Medicine Tenders
Medicine Tenders
PUBLIC HEALTH FACILITY INSTITUTE FOR PHYSICAL MEDICINE, REHABILITATION AND ORTHOPEDIC SURGERY DR MIROSLAV ZOTOVI BANJA LUKA Tender
Others
Bosnia and Herzegovina
Purchaser Name: PUBLIC HEALTH FACILITY INSTITUTE FOR PHYSICAL MEDICINE, REHABILITATION AND ORTHOPEDIC SURGERY DR MIROSLAV | Information System for Documentation Management
Closing Date20 Jan 2025
Tender AmountRefer Documents
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.gso-25-01-np (sv) Reference Pr No.gso-25-01 January 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 January 7, 2025 At 9:00 A.m. At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, 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: ₱182,145.00 Place Of Delivery: Iloilo Provincial Capitol Grounds, Bonifacio Drive, Iloilo City. Date Of Delivery: Within Fourteen (14) Calendar Days After 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 Lot Supply And Installation Of Decorations And Materials & Other Incidentals Necessary For The Iloilo Provincial Capitol Government Kasadyahan Festival 2025 1- “kasadyahan” Led Light Signage - 0.60m Height X 9m Length 1-giant “kasadyahan Decorative Figure” - 6m Width X 6m Height 182,145.00 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 And Medical Equipment/supplies, The Bidders Shall Submit The Following: A. Certificate Of Product Registration From The Fda; B. Certificate Of Good Manufacturing Practice From The Fda; C. Batch Release Certificate From The Fda; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And 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. 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. Gso-25-01-np (sv) Reference Pr No. Gso-25-01 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 Date7 Jan 2025
Tender AmountPHP 182.1 K (USD 3.1 K)
City Government Iligan Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund , Intend To Apply The Sum Of P 1,932,276.10 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Male And Female Headquarters - Soco (phase 1), Pnp Camp Tomas Cabili, Brgy. Tipanoy, Iligan City With Project No. Cb(b)-24-148 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Male And Female Headquarters - Soco (phase 1), Pnp Camp Tomas Cabili, Brgy. Tipanoy, Iligan City 1. General Requirements • Permits And Clearances • Installation Of Project Billboard – 2 Sets • Occupational Safety And Health Program • Mobilization And Demobilization 2. Earthworks • Excavation Works For Footings, Tiebeams And Wall Footing • 100mm Thk. Gravel Base For Footings And Tiebeams • 50mm Thk. Gravel Base For Wall Footings 3. Steel Reinforcements • Installation Of 20mm Ø Dsb For Columns (6.50m), Tiebeams And Floor Beams (b1 & Cb) • Installation Of 16mm Ø Dsb For Footings, Tiebeams And Floor Beams (b1, B2, B3 & Cb) • Installation Of 10mm Ø Dsb For Tiebeams And Floor Beams Stirrups, Column Lateral Ties And Slab Matting For Second Floor 4. Concrete Works, Formworks And Scaffoldings • Installation Of Formworks And Falsework For Columns, Tiebeams, Beams (b1, B2, B3 & Cb) And Second Floor Slab • Concrete Pouring Of Footings, Columns (6.50m), Tiebeams, Floor Beams (b1, B2, B3 & Cb) And Second Floor Slab • Removal Of Formworks And Falsework • Installation Of 4” And 2” Pvc Pipes For Second Floor Plumbing Roughing-ins 5. Masonry Works • 4” X 8” X 16” Concrete Hollow Blocks For Perimeter Walls Up To Bottom Of Floor Beam I. Permit & Clearances (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)- 6 Sets Of Plans. Ii. Construction Safety And Health Program (q= 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aid Kit & Medicines. Iii. Project Billboard (q=2.00 Set/s) Includes 4’x8’ Tarpaulin Print Billboard, 8’ X 8’ Tarpaulin Print Billboard, 2” X 2” X 8” Coco Lumber, 2” X 3” X 10” Coco Lumber, 2” X 3” X 14” Coco Lumber, Assorted Sizes C.w. Nails. Iv. Mobilization & Demobilization (q=1.00lot) V. Earthworks (q=95.00 Cu.m.) Includes Volume To Be Excavated, V=54.4 Cu.m.; Volume To Be Backfilled, V= 28.1cu.m.;gravel Bedding, V=10.83cu.m.; (+15% Shrinkage). Vi. Steel Reinforcements (q= 7,873.65kgs.) Includes 20mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Vii. Concrete Works, Formworks And Scaffoldings (q=45.17cu.m.) Includes Portland Cement (type I), Washed Sand, Washed Gravel, 4’ X 8’ X ¾” Thk. Marine Plywood, Assorted Sized Coco Lumber (2” X 2” X 10’ & 2” X 3” X 10’), Assorted Sized C.w. Nails, Sahara Cement Waterproofing Compound 908grams, Plumbing Roughing-ins-4” Dia. X 10’ Pvc Pipes S-1000, Plumbing Roughing-ins – 2”dia X 10’ Pvc Pipes S-1000. Viii. Masonry Works (q=100.65sq.m.) Includes 4” X 8” X 16” Chb (a = 100.65), Portland Cement, Washed Sand) Approved Budget For The Contract (abc): P 1,932,276.10 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Ten (110) Calendar Days From Receipt Of Notice To Proceed. 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. Instruction To Bidders. 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 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. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 14 – February 4, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 21, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Opening Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 14, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-148 (ceo-infra)
Closing Date4 Feb 2025
Tender AmountPHP 1.9 Million (USD 33 K)
Province Of Iloilo Tender
Food Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-46-np(sv) Reference Pr No.gov -25-46 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, 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: ₱130,000.00 Place Of Delivery: Casa Real De Iloilo Date Of Delivery: February 6, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 200 Pax Catering Of Meals For 200 Pax @ 650.00 Per Pax For Dinner Of The League Of Vice Governors Of The Philippines On February 6, 2025 At Casa Real De Iloilo Menu 5 Main Dish: Pork Bulgogi, Beef Caldereta, Chicken Pandan, Seafoods Creole, Native Chicken Binakol 2 Side Dish: Birds Nest, Assorted Vegetables 2 Dessert: Buco Lychee, Assorted Square Cakes Softdrinks Rice 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. 650.00 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-25-46-np(sv) Reference Pr No.gov-25-46 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 6, 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 Date5 Feb 2025
Tender AmountPHP 130 K (USD 2.2 K)
Municipal Non Commercial Enterprise Of The Mykolaevskaya City Council Center Of Primary Medicine Sanitary Aid No 5 Tender
Others
Ukraine
Purchaser Name: Municipal Non Commercial Enterprise Of The Mykolaevskaya City Council Center Of Primary Medicine Sanitary | Суміш Суха Молочна «малютка-1» Для Дітей Віком Від 0 До 6 Місяців (або Еквівалент), Суміш Суха Молочна «малютка-2» Для Дітей Від 6 До 12 Місяців (або Еквівалент)
Closing Date5 Feb 2025
Tender AmountUAH 8.1 K (USD 195)
MUNICIPAL NON COMMERCIAL ENTERPRISE REGIONAL CENTER FOR EMERGENCY MEDICAL AID AND DISASTER MEDICINE OF CHERNIGIV REGIONAL COUNCIL Tender
Civil And Construction...+1Others
Ukraine
Purchaser Name: MUNICIPAL NON COMMERCIAL ENTERPRISE REGIONAL CENTER FOR EMERGENCY MEDICAL AID AND DISASTER MEDICINE OF | 50420000-5 Послуги З Ремонту І Технічного Обслуговування Медичного Та Хірургічного Обладнання
Closing Date24 Jan 2025
Tender AmountUAH 249.8 K (USD 5.9 K)
Municipal Non Commercial Enterprise Of The Mykolaevskaya City Council Center Of Primary Medicine Sanitary Aid No 5 Tender
Civil And Construction...+2Others, Building Construction
Ukraine
Purchaser Name: Municipal Non Commercial Enterprise Of The Mykolaevskaya City Council Center Of Primary Medicine Sanitary | Поточний Ремонт Приміщень Кнп Ммр «цпмсд №5» По Вул. Ігоря Бедзая (чкалова), 78, М. Миколаїв, Миколаївська Область
Closing Date20 Jan 2025
Tender AmountUAH 5.4 Million (USD 128.1 K)
Community non commercial enterprise Territorial medical association Oblasny center of emergency medical assistance and medicine of disasters Tender
Civil And Construction...+1Civil Works Others
Ukraine
Purchaser Name: commercial enterprise Territorial medical association Oblasny center of emergency medical assistance and medicine | Поставка Товару Здійснюється За Адресою М. Запоріжжя, Вул. Токмацька (тамбовська), 6 За Рахунок Продавця. Строк Поставки Товару Протягом 2 (двох) Робочих Днів З Дати Отримання Заявки Від Покупця, Але Не Пізніше 07.02.2025 Року. Передача Товару Повинна Здійснюватися Уповноваженій Особі Покупця, На Складі Покупця. Всі Розвантажувальні Та Завантажувальні Роботи Здійснюються Продавцем За Власний Рахунок. Товар Повинен Постачатися Покупцю У Тарі, Яка Забезпечує Зберігання При Транспортуванні Та Відповідає Установленим Стандартам. Маркування - Згідно Діючих Ту Та Дсту. Товар Повинен Передаватися Покупцю В Упаковці Підприємства Виробника, Яка Не Повинна Бути Деформованою Або Пошкодженою. Кожна Партія Товару, Під Час Поставки, Повинна Супроводжуватись Документами, Що Підтверджують Їх Якість (копії Декларацій Відповідності З Додатками, Копії Сертифікатів Відповідності (для Стерильної Продукції), Копії Сертифікатів Якості (паспортів), Копії Інструкцій З Застосування, Або Інших Документів, Які Підтверджують Якість Запропонованого Товару) Із Зазначенням Даних, Що Вимагаються Чинним Законодавством України; – Гарантія Якості Товару Діє Протягом Строку, Встановленого Виробником Товару Та Вказаного На Упаковці Товару; – На Упаковці Повинна Бути Зазначена Дата Виробництва Та Термін Придатності; – Термін Придатності Не Менше 80 % Від Загального Терміну Придатності, Визначеного Виробником; – Товар Повинен Передаватися В Упаковці, Яка Відповідає Характеру Товару, Забезпечує Цілісність Товару, Збереження Його Якості Під Час Транспортування Згідно З Правилами Перевезення Відповідної Категорії; – При Наявності Браку Упаковки, Порушення Цілісності Товарів Проводиться Заміна Якісним Товаром Протягом 2 (двох) Днів. Товар Повинен Мати Завірені Підписом Та Печаткою Продавця (у Разі Наявності) Копії Декларацій Відповідності З Додатками, В Яких Зазначено Предмет Закупівлі — Для Медичних Виробів, Які Пройшли Процедуру Оцінки Відповідності Згідно З Технічним Регламентом Щодо Медичних Виробів, Затвердженим Постановою Кабінету Міністрів України Від 2 Жовтня 2013 Р. № 753, Копії Інструкцій З Застосування, Або Інших Документів, Які Підтверджують Якість Запропонованого Товару Та Відповідність Технічним Характеристикам, Що Вимагає Покупець. Якість Товару Повинна Відповідати Вимогам Нормативних Актів України. Продавець Повинен Мати Відповідний Дозвіл На Види Діяльності, Здійснювані При Виконанні Зобов’язань.
Closing Date25 Jan 2025
Tender AmountUAH 851 K (USD 20.2 K)
Municipal Non Commercial Enterprise Of The Mykolaevskaya City Council Center Of Primary Medicine Sanitary Aid No 5 Tender
Civil And Construction...+1Construction Material
Ukraine
Purchaser Name: Municipal Non Commercial Enterprise Of The Mykolaevskaya City Council Center Of Primary Medicine Sanitary | Продукти Спеціального Лікувального Харчування Для Дітей, Хворих На Фенілкетонурію
Closing Date16 Jan 2025
Tender AmountUAH 995.4 K (USD 23.4 K)
4281-4290 of 4329 archived Tenders