Medicine Tenders

Medicine Tenders

Province Of Iloilo Tender

Others
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No.com-25-98-np (sv) Reference Pr No. Com-25-98 February 12, 2025 __________________________ _____________________________ _____________________________ (supplier's Name And Office Address) The Iloilo Provincial Government, Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Supplier/distributor To Quote Their Lowest Price On The Item/s Listed Below Subject To The Terms And Conditions Stated Herein, Stating The Shortest Time Of Delivery, And Submit The Same Duly Signed By Their Authorized Representatives Not Later Than February 18, 2025 At 9:00 A.m. At The 2nd Floor, In Front Of Grand Social Hall, Casa Real, Iloilo After Payment Of The Rfq Form In The Amount Of One Thousand Pesos (₱1,000.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱684,000.00 Place Of Delivery: Hotels Within The Iloilo City Or In The Province Of Iloilo Date Of Delivery: As Per Terms/conditions Stated In The Order To Deliver/ordering Agreement Until December 31, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 1,140 Pax Catering Of Meals For 1140 Pax @ 450.00 Per Pax For Various Activities Of The Provincial Comelec Office Until December 31, 2025. 450.00 Menu: Main Dish: Choice Of 2 Main Dish Baked Rosemary Chicken/ Baked Honey Chicken/ Roasted Herbed Chicken/ Chicken Cordon Bleu/ Chicken Ala King/ Sweet & Sour Fish Fillet/ Fish Tempura In Garlic Aioli/ Garlic Crusted Fish With Raspberry Sauce/ Stir Fried Squid With Chili Sauce/ Texas Spareribs/ Bbq Pork Ribs/ Pork Estofado/ Pork Sisig/ Pork Crispy Pata/ Lechon Crispy-dinuguan/ Beef & Tripe Kare-kare/beef Tenderloin In Mushroom Sauce/ Beef With Broccoli/ Beef Callos Choice Of 1 Soup Or Salad/appetizer: Salad/ Appetizer: Tropical Garden Salad/ Tossed Green Salad/ Potato Salad/ Grilled Corn Salad/ Chicken Potato Salad/ Macaroni Deluxe Salad/ Greek Marble Potato Saladi Greek Salad/ Kani Mango Salad/ Thai Mango Salad/ Sisig Cup Egg Rolls/ Pulled Pork Sliders/ Homemade Biscuit With Chicken Liver Pate Soup: Crab & Corn Soup/ Roasted Pumpkin Soup/ Wild Mushroom Soup/ Potato & Cheese Soup/ Seafood Chowder Soup/ Creamy Corn Soup/ Creamy Tomato Soup/ Sopa De Mariscos Soup/ Egg Drop Soup/ Cream Of Chicken Soup/ Cream Of Cauliflower Soup/hototay Soup/ Vegetable Chowder Soup Choice Of 1 Side Dish: Stir Fried Vegetable In Oyster Sauce/ Buttered Vegetables/ Chinese Chopsuey/ Macedoine Assorted Vegetables/ Herbed Marble Potato/ Ginataang Sitaw/ Ilonggo Pinakbet/ Buttered French Beans/ Sauteed Kangkong In Carlic/ String Beans Adobo Choice Of 1 Dessert: Buko Pandan Salad/ Mango Tapioca/ Creamy Fruit Saladi Assorted Cakes/ Panna Cotta/ Creme Brulee/ Coconut Flan/ Fruity Macaroni Salad/ Crema De Fruta/ Mango Float/ Brownies/ Matcha Cake/ Salted Caramel Cake/ Tiramiso Cake/ Chocolate Moist Cake/ Custard Cake/ Coffee Jelly Steamed Rice And Drink 2 1,140 Pax Catering Of Snacks For 1140 Pax @ 150.00 Per Pax For Various Activities Of The Provincial Comelec Office Until December 31, 2025. 150.00 Menu: Choice Of 1 Pastry/pasta/noodles/soup Pastries: Cheesy Ensaymada/ Cinnamon Rolls/ Meat Rolls/ Ham & Cheese Rolls/ Korean Egg Drop Sandwich With Potato Chips/ Rocky Road Cookies/ Mini Carrot Cake/ Empanada/ Chicken Ala King/ Korean Cream Cheese Bread/ Banana Walnut Muffins/ Mango Muffins/ Cream Cheese Muffins/ Chocolate Muffins/ Pineapple Muffins Pasta /noodles / Soup Baked Macaroni With Bread/ Creamy Carbonara With Bread/ Pinoy-style Spaghetti With Bread/ Sotanghon Guisado With Bread/ Palabok With Bread/ Lomi Noodle Soup With Homemade Pandesal/ Batchoy With Homemade Pandesal/ Chocolate Rice Porridge With Homemade Pandesal/ Chicken Arroz Caldo With Homemade Pandesal Drinks Terms And Conditions 1. Served With Free Flowing Coffee And Water. Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements.
Closing Date18 Feb 2025
Tender AmountPHP 684 K (USD 11.8 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 Colostomy Wafer Flexible And Pouch Starter Kit 57mm 895.40 89,540.00 100 Kit 2 Moldable Technology Colostomy Starter Kit Medium 45mm 1,074.85 42,994.00 40 Kit 3 Moldable Technology Colostomy Starter Kit Large 57mm 1,074.85 42,994.00 40 Kit 4 Moldable Technology Colostomy Starter Kit Xlarge 70mm 1,074.85 42,994.00 40 Kit 5 Moldable Technology Colostomy Starter Little Ones 32mm 895.40 35,816.00 40 Kit 6 Urostomy Kit 45mm 895.40 26,862.00 30 Kit 7 Stomahesive Powder 1,517.00 15,170.00 10 Pc 8 Stomahesive Paste 1,517.00 15,170.00 10 Pc 9 Enhanced Hydrofiber Dressing With Silver And Strengthening Fibre 10 X 10cm 18,196.60 72,786.40 4 Box 10 Enhanced Hydrofiber Dressing With Silver And Strengthening Fibre 15cm X 15cm 17,304.90 69,219.60 4 Box 11 Enhanced Hydrofiber Dressing With Silver And Strengthening Fibre 20 X 30cm 33,893.85 135,575.40 4 Box 12 Enhanced Hydrofiber Dressing With Silver And Strengthening Fibre 2 X 45cm 7,760.75 31,043.00 4 Box 13 Hydrofiber Foam With Adhesive Silicon Border Dressing 12.5 X 12.5cm (5"x 5") 8,519.25 34,077.00 4 Box 14 Hydrofiber Foam With Adhesive Silicon Border Dressing 21 X 21cm (8.5"x 8.5") 12,911.15 25,822.30 2 Box 15 Hydrofiber Foam With Non Adhesive Border Dressing 10cm X 10cm (4"x 4") 6,393.60 12,787.20 2 Box 16 Hydrofiber Foam With Non Adhesive Border Dressing 20 X 20cm (8"x 8") 11,100.00 22,200.00 2 Box 17 Hydrocolloid Dressing Extra Thin 4 X 4in (10 X 10) 2,736.15 27,361.50 10 Box 18 Hydrocolloid Dressing Controlled Gel Formula 4 X 4in (10 X 10cm) Cgf (controlled Gel Formula) (dressing) - Sterile 2,799.05 27,990.50 10 Box 19 Hydrocolloid Dressing Controlled Gel Formula 8 X 8in (20 X 20cm) Cgf (controlled Gel Formula) (dressing) - Sterile 9,211.15 110,533.80 12 Box 20 Hydrofiber Surgical Cover Dressing With Silver Or Hydrofiber And Hydrocolloid Surgical Dressing 9 X 25cm 26,532.70 106,130.80 4 Box 21 Latex Safe Tubular Elastic Bandage Size 3, Hand And Foot, 10 Yds., 9m 1,757.50 3,515.00 2 Box 22 Latex Safe Tubular Elastic Bandage Size 4, Elbow And Knee, 10 Yds., 9m 1,757.50 3,515.00 2 Box Note: Can Deliver The Items Within 2- 3 Days Upon Receipt Of P.o. --------------------------------------- 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 Date23 Jan 2025
Tender AmountPHP 994 K (USD 16.9 K)

Province Of Zambales Tender

Laboratory Equipment and Services
Philippines
Details: Description Province Of Zambales I B A Project Reference Number/purchase Request No.. Smdh-2024-436 (tf) San Marcelino District Hospital (smdh) Location Of The Project: Request For Quotation Date: January 13, 2025 Rfq No.: 08-2025 Name Of Company: Address: Business Permit No.: Tin No. Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotations Duly Signed By You Or Your Duly Representative Not Later Than Seven (7) Days. Open Quotation May Be Submitted, Manually Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. Eillen Rose C. Garrido, M.d. Chief Of Hospital Ii Bac Vice-chairman-drugs, Medicines & Medical Supplies After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Description Quantity Approved Offer Price Compliance Remarks Budget Of With Technical The Specifications (qty) Contract (please Check) Estimate Yes No Unit Cost Total Cost Qty Unit Price Total Price Various Bacteriology Supplies For Use In The Laboratory Sections Of The Smdh, Province Of Zambales 1 Candle Jar 3 Pcs. 300.00 900.00 2 Weighing Scale, Toploading Balance 1 Unit 10,200.00 10,200.00 Digital, 0-100 Capacity 3 Ehrlinchs Reagent, 500ml. 1 Pc. 1,080.00 1,080.00 4 1n Hydrochloric Acid, 500ml. 1 Pc. 150.00 150.00 5 Petri Dishes(disposable),15x90mm, Plastic 150 Pack 120.00 18,000.00 6 Petri Dishes(disposable),15x90mm, Biplate 150 Pack 180.00 27,000.00 7 Petri Dishes(disposable),15x150mm, Plastic 100 Pack 150.00 15,000.00 8 Erlenmeyer Flasks, 100ml. 1 Pc. 700.00 700.00 9 Erlenmeyer Flasks, 150ml. 1 Pc. 800.00 800.00 10 Graduated Cylinder, 100ml. 1 Pc. 700.00 700.00 11 Graduated Cylinder, 150ml. 1 Pc. 850.00 850.00 12 Screw Capped Tubes, 13x100 100 Pcs. 120.00 12,000.00 13 Screw Capped Tubes, 16x100 100 Pcs. 150.00 15,000.00 14 Disposable Culture Tube, 10x75mm 50 Pcs. 150.00 7,500.00 15 Disposable Test Tube, Glass, 10x75mm 50 Pcs. 120.00 6,000.00 16 Polystyrene Tubes With Cap, 12x75 50 Pcs. 50.00 2,500.00 17 Amies Transport, Medium 100 Pcs. 100.00 10,000.00 18 Test Tube Rack, 5x12 Holes,autoclavabke 3 Pcs. 500.00 1,500.00 19 Durham Tubes, 6x50mm 100 Box 100.00 10,000.00 20 Meida Bottles,glass,screwcapped,250ml. 1 Pc. 1,000.00 1,000.00 21 Media Bottles,glass,screwcapped,5000ml. 1 Pc. 1,000.00 1,000.00 22 Media Bottles,glass,screwcapped, 1000ml. 1 Pc. 1,500.00 1,500.00 23 Beaker, 100ml. 1 Pc. 600.00 600.00 24 Beaker, 150ml. 1 Pc. 650.00 650.00 25 Autoclave Tape 10 Pcs. 250.00 2,500.00 26 Aluminum Foil 2 Roll 400.00 800.00 27 Portable Uv Light 1 Pc. 400.00 400.00 28 Pipettor, 100ul 1 Pc. 5,800.00 5,800.00 29 Pipettor, 500ul 1 Pc. 7,000.00 7,000.00 30 Pipettor, 1000ul 1 Pc. 8,000.00 8,000.00 31 Calibrated Wired Needles 4 Pcs. 150.00 600.00 32 Calibrated Wired Loops 4 Pcs. 150.00 600.00 33 Disposable Inoculating Loops, 10ul 500 Pcs. 15.00 7,500.00 34 Table Lamp 1 Pc. 500.00 500.00 35 Magnetic Stirrer Hot Plate 1 Pc. 5,500.00 5,500.00 36 Magnetic Stirrer Hot Plate 1 Pc. 2,000.00 2,000.00 37 Caliper 2 Pcs. 3,200.00 6,400.00 38 Macfarland Standard 1 Pc. 11,000.00 11,000.00 Xxxxxxxxxxxxxxxxxxxxxxx Grand Total: 203,230.00 Zone V, Ground Floor, Capitol Building, Iba, Zambales, Philippines 2201 0953-430-4258 *marianet_ppdo@yahoo.com *jja121276@hotmail.com Signature Over Printed Name Contact Numbers (landline And/or Cellphone No.)/e-mail Address Terms And Conditions: 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. 2 Bidders May Quote For Any Or All The Items. 3 Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 4 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5 Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6 Award Of Contract Shall Be Made To The Lowest 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. 7 Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duty Authorized Representative/s. 8 The Item/s Shall Be Delivered Within Fifteen (15) Calendar Days From Receipt Of Notice To Proceed. 9 The Provincial Government Of Zambales Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. 10 Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Provincial Government Of Zambales Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Prepared By: (sgd.) Jean A. Bringas
Closing Date28 Jan 2025
Tender AmountPHP 203.2 K (USD 3.4 K)

Province Of Antique Tender

Healthcare and Medicine
Philippines
Details: Description The Provincial Government Of Antique, San Jose De Buenavista Antique, Tel. No. (036) 540—70-54, Bac Email Add: Bacforhealthantique@gmail.com, Invites Interested Suppliers/contractors To Apply For Eligibility And To Bid. Name Of Project : Medical Supplies Location : Rmsmdh, Sibalom, Antique Brief Description : (actual Breakdown Of Items To Be Bid Are Indicated In The Bid Form) Approved Budget For The Contract : P 616,600.00 Source Of Fund : Trust Fund Contract Duration : --------- Delivery Period : W/in 7 Calendar Days Upon Receipt Of Notice To Proceed (ntp) Instruction To Bidders: 1. Only The Bona Fide Representative Of The Prospective Bidder Shall Be Allowed To Purchase And Drop The Bidding Documents Duly Supported By Spa For Single Proprietorship And Secretary’s Certificate For Corporation. 2. All Prospective Bidders Must Submit To The Provincial Bids And Awards Committee (pbac) Thru The Secretariat Their Legal, Technical, Financial Documents On Or Before The Deadline Stated In The Schedule. 3. All Bidders Are Instructed To Follow The Prescribed Sealing And Marking Of Envelopes. Bidders Shall Enclose Their Original Eligibility And Technical Documents Prescribed In Section 25.2, Including Other Documents Required Herein In One Sealed Envelope Marked “original-technical Component, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original-financial Component, “sealing Them All In An Outer Envelope Marked “ Original Bid”; And Shall Contain The Name Of The Contract To Be Bid In Capital Letters, Bear The Name And Address Of The Bidder In Capital Letters, Be Addressed To The Procuring Entity’s Bac, Bear The Specific Identification Of The Bidding Process And Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids. 4. Bidders Are Required To Bid All Items In The Bid Tender And Must Be Free From Any Alteration. 5. Brand Name Should Be Reflected In The Bid Offered, In Case Not Available The Manufacturer’s Name Should Be Stated And Brochure Should Be Attached If Required. Partial Bid Is Not Allowed. 6. Bring Sample, Once Required During Post Qualification/evaluation (sample Shall Be The Property Of The Province And Shall Not Form As Part Of The Delivery Of The Winning Supplier). 7. The Pbac Will Accept All Forms Of Bid Security Stated In Section 27.2 Of The Rirr Of Ra 9184 That Includes Cash, Cashier’s/manager’s Check, Bank Guarantee Confirmed By A Universal Or Commercial Bank And Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security And Bid Securing Declaration. 8. The Pbac Will Accept All Forms Of Bid Performance Security As Stated In Section 39.2 Of The Rirr Of Ra 9184 That Includes Cash, Cashier’s/manager’s Check, Bank Guarantee Confirmed By A Universal Or Commercial Bank, Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank, Surety Bond Callable Upon Demand By A Surety Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. 9. The Winning Bidder Shall Post The Required Performance Security With Ten (10) Calendar Days, From Receipt Of The Winning Bidder Of The Notice Of Award. 10. Within This Same Ten-day Period, The Provincial Government Of Antique Shall Enter Into Contract With The Winning Bidder. The Notice To Proceed With A Copy Of The Approved Contract Shall Be Issued To The Winning Bidder Within Three (3) Calendar Days From Its Date Of Approval. 11. If The Bidder With The Lowest Calculated Responsive Bid Refuses Or Is Unable To Submit The Required Documents Under Section 37.1 Of The Rirr Of Ra 9184, Or To Make Good Its Bid By Entering Into Contract With The Provincial Government Or Post The Required Performance Security Within The Period Stated In The Bidding Documents, The Bid Security Shall Be Forfeited And The Pbac Shall Disqualify The Bidder And Shall Initiate And Complete The Post Qualification Process On The Bidder With The Second Lowest Calculated Bid. 12. The Forfeiture Of Performance Security Shall Be Imposed In The Event It Is Established That The Winning Bidder Is In Default In Any Of Its Obligations Under The Contract. Ex. (delivery Of Different Brand From P.o.). 13. To Assure That The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance Of By The Procuring Entity Of The Delivered Supplies. The Bac Shall Accept All Forms Of Warranty Security As Stated In Section 62.2.3.3 Of The Rirr Of Ra 9184. 14. In Addition To The Provisions Of Rule Xx1 And Xxii Of The Rirr Of 9184, The Head Of The Procuring Entity Shall Impose On Bidders Or Prospective Bidders, The Administrative Penalty Of Suspension For One (1) Year For The First Offense, And Suspension Of Two (2) Years For The Second Offense From The Participating In The Public Bidding Process, As Well As Disqualification From Further Participating In The Public Bidding Being Undertaken By This Province For Violations Stated In Section 69.1. 15. Proper Decorum Is Required During Bid Opening Among Participating Bidders. No Comments And Issues Will Be Entertained During The Opening Of Bids. All Clarifications Regarding Bids Shall Be Made In Writing Thru The Secretariat. Responses To Queries Shall Also Be In Writing. 16. Original Copy Of Certificate Of Product Registration (cpr) Should Be Submitted During The Opening Of Bids That Is Being Issued To A Licensed Manufacturer, Trader, Importer, Or Distributor For The Purpose Of Distribution And/or Sale Of Cosmetic Specialty Qualified Listing (without Market Approval) With Bfad After Evaluation For Safety, Efficacy, And Quality From Bfad Or Bhdt. 17. License To Operate (lto) Should Be Submitted Also During The Opening Of Bids That Is An Authorization To Run Or Provide Or Conduct The Health Or Health Related Business Or Services Issued Given By The Doh Regulatory Agency. A. Certificate Of Good Manufacturing Practice From Fda (if Applicable) B. Batch Release Certificate From Fda (if Applicable) C. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products/items (if Applicable) 18. Medicines Procured Should Not Expire Within Two (2) Years From The Date Of Delivery. 19. The Complete Schedule Of Activities Is Listed, As Follows: Procurement Activities Schedule 1. Issuance Of Bid Documents January 22-29, 2025 2. Pre-bid Conference X-x 3. Deadline Of Submission Of Bids January 29, 2025 2: 00 P.m. 4. Opening Of Bids In Sealed Envelopes January 29, 2025 2: 00 P.m. 5. Bid Evaluation January 30-february 06, 2025 6. Post-qualification February 07-21, 2025 20. Bid Documents Will Be Available To Prospective Bidders Upon Payment Of Non-refundable Amount Of P1,000.00 To The Provincial Treasurer’s Office. 21. The Provincial Government Of Antique Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Date Of Posting: January 22, 2025 Philgeps Approved By: Atty. Junnie Vee D. Hongco Provincial Legal Officer Bach Chairperson
Closing Date29 Jan 2025
Tender AmountPHP 616.6 K (USD 10.5 K)

DEPT OF THE ARMY USA Tender

Others
United States
Details: Rfi – Clinical Reference Laboratory Testing Services the U.s. Army Health Contracting Activity (usahca), Health Readiness Contracting Office (hrco), On Behalf Of The U.s. Army Medical Command (medcom), Has Developed This Request For Information (rfi) To Solicit Market Research Information From Industry To Assist The Government With The Analysis Of A Government Requirement And Provide Commercial Insight On Performance-based Solutions, Best Practices, Possible Contractual Arrangements, And Potential Issues. this Is A Request For Information Only. This Is Not A Request For Proposal, A Request For Quotation, An Invitation For Bids, A Solicitation, Or An Indication That Hrco Will Contract For The Items Contained In The Rfi. This Rfi Is Part Of A Government Market Research Effort To Determine The Scope Of Industry Capabilities And Interest And Will Be Treated As Information Only. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responses To This Rfi Are Strictly Voluntary And The Government Will Not Pay Respondents For Information Provided In Response To This Rfi. Responses To This Rfi Will Not Be Returned And Respondents Will Not Be Notified Of The Result Of The Review. If A Solicitation Is Issued, It Will Be Announced On The Federal Business Opportunities Website Http://www.sam.gov At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From Any Response To This Announcement. This Rfi Does Not Restrict The Government’s Acquisition Approach On A Future Solicitation. the Government’s Requirement Is To Obtain A Non-personal Services Contract To Provide Clinical Reference Laboratory Testing Services To The Government At Contiguous/continental United States (conus) And Outside The Contiguous/continental United States (oconus). Clinical Reference Laboratory Testing Services Will Support The U.s. Army, U.s. Navy, U.s. Air Force, U.s. Coast Guard, And The Defense Health Agency (dha). Use Of This Contract Will Be Limited To Those Agencies Identified. the Contractor Shall Provide All Required Facilities, Labor, Equipment, Materials, Software Interfaces, Transportation, And Services Necessary For Clinical Reference Laboratory Testing. Clinical Reference Laboratory Testing Includes Comprehensive Support Generally Encompassing The American Medical Association’s Current Procedural Terminology (cpt) Coding Within The Ranges Of 80047-89398, 90281-99607, 99091-99499, 0002m-0020m, 0042t-0900t, And 0001u-0520u And Includes, But Is Not Limited To, Support Across Multiple Clinical And Anatomic Pathology Disciplines To Include Chemistry, Hematology And Coagulation, Urinalysis, Transfusion Medicine, Microbiology, Molecular, Histology, Cytology, And Genetic Testing. The Contractor Must Be Capable Of Providing Comprehensive Reference Laboratory Support For All Tests And Quantities Listed On The Attached Sample Fee Schedule (ref. Exhibit C). These Are Unique, Individually Orderable Tests And Panels Across All The Disciplines And Must Possess Sufficient Infrastructure To Fully Support The Timely Receipt, Transport, Processing, Testing, And Reporting Of Results For The Total Projected Annual Requirements Across All Agencies Including Both Continental United States (conus) And Outside Of The Continental United States (oconus) Mtfs. it Is Anticipated That Any Resultant Contract(s) That Might Result From This Survey Would Have A Period Of Performance Of A 6-month Transition Period, And A 4 Year 6 Month ordering Period. The North American Industrial Classification System (naics) Code Is 621511 And The Small Business Size Standard Is $41.5m. the Government Desires That Respondents Offer Their Experience And Recommendations On The Following Questions And Issues Related To The Dha Reference Laboratory Requirements. We Recommend That You First Review The “draft” Performance Work Statement (pws) So That You May Have A Better Insight On The Questions Below. 1. What Are The Customary Commercial Practices For Providing These Types Of Services For Non-governmental Entities, E.g., Contract Type, Pricing Structure, Task Order Driven Contract, Etc.? 2. Based On Your Experience, What Is The Most Cost-effective Contract Type And Payment Method (i.e., Monthly Firm Fixed-price, Separate Price Per Service (price List), Cost Reimbursement, Or Combination, Etc.)? 3. Is 30 Days A Sufficient Amount Of Time For A Contractor To Prepare A Proposal Given The Scenario Of A Full Trade-off Best Value Source Selection Requiring A Technical And Price Proposal, As Well As Past Performance References? If 30 Days Is Not Sufficient, Please Provide A Reasonable Timeframe To Prepare A Proposal And Rational For Your Time Frame. 4. We Anticipate A 6-month Transition Period For The Contractor To Perform Pre-contract Functions In Order To Be Ready To Begin Full Performance Of The Pws By The Contract Start Date. This Effort Will Be Separately Priced In The Contract. These Efforts Include But Are Not Limited To: Personnel Recruitment And Hiring Efforts, Training, Security Requirements, Familiarization With Testing Requirements, And Completion Of Electronic Interface Requirements Of The Contract (see Pws) And Task Order Start-up Requirements (see Pws). Is A 6-month Period A Sufficient Amount Of Time For The Transition Period? Based On Your Experience For Similar Efforts, Should This Period Be Shorter Or Longer And If So Explain Why? Do The Pws Address All The Efforts That May Be Entailed In A Transition-in Period? If Not, What Do You Recommend? 5. Prior To Initiation Of Performance By A New Contractor, The Contractor’s Laboratory Information System (lis) Must Have An Approved Business To Business (b2b) Agreement From The Defense Health Agency (dha) B2b Program Management Office (pmo) To Connect To The Government Via The Military Health System’s (mhs) B2b Gateway. Additionally, The Reference Laboratory’s Lis Must Have Approved Interfaces To The Department Of Defense (dod) Electronic Health Records (ehr) Military Health System (mhs Genesis), In Addition To Obtaining The Requisite Information Assurance (ia) Approvals Or Authority To Operate (ato). Current Dod Approved Mechanisms For Approval And/or Ato Are Via Dod Instruction (dodi) 8582 And 8510 (e.g., Risk Management Framework (rmf)). please Briefly Explain How You Plan To Meet The Lis Requirements, To Include The Required B2b Agreement, Approved Interfaces To The Dod Ehr, Ia Approvals And Authority To Operate, Within The 6-month Transition Period In Order To Start Full Performance. 6. Do You Have A Catalog Or Other Published Product Literature Including Pricing For These Or Similar Services? If So, Please Provide This Information. 7. Does Your Company Have Standard Commercial Rates Utilized For Private Industry Contracts For These Types Of Services? If So, Please Describe. If Not, Are You Aware Of Other Companies That Have Commercial Rates For These Types Of Services? If So, Please Explain. 8. Do You Have A Gsa Schedule For This Type Of Requirement? Regarding Exhibit H, Are There Any Performance Locations That Would Not Be Included On The Gsa Schedule? 9. As Stated Above, The Contractor Must Be Capable Of Providing Comprehensive Reference Laboratory Support To Include All Unique, Individually Orderable Tests And Panels On The Current Fee Schedule (see Exhibit C), And Each Test Must Be Uniquely Identified With A Single Test Number That Is Standardized Throughout The Contractor’s Network Of Laboratories. The Contractor Must Possess Sufficient Infrastructure To Fully Support The Timely Receipt, Transport, Processing, Testing, And Reporting Of Results For The Total Projected Annual Requirements Across All Agencies Including Both Continental United States (conus) And Outside Of The Continental United States (oconus) Mtfs. A Copy Of The Current Fee Schedule, To Include Test Names, Is Attached. Is Your Company Capable Of Providing All Required Clinical Reference Laboratory Testing Based On The Current Fee Schedule? Should You Choose To Submit A Proposal, Is Your Company Capable Of Providing Your Fee Schedule For All Required Tests To Include, Your Test Name, Vendor Unique Test Code/order Number, Identification Of Fda Approved Tests, Cpt Code(s), And Logical Observation Identifiers Names And Codes (loinc) Code, Longname, Component, System, And Method? Is Your Company Able To Provide A Firm Fixed Price For Each Test Identified On The Schedule? 10. Are The Required Performance Measures In The Performance Requirements Summary (exhibit A To Pws) Achievable? If Not, Please Be Specific On Which Areas Would Not Be And State The Reasons Why And Provide Recommendations. 11. Are There Any Innovative Approaches Used By Your Company For This Type Of Service? If So, Please Explain. 12. What Makes Your Company A Market Leader For This Type Of Service? 13. Do You Have Past Performance, Within The Past 3 Years, For Similar Services In This Pws At Multiple Geographically Dispersed Locations Of Similar Magnitude? If So, Please Provide The Following Information For Each Relevant Contract: (1) Name Of Your Customer; (2) Contract Number; (3) Contract Start Date; (4) Contract Length; (5) Total Dollar Value For All Periods; (6) Place Of Performance; (7) Type Of Labor Categories; And (8) A Brief Description Of Services. 14. For Naics 621511 – Medical Laboratories, Small Business Size Standard $41.5m, Is Your Company Considered A Small Business? If Your Company Is A Small Business, Do You Fall Under Any Small Business Subcategory (sdb, Sdvosb, Hub Zoned, 8a, Etc)? If You Are An 8a Eligible Company, Please Provide Current Status Regarding Your Scheduled Graduation Date From The 8a Program Under This Naics Code. 15. If Your Company Is A Small Business, Can You Comply With Far Clause 52.219-14, Limitations On Subcontracting, Required In Contracts For Small Business Set-asides? This Clause Requires The Small Business Prime Contractor To Perform At Least 50% Of The Contract. Due To The Nature Of This Requirement, The Primary Effort Of Reference Testing Would Entail A Large Percentage Of Any Resultant Contract. 16. If You Are Considered A Large Business, Is There A Possibility You May Contemplate Teaming With A Small Business For This Requirement? 17. What Is Your Company’s Average Revenue For The Past 3 Years? 18. What Types Of Internal Quality Control (qc) Performance Assessment Methods Are Commonly Used By Your Company For Clinical Reference Laboratory Testing Services? 19. Does Your Company Currently Possess Adequate Resources Or The Ability To Obtain Adequate Resources To Support All Of The Required Locations? If So, Please Describe Your Capabilities. 20. Discuss Any Concerns, Comments Or Recommendations You May Have With The Attached “draft” Pws Or Any Related Attachments/exhibits. Please Reference The Applicable Pws Paragraph Numbers With Each Comment. request For Capability Statement: Respondents To This Rfi Are Requested To Describe Their Interest And Ability/capability To Perform The Clinical Reference Laboratory Testing Services In The Draft Pws Enclosed With This Notice By Submitting A Capability Statement. responses Should Contain Your Company Name, Address, Point Of Contact, Phone Number, Fax Number, Unique Entity Identifier (uei), Cage Code, Size Of Business Pursuant To Naics Code 621511 (size Standard $41,500,000). Please Submit All Responses Through E-mail To All Points Of Contact Identified In The Section Below. Email Subject Should Read: Response To Rfi: Fy26 Reference Laboratory Services. Responses Should Be Formatted As Either Ms Word (.doc) Or Adobe Portable Document Format (.pdf) And Should Be Limited To A Maximum Of Five (5) Pages (excluding Price Lists Or Catalogs). Proprietary/competition Sensitive Information (appropriately Marked) Will Be Protected From Disclosure To The Greatest Extent Practical, However It Is Preferred That Respondents Do Not Provide Proprietary Or Otherwise Restricted Responses. Responses Should Be Submitted By E-mail To The Pocs Listed Below No Later Than 4:00 Pm Cdst, Wednesday, 19 February 2025. No Faxes, Courier Delivered, Or Telephone Inquiries/submissions Will Be Accepted. health Readiness Contracting Office Pocs contracting Officer: David Robledo, 210-221-5490 David.d.robledo.civ@mail.mil contract Specialists: jimika A. Drake, 210-221-4795:jimika.a.drake.civ@health.miljimika.a.drake.civ@army.mil julie A. Ellington, 210-478-0409:julie.a.ellington.civ@health.mil contracting Office Address: u.s. Army Health Contracting Activity health Readiness Contracting Office 2199 Storage Street, Suite 68 jbsa Fort Sam Houston, Tx 78234-5074 enclosures: “draft” Performance Work Statement (pws) (separately Attached) 1-year Estimate Exhibit C Schedule Of Required Tests (separately Attached)
Closing Date19 Feb 2025
Tender AmountRefer Documents 

Istanbul University Cerrahpasa Institute Of Legal Medicine And Legal Sciences Directorate D S I Tender

Civil And Construction...+1Civil Works Others
Turkey
Purchaser Name: Istanbul University Cerrahpasa Institute Of Legal Medicine And Legal Sciences Directorate D S I | Purchase of High Purity Gas and Consumables for 2025
Closing Date23 Jan 2025
Tender AmountRefer Documents 

Regional Center for Blood Donation and Blood Medicine named John Paul II in Slupsk Tender

Others
Poland
Purchaser Name: Regional Center for Blood Donation and Blood Medicine named John Paul II in Slupsk | Announcement of the Order for the Supply of Food Products Issued to Blood Donors as Part of the Balanced Energy Effort to the John Paul II Blood Donation and Blood Treatment Center in Słupsk Case No. 1/2025
Closing Date4 Feb 2025
Tender AmountRefer Documents 

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 

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

Civil And Construction...+1Civil Works Others
Ukraine
Purchaser Name: MUNICIPAL NON COMMERCIAL ENTERPRISE AMBULATORY OF GENERAL PRACTICE FAMILY MEDICINE OF MYKOLAIVSKY VILLAGE | Оплата Згідно Накладним Щомісяця За Фактичну Поставку Товару.
Closing Date29 Jan 2025
Tender AmountUAH 216 K (USD 5.1 K)

Regional Center for Blood Donation and Blood Medicine named John Paul II in Slupsk Tender

Others
Corrigendum : Closing Date Modified
Poland
Purchaser Name: Regional Center for Blood Donation and Blood Medicine named John Paul II in Slupsk | Development of the area of the School Complex No. 39 As part of the task "modernization with the development of the area and adaptation of the building of the School Complex
Closing Date4 Feb 2025
Tender AmountRefer Documents 
7141-7150 of 7288 archived Tenders