Medicine Tenders
Medicine Tenders
PUBLIC NON COMMERCIAL ENTERPRISE OF LVIV REGIONAL FOR THE SAKE OF LVIV REGIONAL CENTER FOR EMERGENCY MEDICAL ASSISTANCE THAT MEDICINE DISASTER Tender
Others
Ukraine
Closing Date19 Jan 2025
Tender AmountUAH 865 K (USD 20.5 K)
Purchaser Name: ENTERPRISE OF LVIV REGIONAL FOR THE SAKE OF LVIV REGIONAL CENTER FOR EMERGENCY MEDICAL ASSISTANCE THAT MEDICINE | Послуги Обов’язкового Страхування Цивільної Відповідальності Власників Наземних Транспортних Засобів (оцв)
FEDERAL STATE BUDGETARY EDUCATIONAL INSTITUTION OF HIGHER EDUCATION MOSCOW STATE ACADEMY OF VETERINARY MEDICINE AND BIOTECHNOLOGY MBA NAMED AFTER K I SKRYABIN Tender
Civil And Construction...+2Others, Excavation
Russia
Closing Date14 Jan 2025
Tender AmountRUB 28.5 Million (USD 278.7 K)
Purchaser Name: FEDERAL STATE BUDGETARY EDUCATIONAL INSTITUTION OF HIGHER EDUCATION MOSCOW STATE ACADEMY OF VETERINARY MEDICINE | Поставка Товаров Для Обстановки Зданий Академии (на Сумму 28 500 000 ₽ )
City Government Iligan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.2 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 3,381,096.77 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City With Project No. Cb(b)-24-149 (ceo-infra). 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 Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City General Requirements •permits And Clearances •facilities For The Engineers •installation Of Project Billboard- 2 Sets •occupational Safety And Health Program •mobilization And Demobilization Removal Of Obstructions •clearing/removal Of Obstruction •uprooting/cutting Of Trees Gravel Fill •100 Mm Thk. Gravel Base For Footings And Zocalo •75 Mm Thk. Gravel Base For Bench, Footing And Plantbox Flooring •50 Mm Thk . Gravel Base For Stair Steps Electrical Works •laying Of The Underground Or Overhead Power Cables Connecting To The Main Power Supply •installation Of Protection System And Outdoor Electrical'panel (nema Enclosure W/ 15at Circuit Breaker) •erection Of Modem-type Outdoor Lamp Posts And Bollards (including Foundations And Anchor Bolts) •complete Wiring Of The Luminaire To The Electrical Supply •installation Of Outdoor Junction Boxes For Protection And Organization •underground Cable Burial Or Concrete-embedding Of Cable For Cable Routing •proper Grounding Of The Lamp Posts,electrical Panel, And Other Metal Parts For Safety •concrete Pouring For Footings, Zocalo,columns, 75 Mm Thk. Concrete Flooring For Plantbox , 50 Mm Thk. Concrete Topping, Bench Footing And Bench, 100 Mm Thk. Concrete Flooring For Landing And Stair Steps With Pebble Topping. •installation Of Formworks And Falseworks For Columns, Bench, Concrete Topping, And Stairs (steps And Landing) •removal Of Formworks And Falseworks Steel Reinforcements And Steel Works •installation Of 12 Mm Ø Dsb For Footings And Columns (bedbars And Vertical Bars) Installation Of 10 Mm Ø Dsb For Column Lateral Ties, Concrete Flooring For Plantbox, Concrete Topping, Bench Footing And Bench, Concrete Flooring For Landing And Stairs •installation Of 50 Mm Ø G.i. Pipe Schd. 40 For Lamp Post •installation Of 50 Mm Ø G.i. Pipe Schd. 40,25 Mm X 25 Mm X 3mm Angle Bar And 50 Mm X 50 Mm Wire Mesh (5mm Thk.) For Railings •installation Of 38 Mm Ø G.i. Pipe Schd. 40 For Bench Fabrication Masonry Works •piling Of 4" Thk. Chb At 800 Mm Height W/ 10mm Ø Dsb For Vertical And Horizontal Bars Sped At 0.60m O.c Bothways For Plantbox Softscape •installation Of Plantboxes With Plants And Frog Grass I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' 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. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes True-rms Clamp Meter, 400 A Ac/oc, 600v Ac/oc, Cat Iii 600 V Cat Iv 300 V, Fluke 325; Digital Light Meter, Up To 20,000 Lux, Fluke 941; Non-contact Voltage Tester,90 V Ac To 1000 V Ac, Cat V 1000, Fluke 2ac. V. Removal Of Structures And Obstruction (q = 55.56 Cu.m.) Includes Uprooting/cutting Of Trees. Vi. Earthworks (q = 59.82 Cu.m.) Includes Volume To Be Excavated, V = 39.82 Cu.m.;volume To Be Backfilled, V = 39.82 Cu.m.; Gravel Bedding, 1-1/2"ø, V = 20 Cu.m Vi . Steel Reinforcements & Steel Works (q = 9,083.70 Kgs.) Includes 12 Mm Dia. X 6m Dsb; 10 Mm Dia. X 6m Dsb; #16 G.i Tie Wire; 50 Mm Ø G.i. Pipe Schd. 40; 38 Mm Ø G.i. Pipe Schd. 40; 25.4 Mm Ø G.i. Pipe Schd. 40; 5mm Ø Thk. Wire X 50mm X 50mm Mesh Steel Matting; 25 Mm X 25 Mm X 3mm Thk. Angle Bar; Red Lead Metal Primer, Quick Dry Enamel Paint, Paint Brush; Welding Rod (e-6011). Viii. Concrete Works, Formworks And Scaffoldings (q = 47.04 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, 2" X 2" X 10' Sized Coco Lumber, Assorted Sized C.w Nails. Ix. Masonry Works (q = 194.40 Sq.m.) Includes 4" X 8” X 16" Chb, Portland Cement, Washed Sand, Pebbles. X. Electrical Works (q = 1.00 Lot) Includes Modern-type Outdoor Lamp W/ Post, 2m Height, W/ High-powered 50w Led Bulb, Daylight; Outdoor Bollard Fixture W/ 20w Led Bulb,ip65; Cu Wire,3.5mm2, Thhn/thwn-2, Stranded; Circuit Breaker,15a,2pole,220v,60hz; Circuit Breaker Enclosure, Nema 1,2p; Secondary Rack W/spool Insulator,2-pole,w/screws; Outdoor Junction Box, Ip65 Weather Water Proof, 80x50 Round/octa, W/ Rubber Gasket & Screws; Upvc Conduit Pipe,1/2"x3m; Electrical Tape,0.16x19x16000 Mm; Solvent Cement 200 Cc; Pvc Conduit Fittings And Connectors. Xi.softscape (q = 30.20 Sq.m.) Includes Softscape (includes Garden Soil (planting Medium), Ornamental Plants ,shrubs , Trees). Approved Budget For The Contract (abc): P 3,381,096.77 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 Sixty-seven (167) 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: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 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: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-149 (ceo-infra)
Province Of Davao Del Sur Tender
Chemical Products
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 9.9 Million (USD 170.6 K)
Details: Description Invitation To Bid For Ib No. G-010-25 Early Procurement (1st Opening) Supply/delivery Of Laboratory Reagents 1. The Provincial Government Of Davao Del Sur, Through The Cy 2025 General Fund (dsph) Intends To Apply The Sum Of Php. 9,995,800.00 Being The Abc To Payments Under The Contract For Supply/delivery Of Laboratory Reagents – Ib No. G-010-25 (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 (pho-technical) Intends To Apply The Sum Of: Lot 1: Php. 1,968,380.00 Bidding Docs: Php. 5,000.00 Lot 2: Php. 3,828,700.00 Bidding Docs: Php. 5,000.00 Lot 3: Php. 1,867,850.00 Bidding Docs: Php. 5,000.00 Lot 4: Php. 2,330,870.00 Bidding Docs: Php. 5,000.00 Total: Php. 9,995,800.00 Bidding Docs: Php. 10,000.00 For Supply/delivery Of Laboratory Reagents – Ib No. G-010-25 (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, Except For Item No. 2.13 – Staggered Delivery. 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 December 31, 2024 – January 21, 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. 1,968,380.00 Bidding Docs: Php. 5,000.00 Lot 2: Php. 3,828,700.00 Bidding Docs: Php. 5,000.00 Lot 3: Php. 1,867,850.00 Bidding Docs: Php. 5,000.00 Lot 4: Php. 2,330,870.00 Bidding Docs: Php. 5,000.00 Total: Php. 9,995,800.00 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 January 07, 2025 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 21, 2025) - Procurement Management Office Room 4, Procurement Management Office (goods), Capitol Building, Matti, Digos City, Davao Del Sur. Date Of Opening (january 21, 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 21, 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 28, 2024 Dessamie Buat-sanchez, Cpa, J.d. Provincial Budget Officer Bac Chairperson
ILOCOS SUR MEDICAL CENTER CANDON CITY, ILOCOS SUR Tender
Healthcare and Medicine
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 67 K (USD 1.1 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. 24-11-0086-02 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 Office Supplies, Equipment, And Furnitures & Fixtures 1 Wireless Bluetooth Speaker 16in Led Wireless Speaker With Free Wireless Microphone Piece 1 3,358.60 3,358.60 3,358.60 3,358.60 2 50" Ultra Hd (uhd) 4k Smart Tv - Free Wall Bracket & Speaker Piece 1 30,380.00 30,380.00 30,380.00 30,380.00 3 Carbon Paper, Long, Black, 10pc/pack Piece 1 63.00 63.00 4 Cartolina, 22.5in X 28.5in, Color: Blue Piece 5 7.00 35.00 5 Cartolina, 22.5in X 28.5in, Color: Green Piece 5 7.00 35.00 6 Cartolina, 22.5in X 28.5in, Color: Orange Piece 5 7.00 35.00 7 Cartolina, 22.5in X 28.5in, Color: Pink Piece 5 7.00 35.00 8 Cartolina, 22.5in X 28.5in, Color: White Piece 10 7.00 70.00 9 Cartolina, 22.5in X 28.5in, Color: Yellow Piece 5 7.00 35.00 10 Cellular Prepaid Load (unli Call And Text) Piece 12 350.00 4,200.00 11 Correction Tape, Atleast 10 Meters Long Piece 10 11.53 115.30 12 Desk Organizer With Mesh File Holder, Paper Letter Tray With 5-tier Racks Shelves, 1 Sliding Drawer And Extra Pen Holder For Office Supplies, Color: Black Piece 2 3,500.00 7,000.00 13 File Tab Divider, Legal, Color: Any Set 5 15.00 75.00 14 Foldable Table, Dimensions: 120cm X 60cm X 75cm, Color: White Piece 1 1,170.00 1,170.00 15 Index Tab, Self Adhesive, 5 Set/box, Assorted Colors Box 2 63.11 126.22 16 Marker, Broad, Black (for Whiteboard) Box 1 473.00 473.00 17 Marker, Broad, Red (for Whiteboard) Box 1 473.00 473.00 18 "metal Steel Rack Boltless, Storage Shelf Metal Adjustable Stainless Rack 70cm X 40cm X 180cm" Piece 2 1,200.00 2,400.00 19 "multipurpose Book Shelf Shelves Rack , 5 Layers: 80cm*30cm*143cm Heavy Duty, Steel/wood Or Any Equivalent" Piece 1 1,500.00 1,500.00 20 Paper, Multicopy,210mmx297,a4 Size Bond Paper,70gsm Box 15 895.60 13,434.00 21 Paper Clip, 33mm,100pc/box Box 5 9.36 46.80 22 Paper Clip, 50mm,100pc/box Box 5 23.92 119.60 23 Paper Cutter, 50cm X 40cm X 8cm, Wooden Cutting, Capacity: 12 Sheets Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Paper Fastener, Plastic 7cm 50pc/box Piece 1 1,040.00 1,040.00 1,040.00 1,040.00 24 Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Paste, Solid. 240g Piece 5 53.00 53.00 53.00 265.00 25 Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Piece 5 72.80 72.80 72.80 364.00 26 Sticker Paper Matte Glossy Kraft A4 100pcs/pack Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Record Book, 300 Pages Pack 2 84.00 72.80 72.80 168.00 Total Approved Budget For Contract (abc) 67,016.52 Total Offer #ref! 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: 24-11-0197 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
FEDERAL STATE BUDGETARY INSTITUTION FEDERAL SCIENTIFIC AND CLINICAL CENTER OF PHYSICOCHEMICAL MEDICINE NAMED AFTER ACADEMICIAN YU M LOPUKHIN OF THE FEDERAL MEDICAL AND BIOLOGICAL AGENCY Tender
Others
Russia
Closing Date5 Feb 2025
Tender AmountRefer Documents
Purchaser Name: FEDERAL STATE BUDGETARY INSTITUTION FEDERAL SCIENTIFIC AND CLINICAL CENTER OF PHYSICOCHEMICAL MEDICINE | Поставка Лекарственных Препаратов Для Медицинского Применения (олокизумаб) В 2025 Году (на Сумму 5 019 300 ₽ )
130240021888 Republican State Enterprise on the Right of Economic Management National Coordination Center for Emergency Medicine of the Ministry of Health of the Republic of Kazakhstan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Kazakhstan
Closing Date30 Jan 2025
Tender AmountKZT 2 Million (USD 3.9 K)
Purchaser Name: Republican State Enterprise on the Right of Economic Management National Coordination Center for Emergency Medicine | Purchasing Liquid Medical Oxygen
130240021888 Republican State Enterprise on the Right of Economic Management National Coordination Center for Emergency Medicine of the Ministry of Health of the Republic of Kazakhstan Tender
Others
Kazakhstan
Closing Date29 Jan 2025
Tender AmountKZT 78.1 Million (USD 149.9 K)
Purchaser Name: Republican State Enterprise on the Right of Economic Management National Coordination Center for Emergency Medicine | Purchasing Software (Operating System)
170340003910 State Municipal Enterprise " Family Medicine Center" On The Right Of Economic Management Of The State Institution " Healthcare Department Of The Aktobe Region" Tender
Civil And Construction...+2Others, Construction Material
Kazakhstan
Closing Date30 Jan 2025
Tender AmountKZT 5 Million (USD 9.5 K)
Purchaser Name: 170340003910 State Municipal Enterprise " Family Medicine Center" On The Right Of Economic Management | Internet Access Services and Local Area Network Maintenance (LAN) in accordance with the Technical Specifications
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposals Or Quotes And Does Not Obligate The Government To Award A Contract. Requests For A Solicitation Will Not Receive A Response. Responses To This-- Sources Sought Announcement Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Potential Qualified Service-disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone And Other Small Businesses Interested And Capable Of Providing The Services Described Below. Documentation Of Technical Expertise Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Expertise And Experience To Compete For This Acquisition. Responses To This Notice Shall Include The Following: (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email (e) Unique Entity Id (f) Cage Code (g) Tax Id Number (h) Type Of Small Business, E.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, 8(a), Hubzone, Women Owned Small Business, Small Disadvantaged Business, Or Small Business Hubzone Business And (i) Must Provide A Capability Statement That Addresses The Organizations Qualifications And Ability To Perform As A Contractor For The Work Described Below In Italics. the Southern Arizona Va Healthcare System (savahcs) Located At 3601 South 6th Avenue Tucson, Az 85723 Is Seeking A Potential Qualified Contractor That Can Provide: Medical Courier Transportation Services important Information: The Government Is Not Obligated To/nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources-sought Synopsis Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. The Va Is Mandated By Public Law 109-461 To Consider A Total Set-aside For Service-disabled Veteran Owned Small Business Set Aside. However, If Response By Service-disabled Veteran Owned Small Business Firms Proves Inadequate, An Alternate Set-aside Or Full And Open Competition May Be Determined. No Sub-contracting Opportunity Is Anticipated. The North American Classification System (naics) Code For This Acquisition Is 492110. notice To Potential Offerors: All Offerors Who Provide Goods Or Services To The United States Federal Government Must Be Registered In The System For Award Management (sam) At Www.sam.gov. Additionally, All Service-disabled Veteran Owned Businesses Or Veteran Owned Businesses Who Respond To A Solicitation On This Project Must Be Certified By The Small Business Administration; Veteran Small Business Certification, (vetcert) Https://veterans.certify.sba.gov/. All Interested Offerors Should Submit Information By E-mail To: Catherine.fernandezpedernera@va.gov all Interested Offerors Should Submit Information By E-mail: Catherine.fernandezpedernera@va.gov . All Information Submissions To Be Marked Attn: Catherine Fernandez, Contract Specialist And Should Be Received No Later Than 15:00 Pm Pst On February 07, 2025. *******draft*******draft******draft*******draft******* statement Of Work medical Courier Transportation Servicesfor Tucson Va Health Care Systems, Arizona 1. Medical Courier Transportation Services: 1.1 The Department Of Veteran Affairs (va) Requires Medical Courier Transportation Services For The Southern Arizona Va Health Care System (savahcs) In Tucson, Az. The Contractor Shall Provide All Labor, Personnel, Supervision (except As Specified), Equipment, Materials, Facilities, Transportation, And All Other Related Elements Necessary To Accomplish Same Day, On-time Scheduled And Non-schedule Pickup And/or Delivery To Multiple Az Locations (one And Two-way Trips), As Well As Regularly Scheduled Pickups. Normally The Deliveries Would Fit Easily Into A Small Van, Utility Vehicle Or Station Wagon. 1.2 It Is Expected That The Contractor Shall Provide These Requirements As Specified Below 2. Items To Be Transported: 2.1 The Items As Listed Below To Be Transported May Include But Are Not Limited To The Following: specimen Containers, Either An Igloo Style Ice-chest Or Styrofoam Containers Approximately 15x14x14 In Size Or Smaller. They Will Be Marked Bio-hazard And Tagged For Identification. developed X-ray Film Measuring Approximately 14 Inches By 17 Inches (heat Sensitive Do Not Fold) And Cd S. office Or Medical Supplies, Pharmaceuticals And/or Equipment Weighing Less Than 60 Pounds Per Box. oxygen Cylinders (1-2 Small Tanks Per Month, Weighing Approximately 10-15pounds). other Items As Needed For Pickup/delivery To Commercial Locations, Weighing Less Than 60 Pounds Per Box. ekg Media Not Limited To Floppy Disc(s). medical Records occasional Items Weighing Over 60 Pounds, For Example: centrifuge dorm-sized Refrigerators medication/supply Carts wheelchairs shredding dirty Linen Bags occasional Deliveries Requiring The Supplying Of Ice/dry Ice laboratory Specimens, I.e., Body Fluids (blood, Urine, And Stool), Will Be Properly Packaged By Government Personnel For Transportation And Will Be Placed Into Appropriate Containers. any Or All Items Less Than 60 Lbs. protected Patient Information Not Limited To The Gray Locked Shredder Bins. various Medical Prosthesis, I.e., Not Limited To Wheelchair, Blood Pressure Monitors, And Various Medical Devices. 2.1.1 All Items Must Be Transported In Accordance With All Local, State, And Federal Regulations. Including Any Specified Regulations For Oxygen Cylinders Or Bio-hazardous Materials. All Efforts Shall Be Made To Assure That All Items Are Delivered Without Spoilage/damage From Temperature Conditions, Rough Handling And/or Negligence. 2.1.2 Some Of The Items Delivered To Locations Are Boxed In Large Plastic Reusable Containers That Shall Be Returned To Va. Some Boxes May Be Of Odd Dimensions, For Example, Those Containing Crutches, Canes, Fluorescent Light Bulbs, And Paper Supplies. 2.1.3 Laboratory Specimens, I.e., Body Fluids (blood, Urine, And Stool), Will Be Properly Packaged By Government Personnel For Transportation And Will Be Placed In The Container. When Dry Ice Is Required, The Contractor Shall Be Notified, And The Courier Shall Arrive With A Supply Of Dry Ice For Each Container. Va Shall Package The Container(s) For Shipment Using The Dry Ice. The Contractor Shall Provide Installation Transport Containers (as Required) To Maintain The Specimens At The Proper Temperature. 2.1.4 All Items Must Be Transported In Accordance With All Local, State, And Federal Regulations. Including Any Specified Regulations For Oxygen Cylinders Or Bio-hazardous Materials. All Efforts Shall Be Made To Assure That All Items Are Delivered Without Spoilage/damage From Temperature Conditions, Rough Handling And/or Negligence. 2.2 Pickup And Delivery Locations: delivery Is To Be Made To: savahcs (tucson Coverage Area) pick Up Location: 3601 S. 6th Ave., Tucson Az 85723. The Following Six Locations Are On Site:
radiology
room 188, First Floor Building 57
laboratory
pathology And Laboratory Medicine Service room Ob-125, Basement, Building 57
mailroom bldg. 14, Room 100
material Management/distribution
room 181, 1st Floor, Building 57
outpatient Pharmacy
room1704 Bldg. 80
inpatient Pharmacy room Oba081 Building 57 Basement delivery Locations: savahcs Clinics
address
city
st
zip
casa Grande Va Clinic
1876 East Sabin Drive
casa Grande
az
85122-5476
pinal County Va Clinic
1179 East Cottonwood Lane
casa Grande
az
85122-2969
green Valley Va Clinic
380 West Vista Hermosa Drive, Suite 140
green Valley
az
85614-1901
safford Va Clinic
355 North 8th Avenue
safford
az
85546-2694
cochise County Va Clinic
157 North Coronado Drive
sierra Vista
az
85635-6360
sierra Vista Va Clinic
101 North Coronado Drive, Suite A
sierra Vista
az
85635
northwest Tucson Va Clinic
3920 West Linda Vista Boulevard
tucson
az
85742-9565
southeast Tucson Va Clinic
7395 South Houghton Road, Suite 129
tucson
az
85747-3305
yuma Va Clinic
3111 South 4th Avenue
yuma
az
85364 visn And Local Medical Facilities
address
st
various
various
az 2.3.2. Reserved 2.3.3. Specifications va Medical Centers In Tucson Az Will Provide A List Of Staff Authorized To Request Services Under This Contract In A Formal Delegation Letter, Which Will Be Provided With The Formal Signed Contract Or Notice Of Award Document. Normally The Staff Members From The Pathology And Lab Offices, Pharmacy, The S&d Business Manager, And The Contracting Officer Will Be Chiefly Responsible For Requesting Services. If Doubtful About The Authority Of The Person Placing The Call, The Contractor Should Accept The Call, Complete The Pickup/delivery, And Report The Event To The Contracting Officer. Only The Contracting Officer Can Make Changes To The Terms And Conditions Described Herein. All Such Changes Shall Be Completed In Writing. 2.3.4 Scheduled Deliveries: 2.3.4.1. Pick Up And Deliveries Will Be Made From Each Clinic Every Weekday (monday-friday) Except For Federal Holidays (as Observed). government Observed Holidays During The Year Are As Follows:
new Year S Day martin Luther King S Birthday thanksgiving Day christmas Day veteran S Day president S Day memorial Day independence Day labor Day columbus Day juneteenth the Following Schedule Must Be Met To Allow The Outpatient Clinics Time To Gather And Package Lab Specimens For Shipment: note: All Times Are Us/arizona Time savahcs Locations - These Are On The Savahcs Campus pickup Net*
pickup Nlt** delivery Nlt all Are Mon-fri radiology
9:00 Am
10:00 Am
3:30 Pm
laboratory 8:00am
10:00 Am
3:30 Pm
mailroom 9:00 Am 10:00 Am
3:30 Pm
outpatient Pharmacy
8:30 Am
10:00 Am
3:30 Pm
all Other Areas: These Include, But Are Not Limited To; Dental, Equipment, Acquisitions, Facility Secretary And Pharmacy (ip)
on-call on-call 3:30 Pm * Net: No Earlier Than
** Nlt: No Later Than savahcs Clinics These Are Off The Savahcs Campus
distance To Savahcs Campus
pickup/delivery Window Times Are Plus Or Minus 1 Hour
all Are Mon-fri casa Grande Va Clinic
68.0 Miles 2:00pm 5:00pm
pinal County Va Clinic*
70.7 Mile
as Needed/on Demand
green Valley Va Clinic
24.5 Miles 12:30pm 5:00pm
safford Va Clinic
127 Miles 12:00pm 5:00pm
cochise County Va Clinic*
72.8 Miles
as Needed/on Demand
sierra Vista Va Clinic
72.9 Miles 1:30pm 5:00pm
northwest Tucson Va Clinic
15.9 Miles 1:45pm 5:00pm
southeast Tucson Va Clinic
14.7 Miles 2:30pm 5:00pm
yuma Va Clinic
241 Miles 2:30pm 7:00pm visn And Local Medical Facilities
distance
pickup/delivery Window
various
charge Per Mileage
as Needed/on Demand delivery For Lab Specimens And Deliveries To Ancillary Departments Must Be Made On The Same Day Not Later Than The Times Listed In The Table Above At The Respective Pathology And Laboratory Departments. Stat Deliveries Will Be To And From Designated Locations With No Stops In Between. These Deadlines Are Extremely Critical To The Integrity Of The Specimens And Will Be Closely Monitored For Compliance. Transport By Ground Or Air Is Also Critical To The Appropriate Packing Of Specimens And The Contractor Shall Notify The Lab Of Any Changes In Type Of Transport Used That May Differ From The Original Offer Or Change At Any Time. **in The Event Of An Emergency Or Weather Conditions The Driver Is To Make Arrangements With Clinics For Late Pick-ups Or The Trip May Be Cancelled At No Cost To Us. This Should Be A Rare Event. ** if The Pathology And Lab Department Personnel Or Ancillary Services Have Not Received The Delivery By The Times Listed In The Table Above, They Will Call The Courier Point Of Contact (poc) And Ask Why The Delivery Is Late. The Poc Will Let The Requestor Or Designee Know The Reason For The Delay, Or They Will Call The Path And Lab Within Thirty (30) Minutes With Cause Of Delay And What Is Being Done To Resolve The Situation. This Information Will Be Sent Via Email To All Concerned Personnel, Including The Contracting Officer. The Courier Will Provide A Poc That May Be Reached When No Response Has Been Received After The 30 Minutes Has Expired. laboratory Specimens Shall Be Delivered To Path And Lab Department Employee Only, Signing In As Required. Couriers Will Check In And Out At The Lab And Respective Clinics By Filling Out The Various Delivery Sign-in Sheets Available At Each Site, With Their Initials/date/time. Specimens Will Not Be Left Without Ensuring That A Path And Lab Department Employee Has Acknowledged Receipt Of The Container(s). 2.3.4.2. Coolers: 2.3.4.2.1. Contractor Shall Be Responsible For All Containers/coolers, And Other Items Provided By The Various Delivery Sites And Return Them To The Specified Clinic Location At The Next Scheduled Pick-up Date/time. 2.3.4.2.2. Specimen Coolers Will Be Provided By The Hospital And Will Be Liable For Replacement Of Any Cooler That Was Lost Or Damaged While In Their Care. Prior To Pick-up, Courier Will Visually Inspect The Cooler(s) For Damage. 2.3.4.2.3. Each Cooler Will Be Marked With Required Dot Labels, Biohazard Labels, And Deliver To Address And Clinic Name. 2.3.4.2.4. All Coolers Shall Be Transported In A Manner That Will Ensure That All Specimens Are Delivered In The Same Condition In Which They Were Received By The Courier Service. Couriers Are Not To Open Cooler(s) Without Va Employee Authorization. 2.3.5. Unscheduled Deliveries: although There Is No History Of Unscheduled Deliveries At The Various Sites At This Point, The Government Reserves The Right To Call Upon The Contractor Should The Need Arise. The Contractor Shall Submit Any Claims Of Anything Other Than The Contract Daily Rate To The Contracting Officer, If Necessary, Within 48 Hours Of Performance Of The Unscheduled Delivery. Untimely Claims Will Not Be Considered. 2.3.6. Temperature Requirements: Contractor Must Maintain Proper Temperature In Vehicles And Climate Control For All Containers To Preserve Medical Supplies, Pharmaceuticals, Specimens, Films Etc. Insulated Transport Containers Will Be Provided By The Va Medical Centers For Pickup/delivery Of Specimens. All Contractor Vehicles Shall Have Heating And Air Conditioning To Maintain A Temperature Between 65- And 77-degrees Fahrenheit. During Transport Of Specimens From The Clinic, The Courier Service Will In All Aspects, Try To Prevent Any/all Extreme Temperature Changes To The Coolers Causing The Ice Inside To Melt. If The Temperature Inside The Cooler(s) Exceeds 77 Degrees Fahrenheit, The Specimens Will Become Unacceptable For Testing. If Supplies Are Not Delivered The Same Day, They Must Be Maintained At 39-77 Degrees Fahrenheit. Damages That Occur Due To Improper Temperature Controls Will Be Levied Against The Contractor. 2.3.7. Contractor S Duties And Responsibilities: contractor Must Be A Courier Company With A State License And Carry A Minimum Of $1,000,000 Liability Insurance. All Couriers Transporting Specimens Under This Contract Must Have Two-way Radios, Cellular Phones, Or Pagers For Communication Purposes. Any Delays In Any Deliveries Are To Be Reported To: appropriate Va Personnel - Points Of Contact: The Contractor Must Give Prior Notification To Each Clinic If The Scheduled Pick-up Time Cannot Be Met For Any Reason. Names May Change, But The Positions And Phone Number Will Not Change. no Specimens Or Medications Shall Be Kept In The Possession Of The Contractor Overnight. In Case Of Failure To Arrive At Directed Facility By The Times Annotated In The Delivery Schedule, The Courier Shall Still Deliver All Items To The Path And Lab Service Employee Only, Signing In As Required. Couriers Will Check In And Out At The Lab By Filling Out The Delivery Sign-in Sheet (sample Included As Attachment) With Their Initials. Specimens Will Not Be Left Without Ensuring That A Laboratory Service Employee Has Acknowledged Receipt Of The Container(s). The Facility Labs Do Not Close, Although A Staff Member Would Need To Be Called In After 12am. the Contractor Shall Provide All Couriers And Vehicles Needed To Perform The Services Described In This Contract. Each Vehicle Used In The Performance Of This Contract Shall Be Adequately Stocked With At Least One Up-to-date Complete Spill Kit For A Bio-hazardous Cleanup In Case Of Leakage Or Accidental Discharge From Controlled Containers. (d) Privacy And Hippa Protections: The Contractor Shall Ensure The Confidentiality Of All Patient Information And Records Being Transported And Will Be Held Liable In The Event Of A Breach Of Confidentiality. The Contractor Shall Comply With The Provisions Of The Federal Privacy Act Of 1974 (public Law 93-579). the Contractor Shall Maintain Their Motor Carrier Permit, Hazardous Material License Number, Certificate Of Training Of Couriers (employees), State Of Arizona Driver S Licenses, Vehicle Insurance, And Registration. The Service Contract Act Does Apply To This Contract. The Current Service Contract Act Wage Determination For This Area Is Attached For Each Facility. Employees Performing Under This Contract Must Be Paid At Least The Pay And Fringe Benefits Described Therein. training: Contractor S Couriers Transporting Lab Specimens Must Be Trained In Universal Precautions In The Handling Of Biohazard Materials (specimens). Training Must Include Using Clinical Procedures In Case Of Biohazard Spills And Accidents. They Shall Also Be Trained In The Handling Of Oxygen Cylinders. Contractor Must Complete Facility Privacy And Security Training Annually. Proof Of Training Shall Be Provided Within 30 Days After Award Of This Contract To The Respective Facilities Pathology And Laboratory Medical Service And The Contracting Officer. training Records Must Include And All Necessary Applications For Arizona: hazmat Employee's Name;
completion Date Of Most Recent Training;
training Materials (copy, Description, Or Location); name And Address Of Hazmat Trainer; And
certification That The Hazmat Employee Has Been Trained And Tested. note: This Training Information Shall Be Included With Your Offer In Order To Be Determined Qualified For This Contract. If They Are Not Included, Your Offer May Not Be Considered For Award. Background Records checks Are Now Required Before Getting A Hazardous Materials Endorsement In Arizona - The Requirement Is A Result Of The Us Patriot Act (public Law 107-56 Section 1012), And The Safe Explosives Act (public Law 107-296, Section 1121-1123), Ars § 28-3103(a)(2), And 49 Cfr 1572. See
http://www.azdot.gov/mvd For More Information On The Requirements For The State Of Arizona. drivers: All Drivers Must Maintain A Valid Driver S License For The Type Of Vehicle Operated As Required By The State Of Arizona. A Record Of Each Driver As To Character And Physical Capabilities Of Performing The Duties As A Courier Must Be Maintained And Made Available To The Contracting Officer For Inspection Upon Request.
speed Limit On The Campus Of Northern Arizona Medical Center Is 15 Miles Per Hour And Must Be Observed At All Times. key Personnel: The Contract Manager, Drivers, And Alternates, Must Be Able To Read, Write, Speak, And Understand English. The Name Of This Person, And An Alternate, Or Alternates, Who Shall Act For The Contractor When The Manager Is Absent, Shall Be Designated In Writing To The Contracting Officer. An Updated Listing Will Be Provided As Changes In Personnel Occur. the Contractor S Personnel Shall Present A Neat Appearance And Be Easily Recognized As A Contract Employee. The Contractors Employee Shall Wear An Identification Tag That Includes The Company S Name/logo And Employee Name And Photograph. Contractor S Vehicle Shall Have The Company Name/logo Prominently Displayed. the Contractor Shall Direct All Questions And Problems Regarding This Contract, To The Contracting Officer. The Contracting Officer Is The Sole Authority To Amend The Terms And Conditions Of This Requirement. All Changes Will Be Issued Via Amendment And/or Modifications In Writing From The Contracting Officer To The Contractor. the Contracting Officer Shall Be Notified At The Earliest Time Available, But No Later Than The Next Business Day, Via Phone Of Contractor S Knowledge Of Any Conditions Which May Adversely Affect The Contractor S Ability To Perform Under The Terms And Conditions As Stated In The Specifications Of This Requirement. For Example, Union Strikes, Vehicle Problems, Licenses, Or Anything That Might Jeopardize The Terms And Conditions Of This Contract Should Be Reported To The Contracting Officer. should Any Items Be Lost, Damaged Or Broken, The Contractor Shall Be Required To Submit A Written Report To The Contracting Officer Within Twenty-four (24) Hours Explaining The Circumstances. Failure To Provide The Report With The Specific Time Frame Will Cause Further Review By The Government To Determine If The Infraction Warrants Suspension/termination Of The Contract. the Contractor Shall Be Required To Maintain A Record Log Of Courier Pickups And Deliveries, Indicating Time And Date Of Pickups, Number, And Description Of Items From Each Location, Along With Signatures. If The Contractor S Proposal Includes An Electronic/facsimile/automated System Of Courier Tracking, It Must Also Demonstrate How The Record Log Can Be Accessed When Needed. There May Be An Occasion Where The Exact Time Of Delivery And Name Of The Person Receiving The Item Is Imperative For An Investigation Into Patient Services. The Contractor Shall Provide Any Such Information Upon Request By The Contracting Officer (contracting Officer) Or Cor (contracting Officers Representative). 2.3.8. Quality Control: The Contractor Shall Develop And Maintain A Quality Control Program That Ensures Courier Services Are Performed In Accordance With These Specifications. The Contractor Shall Develop And Implement Procedures To Track, Identify Prevent, Remedy, And Ensure Non-recurrence Of Defective Services. The Contractor Shall Provide A Method To Accept And Resolve Customer Complaints And Notify The Customer Of The Resolution. The Contractor Shall Immediately Notify The Contracting Officer Upon Receipt Of A Customer Complaint So Joint Validation May Be Accomplished. The Contractor Is Responsible For Quality Control And Specification Compliance. 2.3.9. Quality Assurance: The Government Will Evaluate The Contractor S Performance Using Customer Complaint, Periodic On-site Inspection, And May At The Government S Discretion, Inspect Each Task To Verify Conformance And Acceptance Prior To Payment. 2.3.10. Evidence Of Responsibility: To Determine Responsibility, An Offeror Must Possess A Minimum Of Three Years Experience, Along With All Necessary Equipment, Personnel And Who Are Financially Responsible To Perform Courier Service As Required Under This Contract. Offerors Must Submit With Their Proposal The Following: proof Of Liability And Worker S Compensation Insurance Motor Carrier Permit
all Applicable National, State, And Local Hazardous Material License S (if Required) And Training Of Drivers Oxygen Transport License (if Required)
oxygen Transport Training Of Drivers Hazmat Training
proof Of Vehicle Insurance
three Commercial Or Government References the References May Be Contacted To Verify The Past Performance. Please Verify The Accuracy Of Their Addresses, Phone Numbers, And Contact Points. If No Response Is Received From Your References, Your Past Performance Will Be More Difficult To Determine. the Government Reserves The Right To Thoroughly Inspect And Investigate The Establishment S Vehicles, Facilities, Business Reputation And Other Qualifications Of Any Offeror And To Reject Any Offer Irrespective Of Price If It Shall Be Administratively Determined Lacking In Any Of The Essentials Necessary To Assure Acceptable Standard Of Performance.
4521-4530 of 4534 archived Tenders