressure In The Patient Airway When Pressing The O2 Flush Button, Peep And Pressure Limitation. With Breathing System That Can Be Detached From The Main Unit Without Tools Required. Breathing System Should Be Separated From The Main Unit With Mounting That Can Be Positioned From Any Direction Without Moving The Entire Anesthesia Machine. With Ceramic Type Of Inspiratory And Expiratory Valve. With Sample Gas Return Port. With Pup Off Pressure Release Valve Located At The Apl Valve. With Moisture Reduction System. Hot Steam Sterilization Can Be Carried Out At 134 ° C (273.2 ° F). With Heated Breathing System. Anesthesia Gas Supply Module: Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. O2 Flush (bypass): At 87 Psi (6 Kpa X 100): Max. 75 L/min At 41 Psi (2.8 Kpa X 100): Min. 25 L/min. With Metering Valve And Dual Flow Tubes For Fresh-gas. With Integrated O2 Monitoring Located In The Screen. Vaporizer: With Two (2) Selectatec Vaporizer Mounting. With One (1) Unit Sevoflurane And One (1) Unit Isoflurane Vaporizer. Vaporizer Must Have No Cloth Component Which Allows Item To Be Functional Immediately Even Transporting It In An Upside Down Position. Oxygen Sensor: With Oxygen Sensor That Measures Percentage Of Oxygen. Flow Sensor: With Constant Temperature Hot-wire Anemometer Flow Sensor. Must Be Located Within The Anesthesia Unit Distal To The Patient Area. Flow Sensor Must Be Reusable. Auxillary Low Flow Oxygen: With Integrated Low Flow Oxygen Supply For Mask And Nasal Cannula Application. Writing Table/drawers/mounting: With At Least 3 Drawers As Storage For Other Accessories. With A Retractable Writing Table That Can Hold At Least 10kgs. Advanced And Safety Features: Functional Even The Battery Is Completely Discharged, All Pneumatic Functions Continue To Be Available (apl Valve, Breathing Pressure Gauge, Cylinder And Pipeline Gauges, Fresh Gas And Agent Delivery, And O2, Air, Flow Meters).manual Or Spontaneous Ventilation Can Be Maintained During Power Failure And Discharged Of Battery. In Case Of No Power And Totally Discharged Battery, Machine Must Be Shifted Automatically From Ventilator Mode To Manual Mode Without Any Switch Or Button Required. Start-up Time Must Be Less Than 15 Seconds. Power Input Data: Power Supply: Rating Non-configurable 100 To 240 Vac, 50/60 Hz, 145 Va. Battery Operation Time: Up To 2 Hours, Minimum Of 45 Minutes. Parameters: Minimum Tidal Volume (vt) Required: 20 Ml. Breathing Frequency (rate): 4 To 60 Bpm (1/min). Inspiratory Pressure: Peep + 5 To 65 Cmh2o. Inspiratory Flow (inspflow): 10 To 75 L/min In Volume And Pressure Control Modes, 10 To 85 L/min In Pressure Support And Simv/ps Modes. Inspiration Pause: 0 To 50 %. Simv Inspiratory Time: 0.3 - 4.0 Sec. Positive End Expiratory Pressure: (peep) 0 To 20 Cmh2o. Inspiration/expiration Ratio: (ti:te) 4:1 To 1:4. Pressure Limiting: 70 Cmh2o. Range Of Fresh Gas Flow Indicators: 0.0 To 12.0 L/min. Pressure Support Level: Peep + 3 To 20 Cmh2o. Min. Frequency For Apnoe-ventilation: (freq. Min.) 3 To 20 Bpm And “off”. Trigger Level: 2 To 15 L/min. Standard Accessories: One (1) Unit O2 Regulator, One (1) Unit Air Regulator, O2, Air Fittings And Hose Clamps, One (1) Unit Adult Anesthesia Circuit With 2l Bag. Biolight M12 Patient Monitor (basic Configuration). Technical Specification: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quick Volume And Brightness Adjustment. Support Quick Key, Able To Access Specific Functions Or Perform Operations Easily And Quickly. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Upgrade Lithium Battery, Battery Power Supply ≥480 Min. Ecg: Ecg Leads: 3/5 Leads, Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4,auto Gain, Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 10 To 300 Bpm, Ped/neo: 10 To 350 Bpm, Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American National Standard For Electronic Or Automated Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual, Auto, Stat, And Sequence. Sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have An Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin And/or Oral/rectal. If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours. Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function. Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews, Glasgow Coma Scale (gcs), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen. -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Accessories Included: 3/5 Lead Ecg Cable, 3/5 Lead Ecg Lead Wires, Adult Spo2 Sensor, Pediatric Spo2 Sensor, Temperature Probe Skin, Temperature Probe Oral/rectal, Nibp Cuff Adult, Nibp Cuff Pedia, Wall Mount / Trolley, One (1) Unit Pediatric Anesthesia Circuit With 1l Bag, Two (2) Units Power Adapter. Includes Avr Machine For Anesthesia Machine. Warranty -2 Years From Delivery, Installation, And Training/orientation. Unit 1 3,300,000.00 11 Cardiac Monitor With Capnograph. Brand New. Product Specifications: Display/waveforms: Screen Size Display: Not Less Than 12" Color Tft Screen. Screen Navigation: Touch Screen With Quickly Volume And Brightness Adjustment By Gestures Operate. Support Quick Key, Can Easily And Quickly Access Some Functions Or Perform Operations. No. Of Waveforms: At Least 7 Waveforms (using Standard Screen Display). Size Must Be: At Least 175mm X 320mm X262mm. With Auto Speech Recognition Module Implements The Voice Interaction With The Patient Monitor. Battery: Internal Battery Duration Must Be: ≥ At Least 240 (built In Battery). Can Up-grade Lithium Battery Power Supply ≥480min. Ecg: 5 Leads Display Sensitivity: ×0.25, ×0.5, ×1, ×2, ×4, Auto Gain. Must Have A Smart Lead Off Feature, Must Have An Ecg Calibration Feature, Must Have An St Segment Analysis And Monitoring. Heart Rate Range Must Be: Adu: 15 To 300 Bpm, Ped/neo: 10 To 350 Bpm. Must Have Two (2) Hr Averaging Method. With Ecg Multi-lead Synchronous Analysis Function, Analysis Of Multiple Cardiac Leads At The Same Time, Can Be Accurately Monitored In The Case Of Individual Lead Interference, With Intelligent Lead Fall Monitoring Function. St-segment Analysis Can Show The St Graphic, Which Help Indicates The St Alarm Status More Faster. Nibp: Nibp Measurements Must Comply With The American. National Standard For Electronic Or Automated. Sphygmomanometers: - (ansi/aami/iso 81060-2:2009, Ansi/aami. Sp10:2002) In Relation To Mean Error And Standard Deviation. Measurement Mode: Manual,auto, Stat, And Sequence,sequence Mode Could Support 5 Different Modes. Maximum Measuring Interval In Auto Mode Must. Must Have A Dual Overpressure Protection For Nibp. Temperature: Must Have Dual-channel Body Temperature Monitoring With Difference Display Measurements. Must Support Skin Or Oral If More Than One Temperature Probe Is Used, The Monitor Will Be Capable Of Calculating And Displaying A Delta Reading. Measuring Range: 0~50 ℃. Spo2: Must Be Used In Low Pi (perfusion Index). Resp: Detection Method: Respiratory Rate And Respiratory Waveform Must Be Monitored By Pulse Wave. Ibp: Support 2-channel Ibp Measurement Range: -50mmhg~+350mmhg. Types Of Measuring Blood Vessels: Arterial Pressure (art), Pulmonary Artery Pressure (pa), Central Venous Pressure (cvp), Right Atrial Pressure (rap), Left Atrial Pressure (lap), Intracranial Pressure (icp); Pulmonary Artery Wedge Pressure (pawp); Cerebral Perfusion Pressure (cpp). The Monitor Will Calculate The Ppv Based On Any Arterial Pressure Value Between Heartbeats. Etco2: Measuring Range: Etco 2 0 To 150 Mmhg. Fico: 3 To 50 Mmhg. Awrr: 0 To 150 Rpm (mainstream). Trends: Trend Data For All Parameters In Tabular And Graphic Formats Must Be: 180h. Stored Nibp Measurements Must Be: Up To 2400 Groups. Stored Alarm Events Must Be: 3000 Groups And Associated Waveform. Holographic Waveform Must Be 72 Hours Printer/recorder: Must Support 3-channel Recorder To Realize Thermal Printing; Support Network Printing Function Network Capability: The Ip Address Of Each Patient Monitor Shall Be User Configurable. The Upper/lower Limits Of Alarms Can Be Configured Via Networking From The Central. The Alarms At Bedside Can Be Paused Or Muted Via Networking From The Central. Features: -the Monitor Must Provide Electronic Early Warning Scor (ews), Glasgow Coma Scale (gcs ), And Oxycrg Screen. -oxycrg Screen Shows Two Trend Curves And A Compression Waveform, Support To Review 48 Hours Trend Curve And Compression Waveform On The Oxycrg Review Screen -accessories Storage Box, Help Manage Accessories And Prevent Accessories Missing Or Broken Problem -all-in-one Monitoring Adult, Children, And Newborn Patients. -user Shall Be Able To Freeze The Waveforms On The Screen And Then Review It To Carefully Observe The Patient During This Time. -up To 4 Timers Shall Be Able To Be Configured On Monitor Display To Count Up Or Down The Required Time In Minute And Second With Audio Alarm To Alert User. - The Monitor Shall Provide Following Specific Working Modes: Standby, Intubation, Night, Privacy, And Demo Modes. Warranty -1 Year From Delivery And Installation. Unit 2 500,000.00 12 Ceasarian Instrument Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Scalpel Handle #3 With Measure 125mm, 1 Pc. Scalpel Handle #4 135mm, 1 Pc. Tc Metzenbaum Scissors Cvd 180mm, 1 Pc. Lexer Scissors Narr Str 165mm, 1 Pc. Mayo-lexer Scissors Cvd 165mm, 1 Pc. Lister Bandage Scissors Hvy 180mm, 1 Pc. Standard Forceps Serr 160mm, 1 Pc. Standard Tissue Forceps 1x2 160mm, 5 Pcs. Lorna Towel Clamp Non-perf 130mm, 6 Pcs. Halsted-mosquito Forceps Delstr125mm, 6 Pcs. Halsted-mosquito Forceps Del Cvd125mm, 2 Pcs. Kelly Forceps Del Str 140mm, 6 Pcs Moynihan Hemostatic Forceps, Crv, 150mm, 1 Pc. Tc Mayo-hegar Ndlholderhvyserr150mm, 1 Pc. Tc Hegar Needle Holder Hvy-serr 205mm, 1 Pc. Us-army Retrac.26x15/43x15-23x15/40x15, 1 Pc. Richardson-eastman Bt471rbt472r, 6 Pcs. Boys-allis Forceps 5x6 155mm, 2 Pcs. Kidney Tray Stainless Steel 250mm, 1 Pc. Bottom For 3/4 Container Height:135 Mm, 1 Pc. Primeline Pro 3/4 Lid Red, 1 Pc. 3/4 Size Perf Basket 406x253x76mm, 1 Pc. Silicone Basket Liner 3/4 Size, 1 Pc.mayo Safety Pin F/ring-hdl Inst 140mm, 1 Pc. Ident. Label Up To 13 Letters Red. Warranty –at Least Eat 1 Year From Delivery. Set 2 1,520,000.00 13 Chemical Analyzer. Brand New. Product Specifications: Combined Instrument With Two Complementary Technologies: Raman Spectroscopy And Colorimetric Detection Confirmatory Testing: One Instrument Capable Of Confirmatory Testing Using Two Technologies Including 1) Swgdrug Category A Technique For Presumptive Testing, And 2) Swgdrug Category C Technique For Confirmatory Testing Safety Of Features For Measuring Energetic Samples: Trace Detection Testing For Energetics Without Need For Opening The Container Nor Inducing Laser Light To The Sample, Scan Delay Timer: 15 Sec – 10 Min Sample Size: Able To Detect / Identify Samples From 1 Microgram Traces To Large Bulk Samples Materials Covered: Common Raman Substances, Explosives, Narcotics, Cwas, Tics, Tims, Precursors, Common Chemicals, Fluorescent Materials Not Covered By 785nm Raman: E.g. Colored Materials, Heroin, Colored Mdma Pills, Oils, Npss, Etc., Low Concentration Materials Not Covered By Any Raman Instruments: Lsd, Thc, Magic Mushrooms, Gunpowder, Etc. Raman Excitation Wavelength: 1064nm Minimizes Fluorescence Effects: Allows For Direct Analysis Of Colored/impure Chemicals Through Colored Packaging. Spectral Wavelength Range 200 – 2500 Cm-1 Portability Power: Small Handheld Device, Optimized For One Handed Operation. , 18.5cm-20cm (l) X 15cm-20cm (w) X 7.9cm-10cm (h), 3.65lbs-5lbs (1.65 Kg-2.27kg)., Quantity 2 Lithium Ion Rechargeable Batteries With Battery Life Of More Than 6 Hours Per Charge Per Battery. Cr123a Rechargable Batteries Can Be Used. Including Spare 2 Lithium-ion Battery. Ruggedness Decontamination: Us Mil-std 810g Designed Rugged., Ip 68 Rated For Use In Varying Environmental Conditions And For Complete Decontamination. Operational Temperature Range: Unit Can Be Operated In -20°c To +50°c Temperatures., Withstands Temperature Fluctuations And Humidity Fluctuations. Rapid Start-up Rapid Results: 60 Seconds From Power On To Analysis., Analysis Results In Less Than One Minute. Operational Mode Options: Raman Analysis And Colorimetric Analysis Oraman: • Auto-collect Adjusts Raman Settings Automatically Optimizes Use For Routine Operations • Advanced User Adjustable Raman Settings For Advanced Operators And Custom Library Build: • Laser Power Level 30-490 Mw Adjustable In 5 Mw Increments Exposure Time 5ms To 30s In Increments • Custom Applications Optimize Raman Analysis Parameters Specific To Material Type Ocolorimetrics: • Pouches Including Both Swipes And Colorimetric Chemicals In One Pouch • Pouches For Explosives And Narcotics • General Pouches For Detecting A Wide Range Of Explosives Or Narcotics • Specific Pouches For One Explosive/narcotic Substance Or Substance Group Easy Raman Operation: • Scans In Direct Contact And Through Translucent Plastic Or Glass Containers. • Universal Sample Holder For Analysis Of Samples In Varying Forms And Packaging. • Smartphone Like Touch-screen Interface Or Large Button Activation. • User Prompted Step-by-step Onscreen Analysis Activation. • Typically, 4 Button Presses To Receive Analysis Result. • Onboard System Status Monitoring And Calibration. Reduces Down-time And Necessity For Re-calibration At A Service Depot Analytical Performance: • Liquids, Solids, Powders, Pastes, Gels, Invisible Traces. • Colored Substances And Substances Found In Colored Translucent Packaging. These Types Of Substances Are Most Often Encountered In Real-world Samples. • Comparative Spectral Analysis Overlay Easily Performed Onboard. • User Adjustable Focus Ensures Analysis Of Material And Not The Packaging. • 4c Software Automatically Monitors Results For Combinations Of Precursors Used In Threat, Drug Manufacturing, And Other Recipes. Users Receive Onscreen Alert To Potential Threat Or Clandestine Drug Manufacturing Activity. Library: Raman: • Over 12,000 Substances. • Resq Library Includes The Latest Explosives, Precursors, Cwas, Tics/tims, Narcotics And Psychotropic Drugs, Steroids, Cutting Agents, Pharmaceuticals, Diluents And Pesticides. • Easily Expandable To Add Emerging Threats And Other Substances. • Fleet Management And Library Transfer To Units In The Field. • 4c Library With Explosive, Drug Manufacturing And Other Types Of Threat Manufacturing Recipes. • Library Updates Provided More Than Once A Year Colorimetrics: • General Narcotics Pouches: Multi Drug Test Incl. Fentanyl, Special Opiate Pouch, Cannabinoids • General Explosives Pouches: Chlorates/perchlorates, General Explosives • Specific Pouches: Cocaine, Ephedrine, Heroin, Ketamine, Lsd, Meth/mdma, Mushrooms, Opiates, Pcp, Thc, Ghb Evidence Documentation Traceability: • Onboard 5mp Camera Captures Image Of Sample And Surroundings, As Well As Colorimetric Swab. • Image(s) Stored Along With Analysis Results In Tamper-resistant File. All Analysis Results Are Traceable And Include Unique Date, Time And Serial Number Stamp. • Ability To Activate Password Protect Operator Log-in. Record Of User Associated Activity Stored Onboard And Cannot Be Deleted. Data Access And Transfer Reporting: • View Results In Real Time On Cell Phone Or Tablet, Computer Or Laptop (pc, Ios, Android, Linux) Via Wifi (can Be Disabled). • Exportable Data In Numerous File Formats. • Data Access And Transfer On Computer Or Laptop Via Usb And Wifi (can Be Disabled). • Easy Report Generation. Customer Support Package: • 24/7/ 365 Days Reachback Service For The Life Of The Unit. • Library Updates Provided For The Life Of The Unit. • Software Updates Provided For The Life Of The Unit. • Support: Online, Phone, Email, And In Some Cases Text Message For The Life Of The Unit Cql Complete Package: • Rugged Shipping Case With Custom Foam Insert. • Qty 2 Rechargeable Lithium-ion Batteries. • Cr123a Battery Cartridge (does Not Include Cr123a Batteries). • External Battery Charger. • Ac Power Supply. • Adjustable Base Adaptor. • Universal Sample Holder. • Certified Benzonitrile Performance Verification And Calibration Standard. • Flash Drive Containing User Manual And Supporting Documentation. • Quick Start Guide. • Usb-c To Usb-a Data Transfer Cable. • 1064nm Laser Test Card. • Including Hand Strap And Wrist Strap. . Training: • Comprehensive Onsite Training For An Unlimited Number Of Users. Add-on Accessories And Software: • Periscope Adaptor. • Vial Holder. • Bottle Adaptor. • Integrated Quickdetect Automated Colorimetrics • Detect Trace Quantities Of Non-visible Residues Left On Surfaces: • Explosives And Explosive Precursors • Narcotics Standard Requirements: • Bidder’s Certificate That Will Provide Manual In English Language (2 Copies Of Operator's/user's Manual And 2 Copies Of Service/technical And Maintenance Manual) Upon Delivery. • Brochure/sales Literature. Training Requirements: • Bidder’s Certificate That Will Conduct Free Technical Training And Product Demo For The End-user/s And In-house Biomed On Equipment Operation And On Maintenance Of Equipment. • After Sales Service: Bidder’s Certificate That Parts Shall Be Available At The Authorized Philippine Service Center/s For A Period Of Five (5) Years After The Warranty Period. • Certification From Local Distributor On The Availability Of Service Technicians And/or Biomedical Engineers In Case Of Equipment Breakdown. Preventive Maintenance - • Bidder’s Certificate Free Quarterly Preventive Maintenance During The Warranty Period With Preventive Maintenance Plan. Warranty Certificate: • Warranty Certificate Minimum Of Five (5) Years For Service And Three (3) Years For Parts. The Warranty Period Shall Commence From The Date Of Acceptance By The End-user After Testing And Commissioning. • Calibration: With Certificate Of Calibration Upon Delivery. The Bidder Must Be Iso 9001 And The Manufacturer Should Be Iso 13485 Certified Unit 1 6,900,000.00 14 Common Bile Duct Exploration Supplement Set. Brand New. Product Specifications: Made Of Heavy Duty Stainless Steel. Includes The Following Items: 1 Pc. Randall Kidney-stone Frcpsslt-cvd225mm, 1 Pc. Randall Kidney-stone Forceps Cvd225mm, 1 Pc. Randall Kidney-stone Frcpshvy-cvd225mm, 1 Pc. Randall Kidney-stone Frcps U-cvd225mm, 1 Pc. Bakes Bile-duct Dilator 1mm, Bakes Bile-duct Dilator 2mm, 1 Pc. Bakes Bile-duct Dilator 3mm, 1 Pc. Bakes Bile-duct Dilator 4mm, 1 Pc. Bakes Bile-duct Dilator 5mm, 1 Pc. Bakes Bile-duct Dilator 6mm, 1 Pc. Bakes Bile-duct Dilator 7mm, 1 Pc. Bakes Bile-duct Dilator 8mm, 1 Pc. Bakes Bile-duct Dilator 9mm, 1 Pc. Bakes Bile-duct Dilator 10mm, 1 Pc. Randall Kidney-stone Forcepscvd190mm, 1 Pc. Randall Kidney-stone Fcpshvy-cvd190mm, 1 Pc. Bottom For 1/2 Container Height:135mm, 1 Pc. Prime Line Pro 1/2 Lid Green, 1 Pc. 1/2 Size Perf Basket 243x253x76mm, 1 Pc. Identification Label Green. Set 1 590,000.00 15 Defibrillator. Brand New. Product Specifications: General Features: 7-10 Inch Lcd Display, Maximum Of 3 Waveforms. High Contrast Display Mode For Bright Environments. Ambulance-ready, Rugged Casting: Ip44, Impact Test Of 0.75m. Output Energy: 1-360j. Charge Times Of <3s T O200j, <7s To 360j. Auto-volt With Smart Charging. Lithium-ion Battery Supports To 6 Hours Monitoring/200 Shocks @360j/ 4.5 Hours Pacing, With Built-in Led Power Level Indicator. Lightweight At 4-5kg., Full Configuration, Main Unit. Automatically Switch Defibrillator Energy, Cpr Prompts, And Alarm Limits Depending On Patient Type. Display Ecg During Aed Mode. Ecg Recovery Within 2.5s Or Less. Contact Status Can Be Checked Through Paddle And Monitor, Impedance Value Can Be Checked In Monitor. Auto-testing Includes Maximum Energy Discharge Test. Parameters: 3/5 Lead Ecg, Pacer. Includes: Thermal Recorder, External Paddle Kits, Ecg Cable And Lead Wires, Ecg Electrode, Multifunction Electrode Pad. Printer Paper, Electrode Gel, Power Cord, Lithium-ion Battery. Unit 5 1,500,000.00 16 Dish Sterilizer. Brand New. Product Specifications: − High Light Led Display, − With Special Boiler Temperature Drainage Settings, − Washing (non-recycling) Parameters Can Be Set Free And With Control Memory Function, − Can Meet Different Washing Demand, − Self - Research Internal Water Softener, − Double Construction Design For Top Cover, − Power: 380v/50hz, − Basket Dimension : 500x500mm, − Washing Ability : At Least 60 Basket / H, − Rinse Water Quantity : 3 L/h, − Inlet Height :400-430mm, − Machine Dimension : 800-850x800-820x1450-1500mm, − Rated Power : 14.75kw, − Gross Weight : 140-150, − Net Weight : 100-110, − Packing Size : 890-900x900-910x1630-1700mm. Warranty Period- Within 1 Year Upon Delivery And Installation To Cover Parts (excluding Wearable Parts) And Service With Preventive Maintenance Every 6 Months Within 2 Years Period. Provides Orientation And Training To End-user Representative.* Unit 1 500,000.00 17 Electrocardiography Machine (ecg) Brand New. Product Specifications. High Resolution Lcd Touch Screen, 320-330x240-250vivid Waveform Display. 12 Leads Ecg Resolution Thermal Printer. Built-in Rechargeable Li-ion Battery, Ac/dc Power Supply. Anti-defibrillator And Pace Maker Detection. Complete Digital Filtering, Resisting Baseline Drift, Automatic Baseline Adjustment. Automatic Ecg Measurement And Interpretation. Large Patient Data Storage; 150 Cases, Equipped With Usb Port For Data Transfer. Three (30 Printing Formats (auto, Manual And Rhythm) Selectable. 1/2/3 Channel Ecg Waveform And Rhythm Leads Record Out. Lead Status Diagram Display. Unit 4 200,000.00 18 Electrosurgical Dessicator Machine. Brand New. Product Specifications: Use For Removal Of Lesions, Warts, Skin Tags, And Other Blemishes Easily With Minimally-invasive Treatment. For Superficial Treatments, Safe To Use Around The Eye And Nose Area. Includes Re-usable Pen And Tips. Unit Specifications: Depth:4-5 Inches, Width:8-9 Inches, Height:7-8 Inches, Weight:6-8 Pounds, Output Power -low At 0-20watts (1/10 Watt Increments Up To 10 Watts), High At 0-35 Watts, Bipolar: 0-35 Watts. Offers Hand-or-foot Activated Operation. Autoclavable, Reusable Hand Control Pencil With Power Adjustment Buttons. Pencils Are Designed With Non-spinning Hex Collar For Multi-positional Fall-safe Blade Locking. Equipped With Mobile Stand. Includes Consumables.warranty-6 Months From Delivery And Installation. Set 1 100,000.00 19 Fetal Maternal Monitoring System: Brand New. Product Specifications: Foldable Screen. Probe Rack And Wall Mounting Rack. Handle For Easy Carrying. User-friendly Gui With 3 Display Modes. Four (4) Optional Color Background. Capable Of 24 Hours Ctg Storage. Fast Print For Store Traces. "smart Notes" Annotation (color Optional). Signals Overlap Verification. Real-time And Offline Data Transmission To Pc. 10-12 Inch Color Touch Screen. Excellent Algorithm. 12-crystal And 1 Mhz Water-proof Transducer For Accurate Detection. Configuration: Dual-fhr, Toco, Fm, Afm, Mecg, Nibp, Mspo2, Temp. Includes: 3 Each Belt, 1 Each Event Marker, 1 Bottle Ultrasound Gel, 1 Ea. Fhr Transducer, Purple, 1 Each Transducer, Yellow (color Optional), 1 Each Spo2 Sensor, Adult, 1 Each Temperature Probe, Skin, 1 Each Toco Probe, 1 Each Nibp Cuff, Adult, 1 Each Nibp Tube, Adult. Unit 3 1,110,000.00 20 Infusion Pump. Brand New. Product Specifications: Mechanism: Peristaltic Pump, Operating Mode: Flow Rate Mode, Drip Rate Mode(optional), Preset Volume: 1-9999 Ml, Flow Rate Range: 1 – 600 Ml/h (or Wider), Increment: 1, 10, 100 (ml/h), Accuracy: ± 5%, Kvo Rate: 1 Ml/h, Bolus Rate: 600 Ml/h, Drop Rate Range: 1 – 400 Drop/min (or Wider) With Optional Drip Sensor, Screen: 2.7 Inches B/w Lcd (or Wider), Information: Flow Rate, Preset Volume, Accumulated Infusion Volume, Completion, Occlusion, Air Bubble, Bed No, Ac Power Indicator, Battery Capacity, Battery Charge Indicator, Iv Set, Etc., Status Indicator: Stop, Run, Bolus, Kvo, Alarm Type: Air Bubble, Finish, Occlusion, No Ac Power, Low Battery, Battery Empty, Reminder To Operate, Communication Error (err1), Operation Error (err2), Drops Error (err3), Handle Open (err4), Air Bubble Level: 1-3 Levels Adjustable, Universal Compatibility, Turn On/off, Occlusion Alarm Pressure Range: 3 Levels: 60kpa, 100kpa, 140kpa (±20kpa), Battery Type: Lithium Polymer, Battery Life: Up To 4 Hours Continuous Operation 25 Ml/h Flow Rate, With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Unit 4 320,000.00 21 Laboratory Oven. Brand New. Product Specifications: Working Temperature Range At Least 5 Above Ambient Temperature To +300 °c; Setting Accuracy Temperature Up To 99.9 °c: 0.1 / From 100 °c: 0.5; Setting Temperature Range +20 To +300°c; Temperature Sensor 1 Pt100 Sensor Din Class A In 4-wire-circuit. Control Cockpit Single Display. Adaptive Multifunctional Digital Pid-microprocessor Controller With High-definition Tft-colour Display; Timer Digital Backwards Counter With Target Time Setting, Adjustable From 1 Minute To 99 Days; Adjustable Parameters: Temperature (celsius Or Fahrenheit), Air Flap Position, Programme Time; Ventilation: Natural Convection, Vent Connection With Restrictor Flap; Works Calibration Certificate : Calibration At +160°c; Door Fully Insulated Stainless Steel Door With 2-point Locking (compression Door Lock); Internals 1 Stainless Steel Grid(s), Electro Polished; Stainless Steel Interior; Interior Easy-to-clean Interior, Made Of Stainless Steel, Reinforced By Deep Drawn Ribbing With Integrated And Protected Large-area Heating On Four Sides; Volume 32 L; Dimensions W(a) X H(b) X D(c): 400 X 320 X 250 Mm; Max. Number Of Internals: 3; Max. Loading Of Chamber 60 Kg; Max. Loading Per Internal 20 Kg; With Free Power Back-up System, With Free Installation And Demonstration. Unit 1 130,000.00 22 Newborn Hearing Screening Test Equipment. Brand New. Product Specifications: • Capable Of Screening And Diagnostic Testing With Te And / Or Dpoae. • Fast Automatic Test With Pass / Refer And Graphical Test Result Display. • Direct Evaluation Via Value And Bar Diagram. • Up To 12 Frequencies Displayed Within The Device, Dp Up To 12 Khz. • 5 Dp / 2 Te Protocols With User Customizable Parameters (diagnostic Version). • High Noise Immunity For Operation In Normal Clinical Environment. • Lightweight, Small Ear Probe. • Environmentally Friendly Due To Long Life, Rechargeable Battery. • Bluetooth Communication To Optional Printer And Pc • Evaluation Of Results In Pc. Screener With At Least 4 Frequency Dpoae Testing Protocols. • Qualified Protocols Built Into The Device. • 4 Dpoae Test Frequencies Reported. • Integration To State Tracking Systems, Hi-track Or Oz. Diagnostic With Up To 12 Frequency Dpoae Testing Protocols. • 1.5 To 12 Khz Frequency Range With Up To 12 Test Frequencies Reported. • Customizable Test Protocols Teoae Available As An Upgradeable Option. Measurement Type: Distortion Product Otoacoustic Emissions (dpoae) Transient Evoked Otoacoustic Emissions (teoae). Frequency Range: Screener Version: Dpoae: 2.0 Khz To 5.0 Khz Teoae: 1.5 Khz To 4.0 Khz. Diagnostic Version: Dpoae: 1.5 Khz To 12.0 Khz Teoae: 0.7 Khz To 4.0 Khz. Stimulus Intensity Range: Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Microphone System Noise: -20 Db Spl @ 2 Khz (1 Hz Bandwidth)/ -13 Db Spl @ 1 Khz (1 Hz Bandwidth). Dimensions And Weight (unit): 2.5 To 3” W X 1.2 To 1.8” D X 5.5 To 6.5” H 6.2 To 6.8 Oz. Power Supply: Lithium-ion Rechargeable. Battery Life: 1000 Tests Per Charge, Minimum 15 Hours On-time. Connectors/ Communications: Integrated Usb Communication Capability For Battery Charging And Communication With Pc-based Database Programs Or An Optional Printer. Hdmi Connector For Connection To The Micro-probe. Integrated Bluetooth Class 2 + Edr With Spp. Protocol For Communication With Optional Printer. Standard Accessories: Micro-probe, Box Of Single Use Ear Tip And Ear Tip Remover, Package Of Probe Tubes, Micro-usb Power Supply For Charging Lithium Ion-battery, Pc Database Software With Manual, Micro B To A Usb Cable For Pc Communicator/charging, Protective Carrying Case, Data Management Tool That Provides The Ability To Transfer Patient. Oae Test Data From The Testing Device To A Pc For The Purposes Of Viewing, Archiving, Managing And Printing Oae Reports. Using The Database Also Gives You The Means To Create Letter Sized, Detailed Reports That Can Be Easily Filed Or Faxed. You Can Also Create A “paperless” Office By Saving The Test Results As A Pdf For Electronic Filing Or Email. Dpoae: 40 Db Spl To 70 Db Spl Teoae: 83 Db Spl Peak Equivalent (±3 Db). Includes Ups. Warranty –at Least 1 Year After Delivery And Installation. Provision Of Training For End-user To Accredited Newborn Screening Center. All Expenses Should Be Shoulder By The Lowest Calculated Bidder. Unit 1 1,000,000.00 23 Operating Room Lights. Brand New. Product Specifications: Dual Head- Ceiling Type. Major Operating Room Light Multi-color. Merging Of Light Fields, Light Intensity Control. Comfortable Display Of Key-pad On Major Lighting Head. Back Light Key Pad Display. Depth And Merging Light Field Should Be Operated At The Sterilizable Handle. Cool Light Temperature Increasing In Head Area: 0.5 ºc. 360° Continuous Rotation Around All Major Joints. Anti-bacterial Coating Head. - Light Head Diameter: 66cm. Ideal Laminar Flow Ceiling System. With Endo Mode: Must Be Color Green Light. Main Light Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 160,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 19-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. - Adjusting The Shadow Activating Via The Touch Panel. - Maximum Of Four Groups Of Lenses Are Dimmed Simultaneously. Shadow Management System. Number Of Led’s: 99 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Laser Pointer On Head (main Light Head Only). Lf-index Leenemann: 26. Lf-index Oostlander: 28. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82 - 92watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 18.5 Kg. Protection Type Lamp Head: Iec60529. - Aluminum Housing. Satellite Head. Electronic Light Intensity Control At Lamp Head. - Light Intensity At 1 Meter Distance: 140,000 Lux. Colour Rendering Index Ra At Kelvin: 98 (for Better Quality Image Of Skin, Blood And Tissues). Colour Rendering Index R9 At Kelvin: 99 (for Better Quality Image Of Skin, Blood And Tissues). Focusable Light Field Size: 18-30 Cm. Colour Temperature: 3,750, 4,000, 4,250, 4,500, 4,750 K. Number Of Led’s: 69 On Lamp Head. Life Span Of Leds: > 60,000 H. Working Distance: 70-160 Cm. Light Intensity Control (standard): 5% - 100%. Outstanding Depth Illumination: 70, 100, 130 Cm. Input Voltage: Single Phase 110 ~ 230 Vac Free Volt. Total Power Consumption: 82-92 Watts. Adjustable Brakes At The Horizontal Arm. Light Head Weights: 17.9 Kg Minimum. - Aluminum Housing. Protection Type Lamp Head: Iec60529. Standard Accessories: - Sterilized Handle: 2 Pcs/ Lamp Head, - Ceiling Anchorage Ring With Screws, - Spring Arm, - Ceiling Cover, Including Installation Of Brackets To Embed Overhead Ceiling- User Manual, - Ups. Warranty Of Two (2) Years For Parts And Labor With Free Preventive Maintenance Every Quarter Within Warranty Period Five (5) Years Warranty For Led Bulb Only. Unit 1 2,500,000.00 24 Operating Room Table (motorized). Brand New. Product Specifications: Total Length: 2000-2100 Mm. Width Including Side Rails: 600-630 Mm. Mattress Width: 550-570 Mm. Total Weight: 200-210 Kg. Safe Working Load (swl): Up To 250 Kg. Height Adjustment Range: From 595 Up To 1005 Mm. Castors: Four Ø 120-125 Mm Central Locking Twin Castors. Head Section: -58° ... +37°, 135 Mm. Back Section: -10° ... +70°. Leg Section: -80° ... +10°. Lateral Tilt: 20° / 20°. Trendelenburg/anti-trendelenburg: 30° / 20°. Sliding Tabletop For C-arm Function: 300-320 Mm. Flex / Reflex: 220° / 120°. Electrical System: 24 Vdc, Battery Operated, 100 - 240 Vac, 50/60 Hz. Controls: Hand Control And Integrated Control Panel On The Column. Memory Positions: Four Programmable Positions. Visco-elastic Mattresses. Radio Lucent Tabletop For X-ray. Accessories For General Surgery: 1. Arm Rest, 2. Anesthesia Frame With Clamp And, 3. Attachment Clamp. Transport And Storage Conditions: Temperature 7 10° C + 50° C. Relative Humidity 10 %, 85 %. Air Pressure 700 Hpa, 1060 Hpa. Operating Condition: Temperature +10° C, + 40° C. Relative Humidity 30 %, 75 %. Air Pressure 700 Hpa 1060 Hpa. Side Rail Accessories: 25 X 10mm. Warranty-1 Year From Delivery And Installation. Certificate Of Parts Available In The Next 5 Years. Includes Training To End-user. Includes Product Manual. Unit 2 5,500,000.00 25 Radiant Warmer With Phototherapy Units. Brand New. Product Specifications: Fixed Height Radiant Warmer, Mounted On A Column. The Unit Is Supported By A T-shaped Sturdy And Stable Wheeled Base. Bases Is Provided With A Minimum Three (3) Anti-static Swivel Casters. At Least Two (2) Of The Casters Are Equipped With Brakes. The Base Is Equipped With A Side Handle/rail For Easy Positioning. The Design Of The Base Is Suitable To Be Fitted Over Standard Cradles, Cribs, And Bassinets. Overhead Radiant Heater At A Fixed Height Of 1.80-2.0m. Radiant Heating Is Achieved By Quartz/ceramic Elements, Placed In A Parabolic Reflector. The Radiator Is Equipped With A Safety Grid. The Unit Support Three (3) Modes: Pre-heating, Manual And Servo Mode. The Unit Allows For Instant Switching Been The Different Operating Modes. The Minimum Skin Temperature Setting Range Is 32°c To 37°c. The Resolution Of The Temperature Is: ± 0.5°c Or Better. In Manual And Pre-heating Modes Heating Settings Allow For A Range Of 0 – 100%. Led Spotlight(s) For Examination Are Integrated In The Overhead Radiant Heater, The Angle Of The Overhead Light Is Adjustable. Warm-up Time < 30 Min To 25°c. Power Requirements: 1 Ph, 100 - 240 Volts - 50/60 Hz 900 To 1300va (with Ups And Avr). Display Features: The Display Panel Is Integrated In The Column For Visualizing Working Parameters And Alarms. The Display Indicates: - The Current Active Mode: Pre-heating, Manual Or Servo, - The Current Heating Power In Percentages, - The Current Pre-set Temperature, - The Current Actual Skin Temperature, - The Current Air Temperature. The Unit Is Equipped With A Self-check Feature. Alarm And Safety Features: Alarms Are Audible And Visible. Alarms Indicating: - Sensor Disconnection Or Malfunction. - Power Failure. - Skin Temperature, After Stabilizing, Varying Beyond 0.5° To 1°c From Set-point. - 10 To 15 Minutes After Manual Mode Has Been Engaged An Audible Alarm Will Sound. In Addition, The Unit Will Either Reduce Or Cut The Power To The Heater. In Skin Mode, When The Temperature Exceeds 39°c, The Unit Will Cut The Power To The Heater. Supplied With: Instructions For Assembly, Use And Maintenance In English: 1 X Installed And 2 X Spare Reusable Skin Temperature Sensors, Including Connection Cable And Plug. 1 X Spare Quartz/ceramic Heating Element Or The Same With Installed Heating Element. 2 X Spare Examination Light Bulbs. 1 X Set Of Spare Fuses, If Applicable. Accessories: A Durable Light Weight Cradle/crib And Mattress. Oxygen Regulator Including A Pressure Gauge, Flow Meter, Humidifier Bottle And All Required Tubing. Integrated Weighing Scale. Electrically Operated, Slow Suction Unit Including A Vacuum Regulator, Vacuum Gauge And Autoclavable Collection Jar. Electrical Height Adjustment. T-piece Resuscitator. Integrated Phototherapy Unit. Led Phototherapy Unit 36cm: 620-2800μw/c㎡. Led Phototherapy Unit 50cm: 400-1620μw/c㎡. Estimated Life Span: Eight Years. Includes Avr. Unit 3 600,000.00 26 Refrigerator (biological). Brand New. Product Specifications: External Dimension: W = 700-750 Mm D = 730-750 Mm H = 2000-2100 Mm. Inside Dimension: Useful Space On Top W = 600-620 Mm D = 550-570 Mm H = 500-550 Mm. Useful Space At The Bottom W = 590-610 Mm D = 540-560 Mm H = 500-550 Mm. Capacity: 600 L Temperature Range: Top 2°c To 20°c Bottom 2°c To 20°c. Optional: Other Temperature Ranges. Housing Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. With 4 Feet, Height Adjustable. Optional: Set Of 4 Casters, 2 With Brakes. Interior Space Inner Case Of Galvanized Sheet Steel With High Quality White Coating, Antibacterial Coated. Cleaning Friendly By Rounded Corners, Slippery Surface In The Interior, Meets Highest Hygiene Requirements Insulation High Density Foamed-in-place Polyurethane, With A Thickness Of 60 Mm. Cfc-free. Circulation Air Cooling For Rapid And Uniform Temperature Control, Reducing Temperature Gradients To A Minimum. When The Door Is ""open"" The Circulating Fan Is Switched Off Automatically By A Micro Switch In Order To Prevent Warmer Ambient Air Being Drawn In. Door 2 Pcs. Three-layer Thermally Insulating Glass Door (arranged On Above The Other), Supplied As Standard With Right Hand Hinge, Also Available With Left Hand Hinge At No Extra Cost. Grease Resistant Magnetic Seal. Optional: With Door Lock. Interior Fittings 4 Pcs. Grating-type Shelves (dim.: 530x550 Mm), White Coated. Interior Lighting With Automatic On/off Micro Switch. Optional: Stainless Steel Shelves Or Stainless-steel Drawer Compartments, With 3 Lengthwise Dividers With Telescopic-type Guides On Rollers With Stops, Drawer Dimensions: 500x480x77 Mm (wxdxh) Usable With Between The Lengthwise Dividers: 106 Mm (lengthwise Dividers Easily Removable). Working Range 1 From 2°c To 20°c (assuming The Ambient Temperature Is Approximately 4°c Above The Set Point). Temperature Accuracy +/- 1,8°c After Stabilization (with 50% Of Loading). Acoustics Signal When The Set Value Is Undercut Or Exceeded Potential-free Connection Socket For Extern Alarm Refrigerating Unit 2 Pcs. Fully Hermetically Sealed, Forced Ventilation, Fitted On Vibration – Absorbing Mounts (ambient Temperature Max. 32°c), Low Noise (48dba/1m), Energy Saving Compressor With High Quality Vaporization System. Refrigerant: R 290 Or Equivalent Defrost Automatically With Thermal And Time Limit. Condensate Evaporation In Heated Tray. During The Defrost Period, The Temperature Inside The Cabinet (only The Air Temperature – Not The Stored Goods) Will Arise For A Short Time. Electrical Date: Power Supply220-230 V/50 Hz/single Phase Optional: 60 Hz. Power Input 2x 0,20 Kw. Fuse 16a. Power Cable: 2x 1,5 M. Packing Details (palletized) Dimensions: Approx. 85x98x224 Cm. Net Weight: 150-170 Kg. Gross Weight: 180-200 Kg. Include Avr. Unit 1 100,000.00 27 Rigid Video Procto-sigmoidoscope. Brand New. Product Specifications: Plastic Obturator. Video Camera. Stainless Steel Tube. Handle Of Polyacetal (delrin), Usb Male Connector. Analogue To Digital Converter Nozzle For Gas. Instrumentation Channel. Silicone Washer. Includes Universal Fiber Optic Light Source Machine And Tube Connector From The Proctoscope To The Light Source Machine. Warranty -6 Months From Delivery And Installation. Set 1 50,000.00 28 Stretcher, Transport Type. Brand New. Product Specifications: Hydraulic Stretcher. Numbers Of Function: Five-function. Certification: Ce, Fda, Iso13485. Size: 2000-2100 Mm (l)*770-800mm (w)*600-610/900-920mm (h). Height:600mm-930mm. Lowest Position-floor To Platform-580mm. Highest Position-floor To Platform-905mm. Side Rail Height Above Mattress Platform-340 To 360mm. Maximum Back Rest-0-80 Degrees. Maximum Knee Rest-0-30 Degrees. Maximum Trendelenburg Reverse Tr-0-16 Degrees. Mattress Size -1850-1880 X 650-670 X 80-90mm. Loading Capacity -up To 200 Kg. Side Rails: Collapsible Aluminum Alloy Side Rails. Bed Platform: X-ray Transparent. Specification: Ce, Fda, Iso. Other Features: 1. Central Brake System: Equipped With Four Brake Pedals On All Sides Of The Bed Make The Brakes At The Optimal Position Effectively Or Central Brake Pedal Located At Both Ends Of The Bed. 2. Multi-function Instrument Support: The Instrument Support Can Put The Monitor And Can Also Be Used As A Headboard To Prevent Accidental Slippage Of The Patient. 3. Push Handle: Reducing The Workload And Preventing The Injuries. 4. High Quality Mattress: Waterproof Cloth With The Smooth Surface Of The Mattress, Easy To Clean And Not Misplaced. 5. Large Diameter Wheel: Using The Imported 7 To 8-inch Silent Caster Make It Flexible And Durable. 6. The Fifth Wheel: The Fifth Wheel Can Provide A Smaller Radius Of Gyration. The Telescopic Collapse Design Can Slide Smoothly Even On The Rough Surface Or Obstacles Such As The Elevator Sill, Reducing Effectively The Damage Caused By Transport To Patients. 7. Plastic Coated Side Rails: The Side Rails With Stainless Steel Column Guardrail Covers Almost Entire Length Of Bed. 8. High-strength Carbon Steel Structure And Spray Procedure: The High Quality Carbon Steel And Robot Welding Guarantee The Mechanical Strength. The Spray Surface Treatment Is Easy To Clean And Guarantees A Longer Life Or Equivalent. 9. Rapid Lifting Hydraulics: The Imported Dual-pressure Lifting System Can Be Used To Quickly Lift The Bed Or The Push Handle For 2 Seconds In An Emergency, And The Bed Will Automatically Locate The Height To Form A Special Body Position Of The Patient. 10. X-ray Imaging: Equipped With X-ray Material Bed Surface And X Ray Cassette Holder, The Whole Body Can Be X-rayed. 11. With Oxygen Cylinder Holder. Warranty -1 Year From Delivery And Installation. Unit 18 5,400,000.00 29 Suction Machine. (heavy Duty). Brand New. Product Specifications: Floor, Standing Type. Oil-less Piston Suction Motor. Double Anti-overflow Protection (mechanical Float And Electronic Sensor). Flow Rate: 40-50 Liter Per Minute. Water Displacement. Vacuum -700-800mmhg. Includes 2x3 Liters Polycarbonate Collection Jar. Attach/detach Abs Plastic Cover Jar. Anti-bacterial And Hydrophobic Filter. Patented Anti-vibration System. Dimensions: 300-400mm X 380-420mm X 800-850mm (lxwxh). Weight -15-25 Kg. Equipped With Foot Switch. Power -250w. Power Requirement -ac 200, 50-60hz. Silicone Hose. Operation And Service Manual Included. Warranty Of 6 Months From Delivery And Installation. Includes Orientation And Training Of End-user Staff. Unit 2 600,000.00 30 Syringe Pump. Brand New. Product Specifications: With Delivery And Installation, Provision Of Trainings Of Staff With Certificates, And Manual. Applicable Syringes (universal Compatibility To Various Brands): 10ml, 20ml, 30ml, 50ml/60ml, Accuracy: ±2% (mechanical ±1%). Flow Rate: 10ml: 0.1 Ml/h -300ml/h, 20ml: 0.1 Ml/h -600ml/h, 30ml: 0.1 Ml/h -900ml/h, 50ml: 0.1 Ml/h -1500ml/h. Bolus Rate: 10ml: 100-300ml/h (default 300ml), 20ml: 100-600ml/h (default 600ml), 30ml: 100-900ml/h (default 900ml), 50ml: 100-1500ml/h (default 1500ml). Purge Rate: 10ml: 300ml, 20ml: 600ml, 30ml: 900ml, 50 Ml: 1500ml. Volume To Be Infused: 0.1ml~1000ml. Injection Increment: 0.1ml. Infusion Mode: Rate Mode, Time Mode. Time Mode: Volume Limit: 0.1~999.9ml. Pre-set Time: 1min To 99h99min. Remaining Time: **h **min. Occlusion Pressure: 3 Adjustable Occlusion Pressure Settings: Low, Middle And High. Alarm Function: Infusion Completion, Near Completion, Empty, Occlusion, Low Battery, Syringe Disengaged, Incorrect Installation Of Syringe Plunger, No Ac Power Supply, Low Battery, Battery Exhausted, Malfunction Etc. Battery: Rechargeable Lithium Polymer Battery, 7.4v, 2100mah, Can Operate For More Than 3 Hours After Fully Charged At 25ml/h. Unit 5 300,000.00 Total 34,665,000.00 Note: Winning Bidder Shall Conduct Product Demonstration/end-user’s Training Of The Actual Unit And Issue Training Certificate To The End-user And Medical Equipment Technician Of Wvsgh. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier, Except For Line Items With Asterisk (*) Which Have Been Awarded By A Non-health Facility. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Line Items Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meet.google.com/deb-mcrk-wqm. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents January 16, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of February 5, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference January 24, 2024 (friday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids February 5, 2025 (wednesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Php 25,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of February 5, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital 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. For Further Information, Please Refer To: Mr. Jasond Rex A. Huyaban/jessie H. Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Bac Chairperson
Oriental Mindoro Tender
Electronics Equipment...+2Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date24 Jun 2025
Tender AmountPHP 1.3 Million (USD 23.5 K)
Details: Description Republic Of The Philippines Provincial Government Of Oriental Mindoro Capitol Complex, Calapan City 5200, Oriental Mindoro Procurement Division Bids And Awards Committee For Goods And Services (1m And Above) Invitation To Bid Purchase Of Office Supplies And Devices/other Supplies For Use Of Pgom Office Supplies/other Supplies (2nd Quarter) Based On Consolidated Annual Procurement Plan For The Year 2025 Ib No. Gsa 2025-06-046 1. The Provincial Government Of Oriental Mindoro, Through The General Fund Intends To Apply The Sum Of One Million Three Hundred Fifty Thousand Two Hundred Eighty One Pesos And 65/100 Only (php 1,350,281.65) Being The Abc To Payments Under The Contract For Purchase Of Office Supplies And Devices/other Supplies (2nd Quarter) Based On Consolidated Annual Procurement Plan For The Year 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro – Procurement Division Goods And Services Section Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Seven (7) Days Upon Signing Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Item Description Qty./unit 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 Office Supplies Ballpen Bps Fine (46black, 6 Blue) Ballpen 0.5 Mm 350 Black Ballpen 1.0 Black Ballpen G2 .07 (14 Black) Ballpen I-gel Retractable (15 Blue) Ballpen (5 Blue, 5 Green) Ballpen G .5 (green) Ballpen, Retractable (100 Black, 50 Blue) Ballpen Frixion Ball Clicker 0.5mm Retractable Erasable Bond Paper A3 S-20 70 Gsm Bond Paper A4 70 Gsm Bond Paper A4 80 Gsm Bond Paper A4 100 Gsm Bond Paper Long S-20 70gsm Bond Paper Short S-20 70gsm Bond Paper Long 80 Gsm Subs. 20 Bond Paper Short 80 Gsm Subs. 20 Bond Paper 8.5 X 22 In. Cambric Board Long (28 Beige) Cambric Paper Long (6 White, 16 Beige) Cambric Board Short (4 Green) Cambric Paper Short (6 White,1 Beige) Calculator Ribbon (dr120) Carbon Paper, Long Blue Cd Recordable Cd Re-writable Clip Binder, 2" Clip Binder, Small Computer Mouse With Wire Combo Cover Plastic (long) Combo Cover Plastic (a4) Combo Cover Plastic (short) Combo Ring 1/2" Combo Ring 1/4" Combo Ring 3/4" Combo Ring 1" Combo Ring 1 1/2 Combo Ring 2" Specialty Paper (long) Yellow Correction Tape Correction Fluid Cork Board 2x3ft Double Loop Wires (12.7 Mm 110 Sheet Cap) Double Sided Tape, 1" Double Sided Tape, 5 Duct Tape 2" Thick Duct Tape 3" Thick Engineer's Field Book Envelope Brown Long Envelope Brown Short Expanded Envelope With Garter Long (234 Green, 25 Blue) Expanded Envelope With Garter Short (5 Green) Expanded Plastic Envelope Long Expanded Plastic Envelope Long Thick W/ Handle Expanding Folder Long (thick) Expanding Folder Short Eraser, Medium Fastener, Plastic File Box Single File Rack Single File Rack Double Flash Drive 8gb Folder Short .14 Folder Ordinary - Long .14 Folder Pressboard Long (743 Green, 20 Red) Folder Pressboard Short (green) High Lighter Pen (89 Asstd Colors, 6 Green, 15 Yellow) Hdmi High Speed Cable (15 Meters) Illustration Board (1/4) Illustration Board (1/8) Ink Refill 003 65ml (c,m,y) Ink Refill 003 65ml 00v1 For Epson (black) Ink Refill 003 65ml 00v1 For Epson (magenta) Ink Refill 003 65ml 00v1 For Epson (cyan) Ink Refill 003 65ml 00v1 For Epson (yellow) Ink Refill 664 65ml For Epson (black) Ink 001 C13703y Pigment Set Ink 001 L6170 Black For Epson Ink 001 L6170 Cyan For Epson Ink 001 L6170 Magenta For Epson Ink 001 L6170 Yellow For Epson Ink #810 Black For Canon Printer Ink #811 Colored For Canon Printer Ink #704 Black For Hp Printer Ink #704 Tri Color For Hp Printer Ink Ts207#745xl For Canon Printer Black Cartridge Ink Ts207#746xl For Canon Printer Colored Cartridge Ink Refill Bt D60 Bk 108ml Ink Refill Bt 5000m For Brother Printer Ink Refill Bt 5000c For Brother Printer Ink Refill Bt 5000y For Brother Printer Ink L3110 Black Ink L3110 Cyan Ink L3110 Yellow Ink L3110 Magenta Ink 003 Black For Epson Printer Ink 003 Yellow For Epson Printer Ink 003 Magenta For Epson Printer Ink 003 Cyan For Epson Printer Ink 008 Black 127ml Ink 008 Cyan 70ml Ink 008 Magenta 70ml Ink 008 Yellow 70ml Ink Lc535xl For Brother Printer Black Ink Lc535xl For Brother Printer Yellow Ink Lc535xl For Brother Printer Magenta Ink Lc535xl For Brother Printer Cyan Ink - T 6641 Refill - Black Ink - T 6643 Refill - Magenta Ink - T 6642 Refill - Cyan Ink - T 6644 Refill - Yellow Ink Universal - Set Ink Universal - Black Ink 008 Pigment Ink Genuine Set Of 4 Colors Indexing Tab, Plastic Indexing Tab Multicolor Plastic 7's Intermediate Pad Paper Laminating Film Long 1.25 Laminating Film Long 2.50 Laminating Film Short 1.25 Mailing Envelop White Long Maintenance Box L6170 (t04d1) Maintenance Box L15150 (original) Masking Tape 1" Mechanical Pencil Lead (.07) Nano Tape 1x10m Notebook, Thick With Yarn Notebook, Writing Packaging Tape 3" Paper Clip - Small Paper Clip -big Photo Sticker Paper Glossy (quaff 135 Gsm) Photo Paper 260gsm Resin Coated A3 Size 20 Sheets Glossy Plastic Cover Thick #6 Yrd Photo Paper A4 Double Sided (glossy) Post It Tape Flag #683-4 1inchx1.17inch 11,9mm Post It Note 5x2 Asst. Color Post It Note 1x3 (green) Post It Note 4x4 Poster Color 12's Portable Hard Drive 1tb Puncher - Heavy Duty Push Pin 50s Record Holder/ Folder Rack - (black) Record Book 200pg (green) Record Book 150pg Green Ring Binder Folder 2 Holes (hd) Rubber Band Small, 350gms Rubber Band Thick Big Rubber Stamp Sd Card 128gb Scotch Tape 1" Signpen Hi-techpoint V7 Rt (15 Blue, 12 Black) Signpen - Gel Impact, 1.0 (7 Blue,13 Black) Signpen - Gel Impact, 1.0 (15 Brown) Signpen, I-gel (47 Black,9 Blue,3 Green,3 Pink, 10 Violet) Signpen, Hi-tech V-ball .5 (42 Black, 14 Blue, 6 Green) Signpen, Hi-tech V-ball .7 (7 Black,21 Blue) Signpen V .5 Black Sliding Folder Long Plastic Hard Board Green Stamp Pad #1 Stamp Pad Ink 946ml Blue Stamp Pad Ink Big 473ml (violet) Staple Wire#35 Stapler With Remover, #35 Hd Sticker Paper (8 Matte, 25 Glossy) Tagging Clear 1/2 Tacker Tape Dispenser Big Toner Mp2000l2 Dsm 615 Toner Mp 2501sp Toner For M2701 Usb 3.0 Otg Card Reader Vellum Board Short 220gsm (white) Vellum Board Short 100 Shts 200 Gms (10 Pink,1 Green) Water Color White Board Marker (4 Blue) Other Supplies Airfreshner In Canister 320ml (lemon Scent) Airfreshner Spray 320ml (49 Lemon Scent, 1 Sampaguita Scent) Airfreshner Spray 120ml Blossom & Breeze Alcohol Gal Alcohol 70% Isoprophyl 250ml Car Freshener 320ml (ambipur) (lemon) Airfreshner Spray 320ml (ambipur) (32 Lavender, 10 Vanilla) Battery Rechargeable Aa 2pc/pack Battery Rechargeable Aaa 2pc/pack Bath Soap (family Size) Battery Aaa Hd (energizer) Battery Aa Hd (energizer) Battery Aa Black (eveready) Battery Aaa Black (eveready) Bulb 18watts Baby Powder 25g Bra (8 S32, 6 S34, 16 S36) Bed Sheet Cover, Single (3 In 1) Chamois Certificate Holder 8.5x11 Dark Green Cotton Buds 300/cn Deodorant Cake Deodorant Roll On Detergent Bar Detergent Bar Single Dishwashing Liquid 1l Dishwashing Liquid 250ml Dishwashing Liquid 600ml Dishwashing Paste Big Disinfectant Spray 510g Disinfectant Spray 340g Disinfectant Spray 275g Door Mat Rug Thick Dipper Ordinary Dry Cabinet Box Liters Digital Lcd Display With Auomatic Humidity Controller For Lens And Cameras (black, Wooden) Eco Bag 35x66 50's Eco Bag 30x50 50's Escoba Brush Extension Wire (hd 4 Sockets 25mtrs) Electrical Tape Big Electric Breaker, 20amp Electric Stove, 2 Burner Fabric Conditioner 700ml Fabric Conditioner Antibac 900ml Fabric Conditioner Sachet Fabric Conditioner Antibac Ltr Faucet Metal Fluorescent Tube 16watts Fluorescent Bulb Led 16 Watts Fluorescent Bulb Led 36 Watts, Day Light Fluorescent Lamp 16w Furniture Cleaner Furniture Polish Spray 330ml Garbage Bag Small Plastic 10's Garbage Bag Large Size Garbage Bag Extra Large Thick Garbage Bag Extra Large Thick Garbage Bag Big (5 Black,1 Yellow,1 Green) 100's Garbage Bag Medium (11x11x24) 100's Garbage Bag Biodegradable Large 100's Garbage Bag Small 9x9x20 100's Garbage Bag 13x13x32 100's Garbage Bag 16x24x100's Garbage Bag 36x48 100's Garbage Can W/ Cover (16 L) Gas Stove, 2 Burner Glass & Window Cleaner With Sponge Glass Cleaner Big Spray 500ml Glass Wiper Hand Towel, Micro Fiber Hand Wash Liquid 250 Ml Insecticide Spray Big (water Base) 600ml Kitchen Faucet Stainless Led Bulb 10 Watts Led Bulb 15 Watts Led Bulb 16 Watts Led Bulb 9 Watts Mop Head Cloth Hd Mop Handle Metal Paper Towel Big Interfolded Powder Detergent 1kl Powder Laundry Sachet Powder Laundry 500g Push Cart, Trolley, Steel Plate, 4-wheeled, 2,000kg Panty (1 S, 1 M, 3 L) Rice Cooker With Steamer, 4l Scouring Pad W/ Foam Big Scouring Pad W/ Foam Small Scouring Pad Shoe Lace Stand Fan Hd Steel Whool Shampoo Sanitary Napkins Solar Light, Outdoor 800watts Squeeze Sponge Mop Tawas Powder 50g Tissue Paper 3 Ply Tissue Paper 3 Ply (set Of 12) Toilet Bowl Brush Toilet Bowl Brush Plastic Handle Toilet Bowl Cleaner 500ml Toilet Bowl Cleaner 1l Toilet Bowl Cleaner 500ml Toilet Bowl Cleaner 1l Toilet Pump Plunger Trash Can Big Trash Can W/ Pedal Toothpaste Triple Action (2x 195g) T-shirt Pink V-neck (10-xs, 20-s, 10-m, 10-l) Tornado Mop Big Hd Utility Gloves Utility Gloves Cotton W/ Dotted Gloves Vacuum Cleaner, Hd Stainless Steel 3in1 15 L Tank Water Dispenser, Hot And Cold Water Based Essential Oil For Humidifier 100ml (lavender & Peppermint, Calm Cough, Bugs Away, Warm Cotton, Pure Lavender Walis Tambo Thick Walis Tinting Irok X-x-x 52 Pcs 350 Pcs 55 Pcs 14 Pcs 15 Pcs 10 Pcs 100 Pcs 150 Pcs 8 Pcs 30 Rms 9 Rms 6 Rms 2 Rms 711 Rms 409 Rms 2 Rms 3 Rms 1 Rm 28 Packs 22 Packs 4 Packs 7 Packs 10 Bxs 1 Bx 6 Pcs 50 Pcs 19 Boxes 4 Boxes 2 Pcs 66 Pcs 10 Pcs 27 Pcs 12 Pcs 3 Pcs 7 Pcs 5 Pcs 5 Pcs 1 Pc 1 Rm 230 Pcs 3 Pcs 2 Pcs 1 Box 76 Rolls 19 Rolls 8 Rolls 4 Rolls 10 Pcs 167 Pcs 152 Pcs 259 Pcs 5 Pcs 10 Pcs 12 Pcs 32 Pcs 12 Pcs 3 Pcs 62 Boxes 14 Pcs 6 Pcs 4 Pcs 1 Pc 246 Pcs 289 Pcs 763 Pcs 20 Pcs 110 Pcs 1 Pc 4 Pcs 4 Pcs 15 Pcs 15 Pcs 6 Pcs 9 Pcs 8 Pcs 1 Pc 1 Set 1 Pc 1 Pc 1 Pc 1 Pc 4 Boxes 1 Box 2 Cart 2 Cart 1 Pc 1 Pc 15 Boxes 9 Boxes 3 Boxes 6 Boxes 51 Cart 24 Cart 19 Cart 30 Cart 16 Pcs 4 Pcs 8 Pcs 6 Pcs 5 Btls 5 Btls 5 Btls 5 Btls 1 Crtg 1 Crtg 1 Crtg 1 Crtg 18 Bxs 10 Bxs 10 Bxs 18 Bxs 1 Set 6 Ltr 1 Set 8 Packs 14 Packs 5 Pad 88 Pcs 50 Pcs 10 Pcs 3 Boxes 2 Pcs 1 Pc 24 Rolls 4 Pcs 1 Roll 25 Pcs 3 Pcs 22 Rolls 31 Boxes 52 Boxes 1 Pack 1 Pack 3 Yards 2 Packs 10 Packs 5 Pads 10 Pads 6 Pads 1 Box 5 Pcs 1 Pcs 10 Boxes 7 Pcs 20 Pcs 5 Pcs 4 Pcs 1 Box 1 Pack 24 Pcs 2 Pcs 123 Rolls 27 Pcs 20 Boxes 15 Pcs 72 Pcs 62 Pcs 28 Pcs 6 Pcs 23 Pcs 14 Pcs 1 Pc 1 Btl 34 Boxes 11 Pcs 33 Packs 3 Packs 1 Pc 3 Pcs 1 Pc 1 Pc 1 Cart 3 Pcs 30 Packs 11 Rms 2 Pcs 4 Pcs 12 Pcs 50 Tins 20 Tins 13 Gal 10 Btls 3 Tins 42 Tins 5 Packs 3 Packs 186 Pcs 31 Pair 48 Pair 23 Pair 12 Pair 5 Pcs 25 Pcs 30 Pcs 25 Pcs 13 Packs 5 Pcs 30 Cons 165 Pcs 30 Pcs 192 Bar 10 Pcs 10 Ltrs 321 Btls 35 Btls 25 Jar 2 Tins 30 Tins 18 Tins 66 Pcs 4 Pcs 1 Pc 3 Packs 2 Packs 2 Pcs 1 Roll 2 Rolls 1 Pc 1 Pc 1 Pc 8 Ltrs 526 Scht 5 Ltrs 2 Pcs 1 Pc 3 Pcs 9 Pcs 8 Pcs 3 Tins 57 Pcs 9 Rolls 55 Rolls 500 Pcs 9 Rolls 7 Bundles 32 Pack 2 Pack 10 Pack 18 Pack 14 Pack 17 Pack 3 Pcs 1 Unit 7 Pcs 51 Btls 2 Pcs 1 Pc 26 Pcs 76 Tins 2 Set 5 Pcs 21 Pcs 4 Pcs 6 Pcs 3 Pcs 2 Pcs 36 Packs 24 Packs 1,529 Scht 27 Packs 1 Unit 5 Doz 1 Pc 103 Pcs 33 Pcs 31 Pcs 5 Rolls 2 Pcs 2 Pcs 125 Dozen 188 Packs 3 Pcs 3 Pcs 50 Pcs 177 Rlls 89 Packs 3 Pcs 4 Pcs 88 Btls 25 Ltrs 2 Ltrs 27 Ltrs 1 Pc 3 Pcs 3 Pcs 30 Pcs 50 Pcs 5 Pcs 17 Pcs 15 Pair 1 Unit 1 Pc 5 Btls 11 Pcs 5 Pcs 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. Activities Schedule Pre-procurement Conference June 3, 2025 Advertisement/posting Of Ib June 5, 2025 Bulletin Board Of The Pgom June 5, 2025 Pgom Website – Www.ormindoro.gov.ph June 5, 2025 Geps Website – Www.philgeps.net June 5, 2025 Issuance Of Bidding Documents June 5, 2025 To June 24, 2025 Pre-bid Conference June 13, 2025 At 10:00 Am Ppeso Conference Room Deadline Of Submission Of Bids June 24, 2025 At 9:30 Am At Ppeso Conference Room Opening Of Bids In Sealed Envelope June 24, 2025 At 10:00 Am At Ppeso Conference Room A) Eligibility Requirements And Technical Proposal June 24, 2025 At 10:00 Am At Ppeso Conference Room B) Financial Proposal June 24, 2025 At 10:00 Am At Ppeso Conference Room 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 5, 2025 To June 24, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section Will Hold A Pre-bid Conference On June 13, 2025 At 10:00am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Procurement Division Goods And Services Section, On Or Before June 24, 2025 At 9:30 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 24, 2025 At 10:00 Am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pgom – Procurement Division Goods And Services Section Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Marissa O. Acuzar Bac For Goods And Services Provincial Capitol Complex Antonio M. Magnaye, Jr. Camilmil, Calapan City Bac Chairperson Oriental Mindoro 5200
Department Of Health Treatment And Rehabilitation Center Tender
Machinery and Tools
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 755.4 K (USD 13 K)
Details: Description Bids And Awards Committee Request For Quotation Reference No.: 2025-02-046 Date: February 17, 2025 Procurement Title: Procurement Of Commonly Used Supplies Materials (1st Quarter) Pr Reference No: 2025-02-093/089 & 2025-01-046/043approved Budget Of The Contract (abc): Php 755,408.61 Name Of Supplier: _________________________________________ Contact No: _______________________ Contact Email Adress.: _______________________ Address: ________________________________________ Delivery Term: Based On The Submitted Annex A Delivery Place: Batangas Iii Liyang Pilar,bataan Please Quote Your Best Offer For The Following Items Described Herein Subject To Terms And Conditions And/or Technical Specifications And Within The Approved Budget For The Contract. Submit Your Quotation Duly Signed By Your Representative Through Registered Or Electronic Mail At The Above Address Not Later Than February 21, 2025 10:00am Subject To The Following: S Terms And Conditions: 1.) Doh Trc Bataan Reserves The Right To Reject, Accept And Waive Any Defects In The Price Quotation. 2.) All Entries Shall Be Typed Or Written In A Clear And Legible Manner. 3.) All Prices Offered Herein Are Valid, Binding And Effective For Sixty (60) Calendar Days From The Deadline Of Submission. Alternative Bids Shall Be Rejected. 4.) Price Quotation/s Shall Be Denominated In Philippine Peso And Shall Include All Incidental Expenses (tax, Delivery, Etc.,) 5.) Award Of Contract/purchase Order Shall Be Made To The Lowest Quotation, Which Complies To The Technical Specifications Required. In Case Of Tie Quotations, The Bac Shall Adopt And Employ “toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 6.) Salient Provisions Of The Revised Irr (rirr) Of Republic Act (ra) 9184: Section 68 - Liquidated Damages And Section 69 - Imposition Of Administrative Penalties Shall Be Observed. 7.) All Services Rendered/delivered Items Shall Be Subject To Inspection And Acceptance. Payment Will Be Process Within 30 Days Upon The Receipt Of Service/delivery Of Items. Additional Requirement For Submission: 1.) Philgeps Registration Number Or Certificate 2.) Notarized Omnibus Sworn Statement 3.) Valid Business Permit/mayor’s Permit 4.) Latest Income/business Tax Return 5.) Blank Copy Of Delivery Receipt/charge Sales Invoice And Collection Receipt/invoice (for New Suppliers) 6.) Valid Certificate Of Product Registration (cpr) From Food And Drug Administration (fda) (for Procurement Of Drugs And Medicine/medical Supplies) 7.) Batch Notification, Lot Release From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Specific Drugs And Medicines) 8.) Valid Certificate Of Medical Device Notification From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Medical Device) 9.) Valid License To Operate From Fda (whether It Is A Manufacturer, Importer, Seller Or Distributor) (for Procurement Of Drugs And Medicine/medical Supplies/medical Device) 10.) Brochure With Picture Of Quoted Item. Respectfully Yours, Sgd Chazell Irrah I. Bon Head, Bac Secretariat Item No. Unit Item Description Qty Abc/ceiling Price Per Unit Brand* Unit Cost Total 1 Unit 1000va Ups Micropower (600w) Mini Tower Line Interactive Switching Available Capacity: 600w Input Power: 190~240va (50~60hz) Output Power: 220~230va(50- 60hz) 2 X 12v7ah Battery Backup Time: 1~5min 1 Year Warranty 5.00 4,180.00 2 Piece 30 Inches, 5-layer Storage Rack Steel150 Kgs Capacity Per Sheleasy Boltless Assembly Durable Powder Coat Finish Center Support Beampowder Coated White Or Black Finish 2.00 3,300.00 3 Box Ballpoint Pens Black, 0.5mm 12 Pcs Per Box 1.00 68.20 4 Pack Battery, Dry Cell, Size Aaa, 4pcs/pack 4.00 27.50 5 Gallon Bleaching Solution, 3785ml 137.00 209.00 6 Ream Bond Paper 500 Sheets Per Box A4 Size : 210mm X 297mm 80 Gsm 7.00 360.80 7 Piece Clearbook, A4 Color Black/* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 8 Piece Clearbook, A4 Color Red /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 9 Piece Clearbook, A4 Color Yellow /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 10 Roll Cling Wrap, 18x500 M, Pvc Food Grade Cling Film 2.00 865.70 11 Piece Data Folder, Vertical, Black 14.00 91.30 12 Sachet Dishwashing Liquid 17ml 2,000.00 8.14 13 Gallon Dishwashing Liquid, 1 Gallon, Calamansi Scent, Anti Bacterial Formula 12.00 161.70 14 Piece Double Sided Tape 1 Inch 3.00 25.30 15 Unit Eco-tank L3210 A4 All-in-one Ink Tank Printer 1.00 11,000.00 16 Bottle 003 Ink, Black 63.00 306.90 17 Bottle 003 Ink,cyan 42.00 317.90 18 Bottle 003 Ink,magenta 42.00 317.90 19 Bottle 003 Ink,yellow 42.00 317.90 20 Bottle 005 Ink,black 10.00 656.70 21 Bottle 774 Ink Black 7.00 656.70 22 Bottle 664 Black Ink Bottle 15.00 306.90 23 Bottle 664 Cyan Ink Bottle 10.00 317.90 24 Bottle 664 Magenta Ink Bottle 9.00 317.90 25 Bottle 664 Yellow Ink Bottle 10.00 317.90 26 Piece Expanding Envelope, Legal, Green 40.00 33.00 27 Piece Fly Paper, 2 Sheets, Insecticide Flypaper Bait 30.00 41.80 28 Piece Foot Rug (big/square) 10.00 55.00 29 Pack Hairnet, 24-inch Disposable Bouffant Cap, Color White, 100 Pcs Per Pack 5.00 115.50 30 Piece Heavy Duty Scrub With Sponge, 100mmx75mmx30mm 40.00 33.00 31 Piece Id Holder, Transparent, Water Proof 100.00 7.70 32 Piece Id Lace, Blue, Cotton 100.00 11.00 33 Piece Id Lace, Red, Cotton 100.00 11.00 34 Piece Id Lace, Yellow, Cotton 100.00 11.00 35 Unit Ink Tank Printer L5590 Printer Type: Print, Scan, Copy, Fax With Adf Print Direction: Bi-directional Printing Technolgy: Precisioncore Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi (with Variable-sized Droplet Technology) Dimensions (w X D X H): 375 X 347 X 237 Mm Weight: 5.2 Kg 1.00 18,204.45 36 Unit Ink Tank System Printer Ecotank L5290 1.00 18,150.00 37 Piece Insecticide, Multi Insect Killer Protector 500 Ml 1.00 385.00 38 Unit Iprint-a3/a4 Laminator Machine Hot/cold/reverse 220v Heavy Duty Laminating Machine Only 1.00 4,620.00 39 Piece Kitchen Towel, Absorbent Cloth 30x60cm 6.00 25.30 40 Piece Kitchen Towel, Interfolded, 120 Pulls, Pack Of 3, 200mmx200mm 40.00 114.40 41 Unit L49 Office Table 4.00 17,160.00 42 Gallon Liquid Bleach 20.00 209.00 43 Piece Long Arm Faucet Stainless Steel 30.00 275.00 44 Piece Mop Head 4.00 176.00 45 Piece Mop Head, Durable Heavy Duty, Cotton 4.00 176.00 46 Piece Mop With Steel Handle (removable Mophead) 10.00 319.00 47 Piece Note Book (composition Notebook) Grade 3, 80mleaves 200.00 22.00 48 Unit Office Chair 3.00 3,404.50 49 Pack Office Laminating Film, Legal, 20s 1.00 275.00 50 Packs Paper Cups, 8 0z High Quality , 50 Pcs Per Pack 3.00 55.00 51 Piece Personalized Name Stamp (document Controller Secretary) 1.00 437.57 52 Piece Personalized Name Stamp (document Controller) 1.00 437.57 53 Piece Personalized Stamp (controlled Copy) 1.00 437.57 54 Piece Personalized Stamp (master Copy) 1.00 437.57 55 Piece Personalized Stamp (obsolete) 1.00 437.57 56 Pack Photo Paper Glossy A4 4.00 110.00 57 Set Plastic Broom And Dustpan Set, 91cm (35.8inches ) Long Handle Broom And Dust Pan Set, Made Of Soft And Durable Broom Bristles 2.00 198.00 58 Box Plastic Gloves, Clear Free Food Grade Gloves, 100 Pcs Per Box 5.00 52.80 59 Pc Plastic Utility Box 50l 6.00 438.90 60 Bundle Plastic, Linao 6x10, 1000 Per Bundle 10.00 312.40 61 Piece Powdered Soap 60gms 80.00 7.15 62 Piece Push Brush Wood Durable Nylon Deck Brush Wooden Handle ( 16" ) Push Broom Scrub Brush 12.00 165.00 63 Piece Refill For Clearbook A4 Size 27.00 34.10 64 Pack Sandwich/ Bread Grease Proof Bag, 50 Pcs Per Pack, 20x21cm 20.00 96.80 65 Pack Specialty Paper, 100s 2.00 335.50 66 Piece Stamp Pad Ink Black - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Black 3.00 22.00 67 Bottle Stamp Pad Ink Bluestamp Pad Ink Blue - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Blue 3.00 22.00 68 Piece Stamp Pad Ink Red - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Red 3.00 22.00 69 Pack Table Napkin, Quarter Folded, 350 Sheets, 250x300mm 4.00 166.10 70 Pack/roll Trash Bag 2xl , Green 50.00 96.80 71 Pc Utility Box 55l 47.00 705.43 72 Packs A4 Specialty Paper, 90gsm, White 10’s 9.00 37.50 73 Pcs A4 Certificate Frame 12.00 130.00 74 Can Air Freshener Aerosol Type/ Spray Mist, Net Content: 280ml Or 150g, (min.), Assorted Scents (at Least Two (2) Scents), Material Safety Data Sheet Showing Information On Specific Gravity, Packaging: Twelve (12) Cans Per Box, Individually Shrink Wrapped. 22.00 280.00 75 Pack Battery, Dry Cell, Aaa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 9.00 128.00 76 Pack Battery, Dry Cell, Aa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 24.00 94.00 77 Piece Broom (walis Tambo) Gross Weight (max.): 500 Grams, Handle: Cylindrical, Wood, Smooth Finish, Plastic Coated, Must Be Suitable For Hanging, Diameter Of Handle {min.): 19mm, Length Of Handle {min.): 510mm, Dry Weight Of The Tiger Grass {min.): 250 Grams, Length Of Tiger Grass: 300mm, With Upper Stitch (min.): 20, Lower Stitch (min.): 30, Side Stitch: Manufacturer's Standard, Per Attached Illustration Showing The Design/construction 36.00 170.00 78 Piece Broom (walis Ting-ting) Made Of Mature Coconut Midribs, Grip Material: Braided Yantok Or Nylon, Standard Size:, Grip Circumference: At Least 150mm, Grip Width: At Least 20mm, Top: Measured 150mm, Usable Length: At Least 760mm, Rib Count: At Least 350 Pieces 53.00 78.00 79 Bottle Cleaner, Toilet And Urinal Color: Clear Or Blue, Net Content (min.): 1,000ml, Fully Miscible In Water, Not Chlorine Based, Does Not Contain Inorganic Acids, Non-volatile Content (max.): 5% (w/w), Viscosity At 25°c (min.): 114 Cp, Rigid Plastic Bottle, With Adequate Instructions For Proper Usage And Disposal 9.00 239.00 80 Plastic Container Cleanser, Scouring Powder Net Weight (min.): 350 Grams, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Container Must Have Adequate Dispensing Apertures, With Adequate Instructions For Proper Usage And Disposal. 21.00 65.00 81 Piece Clearbook, A4 For A4 Size Documents, Refillable, Material: Plastic Cover: Opaque Plastic, Dimension (min.): 310mm X 235mm O Thickness (-0.02mm): 0.50mm Pocket: Transparent Plastic, Number Of Pockets: Twenty (20), Thickness (-0.005mm): 0.040mm Color: Assorted (black, Blue, Red, Yellow) 6.00 150.00 82 Box Clip, Backfold, 19mm All Metal, Clamping Length (-1mm): 19mm, Clamping Depth (min.): 10mm, Thickness Of Metal (min.): 0.20mm, Diameter Of Clip Handles (min.): 1.0mm, Binding Capacity: At Least 5.5 Mm, Shall Pass The Required Test And Evaluation 1.00 17.00 83 Box Clip, Backfold, 25mm All Metal, Clamping Length (-1mm): 25mm, Clamping Depth (min.): 13mm, Thickness Of Metal (min.): 0.22mm, Diameter Of Clip Handles (min.): 1.20mm, Binding Capacity: At Least 9.5 Mm, Shall Pass The Required Test And Evaluation 10.00 26.00 84 Box Clip, Backfold, 32mm All Metal, Clamping Length (-1mm): 32mm, Clamping Depth (min.): 14mm, Thickness Of Metal (min.): 0.30mm, Diameter Of Clip Handles (min.): 1.45mm, Binding Capacity: At Least 12 Mm, Shall Pass The Required Test And Evaluation 20.00 36.00 85 Piece Data File Box With Closed Ends, Outside Dimension:width (min.): 125mm/height (min.): 230mm/length (min.): 400mm, Material:chipboard (min.): 3mm Thick/leatherette Paper For Outside Cover/coated Paper For Inside Cover, Front Of The Box:with Finger Ring And Pocket For Label Insert, Color Black. 59.00 229.00 86 Piece Dater Stamp Frame: Steel And Plastic Or Sturdy All Plastic Frame, Four Band Date And 12 Year Band, Date Format: Manufacturer's Standard, Self-inking Stamp Pad, Acceptable Colors: Black, Violet Or Red, With Locking Mechanism, With Removable And Refillable Ink Pad, Single Color, Size Of Imprint (min.): 30mm X 45mm. 6.00 450.00 87 Pouch Detergent Powder, All-purpose Net Weight (-2.5%): One (1) Kilogram, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 35.00 180.00 88 Can Disinfectant Spray Aerosol Type, Net Content Per Can: 400 Grams (min), Crisp, Clean Scent, With Broad-spectrum Activity: Kills Different Types Of Bacteria, Fungi And Viruses As Identified On The Label, Active Ingredients Shall Be Indicated On The Label, Sufficient Amount Of Propellant To Totally Expel Content, Shall Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo), With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. 29.00 480.00 89 Unit Electric Fan, Ceiling Mount, Orbit Type Blade: Metal, Number Of Blades (min.): Three (3), Blade Size (min.): 400mm, Grill: Metal, Speed Control: Three (3) Speed Setting, With Remote Switch Box, With Mounting Base And Screws, Motor: Fully Enclosed, 220- 240 Volts, 60 Hz, With Operating/user's Manual (english Translation), Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, With Ps Quality Or Icc Mark, Warranty: One (1) Year On Parts And Service. Five (5) Years On Motor. 1.00 3,000.00 90 Box Envelope, Documentary, Legal Material: Kraft, For Legal Size Documents, Size (-2mm) : 254mm X 381mm, Basis Weight (-5%): 150gsm, Thickness (min.): 0.22mm. 2.00 2,250.00 91 Box Envelope, Expanding, Kraft Kraft, Smooth Surface, Size (-3mm): 380mm X 250mm, Expansion (-3mm): 50mm, Thickness (min.): 0.38mm, With String And Eyelet Or Elastic Strap. 2.00 2,400.00 92 Piece Envelope, Expanding, Plastic Material: Polypropylene Plastic, Secure Heat-sealed Joints, With Elastic Strap, Size (l X H) (-2mm): 380mm X 260mm, Thickness (min.): 0.50mm, Width Expansion (min.): 30mm, Assorted Colors: Red, Blue, Green. 13.00 60.00 93 Piece Eraser, Felt, Blackboard/whiteboard Eraser Material: Felt, Overall Size (lx Wx T) (min.): 125mm X 45mm X 21mm, Thickness Of Felt (min.) : 18mm, Thickness Of Board (min.): 3mm. 5.00 22.00 94 Piece Eraser, Plastic/rubber Material: Plastic/rubber, Shape: Rectangular, Use: For Erasing Wood-cased And Mechanical Pencil Impressions, Dimension (l X W T) (min.): Equivalent Volume Of 8,350mm3 ,shall Pass Erasing Quality Test. 2.00 17.00 95 Unit External Hard Drive Capacity: 1tb, Storage Media: 2.5"sata Hdd, System Compatibility: Windows, Mac Os And Linux Os, Certificates: Ce/ Fcc/ Bsmi, Warranty: Three (3) Years, Key Feature:1.shockproof Protection/2.with Led Light Indicator, Interface (min.): Usb 3.2 Gen 1, Operation: Dc Sv (power Supplied Through Usb), Case Material: Rubber/plastic, With Operating/user's Manual (english Translation), Accessories (min.): With Usb 3.0 Cable, Shall Pass Functional And Durability Test 6.00 4,300.00 96 Box Fastener, Metal Material: Metal, The Fasteners Shall Be Free From Burrs, Sharp Or Rough Edges Or Corners, It Shall Be Clean And Free From Any Defects That May Affect Its Appearance Or Serviceability, Thickness: Base With Prongs And Compressor (min.): 0.30mm, Width:compressor (min.): 9mm/base (min.): 9mm, Prongs (min.): 4.5mm, The Distance Between The Two Holes Shall Be 70mm (±0.smm) Center-to-center, Able To Hold 25mm Thick Of Multipurpose Paper (70gsm) 47.00 60.00 97 Set File Tab Divider, Legal For Legal Size Documents, Material: Bristol Board, Size:leaf:length (min.):330mm/width (min.): 216mm, Tab:length (min.): 68mm, Width (min.): 15mm, In Sequential Order Basis Weight (-5%): 153 Gsm, Thickness (min.): 0.22mm, Five (5) Colors Per Set: Blue, White, Yellow, Green, Red, Etc. 1.00 41.00 98 Can Floor Wax, Paste Type, Red Paste Type, Color: Red, Petroleum Based, Application: For Wood And Cemented Surfaces, Net Weight (min.): 450 Grams, Physical Properties:drying Time (max.): One (1) Hour On A Wood Surface, Abrasiveness: No Evidence Of Abrasive Matter, Non-volatile Matter, %w (min.): 17%. 3.00 147.00 99 Pack Folder With Tab, Legal Material: Tagboard/carrier/foldcote/cupstock Board, For Legal Size Documents, Leaf Dimension (±lmm): 240mm X 365mm, Tab (±2mm): 13mm, Scoring (±2mm): 20mm From Edge Of Folder, The Folder Shall Be Smooth-finished And Non-blot On Both Sides Using A Permanent Marker, Other Physical Properties:grammage, G/m? (-5%): 270/thickness, Mm (-5%): 0.36/tearing Resistance, Mn, Md+ Cd (min.): 2940/stiffness, Mn.m, (taber) Md+ Cd {min.): 13 15.00 700.00 100 Pack Folder, L-type,legal For Legal Size Documents,material: Plastic,size (min.): 235mm X 346mm,thickness {min.): 0.17mm,transparent For Easy Identification Of Contents,color Green. 7.00 108.00 101 Box Glue, All Purpose Gross Weight (min.): 240 Grams, Shall Conform With The Following Tests:free Formaldehyde (max.): 0.1/adhesive Strength -- No Slippage On Pasted Part/solid Content (min.): 30% Ph: 4 To 8, Container: Plastic Squeeze Type Bottle With Twist-cap Dispenser., The Brand And Expiry Date Shall Be Stamped/engraved/ Embossed/ Printed/permanently Stickered On Each Bottle. The Expiry Date Shall Be At Least One Year From The Date Of Delivery., There Should Be No Unpleasant Odor. 8.00 129.00 102 Bottle Hand Soap, Liquid, 500ml Scented, Form: Liquid, Minimum Of 80% Kill Bactericidal/germicidal Property Against Staphylococcus Aureus, Volume (net Content): 500ml, Bottle: Pump Dispenser Plastic, Individually Shrink Wrapped, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 24.00 150.00 103 Cart Ink Cartridge, Epson C13t664100 (t6641), Black C13t664100 (t6641), Black 9.00 350.00 104 Cart Ink Cartridge, Epson C13t664200 (t6642), Cyan C13t664200 (t6642), Cyan 5.00 350.00 105 Cart Ink Cartridge, Epson C13t664300 (t6643), Magenta C13t664300 (t6643), Magenta 4.00 350.00 106 Cart Ink Cartridge, Epson C13t664400 (t6644), Yellow C13t664400 (t6644), Yellow 4.00 350.00 107 Can Insecticide, Aerosol Type Aerosol, Kerosene Based,quick Kill Contact And Residual Type,cautionary Scent/odor Required,multi-insect Killer,net Content Per Can: 600ml (min), Sufficient Amount Of Propellant To Totally Expel Content.,material Safety Data Sheet Showing Information On Specific Gravity. 11.00 450.00 108 Piece Light Emitting Diode (led), Light Bulb Power Consumption: 6-7 Watts, Color Temperature: 6,500 Kelvin, Lumen Output: Not Less Than 530 Lumens, Frequency Rating: 60hz, Color Rendering Index: 80 +/-10% , Input Voltage: 85-265 Volts, Ac , Socket Base: E27, Light Color: Cool Daylight, Power Factor: Not Less Than 0.90, Average Life: Not Less Than 15,000 Hours, Operating Temperature: > 35°c, Brand Shall Be Engraved/embossed/printed On The Item, Packaging:in Individual Box, One Hundred (100) Pieces Per Carton. 42.00 90.00 109 Piece Marker, Permanent, Black Ink Color: Black, Blue, Red,tip: Felt Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item.,material And Structure:,the Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap;,the Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink.,shall Comply With The Following Parameters: Writing Performance Test,drying Performance Test, Resistance To Water Test. 27.00 42.00 110 Piece Marker, Whiteboard, Black Ink Color: Black, Blue, Red, Tip: Felt, Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item., Material And Structure: The Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap; The Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink. Shall Comply With The Following Parameters: Writing Performance Test, Drying Performance Test, Resistance To Water Test. 23.00 60.00 111 Unit Mop Bucket, Heavy Duty, Hard Plastic Heavy Duty, Material: Hard Plastic, Approximate Size (min.), Width: 370mm, Length: 475mm, Height: 245mm, Capacity: 30 Liters, With Four (4) Heavy Duty Rotating Wheels/ball Casters, With Squeezer, With Precautionary Markings. 1.00 4,441.00 112 Pad Note Pad, Stick On, 3" X 3" Size (l X W):width (-2%):76 Mm, Length (-2°â): 76 Mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On Either Side. E Brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 16.00 25.00 113 Pad Note Pad, Stick On, 50mm X 76mm (2" X 3") Min Size (l X W): Width (min.): 50mm, Length (-2°â): 76mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Orientation Shall Be On The Shorter Side., Brand Shall Be Printed An The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 30.00 18.00 114 Pad Note Pad, Stick On, 76mm X 100mm (3" X 4") Min Size (l X W): Width (-2%): 76mm, Length (min.): 100mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On The Longer Side.,brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 15.00 35.00 115 Box Paper Clip, Vinyl/plastic Coated, 33mm Wire Diameter (min.): 0.80mm Length Of Clip (min.): 33mm, Total Length Of Wire Used (min.): 102mm,assorted Colors,shall Pass The Performance Test. 12.00 17.00 116 Unit Paper Shredder Can Shred Papers, Paper Clips, Staples, Credit Cards And Compact Discs (cds),cross-cut,waste Bin Capacity (min.): Thirty (30) Liters,sheet Capacity: Sixteen (16) Sheets (min.) Using 70gsm; Or Twelve (12) Sheets (min.) Using 80gsm Of Paper.,intake Throat Width (min.): 220mm,cut/shred Size (max.): 4mm X 40mm,cutting Speed (min.): 4m/min.,electric Motor (min.): 200 Watts,continuous Run Time (min.): Twenty (20) Minutes,automatic Start/stop Control,mobility: With Or Without Casters (with Lock If With Casters),additional Salient Specifications:with Overheat Protection Function,with Jam Protection,with Reverse Function,safety Features: Manufacturer's Standard.,silent Operation (max.): Shredder Designed For Reduced Noise In Shared Workspaces Or Department Copy Rooms With Decibel Level (db) Of 70,mess Reduction System: Shredder Features An Automatic Or Manual Cleaning Cycle That Prevents Paper Build-up On Cutters. With A Sensor That Lets The User Know When To Empty The Bin.,with Operating/user's Manual (english Translation),brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item,warranty: Two (2) Years,standby Mode When Not In Use. 1.00 34,589.00 117 Unit Paper Trimmer / Cutting Machine, Table Top Table Top And Non Skid, Guillotine Paper Cutter, With Ruler Marking And Paper Size Markings Printed On The Base - B7, B6, A5, B5, A4, B4, Legal, And A3, Includes Securable Sliding Paper Size Marker/gauge, Paper Capacity (min.): 25 Sheets Of 70 Gsm Paper, With Stationary Blade Guard, Blade Is Made Of Removable High Quality Hardened Stainless Steel, Metal Structure: Base, Adjustable Paper Clamp Handle, Paper Clamp, Removable Cutter Handle, Cutter Lock, Blade Assembly Cover, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Warranty: One (1) Year On Parts And Services. 1.00 1,179.00 118 Ream Paper, Multicopy, A4 Basis Weight (-3%): 80gsm,size (±2mm In Either Direction): A4, 210mm X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free {ecf),inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 206.00 232.00 119 Ream Paper, Multi-purpose, 70gsm (min.), Legal Basis Weight (min.): 70gsm, Size (-l2mm In Either Direction): Legal, 216mm X 330mm, Sheet Count (min.): 500 Sheets Per Ream, Trim Sizes Shall Be Along Machine Direction Or Long Grain. 28.00 240.00 120 Ream Paper, Multi-purpose, A4 Basis Weight (min.): 70gsm,.size (±2mm In Either Direction): A4, X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free (ecf).,inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 62.00 210.00 121 Piece Puncher, Paper, Heavy Duty Punching Capacity: Thirty (30) Sheets Of 70gsm Multipurpose Paper,with Two Hole Guide,diameter Of Hole (±0.5): 7.00 Mm,construction/structure:the Operating Handle, Base And Frame Shall Be Connected To Each Other And Be Capable Of Smooth Repetitive Operation. Easy Insertion Of Paper.the Distance Between The Two Holes Shall Be 70mm (±0.5mm) Center-to-center. O The Punching Depth Shall Be 12mm (±lmm).the Puncher Shall Be Provided With A Handle Lock.the Receptacle Base Shall Fit Snugly Under The Puncher Base And Shall Not Chip Off, Break, Crack, Warp Or The Like. 8.00 200.00 122 Box Rubber Band, No. 18 Net Weight (min.): 350 Grams,width (min.): 1.00 Mm,thickness(min):1.00 Mm,lay Flat Length (+20%): 80mm,tensile Strength (min.): 9.81mpa,elongation (min.): 500%" 4.00 200.00 123 Pair Scissors, Symmetrical / Asymmetrical Straight Trimmers Intended For Cutting Papers, Plastic, And Rubber.,dimension (refer To The Illustration),l1 (13mm): 178mm,l2 (13mm): 87mm,length And Thickness Of The Cutting Blade : Manufacturer's Standard,construction/quality:,blades Shall Be Made Of Stainless Steel.,the Tip Of The Cutting Blade Shall Be Blunt.,blades Shall Be Flat And Shall Be Joined By A Binding Rivet/screw.,scissors Shall Be Adjusted For Proper Contact So That The Sharpened Edges Slide Against Each Other When The Handles (bows) Opposite To The Pivot Are Closed.,all Scissors Shall Be Furnished With Asymmetrical Or Symmetrical Bow Handles Made Of Rigid Plasric/rubber.,materials Shall Be Free From Any Defects And Imperfections Which Might Affect The Serviceability Of The Finished Product. Shall Pass The Performance Test. 13.00 50.00 124 Piece Sign Pen, Extra Fine Tip, Black Ink Color: Black, Blue, Red, Type: Liquid Or Gel, Tip: 0.5mm, Needle Type, With Non-slip Rubber Grip, With Metal Clip, One (1) Piece Barrel (non-refillable), Writing Length: One (1) Km {min). 220.00 38.00 125 Piece Stamp Pad, Felt Stamp Pad Container: Material: Combination Of Plastic And Metal, Metallic Component Shall Be Resistant To Rust, Thickness Of Metal (min.): 0.25mmm Plastic Component Shall Be Resistant To Impact And Ink. Stamp Pad Bed: Material: Felt, Pre-inked, Ink Shall Be Free From Any Offensive Odor. Thickness (min.): Smm, Width (min.): 61mm, Length (min.): 102mm, Shall Pass The Performance Tests, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item 10.00 50.00 126 Box Staple Wire, Standard Five Thousand (5,000) Wires Per Box, Made Of Metal Wire Coated With Any Anti-corrosion Material, Dimensions, In Mm:width (w) (+0.15mm/-0.20mm): 12.70 O Leg Length (l) (±0.2mm): 6.00mm/thickness (d) (± 0.0smm): 0.40 O Width (e) (± O.osmm), Number Of Wires Per Strip (min.): One Hundred (100), Shall Pass The Penetration Test, The Staples Shall Be Preformed And Cemented Together In Strip Form One Behind The Other, The Staples Shall Have Parallel Legs At Right Angles To The Crown. They Shall Easily Exit Without Clogging And Jamming The Stapler, Both Ends Of The Staples Shall Have Either Blunt Or Chisel Point Ends, Staples Shall Be Free From Burrs And Sharp Or Rough Edges, And Other Defects Which Might Affect The Appearance Or Serviceability Of The Leg. 44.00 37.00 127 Piece Stapler, Standard Type Loading Capacity (min.): 200 Staple Wires, Staple Pusher Shall Be A Metal Piece And Not Spring. Construction/structure: The Handle, Base And Frame Shall Be Connected Respectively And Be Smooth In Repetitive Actuation;loading Of The Staple Wire In The Staple Magazine Shall Be Easily Done;the Stapler Shall Be Constructed Such That The Staple Wire Will Not Jam Or Drop Out During Staplin, The Base Shall Be So Constructed That It Is Equipped With Clincher Block Having The Guide Groove Aligned With The Driver Blade So That It Can Bind Properly And Easily, The Driver Blade Shall Be Able To Push Out And Drive The Loaded Staple Wire Without Deformation; Each Part Shall Have Rigidity In Meeting The Performance Of The Stapler; As Per Attached Illustration Showing The Parts Of The Stapler, However Design May Vary; Shall Pass The Performance Test. 9.00 150.00 128 Piece Tape Dispenser, Table Top Table Top,weight (min.): 1.2kg,body Made Of Molded Plastic, Smooth Finish,non-skid Full Base Padding,with Serrated Cutting Blade,shall Hold 24mm Wide Tapes With Up To 75mm Core,shall Pass The Performance Test,assorted Colors: Red, Blue, Green, Black 5.00 142.00 129 Roll Tape, Electrical Made Of Polyvinyl Chloride (pvc), Width (±1.0 Mm): 19mm, Length (min.): 20 Meters, Thickness (min.): 0.15mm, Adhesive Strength (min.):normal State, N (kgf): 3.198 (0.326), Tensile Load (min.):normal State, N (kgf): 29.43 (3.0) After Heating, N (kgf): 29.43 (3.0), Elongation, % (min.):normal State: 100 O Afterheating:80, Dielectric Strength (min.):withstand Voltage: 5000 V, Color: Black, Ps Quality Or Icc Certificate 9.00 25.00 130 Roll Tape, Masking, 24mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 120.00 48.00 131 Roll Tape, Masking, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 47.00 85.00 132 Roll Tape, Packaging, 48mm Color: Tan, Width (±lmm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm 3.00 50.00 133 Roll Tape, Transparent, 24mm Width (±1mm): 24mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 83.00 31.00 134 Roll Tape, Transparent, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 11.00 50.00 135 Pack Tissue, Interfolded Paper Towel Basis Weight: 34gsm (+/-2gsm),sheet Dimension: Width: 200mm (±3mm) Length: 200mm (±3mm),raw Materials From 100% Recycled Fiber,total Number Of Sheets Per Pack: 150 Pulls,number Of Ply: One (1) Ply, Paper Shall Be At Least Elemental Chlorine Free (ecf) 74.00 66.00 136 Pack Toilet Tissue Paper, 2 Ply Weight (min.): 28gsm,sheet Dimensions:,width Of Sheet (±3mm): 100mm,length Of Sheet (-5mm): 114mm,acidity, Ph (min.): 6 ,tensile Strength, Kn/m (min.):md: 0.12, Cd: 0.03,absorption Time For Each Sheet Using 0.01ml Water, Sec. (max.): 30,100% Recycled Pulp ,paper Shall Be At Least Elemental Chlorine Free (ecf),150 Pull Per Roll (300 Sheets), (min.),shall Be Evenly And Firmly Wound To Form A Roll Which Is Sufficiently Rigid To Withstand Normal Handling And Usage.,roll Shall Be Perforated Across The Full Width Such That Each Sheet Can Be Easily Torn Off Along The Perforations,toilet Tissue Shall Not Have Noticeable Dust On The Surface Of Sheets. 57.00 185.00 137 Roll/pack Trashbag, Xxl Size Made From Polyethylene (pe) Plastic, Pe Shall Contain A Minimum Of 30% Post-consumer Material, Tubular Type, With Tie, Color: Black, White Or Green, Tear Resistant, Leak-proof Bottom Seal, Dimension (-6mm): 939.8 Mm X 1016.0 Mm (37" X 40"), Thickness (min.): 0.02mm, Tensile Strength At Break: Astm D882,one Way (min.): 15n/mm, Other Way (min.): 12n/mm, Elongation At Break: Astm D882, One Way (min.): 400%, Other Way (min.): 600%. 320.00 110.00 138 Box Ballpen 0.05mm (black) Ballpoint Pens Black, 0.5mm 12pcs Per Box 18 62.00 139 Pack Board Paper Long 200 Gsm. 10 Sheets Per Pack Size:long (13x8.5") Color: White 15 38.00 140 Bottle Epson 001 Ink Black Epson Original Ink Sealed With Box Color: Black Capacity: 135ml. (per Bottle) Black Ink Bottle: Approx Page Yield: 7,500 Pages Order Code:001 (c13t03y100) 2 532.00 141 Bottle Epson 001 Ink Magenta Product Specification: Epson Original Ink Sealed With Box Color:magenta Capacity: 70ml. (per Bottle) Magenta Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y300) 1 332.00 142 Bottle Epson 001 Ink Yellow Product Specification: Epson Original Ink Sealed With Box Color:yellow Capacity: 70ml. (per Bottle) Yellow Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 143 Bottle Epson 001 Ink Cyan Product Specification: Epson Original Ink Sealed With Box Color:cyan Capacity: 70ml. (per Bottle) Cyan Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 144 Box Large File Rubber Band (500x15x3mm) 50pcs / Box 10 322.00 145 Piece Magnetic White Board Eraser: Magnetic Board Eraser Drywipe Marker Cleaner Office Whiteboard 5 60.00 146 Pairs Metal Book Stand Nonskid Heavy Duty Bookend Home Office Article Oraganizing Tool: Metal Book Stand Nonskid Size: 20.8x16.8x13.8cm 50 88.00 147 Pcs Nano Double Sided Tape 10mm X 3 M Multipurpose Wall Tape Adhesive Strips Removable Mounting Tape 20 49.00 148 Box Paper Fastener /metal/8 Inches, 100 Pcs 70mm In Between Holes 10 182.00 149 Ream Paper Multi-purpose, A3 500 Sheets Per Ream A3 Size : 297mm X 420mm Color: White Thickness: 70gsm 30 454.55 150 Pack Specialty Paper 8.5x11 90gsm 10 Sheets Per Pack Size: 8.5x11 Inches Color: Pale Cream 20 20.00 151 Pcs Storage Box 28 L, Black, Cardboard Size: L 40cm X W28cm X H29 Cm Cardboard 9 478.50 152 Pack Glossy Photo Sticker Paper A4, High Quality Paper,a4 Size, 150 Gsm, Glossy Waterproof, 20 Sheets Per Pack 20 211.00 ***nothing Follows*** *suppliers With No Indicated Brand And Model For The Quoted Items Will Be Disqualified From The Selection Of Suppliers. This Project Will Be Awarded As: After Having Carefully Read And Accepted The Terms And Condition, I/we Quote You On The Item At Prices Noted Above. _____________________________ Name /signature Of Representative ¬¬ Will Not Participate Due To: _____________________________ Name /signature Of Representative
Municipality Of Bulan, Sorsogon Tender
Publishing and Printing
Philippines
Closing Date28 Mar 2025
Tender AmountPHP 1.8 Million (USD 31.8 K)
Details: Description 6 Piece 5 Pocket, Expanding Case With Snap, Long 12 Piece 5 Pocket, Expanding Case With Snap, Short 17 Box Ballpen - Ball Point, Black, .5 146 Box Ballpen - Ball Point, Black, .7 43 Box Ballpen - Ball Point, Blue, .7 1 Box Ballpen - Ball Point, Red, .7 17 Box Ballpen - Black, Retractable 5 Box Ballpen - Friction Pen Refill 0.3 3 Box Ballpen - Gel, .3, Black 28 Box Ballpen - Gel, .5, Black 5 Box Ballpen - Gel, .5, Blue 18 Box Ballpen - Gel, .7, Black 1 Box Ballpen - Gel, .7, Blue 3 Box Ballpen - Gel, .7, Green 28 Piece Battery - Aa, Dry Cell 10 Piece Battery - Aa, Rechargeable, Heavy Duty 104 Piece Battery - Aaa, Alkaline 2 Piece Binder - Plastic, Circular Ring, Black, 500 Pages 2 Piece Binder - Plastic, Circular Ring, Black, 800 Pages 3 Pack Binder - Plastic, Comb Ring Spine, 100's 21 Holes, A4 3 Pack Binder - Plastic, Comb Ring Spine, 100's 21 Holes, Legal 24 Piece Binder - Plastic, Spiral, Black, ½" 10 Piece Binder - Plastic, Spiral, Black, ¾" 10 Piece Binder - Plastic, Spiral, Black, 1" 10 Piece Binder - Plastic, Spiral, Black, 2" 21 Box Binder Clip - Black, 12's, ½" 17 Box Binder Clip - Black, 12's, 1 ¼" 2 Piece Board - ½ Corkboard & ½ Whiteboard W/ Aluminum Frame 2x2 2 Piece Board - Cork, 20x30 Cm 1 Piece Board - White, 3x5 Ft 30 Ream Bond Paper - A3, Subs 20, 70 Gsm, 500 Sheets 815 Ream Bond Paper - A4, Subs 20, 70 Gsm, 500 Sheets 50 Ream Bond Paper - Groundwood Mimeo - Legal, Subs 18, 480 Sheets 65 Ream Bond Paper - Groundwood Mimeo - Letter, Subs 18, 480 Sheets 794 Ream Bond Paper - Legal, Subs 20, 70 Gsm, 500 Sheets 75 Ream Bond Paper - Legal, Subs 20, 80 Gsm, 500 Sheets 378 Ream Bond Paper - Letter, Subs 20, 70 Gsm, 500 Sheets 40 Ream Bond Paper - Letter, Subs 20, 80 Gsm, 500 Sheets 2 Unit Calculator - 14 Digits 2 Way Power 1 Unit Calculator - 991 Es 1 Unit Calculator - El-2607 Pg 4 Pack Carbon Film - A4, Blue, 100 Sheets 4 Pack Carbon Film - Legal, Blue, 100 Sheets 2 Pack Carbon Film - Legal, Blue, 10's 3 Piece Certificate Frame (8.5 X 11) 3 Piece Certificate Frame (8.5 X 13) 20 Piece Certificate Holder / Jacket - Plastic, A4 12 Piece Clamp - Corner Paper, Triangular Clip 10 Piece Clipboard - Legal Size 1 Piece Clipboard - Legal Size, Lawanit 1 Piece Clock - Wall, 12" 12 Piece Columnar Book - 12 Columns 1 Piece Columnar Book - 24 Columns 30 Piece Columnar Book - 8 Columns 5 (blank) Cord String 5 Piece Correction Pen- Metal Point Cp900 225 Piece Envelope - Expandable, Assorted Color, Long 168 Piece Envelope - Expandable, Brown, Long 35 Piece Envelope - Expandable, Green, Long 15 Piece Envelope - Expandable, Green, Short 10 Piece Envelope - Expandable, Plastic, Long, Thick, Heavy Duty 10 Piece Envelope - Expandable, Plastic, Thin 415 Piece Envelope - Long, Brown 5 Box Envelope - Mailing, Long, White, 500 Pcs 1 Box Envelope - Mailing, Short, White, 500 Pcs 110 Piece Envelope - Plastic, Long, Clear 80 Piece Envelope - Plastic, Long, Gauge 4 25 Piece Envelope - Plastic, Short, Clear 58 Piece Envelope - Short, Brown 4 (blank) External Hard Drive - 1 Tb, Usb 13 Box Fastener - Metal 91 Box Fastener - Plastic 20 Box Fastener - Vinyl Coated 250 Piece File Case - Document Organizer Box, Long, Dark Blue 2 Piece File Rack - 6 Layers, Black, Metal 2 Piece File Tray - 3 Layers 16 Piece Filing Rack - Black, Plastic 57 Piece Filing Rack - Black, Stand File 1 Unit Flash Drive - 128 Gb 2 Unit Flash Drive - 16 Gb 2 Unit Flash Drive - 32 Gb 6 Piece Folder - 5 Pocket, Expanding Case With Snap (long) 25 Piece Folder - Arch File, Blue, Horizontal, Long 5 Piece Folder - Arch File, Vertical, Black, 2" 105 Piece Folder - Assorted Colors , Long, Thick 43 Piece Folder - Blue , Long, Thick 145 Piece Folder - Brown, Long, Thick 40 Piece Folder - Certificate Folder, A4 10 Piece Folder - Certificate Folder, Legal 11 Piece Folder - Clearbook, Refillable, 20 Sheets, Legal Size 45 Piece Folder - Expandable, Assorted Colors, Long 215 Piece Folder - Expandable, Green, Long 80 Piece Folder - Plastic, Long 11 Piece Folder - Plastic, Short 2016 Piece Folder - White , Long, Thick 3 Pack Folder - White , Long, Thick, 100 Pcs 115 Piece Folder - White, A4, Thick 20 Piece Folder - White, Long, Thick 525 Piece Folder - White, Short, Thick 3 Pack Folder - White, Short, Thick, 100 Pcs 70 Piece Folder Jacket - Short 15 Piece Frames - Certificate, A4 Size 9 Piece Frames - Certificate, Legal Size 28 Bottle Glue - Liquid 130 Gms 3 Bottle Glue - Liquid 240 Gms 1 Bottle Glue - Liquid Big (1 Liter) 5 Unit Glue Gun - Heavy Duty, Big 5 Bottle Glue Oily - 50g #502 135 Piece Glue Stick - Big 3 Unit Gun Tucker - Heavy Duty 8 Box Gun Tucker - Wire 12 Piece Highlighter - Light Blue 58 Piece Highlighter - Light Green 4 Piece Highlighter - Orange 2 Piece Highlighter - Pink 3 Piece Highlighter - Violet 21 Piece Highlighter - Yellow 1 Box Index Tabs - White / Letter 7 Bottle Ink - Pixma Gi-790 Black 2 Bottle Ink - Pixma Gi-790 Cyan 2 Bottle Ink - Pixma Gi-790 Magenta 2 Bottle Ink - Pixma Gi-790 Yellow 19 Bottle Ink - Printer, 001 Black 100ml 10 Bottle Ink - Printer, 001 Black 127ml 19 Bottle Ink - Printer, 001 Cyan 100ml 19 Bottle Ink - Printer, 001 Magenta 100ml 18 Bottle Ink - Printer, 001 Yellow 100ml 134 Bottle Ink - Printer, 003 Black 65ml 76 Bottle Ink - Printer, 003 Cyan 65ml 77 Bottle Ink - Printer, 003 Magenta 65ml 78 Bottle Ink - Printer, 003 Yellow 65ml 31 Bottle Ink - Printer, 664 Black 70ml 24 Bottle Ink - Printer, 664 Cyan 70ml 22 Bottle Ink - Printer, 664 Magenta 70ml 22 Bottle Ink - Printer, 664 Yellow 70ml 7 Bottle Ink - Printer, 774, Black 12 Bottle Ink - Printer, Bt5000, Cyan 12 Bottle Ink - Printer, Bt5000, Magenta 13 Bottle Ink - Printer, Bt5000, Yellow 15 Bottle Ink - Printer, Btd60, Black 5 Bottle Ink - Printer, Hp Gt52 Cyan 5 Bottle Ink - Printer, Hp Gt52 Magenta 5 Bottle Ink - Printer, Hp Gt52 Yellow 6 Bottle Ink - Printer, Hp Gt53 Black 1 Unit Keyboard - Wired 2 Unit Keyboard & Mouse - Wireless 1 Pack Laminating Film - 100 Per Pack, Legal Size, 125 Micron 1 Pack Laminating Film - 100 Per Pack, Legal Size, 250 Micron 5 Pack Laminating Film - 40/50s Per Pack, Legal Size, 125 Micron 3 Bottle Lcd Cleaner 5 Piece Ledger - 4 Columns 27 Piece Manila Paper 6 Box Marker - Permanent, Black, Broad, .5, Per Box 1 Box Marker - Permanent, Black, Extra Fine Tip, Per Box 18.75 Box Marker - Permanent, Black, Fine, .5, Per Box 1 Box Marker - Permanent, Blue, Broad, .5, Per Box 2 Box Marker - Permanent, Blue, Fine, .5, Per Box 1 Box Marker - Permanent, Red, Fine, .5, Per Box 9.5 Box Marker - White Board, Black, Per Box 1 Box Marker - White Board, Blue, Per Box 1 Box Marker - White Board, Red, Per Box 1 Unit Mouse - Wired 1 Unit Mouse - Wired, Heavy Duty 1 Unit Mouse - Wireless, Heavy Duty 4 Piece Mouse Pad - 31" X 12" 24 Ream Onion Skin - 42 Gsm, Legal 1 Piece Otg - Usb Type, 16 Gb For Ios 2 Pack Paper - Binding Cover (letter) Blue 7 Ream Paper - Colored, Assorted Colors, Long 4 Ream Paper - Colored, Assorted Colors, Short 4 Pack Paper - Photo Paper, Glossy, A4 53 Pack Paper - Photo Paper, Glossy, Long 6 Pack Paper - Photo Paper, Glossy, Short 10 Pack Paper - Photo Sticker 1 Ream Paper - Special Paper, Long Size 53 Pack Paper - Sticker Paper, Glossy, A4 10 Pack Paper - Sticker Paper, Glossy, A4, 10's 7 Pad Paper - Yellow Pad 32 Roll Paper Coil 1 Unit Paper Cutter - Wood And Metal, Heavy Duty 5 Piece Pen Refill - Fixtion 2 Roll Plastic Cover - Transparent, Thick, #14, Per Roll 1 Yard Plastic Cover - Transparent, Thin, Per Yard 4 Pack Plastic- Transparent Pvc Cover 300 (letter) 3 Piece Puncher - 2 Hole 3 Piece Puncher - Heavy Duty, With Alignment 3 Box Push Pin 150 Piece Pvc Cover (long) White 26 Piece Record Book - 150s 22 Piece Record Book - 200s 4 Piece Record Book - Handbook Size 5 Piece Ribbon Cartridge - Lq10 5 Piece Ribbon Cartridge - Lx2175 Ii 5 Box Rubber Band - Big, Per Box 1 Kilo Rubber Band - Big, Per Kilo 1 Kilo Rubber Band - Small, Per Kilo 13 Piece Ruler - 12" 4 Piece Ruler - 24" 2 Pair Scissors - 4 ½" 7 Pair Scissors - 8", Heavy Duty 2 Pair Scissors - Stainless, 6.5 Inc / 160 Mm 5 Box Sign Pen - Black, By 12's 0.5 1 Box Sign Pen - Black, By 12's 0.7 4 Box Sign Pen - Black, By 12's 1.0 2 Box Sign Pen - Blue, By 12's 0.5 2 Box Sign Pen - Blue, By 12's 1.0 11 Piece Sign Pen - Gel Pen, Black, 0.5, Per Piece 16.5 Box Sign Pen - Gel Pen, Black, By 12's 0.5 4 Box Sign Pen - Gel Pen, Black, By 12's 0.7 2 Box Sign Pen - Gel Pen, Blue, By 12's 0.7 4 Box Sign Pen - Gel Pen, Blue, By 12's, 0.5 0.5 Box Sign Pen - Gel Pen, Green, By 12's, 0.5 0.5 Box Sign Pen - Gel Pen, Violet, By 12's, 0.5 2 Box Sign Pen - Hitech Point V5, 0.5 4 Pack Special Cover - White, Short 2 Piece Stamp - Date, Big 6 Piece Stamp - Date, Small 1 Piece Stamp - Numbering Machine, Roller, Small, 6 Digits 11 Piece Stamp Pad - Big, Blue 3 Piece Stamp Pad - Big, Violet 1 Piece Stamp Pad - Small, Blue 23 Piece Stamp Pad - Small, Violet 4 Bottle Stamp Pad Ink - Black 3 Bottles Stamp Pad Ink - Black 13 Bottle Stamp Pad Ink - Blue 19 Bottle Stamp Pad Ink - Violet 4 Piece Staple Remover 5 Box Staple Wire - # 10 1 Piece Stapler - Metal, Heavy Duty, 120 Sheets Adjustable Binding Thickness 39 Piece Stapler - With Remover, Heavy Duty, #35 4 Piece Steno Note Book (60 Leaves) 15 Pack Sticker - Waterproof, A4 Printable Labels, 20 Sheets 6 Pack Sticky Note - Assorted Colors 35 Pad Sticky Note - Pad, 3x3 Inches, Assorted Colors 19 Pack Sticky Note - Sign Here 4 Piece Storage Box - 120 L, High Impact Resistance, Stackable 8 Roll Tape - Double Sided, ¾" 7 Roll Tape - Double Sided, 1" 20 Roll Tape - Double Sided, 2" 7 Roll Tape - Duct, Gray, 2" 3 Roll Tape - Masking, ¾" 34 Roll Tape - Packing, Brown, 2" 22 Roll Tape - Packing, Clear, 2" 25 Roll Tape - Scotch, Clear, ½" 40 Roll Tape - Scotch, Clear, 1" 11 Box Thumb Tacks 9 Pack Tissue Paper - 2 Ply, 12 Rolls Per Pack 8 Piece Usb Hub 180 Pack Vellum Board - A4 Size, 10 Pcs Per Pack 1 Ream Vellum Board - A4 Size, 100 Pcs Per Ream 30 Pack Vellum Board - Letter, 10 Pcs Per Pack 42 Pack Vellum Board - Long, 10 Pcs Per Pack 1 Ream Vellum Board - Long, 100 Pcs Per Ream 5 Piece Water Well Paste 2 Pieces Air Freshener - Car 1 Piece Air Freshener - Gel, 180 Grams, Branded 13 Bottles Alcohol - Ethyl / Isopropyl, 300 Ml. 20 Bottles Alcohol - Ethyl / Isopropyl, 500 Ml. 43 Gallons Alcohol - Ethyl / Isopropyl, Gallon 6 Pieces Basin - Medium, 20 Inches, 17 X 50 Cm 3 Pieces Basin - Small, 16" 49 Gallons Bleach - Liquid, 3,785 Ml 18 Bottles Bleach - Liquid, 500 Ml 8 Kilos Bleach - Powder 1 Piece Bolo - Big 23 Pairs Boots - Rubber 3 Pieces Broom - For Ceiling, W/ Long Handle 72 Pieces Broom - Hard (ting-ting) Thick 50 Pieces Broom - Soft (tambo) 6 Pieces Brush - Laundry 6 Pieces Brush - With Handle For Cr 1 Unit Cabinet - Dish Drainer / Rack - Big 2 Pieces Cloth - Car Cleaning 7 Pieces Cloth - Car Cleaning, Absorbent, Microfiber 5 Sets Cups And Saucers (set) 15 Pieces Deodorizer - Bathroom, 50 Gms With Holder 20 Pieces Deodorizer - Bathroom, 50 Gms, Refill 21 Packs Detergent Powder - 1 Kg 27 Packs Detergent Powder - 5 Kg 504 Packs Detergent Powder - 60/65 Gms 4 Bottles Detergent Soap - Liquid 3 Pieces Dipper 2 Gallons Dishwashing - Liquid, 1 Gallon 59 Bottles Dishwashing - Liquid, 1 Liter 6 Pieces Dishwashing - Paste 12 Bottles Disinfectant - Solution, 500ml 3 Bottles Disinfectant Liquid - 4l (liquid Concentrate) Lemon 29 Cans Disinfectant Spray, 340 G. 109 Pieces Doormat / Rug 18 Pieces Dust Pan - Heavy Duty, Metal 4 Bottles Fabric Conditioner - 1 Liter 7 Bottles Fabric Conditioner - 1.8 L 25 Gallons Fabric Conditioner - Gallon 6 Pieces Feather Duster 4 Boxes Floor Wax - Paste 8 Packs Garbage Bag - Black L 2 Packs Garbage Bag - Black Small 18 Packs Garbage Bag - Black Xl 1 Roll Garden Hose - 10m 12 Bottles Glass Cleaner Spray 6 Pieces Glass Sponge Wiper With Long Handle 2 Pieces Glass Squeegee - Window Wiper For Glass Doors, Windows And Tile Walls, Long Aluminum Handle Windshield Cleaner Scraper 2 Pairs Gloves - Heavy Duty, Rubberized 6 Pieces Grindstone (hasaan) 2 Pieces Hammer - Big 1 Piece Hammer - Big, Heavy Duty 1 Piece Hammer - Small 1 Piece Hoe - Big, Heavy Duty 8 Bottles Lcd Cleaner 3 Pieces Mop - Floor 5 Sets Mop W/ Bucket - Tornado 3 Sets Mop W/ Bucket - Tornado, Heavy Duty 6 Gallons Muriatic Acid - Gallon 1 Piece Pail - Water, 10 Liters 11 Pieces Pail - Water, 16 Liters 6 Pieces Pail - Water, 6-8 Liters 14 Sets Raincoat - Poncho Type, With Reflective Stripe, High Quality 34 Sets Raincoat - Terno, With Reflective Stripe, High Quality 1 Piece Rake 20 Pieces Sack - Clean, Empty, Large 20 Pieces Sacks - Clean, Empty 3 Pairs Slippers 11 Pieces Soap - Bar 6 Bottles Soap - Liquid Hand Soap, Antibacterial 8 Bottles Soap - Liquid Hand Wash, 500 Ml. 36 Pieces Sponge - Branded 4 Pieces Sponge - Small 6 Pieces Sponge W/ Scrubber 3 Bottles Spray - Insect Repellant 7 Cans Spray - Multi-insects, 500 Ml 9 Pieces Steel Wool 6 Pieces Storage Box - 100 L, High Impact Resistance, Stackable 22 Pieces Storage Box - 120 L, High Impact Resistance, Stackable 1 Piece Storage Box - 50l, High Impact Resistance, Stackable 3 Rolls Straw - Rope, Plastic, Big Roll 2 Packs Tissue Paper - 2 Ply, 4 Rolls Per Pack 131 Rolls Tissue Paper - 2 Ply, Per Roll 55 Rolls Tissue Paper - 3 Ply, Per Roll 4 Bottles Toilet Bowl Cleaner - 400-500 Ml 19 Bottles Toilet Bowl Cleaner - 900 Ml 6 Pieces Toilet Brush - With Holder 3 Pieces Toilet Pump 12 Packs Trash Bag - 11x11x24, 10 Per Pack 6 Packs Trash Bag - 22"x24", 10 Per Pack 9 Packs Trash Bag - 30"x37", 10 Per Pack 3 Rolls Trash Bag - Black 20x30 Cm 2 Pieces Trash Bin - Heavy Duty, 132 Liters 1 Piece Trash Bin - Heavy Duty, 22 Liters (w/ Foot Pedal) 5 Pieces Trash Bin - Heavy Duty, 28 Liters 1 Piece Trash Bin - W/ Foot Pedal, 30 Liters Invitation To Bid Supply And Delivery Of Common Use Supplies And Materials For Use Of Lgu Bulan Offices 1.the Local Government Unit Of Bulan, Through The General Fund Intends To Apply The Sum Of One Million Eight Hundred Twenty-two Thousand One Hundred Ninety-four Pesos And 83/100 Only (₽ 1,822,194.83) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Common Use Supplies And Materials For Use Of Lgu Bulan Offices. Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Local Government Unit Of Bulan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods/services Required Is Sixty (60) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4.prospective Bidders May Obtain Further Information From The Local Government Unit Of Bulan And Inspect The Bidding Documents At The Address Given Below From 8:00 – 5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On March 27, 2025 To April 8, 2020 – 10:00 A.m. From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6.the Local Government Unit Of Bulan Will Hold A Pre-bid Conference On March 27, 2025 – 10:30 A.m. At Bac Office, 2nd Floor, New Municipal Building, Brgy. Aquino, Bulan, Sorsogon, Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before April 8, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9.bid Opening Shall Be On April 8, 2025 – 10:30 A.m. At Bac Office, 2nd Floor, New Municipal Building, Brgy. Aquino, Bulan, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Local Government Unit Of Bulan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Ms. Dina C. Golpeo Bac Office Lgu-bulan Brgy. Aquino, Bulan, Sorsogon Date Of Issue: March 19, 2025 Antonio G. Gilana Bac Chairman Lgu Bulan, Sorsogon
Department Of Education Division Of Butuan City Tender
Laboratory Equipment and Services
Philippines
Closing Date7 May 2025
Tender AmountPHP 403.4 K (USD 7.2 K)
Details: Description 0 Republic Of The Philippines Department Of Education Caraga Region Schools Division Of Butuan City Request For Quotation Package: Supply And Delivery Of Science And Mathematics Equipment Packages To Public Elementary Schools For Grades 1to 3 & Grades 4-6, Public Jhs For Grades 7-10, And Public Shs For Grades 11 To 12 (core &stem) Pr No.: 2025-03-064 Supplier: Date: Address: Canvass No.: Supplier's Contact No.: Email: Philgeps Reg. No.: Name Of Authorized Representative: Dbp Account No.: Tin: Vat Non-vat Other Bank: " Please Quote Your Lowest Price/s On The Item/s Listed Below. You Are Requested To Return This Quotation In Duly Sealed Envelope Which Will Be Opened By A Duly Authorized Representative. Bids Will Be Received Until May 7, 2025 And Will Be Opened At 10:00 Pm On The Same Day." Very Truly Yours, Leonevee V. Silvosa, Cese End-user: J. Ramirez/ L. Mejias Bac Chairperson Item No. Quantity Unit Agency Specifications Bidders Specifications Unit Cost Total Amount Lot 1- Science And Math Equipment 440 Pcs "beaker, Borosilicate, 1000 Ml, Individually Secured, Packed Of 5 Performance Specifications: Must Be Able To Contain/hold /prepare Solids And Liquids During Chemical Reaction Up To 100 Ml Capacity And Heats Them Over A Bunsen Burner's Flame Up To More Than 150°c For Normal, Standard Use Service " Design Specifications: 1. Type : Griffin, Low Form 2. Shape : Cylindrical Container With Straight Sides, A Flat Bottom, And With A Small Spout (or "beak") To Aid In Pouring 3. Material: Borosilicate, Clear And Transparent Bubble-free Glass With The Following Dimensions: A) Outside Diameter : 50 Mm-52 Mm B) Height: 70 Mm-72 Mm C) Thickness : 1.5 Mm-2.0 Mm 4. Capacity : 100 Ml ± 5% Etched Onto The Glass;" 5. Graduation Starts At : 20 Ml In 10 Ml Increments. 6. Graduation Range : 20 Ml To 80 Ml 7. With Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions 8. With Large White Marking Spot 9. Features An Easy-pour Spout 10. With Single Graduated Metric Scale 11. Can Withstand Heating Up To 200-230°c For Normal, Standard Use Service 12. Wrapped In Paper, Enclosed In Bubble Wrap, And Packed In A Compartmentalized Box 13. Must Be Free From Breakage, Cracks , Chipped Rims And Other Defects 14. Comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry 45 Pcs "beaker, Borosilicate, 1000 Ml (individually Secured, Pack Of 5) Performance Specifications: Must Be Able To Serve As Container For Mixing And For Heating Liquids. " Design Specifications: 1.griffin Type, Borosilicate, Transparent, Bubble-free Glass 2. Shape: A Cylindrical Container With Flat Bottom 3.thickness Range: 1.5 Mm To 2.0 Mm 4. Permanent White Graduations, With White Enamel Marking Spot 5. Features An Easy-pour Spout 6. Capacity: 1000 Ml; ± 10% Enameled Onto The Glass 7. Single Graduated Metric Scale 8. Graduation Starts At 200 Ml In 100 Ml Increments 9. Height Range: 140 Mm To 160 Mm 10. Outside Diameter: 100 Mm To 110 Mm 11. There Must Be No Cracks And Sharp Parts 12. Safely Packed In A Compartmentalized Box 420 Pcs "beaker, Borosilicate, 500 Ml (individually Secured, Pack Of 5) Performance Specifications: A) Must Be Able To Contain/hold /prepare Solids And Liquids During Chemical Reaction And Heats Them Over A Bunsen Burner's Flame Up To 150°c For Normal, Standard Use Service And To Serve As A Water Bath B) To Serve As A Water Bath When Heating Flammable Chemicals Instead Of An Open Flame To Prevent Ignition." Design Specifications: 1. Type: Berzellius, Tall Form 2. Shape: Cylindrical Container With Straight Sides, A Flat Bottom, With A Small Spout (or "beak") To Aid Pouring 3. Material : Borosilicate, Clear, Bubble Free Glass , Berzellius. Tall Form With The Following Dimensions: A) Outside Diameter Range :75 Mm- 80 Mm B) Height Range: 136 Mm -140 Mm C) Thickness :1.5 Mm To 2.0 Mm 4. Capacity :500 Ml ; ± 5% Etched/embossed Onto The Glass 5. With Permanent White Enamel Graduations Of Approximate Volumes, Inscriptions And 6. With Large White Marking Spot 7. With Easy Pour Spout 8. Double Graduated Metric Scale 9. Marked To Fill: Graduation Starts At 50 Ml In 50 Ml Increments 10. Marked To Empty: Graduation Starts At 0 Ml In 50 Ml Increments 11. Can Withstand Heating Up To 200-230°c For Normal, Standard Use Service 12. Wrapped In Paper, Enclosed In Bubble Wrap And Packed Individually In A Compartmentalized Box 13. Must Be Free From Breakage, Cracks , Chipped Rims And Other Defects 14. Comes With A Brand, With Five (5) Years Existence In The Glass Wares Industry 13 Pcs "cork Borers (individually Secured, Pack Of 5)functional Specifications: Used To Bore Or To Cut A Round Hole Of Six Different Diameters In A Cork/rubber Stopper With A Steel Ramrod/eject Rod Pushing The Removed Cork Out Of The Borer Performance Specifications: Must Be Able To Bore Or To Cut A Round Hole Of Six Different Diameters In A Cork Or Rubber Stopper And Remove Cork Out Of The Borer By Pushing It With A Steel Ramrod/eject Rod" Design Specifications: 1. Shape Of Cork Borer : Long, Hollow Round Rod/tube With Sharpened Ends 2. Material Of Tube/rod : Nickel-plated Steel Borer 3. A Set Of Six (6) Different Diameter Sizes:(4 Mm, 4.5 Mm, 6 Mm, 8 Mm, 9.5 Mm, 11 Mm) 4. Comes With A Handles Whch Are Individually And Permanently Numbered (1-6) For Easy Identificationhandle A) Shape Of Handle: T-shaped B) Material Of Handle : Hard Plastic C) Finish: Smooth D)color Of Handle: Red 5. Includes A Ramrod/eject Rod Pushing The Removed Cork Out Of The Borer Material Of Ramrod/eject Rod: Steel 6. Packaging: Resealable Plastic Pouch 7.comes With A Brand 65 Pcs Flask, Volumetric, Borosilicate 250 Ml (individually Secured, Pack Of 5) "functional Specifications: Used To Measure/prepare/contain A Precise Volume Of Standard Solutions At A Certain Temperature And Precise Dilution Of Solutions Up To 250 Ml Performance Specifications: Must Be Able To Measure/prepare/contain A Precise Volume Of Standard Solutions At A Certain Temperature And Precise Dilution Of Solutions Up To 250 Ml" Design Specifications: 1. Type: Class A 2. Shape : A Round Or Pear-shaped Bulb, A Long Thin Neck Topped By A Snap Cap And With Flat Bottom 3. Material Of Body: Borosilicate , Clear, Transparent And Bubble-free, Glass With The Following Dimensions: A) Height: 225 Mm B) Outside Diameter : 78 Mm (approx.) C) Size: 250 Ml D) Tolerance: ± 0.12 Ml 4. With Heavy Duty Rim 5. Comes With Snap Cap A) Material Of Snap Cap :high Density Plastic (polyethylene) B) With Octagonal Grip C) Snap-cap : No. 250 D) Color Of Snap Cap: Blue 6. Must Meet Astm E- 694 For Volumetric Ware, Astm E-542 For Calibration Of Volumetric Ware And Astm E-288 For Volumetric Flasks. 7. Calibrated "to Contain" (marked "tc" Or "in") 8. Manufacturer Should Be Accredited By Nist Standards Or Its Equivalent To The Country Of Origin To Certify That Their Items Are Calibrated. 9. Must Be Free From Breakage, Cracks, Sharp Rims And Other Defects 10. Packaging : Roll Up Glassware In Newspaper And Secure With A Piece Of Masking Tape And Place In A Bubble Pouch And Individually Packed In A Sturdy Box 11. Comes With A Brand, With Five (5) Years Existence In The Glasswares Industry 90 Box Glass Cover Slips, 100's/box (individually Secured, Pack Of 10) "functional Specifications: Used To Secure The Wet Mount Sample Specimen. Performance Specifications: Must Be Able To Secure The Wet Mounted Sample Specimen." Design Specifications: 1. Pre-cleaned Cover Glasses And Not Sticking From Each Other 2. Material: Transparent Glass 3. Quantity: 100's/small Plastic Box 4. Dimension: 22 Mm X 22 Mm Square 5. Thickness: 0.13 Mm - 0.17 Mm 6. There Shall Be No Chipped Edges 7. Safely Packed In A Plastic Box 90 Box Glass Slides, 72's/box (individually Secured, Pack Of 10) "functional Specifications: Used To Contain The Specimen For Examination Under The Microscope. Performance Specifications: Must Be Able To Accommodate The Specimen Subject For Examination Under The Microscope." Design Specifications: 1. Clear, Flat Glass; Free From Moisture, Dirt, And Film; 2. No Color, No Frost And No Chipped Edges 3. Dimension: 75 Mm (±1 Mm) X 25 Mm (± 1 Mm); 4. Thickness: 1.1 Mm (± 0.1 Mm) 5. No Sharp Edges And Pointed Corners 6. Packed In A Box Containing 72 Slides With Thin Paper Sheets In Between Them 13 Package Nichrome Wire. 0.4, 100 Ft (individually Secured, Pack Of 5) "functional Specifications: Used As A Wire Loop And Heating Element On Which A Metal Salt Or Solid Ionic Compound Is Made To Adhere Into It And Is Heated To Emit A Characteristic Color On The Bunsen Flame To Identify The Particular Metal Present In The Compound Performance Specifications: Must Be Used As A Wire Loop On Which A Metal Salt Or Solid Ionic Compound Is Made To Adhere To, And Is Heated To Emit A Characteristic Color On The Bunsen Flame To Identify The Particular Metal Present In The Compound In A Laboratory Activity, The Flame Test" Design Specifications: 1. Shape: Round Wire 2. Material Of Wire: Nichrome-alloy Of Nickel And Chromium, Ni80 Cr20 With The Following Dimensions: A) Awg Size: 26 B) Diameter: 0.4 Mm C) Length : 100 Ft 3. Form: Soft, Rust-free Wire 4. Color: Silvery Grey 5. Resistance : 2.57 Ohms/foot 6. Annealed Soft 7. Perfectly Tensioned. Zero Elongation, Scratches, Or Other Flaws. 8. Comes In A Spool 9. Packed In A Resealable Plastic Pouch 10. Comes With A Brand 65 Pcs Rubber Stopper # 6 For Erlenmeyer Flask (narrow-mouth) 250 Ml , 1 Hole (pack Of 5) "functional Specifications: Used To Seal The Openings Of Narrow Mouth 250 Ml Erlenmeyer Flasks And Other Laboratory Glassware That Require A Tighter Seal Or A Greater Degree Of Chemical Resistance With One 1) Hole Opening For Insertion Of A Thermometer, Glass Tubing Or Stirrer For Use During Chemical Reaction .to Prevent Leaks, Hazards And Contamination. Performance Specifications: Must Be Able To Seal The Openings Of Narrow Mouth 250 Ml Erlenmeyer Flasks And Other Laboratory Glassware That Require A Tighter Seal Or A Greater Degree Of Chemical Resistance .with One (1) Hole Opening For Insertion Of A Thermometer, Glass Tubing Or Stirrer For Use During Chemical Reaction To Prevent Leaks, Hazards And Contamination." Design Specifications: 1. Shape: Cylindrical With A Tapered Bottom End 2. Material : Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A) Height: 25 Mm B) Top Ǿ: 32 Mm C)bottom Ǿ : 26 Mm D) Hole Ǿ: 5 Mm 3. Number Of Holes :with One (1) Hole 4. Dimension Tolerance On Height, Top And Bottom Diameter : ± 0.5 Mm 5. Hardness : 40 ± 5 Duro 6. Packed In Resealable Plastic Bag 65 Pcs Rubber Stopper # 6 For Erlenmeyer Flask (narrow-mouth) 250 Ml , 2 Holes, Pack Of 5 "functional Specifications: Used To Seal The Openings Of Narrow Mouth 250 Ml Erlenmeyer Flasks And Other Laboratory Glassware That Require A Tighter Seal Or A Greater Degree Of Chemical Resistance With Two (2) Holes Opening For Insertion Of A Thermometer, Glass Tubing Or Stirrer For Use During Chemical Reaction To Prevent Leaks, Hazards And Contamination. Performance Specifications: Must Be Able To Seal The Openings Of Narrow Mouth 250 Ml Erlenmeyer Flasks And Other Laboratory Glassware That Require A Tighter Seal Or A Greater Degree Of Chemical Resistance With Two (2) Holes Opening For Insertion Of A Thermometer, Glass Tubing Or Stirrer For Use During Chemical Reaction To Prevent Leaks, Hazards And Contamination." Design Specifications: 1. Shape: Cylindrical With A Tapered Bottom End 2. Material : Premium Grade Sbr Black Rubber Compound With The Following Dimensions: A) Height: 25 Mm B) Top Ǿ: 32 Mm C) Bottom Ǿ : 26 Mm D) Hole Ǿ: 5 Mm 3. Number Of Holes : Two (2) Holes 4. Dimension Tolerance On Height, Top And Bottom Diameter : ± 0.5 Mm 5. Hardness : 40 ± 5 Duro 6. Packed In Resealable Plastic Bag 7. Comes With A Brand 10 Set Set Of Tools: Ball Peen Hammer, Handle Length Is 11", 350g Approx. Weight, 1 Pc/set "functional Specifications: Used To Peen Dent Surfaces In Metals Performance Specifications: Should Be Able To Peen Dent Surfaces In Metals Design Specifications: Ball Peen Hammer, Handle Length 11 Inches, 350 Grams Gross Weight Approx., 1 Pc. /set" 10 Set "set Of Tools: Long Nose Pliers, 6"", 1 Pair/set " "functional Specifications: Used To Bend Tiny Solid Wire Connectors Performance Specifications: Should Be Able To Bend Tiny Solid Wire Connectors Design Specifications: Long Nose Pliers With Side Cutter, 6 Inches Long, Chrome Vanadium Material, 1 Pair/set" 10 Set Set Of Tools: Mechanical Wire Cutter And Pliers, 6.5", 1 Pair/set 10 Set "functional Specifications: Used To Bend Large Wires Performance Specifications: Should Be Able To Bend Large Wires Design Specifications: Mechanical-wire Cutter And Pliers, 6 1/2 Inches, Chrome Vanadium Material, 1 Pair/set" 10 Set Set Of Tools: Precision Screwdrivers Set, 6 Pcs/set, With Plastic Casing, 1 Set/set "functional Specifications: Used To Drive Precision Screws Performance Specifications: Should Be Able To Drive Precision Screws Design Specifications: Precision Screwdrivers Set, 6 Pc. (3 Phillips, 3 Flats)/set, With Plastic Casing, 1 Set" 10 Set Set Of Tools: Screwdriver, Flat, 6", 1 Pc/set "functional Specifications: Used To Drive Flat Head Screws Performance Specifications: Should Be Able To Drive Flat Head Screws Design Specifications: Screwdriver Flat, 3/16 Inches Tip Width X 6 Inches Long, Chrome Vanadium Material, 1 Pc. /set;" 10 Set Set Of Tools: Screwdriver, Phillips, 6", 1 Pc/set "functional Specifications: Used To Drive Phillips Type Screws Performance Specifications: Should Be Able To Drive Phillips Type Screws Design Specifications: Screwdriver, Phillips, Point Size Blade #3 X 6"" Long, Chrome Vanadium Material, 1 Pc/set;" 10 Set Set Of Tools: Soldering Iron, 60 Watts, 1 Pc/set "functional Specifications: Used To Heat Electrical Contacts For Permanent Joints Performance Specifications: Should Be Able To Heat Electrical Contacts For Permanent Joints Design Specifications: Soldering Iron, 60 Watts, Small Type, Wooden Handle, 1 Pc. /set;" 10 Set Set Of Tools: Soldering Lead, Ø1mm, Grade 60/40, Wt.: 1 Lb/spool, 1 Spool/set " Functional Specifications: Used To Provide Permanent Joint For Different Electrical Components Performance Specifications: Used To Provide Permanent Joint For Different Electrical Components Design Specifications: Soldering Lead, Ø 1 Mm, Grade 60/40, Weight: 1 Lb./spool, 1 Spool/set " 10 Set Set Of Tools: Soldering Paste, 50 Grams/can, 1 Can/set "functional Specifications: Used To Provide Permanent Joint For Different Electrical Components Performance Specifications: Used To Provide Permanent Joint For Different Electrical Components Design Specifications: Soldering Lead, Ø 1 Mm, Grade 60/40, Weight: 1 Lb./spool, 1 Spool/set" 65 Pcs Set Of Tools: Tweezers, Stainless Steel, With Curved Tips, 6.5" Long, 1 Pair/set "functional Specifications: Used To Hold And Pick Tiny Electronics Components Performance Specifications: Should Be Able To Hold And Pick Tiny Electronics Components Design Specifications: Tweezers, Stainless Steel, With Curved Tips, 6 1/2 Inches Long, 1 Pair/set;" Triangular File, Fine, 6" Long, With Plastic Handle "functional Specifications: Used To Cut The Glass Tubing Performance Specifications: Must Be Able To Cut The Glass Tubing " "design Specifications: 1. Type Of File: Triangular 2. Shape: Triangular 3. Material: High Carbon Steel 4. Kind Of File: Fine, Smooth 5. Length Of File: 6"" (150-152.4 Mm) Long 6. Material Of Handle: Plastic 7. Packed In A Resealable Pouch 8. Comes With A Brand " 65 Package Universal Ph Paper, Ph 0-14, 100 Strips/pack, (individually Secured, Pack Of 5) "functional Specifications: Used As An Indicator To Determine/measure The Ph Of Substances, Whether It Is An Acid, Neutral Or A Base Performance Specifications: Must Be Used As An Indicator To Effect A Color Change When It Is Dipped Into The Different Substances To Determine/measure The Ph Of Each, Through Comparison With The Ph Color Chart Provided, Which Corresponds To: A) For An Acid : Ph 0-ph 6; B) For A Base : Ph 8-ph 14. C) For Distilled Water : Ph 7 " "design Specifications: 1. Type: Test Strips 2. Shape: Rectangle 3. Material: Cellulose/paper Based 4. Dimension Of Ph Strip : A) Length : 69 Mm X 6 Mm 5. Number Of Colors In Indicator Test Strip: In Four Colors To Test Ph Values 6. Number Of Test Strips : 100 Pc Strips 7. Packaging: Clear, Transparent Box 8. Shape Of Box: Square 9. With Complete Color Chart For Comparison With The Color Change To Get The Ph Reading Of The Sample Being Tested 10. No Sharp Edges On Box 11. Measures Ph 0-ph 14 12. Comes With A Brand " 65 Pcs Ph Meter, Hand-held (individually Secured, Pack Of 5) Functional Specifications: To Measure The Ph Of A Substance Or Solution Indicating Its Acidity , Being Neutral,or Its Basicity/alkalinity In 0.1 Ph Readability Performance Specifications: Must Be Able To Measure The Ph Of Each Substance/solution In 0.1 Ph Readability, : A) For An Acid : Ph 0- Ph 6.0 B) For Basic/alkaline : Ph 8.0 To Ph 14.0. C) For Neutral (distilled Water) : Ph 7.0 Design Specifications: 1. Type: Portable Hand Held Digital Pen Type 2. Material : Plastic With The Following Dimensions : A) Length : 6.2 In (155.45 Mm) (min) B) Width : 1.5 In (38.1 Mm) (min) C) Height : 1.3 In (33.02 Mm) (min) 3. With Retractable Electrode 4.comes With One (1) Pc Protective Cap 5. Electrodes Extend Up To 3.15” (80.01 Mm) (min) 6. Waterproof 7. Ph Range: Ph 0 To Ph 14 8. Accuracy: ± 0.2 Ph 9.features A Bold Lcd Display Of Ph 10. With Automatic Temperature Compensation 11. Supplied With Accessories: A) One (1) Bottle Ph 7.0 Buffer Solution Capacity Of Ph 7.0 Buffer Solution : 50 Ml B) With One (1) Pc Calibration Screwdriver C) One (1) Pc 9v Battery D) Packed In Hard Plastic Carry Case 12. Manufacturer Should Be Accredited By Nist Standards Or Its Equivalent To The Country Of Origin To Certify That Their Items Are Calibrated. 13. With User's Manual In English 14. With Student Worksheets/teacher's Manual In English 15. For Numbers 13-14, The Following Technical Specifications From A-e Must Be Followed: A) For Contents List Of Materials, In Table Form B) For User's Manual, Teacher's Guide, Studentworksheets, Instruction Sheets/assembly Guides, In Sentences Format I) With Sentences Grammatically Correct And Ii) With Correct Spelling And Terminologies, Punctuations And Others C) In Original Print, Not Photocopied D) In Colored Pictures, Drawings/illustrations E) In Ten (10) Mil Laminated Keycard That Shall Containthe Actual Colored Picture Of The Model Including The Name: Labeled With The Required Parts With Details As Follows I) Paper Size: A4 Size , 80 Gsm Ii) Font: Times New Roman Iii) Font Size: 12 Iv) Orientation:portrait V) Margins On All Sides With 2 Point Width Border Line Vi) Line With Arrow Head Of 1.25 Point With Width Shall Point To The Specifi Part Being Labeled 16. Must Be Free From Sharp Edges 17. Must Have A Brand 60 Pcs Musical Instrument (miniature Guitar), Individually Secured, Packed Of 5 "functional Specifications: Used To Demonstrate Musical Application Of Standing Waves Performance Specifications: Should Be Able To Demonstrate Musical Application Of Standing Waves " Design Specifications: 1. Mini Acoustic Type, Half-size Guitar, Any Color, Surface Finish: Varnish 2. Made Of Good Quality Wood Without Sign Of Warp 3. Minimum Dimensions: Overall Length: 33 Inches, Width:12 Inches, Depth: 3 1/2 Inches 4. Standard Guitar Steel Strings (nos. 1-6), 18 Fret Minimum 2,840 Pcs Protractor, Student-type (pack Of 40) Functional Specifications: Used To Measure Angles In Degrees. Performance Specifications: Must Be Able To Draw/construct And Measure Angles And Arcs Up To 180°. Design Specifications: 1. Protractor, Student-type, Plastic, Transparent, Semi-circular, 180⁰; 2. Ø150mm (or 75mm Radius), 1mm Thick (minimum); 3. Angular Graduations Are In Degrees, From 0⁰ To 180⁰. With Two (2) Sets Of Numerals, One Reading Clockwise And The Other Reading Counterclockwise; 4. Linear Graduations Are In Milimeters, From 0 To 100mm; 5. With A Hole At Vertex Point Enough For A Fine String To Pass Through It; 6. Plastic Surface Finish: Smooth, Clear, And Free From Scratches; 7. It Must Be Horizontally Level When Laid Flat On A Table - No Warping; 8. Comes With A Plastic Case; And 2,840.00 Pcs Ruler, Plastic, 12 Inches/30 Cm (pack Of 40) Functional Specifications: Used To Measure Length And Draw Straight Lines Performance Specifications: Must Be Able To Measure Length Of Objects In Flat Surfaces Up To 30cm In Metric And 12" In English Standards Of Measurement. Design Specifications: 1. Ruler, Plastic, Transparent, Smooth Surface, And 1 Mm Thick (minimum); 2. Approximate Width X Length: 28 Mm X 314 Mm; 3. Graduations: Metric Graduations On One Side While English Graduations On The Other Side: *metric Graduations Are In Centimeters, From 0 Cm To 30 Cm, With Every Cm Subdivided By 10. *english Graduations Are In Inches, From 0 Inches To 12 Inches, With Every Inch Subdivided By 16. 4. Clear, Readable Black, Non-groove Permanent Prints (will Not Fade And Cannot Be Scratched Off); 5. Bendable Up To U-shape When Held At Both Ends; And 6. The Item Shall Be Free From Toxic Materials. Note: All Items Above Total Of 1 Package Abc 403,416.09 **** Nothing Follows **** In Witness Whereof, I Have Hereunto Set My Hand This ___ Day Of ______________, 2025 At __________________, Philippines. Quotation Submitted By: Remarks: Supplier's Name & Signature This Form Is To Be Submitted Not Later Than Supplier's Position/designation Bid Opening: May 7, 2025 Canvassed By: Note: Canvasser's Name & Signature
City Of Lamitan Tender
Machinery and Tools
Philippines
Closing Date27 Mar 2025
Tender AmountPHP 1.8 Million (USD 32.6 K)
Details: Description Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao (barmm) Province Of Basilan City Government Of Lamitan Invitation To Bid Procurement Of Office Supplies For The 1st And 2nd Quarter Of 2025 Requested By The Different Offices Of The City Government Of Lamitan The City Government Of Lamitan, Through The Office Of The City Mayor Under Office Supplies Expenses Of Different Offices 2025 Intends To Apply The Sum Of Philippine Peso: One Million Eight Hundred Sixty-four Thousand Seven Hundred Fifty-nine Pesos And Twenty-five Centavos. (php1,864,759.25) Being The Abc To Payments Under The Contract For The Procurement Of Office Supplies For The 1st And 2nd Quarter Of 2025 Requested By The Different Offices Of The City Government Of Lamitan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Government Of Lamitan Through The Office Of The City Mayor Under Office Supplies Expenses Of Different Offices 2025 Intends To Apply The Following Abc Per Item To Payments Under The Contract Or Each Item, To Wit: Item No. Quantity Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1 194 Bots Air Freshener Lemon Php247.00 Php47,918.00 2 107 Pcs Albatros With Handle 60.50 6,473.50 3 176 Bots Alcohol 500ml (casino) 131.00 23,056.00 4 44 Bots Alcohol 500ml (green Cross) 106.00 4,664.00 5 30 Bots Alcohol (250ml) Casino Ethyl 65.00 1,950.00 6 7 Gals Alcohol 825.00 5,775.00 7 46 Doz Ariel Powder - Twin Size 173.25 7,969.50 8 6 Doz Ariel With Downy (48g) 214.50 1,287.00 9 20 Pads Attachment Form #102 Birth 605.00 12,100.00 10 20 Pads Attachment Form #103 Death 605.00 12,100.00 11 5 Reams A3 Bond Paper 550.00 2,750.00 12 361 Reams A4 Bond Paper 269.00 97,109.00 13 6 Boxes Ballpen Hbw 9801 Black & Blue 250.25 1,501.50 14 52 Boxes Ballpen 12's Good Quality Black 106.00 5,512.00 15 11 Boxes Ballpen 12's Good Quality Blue 106.00 1,166.00 16 6 Boxes Ballpen 12's Good Quality Red 106.00 636.00 17 10 Boxes Box Tissue 90.00 900.00 18 409 Pcs Brown Envelope Long 14.00 5,726.00 19 167 Pcs Brown Envelope Short 10.00 1,670.00 20 14 Bots Brother Ink (bt6000) Black 687.50 9,625.00 21 2 Set Brother Ink Refill For Printer (dcp-t720dw) 3,150.00 6,300.00 22 325 Pcs Ballpen Black 10.00 3,250.00 23 100 Pcs Ballpen Red 10.00 1,000.00 24 10 Pks Battery Aa (eveready) 51.00 510.00 25 16 Pks Battery Aaa (eveready) 46.00 736.00 26 11 Bots Baygon Spray 500ml 386.00 4,246.00 27 5 Tubes Blade, For General Purpose Cutter/utility Knife 29.00 145.00 28 43 Pcs Broom - Tambo 242.00 10,406.00 29 30 Pcs Broom - Ting-ting 35.00 1,050.00 30 613 Reams Cactus Long 280.00 171,640.00 31 598 Reams Cactus Short 258.00 154,284.00 32 16 Pc Calculator 12 Digits - Good Quality 830.00 13,280.00 33 3 Boxes Carbon Paper Long (red Feather) 208.00 624.00 34 10 Pcs Cartolina 15.00 150.00 35 24 Pcs Chicago Screw 3" 19.00 456.00 36 10 Pcs Cleaner, Toilet And Urinal (gel Stamp) 26.00 260.00 37 10 Boxes Clip Binder 2" 86.00 860.00 38 10 Boxes Clip Binder 1" 35.00 350.00 39 24 Pks Coffee 3 In 1 282.00 6,768.00 40 10 Pad Columnar Sheet (24 Columnns) 88.00 880.00 41 7 Pcs Computer Mouse (usb Type) 286.00 2,002.00 42 25 Pcs Correction Pen Liquid (paper Mate) 60.50 1,512.50 43 137 Pcs Correction Tape Whiper Plus 132.00 18,084.00 44 1 Doz Cup & Saucer 598.00 598.00 45 3 Pcs Customized Receiving Stamp 600.00 1,800.00 46 5 Pcs Customized Faximile Signature Stamp 600.00 3,000.00 47 2 Pcs Customized Faximile Fullname Mayor Stamp 600.00 1,200.00 48 2 Pcs Customized Faximile Certified True Copy Stamp 600.00 1,200.00 49 1 Pc Customized Released Stamp 600.00 600.00 50 36 Pcs Cutter 99.00 3,564.00 51 12 Pcs Dater 132.00 1,584.00 52 55 Bots Dishwashing Liquid (250 Ml) 97.00 5,335.00 53 69 Bots Dishwashing Liquid 495ml 150.00 10,350.00 54 50 Ties Diswashing Powder 65.00 3,250.00 55 20 Pcs Diswashing Soap 30.00 600.00 56 25 Pcs Detergent Bar 31.00 775.00 57 66 Bots Domex 500ml 125.00 8,250.00 58 35 Pcs Doormat 181.50 6,352.50 59 49 Rolls Double Sided Tape 1" 27.50 1,347.50 60 28 Pcs Dust Pan 168.00 4,704.00 61 16 Pcs Dipper 77.00 1,232.00 62 1 Pc Dish Drainer 564.00 564.00 63 64 Gals Downy 3.8l 841.00 53,824.00 64 21 Pcs Dest Tray - 3 Layers 770.00 16,170.00 65 92 Bots Elmer's Glue - 130g 77.00 7,084.00 66 20 Bots Elmer's Glue Big 473ml 393.25 7,865.00 67 6 Bots Epson Ink 001 Black 786.50 4,719.00 68 76 Bots Epson Ink Black 003 786.50 59,774.00 69 31 Bots Epson Ink Cyan 003 786.50 24,381.50 70 30 Bots Epson Ink Magenta 003 786.50 23,595.00 71 30 Bots Epson Ink Yellow 003 786.50 23,595.00 72 42 Bots Epson Ink Black T6641 385.00 16,170.00 73 18 Bots Epson Ink Cyan T6642 385.00 6,930.00 74 20 Bots Epson Ink Magenta T6643 385.00 7,700.00 75 19 Bots Epson Ink Yellow T6644 385.00 7,315.00 76 97 Bots Epson Ink 664 Black 385.00 37,345.00 77 48 Bots Epson Ink 664 Cyan 385.00 18,480.00 78 48 Bots Epson Ink 664 Magenta 385.00 18,480.00 79 48 Bots Epson Ink 664 Yellow 385.00 18,480.00 80 15 Sets Epson Ink 664 (4 Set Of Color) 1,540.00 23,100.00 81 15 Sets Epson Ink 003 3,146.00 47,190.00 82 2 Set Epson Ink 001 3,146.00 6,292.00 83 654 Pcs Expanding Envelope Long 25.00 16,350.00 84 175 Pcs Expanding Folder Long 25.00 4,375.00 85 8 Pcs External Hard Drive 1tb 4,950.00 39,600.00 86 119 Boxes Fastener - Plastic 54.00 6,426.00 87 10 Pcs Feather Dust 270.00 2,700.00 88 25 Pcs Flashlights Rechargeable 500.00 12,500.00 89 10 Pcs Flower Pot Plastic Big 246.00 2,460.00 90 6 Pcs Flower Pot Plastic Medium 186.00 1,116.00 91 587 Pcs Folder Short White 13.25 7,777.75 92 952 Pcs Folder Long White 14.00 13,328.00 93 10 Pcs Folder Racks 300.00 3,000.00 94 1 Doz Fork 60.00 60.00 95 20 Pcs Form 102 Birth 605.00 12,100.00 96 20 Pads Form 103 Death 605.00 12,100.00 97 20 Pads Form 97 Marriage 605.00 12,100.00 98 3 Bots Furniture Polisher 250ml (pledge) 122.00 366.00 99 1 Doz Glass 820.00 820.00 100 38 Bots Glass Cleaner 500ml 175.00 6,650.00 101 12 Bots Glade Car Gel 202.00 2,424.00 102 4 Pcs Glue Gun Small 422.00 1,688.00 103 45 Pcs Glue Stick 44.00 1,980.00 104 10 Boxes Gun Tucker Wire 82.00 820.00 105 7 Bots Hand Soap 500ml 238.00 1,666.00 106 4 Pcs Hand Towel 378.00 1,512.00 107 2 Pcs Hbw Stapler 9949-1 With Remover 284.00 568.00 108 5 Pks Index Card 1/2" (for Inventory) 36.00 180.00 109 2 Pcs Keyboard Wired A4tech Pk-8572 1,100.00 2,200.00 110 4 Pcs Kyocera Tk-1175 Toner Kit 8,892.00 35,568.00 111 5 Pcs Kyocera Toner Tk-4109 9,660.00 48,300.00 112 1 Box Laid Paper Short 1,125.00 1,125.00 113 15 Pcs Led Bulb 9 Watts 145.00 2,175.00 114 5 Pcs Liquid Pencil 35.75 178.75 115 61 Bots Lysol (170ml) 302.00 18,422.00 116 5 Boxes Mailing Envelope Long White 390.00 1,950.00 117 5 Pads Marriage Application 605.00 3,025.00 118 46 Rolls Masking Tape 2" 33.00 1,518.00 119 95 Boxes Mygel .5 Black 401.00 38,095.00 120 11 Boxes Mygel .7 Blue 401.00 4,411.00 121 1 Box Mygel .5 Red 401.00 401.00 122 4 Pcs Mopper With Mop Head 481.25 1,925.00 123 5 Pcs Mouse Pad 242.00 1,210.00 124 5 Gals Muriatic Acid 220.00 1,100.00 125 60 Kls Native Coffee 88.00 5,280.00 126 1000 Pcs Ownership Record Card 40.25 40,250.00 127 46 Rolls Packing Tape 2" 55.00 2,530.00 128 2 Pcs Padlock 144.00 288.00 129 45 Pads Page Marker (assorted Color) Sign Here 35.75 1,608.75 130 7 Pcs Pail 170.00 1,190.00 131 38 Boxes Paper Clamp Big 86.00 3,268.00 132 9 Box Paper Clamp Small 38.50 346.50 133 86 Boxes Paper Clip Jumbo - Colored 43.50 3,741.00 134 53 Boxes Paper Clip Small - Colored 32.50 1,722.50 135 105 Pks Paper Cups 82.50 8,662.50 136 2 Pcs Paper Cutter Board 1,072.50 2,145.00 137 46 Boxes Pencil Mongol No.2 120.50 5,543.00 138 3 Pcs Pencil Sharpener 435.00 1,305.00 139 5 Pcs Puncher Heavy Duty 2 Holes 342.00 1,710.00 140 20 Pcs Photo/certificate Frame 363.00 7,260.00 141 99 Pks Photo Paper A4 (best Quality) 126.00 12,474.00 142 62 Pks Photo Paper Sticker 191.00 11,842.00 143 5 Reams Pink Paper With Holes 357.50 1,787.50 144 7 Boxes Push Pin 50's 33.00 231.00 145 5 Boxes Pilot Pen Black 601.00 3,005.00 146 106 Pcs Pilot Pen - Black 51.00 5,406.00 147 5 Pcs Pilot Pen - Blue 51.00 255.00 148 10 Pcs Plastic Handy Envelope 162.00 1,620.00 149 1 Doz Plate 406.00 406.00 150 10 Pcs Plus Correction Tape Refill 132.00 1,320.00 151 100 Cases Purified Drinking Water 264.00 26,400.00 152 3 Boxes Pvc Cover A4 858.00 2,574.00 153 25 Pcs Raincoat - Poncho 650.00 16,250.00 154 5 Pcs Rechargeable Battery Aaa 600.00 3,000.00 155 5 Pcs Rechargeable Battery With Charger Aa 1,800.00 9,000.00 156 65 Pcs Record Book 500 Leaves 122.00 7,930.00 157 46 Pcs Record Book 300 Leaves 101.25 4,657.50 158 10 Boxes Ring Binder 1" 35.00 350.00 159 10 Boxes Ring Binder 1.5" 70.00 700.00 160 3 Pcs Ruler Plastic 12 Inches 11.00 33.00 161 3 Pcs Ruler Steel 12 Inches 125.00 375.00 162 12 Pks Sando Bag Big 264.00 3,168.00 163 80 Pcs Scissors Big Heavy Duty 112.25 8,980.00 164 33 Rolls Scotch Tape 1" 19.00 627.00 165 57 Rolls Scotch Tape 2" Transparent 60.00 3,420.00 166 5 Rolls Scotch Tape 2" Brown 60.00 300.00 167 1 Pc Scotch Tape Dispenser 420.00 420.00 168 2 Pcs Self Inking Stamp (certified True Copy) 450.00 900.00 169 2 Pcs Self Inking Stamp (released) 450.00 900.00 170 6 Pcs Sign Pen - Black 33.00 198.00 171 1 Box Sign Pen (black 1.0) Pilot V7 1,030.00 1,030.00 172 1 Box Sign Pen (blue 1.0) Pilot V7 1,030.00 1,030.00 173 3 Boxes Sign Pen (finetech) 1,050.00 3,150.00 174 30 Pcs Slippers Size 10 59.00 1,770.00 175 5 Pks Special Paper A4 (cream) 78.75 393.75 176 20 Pks Special Paper Short 44.00 880.00 177 3 Pcs Sponge 30.00 90.00 178 1 Doz Spoon 60.00 60.00 179 8 Pcs Stamp Pad 57.75 462.00 180 12 Bots Stamp Pad Ink Purple 475ml 158.00 1,896.00 181 15 Bars Soap Bar 32.00 480.00 182 12 Pcs Soap (safeguard) 48.75 585.00 183 3 Boxes Staple Wire #10 17.00 51.00 184 136 Boxes Staple Wire #35 81.00 11,016.00 185 61 Pcs Stapler #35 With Remover 549.00 33,489.00 186 2 Pads Sticky Notes 71.50 143.00 187 11 Pks Sticker Paper Long (matte) 76.00 836.00 188 57 Pcs Stabilo Highlightener 41.25 2,351.25 189 25 Kls Sugar Brown 54.00 1,350.00 190 5 Kls Surf With Downy Powder (1000g) 142.00 710.00 191 10 Pcs Table Napkins 59.00 590.00 192 15 Boxes Thumbtacks 21.00 315.00 193 219 Rolls Tissue Joy 2 Ply 20.00 4,380.00 194 46 Rolls Tissue 4 Ply 20.00 920.00 195 47 Doz Tissue 238.00 11,186.00 196 40 Rolls Trash Bag Medium 93.00 3,720.00 197 25 Rolls Trash Bag Large 97.50 2,437.50 198 27 Pcs Trash Can Big With Cover 885.50 23,908.50 199 23 Pcs Tornado Mop 1,003.75 23,086.25 200 5 Pcs Toilet Brush 206.25 1,031.25 201 3 Pc Usb 16gb 263.00 789.00 202 13 Pcs Usb 32gb 425.00 5,525.00 203 21 Pcs Usb 64 Gb Sandisk 513.00 10,773.00 204 15 Pcs Usb Otg 32gb 1,157.00 17,355.00 205 43 Pks Vellum Paper Long (10's) 49.50 2,128.50 206 33 Pks Vellum Paper Short (10's) 44.00 1,452.00 207 2 Pcs Wall Clock 574.00 1,148.00 208 12 Pks Wet Wipes 66.00 792.00 209 1 Boxes Whiper Refill 1,320.00 1,320.00 210 5 Pcs White Board Marker Black 86.00 430.00 211 1 Box White Board Marker Black Pilot 1,030.00 1,030.00 212 8 Pcs Wooden Brush Big With Handle 82.50 660.00 213 66 Pads Yellow Paper 37.00 2,442.00 214 60 Gals Zonrox Disinfectant (original) 174.00 10,440.00 ****nothing Follows**** Total Php1,864,759.25 Bids Received In Excess Of The Abc For Each Item Shall Be Automatically Rejected At Bid Opening. 1. The City Government Of Lamitan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Prospective Bidders May Obtain Further Information From City Government Of Lamitan Bids And Awards Committee Office, 3rd Floor, Main Building City Hall Complex, Rizal Avenue, Brgy. Maganda, Lamitan City And Inspect The Requisite Bidding Documents At The Address Given Above During Mondays – Fridays (8:00 Am – 5:00 Pm). 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 5-27, 2025 Until 10:00 Am From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The City Government Of Lamitan Will Hold A Pre-bid Conference On March 13, 2025 10:00am At The Office Of The Bids And Awards Committee (bac) 3rd Floor, Main Building City Hall Complex, Rizal Avenue, Brgy. Maganda, Lamitan City, Basilan. 5. Bidders Are Advised To Contact The Bac Secretariat And Submit A Letter Of Intent On/before The Scheduled Pre-bid Conference. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 10:00 Am On March 27, 2025.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On March 27, 2025 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The City Government Of Lamitan 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Mr. Omar S. Alfaro Bac Head Secretariat, Bids And Awards Committee Bac Conference Room, 3rd Floor, Main Building, City Hall Complex, Rizal Ave., Brgy. Maganda, Lamitan City, Basilan 09758223958/lamitanbac.22@gmail.com March 05, 2025 Forester Allan R. Tura Chairperson, Bids And Awards Commitee
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents
Details: This Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Part 5.101(a)(2) Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract Pursuant To 10 U.s.c 2304 (c)(1), As Implemented By Far 6.302-1(a)(2) And 6.301-1(c), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements And Brand-name Descriptions. the Department Of Veterans Affairs Medical Center Located At Va Connecticut Healthcare System, West Haven Va Medical Center, 950 Campbell Avenue, West Haven, Ct 06516, Has A Requirement As Described In The Attached Statement Of Work. the Government Intends To Award Stryker Sales, Llc, A Firm-fixed-price Sole Source Contract. a Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. This Notice Of Intent Is Not A Request For Competitive Proposals. This Is A Written Notice To Inform The Public Of The Governments Intent To Award On A Sole Source Basis. interested Parties May Identify Their Interest And Capability To Respond To The Requirement. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Will Be Advantageous To The Government. please Contact Manases Cabrera, Contracting Specialist, With The Responses Or Questions Regarding This Requirement At Manases.cabrera@va.gov. this Notice Will Close On February 10, 2025, At 4:30 Pm Eastern Standard Time (est) statement Of Work For Preventative And Corrective Maintenance Service Of Stryker Neptune Rovers And Docking Stations general: The Contractor Shall Furnish All Labor, Travel, Materials, Support, And Service Necessary To Provide Preventative Maintenance (pm) And Corrective Maintenance Services On All Stryker Neptune Waste Management Equipment At The Va Connecticut Hcs In West Haven, Ct.
equipment Identification: manufacturer
model
serial Number
asset Tag
location
stryker Corporation
neptune 3 Rover
2028227043
127940
3227-1-w-689
stryker Corporation
neptune 3 Rover
2030002513
127939
3227-1-w-689
stryker Corporation
neptune 3 Rover
2028700903
127938
3226-1-w-689
stryker Corporation
neptune 3 Rover
2019500343
127937
3246-1-w-689
stryker Corporation
neptune 3 Rover
2019501313
127936
3244-1-w-689
stryker Corporation
neptune 3 Rover
2021015143
127935
3246-1-w-689
stryker Corporation
neptune 3 Rover
2028227533
127934
3244-1-w-689
stryker Corporation
neptune 3 Rover
2030002013
127933
3244-1-w-689
stryker Corporation
neptune Docker
2034900093
127932
3226-1-w-689
stryker Corporation
neptune Docker
2033705023
127931
3226-1-w-689 table 1. Manufacturer, Model, Serial Number, Equipment Entry Number And Location Of Equipment
period Of Performance:
this Agreement Will Include A Base Year Plus Four Option Years.
base Year: 03/01/2025-02/28/2026
option Year 1: 03/01/2026-02/28/2027
option Year 2: 03/01/2027-02/29/2028
option Year 3: 03/01/2028-02/28/2029
option Year 4: 03/01/2029-02/28/2030
dates As Specified Unless Contract Award Passes These Dates. Then The First Date Of Performance Will Start The Day Of Award. description Of Work: The Contractor Shall Provide All Required Service Including Emergency Service, Repairs, Preventative And Corrective Maintenance, Labor, Travel, Original Equipment Manufacturer (oem) Replacement And Repair Parts, And Technical Support For The Neptune 3 Rover Systems. All Services Performed Shall Be In Accordance With The (oem) Specifications. Field Service Engineers Must Be Licensed Or Contracted With The Original Manufacturer To Work On The Equipment. All Parts And Software Must Be Certified New From The Original Manufacturer.
hours Of Performance: Normal Hours Of Coverage Are Monday Through Friday 8:00 Am To 6:00 Pm Est Excluding Federal Holidays.
a. All Service/repairs Will Be Performed During Normal Hours Of Coverage Unless Requested Or Approved By The Contracting Officer S Representative (cor).
b. Preventative Periodic Maintenance Will Be Performed Monday Through Friday 8:00 Am To 6:00 Pm Est Or As Agreed To By The User And The Cor In Accordance With Manufacturer S Recommendations.
c. There Will Be 24/7 Telephone Support Coverage And 24/7 On-site Support Coverage.
d. Federal Holidays Observed By The Vamc Are: New Year S Day Labor Day Martin Luther King Day Columbus/indigenous People S Day Presidents Day Veterans Day Memorial Day Christmas Day
thanksgiving Day
juneteenth Day independence Day
note: Hardware/software Update/upgrade Installations Will Be Scheduled And Performed At A Mutually Agreed Upon Time At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Cor Or Designated Representatives. Government Provides Software/hardware Upgrade/update. There Shall Be No Additional Charge For Time Spent At The Site During Or After The Normal Hours Of Coverage Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts.
conformance Standards: Contractor Shall Provide Service And Ensure That The Equipment Functions In Accordance With The Equipment Manufacturer S Technical Performance Specifications. Contractor Shall Conform To All Regulations To Include But Not Be Limited To Federal, State, And Local Governing Any Chemicals, Equipment Or Work Which May Be Used Or Performed In The Work Under This Contract.
operational Uptime Requirements: The Medical Equipment/system Shall Be Operable And Available For Use 96% Of The Normal Operating Hours Of The Equipment. Downtime Will Be Computed From Notification Of Problem During Normal Work Hours.
guaranteed Response Time: The Oem Certified Field Service Engineer (fse) Will Use Commercially Reasonable Efforts To Respond To Customer S Requests Within 24 Hours Of Notification To The Vendor S Service Support Team.
live Phone Support: Service Shall Include Phone Support With Vendor Technical Support Engineers 24 Hours, 7 Days A Week.
after Hours Phone Support: Service For After Hour Phone Support Shall Include 24 Hours, 7 Days A Week, And 365 Days A Year For Technical Assistance When Required.
preventative Maintenance: Perform System Scheduled Maintenance Inspections As Outlined In The User S Manual Developed By The Manufacturer.
parts: All Needed Parts For Wear And Tear, Repairs, And Maintenance Conducted Are Covered.
parts Exchange And Protection: All Parts Required For The Repair Of The System (excludes Instruments And Accessories) Are Covered. Preferred Pricing On Repairs Or Replacement Due To Accidental Damage.
unscheduled Maintenance (emergency Repair Service):
a. Contractor Shall Maintain The Equipment In Accordance With The Manufacturer S Specifications. The Contractor Shall Provide Repair Service Which May Consist Of Calibration, Cleaning, Oiling, Adjusting, Replacing Parts, And Maintaining The Equipment, Including All Intervening Calls Necessary Between Regular Services And Calibrations. All Required Parts Shall Be Furnished.
b. The Cor Or Government Designated Representatives Are Authorized To Request And Approve Service Calls From The Contractor.
c. Response Time: Contractor's Fse Must Respond With A Phone Call To The Cor Or Designated Representative Within 1 Hour After Receipt Of Telephoned Notification During Normal Hours Of Coverage.
scheduled Maintenance: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered.
labor And Travel Expenses: All Labor And Travel Conducted During Normal Business Hours: Monday Through Friday, 8:00 Am To 6:00pm Est (excludes Vendor Company Holidays) Are Covered.
service Manuals/tools/equipment: All Required Manuals, Tools, And Equipment For Repairs And Maintenance Conducted Are Covered And Are The Responsibility Of The Vendor.
certified Trained Technicians And Key Personnel: The Scheduled Maintenance And Service Calls Shall Be Performed By Oem Trained Personnel In Accordance With The Agreement. Technicians Shall Include Fully Qualified Facility Service Engineers (fse) And A Fully Qualified Fse Who Will Serve As The Backup And Show Proof Of Competency, As Shown By Training Conducted On Said System. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment Identified In This Statement Of Work. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Preventive And Remedial Maintenance. Proof Of Training Shall Be Provided Upon Demand And Be Immediately Sent Via Fax, Upon Demand To The Cor. All Fse S And Technicians Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By "fully Qualified" Competent Fse's. The Cor And/or Designated Representative Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. It Is Anticipated That Any Hospital Regulatory Inspections (tjc, Etc.) Will Have The Vendor Providing Proof That They Meet Industry Standards Of Quality, And Traceable Standards, As Used To Calibrate This Device- System, At The Time Of The Maintenance Event.
check In Requirements: The Field Service Engineer Or Technicians Must Report To The Biomedical Engineering Department To Obtain A Badge And Sign In With The Biomedical Engineering Service Before Work Begins. Submit Any Mobile Media Devices That Would Be Used On The System To A Virus Scan. Upon Completion Of Work, The Field Service Engineer Must Report To The Biomedical Engineering Service To Sign Out And Brief Biomedical Staff Or Supervisor If Biomedical Staff Is Unavailable Concerning Completion Of Service. At The End Of Briefing Field Service Engineer Will Return The Badge And Sign Out In The Biomedical Engineering Department.
documentation: Contractor Shall Furnish A Detailed Field Service Report Upon Completion Of Work To Biomedical Staff In The Biomed Department. Payment Will Not Be Processed Until A Properly Completed Service Report Is Received. The Service Report Shall Contain, At A Minimum, The Following Information:
identification Of Equipment To Be Serviced:
va Ee Number
vendor Inventory Id Number
manufacturer Name
device Name
model Number
serial Number
system Id
name Of Contractor And Contract Number
name Of Fse Who Performed Services
contractor Service Esr Number/log Number
date, Time (starting And Ending), Equipment Downtime And Hours On-site For Service Call
va Purchase Order Number(s) Covering The Call If Outside Normal Working Hours
total Time Spent Performing Maintenance.
detailed Narrative And Itemized Description Of The Services Required And Performed Including:
labor And Travel
parts (with Part Numbers)
materials
location
corrective Action
copies Of All Test Reports
complete List Of Parts Replaced (when Applicable)
date And Time The Repair/support Was Completed
total Cost To Be Billed (if Applicable I.e., Part(s) Not Covered, Or Service Rendered After Normal Hours Of Coverage).
signatures:
fse Performing Services Described
authorized Va Employee Who Witnessed Service Described
note: - Any Additional Charges Claimed Must Be Approved By The Cor Or Designated Representative Before Service Is Completed!
the Service Report Shall Itemize Every Item In The Specification. Each Item Shall State The "as Found" Condition Or Values, The "calibrated To" Or "adjusted To" Values, The Factory Design Tolerances, And A Complete Description Of All Work Performed Concerning The Items. Included Will Be A List Of New Parts Used And Recommended Future Repairs.
reporting Requirements: The Contractor Shall Be Required To Report To The Clinical Engineering Department To Log In. This Check- In Is Mandatory. When The Service Is Completed, The Fse Shall Document Services Rendered On A Legible Esr(s). The Fse Shall Be Required To Log Out With Biomedical Engineering And Submit The Esr(s) To The Cor Or Designated Representative. All Esrs Shall Be Submitted To The Equipment User For An "acceptance Signature" And To The Cor Or Designated Representative For An "authorization Signature". If Cor Or Designated Representative Is Unavailable, A Signed, Authorized Copy Of The Esr Will Be Left With The User.
place Of Performance: va Connecticut Healthcare System
west Haven Va Medical Center
950 Campbell Avenue
west Haven, Ct 06516
contracting Officer Representatives: Prior To Contract Award, The Contracting Officer Shall Designate A Va Medical Center Employee As The Cor. All Work Coordination Shall Be Made Through The Cor. The Contractor Shall Be Provided A Copy Of The Letter Of Delegation Authorizing The Cor At The Commencement Of The Term Of The Contract. No Other Person Shall Be Authorized To Act In Such Capacity Unless Appointed In Writing By The Contracting Officer.
safety Requirements: In The Performance Of This Contract, The Contractor Shall Take Such Safety Precautions As The Contracting Officer May Determine To Be Reasonably Necessary To Protect The Lives And Health Of Occupants Of The Building. The Contracting Officer Shall Notify The Contractor Of Any Safety Issues And The Action Necessary To Correct These Issues. Such Notice, When Served To The Contractor Or His Representative At The Work Site Shall Be Deemed Sufficient For The Corrective Actions To Be Taken. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue An Order Stopping All Or Part Of The Work And Hold The Contractor In Default.
invoicing: Payment To Be Made Monthly In Arrears By Certified Invoices And Must Contain The Contract Number In Addition To The Requirements Detailed In 52.212-4 (g) To Be Considered Valid. All Invoices Shall Be Submitted To The Va Financial Service Center And Emailed To The Cotr. All Invoices Will Reference The Purchase Order Number Assigned To The Contract.
additional Charges: There Shall Be No Additional Charge For Time Spent At The Site (during, Or After The Normal Hours Of Coverage) Awaiting The Arrival Of Additional Fse And/or Delivery Of Parts.
transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement.
reporting Required Services Beyond The Contract Scope: The Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor And/or Designated Representative (in Writing) Of The Existence Or The Development Of Any Defects In, Or Repairs Required, To The Scheduled Equipment Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. The Contractor Shall Furnish To The Cor Or Designated Representative A Written Estimate Of The Cost To Make Necessary Repairs.
condition Of Equipment: The Contractor Shall Accept Responsibility For The Equipment. Failure To Inspect The Equipment Prior To Contract Award Will Not Relieve The Contractor From Performance Of The Requirements Of This Contract.
test Equipment: Prior To Commencement Of Work On This Contract, The Contractor Shall Provide The Vamc With A Copy Of The Current Calibration Certification Of All Test Equipment Which Is To Be Used By The Contractor On Vamc's Equipment. This Certification Shall Also Be Provided On A Periodic Basis When Requested By The Vamc. Test Equipment Calibration Shall Be Traceable To The Original Equipment Manufacture S Standard.
identification, Parking, Smoking, And Va Regualtions: The Contractor's Fse's Shall Always Wear Visible Identification While On The Premises Of The Vamc. The Contractor Shall Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police Section. The Vamc Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited Inside Any Buildings At The Vamc. Possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court.
training: The Contractor Shall Provide First Call Clinical Engineering Training For Current Qualified Technicians At The Vamc, Ct During Regular Service Hours Of Monday Through Friday From 8:00am 6:00 Pm Est. This Is Not An Ongoing Training And Will Only Be Provided On An Annual Basis As Required. All Training For Upgrades To Equipment Shall Be Considered Within Scope Throughout The Life Of The Contract. All Service And Repairs Are Performed By Oem Factory Certified Technicians.
transportation Charges: All Costs Associated With Transportation, From Shipping Point To The Destination Specified Above, And All Costs Of Removal After Contract Completion, Shall Be Paid By The Contractor And Incorporated In The Price Proposal. The Contractor Shall Be Responsible For All Damage In Transit Including Any Transportation Costs For Replacement.
complaince With Osha Bloodborne Pathogens Standard: The Contractor Shall Comply With The Federal/california Osha Bloodborne Pathogens Standard. The Contractor Shall:
a. Have Methods By Which All Employees Are Educated As To Risks Associated With Bloodborne Pathogens.
b. Have Policies And Procedures Which Reduce The Risk Of Employee Exposure To Bloodborne Pathogens.
c. Have Mechanisms For Employee Counseling And Treatment Following Exposure To Bloodborne Pathogens.
d. Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, Mouthpieces For The Employee During Performance Of The Contract.
miscellaneous: Additional Equipment May Be Added And/or Removed Throughout The Life Of This Contract And Shall Be Considered Within Scope.
contractor Personnel Security Requirements: All Contractor Personnel Shall Obtain A Short-term Identification Badge Issued By The Cor Or Government Designated Representative. Such Badge Shall Be Worn By The Individual And Prominently Always Displayed While On Va Property. No Employee Of The Contractor Shall Enter The Project Site Without A Valid Identification Badge Issued By The Va. To Obtain A Short-term Identification Badge, Contractor Personnel Shall Present To The Cor A Valid (non-expired) Photo Identification Issued By A Us Federal, State, Or Local Government Agency. Escort Will Be Provided As Required In Sensitive Work Areas. The C&a Requirements Do Not Apply, And The Security Accreditation Package Is Not Required. The Identified Sole Source Vendor Shall Be Subject To The Federal Laws, Regulations, Standards, And Va Directives And Handbooks Regarding Information And Information System Security As Delineated In Standard Acquisition Guidelines. Per The Va Handbook 6500.6, No Va Sensitive Information Will Be Transferred, Shared, Or Stored With Vendor. As Such, No Additional Mechanisms Will Be Needed To Ensure The Protection Of Information.
records Management Statement:
a. Contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.
b. In Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.
c. In Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.
d. Va Medical Center West Haven And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of The Va Medical Center West Haven Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of Any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Va Medical Center West Haven. The Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
e. The Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Va Medical Center West Haven Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
f. The Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Va Medical Center West Haven Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
g. The Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Va Medical Center West Haven Policy.
h. The Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Va Medical Center West Haven Information That Are Not Specifically Tied To Or Authorized By The Contract.
i. The Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.
j. The Va Medical Center West Haven Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Va Medical Center West Haven Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
k. Training. All Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Vha-provided Records Management Training, Talent Management System (tms) Item #3873736, Records Management For Records Officers And Liaisons. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.
vha Supplemental Contract Requirements For Ensuring Adequate Covid-19 Safety Protocols For Federal Contractors: contractor Employees Who Work In Or Travel To Vha Locations Must Comply With The Following:
documentation Requirements: If Fully Vaccinated, Shall Show Proof Of Vaccination
note: Acceptable Proof Of Vaccination Includes A Signed Record Of Immunization From A Health Care Provider Or Pharmacy, A Copy Of The Covid-19 Vaccination Record Card (cdc Form Mls-319813_r, Published On September 3, 2020), Or A Copy Of Medical Records Documenting The Vaccination
if Unvaccinated And Granted A Medical Or Religious Exception, Shall Show Negative Covid-19 Test Results Dated Within Three Calendar Days Prior To Desired Entry Date. Test Must Be Approved By The Food And Drug Administration (fda) For Emergency Use Or Full Approval. This Includes Tests Available By A Doctor S Order Or An Fda Approved Over-the-counter Test.
documentation Cited In This Section Shall Be Digitally Or Physically Maintained On Each Contractor Employee While In A Va Facility And Is Subject To Inspection Prior To Entry To Va Facilities And After Entry For Spot Inspections By Contracting Officer Representatives (cors) Or Other Hospital Personnel. Documentation Will Not Be Collected By The Va; Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information.
contractor Employees Are Subject To Daily Screening For Covid-19 And May Be Denied Entry To Va Facilities If They Fail To Pass Screening Protocols. As Part Of The Screening Process Contractors May Be Asked Screening Questions Found On The Following Website: Covid-19 Screening Tool. Regularly Check The Website For Updates.
contractor Employees Who Work Away From Va Locations, But Who Will Have Direct Patient Contact With Va Patients Shall Self-screen Utilizing The Covid-19 Screening Tool, In Advance Each Day That They Will Have Direct Patient Contact And In Accordance With Their Person Or Persons Who Coordinate Covid-19 Workplace Safety Efforts At Covered Contractor Workplaces. Contractors Shall, At All Times, Adhere To And Ensure Compliance With Federal Laws Designed To Protect Contractor Employee Health Information And Personally Identifiable Information.
contractor Must Immediately Notify Their Cor Or Contracting Officer If Contract Performance Is Jeopardized Due To Contractor Employees Being Denied Entry Into Va Facilities.
option To Extend Services (nov 1999): The Government May Require Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Rates May Be Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. The Option Provision May Be Exercised More Than Once, But The Total Extension Of Performance Hereunder Shall Not Exceed 6 Months. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within 5 Days.
Municipality Of San Vicente, Palawan Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.9 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Office Supplies Not Available At Ps-depot Intended For The 1st Semester Requirement Of Different Offices, This Municipality/gds-2025-016 1. The Municipal Government Of San Vicente, Palawan, Through The General Fund Intends To Apply The Sum Of One Million Two Hundred Twelve Thousand Nine Hundred Six Pesos (₱1,212,906.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Office Supplies Not Available At Ps-depot Intended For The 1st Semester Requirement Of Different Offices, This Municipality/gds-2025-016. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. Set 5 3m Post-it Page Markers 670-5an 5 Colors 2. Piece 1 A4 Plastic Clip Board Hardboard Writing Pad Profile Clip With Hanging Hole 3. Piece 65 Arc File 2 Rings 3" Thick Cover, Long Size 4. Piece 1 Acrylic Suggestion Box 8x5x8 Inch, With Lock, 3mm Thickness 5. Pack 1 Acetate Film A4 Size 6. Piece 348 Ballpen, 0.7mm Color Black 7. Piece 198 Ballpen, 0.7mm Color Blue 8. Piece 904 Ballpen, 0.5mm Color Black(smooth Ink) 9. Piece 124 Ballpen, 0.5mm Color Blue(smooth Ink) 10. Box 72 Ballpen, Good Quality Black 12's/box 11. Box 16 Ballpen 0.5 Retractable, Black 12's/box 12. Box 2 Ballpen, Good Quality Black 12's/box 13. Pack 124 Battery, Dry Cell, Size Aa (heavy Duty) 14. Pack 82 Battery, Dry Cell, Size Aaa(heavy Duty) 15. Box 20 Binder Clip,2-51mm 16. Box 17 Binder Clips 1 Inch 17. Box 10 Binder Clips 1 1/2 Inch 18. Box 8 Binder Clips 1 1/4 Inch 19. Box 18 Binder Clips 2 Inch 20. Box 6 Binder Clips 3/4 Inch 21. Piece 4 Calculator 12 Digits, Mx 12b Heavy Duty 22. Box 4 Carbon Film/ Paper, 100's Legal (blue) 23. Piece 8 Cartolina Neon Color 24. Piece 12 Cartolina Red 25. Piece 12 Cartolina Black 26. Piece 12 Cartolina White 27. Pack 14 Cartolina, Assorted Colors 10pcs/pack 28. Piece 100 Cashbook (for Collector) 29. Piece 50 Cashbook (in-treasury) 30. Piece 195 Certificate Holder A4, Size 31. Piece 100 Certificate Frame Holder Legal Size 32. Box 10 Clear Sheet Protector, 27 Holes, 25 Pcs/box(legal) 33. Piece 30 Clear Holder Refillable, Color Black, Legal Size, 27 Holes 34. Pack 5 Clear Book, Refill A4, 10s/pack 35. Pack 5 Clear Book, Refill Legal, 10s/pack 36. Piece 42 Clearbook, Legal Size 37. Piece 10 Clipboard With Cover File Folder Organizer, Legal 38. Piece 10 Clipboard With Cover File Folder Organizer, A4 39. Box 28 Clip, Backfold, 25mm 40. Piece 3 Color Sticky Note/memo Pad With Arrow Flags In Pu Leather Case 41. Piece 15 Columnar 24 Columns 42. Box 11 Continuous Form, Carbonless, 2 Ply, 280x241mm 43. Piece 36 Correction Pen, Metal Tip 44. Piece 150 Customized Id Lace/lanyard 45. Piece 12 Cutter/utility Knife, For General Purpose 46. Piece 20 Data Folder, With Finger Ring(3"x9"x15")(blue) 47. Piece 130 Data Folder 48. Piece 75 Data File Box 49. Piece 7 Dater Stamp (heavy Duty) 50. Roll 76 Double Sided Tape 1" 51. Roll 10 Double Sided Tape 2" 52. Roll 10 Double Sided Tape 1/2" 53. Roll 10 Double Sided Tape Adhesive Transparent,1" 54. Box 10 Dressmaker's Pin, 26mm, 12s 55. Pad 3 Dtr, Daily Time Record Form-48,50 Leaves 56. Roll 10 Duct Tape, Width:48mm 57. Set 10 Duct Tape, Pvc Adhesive Tape, Size: 100mmx10m 58. Piece 4 Eagle Page Markers Ty7391 4s 59. Piece 50 Envelope Brown, Documentary A4 Size Doc. 60. Piece 62 Envelope Brown, Documentary Legal Size Doc. 61. Piece 185 Envelope, Expanding, Plastic, Lock With Handle, Legal 62. Piece 57 Envelope, Plastic With Handle And Zipper (legal) 63. Piece 200 Envelope, Plastic, Long, Transparent(ordinary) 64. Piece 200 Envelope, Plastic, A4, Transparent(ordinary) 65. Piece 174 Envelope, Expanding With Garter, Legal, 12's 66. Box 7 Envelope, Documentary, A4 67. Box 17 Envelope, Expanding, Kraft 68. Box 2 Envelope, Mailing, With Window 69. Set 15 File Tab Divider, Legal 70. Piece 15 File Tray 3 Layers, Acrylic Organizer/tray 71. Piece 590 Folder Ordinary(long) White 72. Piece 500 Folder Ordinary(a4) White 73. Piece 25 Folder With Ring, Arch File Folder, A4 74. Piece 25 Folder With Ring, Arch File Folder, Long 75. Piece 10 Folder, Expandable, Legal 76. Piece 75 Folder, Expandable, Legal (green) 77. Piece 20 Folder, Expandable, Legal (red) 78. Piece 50 Folder, Expandable, Legal (blue) 79. Pack 2 Folder, Expandable, Short (100pcs/pack) 80. Piece 50 Folder, Ordinary, Legal (green) 81. Pack 10 Folder, File Folder, Plain/kraft,14pts, Short, 100s 82. Piece 50 Folder, File Folder, Plain/kraft,14pts, A4, 100s 83. Piece 48 Folder, Transparent Plastic Long, White 84. Pack 3 Folder, Sliding, Transparent Long 100pcs/pack 85. Pack 2 Folder, Sliding, Transparent A4 100pcs/pack 86. Bundle 55 Folder, Fancy With Slide, Legal 87. Pack 5 Folder, L-type, A4 88. Pack 5 Folder, L-type, Legal 89. Box 11 Folder, Pressboard 90. Piece 20 Frame, Certificate,a4 91. Unit 1 Fire Extinguisher, Dry Chemical 92. Bottle 5 Glue,multi-purpose-all,500g 93. Bottle 121 Glue, All-purpose 94. Piece 2 Gun Tacker, Heavy Duty Multi-purpose W/ Handle Locking System For T50 Staple Wire 95. Box 5 Gun Tacker Staple Wire 96. Set 8 Highlighter (pink, Orange, Green & Yellow) 97. Set 3 Highlighter, 6pcs/set 98. Set 2 Highlighter, 9pcs/set 99. Piece 10 Inkjet Paper Matte, 108gsm 100. Piece 10 Illustration Board, 1 Whole 101. Pack 3 Laminating Film (a4 Size)100pcs/pack 102. Box 1 Laminating Pouches, A4 220x307, 250mic, 100pcs 103. Unit 1 Laptop Charger (for Hp I7) 104. Piece 1 Led Digital Snooze Electric Alarm Clock Backlight Time Calendar Battery Operated, Plastic, Size:13.5cmx7.5cmx4.5cm"x2.95"x1.77" (approx) Screen Size:11cmx5cm/4.33"x1.97"(approx) 105. Piece 7 Light-emitting Diode (led) Linear Tube, 18 Watts 106. Piece 15 Magazine File Box, Large Size, Made Of Chipboard 107. Piece 135 Manila Paper 108. Piece 192 Marker, Whiteboard, Black 109. Piece 80 Marker, Whiteboard, Blue 110. Piece 680 Marker, Permanent, Black 111. Piece 116 Marker, Permanent, Blue 112. Unit 3 Measuring Tape 15 Meters 113. Set 5 Metal Triple Desk Tray, Black 114. Box 10 Mild Steel Binder Clip, Small,12 Pcs/box, Colored 115. Ream 2 Neon Paper Assorted Color, Short 116. Ream 5 Neon Paper Assorted Color, Long 117. Pad 50 Note Pad, Stick On, (0.5"x 2") 118. Pad 38 Note Pad (2"x2") 119. Pad 107 Notepad, Stick-on, 50mm X 76mm 120. Pad 132 Notepad, Stick-on, 76mm X 100mm 121. Pad 110 Notepad, Stick-on, 76mm X 76mm 122. Piece 3 Numbering Stamp (12 Digits) 123. Roll 1 Nylon Cord Thread 300m (for Shoe Repairing) 124. Piece 2 Packbag For Collector 125. Piece 2 Packing Tape Dispenser, Metal, 2" 126. Roll 10 Packing Tape 3" 127. Bot 1 Padding Glue, Red, Binding All Kinds Of Paper 128. Piece 10 Padlock Big Size (for Container Van) 129. Piece 5 Padlock Standard Size (for Door) 130. Box 164 Paper Clip, Vinly/plastic Coated, 33mm 131. Box 111 Paper Fastener (plastic) Small 50's 132. Box 14 Paper Fastener (plastic)big, 50,s 133. Box 12 Paper Fastener (plastic)coated Extra Long 134. Pack 3 Paper Bag, Brown Size 6" 100's/pack 135. Ream 10 Paper, Bond 80gsm-letter 136. Ream 435 Paper, Multipurpose A4 137. Ream 345 Paper, Multipurpose Legal 138. Pad 53 Paper, Photo,a4 Glossy, 180 Gsm 139. Pack 1 Paper, Photo,a4 Glossy, 135 Gsm 140. Pack 33 Paper, Photo,a4 Size, 230gsm 141. Pad 10 Photo Sticker A4 135gsm 10 Sheets 142. Piece 418 Pen, Black, Liquid/gel Ink,0.5mm,needle Tip 143. Piece 140 Pen, Blue, Liquid/gel Ink,0.5mm,needle Tip 144. Piece 142 Pen, Green, Liquid/gel Ink,0.5mm,needle Tip 145. Piece 34 Pen, Red, Liquid/gel Ink,0.5mm,needle Tip 146. Piece 10 Pen, Violet, Liquid/gel Ink,0.5mm,needle Tip 147. Piece 24 Pen, Signing, Sign Pen 0.7black 148. Piece 27 Pen., Sign Pen Black, Hi-tech Point Vio Grip 149. Piece 7 Pencil, Lead, With Eraser No.1 150. Box 30 Pencil #2, Good Quality 151. Piece 46 Pentel Pen, Permanent Broad Black(refillable) 152. Bottle 8 Pentel Pen, Refill Ink, Black 30ml 153. Box 32 Push Pin (assorted Colors) 154. Piece 39 Puncher, Paper, Heavy Duty 155. Box 10 Pvc Cover, 300mic, 100 Pcs,a4 Size 156. Box 9 Pvc Cover, 300mic, 100 Pcs,legal Size 157. Pack 23 Rechargeable Battery (aa) 158. Pack 2 Rechargeable Battery (aaa) 159. Piece 5 Rechargeable Flashlight, Branded 160. Piece 54 Record Book 200pages 161. Piece 6 Record Book 300pages, 162. Piece 20 Record Book 500pages 163. Roll 3 Ribbons, Satin,40mmx25 Yards, White 164. Roll 3 Ribbons, Satin,40mmx25 Yards, Green 165. Roll 3 Ribbons, Satin,40mmx25 Yards, Light Brown 166. Roll 3 Ribbons, Satin,40mmx25 Yards, Red 167. Roll 3 Ribbons, Satin,40mmx25 Yards, Yellow 168. Roll 3 Ribbons, Satin,40mmx25 Yards, Peach 169. Roll 3 Ribbons, Satin,50mmx25 Yards, White 170. Roll 3 Ribbons, Satin,50mmx25 Yards, Green 171. Roll 3 Ribbons, Satin,50mmx25 Yards, Light Brown 172. Roll 3 Ribbons, Satin,50mmx25 Yards, Red 173. Roll 3 Ribbons, Satin,50mmx25 Yards, Yellow 174. Roll 3 Ribbons, Satin,50mmx25 Yards, Peach 175. Roll 2 Ribbon (2 Inches/cloth Type/red) 176. Roll 2 Ribbon (2 Inches/cloth Type/white) 177. Roll 2 Ribbon (1/2 Inch/cloth Type/red) 178. Roll 2 Ribbon (1/2 Inch/cloth Type/white) 179. Piece 10 Ribbon 4" Color (green) 180. Piece 10 Ribbon 4" Color (yellow) 181. Piece 10 Ribbon 4" Color (white) 182. Piece 10 Ribbon 4" Color (blue) 183. Piece 10 Ribbon 4" Color (yellow Green) 184. Cartridge 5 Ribbon Cartridge For Epson, Lx310, S015639/s015634 185. Cartridge 5 Ribbon Cartridge For Epson, Lq590ii,no.s015337/vp880rc 186. Bundle 11 Ring Binder 1" 10 Pcs/bundle 187. Bundle 5 Ring Binder 1.5" 10 Pcs/bundle 188. Bundle 29 Ring Binder 1/2" 10 Pcs/bundle 189. Bundle 5 Ring Binder 1/8" 10 Pcs/bundle 190. Bundle 5 Ring Binder 2" 10 Pcs/bundle 191. Bundle 16 Ring Binder 3/4" 10 Pcs/bundle 192. Bundle 8 Ring Binder 3/8" 10 Pcs/bundle 193. Bundle 1 Ring Binder 1/4" 10 Pcs/bundle 194. Bundle 8 Ring Binder 5/6" 10 Pcs/bundle 195. Piece 4 Rubber Numbering Stamp, Manual, 12 Band Self-inking 196. Box 25 Rubber Band No. 18 197. Pad 5 Safety Pins 198. Piece 28 Scissor Heavy Duty,10" 199. Piece 20 Scissor Heavy Duty,6" 200. Piece 69 Sign Pen, Extra Fine Tip, Black 201. Piece 176 Sign Pen, Fine Tip, Black 202. Piece 44 Sign Pen, Medium Tip, Black 203. Piece 15 Sign Pen, Extra Fine Tip, Blue 204. Piece 41 Sign Pen, Fine Tip, Blue 205. Piece 24 Sign Pen, Medium Tip, Blue 206. Piece 15 Sign Pen, Extra Fine Tip, Red 207. Pack 150 Specialty Paper, Size 8.5x11in, Gsm 90, 10 Sheets/pack (white And Cream) 208. Pad 10 Skirting Pins 209. Pack 7 Special Paper A4 (10 Sheets) Asstd. Colors 210. Pack 7 Special Paper Legal (10 Sheets) Asstd. Colors 211. Pack 40 Special Paper White Legal,200 Gsm 212. Pack 61 Special Paper White A4,200 Gsm 213. Pack 120 Special Board Paper A4,white Color,220 Gsm 214. Pack 25 Specialty Paper A4 Color: White, For Certificates 215. Pack 40 Specialty Board Paper(letter) With Touch Of Cream 10's/pack 216. Pack 200 Specialty Board Paper(short) Cream Color, 220gsm 217. Pack 65 Specialty Board Paper(short) Green Color, 220gsm 218. Pack 5 Specialty Board Paper(short) Peach Color, 80gsm 219. Pack 1 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(14.3mm(100pcs) 220. Pack 1 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(12.7mm(100pcs) 221. Pack 1 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(7.9mm(100pcs) 222. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(8mm) 223. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(10mm) 224. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(12mm) 225. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(14mm) 226. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(18mm) 227. Piece 50 Spiral O" Or Ring Wire Binder Double Loop 3:1 Black Color, Legal Size(20mm) 228. Box 43 Stapler With Remover (heavy Duty)#35 229. Box 31 Staple Wire No.35 26/6 And 5000 Fullstrip Staples 230. Bot 1 Stamp Pad Ink Black (950ml)purple 231. Piece 19 Stamp Pad, Felt 232. Piece 1 Stamp, Rubber, Customized, Wood Handle 233. Piece 10 Starfile Magazine Rack, Single, Horizontal 234. Piece 20 Stationary Tape Clear, 1/2 Inch 235. Piece 12 Stick Glue(small) 236. Pack 14 Sticker Paper Size A4, Color: White, 10's/pack 237. Pad 5 Sticky Note 1"x3" 238. Pad 25 Sticky Note 3"x3"/ 4 Pads/pack (multi-color) 239. Pad 10 Sticky Note 3"x4"/ 4 Pads/pack (multi-color) 240. Pad 5 Sticky Note, Arrow Head, (sign Here) Pad, 3"x4")min 241. Pad 5 Sticky Note 4"x4" 242. Pack 1 Stock Card 5x8" 100 Pieces Per Pack 243. Piece 50 Tabletop Pen With String And Stand 244. Piece 30 Tape Clear 3" 245. Piece 7 Tape Dispenser, Table Top 246. Roll 18 Tape, Electrical 247. Roll 111 Tape, Masking, 48 Mm 248. Roll 96 Tape, Packaging, 48 Mm 249. Roll 123 Tape, Transparent, 48 Mm 250. Roll 3 Twine, Plastic 251. Box 10 Thumbtacks,no.10.153,gold Steel, 100's 252. Pack 30 Vellum Paper, Legal, 180gsm,10pcs/pack, White 253. Piece 1 Weight And Measures Pliers Clip 254. Bottle 5 White Board Marker Ink (black) 255. Piece 1 Whiteboard, 18"x24" 256. Unit 1 Whiteboard, 48"x71" 257. Unit 1 Whiteboard, 36"x48" 258. Piece 1 Wooden Index Card Box 5x8 Inch For Inventory 259. Pad 5 Yellow Pad Paper 260. Pair 50 Scissors, Symmetrical/asymmetrical(heavy Duty) 261. Piece 1 Flash Drive, Usb, 3.0, 32gb 262. Piece 3 Mouse, Optical, Wireless, Usb 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5 To 26, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On February 12, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 26, 2025, 1:00 P.m. Late Bids Shall Not Be Accepted. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 26, 2025, 1:30 P.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
Province Of Iloilo Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date8 May 2025
Tender AmountPHP 134.1 K (USD 2.4 K)
Details: Description . Bids And Awards Committee Iloilo Provincial Government Procurement Of Office Supplies Bid No. Agr-25-66-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 5 1. Scope Of Bid 5 2. Funding Information 5 3. Bidding Requirements 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders 5 6. Origin Of Goods 6 7. Subcontracts 7 8. Pre-bid Conference 7 9. Clarification And Amendment Of Bidding Documents 7 10. Documents Comprising The Bid: Eligibility And Technical Components 7 11. Documents Comprising The Bid: Financial Component 7 12. Bid Prices 8 13. Bid And Payment Currencies 8 14. Bid Security 8 15. Sealing And Marking Of Bids 9 16. Deadline For Submission Of Bids 9 17. Opening And Preliminary Examination Of Bids 9 18. Domestic Preference 9 19. Detailed Evaluation And Comparison Of Bids 9 20. Post-qualification 10 21. Signing Of The Contract 10 Section Iii. Bid Data Sheet 11 Section Iv. General Conditions Of Contract 12 1. Scope Of Contract 12 2. Advance Payment And Terms Of Payment 12 3. Performance Security 12 4. Inspection And Tests 12 5. Warranty 13 6. Liability Of The Supplier 13 Section V. Special Conditions Of Contract 14 Section Vi. Schedule Of Requirements 16 Section Vii. Technical Specifications 18 Section Viii. Checklist Of Technical And Financial Documents 20 Section I. Invitation To Bid Purchase Of Office Supplies Bid No. Agr-25-66-b 1. The Iloilo Provincial Government Through The General Fund 2025 Intends To Apply The Sum Of One Hundred Thirty-four Thousand One Hundred Sixty-one And 75/100 Pesos (php 134,161.75) Being The Abc To Payments Under The Contract For The Purchase Of Office Supplies. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within 14 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (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, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 29, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On N/a At 9:00 A.m. At The N/a And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City On Or Before May 8, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 8, 2025 At 9:01 A.m.at The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com April 22, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Office Supplies With Bid No. Agr-25-66-b. The Procurement Project (referred To Herein As “project”) Is Composed Of Thirty-nine (39) Item(s), The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2024 In The Amount Of One Hundred Thirty-four Thousand One Hundred Sixty-one And 75/100 Pesos (php 134,161.75) 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Provincial Agriculture Office Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To Provincial Agriculture Office. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Bondpaper Short Subs. 20 50 50 2 Bondpaper Long Subs. 20 170 170 3 Ballpen, 0.5mm (black) 36 36 4 Sign Pen 0.4, Black 12 12 5 Ink Refill Compatible With Epson Printer, Black 30 30 6 Ink Refill Compatible With Epson Printer, Cyan 10 10 7 Ink Refill Compatible With Epson Printer, Yellow 10 10 8 Ink Refill Compatibie With Epson Printer, Magenta 10 10 9 Toner Compatibe To Digital Copier Gestetner Mp2501l 8 8 10 Usb, 8gb 5 5 11 Folder White Long 200 200 12 Permanent Marker, Fine Pt., Black 12 12 13 Paper Fastener, Plastic Coated 10 10 14 Ink Refill Sign Pen Compatible To Parker (0.8mm, Medium) 5 5 15 Brown Envelope, Long 100 100 16 Special Paper Short, Assorted Paper (fine) 10's 10 10 17 Cellulose Tape, Clear, 1" Width X 1cm Thick 8 8 18 Masking Tape 1" Width X 1cm Thick 9 9 19 Double Sided Tape, Thin, 1" Width X 5mm Thick 15 15 20 Duct Tape, Big Roll Silver 48mm Width X 54m Length (min.) 4 4 21 Sticker Paper, High Gloss A4, 10's 8 8 22 Highligther, Assorted Color 10 10 23 Staple Wire No. 35 20 20 24 Pencil No. 2, 12's 2 2 25 Stapler With Staple Remover Compatible To Staple Wire # 35 5 5 26 File Box With Cover, 16" Lx 6" W X 11" H 10 10 27 Sticky Note Pad, 51mm X 76mm, 4's 25 25 28 Whiteboard Eraser 4 4 29 Whiteboard Marker 12 12 30 Correction Tape, 3-5mm Width X 8m Length 15 15 31 Photopaper Glossy, 10's 5 5 32 Metal/clamp Binder, 2" 12 12 33 Expanding Folder Long, Green 45 45 34 Bond Paper Long Subs 16, Colored Blue 4 4 35 Bond Paper Long Subs 16, Colored Yellow 1 1 36 Bond Paper Long Subs 16, Colored Pink 1 1 37 Record Book, 300 Pages 10 10 38 Sticky Notes 2" X 3" 10 10 39 Record Book, 150 Pages 15 15 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Agr-25-66-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1. Bondpaper Short Subs. 20 2. Bondpaper Long Subs. 20 3. Ballpen, 0.5mm (black) 4. Sign Pen 0.4, Black 5. Ink Refill Compatible With Epson Printer, Black 6. Ink Refill Compatible With Epson Printer, Cyan 7. Ink Refill Compatible With Epson Printer, Yellow 8. Ink Refill Compatibie With Epson Printer, Magenta 9. Toner Compatibe To Digital Copier Gestetner Mp2501l 10. Usb, 8gb 11. Folder White Long 12. Permanent Marker, Fine Pt., Black 13. Paper Fastener, Plastic Coated 14. Ink Refill Sign Pen Compatible To Parker (0.8mm, Medium) 15. Brown Envelope, Long 16. Special Paper Short, Assorted Paper (fine) 10's 17. Cellulose Tape, Clear, 1" Width X 1cm Thick 18. Masking Tape 1" Width X 1cm Thick 19. Double Sided Tape, Thin, 1" Width X 5mm Thick 20. Duct Tape, Big Roll Silver 48mm Width X 54m Length (min.) 21. Sticker Paper, High Gloss A4, 10's 22. Highligther, Assorted Color 23. Staple Wire No. 35 24. Pencil No. 2, 12's 25. Stapler With Staple Remover Compatible To Staple Wire # 35 26. File Box With Cover, 16" Lx 6" W X 11" H 27. Sticky Note Pad, 51mm X 76mm, 4's 28. Whiteboard Eraser 29. Whiteboard Marker 30. Correction Tape, 3-5mm Width X 8m Length 31. Photopaper Glossy, 10's 32. Metal/clamp Binder, 2" 33. Expanding Folder Long, Green 34. Bond Paper Long Subs 16, Colored Blue 35. Bond Paper Long Subs 16, Colored Yellow 36. Bond Paper Long Subs 16, Colored Pink 37. Record Book, 300 Pages 38. Sticky Notes 2" X 3" 39. Record Book, 150 Pages Terms And Conditions 1. All Items Must Be Delivered At The Provincial Agriculture Office. 2. All Items Must Be Delivered Within 14 Days Upon Receipt Of Notice To Proceed (ntp). 3. Ait Items Must Be Delivered At Their Best Qualtity And Condition. 4. Winning Bidder Must Coordinate With The Provincial Agriculture Office Admin. Division Prior To The Delivery Of Items Listed Above. ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity. Bid Form Date: _____________________ Bid No.: ___________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers __________, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply/deliver/perform _________________________________________ [description Of The Goods] In Conformity With The Said Pbds For The Sum Of _______________________________________, (php _______________________) [total Bid Amount In Words And Figures] Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies And Duties, As Applicable, Which Are Itemized Herein Or In The Price Schedules, If Our Bid Is Accepted, We Undertake: A. To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents (pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Period Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of ____________________________________________________ As Evidenced By The Attached [name Of The Bidder] ______________________________________. [state The Written Authority]. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: Republic Of The Philippines) City Of ____________________) S.s. Bid Securing Declaration Bid No.: ___________________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of _____________________) S.s. Omnibus Sworn Statement (for Sole Proprietorship) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Sole Proprietor Or Authorized Representative Of ______________________________________ With Office Address At ______________________________________; 2. As The Owner And Sole Proprietor, Or Authorized Representative Of _____________________________________, I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For ___________________________________________ [name Of The Project] Of The Iloilo Provincial Government, As Shown In The Attached Duly Notarized Special Power Of Attorney; 3. __________________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. __________________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. ___________________________________________ Complies With Existing Labor Laws And Standards; And 8. ___________________________________________ Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The ______________________________________. [name Of The Project] 9. _________________________________________ Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. ________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of ____________________) S.s. Omnibus Sworn Statement (for A Partnership Or Cooperative) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Duly Authorized And Designated Representative Of ______________________________ With Office Address At ___________________________________; 2. I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For __________________________________ Of The Iloilo Provincial Government, As Shown [name Of The Project] In The Attached _________________________________________________; [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;] 3. _____________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. _____________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. None Of The Officers And Members Of _____________________________________ Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. _____________________________________ Complies With Existing Labor Laws And Standards; And 8. _____________________________________ Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The ______________________________________. [name Of The Project] 9. _____________________________________ Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of _____________________) S.s. Omnibus Sworn Statement (for A Corporation Or Joint Venture) I, _______________________________________of Legal Age, Single/married/widow, Filipino, And Residing At ________________________________________, Philippines, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Duly Authorized And Designated Representative Of ______________________________ With Office Address At ___________________________________; 2. I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For __________________________________ Of The Iloilo Provincial Government, As Shown [name Of The Project] In The Attached _________________________________________________; [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;] 3. _____________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. _____________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. None Of The Officers, Directors, And Controlling Stockholders Of _____________________________________is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. _____________________________________ Complies With Existing Labor Laws And Standards; And 8. _____________________________________ Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: E. Carefully Examining All Of The Bidding Documents; F. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; G. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And H. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The ______________________________________. [name Of The Project] 9. _____________________________________ Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. ________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Republic Of The Philippines) City Of ____________________) S.s. Performance Securing Declaration Bid No: ____________________ To: Bids And Awards Committee Iloilo Provincial Government Iloilo Provincial Capitol Bonifacio Drive, Iloilo City I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, To Guarantee The Faithful Performance By The Supplier/distributor/manufacturer/contractor/consultant Of Its Obligations Under The Contract, I/we Shall Submit A Performance Securing Declaration Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award Prior To The Signing Of The Contract. 2. I/we Accept That: I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of One (1) Year For The First Offense, Or Two (2) Years For The Second Offense, Upon Receipt Of Your Blacklisting Order If I/we Have Violated My/our Obligations Under The Contract; 3. I/we Understand That This Performance Securing Declaration Shall Cease To Be Valid Upon: A. Issuance By The Procuring Entity Of The Certificate Of Final Acceptance, Subject To The Following Conditions: I. Procuring Entity Has No Claims Filed Against The Contract Awardee; Ii. It Has No Claims For Labor And Materials Filed Against The Contractor; And Iii. Other Terms Of The Contract; Or B. Replacement By The Winning Bidder Of The Submitted Psd With A Performance Security In Any Of The Prescribed Forms Under Section 39.2 Of The 2016 Revised Irr Of Ra No. 9184 As Required By The End-user. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ______ __ At ___________________________. _________________________________________________ [signature Over Printed Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Subscribed And Sworn To Before Me, _______________________ In The _____________________. Affiant Exhibited To Me His Valid Identification Card With Id No. _________________ Issued By: ___________________. Doc No.:______; Page No. _____; Book No.:_____; Series Of: _____; Email Address: ______________________________________ Statement Of Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Bidder’s Name: Email Address: Bidder’s Address: Fax Number: Tel. Number: Name Of Project Amount Of Contract Date Of Contract Effectivity Owner’s Name And Address Delivery Period Date Of Delivery Date Of Acceptance Signature Over Printed Name Attachments: 1. Purchase Order (po) 2. Acceptance And Inspection Report (air) Statement Of All On-going Government And Private Contracts (including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid) Bidder’s Name: Email Address: Bidder’s Address: Fax Number: Tel. Number: Name Of Project/s Amount Of Contract Date Of Contract Effectivity Owner’s Names And Address Delivery Period (indicate All Delivery Periods If Staggered Delivery Allowed) End Of Delivery Period Value Of Outstanding Contracts (indicate If Partial Delivery Allowed) No. Of Days From End Of Delivery Period Days Of Approved Extension/ Suspension, If Any Total Value Of Outstanding Contracts (php) Signature Over Printed Name Fill Up All The Columns Accordingly Disclaimer: Non-disclosure Of All On-going Contracts And Details Thereof Is Grounds For Ineligibility And Disqualification.
Western Visayas Sanitarium Doh Tender
Laboratory Equipment and Services
Philippines
Closing Date5 May 2025
Tender AmountPHP 13.4 Million (USD 240.4 K)
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Procurement Of Various Laboratory Reagents And Supplies Ib No. 2025-04-007-g The Western Visayas Sanitarium And General Hospital, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of Various Laboratory Reagents And Supplies Lot 1: Reagents Compatible With Sysmex Xn-550 Lot 2: Reagents Compatible With I-chroma Ii Analyser Lot 3: Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine Lot 4: Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer Lot 5: Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyzer Rayto Chemray 240 Lot 6: Reagents Compatible With Electrolyte Analyzer Horron H900 Lot 7: Reagents With Free Use Of Immunology Machine Line Items Location : Western Visayas Sanitarium And General Hospital Approved Budget For : Php 13,433,409.50 The Contract (abc) Lot 1: Php 1,879,400.00 Lot 2: Php 924,875.00 Lot 3: Php 151,000.00 Lot 4: Php 2,225,154.00 Lot 5: Php 418,557.50 Lot 6: Php 850,600.00 Lot 7: Php 1,621,000.00 Line Items: Php 5,362,823.00 Fund Source : Caf No. 2025-024-gf Delivery Period : Initial/partial Delivery Twenty (20) Working Days After Receipt Of Notice To Proceed (ntp) Succeeding Deliveries Are Stipulated Within The Product Description. Lot 1: Reagents Compatible With Sysmex Xn-550 Abc: Php 1,879,400.00 Item No. Qty. Unit Of Issue Description 1 70 Box Cellpack Dcl 20l, 25 Boxes On First And Second Delivery With 3 Months Interval, Remaining 20 Boxes On The Last Delivery, Expiry Date Must Not Be Less Than 12 Months Upon Delivery 2 50 Box Wdf-lysercell (2l), 25 Boxes On First And Last Delivery, Expiry Date Must Not Be Less Than 12 Months Upon Delivery 3 20 Box Wdf-fluorocell (2x42ml), Expiry Date Should Not Be Less Than 12 Months. 4 15 Box Sls-sulfolyser (2x1.5l), Expiry Date Should Not Be Less Than 12 Months. 5 10 Set Tri-level Control 3x3 Ml, 1 Set Every Month, Expiry Date Must Not Be Less Than 1 Month Upon Delivery 6 12 Bot Washing Solution 120 Ml Compatible W/ Hematology Analyzer, 6 Bottles On First Delivery And Remaining 6 Bottles After 4 Months, Expiry Date Must Not Be Less Than 12 Months Upon Delivery Reagents Compatible With Sysmex Xn-550 With Free Preventive Maintenance, Calibration With Certificate, Troubleshooting And Part/s Replacement. Lot 2: Reagents Compatible With I-chroma Ii Analyzer Abc: Php 924,875.00 Item No. Qty. Unit Of Issue Description 1 7 Box Anti-streptolysin O, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 2 65 Box Crp, Quantitative, 25's, 25 Boxes On The First And Second Delivery With 4 Months Interval, Remaining 15 Boxes On The Last Delivery, Expiry Date Must Not Be Less Than 18 Months Upon Delivery 3 2 Box D-dimer, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 4 5 Box Hba1c, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 5 30 Box Troponin I, Quantitative, 25's, 20 Boxes On First Delivery And 10 Boxes On Last Delivery After 4 Months. Expiry Date Should Not Be Less Than 18 Months. 6 6 Box Ferritin, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 7 11 Box Procalcitonin, Quantitative, 25's, 6 Boxes On The First Delivery And Remaining 5 Boxes After 4 Months, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 8 6 Box Rheumatoid Factor, Quantitative, 25's, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 9 1 Box Immunoassay Tri-level Control For T3, T4, Ft3, Ft4, Tsh, Ferritin, Tumor Markers, 3 Levels X 4 Sets X 3-5ml, With 18 Months Expiry From Delivery Date. Reagents Compatible With I-chroma Ii Analyser. Expiry Date Should Not Be Less Than 18 Months Upon Delivery. Lot 3: Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine Abc: Php 151,000.00 Item No. Qty. Unit Of Issue Description 1 10 Box Ahg (coomb's) Gel Card, 6x24's Compatible With Matrix Gel System Cr-6800, 7 Boxes On The First Delivery And Remaining 3 On The Last Delivery, Expiry Date Must Not Be Less Than 18 Months. 2 6 Bot Diluent Liss, 250ml, 4 Bottles On The First Delivery And Remaining 2 Bottles On Last Delivery, Expiry Date Must Not Be Less Than 12 Months. 3 40 Bot Plain Nss, 1l, 20 Bottles On The First Delivery And 20 Bottles On Last Delivery After 4 Months, Expiry Date Must Not Be Less Than 18 Months Upon Delivery Reagents And Supply Compatible With Matrix Gel System Cr 6800 Crossmatching Machine. Expiry Date Should Not Be Less Than 18 Months Lot 4: Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer Abc: Php 2,225,154.00 Item No. Qty. Unit Of Issue Description 1 12 Pack Sheath Fluid, 20-25l, 1 Pack Per Month 2 45 Bot Cleaning Solution, 500-600ml, 2 Bottles Per Month 3 6 Bot Detergent, 500-600 Ml, 1 Bottle Every 3 Months 4 6 Bot Calibrator, 125-130 Ml, 1 Bottle Per Month 5 48 Bot Focus B, 125-130 Ml, 3 Bottles Per Month 6 144 Bot Urine Strips, 14parameters, 100's, 12 Bottles Per Month 7 15 Kit Dry Chemistry Control, Negative, 4x8-10ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 8 15 Kit Dry Chemistry Control, Positive, 4x8-10ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 9 15 Bot Sediment Qc Control, Negative, 125-130ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months 10 15 Bot Sediment Qc Control, Positive Level 3, 125-130ml, 3 Bottles On First Delivery, 2 Bottle Per Month For Successive Months Urine Strips And Reagents Compatible With Fully Automated, Hybrid Urine Analyzer (sediment And Strip Reader Fused In 1) Using The Flow Cytometry Technology. Strips And Reagents Must Have 12 Months Expiry From The Delivery Date With Free Use Of A Functional Analyzer Which Has A Throughput Of 100 - 120 Test/hour Or 30-35 Seconds Testing Time, No Need For Centrifugation And Cuvettes, High Speed Digital Imaging (up To 3000 Digital Images/sample), Identification Of 24-25 Formed Elements; With Free 3 Bottles Of 10l Distilled Water Every Month; With Free Provision Of Quarterly Preventive Maintenance, Calibration, Troubleshooting And Parts Replacement Until Reagents Are Fully Consumed; With Provision Of Certificate Of Calibration. (timeline Of Repair).expiry Date Should Not Be Less Than 18 Months. Lot 5: Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyzer Rayto Chemray 240 Abc: Php 418,557.50 Item No. Qty. Unit Of Issue Description 1 700 Ml Alt/ Sgpt 2 480 Ml Albumin 3 700 Ml Ast/sgot 4 250 Ml Bilirubin,direct 5 250 Ml Bilirubin, Total 6 500 Ml Cholesterol, Total 7 700 Ml Creatinine 8 500 Ml Glucose 9 250 Ml Total Protein 10 500 Ml Triglycerides 11 500 Ml Uric Acid 12 1200 Ml Urea Nitrogen 13 600 Ml Hdl Direct 14 250 Ml Ldh 15 55 Bot Control, Normal, First Delivery Of 30 Bottles, Then Remaining 25 Bottles For The Last Delivery After 3 Months 16 48 Bot Control, Pathologic, First Delivery Of 30 Bottles, Then Remaining 18 Bottles For The Last Delivery After 3 Months 17 3 Bot Auto Control 5 Ml Bottle (multicalibrator For Chemistry Tests) 18 1 Pack Reagent Bottle, Brown, 40 Ml (50 Bot/pack), Compatible With Chemray 240 19 1 Pack Reagent Bottle, Brown, 20 Ml (50 Bot/pack), Compatible With Chemray 240 20 1 Pack Reagent Bottle Cap White For Chemray 240 Reagent Bottle 21 1 Pack Reagent Bottle Cap Blue For Chemray 240 Reagent Bottle Reagents Compatible With Spectrophotometry, Liquid/wet Chemistry Analyser (rayto Chemray 240) With Free Calibration And Programming Upon Initial Delivery Of Reagents. Reagent Kits Should Include Synthetic Standard For Calibration Purposes. Expiry Date Should Not Be Less Than 18 Months. First Delivery Should Be On The Third Quarter Of The Year. Lot 6: Reagents Compatible With Electrolyte Analyzer Horron H900 Abc: Php 850,600.00 Item No. Qty. Unit Of Issue Description 1 67 Pack Electrolyte Solution Pack, First Delivery Of 40 Packs, Then 20 And 7 Packs For Each Succeeding 3 Months Interval, Expiry Date Not Less Than 18 Months Upon Delivery 2 5 Box Electrode Deproteinization Solution With Diluent 5 Ml 3 2 Bot Activating Solution 110 Ml 4 3 Bot Qc Cleaning Solution 110 Ml 5 3 Bot Electrode Refill Solution 6 3 Bot Reference Electrode Refill Solution 7 3 Pc Na Electrode 8 3 Pc K Electrode 9 3 Pc Ca Electrode 10 3 Pc Ph Electrode 11 3 Pc Cl Electrode 12 2 Pc Reference Electrode 13 1 Set Tubing Kits Reagents Compatible With Electrolyte Analyzer Horron H900. Expiry Date Should Not Be Less Than 18 Months. Lot 7: Reagents With Free Use Of Immunology Machine Abc: Php 1,621,000.00 Item No. Qty. Unit Of Issue Description 1 600 Test T3, Quantitative, 200 Test For The First, Second And Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 2 600 Test T4, Quantitative, 200 Test For The First, Second And Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 3 1000 Test Tsh, Quantitative, 200 Test For The First, 300 For The Second And 500 For The Last Delivery, With 3 Months Interval In Between, Expiry Of Not Less Than 18 Months. 4 240 Test Tpsa, Quantitative, 100 Tests On The First Delivery, 140 Tests On The Last Delivery, Expiry Of Not Less Than 18 Months 5 150 Test Hepa B Quantitative, 50 On The First Delivery And Remaining 100 On The Last Delivery, 3months In Between, With Not Less Than 18 Months Expiry Upon Delivery 6 120 Test Antihbs Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 7 120 Test Hbeag Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 8 90 Test Anti Hav Igg Igm Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 9 90 Test Anti Hbeag Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 10 60 Test Anti Hbc Quantitative, With Not Less Than 18 Months Expiry Upon Delivery 11 120 Test Anti Hcv Quantitative, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 12 120 Test Free T3, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 13 120 Test Free T4, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 14 120 Test Afp, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 15 120 Test Ca 125, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery 16 120 Test Cea, 50 On The First Delivery And Remaining 70 On The Last Delivery, 3 Months In Between, With Not Less Than 18 Months Expiry Upon Delivery Reagents With Required Cpr Available Upon Delivery Compatible With Free Use Of Immunology Machine Which Uses Enhanced Chemiluminescence Principle, Has Up To 90 Reportable Patient Test Results/hour, Microwell Technology With Dispense Verification, Only Requires 10 - 80 Ul Of Sample For Testing, Up To 2000 Assays On Board Capacity, Up To 20 Different Integrated Reagent Packs With No Reagent Preparation/mixing Or Reconstitution Needed, Automatic, Self-contained, Temperature And Humidity Controlled Reagent Supply, No Prime, Purges, Washes Or Tubing Maintenance For System Start Up, Random Access Calibration, With Clot, Bubble, Low And High Viscosity Detection, Liquid Level Sensing, Reflex Dilution, Reagent Aspirations And Dispense Verifications, And Is Provided With Free Annual Calibration And Certificate, Free Quarterly Preventive Maintenance, Repair, And Parts Replacements (trouble Shooting And Repair Should Be Acted By Provider For Not More Than 24 Hours Upon Notification By End User And In Case Of Actual Breakdown, Machine Should Be Replaced With A Working Unit In Maximum Of 48 Hours After Notification By End User). Line Items Abc: Php 5,362,823.00 Item No. Qty. Unit Of Issue Description 1 2 Bot 10 % Koh Solution, 500 Ml, Expiry Not Less Than 18 Months Upon Delivery 2 29 Pack 3.2 % Na Citrate Tube In A Tube, Screw Cap, 1.8 Ml, 15 Packs For The First Delivery, 7 Packs On The Second And Last Delivery In 3 Months Interval, Expiry Date Should Not Be Less Than 18 Months Upon Delivery * 3 2 Bot Acetone 2.5 L, Analytical, High Grade (histopath Use), Expiry Not Less Than 18 Months Upon Delivery 4 4 Set Acid Fast Stain 3x500, Cold Method, Expiry Not Less Than 18 Months Upon Delivery 5 16 Bot Absolute Ethanol, Ar, 2.5 Liters Per Bottle, Expiry Not Less Than 18 Months Upon Delivery 6 6 Bot Acid Alcohol, 1% Ar, 3.8 Liters Per Bottle, Expiry Not Less Than 18 Months Upon Delivery 7 10 Tube Alkaline Peptone Water, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 8 90 Set Anti-a, Anti-b & Anti-d Typing Sera, 10ml/vial, 30 Sets Every 3 Months, Expiry Should Not Be Less Than 18 Months Upon Delivery 9 6 Bot Anti-human Igg, Polyspecific, 10ml, Expiry Not Less Than 18 Months Upon Delivery 10 2 Box Anti-hbs, 40's, Immunochromatography, Expiry Not Less Than 18 Months Upon Delivery 11 2 Box Anti-hcv, 40's, Immunochromatography, Expiry Not Less Than 18 Months Upon Delivery 12 1 Bot Acetic Acid, 10%, 1l, Expiry Not Less Than 18 Months Upon Delivery 13 20 Box Anti-treponema, 30's, 10 Box On The First And Last Delivery With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery 14 15 Box Aptt With Calcium Chloride (5x3ml), Expiry Not Less Than 18 Months Upon Delivery 15 480 Test Blood Typing Card For Abo And Rh With Negative Auto Controls, With Single Use 5ul Microdropper Per Test, Provision Of End User's Orientation Upon Delivery, 280 On The First Delivery And 200 On The Last, 3 Months Interval, Expiry Not Less Than 18 Months Upon Delivery 16 20 Bot Brain Heart Infusion Broth, 10 Ml, With 3 Months Expiry From Delivery Date 17 1 Bot Benedict's Solution, 250 Ml, Expiry Not Less Than 18 Months Upon Delivery 18 6 Pad Cellophane, Green 19 56 Box Cotton Swab, Individually Wrap, 100s 20 90 Pack Cotton Balls, Absorbent, 400g 21 5 Box Complement-3 (c3) Determination Kit, Gel Elusion,15's, Expiry Not Less Than 18 Months Upon Delivery 22 12 Box Control For Coagulation (6x1ml) Normal, 8 Box On The First Delivery And Remaining 4 Box On The Last Delivery With 4 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 23 60 Box Cover Slips, 24 X 60mm, 100's/box, Clear, Transparent 24 21 Pack Coverslip, 24x24mm, 100's/box, Clear, Transparent 25 110 Box Covid 19 Rapid Antigen, 20's, Qualitative ( Must Be Read Visually), With Deactivating Agent, At Least 80% Sensitivity And 97% Specificity, With Cpr Or Emergency Authorization From Fda Philippines, And Must Be Validated By Ritm Or Any Doh-designated Independent Or A Third Party, Government, Or Private Research Institution. Must Adhere To The Specification Stipulated In Htac Guidance. 60 Boxes On The First Delivery And 50 Boxes On The Last Delivery With 4 Months Interval. Expiry Should Not Be Less Than 18 Months Upon Delivery 26 20 Pack Cuvettes/cups, 100s Compatible With Rayto (rt-2204c) Coagulation Machine 27 155 Pc Cover All, Breathable, Impervious, Water Repellant, Elastic Wrist And Ankle, With Tape, Large 28 48 Pc Container, For Sharps/ Needles, Portable 29 25 Box Dengue Ns1 Ag+ Igg, Igm, 25's, 15 Boxes On The Initial And Remaining 10 Boxes On The Last Delivery, With 4 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 30 5 Box Dengue Ns1 Ag, 25's With 18 Months From Delivery Date 31 10 Box Disposable Plastic Pipette/ Pipettor, 1000's 32 180 Pack Dry Clot Activator Test Tube W/ Gel Separator, Gold Top, Plastic, 5ml, 100's, 100 Packs On First, 50 On The Second, And 30 Packs On The Last Delivery With 3 Months Interval In Between, Expiry Not Less Than 12 Months Upon Delivery* 33 200 Pack Edta, K2 Test Tube, Spray Dry, Screw Cap, 2 Ml, Plastic 100's, 100 Packs On The First Delivery, 50 On The Second And On The Last Delivery In 3 Months Interval, Expiry Not Less Than 12 Months Upon Delivery* 34 120 Pack Edta, K2 Test Tube, Spray Dry, 0.5 Ml, 50's, Plastic, 60 On The First Delivery, 30 On The Second And On The Last Delivery In 3 Months Interval, Expiry Not Less Than 12 Months Upon Delivery* 35 2 Pack Embedding Tissue Cassettes With Lid, 250's 36 4 Pc Embedding Bottom Mold, 30x 24x7 Cm, Stainless Steel 37 2 Pack Esr Tube, Black Top, 0.5- 2 Ml, Plastic, With Plastic Pipette, Expiry Not Less Than 18 Months Upon Delivery* 38 4 Bot Eosin Powder, Yellowish, 25 Gms 39 12 Box Fecal Occult Blood Test Kits, Lateral Flow, 25's, 6 Box On The First Delivery, 3 Boxes On The Second And The Last Delivery With 3 Months Interval, 18 Months Of Expiry From Delivery Date 40 23 Sheet Filter Paper, Lab, 610mm X610 Mm 41 16 Bot Formalin, 10% Neutral Buffered, Ar, 1 Gallon, Expiry Not Less Than 18 Months Upon Delivery 42 10 Bot Formalin, 37% , Ar, 1 Gallon, Expiry Not Less Than 18 Months Upon Delivery 43 10 Plate Gentamicin Blood Agar/bacitracin Chocolate Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 44 250 Box Glass Slides, Clear, Ground Frosted, Plain, 72's 45 4 Set Gram Stain 4x500, Expiry Not Less Than 18 Months Upon Delivery 46 1 Pc Graduated Cylinder, Tall Form, 500ml 47 120 Bot Glucose Strips Control Material, Normal, 3 - 5 Ml Bottle, 50 Bottles On The First Delivery, 30 On The Second And The Last Delivery In 3 Months Interval, Should Not Be Less Than 18 Months Upon Delivery 48 120 Bot Glucose Strips Control Material, Pathologic, 3 - 5 Ml Bottle, 50 Bottles On The First Delivery, 30 On The Second And The Last Delivery In 3 Months Interval, Should Not Be Less Than 18 Months Upon Delivery 49 3 Box Hav Igm Rapid/qualitative Test, 25's With 18 Months Of Expiry From Delivery Date 50 85 Box Hepatitis B Surface Ag, Qualitative,25's, 40 Boxes On The First Delivery, 25 Boxes On The Second And 20 Boxes On The Last Delivery, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 51 4 Bot Harris Hematoxylin (hand E Staining), Rapid Staining (not More Than 3 Minutes, Dip Method), 1 Liter, Expiry Not Less Than 18 Months Upon Delivery 52 120 Vial Hematocrit Tubes, Sodium Heparinized, Soda Lime Glass, 80iu/ml, 100's/vial, 60 Vial On The First Delivery, 30 Vials On The Second And On The Last Delivery With 3 Months In Between, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 53 20 Box H. Pylori Ab Rapid Test, 25's, 15 Box Initial Delivery And 10 On The Last, With 3 Months In Between, 18 Months Before Upon Delivery Date 54 1 Set Hematology Stain Set (3x500 Ml) For Rapid Staining Of Blood Smears Which Corresponds To The Pappenheim Stain With Processing Time Of Only 2 Minutes, Contains A Fixing Solution Methanol (sol'n.1), One Red (eosin) Solution (sol'n. 2), One Blue (azur) Staining Solution (sol'n. 3), And 3 Phosphate Buffer Tablets Ph 7.2 Acc. To Weise Which Will Be Prepared As Solution 4, Expiry Not Less Than 18 Months Upon Delivery 55 1 Bot India Ink/china Ink 10 Ml, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 56 30 Bot Isopropanol , 100%, 2.5 L For Automated Tissue Processor, 24 Months Before Expiry Upon Delivery 57 4 Roll Laboratory Sealing Film 58 1 Bot Lugol's Iodine, 250 Ml, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 59 400 Pc Macconkey Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 60 24 Pack Matchsticks, 10's 61 8 Pc Microscope Bulb, Halogen Display/optic Lamp, 20w 6v 62 12 Pc Microscope Fuse A1, 250v, Anti-surge, Pcb Mount 63 3 Pc Microtome Blade , High Profile, 50s 64 3 Pc Microtome Blade , Low Profile, 50s 65 300 Set Microbial Id And Ast Kit, Format Includes Esbl Detection Panel, Fda Clearance For Testing Streptococcus Spp. Haemophilus Influenzae, Candida Spp, Clsi Recommended, Free Use Of Tabletop And Compact Semi-automated Or Fully Automated Reader/s With Maximum Dimension Of 60cm X 60cm X 30cm Lxwxh, With Possible Set Options For Gram Negative And Gram Positive Organism. 150 On The First Delivery And The Next 150 On The Last Delivery, With 3 Months In Between, Expiry Not Less Than 12 Months Upon Delivery 66 7 Bot Mounting Medium, 500 Ml, Expiry Not Less Than 12 Month 67 20 Pc Mueller-hinton With 5% Sheep's Blood Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 68 400 Pc Mueller-hinton Agar, 90-100 Mm Plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 69 4 Bot Non-drying Oil Immersion, Type A, 30 Ml 70 6 Set Pap's Smear Stain, 6x500 Ml 71 12 Pack Paraffin Wax, Pellets, With Added Polymer, 1 Kg 72 24 Pack Pipette Tips, 100-1000 Ul, 1000's 73 24 Pack Pipette Tips, 10-100 Ul, 1000's 74 4 Pack Pipette Tips, 0.5- 10 Ul, 1000's 75 3 Box Plastic Storage Box, With Lid, 95 Liters Capacity 76 40 Box Pregnancy Test Kits For Serum, Plasma And Urine, 40's, 20 Boxes On The First, 10 Boxes On The Second And On The Last Delivery With 3 Months Interval In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 77 15 Box Prothrombin Reagent (5x5ml), Lyophilized With Diluent , 5 X3-5 Ml/bot, 8 Boxes On The First Delivery And 7 Boxes On The Last With 3 Months Interval, Expiry Should Not Be Less Than 12 Months 78 2 Bottle Pure Glycerin, Usp Grade, 500 Ml 79 1 Bot Rabbit Plasma 100 Ml 80 1 Set Reticulocyte Stain 250ml 81 5 Box Rpr, 500 Tests, 3 Boxes On The First And 2 Boxes On The Last Delivery With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery 82 960 Bot Ready To Drink Ogtt, 75 Gms, Orange Flavor, First Delivery Of 300 Bottles, 300 Bottles On The Second Delivery And Remaining 360 Bottles On The Last Delivery, 3 Months In Between Each Delivery, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 83 9 Box Salmonella Typhi Igg, Igm, 25's, 5 Boxes On The First Delivery And 4 On The Last, With 3 Months In Between, Expiry Should Not Be Less Than 18 Months From Delivery Date 84 4 Pc Slide Box For Glass Slide, 20s Capacity 85 2 Pc Staining Rack,/bridge, Stainless 86 20 Bot Selenite-f Broth, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 87 15 Box Surgical Blade 10, Stainless Steel, Sterile, Single Use, 100 Pcs/box 88 350 Plate Sheep Blood Agar/chocolate Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: 30 Plates Monthly Or Upon Request Of End-user 89 20 Plate Salmonella-shigella Agar/tcbs Agar, 90-100 Mm Bi-plate, With Qc Report, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 90 36 Pc Test Tube Brush 91 2000 Pc Test Tubes, Glass, Autoclavable, Heat Resistant, 5 Ml Capacity 92 1000 Pc Test Tube, Plain, Glass, Autoclavable, Heat Resistant, 7-10 Ml 93 9 Pc Thermometer, For Refrigerator, Mechanical, Dial Design, Durable Stainless Steel, Shatter-proof Screen, 2-way Bracelet Hangs, Os Stand, Safe Temperature Zone Indicator, Reads Accurate Range 130-300c, 7.5x6.2x4.2cm 94 375 Bot Thermo Scientific (aerobic) Culture Bottle 40-80 Ml For Versatrek Redox Ez Draw 1. 200 Bottles On First Delivery And Remaining 175 Bottles On The Last, 3 Months In Between, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 95 10 Tube Thioglycollate Fluid, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 96 4 Pc Thermometer, Room Thermometer, Wooden Frame, Alcohol Based 97 16 Pc Timer, Digital W/ Up To 99 Minutes Timing, Aaa Battery 98 1 Bot Tryptic Soy Agar, Dehydrated Culture Media 250 Grams, Expiry Date Should Not Be Less Than 18 Months Upon Delivery 99 16 Tube Tryptic Soy Broth, 10ml, Screw Cap, Expiry: 2 Months From Delivery Date, Schedule Of Delivery: Upon Request Of End-user 100 120 Bot Triple Distilled Water, 80 Bottles On The First Delivery And 40 Bottles On The Last Delivery, 3 Months In Between, Expiry Should Not Be Less Than 18 Months Upon Delivery 101 30 Bot Urine Strips, 4 Parameters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 102 1 Bot Urine Strips, 10 Parameters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 103 8 Pack Wooden Applicator Stick, 6 In., 500's, 104 12 Bot Xylene, Ar, 2.5 Liters, Expiry Date Should Not Be Less Than 12 Months Upon Delivery 105 120 Bot Alcohol, 70%,ethyl With Moisturizer, 500ml, 50 Bottles On First Delivery, 50 On The Second And 20 Bottles For The Second And Last Delivery, With 3 Months Interval, Expiry Must Not Be Less Than 18 Months 106 25 Box Alcohol Pads, 100's 107 2 Roll Autoclave Tape, Lead Free , 18 Mm, Pressure Sensitive, 54 Meters In 1 Roll, 18 Months Service Life 108 100 Box Blood Lancet, Plastic Twist,fine Gauge, Tri-bevel Tip, 200's, G21 With Cpr, 40 Boxes On The First Delivery, 30 Boxes For The Second And In The Last Delivery, Expiry Must Not Be Less Than 18 Months Upon Delivery 109 10 Box Blood Lancet, Plastic Twist,fine Gauge, Tri-bevel Tip, 200's, G23 With Cpr, Expiry Must Not Be Less Than 18 Months Upon Delivery 110 120 Pc Cover All, Breathable, Impervious, Water Repellant, Elastic Wrist And Ankle, With Tape, Medium 111 240 Box Face Mask, Ultra Fluid And Splash Resistant, Inner And Outer Layer, Easy Breathability, Full Width Adjustable Nose Piece, Particle Filtration Efficiency >99%, Ear Loop, 3 Ply, 50s 112 5 Pc Forcep , Surgical 113 5 Pc Gauze Roll (24x28, 2ply, 100 Yards) 114 60 Pack Gauze Pad, 24x20 Mesh, 4x4x8 Ply, 40's 115 10 Roll Gauze, Big, Rolled, 24x28x36 Mesh 116 125 Box Gloves, Clean, Medium, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 50 Boxes On The First Delivery, 50 Boxes On The Second And 25 Boxes For The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 117 275 Box Gloves, Clean, Small, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 100 Boxes On The First Delivery, 100 Boxes On The Second And 75 Boxes For The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 118 20 Box Gloves, Clean, Large, Latex Examination, Powder-free, Ambidextrous, Non-sterile, Thick, Single Use Only, 100s, 10 Boxes On The First The Last Delivery, With 3 Months In Between, Expiry Must Not Be Less Than 12 Months Upon Delivery 119 50 Packs Head Caps, Surgical, 100s 120 4 Bot Hydrogen Peroxide 500 Ml 121 100 Piece Isolation Gown, 100% Polyester Woven Fabric With Pu Coating, Water Repellant, Tie At The Neck And Waist, Breathable, Medium/ Large/ Small 122 20 Box Needle, Disposable, Non-toxic, Non-pyrogenic, Single Use, Sterilized By Gamma Radiation, Blister Packed Individually, Gauge 24x1/2 In (14x13mm), 100s, Expiry Must Not Be Less Than 18 Months Upon Delivery 123 12 Box Needle, Disposable, Non-toxic, Non-pyrogenic, Single Use, Sterilized By Gamma Radiation, Blister Packed Individually, Gauge 25x1/2 In (14x13mm), 100s, Expiry Must Not Be Less Than 18 Months Upon Delivery 124 500 Pc N95 Respirator, Self-inhalation, Filter Type, Particles Respirator With Official Niosh Approved Certification, Not Less Than 18 Months Upon Delivery, 200 On The First Delivery, 300 On The Last, With 3 Months Of Interval Between Deliveries, Expiry Not Less Than 18 Months Upon Delivery* 125 5 Box Povidone Iodine Pads, 100's 126 90 Box Plaster, Hypoallergenic, Transparent And Adhesive Plastic Tape, Waterproof, 1", 12's 127 12 Pack Safety Blood Collection Set (butterfly) W/ Luer Lock Adopter, G23/34" With Transparent Plastic Hub, Double Bevel, 50's 128 12 Pack Safety Blood Collection Set (butterfly) W/ Luer Lock Adopter, G25/34" With Transparent Plastic Hub, Double Bevel, 50's 129 60 Pack Shoe Cover, Non-wove, Disposable, 100's 130 250 Box Syringe 3cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 100 Box On First And Second Delivery, And Remaining 50 On The Last Delivery, 2 Months In Between, Expiry Not Less Than 18 Months Upon Delivery* 131 200 Box Syringe 5cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 100 Box On First And Last Delivery, 3 Months In Between, Expiry Not Less Than 18 Months.* 132 20 Box Syringe 10cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow,double Stop Gasket, Gauge 23x1in (0.65x25mm), 100s, 10 Boxes And First And Last Delivery, With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery.* 133 35 Box Syringe 1cc, With Needle, Luer Lock, Plastic, Disposable, Non-toxic, Non-pyrogenic, Non-bacteria, Siliconized Plunger, Sterilized By Electron Beam, Latex Free, Single Use, Plastic Blister Packed Individually, With Backflow, Double Stop Gasket,gauge 23x1in (0.65x25mm), 100s, 20 Boxes And First And 15 On The Last Delivery, With 3 Months In Between, Expiry Not Less Than 18 Months Upon Delivery.* 134 200 Roll Tissue Paper, 3-ply, Individually Wrapped 135 12 Roll Torniquet,, Latex Free, Rubber, Stretchable, 1inch Wide, 25's Expiry Should Not Be Less Than 18 Months On Applicable Reagents/supply. The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 3 Years From The Date Of The Deadline Of Submission And Receipt Of Bids, Award For This Contract Should Have Been Awarded By A Hospital Or Health Facility And Not By Another Supplier. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Sum Of The Abc Of The Lot(s)/lines Joined. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents April 11, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of May 5, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre-bid Conference April 23, 2025 (wednesday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids May 5, 2025 (monday), 9:00 Am At The 3rd Floor, Im Conference Room, New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of: Lot 1: Php 1,500.00 Lot 2: Php 1,000.00 Lot 3: Php 500.00 Lot 4: Php 2,000.00 Lot 5: Php 500.00 Lot 6: Php 1,000.00 Lot 7: Php 1,500.00 Line Items: Php 5,000.00 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of May 5, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Wvs.doh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Meeting Link 1: Meet.google.com/nwr-hssm-oqt Meeting Link 2: Meet.google.com/rhr-uzut-xip Meeting Link 3: Meet.google.com/wvk-cxrt-iqb The Western Visayas Sanitarium And General Hospital 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. For Further Information, Please Refer To: Noriel H. Gumban/jessie Jarbadan Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Renia Grace G. Salapare, Md, Fpafp, Mpa Medical Specialist Iii/bac Chairperson
8181-8190 of 8224 archived Tenders