Medicine Tenders

Medicine Tenders

Province Of Iloilo Tender

Food Products
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 580 K (USD 9.9 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Peso-25-43-np(sv) Reference Pr No. Peso-25-43 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, Iloilo Provincial Capitol, Iloilo City 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: ₱580,000.00 Place Of Delivery: Any Place Within The Vicinity Of The Province Or City Of Iloilo Date Of Delivery: As Per Terms /conditions Stated In The Order Of Deliver/ordering Agreement Until December 31,2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 800 Pax Catering Of Meals & Other Incidentals For 800 Pax @500 Per Pax For Various Activities Of Public Employment Service Office Until December 31, 2025 500.00 Menu Lunch: Main Dish: Pork Sweet And Sour/ Pork Adobo/pork Hamonado/ Pork Sinigang/ Bakareta/beef Steak With Broccoli/ Beef Steak W/ Onion Rings/ Buttered Chicken/chicken Adobo/chicken Curry/ Sweet & Sour Fish/ Fish Fillet W/ Tartar Sauce/ Fried Bangus/ Chopsuey/ Bam-i/ Bihon Guisado/ Pinakbet/lemon Glazed Chicken/ Pork Estofado And Plain Rice Soup: Cream Of Mushroom Soup/ Cream Of Corn Soup/ Hototay, Soup/ Bird’s Nest Soup/ Molo Soup/ Kbl Soup/ Tinolang Manok Soup Side Dish: Lumpiang Shanghai/atsara Dessert: Buko Pandan/ Macaroni Salad/ Fruit Salad/ Brownies/ Butter Scotch/ Mixed Fruits/ Black Sambo Drinks: Canned Juice/ Bottled Juice/ Canned Soda/ Bottled Soda/ Bottled Water 2 1800 Pax Catering Of Snacks & Other Incidentals For 1800 Pax @100 Per Pax For Various Activities Of Public Employment Service Office Until December 31, 2025 100.00 Snacks: Burger/ Siopao/ Spaghetti/ Carbonara/ Sandwich/ Royal Bibingka/asado Roll/ Ensaymada/ Cheese Roll, Baked Macaroni, Pancit Molo With Bread/bam-i/ Bijon Guisado Drinks: Canned Juice/ Bot. Juice/ Canned Soda/ Bot. Soda/ Bot . Water Terms & Conditions 1.winner Bidder/supplier Must Provide Free Flowing Coffee/choco And Water In Dispenser 2. Menu Of Choice Must Include 1 Am Snacks,1 Pm Snacks,3 Main Dish,1 Soup/sidedish,1 Dessert And 1 Round Of Drinks 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. Peso-25-43-np(sv) Reference Pr No. Peso-25-43 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. Delivery Period: As Per Terms /conditions Stated In The Order Of Deliver/ordering Agreement Until December 31,2025. 2. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom 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.

Province Of Iloilo Tender

Food Products
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 942 K (USD 16 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-06-np(sv) Reference Pr No. Gov-25-06 January 10, 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 21, 2024 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 One Thousand Pesos (₱1,000.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱942,000.00 Place Of Delivery: Within The Vicinity Of Iloilo City Or Province Of Iloilo. Date Of Delivery: As Per Terms/conditions Stated In The Order To Deliver/ordering Agreement Until June 30, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1000 Pax Catering Of Meals For 1000 Pax @ 450.00 Per Pax For Various Activities Of The Office Of The Governor Until June 30, 2025. 450.00 Menu: Main Dish: Choice Of 3 Main Dish • Kare-kare/beef Brisket/ Native Chicken Binakol/ Baby Backribs With Fruit Sauce/ Grilled Fish/ Patatim Belly/ Crispy Pata/ Lechon Kawali/ Chicken Cordon Bleu/ Seafood Chopsuey/ Fish With Tartar Sauce/ Braised Chicken With Mushroom/ Hamonado/ Ox Tongue With Mushroom Sauce/ Fried Chicken/ Chicken Stew/ Pandan Chicken/ Baked Chicken W/ Honey/ Chicken Parmesan/ Steamed Fish With Soy/ Stir Fry Seafood/ Chicken With Assorted Vegetables/kbl Side Dish: • Waldorf Salad/ Potato Salad/ Vegetable Lumpia/ Sotanghon Guisado/shanghai Lumpia/ Pad Thai Noodles/ Spaghetti Carbonara Dessert: • Buko Fruit Salad/ Fruits In Season/ Buko Mango Salad/ Leche Flan/ Fruit Salad/ Buko Pandan Salad Rice Soft Drink/ Bottled Water/ Juice 2 1200 Pax Catering Of Snacks For 1200 Pax @ 110.00 Per Pax For Various Activities Of The Office Of The Governor Until June 30, 2025. 110.00 Menu: • Hamburger/sandwich/siopao • Soft Drink/ Bottled Water/ Juice 3 1200 Pax Packed Meals For 1200 Pax @ 300.00 Per Pax For Various Activities Of The Office Of The Governor Until June 30, 2025. 300.00 Menu: Main Dish: Choice Of 2 Main Dish • Beef Brisket/native Beefsteak/baby Backribs With Fruit Sauce/ Hamonado/ Breaded Pork/ Garlic Pepper Porkribs/ Lechon Kawali/ Chicken Cordon Bleu/ Seafood Chopseuy/ Fish With Tartar Sauce/ Braised Chicken With Mushroom/ Ox Tounge W/ Mushroom Sauce/ Fried Chicken/ Chicken Stew/ Pandan Chicken/ Baked Chicken With Honey/fish With Chili Mango Sauce/ Steamed Fish With Soy/ Stir Fry Seafood/ Chicken With Assorted Vegetables And Nuts Dessert: • Buko Fruit Salad/ Buko Pandan Salad / Macaroni Fruit Salad / Fresh Fruit Salad/ Brownies With Nuts/fruits In Season/macaroons Rice Soft Drink/ Bottled Water/ Juice 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 T He 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-25-06-np(sv) Reference Pr No. Gov-25-06 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 Terms/conditions Stated In The Order To Deliver/ordering Agreement Until June 30, 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. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number

Province Of Davao Del Sur Tender

Chemical Products
Corrigendum : Closing Date Modified
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 1.8 Million (USD 31.9 K)
Details: Description Invitation To Bid For Ib No. G-010-25 Early Procurement (2nd Opening) Supply/delivery Of Laboratory Reagents (rebid: Lot 3 – Bacteriology) 1. The Provincial Government Of Davao Del Sur, Through The Cy 2025 General Fund (dsph) Intends To Apply The Sum Of Php. 1,867,850.00 Being The Abc To Payments Under The Contract For Supply/delivery Of Laboratory Reagents (rebid: Lot 3 – Bacteriology) – Ib No. G-010-25 (2nd Opening). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Select This For Lot-procurement: The Provincial Government Of Davao Del Sur, Through The Cy 2025 General Fund (pho-technical) Intends To Apply The Sum Of: Lot 3: Php. 1,867,850.00 Bidding Docs: Php. 5,000.00 Total: Php. 1,867,850.00 Bidding Docs: Php. 5,000.00 For Supply/delivery Of Laboratory Reagents (rebid: Lot 3 – Bacteriology) – Ib No. G-010-25 (2nd Opening) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Davao Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days Upon Receipt Of P.o. Complete Delivery Shall Be Strictly Observed By The Supplier And No Partial Delivery Shall Be Allowed Except In Meritorious Cases Such As Fortuitous Event, Or By Act Of The Government Or Upon The Approval Of The Head Of The Procuring Entity. Notes: *the Supplier Shall Notify The Pgso A Day Before The Actual Delivery. *for Medicines, The Packaging Must Bear The Marking Government Property - Province Of Davao Del Sur. *cpr & Lto Shall Be Required During The Post-qualification. *place Of Delivery: Pgso *expiry: At Least One Year Shelf-life. Bidders Should Have Completed, For The Last 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Davao Del Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m., Monday To Friday: Ms. Norjanna M. Camaguin, Mpa Chief Administrative Officer Procurement Management Office Room 4, Executive Building, Barangay Matti, Digos City 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 – January 30, 2025 From The Given Address And Website Below: Office Address: Procurement Management Office Room 4, Executive Building, Capitol Matti, Digos City, Davao Del Sur. Website: Www.davaodelsur.gov.ph And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of The Following: Lot 3: Php. 1,867,850.00 Bidding Docs: Php. 5,000.00 Total: Php. 1,867,850.00 Bidding Docs: Php. 5,000.00 The Provincial Government Of Davao Del Sur Through The Bids And Awards Committee Shall Allow The Bidder To Present Its Proof Of Payment (official Receipt) For The Fees. Said Proof Of Payment Shall Be Presented In Person To The Bac Secretariat At The Procurement Management Office. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. Bids Must Be Duly Received By The Bac Secretariat At The Following Through Manual Submission. Late Bids Shall Not Be Accepted:  Advance Dropping (before January 30, 2025) - Procurement Management Office Room 4, Procurement Management Office (goods), Capitol Building, Matti, Digos City, Davao Del Sur.  Date Of Opening (january 30, 2025) - Ralota Hall, Gov. Douglas Ra. Cagas Cultural Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On January 30, 2025 At 9:00 A.m. Ralota Hall, Gov. Douglas Ra. Cagas Cultural Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Process As To Purchase Of Bidding Documents:  A Special Power Of Attorney (spa) From The Proprietor Of The Company Or A Notarized Secretary’s Certificate If Corporation, Shall Be Presented In Case The Latter Opted To Send Representative/s In His/her Behalf. The Invitation To Bid No. (ib No.) And Project Title Must Be Specified Pursuant To Bac Resolution No. 2018 Series Of 2024.  The Bidder Shall Accomplish A Bidder’s Assessment Slip To Be Signed By The Bac Secretariat, Bac Chairperson Or Bac Vice-chairperson In Absence Of The Former, And The Head Of The Procuring Entity.  Payment Of Bidding Documents Fee At The Provincial Treasurer’s Office.  Presentation Of The Official Receipt To The Procurement Management Office For The Release Of The Bidding Documents. Preparation Of Bidding Documents:  Two-envelope System: A.1 Envelope 1 – Eligibility/technical Documents In 3 Sets, Book Bound, And With Proper Tabbing. A.2 Envelope 2 – Financial Documents In 3 Sets Book Bound, And With Tabbing. However, If It Will Not Exceed 10 Pages, The Bidder May Book Bound Or Securely Stapled.  Any Document Submitted, Not Book-bound And Less Than Three (3) Sets, Shall Be Rejected Outright.  Envelope 1 And Envelope 2 Shall Be Placed In One Mother Envelope. Please See Bid Data Sheet For Further Instruction. Brand/s Condition Brands Offered Must Conform To The Standard Set By The Therapeutics Committee As Evidenced By Their Certification. The Brand Offer Of The Bidder Must Pass The Evaluation Of The Therapeutics Committee Otherwise The Brand Offer Of The Bidder Will Be Considered Not Responsive. Refer To The Attached Standard Guidelines In Evaluating The Sample Items Of The Bidders Note: Bidder/s Is Allowed To Offer Maximum Of 3 Brands And Strictly No Brand Replacement Pursuant To Bac Resolution No. 786 Dated June 02, 2023 Series Of 2023. Section 34. Process Of Post-qualification (section 34, R.a. 9184) 34.1 The Lowest Calculated Bid/highest Rated Bid Shall Undergo Post-qualification In Order To Determine Whether The Bidder Concerned Complies With And Is Responsive To All The Requirements And Conditions As Specified In The Bidding Documents. Xxx 34.3.b.iii) Verification And/or Inspection And Testing Of The Goods/product, Aftersales And/or Maintenance Capabilities, In Applicable Cases, As Well As Checking The Following: A. Delay In The Partial Delivery Of Goods Amounting To Ten Percent (10%) Of The Contract Price In Its Ongoing Government And Private Contracts; B. If Any Of These Contracts Shows The Bidder’s Failure To Deliver Or Perform Any Or All Of The Goods Or Services Within The Period(s) Specified In The Contract Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; Or C. Unsatisfactory Performance Of The Supplier’s Obligations As Per Contract Terms And Conditions At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To The Bidder's Fault Or Negligence, The Bac Shall Disqualify The Bidder From The Award, For The Procurement Of Goods. 11. The Provincial Government Of Davao Del Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Bac Chairperson Provincial Government Of Davao Del Sur Email: Bac.davaodelsur2@gmail.com Ms. Norjanna M. Camaguin, Mpa Chief Administrative Officer Head, Bac Secretariat Procurement Management Office Room 4 Executive Building, Barangay Matti, Digos City, Davao Del Sur Email Address: Bac.davaodelsur2@gmail.com Mobile Nos. 0905-229-0526 (globe) / 0908-332-2024 (smart) 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.davaodelsur.gov.ph January 22, 2025 Dessamie Buat-sanchez, Cpa, J.d. Provincial Budget Officer Bac Chairperson

Province Of Davao Del Sur Tender

Healthcare and Medicine
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 274.3 K (USD 4.6 K)
Details: Description Invitation To Bid For Ib No. G-007-25 Early Procurement (2nd Opening) Supply/delivery Of Sutures (rebid: Lot 2) 1. The Provincial Government Of Davao Del Sur, Through The Cy 2025 General Fund (dsph) Intends To Apply The Sum Of Php. 274,356.00 Being The Abc To Payments Under The Contract For Supply/delivery Of Sutures (rebid: Lot 2) – Ib No. G-007-25 (2nd Opening). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Select This For Lot-procurement: The Provincial Government Of Davao Del Sur, Through The Cy 2025 General Fund (dsph) Intends To Apply The Sum Of: Lot 2: Php. 274,356.00 Bidding Docs: Php. 500.00 Total: Php. 274,356.00 Bidding Docs: Php. 500.00 For Supply/delivery Of Sutures (rebid: Lot 2) – Ib No. G-007-25 (2nd Opening) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Davao Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15 Calendar Days Upon Receipt Of P.o. Complete Delivery Shall Be Strictly Observed By The Supplier And No Partial Delivery Shall Be Allowed Except In Meritorious Cases Such As Fortuitous Event, Or By Act Of The Government Or Upon The Approval Of The Head Of The Procuring Entity. Notes: *the Supplier Shall Notify The Pgso A Day Before The Actual Delivery. *for Medicines, The Packaging Must Bear The Marking Government Property - Province Of Davao Del Sur. *cpr & Lto Shall Be Required During The Post-qualification. *place Of Delivery: Pgso *expiry: At Least 18 Months Shelf-life. Bidders Should Have Completed, For The Last 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Davao Del Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m., Monday To Friday: Ms. Norjanna M. Camaguin, Mpa Chief Administrative Officer Procurement Management Office Room 4, Executive Building, Barangay Matti, Digos City 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09, 2025 – January 16, 2025 From The Given Address And Website Below: Office Address: Procurement Management Office Room 4, Executive Building, Capitol Matti, Digos City, Davao Del Sur. Website: Www.davaodelsur.gov.ph And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of The Following: Lot 2: Php. 274,356.00 Bidding Docs: Php. 500.00 Total: Php. 274,356.00 Bidding Docs: Php. 500.00 The Provincial Government Of Davao Del Sur Through The Bids And Awards Committee Shall Allow The Bidder To Present Its Proof Of Payment (official Receipt) For The Fees. Said Proof Of Payment Shall Be Presented In Person To The Bac Secretariat At The Procurement Management Office. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. Bids Must Be Duly Received By The Bac Secretariat At The Following Through Manual Submission. Late Bids Shall Not Be Accepted:  Advance Dropping (before January 16, 2025) - Procurement Management Office Room 4, Procurement Management Office (goods), Capitol Building, Matti, Digos City, Davao Del Sur.  Date Of Opening (january 16, 2025) - Ralota Hall, Gov. Douglas Ra. Cagas Cultural Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On January 16, 2025 At 9:00 A.m. Ralota Hall, Gov. Douglas Ra. Cagas Cultural Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Process As To Purchase Of Bidding Documents:  A Special Power Of Attorney (spa) From The Proprietor Of The Company Or A Notarized Secretary’s Certificate If Corporation, Shall Be Presented In Case The Latter Opted To Send Representative/s In His/her Behalf. The Invitation To Bid No. (ib No.) And Project Title Must Be Specified Pursuant To Bac Resolution No. 2018 Series Of 2024.  The Bidder Shall Accomplish A Bidder’s Assessment Slip To Be Signed By The Bac Secretariat, Bac Chairperson Or Bac Vice-chairperson In Absence Of The Former, And The Head Of The Procuring Entity.  Payment Of Bidding Documents Fee At The Provincial Treasurer’s Office.  Presentation Of The Official Receipt To The Procurement Management Office For The Release Of The Bidding Documents. Preparation Of Bidding Documents:  Two-envelope System: A.1 Envelope 1 – Eligibility/technical Documents In 3 Sets, Book Bound, And With Proper Tabbing. A.2 Envelope 2 – Financial Documents In 3 Sets Book Bound, And With Tabbing. However, If It Will Not Exceed 10 Pages, The Bidder May Book Bound Or Securely Stapled.  Any Document Submitted, Not Book-bound And Less Than Three (3) Sets, Shall Be Rejected Outright.  Envelope 1 And Envelope 2 Shall Be Placed In One Mother Envelope. Please See Bid Data Sheet For Further Instruction. Brand/s Condition Brands Offered Must Conform To The Standard Set By The Therapeutics Committee As Evidenced By Their Certification. The Brand Offer Of The Bidder Must Pass The Evaluation Of The Therapeutics Committee Otherwise The Brand Offer Of The Bidder Will Be Considered Not Responsive. Refer To The Attached Standard Guidelines In Evaluating The Sample Items Of The Bidders Note: Bidder/s Is Allowed To Offer Maximum Of 3 Brands And Strictly No Brand Replacement Pursuant To Bac Resolution No. 786 Dated June 02, 2023 Series Of 2023. Section 34. Process Of Post-qualification (section 34, R.a. 9184) 34.1 The Lowest Calculated Bid/highest Rated Bid Shall Undergo Post-qualification In Order To Determine Whether The Bidder Concerned Complies With And Is Responsive To All The Requirements And Conditions As Specified In The Bidding Documents. Xxx 34.3.b.iii) Verification And/or Inspection And Testing Of The Goods/product, Aftersales And/or Maintenance Capabilities, In Applicable Cases, As Well As Checking The Following: A. Delay In The Partial Delivery Of Goods Amounting To Ten Percent (10%) Of The Contract Price In Its Ongoing Government And Private Contracts; B. If Any Of These Contracts Shows The Bidder’s Failure To Deliver Or Perform Any Or All Of The Goods Or Services Within The Period(s) Specified In The Contract Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; Or C. Unsatisfactory Performance Of The Supplier’s Obligations As Per Contract Terms And Conditions At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To The Bidder's Fault Or Negligence, The Bac Shall Disqualify The Bidder From The Award, For The Procurement Of Goods. 11. The Provincial Government Of Davao Del Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Bac Chairperson Provincial Government Of Davao Del Sur Email: Bac.davaodelsur2@gmail.com Ms. Norjanna M. Camaguin, Mpa Chief Administrative Officer Head, Bac Secretariat Procurement Management Office Room 4 Executive Building, Barangay Matti, Digos City, Davao Del Sur Email Address: Bac.davaodelsur2@gmail.com Mobile Nos. 0905-229-0526 (globe) / 0908-332-2024 (smart) 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.davaodelsur.gov.ph January 08, 2025 Dessamie Buat-sanchez, Cpa, J.d. Provincial Budget Officer Bac Chairperson

Province Of Iloilo Tender

Machinery and Tools
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 226.7 K (USD 3.8 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gso-25-12-np (sv) Reference Pr No.gso-25-12 January 14, 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 20, 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: ₱226,750.00 Place Of Delivery: Maintenance Division, Casa Real, Old Iloilo Provincial Capitol Building, 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 1 100 Pcs Flat Bar 1/8” X ½” X 6mtrs 140.00 2 100 Pcs Deformed Bar 9mm X 6mm 160.00 3 20 Kls Welding Rod 6013 180.00 4 20 Kls G.i.t Tie Wire #16 95.00 5 50 Pcs Cutting Disc 4”0 70.00 6 5 Rolls Rope Lights 100mtrs/roll(red) 6,500.00 7 5 Rolls Rope Lights 100mtrs/roll(green) 4,500.00 8 5 Rolls Rope Lights 100mtrs/roll(warmwhite) 4,500.00 9 1 Roll Strip Light Double Light 100mtrs (red) 10,500.00 10 500 Packs Cable Tie 3mm X 100mm 65.00 11 1 Roll Tthn/tw Stranded Wire #10 8,950.00 12 1 Roll Tthn/tw Stranded Wire #8 12,500.00 13 4 Roll Flatcord Wire #18 3,750.00 14 4 Rolls Flatcord Wire #16 4,950.00 15 60 Rolls Electrical Tape Big 75.00 16 1 Roll Tthn/tw Stranded Wire #12 6,500.00 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-25-12-np (sv) Reference Pr No. Gso-25-12 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

Province Of Iloilo Tender

Food Products
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 381.2 K (USD 6.5 K)
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-19-np(sv) Reference Pr No. Gov-25-19 January 15, 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 21, 2024 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: ₱381,200.00 Place Of Delivery: Casa Real, Iloilo Provincial Capitol Date Of Delivery: January 25 & 26, 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 @ 450.00 Per Pax For Kasadyahan Festival On January 25, 2025 (dinner) Menu: Kare-kare, Grilled Fish, Chicken Parmesan, Bam-e, Macaroni Fruit Salad, Rice And Soft Drinks 450.00 2 200 Pax Catering Of Meals For 200 Pax @ 580.00 Per Pax For Dinagyang Festival On January 26, 2025 (lunch) Menu: Pork Pochero, Grilled Fish, Chicken Alamax, Beef Brisket, Sotanghon Guisado, Fresh Lumpia, Fruits In Season Rice And Soft Drinks 580.00 3 800 Pax Snacks For 800 Pax @ 100.00 Per Pax For Kasadyahan Festival On January 25, 2025 (p.m Snacks) 100.00 Menu: Butterscotch/revel Bar, Meat Roll, Assorted Candies, Assorted Chip 4 500 Pax Snacks For 500 Pax @ 110.00 Per Pax For Dinagyang Festival On January 26, 2025 (a.m Snacks) Menu: Cheese Roll, Assorted Candies, Assorted Chip, Bottled Water 110.00 5 134 Pax Packed Meals For 134 Pax @ 300.00 Per Pax For Kasadyahan And Dinagyang Festival On January 25 & 26, 2025 300.00 Day 1 – January 25, 2025, 84 Pax, Dinner Menu: Main Dish: Pork Igado, Fish With Tartar Sauce, Roast Chicken Dessert: Brownies Rice And Soft Drinks Day 2 – January 26, 2025, 50 Pax, Lunch Menu: Main Dish: Pork Igado, Fish With Tartar Sauce, Roast Chicken Dessert: Brownies Rice And Soft Drinks 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 T He 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-25-19-np(sv) Reference Pr No. Gov-25-19 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 25 & 26, 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. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number

ILOCOS SUR MEDICAL CENTER CANDON CITY, ILOCOS SUR Tender

Healthcare and Medicine
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 147.2 K (USD 2.5 K)
Details: Description "republic Of The Philippines Department Of Health Ilocos Sur Medical Center Heroes Bypass Road, Brgy. Parioc Primero, Candon City, Ilocos Sur" Request For Quotation Company Name: Quotation No. 24-11-0088-03 Company Address: Date: January 22,2025 Please Quote Your Best Price On The Item/s Listed Below, Subject To The General Terms And Conditions. Submit Your Quotation Duly Signed By An Authorized Company Representative Not Later Than January 29,2025 Until 3:00 Pm Only , Sealed And Enclosed In The Provided Return Envelope To The Procurement Unit Or Via Electronic Mail At Ismc.procurement02 @gmail.com. Quotations Submitted Beyond The Deadline Will No Longer Be Accepted And Are Deemed Disqualified. (sgd) Karla Mae A. Briones, Md, Dpps Bac Chairperson General Terms And Conditions: 1. All Entries Must Be Written Legibly And In Complete Details. Interlineations, Erasures, Or Overwritings Are Only Valid If Signed By An Authorized Company Representative. 2. The Conditions Of The Offer, Other Than What Is Required By This Request For Quotation Must Be Properly Indicated. Otherwise, Ismc Shall Assume That The Offer Automatically Complies With All The Requirements Of This Request For Quotation. 3. Do Not Leave A Section Blank. Write "no Bid" For The Items Not Applicable. 4. Bidders Shall Submit Brochures With Specification/s Of The Product/s Being Offered, If Necessary. 5. "for Drugs, Medicines, Vaccines And Medical Supplies/devices, The Following Documents Must Be Attached Along With This Quotation: (1) Certificate Of Product Registration; (2) Valid License To Operate; (3) Duly Notarized Dealership Agreements, Distributorship Agreements Or Any Notarized Document Authorizing The Bidder To Sell The Product; (4) Batch Notification For Antibiotics Issued By The Food And Drug Administration (fda) To The Marketing Authorization Holder (mah); And, (5) Lot Release Certificate For Vaccines Issued By The Fda To The Mah." 6. Unless Otherwise Indicated, The Evaluation And Award Must Be Made On A Per Item Basis. 7. Contract Must Be Awarded To The Bidder With The Lowest Calculated Responsive Bid (for Goods And Infrastructure) Or, The Highest-rated Offer For Consulting Services). 8. "for New Bidders/suppliers, The Following Documentary Requirements Must Be Submitted Along With This Quotation As Prescribed By ""annex H"" Of The 2016 Revised Irr Of R.a. 9184: (1) Mayor's/business Permit; (2) Professional License/curriculum Vitae (for Consulting Services); (3) Certificate Of Philgeps Registration; (4) Pcab License (for Infra.); (5) Nfcc (for Infra.); And, (6) Income/business Tax Return." 9. Notarized Omnibus Sworn Statement (oss) Is Required For Transactions With Abc Above P50k As Prescribed By "annex H" Of The 2016 Revised Irr Of R.a. 9184. 10. Delivery Without The Presence Of An Authorized Representative Shall Not Be Allowed. Item No. Item Description Uom Qty Abc Brand/model Unit Price Total Price Medical Supplies - 1 Alcohol, Ethyl 68% - 75%, Gallon Gallon 10 805.00 8,050.00 2 Aidex Soaking Solution Gallon 1 1,300.00 1,300.00 3 Autoclave Indicator Tape, 1" X 30m Piece 10 295.00 2,950.00 4 Cotton Canister Piece 6 220.00 1,320.00 5 Crepe Bandage 2" Piece 5 20.00 100.00 6 Digital Thermometer And Hygrometer Piece 1 565.00 565.00 7 Digital Thermometer, Non-contact Electronic Medical Thermometer Piece 1 275.80 275.80 8 Disinfectant Wipes, 80-100 Sheet/pack Pack 10 150.00 1,500.00 9 Disposable Face Mask 3-ply With Earloop 50pcs/box Box 50 55.00 2,750.00 10 Disposable Face Mask Kn95 50pcs/box Box 10 700.00 7,000.00 11 Disposable Sterile Syringe 0.1cc, 100/box Box 50 275.00 13,750.00 12 Droplight Piece 1 1,900.00 1,900.00 13 E-cart Piece 1 32,000.00 32,000.00 14 Gauze Roll, 2 Ply, 5in X 4in, 1 Yard Length Roll 5 1,100.00 5,500.00 15 Hydrogen Peroxide 12% Gallon 2 558.60 1,117.20 16 Kelly Forceps Curve, 14cm (5 1/2"), Serrated, Stainless Steel Piece 2 2,199.50 4,399.00 17 Kelly Forceps Staright, Serrated, Stainless Steel Piece 2 2,199.50 4,399.00 18 Kidney Basin, Stainless Piece 2 420.00 840.00 19 Disinfectant Concentrate 4l Bottle 1 2,330.00 2,330.00 20 Mayo Scissor Curve, 17.1cm (6 3/4"), Stainless Steel Piece 1 3,198.00 3,198.00 21 Mayo Scissor Straight, 17.1cm (6 3/4"), Stainless Steel Piece 1 3,198.00 3,198.00 22 Mayo Stand With Tray (2 Wheels), Stainless Piece 1 3,857.00 3,857.00 23 Medical Equipment Trolley Cart Organizer With Wheels (w50cm X H86cm) Piece 1 3,005.80 3,005.80 24 Medical Tape 1/2", 12/box Box 10 637.00 6,370.00 25 Metzenbaum Scissor Straight, Tungsten Carbide, Regular, 17.8cm (7"), Finger Rings, Stainless Steel Piece 1 5,199.00 5,199.00 26 Metzenbaum Scissor Curve, Tungsten Carbide, Regular, 17.8cm (7"), Finger Rings, Stainless Steel Piece 1 5,199.00 5,199.00 27 Mosquito Clamp 4 7/8 - 5", Length Of Tip/jaw = 21.5mm Piece 2 700.00 1,400.00 28 Needle G26 (1/2 X 13mm0, 100pcs/box Box 50 180.60 9,030.00 29 Needle Holder, Mayo Hegar Type, Straight, 8", Jaw Blades, Serrated. Tungsten Piece 2 800.00 1,600.00 30 Oxygen Tank Regulator W/ Pressure Gauge Oxygen Tank Complete Set W/ Wrench Nasal Cannula Piece 2 628.60 1,257.20 31 Portable Sink And Faucet Piece 1 1,902.60 1,902.60 32 Reusable Ice Pack 600ml/piece Piece 10 207.20 2,072.00 33 Shaver, Razor, Disposable Blade Single Piece 10 18.00 180.00 34 Soaking Tray With Lid, 12" X 8" X 2 1/2" (8.9cm) Piece 2 250.00 500.00 35 Surgical Gloves, 6.5 Piece 200 20.00 4,000.00 36 Surgical Gloves, 8 Piece 100 20.00 2,000.00 37 Thumb Forceps, 7-8in, Non-toothed, Stainless, Corrosion Free Piece 1 600.00 600.00 38 Tissue Forceps, 7-8in, With Teeth, Stainless, Corrosion Free Piece 1 600.00 600.00 Total Approved Budget For Contract (abc) 147,214.60 Total Offer #ref! "please Attach The Following: 1. Certificate For Medical Device Notification (cmdn) For Class A Equipment 2. Certificate For Medical Device Registration (cmdr)/certificate Of Product Registration (cpr) 3. Compliance Certification To Applicable And Relevant Iso Or National And International Technical Standard Depending On Device Class And Required Regulatory Control. 4. Brochure 5. Authorized Distributorship" For Any Inquiries Regarding This Request For Quotation, Please Call Us At 09538832343 Or Email Us At Ismc.procurement02@gmail.com Delivery Period: 30 Calendar Days Upon Receipt Of Purchase Order/notice To Proceed After Having Carefully Read And Understood Your General Terms And Conditions, I Quote You On The Item/s At Price/s Noted Above. Price Validity: Purchase Request No: 24-11-0199 Dated November 11, 2024 Rbac Resolution No: 001 S. 2024 Small Value Procurement Purpose: For The Creation Of Animal Bite Treatment Center Signature Over Printed Name Of Authorized Company Representative Position/designation Contact No./e-mail Address Rommel G. Gacula Signature Over Printed Name Of Designated Canvasser Date Accomplished

Department Of Tourism Region Vi Tender

Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 481.8 K (USD 8.2 K)
Details: Description Technical Specifications Implementation Of Basic Life Support And Water Certification Training In Anini-y, Antique On March 12-14, 2025 I. Proposed Date: March 12-14, 2025 Ii. Proposed Venue: Anini-y, Antique Iii. Background: The Department Of Tourism Region Vi, Under The Tourism Industry Skills Program And In Partnership With The Office Of Senator Loren Legarda Will Implement The Basic Life Support And Water Certification Training For The Security Officers In The Southern Part Of The Province Of Antique In Anini-y, Antique. The Basic Life Support And Water Certification Training Aims To Instill Hope Amidst Helplessness, To Inculcate Self-discipline Amidst Disobedience To Health Practices That Imperil The People’s Health, Safety And Protection, To Foster A Sense Of Courage Gathered From The People’s Inner Strengths. Iv. Purpose/objectives: 1. Equip The Members With Basic First Aid Training 2. Equip Them With Basic Life Support And Water Safety Understanding 3. Develop Their Skills In Life Saving 4. Educate Tourism Stakeholders On How To Better Prepare The Industry Should Crisis And Disasters Happen Again; And 5. Inspire The Tourism Industry In Particular, And The Filipino Nation In General, Into Taking Pro-active Measures To Become More Resilient To Disasters And Crisis. V. Project Details 1. Basic Life Support And Water Certification Training In Anini-y, Antique On March 12-14, 2025 • Accommodation Inclusive Of Breakfast (preferably Dot Accredited Establishment In Anini-y, Antique) = Php 54,000.00 1 Triple-sharing Room For Four 4) Nights (march 11-15, 2025) – Dot Vi Staff 2 Triple-sharing Room For Four (4) Nights (march 11-15, 2025) – Resource Speakers • Training Venue With Am & Pm Snacks And Assisted Buffet Lunch (march 12-14, 2025) = Php 138,000.00 Am&pm Snacks With Drinks (such As Pasta With Bread/sandwich With Chips Or Fries And Assisted Buffet Lunch [inclusive Of Rice, Main Dish (meat/chicken/pork/seafood/ Fish), Vegetables, Dessert, Soup And Drinks] For 45 Pax/day * With Free Flowing Coffee, Candies And Water Dispenser At The Venue * Bottled Water To Resource Speaker (2-3 Bottled Water/day Or Any Recyclable Container For 3 Days) * @ Php 800/pax (am&pm Snacks @200; Lunch @400) X 45 Pax * Training Venue To Include:  Venue Rental For 3 Days  Pa System And Microphone Rental With On Standby Operator  Lcd Projector And Screen  Whiteboard With Marker And Eraser When Requested • Meals = Php 32,000.00 March 11, 2025 Breakfast For 10 Pax (dot Vi Staff And Speakers) Dinner For 10 Pax (dot Vi Staff And Speakers) March 12, 2025 Dinner For 10 Pax (dot Vi Staff And Speakers) March 13, 2025 Dinner For 10 Pax (dot Vi Staff And Speakers) March 14, 2025 Dinner For 10 Pax (dot Vi Staff And Speakers) March 15, 2025 Lunch For 10 Pax (dot Vi Staff And Speakers) Dinner For 10 Pax (dot Vi Staff And Speakers) • Training Kits = Php 198,100.00 35 Pcs Life Vest Aqualife Life Jacket Qualitat 35 Pcs Rescue Floating Throw Bags With Polyester Rope (15m) 35 Pcs Black Aqua Shoes Anti Slip And Quick Dry 35 Pcs Red First Aid Kit Backpack 35 Pcs Rechargeable Pulse Oximeter On Finger 35 Pcs 4 Inches Elastic Bandage 35 Sets Emergency First Aid Kit Set 35 Pcs Automatic Digital Blood Pressure Monitor With Small 22-32 Cm Arm Cuff 35 Pcs Non-contact Digital Thermometer 35 Set Survival Kit Sets 35 Pcs Led Heavy Duty Flashlight (rechargeable And Waterproof) 70 Pcs 210x130cm Outdoor Emergency Blanket (2packs/pax) 35 Pcs 10l Ocean Pack Waterproof Bag 35 Pcs Dri Fit Longsleeve With Dot Vi Logo 35 Pcs Multifunctional Whistle 35 Pcs Folding Survival Knife • Land And Sea Transportation = Php 27,200.00 Van Rental On March 11, 2025 (pick Up At Dot Vi Office And Drop Off In Anini-y, Antique) – Php 10,000.00 Van Rental On March 15, 2025 (pick Up In Anini-y, Antique And Drop Off At Dot Vi Office) – Php 10,000.00 Rt Sea Transfer Ticket (bcd-ilo-bcd) For 6 Pax On March 11 And 15, 2025 – Php 7,200.00 • Photo And Video Documentation = Php 15,000.00 Photo And Video Documentation For The Whole Duration Of Training (march 12-14, 2025) Including The Ff: A. High Resolution Photos B. Meals Of Crew During Program Proper And Transportation To And From Venue C. 10 Minutes Full Event Video D. Post Processed Photos (color Graded, Photographer’s Pick) E. Raw Photos And Video F. Outputs To Be Submitted Saved In A Usb Flash Drive • Tokens = Php 3,500.00 5 Pcs For Resource Speaker (local Products And Delicacies) • Miscellaneous And Other Expenses = Php 14,034.00 One (1) Pc Printed Banner 3ft X 10ft, 2 Pcs Roll-up With 32x79 Meters Banner; Certificate Frames For Resource Speakers; Bottled Water 1.5ml For Speakers And Facilitators; Candies And Biscuits; Ziplock, Medicines; And Other Expenses That May Be Incurred During The Event That Are Official In Nature. Mode Of Payment: Sendbill Arrangement Approved Budget Of Contract: Php 481,834.00 Inclusive Of All Applicable Taxes I. Minimum Requirements • A Dot Accredited M.i.c.e. Organizer In Western Visayas • Must Be Willing To Provide Services On A Sendbill Arrangement • Must Be Willing To Work On The Given Budget • Must Be Able To Deliver The Goods/services Within The Time Allotted • Must Be Open To Changes In The Itinerary And/or Responsive To Other Arrangements/requests Needed That Are Official In Nature. Ii. Technical Documents For Submission • Certified True Copy Of Current Mayor’s Permit (for Expired Permits, Bidder Shall Submit Proof Of Renewal E.g. Copy Of Official Receipt And/or Application Form With Advisory Of Deadline For Processing Of Business Permits) • Sec/dti Registration • Philgeps Registration Number/certificate • Valid Dot Accreditation Certificate • Notarized Omnibus Sworn Statement • Income Tax Return (itr) • Submission Of Tax Clearance Per Rr No. 17-2024 For The Winning Bidder Prior To Final Settlement Of Payment Iii. Submission Of Bids Scanned Copies Of Proposal And Technical Documents Must Be Submitted To Dot6.procurement@tourism.gov.ph On Or Before February 6, 2025 At 1:00 P.m. Late And Incomplete Documents Will Be Automatically Rejected. Original Copies Of Proposal And Complete Technical Documents Must Be Submitted To Dot Region Vi Office, G/f, Casa Real De Iloilo (old Provincial Capitol), General Luna St., Iloilo City. *important Note: Proposal Must Include Proposed Budget Breakdown Per Deliverables. Documents Must Be Addressed To: Ms. Khariza Joy G. Sofia Head, Bac Secretariat Dot Region Vi Dot6.procurement@tourism.gov.ph Iv. Estimated Total Budget: Php 481,834.00 Inclusive Of Taxes And Bank Charges That May Incur Upon Payment V. Reservation Clause The Hope Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract In The Following Situations: If There Is Prima Facie Evidence Of Collusion Between Appropriate Public Officers Or Employees Of The Procuring Entity, Or Between The Bac And Any Of The Bidders, Or If The Collusion Is Between Or Among The Bidders Themselves, Or Between A Bidder And A Third Party, Including Any Act Which Restricts, Suppresses Or Nullifies Or Tends To Restrict, Suppress Or Nullify Competition; If The Bac Is Found To Have Failed In Following The Prescribed Bidding Procedures; Or For Any Justifiable And Reasonable Ground Where The Award Of The Contract Will Not Redound To The Benefit Of The Gop, As Follows: (i) If The Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially, Or Technically Feasible, As Determined By The Hope; (ii) If The Project Is No Longer Necessary As Determined By The Hope; Or (iii) If The Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Procuring Entity. Vi. Data Privacy Notice The Department Of Tourism, In Line With The Data Privacy Act Of 2012, Is Committed To Protect And Secure Personal Information Obtained In The Process Of Performance Of Its Mandate. The Personal Information You Provided Will Be Processed And Utilized Solely For Documentation, For Reportorial Requirements/compliance To Governmental Rules And Regulations. Collected Personal Information Will Be Kept/stored And Accessed Only By Authorized Dot Personnel And Will Not Be Shared With Outside Parties Unless Written Consent Is Secured. Information Will Be Stored For Three (3) Years After Which Physical Records Shall Be Disposed Or Destroyed Following The Disposition Process Provided By The National Archives Of The Philippines.

Province Of Davao Del Sur Tender

Healthcare and Medicine
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 5.9 Million (USD 103.3 K)
Details: Description Invitation To Bid For Ib No. G-007-25 Early Procurement (1st Opening) Supply/delivery Of Medical Supplies & Sutures 1. The Provincial Government Of Davao Del Sur, Through The Cy 2025 General Fund (dsph) Intends To Apply The Sum Of Php. 5,999,987.00 Being The Abc To Payments Under The Contract For Supply/delivery Of Medical Supplies & Sutures – Ib No. G-007-25 (1st Opening). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Select This For Lot-procurement: The Provincial Government Of Davao Del Sur, Through The Cy 2025 General Fund (dsph) Intends To Apply The Sum Of: Lot 1: Php. 5,725,631.00 Bidding Docs: Php. 10,000.00 Lot 2: Php. 274,356.00 Bidding Docs: Php. 500.00 Total: Php. 5,999,987.00 Bidding Docs: Php. 10,000.00 For Supply/delivery Of Medical Supplies & Sutures – Ib No. G-007-25 (1st Opening) Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Davao Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15 Calendar Days Upon Receipt Of P.o. Complete Delivery Shall Be Strictly Observed By The Supplier And No Partial Delivery Shall Be Allowed Except In Meritorious Cases Such As Fortuitous Event, Or By Act Of The Government Or Upon The Approval Of The Head Of The Procuring Entity. Notes: *the Supplier Shall Notify The Pgso A Day Before The Actual Delivery. *for Medicines, The Packaging Must Bear The Marking Government Property - Province Of Davao Del Sur. *cpr & Lto Shall Be Required During The Post-qualification. *place Of Delivery: Pgso *expiry: At Least 18 Months Shelf-life. Bidders Should Have Completed, For The Last 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Davao Del Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m., Monday To Friday: Ms. Norjanna M. Camaguin, Mpa Chief Administrative Officer Procurement Management Office Room 4, Executive Building, Barangay Matti, Digos City 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 17, 2024 – January 07, 2025 From The Given Address And Website Below: Office Address: Procurement Management Office Room 4, Executive Building, Capitol Matti, Digos City, Davao Del Sur. Website: Www.davaodelsur.gov.ph And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of The Following: Lot 1: Php. 5,725,631.00 Bidding Docs: Php. 10,000.00 Lot 2: Php. 274,356.00 Bidding Docs: Php. 500.00 Total: Php. 5,999,987.00 Bidding Docs: Php. 10,000.00 The Provincial Government Of Davao Del Sur Through The Bids And Awards Committee Shall Allow The Bidder To Present Its Proof Of Payment (official Receipt) For The Fees. Said Proof Of Payment Shall Be Presented In Person To The Bac Secretariat At The Procurement Management Office. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Provincial Government Of Davao Del Sur Will Hold A Pre-bid Conference On December 26, 2024 At Ralota Hall, Gov. Douglas Ra. Cagas Cultural Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Following Through Manual Submission. Late Bids Shall Not Be Accepted:  Advance Dropping (before January 07, 2025) - Procurement Management Office Room 4, Procurement Management Office (goods), Capitol Building, Matti, Digos City, Davao Del Sur.  Date Of Opening (january 07, 2025) - Ralota Hall, Gov. Douglas Ra. Cagas Cultural Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur. 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 January 07, 2025 At 9:00 A.m. Ralota Hall, Gov. Douglas Ra. Cagas Cultural Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Process As To Purchase Of Bidding Documents: A. A Special Power Of Attorney (spa) From The Proprietor Of The Company Or A Notarized Secretary’s Certificate If Corporation, Shall Be Presented In Case The Latter Opted To Send Representative/s In His/her Behalf. The Invitation To Bid No. (ib No.) And Project Title Must Be Specified Pursuant To Bac Resolution No. 2018 Series Of 2024. B. The Bidder Shall Accomplish A Bidder’s Assessment Slip To Be Signed By The Bac Secretariat, Bac Chairperson Or Bac Vice-chairperson In Absence Of The Former, And The Head Of The Procuring Entity. C. Payment Of Bidding Documents Fee At The Provincial Treasurer’s Office. D. Presentation Of The Official Receipt To The Procurement Management Office For The Release Of The Bidding Documents. Preparation Of Bidding Documents: A. Two-envelope System: A.1 Envelope 1 – Eligibility/technical Documents In 3 Sets, Book Bound, And With Proper Tabbing. A.2 Envelope 2 – Financial Documents In 3 Sets Book Bound, And With Tabbing. However, If It Will Not Exceed 10 Pages, The Bidder May Book Bound Or Securely Stapled. B. Any Document Submitted, Not Book-bound And Less Than Three (3) Sets, Shall Be Rejected Outright. C. Envelope 1 And Envelope 2 Shall Be Placed In One Mother Envelope. Please See Bid Data Sheet For Further Instruction. Brand/s Condition Brands Offered Must Conform To The Standard Set By The Therapeutics Committee As Evidenced By Their Certification. The Brand Offer Of The Bidder Must Pass The Evaluation Of The Therapeutics Committee Otherwise The Brand Offer Of The Bidder Will Be Considered Not Responsive. Refer To The Attached Standard Guidelines In Evaluating The Sample Items Of The Bidders Note: Bidder/s Is Allowed To Offer Maximum Of 3 Brands And Strictly No Brand Replacement Pursuant To Bac Resolution No. 786 Dated June 02, 2023 Series Of 2023. Section 34. Process Of Post-qualification (section 34, R.a. 9184) 34.1 The Lowest Calculated Bid/highest Rated Bid Shall Undergo Post-qualification In Order To Determine Whether The Bidder Concerned Complies With And Is Responsive To All The Requirements And Conditions As Specified In The Bidding Documents. Xxx 34.3.b.iii) Verification And/or Inspection And Testing Of The Goods/product, Aftersales And/or Maintenance Capabilities, In Applicable Cases, As Well As Checking The Following: A. Delay In The Partial Delivery Of Goods Amounting To Ten Percent (10%) Of The Contract Price In Its Ongoing Government And Private Contracts; B. If Any Of These Contracts Shows The Bidder’s Failure To Deliver Or Perform Any Or All Of The Goods Or Services Within The Period(s) Specified In The Contract Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; Or C. Unsatisfactory Performance Of The Supplier’s Obligations As Per Contract Terms And Conditions At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To The Bidder's Fault Or Negligence, The Bac Shall Disqualify The Bidder From The Award, For The Procurement Of Goods. 11. The Provincial Government Of Davao Del Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Bac Chairperson Provincial Government Of Davao Del Sur Email: Bac.davaodelsur2@gmail.com Ms. Norjanna M. Camaguin, Mpa Chief Administrative Officer Head, Bac Secretariat Procurement Management Office Room 4 Executive Building, Barangay Matti, Digos City, Davao Del Sur Email Address: Bac.davaodelsur2@gmail.com Mobile Nos. 0905-229-0526 (globe) / 0908-332-2024 (smart) 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.davaodelsur.gov.ph December 16, 2024 Dessamie Buat-sanchez, Cpa, J.d. Provincial Budget Officer Bac Chairperson

Community Non Commercial Enterprise Of The Slavyan City Council Center Of Primary Medicine Sanitary Aid Of The City Of Slavyansk Tender

Electrical Goods and Equipments...+2Electrical and Electronics, Electrical Works
Ukraine
Closing Date7 Jan 2025
Tender AmountUAH 35 K (USD 831)
Purchaser Name: Community Non Commercial Enterprise Of The Slavyan City Council Center Of Primary Medicine Sanitary Aid | Постачальник Власними Силами Та Засобами Зобов’язується Здійснити Поставку Товару За Адресою: 84100, Донецька Область, Місто Слов`янськ, Вул. Банківська, 85. Строк Поставки Товару: З Дати Укладання Договору До 20 Грудня 2025 Року. Постачання Товару Здійснюється Протягом 2 (двох) Робочих Днів З Моменту Отримання Письмової Заявки Від Замовника На Електрону Адресу Постачальника Або В Телефонному Режимі. Доставка, Завантаження, Розвантаження За Місцем Призначення Постачальник Проводить За Свої Кошти Власними Силами. Постачальник (уповноважена Особа Постачальника) Повідомляє Замовника (уповноважену Особу Замовника) Не Менше Ніж За 1 (один) День Про Дату Та Орієнтований Час Поставки Товару.
4291-4300 of 4317 archived Tenders