Medicine Tenders

Medicine Tenders

Ministry of National Defense U M 02587 National Institute of Aeronautical and Space Medicine Tender

Healthcare and Medicine
Romania
Purchaser Name: Ministry of National Defense U M 02587 National Institute of Aeronautical and Space Medicine | Romania – Laboratory Reagents – Reactivi Si Consumabile De Laborator
Closing Date27 Jan 2025
Tender AmountRefer Documents 

PHILIPPINE RACING COMMISSION Tender

Others
Philippines
Details: Description Terms Of Reference Procurement Of Service Provider For The 2025 Annual Medical And Physical Examination, Drug Test, And Psychological Test Of The Employees Of The Philippine Racing Commission I. Project Description The Project Aims To Acquire A Reputable And Competent Service Provider For The Annual Medical And Physical Examination, Drug Test, And Psychological Test Of Officials And Employees Of Philracom. Ii. Background And Objective The Annual Medical Examination And Psychological Test Is A Medical Program For Government Personnel Established Under Administrative Order No. 402, S. 1998 By The Office Of The President And Republic Act 11036, Alongside Civil Service Commission Memorandum Circular 33, S. 1997. Likewise, The Annual Drug Test Is Conducted In Compliance With Republic Act No. 9168. Philracom Aims To Subject Its Personnel To A Physical And Medical Examination, Psychological Evaluation, And Drug Test In Order To: A. Assess The Physical And Mental Health Conditions Of Its Employees And Determine Recommendations For Follow-up Tests Or Treatments If Necessary; B. Guide The Planning And Establishment Of Relevant Wellness Programs For Philracom Employees. Iii. Approved Budget For The Contract (abc) And Fund Source Philracom Has Allocated An Approved Budget For The Contract In The Amount Of Two Hundred Seventy-two Thousand Pesos (php 272,000.00) Inclusive Of All The Applicable Government Taxes And Charges. Fund For This Project Shall Be Sourced From The General Fund. Iv. Scope Of Work 1. The Service Provider Shall Provide The Following Diagnostics, Medical Screening, And Examination Procedures For Sixty-eight (68) Personnel: A. Physical Examination B. Complete Blood Count With Platelet Count C. Urinalysis (macroscopic And Chemical Examination) D. Chest X-ray Pa View E. Ecg F. Fbs G. Blood Urea Nitrogen H. Uric Acid I. Creatinine J. Sgpt K. Sgot L. Lipid Profile M. Drug Screening Test (shabu And Marijuana) N. Psychological Test 2. The Service Provider Shall Provide A Mobile Clinic For X-rays. 3. The Service Provider Shall Accommodate Employees Who Were Absent During The Medical And Physical Examination, Allowing Them To Undergo The Same Procedure At The Service Provider’s Laboratory/clinic. 4. The Service Provider Shall Provide Courteous And Well-trained Staff To Assist In Conducting The Annual Medical And Physical Examination And Drug Testing. 5. The Service Provider Shall Arrange For At Least One (1) Licensed Physician To Conduct The Physical Test, Interpret And Explain The Results Of The Medical Examinations To The Employees, And Prescribe Medicines If Needed. The Results Interpretation Shall Take Place At The Philracom Office After The Results Of The Laboratory And Other Tests Are Available. V. Qualifications Of The Supplier 1. The Service Provider Must Be Duly Accredited Or Licensed By The Department Of Health (doh). 2. The Service Provider Must Have At Least Two (2) Diagnostic Clinics Around The National Capital Region (ncr), Which Employees Can Choose From For A Repeat, Rescheduled, Or Follow-up Medical Screening Or Laboratory Examination. 3. The Service Provider Must Be Registered With The Philippine Government Electronic Procurement System (philgeps). 4. The Service Provider Must Be Engaged In Business For At Least Two (2) Years. 5. The Service Provider Must Have An Updated Mayor’s Permit/business Permit, Sec/dti Registration, And Bir Form 2303. Vi. Duties And Responsibilities Of Philracom 1. Philracom Shall Provide The Area/s For The Service Provider To Conduct Collection Of Laboratory Specimens, Examinations, Evaluations, And, As Well As Space For The Placement Of The Medical Equipment. 2. Philracom Shall Provide The Electrical Power Needed To Operate The Mobile X-ray Machine. However, The Electrical Power Line (extension Cord) Shall Be Provided By The Service Provider. 3. Philracom Shall Ensure That All Personnel Availing Of The Services Arrive At The Office And Are Accommodated Within The Time Frame Stated Herein, Without Exceeding The Designated Hours. Vii. Delivery Of Service The Laboratory Examinations And Drug Tests Will Be Conducted On 20 February 2025 From 7:00 Am To 3:00 Pm. The Psychological Test Will Be Held In Batches At Scheduled Times At The Designated Diagnostic Clinic. The Physical Examination, The Subsequent Evaluation Of Laboratory Results, And The Interpretation Of Various Tests Will Be Held No Later Than 5 March 2025. Likewise, The Service Provider Shall Accommodate Personnel Who Are Unable To Come To The Office On A Schedule Mutually Agreed Upon By The Service Provider And Philracom. Viii. Terms Of Payment A. Payment Shall Be Based On The Total Number Of Employees Who Have Actually Undergone The Medical And Physical Examination, Psychological Evaluation, And Drug Test. B. Payment Shall Be Made Upon Completion Of The Above Scope Of Work Duly Certified And Accepted By Philracom. C. Payment Shall Be Made Within Fifteen (15) Days After Submission Of The Billing Statement And After Philracom Issued A Certificate Of Completion And Acceptance. Ix. Mode Of Procurement The Procurement For The Service Provider For This Project Shall Be Undertaken Through Negotiated Procurement - Small Value Procurement Pursuant To The Republic Act No. 9184 Or The Government Procurement Reform Act. X. Penal Clauses A. Liquidated Damages If The Service Provider Fails To Deliver Any Or All And/or To Perform The Services Within The Period Specified In This Contract, The Procuring Entity (philracom) Shall, Without Prejudice To Its Other Remedies Under This Contract And Under The Applicable Law, Deduct From The Contract Price As Liquidated Damages, The Applicable Rate Of One-tenth (1/10) Of One Percent (1%) Of The Cost Of Unperformed Portion Of Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract. Once The Maximum Is Reached, The Procuring Entity Reserves The Right To Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To It Under The Law. The Damages Herein Provided Are Fixed And The Philracom Shall Not Be Required To Adduce Proof Thereof. For Entitlement To Such Liquidated Damages, Philracom Need Not Prove The Damages Incurred. Said Damages In Any Amount Shall Be Deducted From Any Money Due Or Which May Become Due To The Service Provider Under The Contract And/or Collect Such Liquidated Damages From The Retention Money Or Other Securities Posted By The Service Provider At Philracom’s Convenience. B. Other Costs Should The Philracom Be Constrained To File A Suit To Obtain Relief Against The Service Provider, The Latter Shall Be Liable To Pay An Amount Equivalent To Twenty Percent (20%) Of The Amount Claimed In The Complaint As Attorney’s Fees, Aside From The Costs Of Litigation And Other Expenses, Which The Philracom Is Entitled To Recover From The Service Provider; Provided, However, That Any Action Brought By The Service Provider For Whatever Cause Arising From The Contract, Should It Be Adjudged Not To Be Entitled To The Relief Sought, The Philracom As The Prevailing Party Shall Be Entitled To Such Reasonable Attorney’s Fees, Costs Of Litigation And Other Costs It May Have Incurred By Reason Of Such Action. C. Indemnity The Service Provider Shall Defend, Indemnify, And Hold Harmless The Philracom Against All Claims, Losses, Liabilities, And Damages, And Pay All Claims, Judgments, Awards, Costs, And Expenses Arising Out Of Or In Connection With The Service Provider’s Acts Or Omissions Unless Such Claims Are Due Solely To The Negligence Of The Philracom. Costs Inclusive Of Expert Witness Fees And Other Legal Expenses Shall Be Charged Against The Account Of The Service Provider. Xi. Right To Accept Or Reject Quotation And/or Annul The Procurement Process Philracom Reserves The Right To Accept Or Reject Any Quotation, To Annul The Procurement Process, Or Not To Award The Contract Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xii. Conformance With The Existing Laws The Procurement Process For This Undertaking Shall Be Executed By Republic Act 9184, Otherwise Known As The Government Procurement Reform Act, And Its Revised Implementing Rules And Regulations.
Closing Date16 Jan 2025
Tender AmountPHP 272 K (USD 4.6 K)

Province Of Iloilo Tender

Textile, Apparel and Footwear...+1Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.gov-25-04-np (sv) Reference Pr No.gov-25-04 January 11, 2025 Felines Gift Shop, Inc. #44 Delgado St., Iloilo City Telephone No.09086782788 Email Add: 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 16, 2025 At 9:00 A.m. With The Bids And Awards Committee At The 5th Floor Bac Secretariat Office , Iloilo Provincial Capitol Building, Bonifacio Drive Iloilo City, After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos Only(php500.00) Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: Php125,000.00 Place Of Delivery: Office Of The Governor Date Of Delivery: Before January 25, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 500 Pcs T-shirt With Print , Design To Be Supplied By Iloilo Provincial Government Size: Free Size ( Male And Female) 250.00 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 Procurement Projects With Abc Above ₱500,000.00; 4. Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 8. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 9. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No.gov-25-04-np(sv) Reference Pr No.gov-25-04 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: Before January 25, 2025. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Daysfrom The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 13. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 14. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Unsealed Or Unmarked Envelopes Shall Be Rejected. 15. The Printed Name And Signature Of The Bidder/supplier Or Of Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 16. Bidders Shall Prepare An Original Of The Documentary Requirements For Negotiated Procurement. In Addition, Bidders Shall Submit Separate Copies Thereof (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. Marie Jill L. Tamudtamud Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date16 Jan 2025
Tender AmountPHP 125 K (USD 2.1 K)

Department Of Education Division Of Pampanga Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Date : 02/03/2025 To All Eligible Suppliers : " Please Quote Your Lowest Price Inclusive Of Vat On The Items/projects Listed Below.lots Listed Below, Subject To The Terms And Conditions Of This Rfq And Submit Your Quotation Manually Duly Signed And Sealed By Your Or Your Authorized Representative Not Later Than (closing Date At Philgeps) At Deped, Division Of Pampanga, High School Boulevard, Brgy. Lourdes, City Of San Fernando, Pampanga. For More Information Kindly Coordinate To Bids And Awards Committe Secretariat. Prospective Supplier Shall Be Responsible To Verify The Quoted Items/projects." Note: **all Entries Shall Be Type Or Written Ink. **mayor's Permit Or Business Permit,bir Registration Certificatess, Omnibus Sworn Statement, Professional License/curriculum Vitae(for Consulting Services),philgeps Registration Number,lbp Bank Account-passbook Frontpage(dbm Circular No. 2013-16 S.2013),pcab License(for Infra),income/business Tax Return(for Smallvalueprocurement) And Abc's Abovep500k. Shall Be Attached Upon Submission Of The Quotation ** Price Validity Shall Be For A Period Of 30 Calendar Days **our Payment Term Is Upon Availabilty Of Funds ** For Procurement Of Drugs And Medicines, If The Supplier Is Not The Maufacture, Certification From The Manufacturer That The Supplier Is An Authorized Dealer/distributor Of The Products/items(coa-circular 2012-001) Leandro C. Canlas, Phd, Cese Assistant Schools Division Superintendent Bac Chairperson Item Qty. Unit Commodity & Description Unit Price Amount Preventive Maintenance Of Airconditioning Units: At Deped Division Of Pampanga Buildings - High School Blvd., Brgy.lourdes City Of San Fernando,(p) *general Clening Of Units *general Cleaning Of Window/wall Split/box Type *charging Of Additional Freon *checked-up Unit Operation *clean Air Filters And Front Grills *check-up And Repair Water Dripping And Drain Line For Possible Clogging *inspect And Test Leak *check And Clean All Electrical Control *check Noise Level And Adjust To Minimum *replacement Of Deffective Running And Fan Capacitor *observe Units Operation Location 1st (cleaning) Preventive Maintenance (year Round) A.o. Room 1 Unit 1.5hp Window Type Carrier 1 Unit 1hp Split Type Panasonic Asds A 1 Unit 2.5hp Split Type Carrier Asds B 1 Unit 2hp Split Type Daikin Office Of Accountant 1 Unit 2.5hp Split Type Carrier Lrmds 1 Unit 2hp Split Type Daikin 1 Unit 1.5hp Window Type Accounting Section B 1 Unit 1.5hp Window Type Condura Budget Office 1 Unit 2.5hp Split Type Haier Payroll 1 Unit 2hp Window Type Carrier 1 Unit 2hp Window Type Carrier 1 Unit 2hp Window Type Carrier Ict Office 1 Unit 2hp Window Type Kolin 1 Unit 2.5hp Split Type Lg Bac / Eng'ring Office 1 Unit 1.5hp Window Type Koppel 1 Unit 1.5hp Split Type Daikin Ttc 1 Unit 3tr Floor Mounted Koppel 1 Unit 3tr Floor Mounted Koppel 1 Unit 3tr Floor Mounted Kolin 1 Unit 3tr Floor Mounted Kolin 1 Unit 2.5hp Split Type Carrier 1 Unit 2.5hp Split Type Carrier 1 Unit 2hp Split Type Carrier 1 Unit 3tr Floor Mounted Carrier Sgod 1 Unit 3tr Floor Mounted Carrier 1 Unit 3tr Floor Mounted Carrier 1 Unit 2hp Split Type Panasonic 1 Unit 2hp Split Type Panasonic 1 Unit 1hp Window Type Koppel Planning Office 1 Unit 2.5hp Split Type Daikin 1 Unit 2.5hp Split Type Carrier 1 Unit 1.5hp Window Type Carrier Legal Office 1 Unit 2hp Split Type Midea 1 Unit 1.5hp Window Type Lg Record Section 1 Unit 2.5hp Split Type Carrier 1 Unit 2.5hp Split Type Carrier Auditor 1 Unit 2hp Split Type Carrier 1 Unit 1hp Window Type Lg 1 Unit 2hp Window Type Haier Supply Unit 1 Unit 1hp Window Type Lg 1 Unit 2.5hp Split Type Carrier 1 Unit 1.5hp Window Type Carrier 1 Unit 2.5hp Split Type Carrier Medical Unit 1 Unit 2hp Split Type Daikin 1 Unit 2hp Split Type Daikin 1 Unit 2hp Window Type Haier 1 Unit 2hp Window Type Haier 1 Unit 1.5 Window Type Lg Cashier Room 1 Unit 2.5hp Window Type Carrier 1 Unit 1.5hp Window Type Panasonic Hr Room 1 Unit 1.5hp Window Type Midea 1 Unit 1.5hp Window Type Kelvinator 1 Unit 2.5hp Window Type Carrier 1 Unit 2.5hp Window Type Carrier 1 Unit 2.5hp Split Type Carrier Sds 1 Unit 1.5hp Window Type Panasonic 1 Unit 1.5 Hp Window Type Carrier 1 Unit 2.5hp Split Type Carrier 1 Unit 1hp Window Type Fedders Cid Upper 1 Unit 3tr Floor Mounted Koppel 1 Unit 2.5hp Split Type Kolin(new) 1 Unit 2hp Window Type Carrier 1 Unit 2hp Window Type Carrier 1 Unit 1.5hp Window Type Carrier 1 Unit 1.5hp Window Type Kelvinator 1 Unit 3tr Floor Mounted Carrier Cid Lower 1 Unit 3tr Floor Mounted Koppel 1 Unit 3tr Floor Mounted Alenaire 1 Unit 1.5hp Window Type Carrier 1 Unit 2hp Window Type Carrier 1 Unit 2hp Window Type Lg 1 Unit 1.5hp Window Type Lg 1 Unit 2.5hp Split Type Carrier 1 Unit 3 Tr Floor Mounted Carrier Gsu 1 Unit 1.5hp Window Type Midea Total -
Closing Date10 Feb 2025
Tender AmountPHP 97.1 K (USD 1.6 K)

REGIONAL MUNICIPAL NON COMMERCIAL ENTERPRISE Chernivtsi REGIONAL CENTER OF EMERGENCY MEDICAL AID AND DISASTER MEDICINE Tender

Electrical and Electronics...+1Electrical Works
Ukraine
Purchaser Name: MUNICIPAL NON COMMERCIAL ENTERPRISE Chernivtsi REGIONAL CENTER OF EMERGENCY MEDICAL AID AND DISASTER MEDICINE | Договір Про Постачання Електричної Енергії Споживачу Встановлює Порядок Та Умови Постачання Електричної Енергії За Кодом Дк 021:2015: 09310000-5 Електрична Енергія (електрична Енергія, З Розподілом), Як Товарної Продукції Споживачу Постачальником. За Цим Договором Постачальник Продає Електричну Енергію Споживачу Для Забезпечення Потреб Електроустановок Споживача, А Споживач Оплачує Постачальнику Вартість Фактично Спожитої Електричної Енергії Та Послуги З Розподілу Електричної Енергії. Обов'язковою Умовою Для Постачання Електричної Енергії Споживачу Є Наявність У Нього Укладеного В Установленому Порядку З Оператором Системи Розподілу (далі - Оср) Договору Споживача Про Надання Послуг З Розподілу, На Підставі Якого Споживач Набуває Право Отримувати Послугу З Розподілу Електричної Енергії. Очікуваний Обсяг Постачання Електричної Енергії На Період Дії Договору Становить 130 000 Квт/год Та Відповідає Очікуваному Обсягу Закупівлі Послуг З Розподілу (передачі) Електричної Енергії У Оператора Системи. Обсяги Закупівлі Електричної Енергії Можуть Бути Зменшені Залежно Від Реального Фінансування Видатків. Початком Постачання Електричної Енергії Споживачу Є 01 Січня 2025 Року. За Цим Договором Постачальник Продає Електричну Енергію Споживачу Для Забезпечення Потреб Електроустановок Споживача, А Споживач Оплачує Постачальнику Вартість Фактично Спожитої Електричної Енергії Та Здійснює Інші Платежі Згідно З Умовами Цього Договору. Споживач Здійснює Плату За Послугу З Розподілу Електричної Енергії Через Постачальника. У Разі Зміни Ціни Товару На Ринку Постачальник Письмово Звертається До Споживача Щодо Зміни Ціни За Одиницю Товару Та Коливання Ціни На Ринку, У Такому Порядку: • Сторони Погоджуються, Що Збільшення Ціни За Одиницю Товару Відбувається Пропорційно Коливанню Цін На Ринку, Але Не Може Перевищувати Відсоток Коливання (збільшення) Ціни Такого Товару На Ринку; • Сторони Погоджуються, Що Документальне Підтвердження Ціни На Ринку Має Містити Інформацію Про Період Порівняння Ціни, А Саме: З Моменту Укладення Договору Про Закупівлю Або Останнього Внесення Змін До Договору Про Закупівлю В Частині Щоденної Зміни Ціни За Одиницю Товару Та До Моменту Виникнення Необхідності У Внесенні Відповідних Змін; • Сторони Погоджуються, Що Жоден Документ, Який Підтверджує Коливання Ціни На Ринку Не Може Містити Один І Той Самий Період; • Сторони Погоджуються Та Допускають, Що Документальним Підтвердженням Коливання Ціни На Ринку Можуть Бути Надані Документи, Які Видані Уповноваженими На Це Органами (дп «держзовнішінформ», Торгово-промисловою Палатою Тощо) Та Які Підтверджують Коливання Ціни На Ринку Даного Товару, Або Інші Факти, На Які Посилається Сторона Або Інші Документи Органу, Установи Чи Організації, Які Мають Повноваження Здійснювати Моніторинг Цін На Товари, Визначати Зміни Ціни Такого Товару На Ринку. Документальне Підтвердження Коливання Ціни На Ринку Має Містить: • Інформацію Про Стан Цін Щонайменше На Дві Дати, Що Визначають Початок Місяця (моменту Укладення Договору Про Закупівлю Або Останнього Внесення Змін До Договору Про Закупівлю В Частині Зміни Ціни За Одиницю Товару) Та Кінець Місяця, У Якому Здійснювалося Дослідження Цін З Вказівкою Щоденного Коливання Ціни; • Результат Порівняння Цін У Відсотковому Вираженні.
Closing Date1 Jan 2025
Tender AmountUAH 1.3 Million (USD 33.2 K)

Regional Center for Blood Donation and Blood Medicine Prof Dr Hab Tadeusza Dorobisza in Wroclaw Tender

Others
Poland
Purchaser Name: Regional Center for Blood Donation and Blood Medicine Prof Dr Hab Tadeusza Dorobisza in Wroclaw | Announcement of the Supply Order Supply of Brand New Freestanding Centrifuges with Air Cooling, Designed for Blood Preparation in the Quantity of 2 Pcs. to the Regional Center for Blood Donation and Blood Treatment Named......
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Province Of Iloilo Tender

Textile, Apparel and Footwear
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Isc-25-14-np(sv) Reference Pr No. Isc-25-14 January 13, 2025 Amigo Scotts Management, Inc. (citadines Amigo Iloilo) Iznart Street, Iloilo City 330-3818 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: ₱144,000.00 Place Of Delivery: Hotel Within Iloilo City Date Of Delivery: As Per Scheduled Date Of Activity. X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1 Job Accommodation For The Governor Arthur R. Defensor Jr. Kasadyahan Festival Tennis Tournament For 16 Persons In (eight (8) Rooms, Two (2) Pax Per Room At 3,600) On January 21 To 25, 2025 In Any Hotel In Iloilo City 144,000.00 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 Withlabor 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.isc-25-14-np(sv) Reference Pr No Isc-25-14 Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: As Per Scheduled Date Of Activity. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier/awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 8. All Deliveries By Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 9. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product(s)/item(s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 10 Hereof. 10. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item(s)/product(s) Therefore That May Be Discovered By The End-user Within The Warranty Period After Acceptance Of The Same Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 11. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required From The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 12. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are 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. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. I Hereby Certify That I Have Issued This Request For Quotation (rfq) To A Bonafide Supplier. _______________________________ Signature Over Printed Name Of End User/bac Secretariat Focal Person ______________________________ Signature Over Printed Name ______________________________ Position ______________________________ Firm/company Name ______________________________ Office Address And Contact Number
Closing Date20 Jan 2025
Tender AmountPHP 144 K (USD 2.4 K)

Ilocos Training And Regional Medical Center Tender

Healthcare and Medicine
Philippines
Details: Description Request For Quotation Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Below. Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date And Time. --------------------------------------- 1 Viral Nucleic Acid Extraction Kit (at Least 64 Preparation) And Covid-19 Detection Kit (pcr-flourescent Probe Method) 500.00 160,000.00 320 Test > Ritm-validated Sars-cov-2 Detection Kit Having 2 Or More Gene Targets With Compatible Viral Transport Medium Including Oropharyngeal And Nasopharyngeal Swab Provided. Shall Provide Consumables As Part Of The Lot With The Equivalent Number Of Test From Sample Processing, Extraction, Reagent Preparation And Template Addition (2 - 20 Ul Sterile (dnase/rnase-free), Filtered Tips, 96 Tips/rack, 10 Racks/unit, 5 Units/case; 20 - 200 Ul Sterile (dnase/rnase-free), Filtered Tips, 96 Tips/rack, 10 Racks/unit, 5 Units/case; 100 - 1000 Ul Sterile (dnase/rnase-free), Filtered Tips, 96 Tips/rack, 10 Racks/unit, 5 Units/case; Eppendorf (microcentrifuge) Tube, Sterile (dnase/rnase-free), 1.5 Ml, 500s/pack; Pcr Plates, Hard-shell, Thin-well, 0.1 Ml, Flat-top, Sterile (dnase/rnase-free), Pyrogen Free, Clear; Adhesive Sealing Film). Consumables Must Be Compatible With Existing Equipment Used In The Laboratory. Shall Provide Nucleic Acid Extraction Machine And/or Equipment For The Optimum Storage Of Procured Reagent/s As Necessary. 2 Hbv Viral Load (hbv Dna Geneotypes A-h) 1,500.00 225,000.00 150 Cartridge > Cartridge-based (real-time, Qpcr), Close System For The Quantification Of Hbv Dna Viral Load, Automated/integrated Sample Extraction With At Leat 10 Iu/ml Limit Of Detection Compatible With Installed Equipment. 3 Hpv Dna Assay 1,500.00 90,000.00 60 Cartridge > Cartridge-based (real-time, Qpcr), Close System For The Detection Of Hpv, Automated/integrated Sample Extraction With Hpv Genotyping Compatible With Installed Equipment. 4 Dnase/rnase Free Water 5,000.00 5,000.00 1 Bottle > 500 Ml/ Bottle - Dnase/rnase-free Distilled Water, Ph 6-8, Molecular Biology Grade, Not Depc-treated, Membrane-filtred 5 Phosphate Buffered Saline 1,500.00 1,500.00 1 Bottle > Molecular Biology Grade, 1x, Ph 7.4, Dnase/rnase-free, 500-ml 6 2-20 Ul Filtered Tips, 96 Tips/rack, 10 Racks/unit, 5 Units/case 500.00 50,000.00 100 Rack > 96s/rack (rnase, Dnase Free) 7 20-200 Ul, Filtered Tips, 96 Tips/rack, 10 Racks/unit, 5 Units/case - 96s/rack (rnase, Dnase Free) 500.00 50,000.00 100 Rack 8 100-1000 Ul, Filtered Tips, 96 Tips/rack, 10 Racks/unit, 5 Units/case - 96s/rack (rnase, Dnase Free) 250.00 25,000.00 100 Rack 9 Microcentrifuge Tube, Sterile, Dnase/rnase Free, Eppendorf Tube, 1.5 Ml - 1000s/pack (rnase, Dnase Free) 2,500.00 10,000.00 4 Pack 10 Interfolded Paper Towel - At Least 100 Pulls 60.00 120,000.00 2,000 Pack 11 Pcr Plates, Hard Shell, Thin-well, 0.1 Ml, Flat Top, Dnase/rnase, Pyrogen-free, Clear - 25s/box 350.00 4,200.00 12 Box 12 Adhesive Sealing Film - 100s/pack 250.00 2,250.00 9 Pack 13 Lint-free Wipes - At Least 250 Pulls, 10x21 Cm 300.00 2,700.00 9 Pack * Must Submit Certificate Of Product Registration/ Certificate Of Medical Device Notification, If Applicable. If Not Applicable, Submit A Certificate Of Exemption From The Fda Or A Communication From The Fda That The Item Is Exempted From Registration. * Must Submit Valid License To Operate Issued By The Fda Of The Doh --------------------------------------- Note: 1. Bidder Must Provide All Information Required In This Form; 2. Bidder Must Attach An Original Or Scanned Colored Copy Of Brochure/s Showing Specifications Of The Product/s Being Offered; 3. Bidder Must Submit A Sample, If Required, Within Two (2) Working Days Upon Notice; 4. Price Quotation/s Must Include All Taxes, Duties, And/or Levies Payable; 5. Price Quotation/s Must Be Valid For A Period Of At Least 30 Calendar Days From The Date Of Submission; 6. Price Quotation/s Exceeding The Abc Shall Be Automatically Rejected; 7. Interlineations, Erasures, Or Over Writings Shall Be Valid Only If They Are Signed By You Or Any Of Your Duly Authorized Representative/s; 8. Unless Otherwise Indicated, Evaluation And Award Shall Be Made On A Per-item Basis; 9. Contract Shall Be Awarded To The Bidder With The Lowest Calculated Responsive Quotation (for Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein; 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Responsive Quotation, "toss Coin" Shall Be Employed As The Tie-breaking Method To Determine The Final Bidder To Whom The Contract Shall Be Awarded; 11. Bidder Must Submit Within Two (2) Calendar Days Upon Notification From The Bac Secretariat, Thru E-mail, Text Message, Or Phone Call, The Following Documents: Mayor's Permit, Philgeps Registration Number, Professional License/curriculum Vitae (additional For Consulting Services), Pcab License (additional For Infra), Income/business Tax Return (for Abcs Above Php500,000.00), And Omnibus Sworn Statement With Original Notarized Secretary's Certificate In Case Of A Corporation, Partnership Or Cooperative, Or Original Special Power Of Attorney In Case Of A Sole Proprietorship (for Abcs Above Php50,000.00). Failure To Submit Any Of The Documentary Requirements Within The Given Period Will Render Your Quotation Failed. 12. All Quotations Must Be In This Request For A Quotation Form. Quotations In Any Order Form Shall Be Rejected; 13. All Abcs Are Vat-inclusive Except For Medicines Under Ra 10963 Train And Ra 11534 Create 14. All Notices/purchase Orders Are Deemed Received/confirmed On Email Date 15. If Quotations Are Sealed In An Envelope, It Must Bear The Particular Rfq No. On The Face Of The Envelope Brenda I. Rosuman, Md Hbac Chairperson Ilocos Training And Regional Medical Center Parian, San Fernando City, La Union For Further Inquiry, You May Contact The Hbac Secretariat: Myron Jek C. Almodovar Tel. No. (072) 607-6418/642 Loc. 223 Telefax No. (072) 610-3639 E-mail Address: Bac_amp@itrmc.doh.gov.ph
Closing Date11 Feb 2025
Tender AmountPHP 745.6 K (USD 12.8 K)

MUNICIPAL NON COMMERCIAL ENTERPRISE AMBULATORY OF GENERAL PRACTICE OF FAMILY MEDICINE OF OLIIVSKY VILLAGE COUNCIL Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Ukraine
Purchaser Name: MUNICIPAL NON COMMERCIAL ENTERPRISE AMBULATORY OF GENERAL PRACTICE OF FAMILY MEDICINE OF OLIIVSKY VILLAGE | Талони (скретч-картки) На Бензин А-95 Повинні Бути Номіналом 10, 15 Або 20 Л. Термін Дії Талонів (скретч-карток)) Повинен Бути Не Менше 12 Місяців З Дня Їх Отримання Покупцем З Обов’язковим Продовженням Терміну Дії (в Разі Їх Неповного Використання). Постачання Талонів (скретч-карток) Відбувається Протягом 5 (п’яти) Робочих Днів З Дати Підписання Договору, Але Не Пізніше 28 Лютого 2025 Року.
Closing Date29 Jan 2025
Tender AmountUAH 146.9 K (USD 3.4 K)

REGIONAL MUNICIPAL NON COMMERCIAL ENTERPRISE Chernivtsi REGIONAL CENTER OF EMERGENCY MEDICAL AID AND DISASTER MEDICINE Tender

Civil And Construction...+1Civil Works Others
Ukraine
Purchaser Name: MUNICIPAL NON COMMERCIAL ENTERPRISE Chernivtsi REGIONAL CENTER OF EMERGENCY MEDICAL AID AND DISASTER MEDICINE | Розрахунки За Поставлений Товар Здійснюються На Підставі Пред’явленої Зведеної Накладної На Оплату (за Фактом Поставки Товару) Протягом 30 Календарних Днів З Дня Його Надходження. Строк Поставки (передачі) Товарів: Протягом 5 Календарних Днів З Моменту Замовлення Замовника У Строк До 31 Грудня 2025 Року. Місце Поставки (передачі) Товарів: Чернівецька Обл., Місто Чернівці, Вул. Еріха Кольбенгаєра, Будинок 8. Умови Постачання Товару – Поставка Здійснюється За Адресою Замовника В Робочі Дні З 9 Години До 15 Години В Обсягах, Зазначених У Заявці Замовника, В Залежності Від Фактичної Потреби, Транспортом Постачальника Та За Його Рахунок. Завантажувальні – Розвантажувальні Роботи Здійснюються За Рахунок Постачальника. У Разі Невиконання Або Неналежного Виконання Своїх Зобов'язань За Договором Сторони Несуть Відповідальність, Передбачену Статтею 231 Господарського Кодексу України Та Цим Договором. За Порушення Постачальником Умов Цього Договору Щодо Якості Товарів Постачальник Сплачує Замовнику Штраф У Розмірі 20 Відсотків Вартості Неякісного Товару, Або Товарів, Що Не Відповідають Специфікації До Договору, Яка Є Додатком 1 До Договору. Сплата Штрафу Не Звільняє Постачальника Від Обов’язку Замінити Неякісний Товар На Належні У Випадках, Визначених Цим Договором. За Порушення Строків Поставки Товарів Зазначених В П. 5.1. Та 5.3. Договору Або Недопоставку Товарів Постачальник Сплачує Замовнику Пеню В Розмірі 20 Відсотків Вартості Товарів, Поставку Яких Построчено Та/або Не Поставлено, За Кожний День Такого Прострочення, А За Прострочення Поставки Товарів Понад Тридцять Днів Постачальник Додатково Сплачує Штраф У Розмірі 20 (двадцять) Відсотків Вартості Товарів, Поставку Яких Прострочено. У Разі Порушення Постачальником Умов Щодо Порядку Поставки, Строків Зазначених В П. 5.1. Та 5.3. Договору, Якості Товару Передбаченої В П. 1.3. Договору, Замовник Має Право В Будь-який Час В Межах Строків Позовної Давності Застосувати До Постачальника, Крім Пені, Грошовий Штраф У Розмірі 100% Від Загальної Суми Договору. Оплата Штрафних Санкцій Не Звільняє Винну Сторону Від Обов’язку Виконати Всі Свої Зобов’язання За Цим Договором. Одностороння Відмова Від Виконання Зобов’язань За Договором Не Допускається, Крім Випадків, Передбачених Цим Договором.
Closing Date7 Feb 2025
Tender AmountUAH 1 Million (USD 24.9 K)
5131-5140 of 5228 archived Tenders