Medicine Tenders
Medicine Tenders
Province Of Iloilo Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Pen-25-50-np(sv) Reference Pr No.pen-25-50 February 3, 2025 (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 10, 2025 At 9:00 A.m.at The Bids And Awards Committee Secretariat Office 5th Floor, Iloilo Provincial Capitol After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱192,000.00 Place Of Delivery: Hotel Within Iloilo Province Date Of Delivery: As Per Scheduled Date Of Activity. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 96 Pax Food And Accommodation For The Conduct Of Iloilo Biodiversity Strategy Action Planning Workshop, Iloilo Provincial Government Participants, Nga's And Guests At Php 2,000.00 Per Day For 3 Days With 32 Participants Per Day. (hotel Venue: Within Iloilo Province) Breakfast-2, Am Snacks-3, Lunch-3, Pm Snacks-3, & Dinner-2 2,000.00 Terms And Conditions: 1. Provide Function Rooms Good For 32 Pax With Complete Pa System And Lcd Projector And With Adjacent Comfort Rooms. 2. Must Have Suitable Rooms For Overnight Accommodation For Participants And Suitable For The Conduct Of Activity. 3. With Provision Of Coffee/choco Beverages During Sessions. 4. Attached Menu To Quotation. Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurementprojects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. 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) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Pen-25-50-np (sv) Reference Pr No. Pen-25-50 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Scheduled Date Of Activity. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Ddetermined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (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. Etermined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (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.
Closing Date10 Feb 2025
Tender AmountPHP 192 K (USD 3.3 K)
Province Of Iloilo Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.pto-25-47-np (sv) Reference Pr No.pto-25-47 January 27, 2025 _________________________ _________________________ _________________________ (supplier’s Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 13, 2025 At 9:00 A.m. At The 5th Floor Bids And Awards Committee Office, Iloilo Provincial Capitol Building, Bonifacio Drive Iloilo City, After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos Only (p500.00) Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱ 333,200.00 Place Of Delivery: Any Hotel Within Iloilo City Date Of Delivery: As Per Scheduled Date Of Activity Upon Receipt Of The Notice To Proceed Until December 31, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Job Food And Accommodation For 98 Pax For Two (2) Days And One (1) Night @php3,400.00/pax For Strategic, Participatory, Effective, Engaging & Data-based Local Revenue Generation Plan For The First 180 Days Of Cy 2025 Kick-off Seminar In A Hotel. 333,200.00 Inclusions: Podium/projector And Screen/lan Connection/wifi-internet Connection/public Address System/12 Hours Usage Of The Function Room/water And Coffee Station/flag Pole/white Board & Pens Menu: Day 1 Am Snacks: Pancit Molo With Bread And Juice Or Soda Lunch: Kbl, Chopsuey, Chef’s Fried Chicken, Beef Steak, Steamed Rice, Buko Pandan And Juice Or Soda Pm Snacks: Ube Ensaymada And Juice Or Soda Dinner: Sinigang Na Isda, Pancit Canton, Chicken Alexander, Breadded Pork Chop, Steamed Rice, Maja Blanca And Juice Or Soda Menu: Day 2 Breakfast: Beef Tapa, Fried Bangus, Sunny Side Up, Garlic And Soda Or Juice Am Snacks: Ham & Cheese Sandwich Lunch: Bulalo, Shanghai Rolls, Grilled Liempo, Chicken Afritada, Steamed Rice, Buco Salad And Juice Or Soda Pm Snacks: Tuna Sandwich And Juice Or Soda Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ____________________________________________________________ Bid Amount In Words: ________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For Procurement Projects With Abc Above ₱500,000.00; 4. Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 8. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. 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) 9. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.pto-25-47-np(sv) Reference Pr No.pto-25-47 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Scheduled Date Of Activity Upon Receipt Of The Notice To Proceed Until December 2025. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. Marie Jill L. Tamudtamud Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date13 Feb 2025
Tender AmountPHP 333.2 K (USD 5.7 K)
Province Of Iloilo Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-57-np(sv) Reference Pr No.gov-25-57 The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 13, 2025 At 9:00 A.m. At The 5th Floor, New Capitol Iloilo Provincial Capitol, Bids And Awards Committee After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱347,900.00 Place Of Delivery: Iloilo Provincial Capitol Casa Real, Sp Session Hall, Emc Hall (central Philippine University) Date Of Delivery: February 20,21,27,28 & March 7 & 14, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 Pax Am And Pm Snacks For 1,420 Pax At 120.00 Per Pax For The Supreme Debates & The Supreme Parliamentary 2025 On February 20 (340 Pax), February 21 (160 Pax), February 27 (340 Pax), February 28 (240 Pax), March 7 (160 Pax), March 14 (180 Pax), 2025. Menu Chicken Sandwich/ Club Sandwich/cheezy Beef Sandwich/chicken Ala King/ Fruity Tuna Sandwich/chicken Burger Fillet/hotdog Sandwich Drink:juice Packed Lunch Meals For 710 Pax At 250.00 Per Pax For The Supreme Debates & The Supreme Parliamentary 2025 On February 20 (170 Pax), February 21 (80 Pax), February 27 (120 Pax), February 28 (80 Pax), March 7 (80 Pax), March 14 (90 Pax), 2025. Menu Choice Of 2 Main Dish Backribs With Fruit Juice Sauce/beef With Mushroom Sauce/native Beefsteak/fish Fillet With Tartar Sauce/beef Pot Roast/roast Chicken With Herb/buttered Chicken/ Chinese Beefsteak/garlic Pepper Porkribs/ Fish Chili Mango Sauce Dessert;macaroons/cheese Muffins/revel Bar/ube Macapuno/brownies Rice Softdrinks Terms And Condition 1. The Use Of Low Density Plastics And Styrofoam As Food Container Or Wrapper Shall Not Be Allowed Except As First Packaging. 2. Caterers Are Required To Use Paper, Table Napkins, Banana Leaves And Other Biodegradable/organic Materials To Wrap/package The Food Items. 3. Refillable Water Containers Shall Be Provided Instead Of Individual Bottled Mineral Water. 4.use Of Plastic Straws And Stirrers Is Strictly Prohibited. 120.00 250.00 Total Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: _____________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. 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) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.gov-25-57-np(sv) Reference Pr No. Gov-25-57 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: February 20,21,27,28 & March 7 & 14, 2025 Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 3. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 4. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 5. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 6. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 7. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 8. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 9. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 10. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 11. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 12. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 13. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 14. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 15. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail.
Closing Date13 Feb 2025
Tender AmountPHP 347.9 K (USD 5.9 K)
Tourism Promotions Board Tender
Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Request For Quotation The Tourism Promotions Board Invites You To Submit Quotation For The Item/s Listed Below: Rfq No. Tpb Rfq 2025-02-051 Pr No. 02.023 Requirements: Services Of A Tour Operator For Hong Kong, Sar Travel Agents Familiarization Trip To Davao (2nd Posting) Scope Of Work/services/deliverables • The Project Requires The Services Of A Tour Operator Who Help And Assist In The Implementation Of The Hong Kong, Sar Travel Agents Familiarization Trip To Davao; • The Trip Will Be Participated By A Total Of Twelve (12) Participants Consisting Of Nine (9) Travel Agents, One (1) Cebu Pacific Representative, One (1) Pdot-shanghai And One (1) Tpb Representative. • Secured Sponsorship Or Discounted Rates Should Be Deducted From Total Expenses; And • Itinerary And Dates May Be Subject To Change Based On The Availability Of Flights, Accommodation, Activities, And Travel Restrictions/quarantine Status Of The Chosen Destinations. I. International And Domestic Air Tickets - Taxes And Fuel Surcharges - Taxes And Surcharges For The International Airline Tickets Of 11 Participants, As Well As Taxes For The Domestic Ticket Of 1 Participant (including Airline Taxes, Fuel Surcharges, And Other Taxes, Where Applicable) A. Hkg – Dvo For 11 Pax B. Dvo – Hkg For 11 Pax C. Mnl – Dvo-hkg For 1 Pax (tpb Representative) • Estimated Cost: Php 63,500.00 Note: Cebu Pacific To Take Care Of The International And Domestic Air Tickets. Ii. Travel Insurance - 9 Travel Agents + 1 Cebu Pacific Representative + 1 Tpb Officer + 1 Pdot Shanghai = 12pax - Individual Comprehensive Travel Insurance With Medical And Loss Or Damaged Luggage And Medical Emergencies Coverage Worth Php 1 Million/pax Iii. Transportation (land) - Location: Davao (please Refer To The Attached Itinerary) - One (1) Unit Of Tourist Coaster Or Minibus And One (1) Luggage Van For The Whole Duration Of The Trip A. Vehicles Should Be Compliant With The Philippine Laws On Technical Safety Requirements (dot, Or/ Cr, Ltfrb Accredited) B. Daily Disinfection Of Vehicle And Ensure Cleanliness At All Times. C. Vehicle Year Model Must Be At Least 2018 Or Newer; Should The Vehicle Develop Any Mechanical Fault In Transit, The Tour Operator Must Have A Replacement Within An Hour. D. Vehicles Must Have Available First Aid-kit Onboard With Provision Of Wet Tissue, Alcohol, Mineral Water And Mints. *personal Health/first Aid Kits For 12 Pax To Include At Least Six (6) Pieces Of The Following Medicines: - Antacid For Upset Stomach - Paracetamol For Headache And Fever Antihistamine For Allergies - Loperamide For Diarrhea - Meclizine Hydrochloride For Motion Sickness - Ibuprofen For Pain Reliever • Ensure The Availability Of Umbrellas For The Guests In Case Of Rain. • Maximum Of 15 Hours Per Day Inclusive Of Overtime And Drivers’ Fee. • Must Include Driver’s Fee As Well As His Food And Other Miscellaneous Cost, Maintenance Cost, Gasoline, Lubricant, Parking Fee, Toll Fee, Other Consumable Cost, And Other Onsite Related Expenses. • Driver Should Have Strong Navigation Skills, Always In Proper Attire Or Uniform, Presentable And Experienced In Interacting With Foreign Guests. Iv. Accommodation - Total No. Of Pax: 12 Pax - Duration: 17-21 March 2025 A. 10 Single Deluxe Rooms With Breakfast B. 1 Twin Bedroom With Breakfast For 2pax C. At Least 4 Star Rated Establishment Or At Least Aa-rated Resort D. Dot-accredited Establishment E. Accessible To Shopping, Recreation, And Attraction Areas (please Refer To The Attached Itinerary). F. Can Provide A One-hour Spa/ Massage Service For Maximum Of 12 Guests V. Meals And Beverages - Provision Of Full-board Meals And Beverages For 12 Pax For The Whole Duration Of The Trip - Php 3,400.00 Per Pax Inclusive Of The Following: A. Three (3) Am And Pm Snacks – Php 500/pax B. Four (4) Lunch – Php 1,200/pax C. Four (4) Dinner – Php 1,700/pax - Menu To Be Approved By Tpb - Winning Bidder To Provide Proposed Menu Additional Notes: • One (1) Round Of Non-alcoholic Beverage And One (1) Round Of Alcoholic Beverage Per Meal • Tpb Representative To Finalize The Order/s Per Meal Based On The Itinerary. • Ensure Provision Of Dietary Requirements, If There Is Any. • Should The Tpb/dot Be Able To Secure Meal Hosting, The Supplier Will Deduct This From The Final Bill (to Be Conferred With Tpb). Vi. Tour Activities - Book, Conduct, Coordinate In Advance With Establishments, Provide Interactive/ Experiential Tours And Activities For 12 Pax. - Cover Entrance, Environmental Fees And Other Related Expenses, If Needed. Additional Notes: • Tour Activities And Dates Are Subject To Change Based On The Recommendations Of Tpb, Dot Foreign And Regional Offices Involved. • Provide Alternative Itinerary Or Activity In Case Of Bad Weather, Risk Of Typhoon, And Other Force Majeure And Other Unforeseen Or Fortuitous Event, Subject To The Approval Of Tpb. • Final Itinerary To Be Approved By The Tpb. Vii. Tour Kits - Provision Of Safety Tour Kits For 12 Pax To Include The Following: A. Kits Placed In Reusable Drawstring Bags, Cacha Bags Or In Sustainable Packaging B. 500 Ml Reusable Water Tumbler C. Two (2) Pieces Individually Wrapped Disposable Kn94 Masks D. One (1) Pack Of Facial Tissue E. One (1) Pack Wet Wipes (biodegradable Bamboo Fiber Material) F. 50 Ml. Of 70% Isopropyl Alcohol In Spray Bottle G. Hand Sanitizer H. Mints I. Mosquito Repellant In Spray J. Sunblock K. Disposable Hooded Emergency Raincoat Viii. Tour Guide - Provision Of One (1) Licensed Dot-accredited Chinese Or English-speaking Tour Guide With The Following Qualifications: A. Must Be Familiar With The Destination, Must Be Fluent And Conversant In Chinese And English, And Have A Strong Sense Of Philippine History, Culture, Tradition, Art As Well As Current Events. B. Must Have Handled At Least (3) Foreign Tour Groups In The Past 5 Years *note: Copy Of Dot-accreditation And Curriculum Vitae (cv) Must Be Submitted To Tpb Ten (10) Days Before The Actual Tour. Ix. Tour Coordinator - Provision Of Tour Coordinator To Handle On-site Requirements And Arrangements For The Duration Of The Tour. Additional Notes: • Tour Coordinator Must Have At Least Three (3) Years Relevant Experience. • Bidder Should Submit A Copy Of The Curriculum Vitae (cv) Of The Proposed Tour Coordinator In Their Technical Bid. • Shall Work Closely With The Tour Guide As Well As The Assigned Tpb Officer On All Matters Required For The Smooth Implementation Of The Tour. X. Tour Signage, Banner And Itinerary Booklet - Provision Of Vehicle Banners, Identifiers For The Delegates. - Post Tour Banner (1 M X 2 M) For Group Photos (preferably Cloth) - Provision Of A Printed And Digital Tour Booklet Showing The Detailed Itinerary, Photos Of The Destinations, Contact Persons, And Emergency Contact Details. *proposed Design Will Be Subject To Tpb’s Approval Xi. Sustainable Destination-based Giveaways - Provision Of Curated Sustainable Destination-based Giveaways For 12 Pax @ Php 500 Each. *note: Submit Photos Of Proposed Giveaways To Be Included In The Bid, For Tpb’s Approval. Xii. Miscellaneous Expenses - Communication Expenses, Food Sampling, Coordination Meetings, Supplies, Dot-shanghai Local Hire Dsa And Other On-site & Administrative Expenses Amounting To Php 16,000.00 *note: Billing Should Be Based On Actual Expense And Must Be Supported By Receipts. Xiii. Other Requirements - Must Be A Dot-accredited Tour Operator Company. Please Include A Copy Of The Dot-accredited Certification In Their Bid; - Engaged In The Business As A Travel And Tour Operator For At Least Three (3) Years At The Date And Time Of The Submission Of The Bids And - Submit List Of At Least Three (3) Similar Projects/groups Handled In The Last Five Years As Part Of Their Bid. - The Winning Tour Operator Should Cover All Travel Expenses And Insurance Of All Their Deployed Personnel And All Administrative Expenses Including Gratuity Pay. Additional Notes: Itinerary And Dates May Be Subject To Change Based On The Availability Of Flights, Accommodation, Activities, And Travel Restrictions/quarantine Status Of The Chosen Destinations, If Applicable. Legal Requirements: 1. Mayor’s/ Business Permit 2. Philgeps Registration Number/ Certificate 3. Income/business Tax Return 4. Notarized Omnibus Sworn Statement Attachments: 1. Technical Specifications/ Terms Of Reference 2. Statement Of Compliance 3. Omnibus Sworn Statement Note: 1. All Entries Must Be Typewritten In Your Company Letterhead. 2. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days.
Closing Date4 Mar 2025
Tender AmountPHP 900 K (USD 15.5 K)
Communal Non Commercial Enterprise Regional Center For Emergency Medical Assistance And Disaster Medicine Of The Cherkasy Regional Region Tender
Others
Ukraine
Purchaser Name: Communal Non Commercial Enterprise Regional Center For Emergency Medical Assistance And Disaster Medicine | Хлоропірамін, Розчин Для Ін'єкцій, 20 Мг/мл, По 1 Мл Поставляється В Поліетиленових/пластикових Ампулах. В Зв'язку З Особливостями Роботи Підприємства Надавати Препарати (в Випадку Їх Реєстрації) В Пластиковій/поліетиленовій Упаковці (флакон, Контейнер, Пакет, Ампула,ін.).
Closing Date25 Feb 2025
Tender AmountUAH 800 K (USD 19.2 K)
Province Of Iloilo Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-40-np (sv) Reference Pr No. Gov-25-40 January 28, 2025 _____________________ ____________________ (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 4, 2025 At 9:00 A.m. At The 5th Floor Bids And Awards Committee Office, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱398,207.00 Place Of Delivery: 3rd Floor Office Of The Governor, Iloilo Provincial Capitol, Iloilo City Date Of Delivery: Within Fourteen (14) Calendar Days From Receipt Of Notice To Proceed X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Unit Video Switcher 8-channel 3g-sdi Live Streaming Switcher Supports Up To 1080p60 Rtmp Streaming Via Ethernet Or Usb – C Record Program Out And Individual Inputs 11 – Input, 2 – Channel Audio Mixer Input Frame Rate And Format Converter Re-sync On All 3g – Sdi Inputs Hd Multiview Output With Up To 16 Views Local And Software Switching 4 X Upstream, 2 X Downstream Keyers 199,800.00 2 1 Unit Decoder 4k (3840 X 2160 @ 30 Hz) Via Hdmi Output Interfaces 8-ch Decoding At 24 Mp Resolution Input: Vga, Dvi-i Input Resolution: Vga, Dvi-i: 1080p: 1920 X 1080 @ 50/60hz, 720: 1280 X 720@ 50 Hz/60hz Output: Hdmi X 16, Bnc X 8 (db15x2) 198,407.00 Terms And Conditions -with Installation Of The System -with Installation Of Application Software -with 2 Years Warranty And Has A Service Center Within City -within 30 Days From Receipt Of Notice To Proceed Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. 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) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Gov-25-40-np (sv) Reference Pr No. Gov-25-40 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: Within Fourteen (14) Calendar Days After Receipt Of Notice To Proceed. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date4 Feb 2025
Tender AmountPHP 398.2 K (USD 6.8 K)
COMMUNAL NON COMMERCIAL ENTERPRISE REGIONAL CLINIC CENTER FOR EMERGENCY MEDICAL ASSISTANCE AND MEDICINE DISASTER OF IVANO FRANKY REGION Tender
Civil And Construction...+1Civil Works Others
Ukraine
Purchaser Name: COMMUNAL NON COMMERCIAL ENTERPRISE REGIONAL CLINIC CENTER FOR EMERGENCY MEDICAL ASSISTANCE AND MEDICINE | Партія Товару Повинна Бути Поставлена Покупцю Не Пізніше 2 (двох) Робочих Днів З Моменту Підтвердження Постачальником Замовлення, Але Не Пізніше 31.12.2025 Року Включно. Місце Поставки Товару - Приміщення Івано-франківської Станції Е(ш)мд (вул. Вовчинецька, 221 В М. Івано-франківськ). Оплата По Договору Проводиться Покупцем Протягом 10 (десяти) Робочих Днів З Дати Підписання Сторонами Видаткової Накладної, Шляхом Безготівкового Переказу Коштів На Розрахунковий Рахунок Постачальника, Вказаний У Договорі, Відповідно До Ціни, Погодженої Сторонами Договору У Специфікації Та Відображеної У Видатковій Накладній На Товар.
Closing Date8 Feb 2025
Tender AmountUAH 180 K (USD 4.3 K)
Province Of Iloilo Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-28-np(sv) Reference Pr No. Gov-25-28 January 17, 2025 The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 21, 2025 At 9:00 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱148,500.00 Place Of Delivery: Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City Date Of Delivery: January 23-26, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Job Rental Of Led Wall, Audio Equipments, Lights, Bandgears & Stage Trusses For The 2025 Kasadyahan Sa Kabanwahahan With A Theme “fun, Foodie, Friendly Iloilo: A Celebration Of Culture And Eco-tourism Para Sa Bagong Pilipinas” On January 23-26, 2025 For 4 Days ₱300,000.00 List Of Equipments Led Wall: 1 Set – Led Wall (8.2ft X 11.48ft Center Stage Or 8.2ft Left And Right Set Up Video Processor, Laptop 1 Lot – Scaffoldings, Counter Weight 1 Lot – Cables, Connectors, Breakers Main House Speaker And Monitors: 8 Units – Das Aero12a Line Array Speaker System 4 Units – Dual 18in Subwoofers 6 Units – Qsc Kw Monitor Mixer/processors/microphones: 1 Unit – Digital Mixer With D-snake 2 Units – Driverack Pa 1 Unit – Playback Cdj350 Bandgears: 1 Set – Drumset With Cymbals 1 Unit – Bass Amp 2 Units – Guitar Amp 1 Unit – Keyboard Amp 1 Lot – Cables And Connectors Lightning Equipments And Accessories: 28 Units – Parled And Stormy (wash Amber And Rgbw) 8 Units – Sharpy Moving Heads 6 Units – Mac Aura 1 Unit – Mini Pearl Light Controller 2 Unit – Smoke Machine 1 Lot – Cables, Wires, Breakers Stage, Trusses, Roofing: 1 Set – Stage 24ft X 16ft X 5ft (h) 1 Set – Trusses With Roofing Inclusions: Hauling And Set-up (ingress And Egress) Crew/operator Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. 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) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Gov-25-28-np(sv) Reference Pr No.gov-25-28 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: January 23-26, 2025 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2.
Closing Date21 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)
Province Of Iloilo Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.spo-25-27-np(sv) Reference Pr No.spo-25-27 The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than January 28, 2025 At 9:00 A.m. At The 5th Floor, New Capitol Iloilo Provincial Capitol, Bids And Awards Committee After Payment Of The Rfq Form In The Amount Of One Thousand Pesos (₱1,000.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱650,000.00 Place Of Delivery: Sp Session Hall, 6th Floor, Iloilo Provincial Capitol Date Of Delivery: As Per Schedule Of The Activity X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 2 1000 1000 Pax Pax Catering Of Meals For 1000 Pax @ 500.00 Per Pax For Various Legislative Activities Of The Sangguniang Panlalawigan, Province Of Iloilo Until August 31, 2025. Menu: Choice Of 3 Main Dish Main Dish: Beef Steak With Mushroom Sauce, Beef Afritada, Kare-kare, Patatim, Baby Back Ribs W/ Bbq Sauce, Pork Sisig , Breaded Pork Chop W/ Tartar Sauce, Grilled Spare Ribs, Chicken Alexander, Special Fried Chicken, Chicken Cordon Bleu, Chicken Lollipop, Chicken Ala King, Grilled Fish, Fish Fillet W/ Sauce (thousand Island, Tartar Sauce), Boneless Grilled Bangus, Fish Sinigang, Mixed Vegetables Choice Of 1 Side Dish, Dessert And Drinks Side Dish: Soup, Pasta, Noodles Lumpia, Siomai Dessert: Salad, Cakes, Fruits, Leche Flan Drinks: Soft Drinks, Bottled Water, Juice Catering Of Snacks For 1000 Pax @ 150.00 Per Pax For Various Legislative Activities Of The Sangguniang Panlalawigan, Province Of Iloilo Until August 31, 2025. Menu: Choice Of 1 Snack Hamburger, Sandwich, Pasta, Siopao, Bihon, Sotanghon Guisado Choice 1 Of Drinks Drinks: Soft Drinks, Bottled Water, Juice Terms And Conditions 1. The Use Of Low Density Plastics And Styrofoam As Food Container Or Wrapper Shall Not Be Allowed Except As First Packaging. 2. Caterers Are Required To Use Paper, Table Napkins, Banana Leaves And Other Biodegradable/organic Materials To Wrap/package The Food Items. 3. Refillable Water Containers Shall Be Provided Instead Of Individual Bottled Mineral Water. 4. Use Of Plastic Straws And Stirrers Is Strictly Prohibited. 5. Partial Billing Is Allowed. 500.00 150.00 Total Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: _____________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. 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) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.spo-25-27-np(sv) Reference Pr No. Spo-25-27 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Scheduled Of The Activity Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 3. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 4. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 5. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 6. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 7. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 8. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 9. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 10. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 11. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 12. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 13. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 14. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 15. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail.
Closing Date28 Jan 2025
Tender AmountPHP 650 K (USD 11 K)
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 10- Arts And Crafts Support Service Area: Skills Development) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 597,951.44 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 10- Arts And Crafts Support Service Area: Skills Development) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 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). 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, Otherwise Known As The “government Procurement Reform Act”. 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 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 1,000.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On February 11, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar 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 February 24, 2025, 9:00am 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 24, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar 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. Items, Specifications, Quantity Of Delivery, And Abc: Sewing Machine, Automatic Bobbin Winder, Variable Stitch Length Control, Forward And Reverse Function, Numbered Dial Tension, Threadle Or Motor Options, Drop Feed Knob 5 Piece Utility Shelf, Utility Shelf 2 Pieces Table, Folding Table Ft-02 1200mm L X 400mm D X 750mm Ht., Structure: Melamine 3 Pieces Chairs, Cod Armchair Backrest Wood Horn Chair, 43x48x74, Material: High Quality Iron Wood, Max:150kg 6 Pieces Storage Cabinet, Dimension: 48*30*83cm, Material: Plastic, 3 Pieces Cork Bulletin Board, Wooden Frame, 30x40cm 1 Piece Glue Gun, 40w, 100-240v, Hot Melt Glue Gun 2 Pieces Acrylic Color, 12ml, 12 Colors 3 Pieces Scissors, Scissors, 16cm 4 Pieces Cutters, Wallpaper Blade Cutter, Length 15cm, Width: 15cm 3 Pieces Watercolors, 16 Watercolor Set 3 Sets Art Paper (multiple Colors), Colors Assorted Colored Paper, 250 Sheets, 80 Gsm, Size: 8.5" X 11" 3 Reams Paint Brushes, Brush Set 3 Pieces Yarn, Color, 100% Cotton Yarnfor Crochet, Knitting And Yarn Crafts, Thickness: Light (8 Ply), Weight: 20 Grams, Length:43 Meters 10 Pieces Glue, White 225 Grams 5 Pieces Colored Pencils, Colored Pencil 136 C36 Luna Permanent 36 Colors 3 Sets Colored Pens, Coloring Pen, 12 Colors 3 Sets Sewing Pins, 40 Pieces 3 Pieces Sewing Needles, 16 Pcs Set Hand Sewing Needle, Size: S: 4cm (8pcs), M:4.5cm (6pcs)* L:5cm (2pcs), Mateial;stainless 10 Pieces Rotary Cutter, 45mm Fabric Rotary Cutter, Length:45m, Material:stainless Steel Blade+abs Handle, Color: Orange. Length: 165mm, Blade Diameter:45mm, Suitable For:leather Fabric Vinl Fiber Paper 2 Pieces Tape Measure, Measuring Tape 150cm/60 Inches (1.5m*7mm) 10 Pieces Crochet Hooks, 100pcs Crochet Hook Set,perfect Round Point, Material: Plastic+metal, Size:18*13*3cm, Hook Size: 2mm,2.5mm,3.0mm,3.5mm,4.0mm,4.5mm,5.00mm,5.5mm,6.0mm,6.5mm 2 Pieces Knitting Needles, Sizes: 4,5,6 And 8 2 Pieces Crochet Thread, 5 Ply 100% Mercerized Cotton, Assorted Colors, Length:105 Meters, 50 Grams 20 Pieces Sewing Thread, Spun Polyester Sewing Thread, Assorted Colors, 100 Meters, Polyester Material, 10pcs/box 2 Boxes Convertible Drawing And Drafting Table, Size: 24”x36” ▪color:raw Sienna / Brown ▪weight: 10-11kg 1 Piece Studio/painting Easel, Sizes: 85" - 120" Tall 2 Pieces Table/desk Painting Easel, Could Be An H Or An A Easel Type, For A Easel 38" To 75", For H Easel 84" To 96" 5 Pieces Manual And/or Electric Pencil Sharpener, Pencil Sharpener Hand Crank Manual Mechanical Pencil Sharpener,aluminum Alloy Knife Structure,cutting Outer Diameter Of 6.5-8mm Pencil 4 Pieces Wooden Mannequin, With Stand 11.5/14/21/30cm Wooden Human Mannequin Model Artist Movable Limbs Doll 2 Pieces Transparent Edge T-square, Hardwood Blade Dimensions: 30x13.5x0.2 Inches Weight: 14.4 Ounces Color: Wood Size: 36’’ 2 Pieces Carpentry Tools, Tool Set Includes: 1 – 9” Plastic Torpedo Level 1- Magnetic Bit Holder 1” Cr-v Bits Nut Drivers: 3/16”,1/4”,9/32”,5/16”, 11/32”,3/8” 10ft/3m Tape Measure 150mm Mini Saw 7” Locking Pliers 7-12” Diagonal Cutting Pliers 8” Long Nose Pliers 8” Adjustable Wrench 8” Water Pump Pliers Zinc-alloy Utility Knife Utility Knife Blade Black Cable Ties 160oz Claw Hammer Combination Wrench: ¼”, 5/16”, 3/8”, 7/16”. ½”, 9/16” Precision Screwdrivers:ph1, Ph0, Slotted:1/4, 2.0, 2.4, 3.0mm Metric Hex Keys: 1.5, 2, 2.5, 3, 4,5,5.5, 6mm Sae Hex Keys: 1/16”, 5/65”, 3/32”, 1/8”, 5/32”, 3/16”, 7/32”, ¼” 16” Zipper Tool Bag Item Weight; 8.8 Pounds 17.7x9x9 Inches 2 Sets T50 Staple Gun, Size: 7x9x3 Inches 5/16” Staples 3 Pieces Slop Sink, Size: 30.2x18.4x10.0inch Color: 30”m Style: Single Bowl Material: Stainless Steel Thickness: 3.0-1.2mm 1 Piece Roofing Square Dual Marking Right Angle Picture Framing Carpenter Ruler, Steel 90 Degrees Roofing Square Measuring Size: 20x 30cm/8x12” Rustproof Size: 30x20.5x 20.5 Weight: 0.16kg 3 Pieces Professional Compound Mitre Box & Saw, Adjustable Angle 20x8x9 Inches Miter Box 22 Inches Back Saw 2 Pieces Drawing Lamp, Overall Dimensions: 1.5 “w X 3.5 “d X 29.5 “h Long, Bendable Neck 21” (53 Cm) 28 Led Bulbs Stainless Steel Wattage: 1 Can Be Mounted To Table, Desk Or Easel Usb Plug 2 Pieces Artists Taboret Made Of Beechwood. Measures 35-1/2"h X 17-1/2"w X 14-1/2"d 1 Piece Open Shelves Utility Rack, 72" Height X 48" Width X 18" Depth Five Adjustable Shelves 4,000 Lb. Capacity Steel Frame Particle Board For Shelves Rivet Lock Design With Nuts And Bolts 2 Pieces Chisel Rack For Wood Carving, 3/4″ Thick, And 2 Pieces 3/8″ Tall Plywood Number Of Slots May Vary 2 Pieces Corner Clamp, Maximum Clamping Range 7.5cm, Generally 4 Right-angle Clamp All Together To Use. Material: Aluminum Type: 4 -inch 20.00 X 10.00 X 10.00 8 Pieces Decorative Realistic Artificial Fruits, Assorted Plastic Fruits And/or Eco-friendly Foam Material 2 Sets Geometric Shapes Set, 8-12 Shapes/forms Wood And/or Non-toxic Plastic Shapes Include Sphere, Square, Cylinder, Round Cylinder, Cone, Cube, Hexagonal Prism, Triangular Prism, Square Based Pyramid, Octagonal Prism, Pentagonal Prism, And 1/2 Sphere 2 Sets Geometric Designer Templates, Scale: 0-20 Cm/0-24 Cm Size : 8-1/4" X 5.1" (l*w) Plastic And/or Steel Material 4 Pieces Stack Rack, Dimension: 30 In H X 21 In W X 17 In L At Least 6 Shelves May Be Wooden Or Metal Materials Devised With Rollers To Roll The Rack In Any Location 4 Pieces Picture Frame And Miter Clamp, Weight: 2.5 Pounds Dimensions: 23.9 X 9 X 1.6 Inches Wood Material 4 Pieces Heat Gun, Power: 2,000 Watts Temperature: 50 / 380 / 570 Celcius Steps: 3 Steps Air Flow: 500 / 300 / 500 L/min 4 Pcs Nozzles (air Blast, Reducing, Reflector, Paint Scraper) 1 Pc Scraper 4 Pieces Hot Plate Single Electric Stove, Power:1000w Non-stick Coating Auto-thermostat Various Heat Operations Operating On/off Indicator Light 2 Pieces Tape Dispenser, Weight: 1 Kg Hard Durable Plastic Material 2 Pieces Multi-function Three-hole Puncher, 11.75 X 2.75 X 2.75 Inches High Quality Metal Construction With Clip-in Rings 2 Pieces Metric Scale, 30 Centimeters In Length Scale: 1:1, 1:10, 1:2, 1:20, 1:5, 1:50, 1:100, 1:200, 1:500, 1:1000, 1:1250 And 1:2500 4 Pieces Steel Tape Measure, Tape Rule With First 6 Feet Reinforced With Bladearmor Coating For Maximum Durability 11-inch Tape Standout; 16-inch And 19.2-inch Stud Center Markings Simplify Framing Jobs Mylar Polyester Film Extends The Life Of The Entire Blade Heat-treated Spring Provides Long Life And Smooth Blade Recoil Stanley's Limited Lifetime ; Measures 1-1/4-inch-by-25-feet 3 Pieces Heavy Duty Circular Saw, Corded Or Cordless Adjustable Depth Diameter: 4 1/2 In. With Electric Brake Maximum Cutting Depth At 45 Degrees: 1 In. Maximum Cutting Depth At 90 Degrees: 1-9/16 In. Maximum Speed: 4500 Rpm Spindle Lock 20 Volt 5.5 Lb. 4 Pieces Abrasive Disc Cutter Machine, Electric Powered 18.5” H X 12.2” W X 21.25” D 2200w 14” Blade Diameter 15 Amps Motor (3600 Rpm) Cutting Capacity Of 4.5” At 90˚ And 45˚ 2 Pieces Manual Canvas Pliers, Specifically Designed For Electrical And Mechanical Works 3 Pcs. In 1 Set 1 Combination Plier 6" 1 Cutter Plier 6" 1 Long Nose 6" Offers Comfortable Hand Grip 3 Set Jet-bow Compass Set, Set Includes 6" Speed Compass With Inter-changeable Pen, Pencil, Divider Parts, And Replaceable Needle Points. 4½" Bow Compass With Inter-changeable Pen, Pencil, And Divider Parts. 6" Beam Bar And Slide Coupling For Circles Up To 28" In Diameter And 6" Friction Divider With Self Centering Gear Head And Replaceable Needle Points. Set Also Includes Mechanical Lead Holder, Slip Handle For Spare Ruling Pen, Lead Pointer, Center Tack, And Screwdriver. Packaged In See-through, Hard Plastic Case. 2 Sets Human Head Model, Plastic, Life-size Anatomical Cast With Removable Jaw And 3 Removable Lower Teeth Type: Skull Model Material: Pvc Dimension: App.21x15x19cm/8.27x5.91x7.48in Color: As The Picture Shown Quantity: 1 Set 1 Set Screw Drivers Set, Philips Or Slotted Sl 3/16 In. X 3 In. (x2), 3/16 In. X 6 In., Sl 1/4 In. 1.5 In., Sl 1/4 In. X 4 In. (x2), Sl 1/4 In. X 6 In. Ph1 X 4 In. (x 2), Ph2 X 1.5 In., Ph2 X 4 In. (x2) 2 Offset Screwdrivers 6 Precision Screwdrivers: Ph0, Ph1, Sl 1.4 Mm, Sl 2 Mm, Sl 2.4 Mm, Sl 3 Mm 2 Sets Pliers And Grip Set, 10 Piece Tray Set Includes 1 Each Of The Following: 10r, 10wr, 7wr, 7r, 7cr, 6ln, 9ln, 5wr, 6r, 11r Weight: 11.80 Lb 28.00 X 11.80 X 1.30 Inches 2 Sets Artist Stool With Wheels, Height Adjustable & 360° Swivel Soft Pu Leather Cushion Detachable Design Dimension: Seat Diameter: 16.2" Seat Height: 25.6"-35.8" Full Height: 37.4"-47.6" Max Weight Capacity: 300lbs 6 Pieces Screen Print Squeegee, Material: Natural Rubber, Wood, Stainless Hardness: 70 Durometer Length: 25cm/10" Width: 10cm/3.9" Thickness: 2.3cm/0.9'' 8 Pieces Mixing Paint Palette, Material: Stainless Color: Silver Size: Approx 6.75" X 5.5"compact 12 Pieces Carving Chisels For Wood, Material: 45# Steel And Wood Color: Wood Color + Silver Quantity: 12 Pcs Total Weight : 892 Kg Wooden Handle Length Of Each Chisel: 95mm/3.74” Total Length Pf Each Chisel: 20.5mm / 8.07” Size: 1x V-straight Parting Tool: 14.6mm / 0.57” 1x Round Nose Chisel: 7.8 / 0.31 1x Skew Wood Turning Chisel: 7.8mm / 0.31” 1x Bent Chisel: 7.8mm / 0.31” 1x Wood Chisel: 7.8mm / 0.31” 1x Skew Wood Turning Chisel: 8mm / 0.31” 1x Pointed Wood Chisel: 8mm / 0.31” 2x Straight Chisel: 7.8mm 13.7mm”/ 0.31” 0.54” 3x Straight Gouge: 12.8” 16.1mm 11.7mm/ 0.50” 0.63” 0.46” 2 Sets Files Set For Jeweler, Wood Carving, Craft Metal And Glass Stone, 10 Pcs / Set 5x180mm Stone Precision Needle Files Tool Woodworking Carving The Craft Metal Rasp Wood Hand Tools Material: Metal Color: Gray/ Silver Model: Needle Files Size : 14.5x1x1 Weight: 0.05 Kg 2 Sets Heavy Duty Multi-purpose Bench Vise, Jaw Width: 5", Opening: 4-1/4" Durable Cast Steel Construction Head Swivel 360 Degree Full 360-degree Rotational Jaws Unique "v" Jaws Provide 4 Point Holding Power 2 Pieces Anvil, Weight: 55 Lbs. (sculpture) 9 Lbs. (jewelry Works) Metalsmith, Jewelers Forming Tool, Essential For Jewelry Repair, Shaping, Flattening, Hardening Metals Material: Iron Surface Size: (l X W X H): Approx. 6 X 3.3 X 9cm/2.36 X 1.3 X 3.54inch, Height: Approx. 5.5cm/2.17inch 1 Piece Welding Protective Suite, Made Of High-quality Denim Material, It Can Be Worn Many Times, It Will Not Fade For A Long Time. Unique And Comfortable Design, Wear-resistance And Dirty Resistance. Reinforced And Stitched The Crotch, Cuffs, Pockets To Prevent Accidental Tearing. The Highly Elastic Cuffs Make It Comfortable And Convenient To Wear. Size: 170 Height: 168-173cm Waist: 76-84cm/29.9-33 Inches Weight: 57.5-135kg 5 Pieces Welding Apron, Features: Material: Constructed With Artificial Cow Suede Which Is Not Only Durable But Also Flexible, And The Apron Offer Puncture Resistance, Tear Resistance And Cut Resistance. Size: (approx) (lxw) 90x60cm/35.4x23.6inch, Long Full Coverage Apron Protects You Until The Knee When You Are Working. Friendly: The Straps On The Waist Can Be Adjusted To Fit Your Body Better. They Are Designed To Hang Over The Shoulder Which Means That Weight Is Distributed Evenly Over The Shoulders. Never Suffer Neck And Back Pain Again. Pockets: 6 Pockets For Tools And Work Accessories, Include One Cell Phone Pocket And One Pencil Pocket. You Can Put Everything You Need Close To Hand In It Instead Of Constantly Search For Them. The Cell Phone Pocket Is Deep To Prevent The Phone From Falling Out. Application: Not Only For Woodworking And Welding But Also Useful For Many Other Work And Home Tasks Like Bbq And Gardening, Unique Gift Apron For Men, Women, Mothers, Fathers. Specifications: Material: Artificial Cow Suede Color: Yellow Size: (approx) (lxw) 90x60cm/35.4x23.6inch Package Included: 1 Pc X Apron 5 Pieces Welding Hood Caps, Flame Retardant Cloth Full Protection This Welding Hood Offers An Essential Mix Of Durability, Comfort And Protection. The Hood Features A Mesh Lining To Allow Sweat Vapour To Quickly Evaporate The Presoftened, Lightweight, Air Cushioned Fabric For Maximum Comfort. This Hood Can Protect Your Neck, Face And Head From Welding Fire Flash, Splash Very Well. Wear-resistant, Fire-retardant, Spark-proof, Double Protection Of Personal Safety And Sweat Absorption Specification: - Long :approx. 45cm/ 17.72inch - Shoulder Width: Approx. 43cm/16.93inch(xl) 5 Pieces Welding Gloves 10.5" Welding Leather Gloves Hgvc01 Product Description • Size: 10.5" • Use For Driver, Machining Operator Etc. • All Applications Which Require A High Level Of Anti-skid And Abrasion-resistant • Applying Universally To The Transporting And Cargo Handling Workers, Recycling Work, And Horticulture Workers, Drivers And Etc. • Cow Split Leather Gloves • Full Palm, Full Lining • Made With Top Quality Material For Industrial And Commercial Use 5 Pieces Welding Protective Visitor Glasses, Protective Visitor Glasses: Anti-fog With Uv Protection Glasses Product Name:safety Eyewear Glasses Color:clear, Dark Grey Feature:protective Glasses Lens Color:clear, Dark Grey Style:work Safety Glasses Package:blister Size: 17*17*7cm 5 Pieces Welding Helmet, Auto Darkening Welding Helmet Viewing Area:90×35mm Cartridge Size:110×90×10mm Arc Sensor:2 Light State:din 4 Dark State:fixed Shade 10 Shade Control:unadjustable Power On/off:fully Automatic Sensitivity Control:unadjustable,auto Uv/ir Protection:din 16 Power Supply:solar Cells. Re-chargeable Battery .no Battery Change Required Switching Time:1/5000s,from Light To Dark Dark To Light:0.15-0.45s Auto Low Amperage Tig:≥20amps(dc), ≥20amps(ac) Operating Tep:-5°c~+55°c Storing Tep:-20°c~+70°c 5 Pieces Welding Mask, Product Details Of Heavy Duty Welding Mask (108x50x3mm) Movable Glass Impacted Resistant Shell Anti Wear Moveable Type Glass Packing: Polybag With Color Sticker 5 Pieces Hard Hat, Hard Safety Helmet With Chin Strap Color: Blue, Orange, White, Yellow Material: Acrylonitrile Butadiene Styrene (abs) Shell, With Six Point Adjustable Ratchet Suspension For Shock Absorbing And Elastic Chinstrap Tough, Lightweight, Durable With Six Point Adjustable Ratchet Suspension For Shock Absorbing And Elastic Chinstrap. A Hard Hat Is A Type Of Helmet Predominantly Used In Workplace Environments Such As Industrial Or Construction Sites To Protect The Head From Injury Due To Falling Objects, Impact With Other Objects, Debris, Rain, And Electric Shock. Durable, Lightweight And Comfortable 12 Pieces Compact Electric Kilns, Degree F (max): 2300°f Cone: 6 Firebrick: 3" Volt: 240 / 208 Watt: 3,600 Ampere: 15 Recommended Breaker (amp): 20 Receptacle: 6-20 Size Interior (wide X High X Deep ): 13.5 X 13.25" Size Exterior Including Stand (wide X High X Deep ): 22 X 28 X 25.5" Volume (cu Ft.): 1.22 1 Piece Heat Press Transfer Machine, Electric Powered 21.2 X 20.2 X 19.2 In. 220v 1800w 0-400˚f (0-220˚c) 0-999 Sec. 1 Piece Rubber Mallet, Rubber Hammerhead Fiberglass Handle Packing: Color Label Weight: 32oz 4 Pieces Ball Peen Hammer, Material: Fiberglass Handle & Steel Head Size : 16 Ounce Weight: 3.7 Pound 4 Pieces Cutting Mat, Flexible Cutting Mat A2 Size (24 X 18 Inch) Self-healing 5 Layered Double Sided With Marked Pattern And Grids (green) Material: Polyvinyl Chloride Color: Green Item Dimensions: 15 X 15 X 15 Centimeters Shape: Hexagonal Weight: 200 Grams 6 Pieces Heavy Duty Extension Wire, Heavy Duty Extension Power Strip With Safety Switch Protection Socket 4 Meters , Extension 3 Pieces 36” Smart Led Tv, Width 96.74cm, Gross Weight: 10.8 Kg, Net Weight 7.9kg, Height 57.18, Length 7.99cm, Screen Size: 43-inch, Tv Resolution: Full Hd 2 Piece Laptop Computer, Laptop Screen Size: 15 Inches, Graphics Chipset: Integrated, Storage Capacity:512gb, Storage Type: Ssd, Ports/interface: Usb 2.0, Usb 3.0, Vga, Processor Type: Intel Core I7, Number Of Cores: Dual-core, Os:windows, Weight:3 Kg, Battery Capacity 4910mah, Cpu Frequency: 2.9ghz 1 Piece Photo Printer, Wireless Photo All-in-one With Auto Duplex Printing Print, Scan, Copy Auto Duplex Printing Wireless, Wireless Pictbridge, Mopria, Airprint, Direct Wireless Recommended Monthly Print Volume: 30 - 100 Pages Operating System: Win 8 / Win 7 / Vista / Xp, Mac Os X 10.7.5 And Later Borderless Printing: A4 / Letter / 4 X 6" / 5 X 7" / 8 X 10") Standard Paper Input (front Tray): 100 Sheets (a4/ Ltr) / 20 Sheets ( 4 X 6 “ ) Paper Weight: 64 To 105 G/m2 Up To 300 G/m2 Dimension (w X D X H): 449 X 304 X 152 Mm Weight: 5.4 Kg Interface / Connectivity: Usb 2.0 Hi-speed / Wireless Lan /wireless Pictbridge, Direct Wireless Scanner Type: Flatbed 1 Piece Portable Sound System With Microphone, Led Lights 2 Wireless Microphone Wired Microphone / Guitar / Line In Mic Priority Over Voice On/off Line Out Remote Control Usb / Bluetooth / Nfc / Fm Capabilities Frequency Response: 50hz-20khz Power System: Ac Adaptor / 12vdc In / Internal Rechargeable Battery 100v-240v, 60hz Power Supply Adaptor 1 Set 50” Led Tv, Height: 64.42 Cm, Width:111.68cm,length:5.99cm, Gross Weight:16kg. Screen Size: 50-inch Led, Net Weight: 11.6kg, Tv Resolution: 4k Ultra Hd, Connectivity: Wireless Lan Built-in (wi-fi), Hdmi Ports: 3, Usb Ports:1 2 Piece Soft Box With Stand, 2 Pcs Studio Lighting Softbox 50*70cm, 2 Pcs 2m Light Stand, 2 Pcs 45w Light Bulb, Photography Kit 100-240v, Maximum Height: 200cm/78", Collapsible Height:65cm/32" 2 Pieces Display Panel Board, Product Weight:8kg,choose Type:fabric,number Of Panels:4,type: Pole And Panel,graphic Type: Loop Nylon, 900x600mm Or 1000x700mm 6 X 900mm Poles 25 Mm Diameter With Clips Weight Approx 11-14kg 1 Piece Magnetic Whiteboard, Size:4x8 (48x96 Inches)feet, Aluminum Frame,with Sliding Whiteboard Marker/eraser Tray,protective Plastic Rubber Corners 1 Piece Chalkboard, Length: 60.5", Height: 36.5",unit Weight: 24.00 Lbs Per Unit Color: Black Duro-slate Over ¼”hardboard Backing, Full Length Chalk Tray 1 Piece Offline Mini Compressor, 220v 60hz, Type: Single Cylinder Piston Compressor With Air Tank, Power: 1/6hp, Speed: 1700r.p.m, Air Output Per Min/lit.:20-23l/min, Auto Stop, Start At 3bar (43 Psi) Stop At 4bar (57psi), Working Pressure:0-4 Bar, Air Tank:3.0l, Suitable For Airbrush With Nozzle 0.2mm-1.0mm, Weight: 5kg, Dimension: 31x13x31cm 1 Pieces Styrofoam Cutter, Material:plastic, Size:approx. 190x90mm, Power: 2xc Size Battery (not Included), Feature: Electric Wire Needle Shap, Stainless Steel Wire, Hardness And Diameter Of 0.19mm 1 Piece Potter’s Wheel/electric Potter’s Wheel, Detachable Abs Basin, Advanced High-quality Brushless Motor, Rotary Speed:0-300 Rpm, Pottery Wheel: 25cm, Pottery Forming Machine:350w,electric Pottery Wheel With Foot Pedal And Detachable Basin, Rated Voltage: Ac 110v, Wheel Diameter: 25cm (9.8"), Speed: 0-300r/min, Working Noise:,60 Db, Gross Weight: 14kg (31.1 Lb), Package Dimensions (lxwxh) 53x42x35cm (20.8"x16.53"x13.78") 2 Pieces Weather-proof Safety Box Circuit Breaker, Metal Enclosure Panel Box, Weatherproof, Height:300mm, Depth:150mm, Door: 0.8mm, Body: 0.8mm, Plate: 0.8mm, Metal Body,width:400mm 1 Piece Fire Blanket, 120x99x4cm (l X W X H) Woven Glass Fiber 2 Pieces Exhaust Fan, Size: 12" 9" 6" Rpm: 1350, 1320, 1290 Finish: Power Coated 2 Pieces Medicine Cabinet, Stainless 20x26x5 Inch Single Door Medicine Cabinet 1 Piece Smoke Detector, 120 Volts Ionization Sensor, Clamshell Packaging 1 Piece Disposal Bins, 50 Cubic Movable Bins 2 Pieces Abc = 597,951.44
Closing Date24 Feb 2025
Tender AmountPHP 597.9 K (USD 10.3 K)
9991-10000 of 10000 archived Tenders