Medicine Tenders

Medicine Tenders

SOCCSKSARGEN GENERAL HOSPITAL Tender

Healthcare and Medicine
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description Republic Of The Philippines Department Of Health Soccsksargen General Hospital Brgy. Dajay, Surallah, South Cotabato, 9512 Procurement.sgh@gmail.com Request For Quotation Name Of Company : Date: January 17, 2025 Address : Rfq No.: 01-0005-25 Business Permit No : Pr No. 2024-12-228 Tin No. : Fda Lto: Contact No.: Fda Cpr: Pls. Write Legibly Please Quote Your Best Offer For The Item Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Represenatative And Copies Of The Following Eligibility Requirements Not Later Than: 3 Calendar Days Upon Receipt, Closing Date Will Be On ____________________________. Che-ron P. Gampong, Md, Fpcs, Fpsgs, Famp, Fmas, Dmas Bac Chairperson After Having Carefully Read And Accepted The Terms And Conditions, I/we Submitted Our Quotations For The Items As Follows: Office/section: Pr No.: 2024-12-228 Pr Date: December 27, 2024 Nursing Service Operation Fund Cluster: 01-10-1101 Uacs Code: 5020308000 Item No/s. Item Description Qty Unit Abc Brand & Manufacturer Unit Price Total Amount (quotation Per Item) Supply And Delivery Of Printer For Ultrasound Machine For Use Of Soccsksargen General Hospital 1 Printer 1 Unit 100,000.00 For Ultrasound Machine - Mindray Mobile Trolley, Umt-150 Specification: At Least Ac100-240v; 50/80hz 1.3-0.6a Hybrid Graphic Printer Terms And Condition: ***the Unit/item Must Be Compatible To The Existing Ultrasound Machine ***the Equipment Must Be Brand New And Under Warranty, Including Parts For At Least 1 Year. ***the Supplier Must Be Bind Itself To Conduct Preventive Maintenance On A Quarterly/semi-annually Basis At Its Own Expense (including Labor And Cost Of Spare Parts.) ***service/spare Parts Cost Shall Be Covered By The Procuring Entity If Beyond The Warranty Period. ***provide A Company Response Within 24 Hours - 48 Hours In Case Of Technical Problem Or Equipment Breakdown. ***incase Of Machine Downtime, The Supplier Is Given Three (3) Days For Remedial Action (repair And Or Replacement Of Spare Parts). On The 4th Day, If The Unit Is Not Operational, A Back Up Machine Shall Be Provided Within The Warranty Period. The Supplier Shall Cover The Expenses For The Machine's Travel Within Warranty Period. ***soccsksargen General Hospital Has The Right To Terminate The Contract For Any Violation In Terms And Condition Stated In The Technical Specification And Other Reasons As Stated In The General Condition Of The Contract (gcc). X-x-x-x-x-x Nothing Follows X-x-x-x-x-x ₱100,000.00 Please Attached The Following Eligibility Documents Upon Submission Of Quotation: 1. Mayor’s Permit 2. Dti/sec Registration 3. Philgeps Certification 4. Tax Clearance Certificate / Income Tax Return (for Abcs Above 500k) 5. Certificate Of Product Registration (cpr) (for Drugs And Medicines) 6. Brochure Note To Supplier: 1. The Delivery Period Is Within 10 Calendar Days. 2. Warranty Shall Be For Period Of Atleast Six (6) Months For Supplies And Materials And At Least One (1) Year For Equipment From The Date Of Acceptance By The Procuring Entity. Canvassed By Company Representative __________________________________ __________________________________ Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of 30 Calendar Days From The Date Of Submission 3. Price Quotation/s To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected 5. Award Of Contract Shall Be Made To The Lowest Quotation 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s 7. The Item/s Shall Be Delivered Within Ten (10) Calendar Days From Receipt Of Purchase Order. 8. The Sgh Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 9. Liquidated Damages Equivalent To The One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Impose Per Day Of Delay. The Sgh Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It.

Department Of Health Regional Office Ii Tender

Healthcare and Medicine
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.3 K)
Details: Description Invitation To Bid Procurement Of Goods Ib No. 2025-02-13 (04) 1. The Doh - Cagayan Valley Center For Health Development, Through The Gop-general Appropriations Act 2024 (conap) Intends To Apply The Sum Of Thirteen Million Five Hundred Thousand Pesos (₱13,500,000.00) And Gop-general Appropriations Act 2025 Intends To Apply The Sum Of Three Hundred Fifty Pesos (₱350,000.00) Being The Abc To Payments Under The Contract For Each Item. Bids Received In Excess Of The Abc For Each Line Item Shall Be Automatically Rejected At Bid Opening. Category I: Drugs And Medicines Line Item Particulars Unit Quantity Abc (₱) Bid Fee (₱) 1 Mupirocin 2%, 5g, Ointment Tube 3,111 168,000.00 500.00 Category Ii: Medical/laboratory Supplies 1 Disinfectant Bottle Spray, Aerosol Type, 400-550g Piece 1,681 832,000.00 1,000.00 2 Blood Bags, Blood Collecting Bag, Cpda-1 450cc Triple Piece 1,000 350,000.00 Category Iii: Medical Equipment 1 Digital Fluoroscopy X-ray System (brand New) Unit 1 11,400,000.00 25,000.00 2 Portable Ultrasound Machine Unit 1 1,100,000.00 2. The Doh - Cagayan Valley Center For Health Development Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Within The Timeframe As Stated In The Schedule Of Requirements. 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 (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. 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 The Doh- Cagayan Valley Center For Health Development Website - Ro2.doh.gov.ph And Inspect The Bidding Documents. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 13, (before 9:00 Am) 2025 From The Given Address Upon Payment Of The Applicable Bid Fee. Prospective Bidders May Pay Their Bid Fee Through Electronic Means. 6. The Doh Cagayan Valley Center For Health Development Will Hold A Pre-bid Conference On January 31, 2025 At 9:00 O’clock A.m. Through Video Conferencing Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Doh Cvchd Bac Secretariat Through Online Or Electronic At Email Address- Bacregion2@gmail.com On Or Before 9:00 A.m. On February 13, 2025. Late Bids Shall Not Be Accepted. 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 February 13, 2025, At 9:00 A.m. Via Video Conferencing. Bids Will Be Opened In The Presence Of The Bidders’ Representatives. 10. Bidders Shall Use A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection. 11. The Doh Cagayan Valley Center For Health Development 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 Section 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: Bac Secretariat Doh Cagayan Valley Center For Health Development Carig, Tuguegarao City 3500 Phone Numbers: (02) 304-6523; 09178971826; 09988877455; 09953433240 Email Address: Chdcvdoh@yahoo.com / Bacregion2@gmail.com Website Address: Ro2.doh.gov.ph 13. For Downloading Of Bidding Documents, Please Visit Website - Ro2.doh.gov.ph January 23, 2025 Domingo K. Lavadia, Mba, Jd Bac Chairperson

DEFENSE HEALTH AGENCY DHA USA Tender

Laboratory Equipment and Services
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: Request For Information (rfi) Only metabolomics Analysis Services For Urine, Blood, Fecal, Saliva and Tissue Samples market Survey Request: this Is A Request For Information Only For Market Research And Planning Purposes Only, As Defined In Far 15.201(e). This Is Not A Solicitation Or Request For Competitive Proposals. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. It Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For The Information Solicited. No Solicitation Document Exists Or Is Guaranteed To Be Issued As A Result Of This Notice. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted, And The Government Will Not Reimburse Respondents For Preparation Of The Response. Response To This Notice Is Strictly Voluntary And Will Not Affect Future Ability To Submit An Offer If A Solicitation Is Released. There Is No Bid Package Or Solicitation Document Associated With This Announcement. background: the United States Army Medical Research Institute Of Environmental Medicine – Military Nutrition Division (usariem – Mnd) Is Requiring Specialized Analytical Services Necessary To Provide Untargeted And Targeted Metabolomics Measurement In Human Biological Samples (urine, Blood, Feces, Saliva, And Tissue) And Data Analysis For On-going Research Studies Led By Usariem Primary Investigators (pi’s). requirement: usariem – Mnd Is Requiring The Measurement Of Multiple Biochemical Markers Of Metabolic, Nutritional, And Physiologic Status And Function, Known As Metabolites, In A Variety Of Biological Matrices. This Will Require Untargeted Metabolomics Analysis (i.e., Measurement Of Hundreds-to-thousands Of Metabolites In Single Biological Samples) And Targeted Metabolomics Analysis (i.e., Quantitative Measurement Of Specific Metabolites) In Both Planned And Future Research Studies. The Services Include, But Are Not Limited To: laboratory Analysis Services: laboratory Analysis Services Must Include The Following, At Minimum: 1. Must Have Ultra-high Performance Liquid Chromatography-tandem-mass Spectrometry (uplc-ms/ms) With A Heated Electrospray Ionization Source And Orbitrap Mass Analyzer Capability That Can Be Operated In Both Positive And Negative Ion Modes, And Gas Chromatography-mass Spectrometry (gc-ms) Capability For Measuring Metabolites Derived From Multiple Biochemical Pathways In Human Blood, Urine, Saliva, Stool, And Muscle. 2. Must Have The Capability To Detect At Least 8,000 Novel Metabolites And To Validate And Confidently Identify At Least 5,000 Known Metabolites Using Company-owned Libraries. 3. Must Use Bioinformatics Systems That Include A Laboratory Information System (lims) That Enables Fully Auditable Laboratory Automation Through A Secure, Easy To Use, And Highly Specialized System. This System Must At Least Include Sample Accessioning, Sample Preparation, Instrumental Analysis And Reporting, And Must Also Be Able To Provide Advanced Data Analysis. The System Must Enable Data Extraction And Peak Identification, Utilize Data Processing Tools For Quality Control And Compound Identification In Accordance With Good Laboratory Practices (glp), And Contain, At A Minimum, A Collection Of Information Interpretation And Visualization Tools Used Specifically For Metabolomics Data Analysis. 4. Potential Offeror’s Must Show Detailed Expertise In Bioinformatics Analysis Of Metabolomics Data, Ability To Provide User-friendly Web Portals For Exploring, Analyzing, And Visualizing Metabolomics And Electronic Reports Summarizing Analytical Results And Their Interpretation. 5. Contractor Staff Must Include Phd-level Scientists Available To Assist Usariem Scientists In Interpretation Of Study Results Such As Analyzing, Summarizing, And Interpreting The Generated Untargeted And/or Targeted Metabolomics Data For All Samples. Contracting Company And/or Its Scientists Must Show History Of Contributing To Peer-reviewed Publications Using The Above-mentioned Technologies. 6. Must Have The Capability To Conduct Quantification Of Short-chain Fatty Acids And Bile Acids And Their Derivatives In Multiple Biological Sample Types. 7. Must Have Laboratory Systems Governed By Standard Operating Procedures (sop’s) That Are Reviewed And Updated With Adherence To Good Clinical Laboratory Practice (glp) Standards And Quality Control For All Analysis Conducted. 8. Laboratory Technicians Trained On Appropriate Measurement Procedures And Validated Equipment. data Analysis Services: data Analysis Services Must Include The Following, At Minimum: 1. Must Be Able To Provide A List Of Biochemicals Detected And Identified By Biochemical Name, Biochemical Class (grouped By Super Pathway And Sub Pathway), Platform Used For Measurement, Kegg Identifier, Hmdb Identifier, Pubchem Identifier, Chemspider Identifier And Cas Identifier. 2. Must Include Kegg/hmbd Links For All Compounds Having A Kegg Or Hmdb Id. 3. Must Be Able To Show Relative Quantitation Expressed As Peak Area (both Raw And Normalized With And Without Missing Data Imputed). 4. Must Deliver Results Of All Statistical Analyses Requested By The Primary Investigator (p.i.) Including Unadjusted P-values And False Discovery Rate Adjusted P-values (q-value). 5. Must Be Able To Provide Box Maps Showing Quantification Of All Detected Compounds By Study Group And Timepoint. 6. Must Be Able To Provide A Narrative Summary Of All Results Along With Their Interpretation Within The Context Of The Study Design. Narrative Summary Will Include Visualizations, Demonstrating Results Of Statistical Analyses And Biochemical Pathways, And Methods Sufficiently Detailed To Be Used In Peer- Reviewed Publications. 7. Must Provide Access To A Web-based Portal In Which The Usariem Pi Can Continue To Access, Analyze, And Visualize The Generated Metabolomics Data Using Data Analysis Tools Including Principal Components Analysis, Partial Least Squares Discriminant Analysis, Volcano Plots, Hierarchical Clustering, T-tests, And Anova. additional Comments For Analytical Support Under This Effort: 1. Interested Parties Who Wish To Respond Must Have A Bioinformatics System Consisting Of A Laboratory Information Management System (lims) That Enables Fully Auditable Laboratory Automation Through A Highly Specialized System, Access To A Specialized Library Of Purified Standards Or Recurrent Unknown Entities And Provide Usariem Scientists Access To Visualization And Interpretation Software To Conduct Analysis For This Requirement. Previous And Ongoing Studies At The Usariem Have Been Performed Under These Systems And Future Analyses Must Utilize The Same Methods And Equipment To Allow For Valid And Accurate Comparisons Across Studies. submittals: summaries Of The Services As Listed Above Shall Be No More Than Ten (10) Pages In Length (1 Side Of 1 Sheet Of Paper Counts As A “page”) And Shall Describe Service Capabilities In Each Of These Areas. interested Parties Shall Provide Their Business Size Status Based Upon Naics Code 541380, Testing Laboratories And Services, With A Small Business Size Standard Of $19m, And Their Cage Code As Registered At Sam.gov. Interested Parties May Include Brochure Information (if Appropriate) With The Summary Package By The Government's Requested Date Of Submittal Of 07 January 2025. Interested Parties Shall Submit Information In Response To This Rfi To: Kasey.l.carroll.civ@health.mil. responses Shall Be Submitted And Received Via Email No Later Than Two O’clock Post Meridian Eastern Standard Time (2:00pm Est) Tuesday 07 January 2025. Documents Shall Be Electronic In Microsoft Word, Excel, Power Point, And/or Adobe Portable Document Format (pdf) And Provided As Attachments To The Email. No Telephonic Responses To This Rfi Will Be Considered. questions Concerning This Request For Information (rfi) May Be Addressed By Contacting: Kasey.l.carroll.civ@health.mil. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. Responses To This Rfi Are Not Offers For A Contract And Will Not Be Used By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. Vendors Having The Services That They Believe Would Be Suitable For Operations As Described Herein Shall Submit All Supporting Documentation Requested By This Rfi To The Point Of Contact (poc) Noted Above. please Provide Information On Your Organization In The Following Areas: company Name, Address And Single Point Of Contact With Name, Title, Telephone Number And E-mail Address. duns Number And Cage Code confirmation Of Current Active Registration In System For Award Management (sam) primary Naics Code(s) And Business Size (i.e., Small/large) gsa Schedule, If Available commercial Price List, If Gsa Schedule Is Not Available product Specific Brochures Literature provisions And Clauses: 52.215-3 Request For Information Or Solicitation For Planning Purposes. request For Information For Planning Purposes (oct 1997) (a) The Government Does Not Intend To Award A Contract On The Basis Of This Solicitation Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsection 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation. (b) Although "proposal" And "offeror" Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. (c) This Request For Information (rfi) Is Issued For The Purpose Of Specialized Analytical Services Necessary To Provide Untargeted And Targeted Metabolomics Measurement In Human Biological Samples. (end Of Provision)

Talavera General Hospital Tender

Healthcare and Medicine
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
Details: Description Request For Quotation Date: February 4, 2025 Rfq No.: 2025-10 Name Of Company: ____________________________________________________________________ Office Address: _______________________________________________________________________ Business Permit No.: _____________________ Valid Until: ______________________________ Tax Id No.: __________________________________________________________________________ Philgeps Reg. No. (required): __________________________________________________________ The Talavera General Hospital, Through Its Bids And Awards Committee (bac), Intends To Apply The Sum Eighty Thousand Pesos (php 80,000.00) Being The Approved Budget For The Contract (abc) From Regular Fund For Payments Under The Contract Iso 9001:2015 1st Surveillance Audit Through Small Value Procurement Under Sec. 53.9 Of The Republic Act. 9184. Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before February 10, 2025, Monday, 5:00pm, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq): Dhonna Sheila A. Baterina, Md, Mha, Fpogs Chairperson, Bids And Awards Committee Talavera General Hospital Maestrang Kikay District, Talavera, Nueva Ecija Tel. No. (044) 940 – 7136 Loc 170 – 171 Email Address: Procurement.tgh@gmail.com Standard Requirements: Document Remarks Mayor’s Permit Or Business Permit Please Submit Your Valid Mayor’s Permit Or Business Permit. Failure To Provide The Required Document Will Result In The Automatic Disqualification Of Your Quotation. Notarized Omnibus Sworn Statement (gppb-prescribed Form) If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement (in The Prescribed Template), Subject To Compliance Therewith After Award Of Contract But Before Payment. Updated Company Profile Submit An Updated Company Profile Together With This Request For Quotation. Certifying Body’s Documentary Requirements •list Of Auditors To Comprise The Audit Team, Technical Experts With Their Respective Curriculum Vitae And Auditor Authorization Certificates; •notarized Certificate Attesting The Appointment Of The Participating Service Provider’s Representative/authorized Signatory. For Any Clarification, Or Further Information You May Refer To: Liwayway Dg. Pangilinan Administrative Officer V/head Bac Secretary Talavera General Hospital Procurement Office Maestrang Kikay, Maharlika Hi-way, Talavera, Nueva Ecija Telefax: [044] 940-7136 Loc. 170 To 171 Email: Procurement.tgh@gmail.com Note: 1. If A Revised Philgeps Certificate Of Platinum Registration And Membership Is Submitted You Can Disregard The Standard Requirement No. 1 (mayor’s Permit Or Business Permit). _____________¬_______________ Dhonna Sheila A. Baterina, Md, Mha, Fpogs Chairperson, Bids And Awards Committee Philgeps: February 5, 2025 Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. I. Do Not Alter The Contents Of This Form In Any Way. Ii. The Use Of This Rfq Is Mandatory. In Case Of Any Changes Or Alteration, The Submitted Quotation Shall Be Automatically Rejected. If Another Form Is Used Other Than The Latest Rfq, The Quotation, The Submitted Quotation Shall Be Automatically Rejected. Iii. All Mandatory Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. Iv. Quotations May Be Submitted Through Electronic Mail At Procurement.tgh@gmail.com. V. Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The E-mail Shall Be Considered. Terms And Conditions: I. Bidders Shall Provide Correct And Accurate Information Required In This Form. Ii. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. Iii. Price Quotation/s Of The Winning Bidder Will Be Contracting Price/amount Which Is Considered Fixed Price. Iv. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. V. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. Vi. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Talavera General Hospital Shall Adopt And Employ “draw Lots/toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. Vii. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Terms Of Reference, Requirements And Other Terms And Conditions Stated Herein. Viii. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. Ix. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. X. The Rfq, Purchase Order (po)/job Order (jo), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. Xi. This Project Will Be Awarded By Lot Which Will Be Evaluated Per Lot Item And The Award Will Be Given To The Lowest Calculated And Responsive Quotation. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Technical Specifications # Description Quantity Unit Statement Of Compliance (“comply” Or “not Comply”) Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. 1 Iso 9001:2015 1st Surveillance Audit • Surveillance Audit Including Pre-audit Planning, Onsite Audit Time, Report Preparation, Cpg Administration Plus The Issue And Use Of The Cpg Certification Mark/ongoing Maintenance Of Cpg Registration • Reporting 1 Package Delivery Requirements - Delivery Within The Actual Date Of The Activities Terms Of Reference (tor) I. Tittle: Iso 9001:2015 1st Surveillance Audit Ii. Type Of Service: Hiring Of Iso Certifying Body For The Talavera General Hospital Iso 9001:2015 1st Surveillance Audit The Certifying Body Should Have The Following Qualifications: • The Certifying Body Must Have Assisted At Least Five (5) Doh Hospital For Iso 9001:2015 Certification; • The Certifying Body Must Have At Least Five (5) Years Iso 9001:2015 Auditing Experience; • The Certifying Body Must Have A Good Track Record Of Certifying Government Agencies For Quality Management. • The Auditor(s) Shall Have A Minimum Of Three (3) Years Iso 9001:2015 Auditing Experience And Have Medical Background And Expertise. The Certifying Body Should Submit The Following Documentary Requirements: • List Of Auditors To Comprise The Audit Team, Technical Experts With Their Respective Curriculum Vitae And Auditor Authorization Certificates; • Notarized Certificate Attesting The Appointment Of The Participating Service Provider’s Representative/authorized Signatory. Iii. Client: Talavera General Hospital Iv. Scope Of Certification: Provision Of Departmentalized Medical Service (pediatric, Internal Medicine, Obstetrics And Gynecology, Surgery, Anesthesia); In-patient/out Patient And Emergency Medical Care; Diagnostic Services (radiology And Clinical Laboratory); Nursing Care Services; Provision Of Pharmacological Supplies And Services Under Hospital Operation And Patient Support Including Ambulance Services. V. Duration Of Engagement, Timeline And Activities: Date Of Activity: February 21,2025 Year 2 – 2025: 1st Surveillance Audit Iso 9001:2015 Phase Activity Man Days 1 Surveillance Audit Including Pre-audit Planning, On-site Audit Time, Report Preparation, Cpg Administration Plus The Issue And Use Of The Cpg Certification Mark / Ongoing Maintenance Of Cpg Registration. 3.0 3 Reporting 1.0 Vi. Contract Price A. The Total Cost For The Complete Certifying Body Audit Shall Be Eighty Thousand Pesos (php 80,000.00) From Regular Fund For Payments Under The Contract Iso 9001:2015 1st Surveillance Audit. Year 2 – 2025: 1st Surveillance Audit Iso 9001:2015 Activity Abc • Surveillance Audit Including Pre-audit Planning, Onsite Audit Time, Report Preparation, Cpg Administration Plus The Issue And Use Of The Cpg Certification Mark / Ongoing Maintenance Of Cpg Registration. • Reporting 80,000.00 Financial Offer: Terms Of Payment: Payment Shall Be Made Within Fifteen (15) Days Upon Completion Of The Project/delivery And Submission Of Billing/invoice And User Acceptance Of The Product. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Bid Price Form # Items Quantity Unit Abc Per Line Item Unit Cost Total Cost 1 Iso 9001:2015 1st Surveillance Audit 1 Package 80,000.00 Grand Total Name Of Representative Of The Bidder Address Tel. No.: Name Of Company Date

Faculty Of Medicine Of The University Of Lisbon Tender

Agriculture or Forestry Works
Corrigendum : Closing Date Modified
Portugal
Closing Date4 Jan 2025
Tender AmountEUR 15.6 K (USD 16 K)
Purchaser Name: Faculty Of Medicine Of The University Of Lisbon | Acquisition of water machine rental services for Fmul and supply of paper cups.

Istanbul University-Cerrahpasa Faculty of Medicine (h) DSI. Tender

Others...+2Civil And Construction, Civil Works Others
Turkey
Closing Date2 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Istanbul University-Cerrahpasa Faculty of Medicine (h) DSI. | 2025 Transformer Centers Annual Periodic Maintenance Service Excluding Parts

Institute For Stem Cell Biology And Regenerative Medicine - INSTEM Tender

Goods
Food Products
GEM
India
Closing Date1 Jan 2025
Tender AmountINR 15 Million (USD 175.9 K)
Purchaser Name: Institute For Stem Cell Biology And Regenerative Medicine | CATEGORY: Custom Bid for Services - Providing Catering Services

Institute For Stem Cell Biology And Regenerative Medicine - INSTEM Tender

Goods
Electronics Equipment...+1Electrical and Electronics
GEM
Corrigendum : Closing Date Modified
India
Closing Date1 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Institute For Stem Cell Biology And Regenerative Medicine | CATEGORY: Supply and Installation of Dual Channel Wireless lapel Microphone with Transceiver System

Institute For Stem Cell Biology And Regenerative Medicine Tender

Corrigendum : Closing Date Modified
India
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Institute For Stem Cell Biology And Regenerative Medicine | Tender For Sitc Of Automated High Throughput Liquid Handling System For Cell Culture And Serial Dilution With All Accessories (quantity-1 Set)

Institute For Stem Cell Biology And Regenerative Medicine Tender

Machinery and Tools
Corrigendum : Closing Date Modified
India
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Purchaser Name: Institute For Stem Cell Biology And Regenerative Medicine | Tender For Sitc Of High Performance Automated Microscope With Slide Scanning Module (slide Scanner) With All Accessories (quantity-1 Set)
9791-9800 of 10000 archived Tenders