Medicine Tenders
Medicine Tenders
Province Of Davao Del Sur Tender
Chemical Products
Corrigendum : Tender Amount Updated
Philippines
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
Closing Date21 Jan 2025
Tender AmountPHP 9.9 Million (USD 170.6 K)
Province Of Iloilo Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Bids And Awards Committee Request For Quotation Quotation No. Pen-25-49-np(sv) Reference Pr No. Pen-25-49 February 5, 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 13, 2025 At 9:00 A.m.at The Bids And Awards Committee Secretariat Office 5th Floor, Iloilo Provincial Capitol 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: ₱174,600.00 Place Of Delivery: Identified Municipality Within Iloilo Province. 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 60 Pax Catering Of Food In Connection With Menro Meeting Consisting Of 1 Snack And 1 Lunch Good For 60 Participants @485.00/pax/day, For One (1) Day To Be Conducted On February 21 2025. 485.00 Menu Snacks- Pancit, Lomi, & Juice Lunch- Beef Steak With Brocolli, Sinigang Shrimp, Fried Chicken, Softdrinks, Plain Rice & Buko Pandan. 2 60 Pax Catering Of Food In Connection With Menro Meeting Consisting Of 1 Snack And 1 Lunch Good For 60 Participants @485.00/pax /day, For One (1) Day To Be Conducted On April 25, 2025. 485.00 Menu Snacks- Sotanghon Guisado & Juice Lunch-kadios Baboy Langka (kbl), Grilled Boneless Bangus, Pork Estofado,plain Rice, Juice And Fruit Salad. 3 60 Pax Catering Of Food In Connection With Menro Meeting Consisting Of 1 Snack And 1 Lunch Good For 60 Participants @485.00/pax/day For (1) One Day To Be Conducted On May 23, 2025 485.00 Menu Snacks- Bake Macaroni & Juice Lunch-shrimp Sinigang, Beef Steak With Brocolli, Fish Fillet , Plain Rice, Softdrinks & Mango Tapioca 4 60 Pax Catering Of Food In Connection With Menro Meeting Consisting Of 1 Snack And 1 Lunch Good For 60 Participants @485.00/pax/day For (1) One Day To Be Conducted On July 25, 2025 485.00 Menu Snacks- Sopas And Juice Lunch-pork Estofado, Fried Chicken , Chicken Tinola, Plain Rice, Softdrinks And Fruit Juice 5 60 Pax Catering Of Food In Connection With Menro Meeting Consisting Of 1 Snack And 1 Lunch Good For 60 Participants @485.00/pax/day For (1) One Day To Be Conducted On August 22, 2025 485.00 Menu: Snacks- Pancit Lomi, & Juice Lunch- Fish Fillet, Shrimp Sinigang, Pork Estofado, Plain Rice, Softdrinks, & Buko Pandan 6 60 Pax Catering Of Food In Connection With Menro Meeting Consisting Of I Snack And 1 Lunch Good For 60 Participants@485.00/pax/day, For One (1) Day To Be Conducted On October 24, 2025 485.00 Menu Snacks-sotanghon Guisado & Juice Lunch- Kadios, Baboy Langka (kbl), Grilled Boneless Bangus, Pork Estofado, Plain Rice, Juice & Fruit Salad Terms And Conditions: 1. The Use Of Low Density Plastics And Styrofoam's As Food Container Or Wrapper Shall Not Be Allowed Except First Packaging. 2. Caterer's Are Required To Use Paper, Table Napkins, Banana Leaves And Other Biodegradable/organic Materials To Wrap/package The Food Items 3. Refillable Water Container's Shall Be Provided Instead Of Individual Bottled Mineral Water. 4. Caterer's Are Required To Provide Glass, Paper Or Reusable Cups For Drinking Coffee And Other Beverages 5. With Free Flowing Coffee. 6. Use Of Plastic Straws And Plastic Stirrer's Is Strictly Prohibited. 7. Payment Shall Be Made Per Activity Accomplished. 8. Place Of Delivery: Identified Municipality Within Iloilo Province. Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements. Province Of Iloilo Bids And Awards Committee Request For Price Quotation No. Pen-25-49-np (sv) Reference Pr No. Pen-25-49 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 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. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail.
Closing Date13 Feb 2025
Tender AmountPHP 174.6 K (USD 3 K)
ILOCOS SUR MEDICAL CENTER CANDON CITY, ILOCOS SUR Tender
Healthcare and Medicine
Philippines
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
Closing Date29 Jan 2025
Tender AmountPHP 67 K (USD 1.1 K)
City Government Iligan Tender
Civil And Construction...+1Civil Works Others
Philippines
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)
Closing Date7 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.2 K)
Department Of Health Treatment And Rehabilitation Center Tender
Machinery and Tools
Philippines
Details: Description Bids And Awards Committee Request For Quotation Reference No.: 2025-02-046 Date: February 17, 2025 Procurement Title: Procurement Of Commonly Used Supplies Materials (1st Quarter) Pr Reference No: 2025-02-093/089 & 2025-01-046/043approved Budget Of The Contract (abc): Php 755,408.61 Name Of Supplier: _________________________________________ Contact No: _______________________ Contact Email Adress.: _______________________ Address: ________________________________________ Delivery Term: Based On The Submitted Annex A Delivery Place: Batangas Iii Liyang Pilar,bataan Please Quote Your Best Offer For The Following Items Described Herein Subject To Terms And Conditions And/or Technical Specifications And Within The Approved Budget For The Contract. Submit Your Quotation Duly Signed By Your Representative Through Registered Or Electronic Mail At The Above Address Not Later Than February 21, 2025 10:00am Subject To The Following: S Terms And Conditions: 1.) Doh Trc Bataan Reserves The Right To Reject, Accept And Waive Any Defects In The Price Quotation. 2.) All Entries Shall Be Typed Or Written In A Clear And Legible Manner. 3.) All Prices Offered Herein Are Valid, Binding And Effective For Sixty (60) Calendar Days From The Deadline Of Submission. Alternative Bids Shall Be Rejected. 4.) Price Quotation/s Shall Be Denominated In Philippine Peso And Shall Include All Incidental Expenses (tax, Delivery, Etc.,) 5.) Award Of Contract/purchase Order Shall Be Made To The Lowest Quotation, Which Complies To The Technical Specifications Required. In Case Of Tie Quotations, The Bac Shall Adopt And Employ “toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 6.) Salient Provisions Of The Revised Irr (rirr) Of Republic Act (ra) 9184: Section 68 - Liquidated Damages And Section 69 - Imposition Of Administrative Penalties Shall Be Observed. 7.) All Services Rendered/delivered Items Shall Be Subject To Inspection And Acceptance. Payment Will Be Process Within 30 Days Upon The Receipt Of Service/delivery Of Items. Additional Requirement For Submission: 1.) Philgeps Registration Number Or Certificate 2.) Notarized Omnibus Sworn Statement 3.) Valid Business Permit/mayor’s Permit 4.) Latest Income/business Tax Return 5.) Blank Copy Of Delivery Receipt/charge Sales Invoice And Collection Receipt/invoice (for New Suppliers) 6.) Valid Certificate Of Product Registration (cpr) From Food And Drug Administration (fda) (for Procurement Of Drugs And Medicine/medical Supplies) 7.) Batch Notification, Lot Release From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Specific Drugs And Medicines) 8.) Valid Certificate Of Medical Device Notification From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Medical Device) 9.) Valid License To Operate From Fda (whether It Is A Manufacturer, Importer, Seller Or Distributor) (for Procurement Of Drugs And Medicine/medical Supplies/medical Device) 10.) Brochure With Picture Of Quoted Item. Respectfully Yours, Sgd Chazell Irrah I. Bon Head, Bac Secretariat Item No. Unit Item Description Qty Abc/ceiling Price Per Unit Brand* Unit Cost Total 1 Unit 1000va Ups Micropower (600w) Mini Tower Line Interactive Switching Available Capacity: 600w Input Power: 190~240va (50~60hz) Output Power: 220~230va(50- 60hz) 2 X 12v7ah Battery Backup Time: 1~5min 1 Year Warranty 5.00 4,180.00 2 Piece 30 Inches, 5-layer Storage Rack Steel150 Kgs Capacity Per Sheleasy Boltless Assembly Durable Powder Coat Finish Center Support Beampowder Coated White Or Black Finish 2.00 3,300.00 3 Box Ballpoint Pens Black, 0.5mm 12 Pcs Per Box 1.00 68.20 4 Pack Battery, Dry Cell, Size Aaa, 4pcs/pack 4.00 27.50 5 Gallon Bleaching Solution, 3785ml 137.00 209.00 6 Ream Bond Paper 500 Sheets Per Box A4 Size : 210mm X 297mm 80 Gsm 7.00 360.80 7 Piece Clearbook, A4 Color Black/* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 8 Piece Clearbook, A4 Color Red /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 9 Piece Clearbook, A4 Color Yellow /* For A4 Size Documents, Refillable, Material: Plastic" 20.00 56.10 10 Roll Cling Wrap, 18x500 M, Pvc Food Grade Cling Film 2.00 865.70 11 Piece Data Folder, Vertical, Black 14.00 91.30 12 Sachet Dishwashing Liquid 17ml 2,000.00 8.14 13 Gallon Dishwashing Liquid, 1 Gallon, Calamansi Scent, Anti Bacterial Formula 12.00 161.70 14 Piece Double Sided Tape 1 Inch 3.00 25.30 15 Unit Eco-tank L3210 A4 All-in-one Ink Tank Printer 1.00 11,000.00 16 Bottle 003 Ink, Black 63.00 306.90 17 Bottle 003 Ink,cyan 42.00 317.90 18 Bottle 003 Ink,magenta 42.00 317.90 19 Bottle 003 Ink,yellow 42.00 317.90 20 Bottle 005 Ink,black 10.00 656.70 21 Bottle 774 Ink Black 7.00 656.70 22 Bottle 664 Black Ink Bottle 15.00 306.90 23 Bottle 664 Cyan Ink Bottle 10.00 317.90 24 Bottle 664 Magenta Ink Bottle 9.00 317.90 25 Bottle 664 Yellow Ink Bottle 10.00 317.90 26 Piece Expanding Envelope, Legal, Green 40.00 33.00 27 Piece Fly Paper, 2 Sheets, Insecticide Flypaper Bait 30.00 41.80 28 Piece Foot Rug (big/square) 10.00 55.00 29 Pack Hairnet, 24-inch Disposable Bouffant Cap, Color White, 100 Pcs Per Pack 5.00 115.50 30 Piece Heavy Duty Scrub With Sponge, 100mmx75mmx30mm 40.00 33.00 31 Piece Id Holder, Transparent, Water Proof 100.00 7.70 32 Piece Id Lace, Blue, Cotton 100.00 11.00 33 Piece Id Lace, Red, Cotton 100.00 11.00 34 Piece Id Lace, Yellow, Cotton 100.00 11.00 35 Unit Ink Tank Printer L5590 Printer Type: Print, Scan, Copy, Fax With Adf Print Direction: Bi-directional Printing Technolgy: Precisioncore Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 1200 Dpi (with Variable-sized Droplet Technology) Dimensions (w X D X H): 375 X 347 X 237 Mm Weight: 5.2 Kg 1.00 18,204.45 36 Unit Ink Tank System Printer Ecotank L5290 1.00 18,150.00 37 Piece Insecticide, Multi Insect Killer Protector 500 Ml 1.00 385.00 38 Unit Iprint-a3/a4 Laminator Machine Hot/cold/reverse 220v Heavy Duty Laminating Machine Only 1.00 4,620.00 39 Piece Kitchen Towel, Absorbent Cloth 30x60cm 6.00 25.30 40 Piece Kitchen Towel, Interfolded, 120 Pulls, Pack Of 3, 200mmx200mm 40.00 114.40 41 Unit L49 Office Table 4.00 17,160.00 42 Gallon Liquid Bleach 20.00 209.00 43 Piece Long Arm Faucet Stainless Steel 30.00 275.00 44 Piece Mop Head 4.00 176.00 45 Piece Mop Head, Durable Heavy Duty, Cotton 4.00 176.00 46 Piece Mop With Steel Handle (removable Mophead) 10.00 319.00 47 Piece Note Book (composition Notebook) Grade 3, 80mleaves 200.00 22.00 48 Unit Office Chair 3.00 3,404.50 49 Pack Office Laminating Film, Legal, 20s 1.00 275.00 50 Packs Paper Cups, 8 0z High Quality , 50 Pcs Per Pack 3.00 55.00 51 Piece Personalized Name Stamp (document Controller Secretary) 1.00 437.57 52 Piece Personalized Name Stamp (document Controller) 1.00 437.57 53 Piece Personalized Stamp (controlled Copy) 1.00 437.57 54 Piece Personalized Stamp (master Copy) 1.00 437.57 55 Piece Personalized Stamp (obsolete) 1.00 437.57 56 Pack Photo Paper Glossy A4 4.00 110.00 57 Set Plastic Broom And Dustpan Set, 91cm (35.8inches ) Long Handle Broom And Dust Pan Set, Made Of Soft And Durable Broom Bristles 2.00 198.00 58 Box Plastic Gloves, Clear Free Food Grade Gloves, 100 Pcs Per Box 5.00 52.80 59 Pc Plastic Utility Box 50l 6.00 438.90 60 Bundle Plastic, Linao 6x10, 1000 Per Bundle 10.00 312.40 61 Piece Powdered Soap 60gms 80.00 7.15 62 Piece Push Brush Wood Durable Nylon Deck Brush Wooden Handle ( 16" ) Push Broom Scrub Brush 12.00 165.00 63 Piece Refill For Clearbook A4 Size 27.00 34.10 64 Pack Sandwich/ Bread Grease Proof Bag, 50 Pcs Per Pack, 20x21cm 20.00 96.80 65 Pack Specialty Paper, 100s 2.00 335.50 66 Piece Stamp Pad Ink Black - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Black 3.00 22.00 67 Bottle Stamp Pad Ink Bluestamp Pad Ink Blue - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Blue 3.00 22.00 68 Piece Stamp Pad Ink Red - Stamp Pad Ink 50ml - No Mess, Non-spill Bottle - Smooth Re-inking - Color: Red 3.00 22.00 69 Pack Table Napkin, Quarter Folded, 350 Sheets, 250x300mm 4.00 166.10 70 Pack/roll Trash Bag 2xl , Green 50.00 96.80 71 Pc Utility Box 55l 47.00 705.43 72 Packs A4 Specialty Paper, 90gsm, White 10’s 9.00 37.50 73 Pcs A4 Certificate Frame 12.00 130.00 74 Can Air Freshener Aerosol Type/ Spray Mist, Net Content: 280ml Or 150g, (min.), Assorted Scents (at Least Two (2) Scents), Material Safety Data Sheet Showing Information On Specific Gravity, Packaging: Twelve (12) Cans Per Box, Individually Shrink Wrapped. 22.00 280.00 75 Pack Battery, Dry Cell, Aaa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 9.00 128.00 76 Pack Battery, Dry Cell, Aa Voltage:1.5 Volts, Type: Alkaline, No Mercury And Cadmium Added/mercury And Cadmium Free, Positive Polar Ends Must Be Marked, Shelf Life: Five (5) Years (min.) From Date Of Acceptance, With Cautionary Advice 24.00 94.00 77 Piece Broom (walis Tambo) Gross Weight (max.): 500 Grams, Handle: Cylindrical, Wood, Smooth Finish, Plastic Coated, Must Be Suitable For Hanging, Diameter Of Handle {min.): 19mm, Length Of Handle {min.): 510mm, Dry Weight Of The Tiger Grass {min.): 250 Grams, Length Of Tiger Grass: 300mm, With Upper Stitch (min.): 20, Lower Stitch (min.): 30, Side Stitch: Manufacturer's Standard, Per Attached Illustration Showing The Design/construction 36.00 170.00 78 Piece Broom (walis Ting-ting) Made Of Mature Coconut Midribs, Grip Material: Braided Yantok Or Nylon, Standard Size:, Grip Circumference: At Least 150mm, Grip Width: At Least 20mm, Top: Measured 150mm, Usable Length: At Least 760mm, Rib Count: At Least 350 Pieces 53.00 78.00 79 Bottle Cleaner, Toilet And Urinal Color: Clear Or Blue, Net Content (min.): 1,000ml, Fully Miscible In Water, Not Chlorine Based, Does Not Contain Inorganic Acids, Non-volatile Content (max.): 5% (w/w), Viscosity At 25°c (min.): 114 Cp, Rigid Plastic Bottle, With Adequate Instructions For Proper Usage And Disposal 9.00 239.00 80 Plastic Container Cleanser, Scouring Powder Net Weight (min.): 350 Grams, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Container Must Have Adequate Dispensing Apertures, With Adequate Instructions For Proper Usage And Disposal. 21.00 65.00 81 Piece Clearbook, A4 For A4 Size Documents, Refillable, Material: Plastic Cover: Opaque Plastic, Dimension (min.): 310mm X 235mm O Thickness (-0.02mm): 0.50mm Pocket: Transparent Plastic, Number Of Pockets: Twenty (20), Thickness (-0.005mm): 0.040mm Color: Assorted (black, Blue, Red, Yellow) 6.00 150.00 82 Box Clip, Backfold, 19mm All Metal, Clamping Length (-1mm): 19mm, Clamping Depth (min.): 10mm, Thickness Of Metal (min.): 0.20mm, Diameter Of Clip Handles (min.): 1.0mm, Binding Capacity: At Least 5.5 Mm, Shall Pass The Required Test And Evaluation 1.00 17.00 83 Box Clip, Backfold, 25mm All Metal, Clamping Length (-1mm): 25mm, Clamping Depth (min.): 13mm, Thickness Of Metal (min.): 0.22mm, Diameter Of Clip Handles (min.): 1.20mm, Binding Capacity: At Least 9.5 Mm, Shall Pass The Required Test And Evaluation 10.00 26.00 84 Box Clip, Backfold, 32mm All Metal, Clamping Length (-1mm): 32mm, Clamping Depth (min.): 14mm, Thickness Of Metal (min.): 0.30mm, Diameter Of Clip Handles (min.): 1.45mm, Binding Capacity: At Least 12 Mm, Shall Pass The Required Test And Evaluation 20.00 36.00 85 Piece Data File Box With Closed Ends, Outside Dimension:width (min.): 125mm/height (min.): 230mm/length (min.): 400mm, Material:chipboard (min.): 3mm Thick/leatherette Paper For Outside Cover/coated Paper For Inside Cover, Front Of The Box:with Finger Ring And Pocket For Label Insert, Color Black. 59.00 229.00 86 Piece Dater Stamp Frame: Steel And Plastic Or Sturdy All Plastic Frame, Four Band Date And 12 Year Band, Date Format: Manufacturer's Standard, Self-inking Stamp Pad, Acceptable Colors: Black, Violet Or Red, With Locking Mechanism, With Removable And Refillable Ink Pad, Single Color, Size Of Imprint (min.): 30mm X 45mm. 6.00 450.00 87 Pouch Detergent Powder, All-purpose Net Weight (-2.5%): One (1) Kilogram, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 35.00 180.00 88 Can Disinfectant Spray Aerosol Type, Net Content Per Can: 400 Grams (min), Crisp, Clean Scent, With Broad-spectrum Activity: Kills Different Types Of Bacteria, Fungi And Viruses As Identified On The Label, Active Ingredients Shall Be Indicated On The Label, Sufficient Amount Of Propellant To Totally Expel Content, Shall Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo), With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. 29.00 480.00 89 Unit Electric Fan, Ceiling Mount, Orbit Type Blade: Metal, Number Of Blades (min.): Three (3), Blade Size (min.): 400mm, Grill: Metal, Speed Control: Three (3) Speed Setting, With Remote Switch Box, With Mounting Base And Screws, Motor: Fully Enclosed, 220- 240 Volts, 60 Hz, With Operating/user's Manual (english Translation), Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, With Ps Quality Or Icc Mark, Warranty: One (1) Year On Parts And Service. Five (5) Years On Motor. 1.00 3,000.00 90 Box Envelope, Documentary, Legal Material: Kraft, For Legal Size Documents, Size (-2mm) : 254mm X 381mm, Basis Weight (-5%): 150gsm, Thickness (min.): 0.22mm. 2.00 2,250.00 91 Box Envelope, Expanding, Kraft Kraft, Smooth Surface, Size (-3mm): 380mm X 250mm, Expansion (-3mm): 50mm, Thickness (min.): 0.38mm, With String And Eyelet Or Elastic Strap. 2.00 2,400.00 92 Piece Envelope, Expanding, Plastic Material: Polypropylene Plastic, Secure Heat-sealed Joints, With Elastic Strap, Size (l X H) (-2mm): 380mm X 260mm, Thickness (min.): 0.50mm, Width Expansion (min.): 30mm, Assorted Colors: Red, Blue, Green. 13.00 60.00 93 Piece Eraser, Felt, Blackboard/whiteboard Eraser Material: Felt, Overall Size (lx Wx T) (min.): 125mm X 45mm X 21mm, Thickness Of Felt (min.) : 18mm, Thickness Of Board (min.): 3mm. 5.00 22.00 94 Piece Eraser, Plastic/rubber Material: Plastic/rubber, Shape: Rectangular, Use: For Erasing Wood-cased And Mechanical Pencil Impressions, Dimension (l X W T) (min.): Equivalent Volume Of 8,350mm3 ,shall Pass Erasing Quality Test. 2.00 17.00 95 Unit External Hard Drive Capacity: 1tb, Storage Media: 2.5"sata Hdd, System Compatibility: Windows, Mac Os And Linux Os, Certificates: Ce/ Fcc/ Bsmi, Warranty: Three (3) Years, Key Feature:1.shockproof Protection/2.with Led Light Indicator, Interface (min.): Usb 3.2 Gen 1, Operation: Dc Sv (power Supplied Through Usb), Case Material: Rubber/plastic, With Operating/user's Manual (english Translation), Accessories (min.): With Usb 3.0 Cable, Shall Pass Functional And Durability Test 6.00 4,300.00 96 Box Fastener, Metal Material: Metal, The Fasteners Shall Be Free From Burrs, Sharp Or Rough Edges Or Corners, It Shall Be Clean And Free From Any Defects That May Affect Its Appearance Or Serviceability, Thickness: Base With Prongs And Compressor (min.): 0.30mm, Width:compressor (min.): 9mm/base (min.): 9mm, Prongs (min.): 4.5mm, The Distance Between The Two Holes Shall Be 70mm (±0.smm) Center-to-center, Able To Hold 25mm Thick Of Multipurpose Paper (70gsm) 47.00 60.00 97 Set File Tab Divider, Legal For Legal Size Documents, Material: Bristol Board, Size:leaf:length (min.):330mm/width (min.): 216mm, Tab:length (min.): 68mm, Width (min.): 15mm, In Sequential Order Basis Weight (-5%): 153 Gsm, Thickness (min.): 0.22mm, Five (5) Colors Per Set: Blue, White, Yellow, Green, Red, Etc. 1.00 41.00 98 Can Floor Wax, Paste Type, Red Paste Type, Color: Red, Petroleum Based, Application: For Wood And Cemented Surfaces, Net Weight (min.): 450 Grams, Physical Properties:drying Time (max.): One (1) Hour On A Wood Surface, Abrasiveness: No Evidence Of Abrasive Matter, Non-volatile Matter, %w (min.): 17%. 3.00 147.00 99 Pack Folder With Tab, Legal Material: Tagboard/carrier/foldcote/cupstock Board, For Legal Size Documents, Leaf Dimension (±lmm): 240mm X 365mm, Tab (±2mm): 13mm, Scoring (±2mm): 20mm From Edge Of Folder, The Folder Shall Be Smooth-finished And Non-blot On Both Sides Using A Permanent Marker, Other Physical Properties:grammage, G/m? (-5%): 270/thickness, Mm (-5%): 0.36/tearing Resistance, Mn, Md+ Cd (min.): 2940/stiffness, Mn.m, (taber) Md+ Cd {min.): 13 15.00 700.00 100 Pack Folder, L-type,legal For Legal Size Documents,material: Plastic,size (min.): 235mm X 346mm,thickness {min.): 0.17mm,transparent For Easy Identification Of Contents,color Green. 7.00 108.00 101 Box Glue, All Purpose Gross Weight (min.): 240 Grams, Shall Conform With The Following Tests:free Formaldehyde (max.): 0.1/adhesive Strength -- No Slippage On Pasted Part/solid Content (min.): 30% Ph: 4 To 8, Container: Plastic Squeeze Type Bottle With Twist-cap Dispenser., The Brand And Expiry Date Shall Be Stamped/engraved/ Embossed/ Printed/permanently Stickered On Each Bottle. The Expiry Date Shall Be At Least One Year From The Date Of Delivery., There Should Be No Unpleasant Odor. 8.00 129.00 102 Bottle Hand Soap, Liquid, 500ml Scented, Form: Liquid, Minimum Of 80% Kill Bactericidal/germicidal Property Against Staphylococcus Aureus, Volume (net Content): 500ml, Bottle: Pump Dispenser Plastic, Individually Shrink Wrapped, Ethylene-diamine-tetra-acetate (edta) And Alkylphenol Ethoxylates (apeo) Shall Not Be Detected, With Adequate Instructions For Proper Usage And Disposal. 24.00 150.00 103 Cart Ink Cartridge, Epson C13t664100 (t6641), Black C13t664100 (t6641), Black 9.00 350.00 104 Cart Ink Cartridge, Epson C13t664200 (t6642), Cyan C13t664200 (t6642), Cyan 5.00 350.00 105 Cart Ink Cartridge, Epson C13t664300 (t6643), Magenta C13t664300 (t6643), Magenta 4.00 350.00 106 Cart Ink Cartridge, Epson C13t664400 (t6644), Yellow C13t664400 (t6644), Yellow 4.00 350.00 107 Can Insecticide, Aerosol Type Aerosol, Kerosene Based,quick Kill Contact And Residual Type,cautionary Scent/odor Required,multi-insect Killer,net Content Per Can: 600ml (min), Sufficient Amount Of Propellant To Totally Expel Content.,material Safety Data Sheet Showing Information On Specific Gravity. 11.00 450.00 108 Piece Light Emitting Diode (led), Light Bulb Power Consumption: 6-7 Watts, Color Temperature: 6,500 Kelvin, Lumen Output: Not Less Than 530 Lumens, Frequency Rating: 60hz, Color Rendering Index: 80 +/-10% , Input Voltage: 85-265 Volts, Ac , Socket Base: E27, Light Color: Cool Daylight, Power Factor: Not Less Than 0.90, Average Life: Not Less Than 15,000 Hours, Operating Temperature: > 35°c, Brand Shall Be Engraved/embossed/printed On The Item, Packaging:in Individual Box, One Hundred (100) Pieces Per Carton. 42.00 90.00 109 Piece Marker, Permanent, Black Ink Color: Black, Blue, Red,tip: Felt Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item.,material And Structure:,the Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap;,the Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink.,shall Comply With The Following Parameters: Writing Performance Test,drying Performance Test, Resistance To Water Test. 27.00 42.00 110 Piece Marker, Whiteboard, Black Ink Color: Black, Blue, Red, Tip: Felt, Writing/line Width (min.): 1.smm, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item., Material And Structure: The Cap Shall Fit Snugly Or Firmly To The Barrel And Of Such Structure That Will Easily Cap And Decap; The Ink Reservoir Shall Be Stable To Prevent Leakage When Stored And The Ink Flow Out Adequately Upon Use; And The Tip Of The Pen Shall Be Of Suitable Firmness And Good Structure That Will Regulate The Flow Of Ink. Shall Comply With The Following Parameters: Writing Performance Test, Drying Performance Test, Resistance To Water Test. 23.00 60.00 111 Unit Mop Bucket, Heavy Duty, Hard Plastic Heavy Duty, Material: Hard Plastic, Approximate Size (min.), Width: 370mm, Length: 475mm, Height: 245mm, Capacity: 30 Liters, With Four (4) Heavy Duty Rotating Wheels/ball Casters, With Squeezer, With Precautionary Markings. 1.00 4,441.00 112 Pad Note Pad, Stick On, 3" X 3" Size (l X W):width (-2%):76 Mm, Length (-2°â): 76 Mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On Either Side. E Brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 16.00 25.00 113 Pad Note Pad, Stick On, 50mm X 76mm (2" X 3") Min Size (l X W): Width (min.): 50mm, Length (-2°â): 76mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Orientation Shall Be On The Shorter Side., Brand Shall Be Printed An The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 30.00 18.00 114 Pad Note Pad, Stick On, 76mm X 100mm (3" X 4") Min Size (l X W): Width (-2%): 76mm, Length (min.): 100mm, Basis Weight (min.): 70gsm, Sheet Thickness (min.): 0.09mm, One Hundred (100) Sheets Per Pad, Adhesive Width Orientation Shall Be On The Longer Side.,brand Shall Be Printed On The Endpaper. Assorted Colors: Yellow, Pink, Green, Orange, Shall Pass The Performance Tests. 15.00 35.00 115 Box Paper Clip, Vinyl/plastic Coated, 33mm Wire Diameter (min.): 0.80mm Length Of Clip (min.): 33mm, Total Length Of Wire Used (min.): 102mm,assorted Colors,shall Pass The Performance Test. 12.00 17.00 116 Unit Paper Shredder Can Shred Papers, Paper Clips, Staples, Credit Cards And Compact Discs (cds),cross-cut,waste Bin Capacity (min.): Thirty (30) Liters,sheet Capacity: Sixteen (16) Sheets (min.) Using 70gsm; Or Twelve (12) Sheets (min.) Using 80gsm Of Paper.,intake Throat Width (min.): 220mm,cut/shred Size (max.): 4mm X 40mm,cutting Speed (min.): 4m/min.,electric Motor (min.): 200 Watts,continuous Run Time (min.): Twenty (20) Minutes,automatic Start/stop Control,mobility: With Or Without Casters (with Lock If With Casters),additional Salient Specifications:with Overheat Protection Function,with Jam Protection,with Reverse Function,safety Features: Manufacturer's Standard.,silent Operation (max.): Shredder Designed For Reduced Noise In Shared Workspaces Or Department Copy Rooms With Decibel Level (db) Of 70,mess Reduction System: Shredder Features An Automatic Or Manual Cleaning Cycle That Prevents Paper Build-up On Cutters. With A Sensor That Lets The User Know When To Empty The Bin.,with Operating/user's Manual (english Translation),brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item,warranty: Two (2) Years,standby Mode When Not In Use. 1.00 34,589.00 117 Unit Paper Trimmer / Cutting Machine, Table Top Table Top And Non Skid, Guillotine Paper Cutter, With Ruler Marking And Paper Size Markings Printed On The Base - B7, B6, A5, B5, A4, B4, Legal, And A3, Includes Securable Sliding Paper Size Marker/gauge, Paper Capacity (min.): 25 Sheets Of 70 Gsm Paper, With Stationary Blade Guard, Blade Is Made Of Removable High Quality Hardened Stainless Steel, Metal Structure: Base, Adjustable Paper Clamp Handle, Paper Clamp, Removable Cutter Handle, Cutter Lock, Blade Assembly Cover, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item, Warranty: One (1) Year On Parts And Services. 1.00 1,179.00 118 Ream Paper, Multicopy, A4 Basis Weight (-3%): 80gsm,size (±2mm In Either Direction): A4, 210mm X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free {ecf),inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 206.00 232.00 119 Ream Paper, Multi-purpose, 70gsm (min.), Legal Basis Weight (min.): 70gsm, Size (-l2mm In Either Direction): Legal, 216mm X 330mm, Sheet Count (min.): 500 Sheets Per Ream, Trim Sizes Shall Be Along Machine Direction Or Long Grain. 28.00 240.00 120 Ream Paper, Multi-purpose, A4 Basis Weight (min.): 70gsm,.size (±2mm In Either Direction): A4, X 297mm,sheet Count (min.): 500 Sheets Per Ream,trim Sizes Shall Be Along Machine Direction Or Long Grain,intended Application: For Laser Printer, Standard Office Copier, Etc.,paper Shall Be At Least Elemental Chlorine Free (ecf).,inner Lining And Flute Of The Carton Box Shall Be 100% Recycled Fiber. 62.00 210.00 121 Piece Puncher, Paper, Heavy Duty Punching Capacity: Thirty (30) Sheets Of 70gsm Multipurpose Paper,with Two Hole Guide,diameter Of Hole (±0.5): 7.00 Mm,construction/structure:the Operating Handle, Base And Frame Shall Be Connected To Each Other And Be Capable Of Smooth Repetitive Operation. Easy Insertion Of Paper.the Distance Between The Two Holes Shall Be 70mm (±0.5mm) Center-to-center. O The Punching Depth Shall Be 12mm (±lmm).the Puncher Shall Be Provided With A Handle Lock.the Receptacle Base Shall Fit Snugly Under The Puncher Base And Shall Not Chip Off, Break, Crack, Warp Or The Like. 8.00 200.00 122 Box Rubber Band, No. 18 Net Weight (min.): 350 Grams,width (min.): 1.00 Mm,thickness(min):1.00 Mm,lay Flat Length (+20%): 80mm,tensile Strength (min.): 9.81mpa,elongation (min.): 500%" 4.00 200.00 123 Pair Scissors, Symmetrical / Asymmetrical Straight Trimmers Intended For Cutting Papers, Plastic, And Rubber.,dimension (refer To The Illustration),l1 (13mm): 178mm,l2 (13mm): 87mm,length And Thickness Of The Cutting Blade : Manufacturer's Standard,construction/quality:,blades Shall Be Made Of Stainless Steel.,the Tip Of The Cutting Blade Shall Be Blunt.,blades Shall Be Flat And Shall Be Joined By A Binding Rivet/screw.,scissors Shall Be Adjusted For Proper Contact So That The Sharpened Edges Slide Against Each Other When The Handles (bows) Opposite To The Pivot Are Closed.,all Scissors Shall Be Furnished With Asymmetrical Or Symmetrical Bow Handles Made Of Rigid Plasric/rubber.,materials Shall Be Free From Any Defects And Imperfections Which Might Affect The Serviceability Of The Finished Product. Shall Pass The Performance Test. 13.00 50.00 124 Piece Sign Pen, Extra Fine Tip, Black Ink Color: Black, Blue, Red, Type: Liquid Or Gel, Tip: 0.5mm, Needle Type, With Non-slip Rubber Grip, With Metal Clip, One (1) Piece Barrel (non-refillable), Writing Length: One (1) Km {min). 220.00 38.00 125 Piece Stamp Pad, Felt Stamp Pad Container: Material: Combination Of Plastic And Metal, Metallic Component Shall Be Resistant To Rust, Thickness Of Metal (min.): 0.25mmm Plastic Component Shall Be Resistant To Impact And Ink. Stamp Pad Bed: Material: Felt, Pre-inked, Ink Shall Be Free From Any Offensive Odor. Thickness (min.): Smm, Width (min.): 61mm, Length (min.): 102mm, Shall Pass The Performance Tests, Brand Shall Be Engraved/embossed/printed/permanently Stickered On The Item 10.00 50.00 126 Box Staple Wire, Standard Five Thousand (5,000) Wires Per Box, Made Of Metal Wire Coated With Any Anti-corrosion Material, Dimensions, In Mm:width (w) (+0.15mm/-0.20mm): 12.70 O Leg Length (l) (±0.2mm): 6.00mm/thickness (d) (± 0.0smm): 0.40 O Width (e) (± O.osmm), Number Of Wires Per Strip (min.): One Hundred (100), Shall Pass The Penetration Test, The Staples Shall Be Preformed And Cemented Together In Strip Form One Behind The Other, The Staples Shall Have Parallel Legs At Right Angles To The Crown. They Shall Easily Exit Without Clogging And Jamming The Stapler, Both Ends Of The Staples Shall Have Either Blunt Or Chisel Point Ends, Staples Shall Be Free From Burrs And Sharp Or Rough Edges, And Other Defects Which Might Affect The Appearance Or Serviceability Of The Leg. 44.00 37.00 127 Piece Stapler, Standard Type Loading Capacity (min.): 200 Staple Wires, Staple Pusher Shall Be A Metal Piece And Not Spring. Construction/structure: The Handle, Base And Frame Shall Be Connected Respectively And Be Smooth In Repetitive Actuation;loading Of The Staple Wire In The Staple Magazine Shall Be Easily Done;the Stapler Shall Be Constructed Such That The Staple Wire Will Not Jam Or Drop Out During Staplin, The Base Shall Be So Constructed That It Is Equipped With Clincher Block Having The Guide Groove Aligned With The Driver Blade So That It Can Bind Properly And Easily, The Driver Blade Shall Be Able To Push Out And Drive The Loaded Staple Wire Without Deformation; Each Part Shall Have Rigidity In Meeting The Performance Of The Stapler; As Per Attached Illustration Showing The Parts Of The Stapler, However Design May Vary; Shall Pass The Performance Test. 9.00 150.00 128 Piece Tape Dispenser, Table Top Table Top,weight (min.): 1.2kg,body Made Of Molded Plastic, Smooth Finish,non-skid Full Base Padding,with Serrated Cutting Blade,shall Hold 24mm Wide Tapes With Up To 75mm Core,shall Pass The Performance Test,assorted Colors: Red, Blue, Green, Black 5.00 142.00 129 Roll Tape, Electrical Made Of Polyvinyl Chloride (pvc), Width (±1.0 Mm): 19mm, Length (min.): 20 Meters, Thickness (min.): 0.15mm, Adhesive Strength (min.):normal State, N (kgf): 3.198 (0.326), Tensile Load (min.):normal State, N (kgf): 29.43 (3.0) After Heating, N (kgf): 29.43 (3.0), Elongation, % (min.):normal State: 100 O Afterheating:80, Dielectric Strength (min.):withstand Voltage: 5000 V, Color: Black, Ps Quality Or Icc Certificate 9.00 25.00 130 Roll Tape, Masking, 24mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 120.00 48.00 131 Roll Tape, Masking, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Thickness (max.): 0.25mm, Adhesion Strength (min.): 8.5n/24mm Width, Breaking Strength (min.): 85n/24mm Width 47.00 85.00 132 Roll Tape, Packaging, 48mm Color: Tan, Width (±lmm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm 3.00 50.00 133 Roll Tape, Transparent, 24mm Width (±1mm): 24mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 83.00 31.00 134 Roll Tape, Transparent, 48mm Width (±1mm): 48mm, Usable Length (min.): 50 Meters, Base Material: Biaxially-oriented Polypropylene, Thickness (min.): 0.040mm, Adhesion Strength (min.): 6n/24mm, Breaking Strength (min.): 14n/24mm, The Tape Shall Be Wound Uniformly Around A Core. 11.00 50.00 135 Pack Tissue, Interfolded Paper Towel Basis Weight: 34gsm (+/-2gsm),sheet Dimension: Width: 200mm (±3mm) Length: 200mm (±3mm),raw Materials From 100% Recycled Fiber,total Number Of Sheets Per Pack: 150 Pulls,number Of Ply: One (1) Ply, Paper Shall Be At Least Elemental Chlorine Free (ecf) 74.00 66.00 136 Pack Toilet Tissue Paper, 2 Ply Weight (min.): 28gsm,sheet Dimensions:,width Of Sheet (±3mm): 100mm,length Of Sheet (-5mm): 114mm,acidity, Ph (min.): 6 ,tensile Strength, Kn/m (min.):md: 0.12, Cd: 0.03,absorption Time For Each Sheet Using 0.01ml Water, Sec. (max.): 30,100% Recycled Pulp ,paper Shall Be At Least Elemental Chlorine Free (ecf),150 Pull Per Roll (300 Sheets), (min.),shall Be Evenly And Firmly Wound To Form A Roll Which Is Sufficiently Rigid To Withstand Normal Handling And Usage.,roll Shall Be Perforated Across The Full Width Such That Each Sheet Can Be Easily Torn Off Along The Perforations,toilet Tissue Shall Not Have Noticeable Dust On The Surface Of Sheets. 57.00 185.00 137 Roll/pack Trashbag, Xxl Size Made From Polyethylene (pe) Plastic, Pe Shall Contain A Minimum Of 30% Post-consumer Material, Tubular Type, With Tie, Color: Black, White Or Green, Tear Resistant, Leak-proof Bottom Seal, Dimension (-6mm): 939.8 Mm X 1016.0 Mm (37" X 40"), Thickness (min.): 0.02mm, Tensile Strength At Break: Astm D882,one Way (min.): 15n/mm, Other Way (min.): 12n/mm, Elongation At Break: Astm D882, One Way (min.): 400%, Other Way (min.): 600%. 320.00 110.00 138 Box Ballpen 0.05mm (black) Ballpoint Pens Black, 0.5mm 12pcs Per Box 18 62.00 139 Pack Board Paper Long 200 Gsm. 10 Sheets Per Pack Size:long (13x8.5") Color: White 15 38.00 140 Bottle Epson 001 Ink Black Epson Original Ink Sealed With Box Color: Black Capacity: 135ml. (per Bottle) Black Ink Bottle: Approx Page Yield: 7,500 Pages Order Code:001 (c13t03y100) 2 532.00 141 Bottle Epson 001 Ink Magenta Product Specification: Epson Original Ink Sealed With Box Color:magenta Capacity: 70ml. (per Bottle) Magenta Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y300) 1 332.00 142 Bottle Epson 001 Ink Yellow Product Specification: Epson Original Ink Sealed With Box Color:yellow Capacity: 70ml. (per Bottle) Yellow Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 143 Bottle Epson 001 Ink Cyan Product Specification: Epson Original Ink Sealed With Box Color:cyan Capacity: 70ml. (per Bottle) Cyan Ink Bottle: Approx Page Yield: 6000 Pages (composite Yield) Order Code: 001 (c13t03y400) 1 332.00 144 Box Large File Rubber Band (500x15x3mm) 50pcs / Box 10 322.00 145 Piece Magnetic White Board Eraser: Magnetic Board Eraser Drywipe Marker Cleaner Office Whiteboard 5 60.00 146 Pairs Metal Book Stand Nonskid Heavy Duty Bookend Home Office Article Oraganizing Tool: Metal Book Stand Nonskid Size: 20.8x16.8x13.8cm 50 88.00 147 Pcs Nano Double Sided Tape 10mm X 3 M Multipurpose Wall Tape Adhesive Strips Removable Mounting Tape 20 49.00 148 Box Paper Fastener /metal/8 Inches, 100 Pcs 70mm In Between Holes 10 182.00 149 Ream Paper Multi-purpose, A3 500 Sheets Per Ream A3 Size : 297mm X 420mm Color: White Thickness: 70gsm 30 454.55 150 Pack Specialty Paper 8.5x11 90gsm 10 Sheets Per Pack Size: 8.5x11 Inches Color: Pale Cream 20 20.00 151 Pcs Storage Box 28 L, Black, Cardboard Size: L 40cm X W28cm X H29 Cm Cardboard 9 478.50 152 Pack Glossy Photo Sticker Paper A4, High Quality Paper,a4 Size, 150 Gsm, Glossy Waterproof, 20 Sheets Per Pack 20 211.00 ***nothing Follows*** *suppliers With No Indicated Brand And Model For The Quoted Items Will Be Disqualified From The Selection Of Suppliers. This Project Will Be Awarded As: After Having Carefully Read And Accepted The Terms And Condition, I/we Quote You On The Item At Prices Noted Above. _____________________________ Name /signature Of Representative ¬¬ Will Not Participate Due To: _____________________________ Name /signature Of Representative
Closing Date21 Feb 2025
Tender AmountPHP 755.4 K (USD 13 K)
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
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 ₽ )
Closing Date5 Feb 2025
Tender AmountRefer Documents
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
Purchaser Name: Republican State Enterprise on the Right of Economic Management National Coordination Center for Emergency Medicine | Purchasing Liquid Medical Oxygen
Closing Date30 Jan 2025
Tender AmountKZT 2 Million (USD 3.9 K)
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
Purchaser Name: Republican State Enterprise on the Right of Economic Management National Coordination Center for Emergency Medicine | Purchasing Software (Operating System)
Closing Date29 Jan 2025
Tender AmountKZT 78.1 Million (USD 149.9 K)
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
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
Closing Date30 Jan 2025
Tender AmountKZT 5 Million (USD 9.5 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
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.
Closing Date7 Feb 2025
Tender AmountRefer Documents
7791-7800 of 7809 archived Tenders