Medicine Tenders
Medicine Tenders
Province Of Zambales Tender
Healthcare and Medicine
Philippines
Details: Description Province Of Zambales I B A Project Reference Number/purchase Request No.. Smdh-2024-453 (tf) San Marcelino District Hospital (smdh) Location Of The Project: Request For Quotation Date: February 4, 2025 Rfq No.: 012-2025 Name Of Company: Address: Business Permit No.: Tin No. Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotations Duly Signed By You Or Your Duly Representative Not Later Than Seven (7) Days. Open Quotation May Be Submitted, Manually Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. Eillen Rose C. Garrido, M.d. Chief Of Hospital Ii Bac Vice-chairman-drugs, Medicines & Medical Supplies After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Description Quantity Approved Offer Price Compliance Remarks Budget Of With Technical The Specifications (qty) Contract (please Check) Estimate Yes No Unit Cost Total Cost Qty Unit Price Total Price Various Medical Supplies For Smdh Use. 1 Absorbent Cotton, 400g 40 Roll 200.00 8,000.00 2 Activated Glutaraldehyde Solution 20 Gal. 2,300.00 46,000.00 3 Alcohol, 70% 500ml. 150 Bot. 90.00 13,500.00 4 Autoclave Tape With Indicator 50 Roll 400.00 20,000.00 5 Chlorhexidine Digluconate 0.2% 150 Bot. 297.00 44,550.00 Wound Spray, 60ml. 6 Examination Gloves, Small 400 Box 225.00 90,000.00 7 Examination Gloves, Medium 600 Box 225.00 135,000.00 8 Examination Gloves 600 Box 225.00 135,000.00 9 Facemask, Earloop 200 Box 150.00 30,000.00 10 Hydrogen Peroxide 50 Bot. 80.00 4,000.00 11 Or Cap 200 Pack 200.00 40,000.00 12 Providone Iodine 10% 28 Gal. 560.00 15,680.00 13 Sodasorb, 37 Lbs. 2 Pale 12,936.00 25,872.00 14 Surgical Gauze 36x100,28x24 Mesh 150 Roll 1,100.00 165,000.00 15 Surgical Gloves, 6.5 8 Box 1,200.00 9,600.00 16 Surgical Gloves, 7.0 8 Box 1,200.00 9,600.00 17 Surgical Gloves Elbow Legnth,7.0 2 Box 5,500.00 11,000.00 18 Surgical Gloves Elbow Length,7.5 2 Box 5,500.00 11,000.00 19 Sterigauge 5 Case 1,500.00 7,500.00 20 Thermal Paper For Ultrasound,type I Premium Glossy 3 Box 1,620.00 4,860.00 Xxxxxxxxxxxxxxxxxxxxxxx Grand Total: 826,162.00 Zone V, Ground Floor, Capitol Building, Iba, Zambales, Philippines 2201 0953-430-4258 *marianet_ppdo@yahoo.com *jja121276@hotmail.com Signature Over Printed Name Contact Numbers (landline And/or Cellphone No.)/e-mail Address Terms And Conditions: 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. 2 Bidders May Quote For Any Or All The Items. 3 Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 4 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5 Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6 Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7 Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duty Authorized Representative/s. 8 The Item/s Shall Be Delivered Within Fifteen (15) Calendar Days From Receipt Of Notice To Proceed. 9 The Provincial Government Of Zambales Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. 10 Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Provincial Government Of Zambales Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Prepared By: (sgd.) Jean A. Bringas
Closing Date11 Feb 2025
Tender AmountPHP 826.1 K (USD 14.2 K)
University Of Southeastern Philippines - USEP Tender
Healthcare and Medicine
Philippines
Details: Description Rfq 2025-01-005 Medicines And Medical Supplies Abc - Grand Total: 171,785.00 1.) Acetylcysteine, 600 Mg, 10 Sachet/box - 15 Boxes - Total Abc: 7,500.00 2.) Amoxicillin Trihydrate, 500 Mg/cap, 100 Cap/box - 5 Boxes - Total Abc: 4,000.00 3.) Azithromycin Monohydrate, 500 Mg/tab, 30 Tab/box - 2 Boxes - Total Abc: 5,400.00 4.) Betahistine Hydrochloride, 24 Mg, 100 Tab/box - 1 Box - Total Abc: 4,000.00 5.) Celebrex, 200 Mg/cap, 100 Cap/box - 2 Boxes - Total Abc: 4,000.00 6.) Cefuroxime Axetil, 500 Mg/tab, 100 Tab/box - 2 Boxes - Total Abc: 8,000.00 7.) Clarithromycin, 500 Mg/tab, 100 Tab/box - 2 Boxes - Total Abc: 8,000.00 8.) Carbocisteine, 500 Mg/cap, 100 Cap/box - 15 Boxes - Total Abc: 5,250.00 9.) Cetirizine, 10 Mg/tab, 100 Tab/box - 5 Boxes - Total Abc: 4,900.00 10.) Co-amoxiclav, 625 Mg/tab, 21 Tab/box - 8 Boxes - Total Abc: 7,520.00 11.) Dextromethorphan Hbr (dry Cough), 5 Mg Lozenges, 6 Lozenges/sachet/box - 20 Sachets - Total Abc: 1,400.00 12.) Famotidine, Calcium Carbonate, Magnesium Hydroxide (10 Mg/800 Mg/165 Mg), 100 Tab/box - 6 Boxes - Total Abc: 15,000.00 13.) Hyoscine-n-butylbromide + Paracetamol (10 Mg/500 Mg) Tab, 100 Tab/box - 3 Boxes - Total Abc: 12,000.00 14.) Levofloxacin Hemihydrate, 500 Mg/tab, 100 Tab/box - 2 Boxes - Total Abc: 8,000.00 15.) Loperamide, 2 Mg/cap, 100 Cap/box - 5 Boxes - Total Abc: 1,150.00 16.) Losartan Potassium, 100 Mg/tab, 100 Tab/box - 2 Boxes - Total Abc: 3,300.00 17.) Megascent Oil - 5 Pieces - Total Abc: 375.00 18.) Mefenamic Acid, 500 Mg/cap, 100 Cap/box - 3 Boxes - Total Abc: 6,450.00 19.) Mupirocin, 2%, 20 Mg Cream, 5 Mg/tube - 15 Pieces - Total Abc: 8,700.00 20.) Omeprazole, 40 Mg/tab, 100 Tab/box - 2 Boxes - Total Abc: 7,700.00 21.) Phenylpropanolamine Hydrochloride, Chlorphenamine Maleate, Paracetamol (500 Mg/tab), 100 Tab/box - 10 Boxes - Total Abc: 7,000.00 22.) Povidone Iodine: Wound Solution, 60 Ml/pc - 10 Pieces - Total Abc: 2,000.00 23.) Povidone Iodine: Throat Spray - 10 Pieces - Total Abc: 7,000.00 24.) Pregnancy Test Kit - 25 Pieces - Total Abc: 3,750.00 25.) Sterile Water For Oxygen, 350 Ml - 3 Pieces - Total Abc: 840.00 26.) Salbutamol + Guaifenesin (2 Mg/100 Mg) Tab, 100 Tab/box - 5 Boxes - Total Abc: 6,000.00 27.) Tetanus Toxoid, 10's - 5 Boxes - Total Abc: 3,975.00 28.) Tranexamic Acid, 500 Mg, 100 Cap/box - 1 Box - Total Abc: 3,150.00 29.) Tylenol Er, 650 Mg/tab, 50 Tab/box - 4 Boxes - Total Abc: 4,000.00 30.) Tramadol Hci + Paracetamol (37.5 Mg/325 Mg), 100 Tablet/box - 2 Boxes - Total Abc: 1,000.00 31.) Visine Refresh - 5 Pieces - Total Abc: 2,500.00 32.) Levocetirizine + Montelukast (5 Mg/10 Mg) - 5 Boxes - Total Abc: 4,725.00 33.) 5% Dextrose In Lactated Ringer's D5lr, 500 Ml (pink) - 5 Pieces - Total Abc: 750.00 34.) Lactated Ringer Solution (plain Lr), 500ml - 5 Pieces - Total Abc: 500.00 35.) 0.9 % Sodium Chloride, 500 Ml (pnss) - 5 Pieces - Total Abc: 700.00 36.) Adult Iv Infusion Set/macroset - 15 Pieces - Total Abc: 1,050.00 37.) Heplock/heparin, Cap - 10 Pieces - Total Abc: 200.00 ~x~x~x~
Closing Date18 Feb 2025
Tender AmountPHP 171.7 K (USD 2.9 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. 25-02-0018-01 Company Address: Date: 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 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 (if Applicable)" 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 "catering Services (am Snacks And Lunch Meal) Tentative Dates:" - 1 Batch 1- March 17, 2025 Pax 113 337.50 38,137.50 2 - March 27, 2025 Pax 112 337.50 37,800.00 3 Batch 2- June 16, 2025 Pax 113 337.50 38,137.50 4 - June 23, 2025 Pax 112 337.50 37,800.00 5 Batch 3- August 11, 2025 Pax 113 337.50 38,137.50 6 - August 22, 2025 Pax 112 337.50 37,800.00 7 Batch 4- October 13, 2025 Pax 113 337.50 38,137.50 8 - October 20, 2025 Pax 112 337.50 37,800.00 Total Approved Budget For Contract (abc) 303,750.00 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: 25-02-0050 Dated January 27, 2025 Rbac Resolution No: 001 S. 2025 Small Value Procurement Purpose: Snacks And Meals During The Activities At The Target Barangay Of Adopt A Community For 4 Batches 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 Date24 Feb 2025
Tender AmountPHP 303.7 K (USD 5.2 K)
Ilocos Training And Regional Medical Center Tender
Furnitures and Fixtures
Philippines
Details: Description Request For Quotation Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Below. Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date And Time. --------------------------------------- 1 Double Swing Glass Door 2440mm X 2930mm; Aluminum Powder Coated; Double-action Glass Door With Fixed Glass Transom; 6mm Thk Tempered Glass; With Frosted Sticker And Complete Accessories 37,000.00 37,000.00 1 Unit 2 Double Swing Glass Door 2360mm X 2070mm; Aluminum Powder Coated; Double-action Glass Door; 6mm Thk Tempered Glass; With Frosted Sticker And Complete Accessories 34,000.00 34,000.00 1 Unit 3 Double Swing Glass Door 2320mm X 2970mm; Aluminum Powder Coated; Double-action Glass Door With Fixed Glass Transom; 6mm Thk Tempered Glass; With Frosted Sticker And Complete Accessories 37,000.00 37,000.00 1 Unit 4 Double Swing Glass Door 1650mm X 2130mm; Aluminum Powder Coated; Double-action Glass Door; 6mm Thk Tempered Glass; With Frosted Sticker And Complete Accessories 34,000.00 34,000.00 1 Unit 5 Double Swing Glass Door 2500mm X 2940mm; Aluminum Powder Coated; Double-action Glass Door With Fixed Glass Transom; 6mm Thk Tempered Glass; With Frosted Sticker And Complete Accessories 37,000.00 37,000.00 1 Unit 6 Double Swing Glass Door 1660mm X 2180mm; Aluminum Powder Coated; Double-action Glass Door; 6mm Thk Tempered Glass; With Frosted Sticker And Complete Accessories 34,000.00 34,000.00 1 Unit Note: Supplier Must Be Within City Of San Fernando La Union --------------------------------------- Note: 1. Bidder Must Provide All Information Required In This Form; 2. Bidder Must Attach An Original Or Scanned Colored Copy Of Brochure/s Showing Specifications Of The Product/s Being Offered; 3. Bidder Must Submit A Sample, If Required, Within Two (2) Working Days Upon Notice; 4. Price Quotation/s Must Include All Taxes, Duties, And/or Levies Payable; 5. Price Quotation/s Must Be Valid For A Period Of At Least 30 Calendar Days From The Date Of Submission; 6. Price Quotation/s Exceeding The Abc Shall Be Automatically Rejected; 7. Interlineations, Erasures, Or Over Writings Shall Be Valid Only If They Are Signed By You Or Any Of Your Duly Authorized Representative/s; 8. Unless Otherwise Indicated, Evaluation And Award Shall Be Made On A Per-item Basis; 9. Contract Shall Be Awarded To The Bidder With The Lowest Calculated Responsive Quotation (for Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein; 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Responsive Quotation, "toss Coin" Shall Be Employed As The Tie-breaking Method To Determine The Final Bidder To Whom The Contract Shall Be Awarded; 11. Bidder Must Submit Within Two (2) Calendar Days Upon Notification From The Bac Secretariat, Thru E-mail, Text Message, Or Phone Call, The Following Documents: Mayor's Permit, Philgeps Registration Number, Professional License/curriculum Vitae (additional For Consulting Services), Pcab License (additional For Infra), Income/business Tax Return (for Abcs Above Php500,000.00), And Omnibus Sworn Statement With Original Notarized Secretary's Certificate In Case Of A Corporation, Partnership Or Cooperative, Or Original Special Power Of Attorney In Case Of A Sole Proprietorship (for Abcs Above Php50,000.00). Failure To Submit Any Of The Documentary Requirements Within The Given Period Will Render Your Quotation Failed. 12. All Quotations Must Be In This Request For A Quotation Form. Quotations In Any Order Form Shall Be Rejected; 13. All Abcs Are Vat-inclusive Except For Medicines Under Ra 10963 Train And Ra 11534 Create 14. All Notices/purchase Orders Are Deemed Received/confirmed On Email Date 15. If Quotations Are Sealed In An Envelope, It Must Bear The Particular Rfq No. On The Face Of The Envelope Brenda I. Rosuman, Md Hbac Chairperson Ilocos Training And Regional Medical Center Parian, San Fernando City, La Union For Further Inquiry, You May Contact The Hbac Secretariat: Myron Jek C. Almodovar Tel. No. (072) 607-6418/642 Loc. 223 Telefax No. (072) 610-3639 E-mail Address: Bac_amp@itrmc.doh.gov.ph
Closing Date21 Jan 2025
Tender AmountPHP 213 K (USD 3.6 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. 25-02-0017-01 Company Address: Date: 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 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. 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 (if Applicable)" 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 1 "gad Advocacy Polo-shirt For 2025 Women's Month Celebration Specifications: 1. Material: Cotton 2. T-shirt Quality: Hi-grade / Commercial Grade 3. Style: Honeycomb, Double-needle Sleeve And Bottom Hem, 1x1 Rib Flat Knitted Collar, With Necktape And 3-button Placket 4. Color: White (main), Purple (collar, Sleeve) 5. Typography Design: (please See Attached Design) 6. Printing Method: Full Color Design Print On Shirt Thru Digital Silk Screen Or Heat Transfer Finish 7. Quantity: 486 Pieces 8. Sizes : To Be Determined (winning Bidder Shall Present Sample Polo-shirts With Different Sizes For The Determination Of Sizes)" Piece 486 450.00 218,700.00 2 "umbrella With Print, J-handle, Nylon, Size: At Least 23"" (please See Attached Design)" Piece 200 200.00 40,000.00 3 "foldable Fan With Print, Round, Nylon (please See Attached Design)" Piece 200 30.00 6,000.00 4 "tarpaulin, Atleast 6x7 Ft. Size (please See Attached Layout)" Piece 1 1,000.00 1,000.00 Total Approved Budget For Contract (abc) 265,700.00 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: 25-02-0040 Dated February 04, 2025 Rbac Resolution No: 001 S. 2025 Small Value Procurement Purpose: Iec Materials For The Conduct Of 2025 Women's And Men's Health Month Celebration 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 Date17 Feb 2025
Tender AmountPHP 265.7 K (USD 4.5 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.agr-25-92-np (sv) Reference Pr No. Agr-25-92 February 13, 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 March 4, 2025 At 9:00 A.m. At The 2nd Floor, In Front Of Grand Social Hall, Casa Real, Iloilo After Payment Of The Rfq Form In The Amount Of Five Hundred Pesos (₱500.00). Atty. Dennis T. Ventilacion Chairperson, Bac Approved Budget For The Contract: ₱72,000.00 Place Of Delivery: Any Venue Within Lloilo City Or Iloilo Province Date Of Delivery: March 27,2025 And June 27, 2025 X Complete Bid Partial Bid Item No. Quantity Unit Of Issue Description Estimated Unit Cost Brand Unit Cost Total Cost 1 120 Pax Catering Services Consisting Of 2 Snacks And 1 Lunch Per Day With 60 Participants Per Meeting For A Total Of 120 Participants For 2 Meetings In The Conduct Of Livestock And Poultry Stakeholders Consultative Meeting On March 27,2025 And June 27, 2025 In Any Venue Within Iloilo City Or Iloilo Province 600.00 1st Meeting (march 27, 2025)- 60 Pax Am Snacks: Pancit Molo With Bread, Orange Juice Lunch: Rice, Beef Kare-kare, Pork Sarciado, Bihon Guisado, Llonggo Kansi, Mango Tapioca, Softdrinks Pm Snacks: Cheese Ensaymada, Ice Tea 2nd Meeting (june 27, 2025)- 60 Pax Am Snacks: Batchoy, Orange Juice Lunch: Rice, Bakareta, Pork Menudo, Tinolang Manok, Sotanghon Guisado, Fruit Salad Medley, Softdrinks Pm Snacks: Ham And Egg Split, Ice Tea Terms And Conditions 1. Complementary Use Of Function Rooms From 7:00 Am To 5:00 Pm 2. Complementary Use Of Pa System, Projector, Widescreen And Microphones 3. Complementary Use Of White Board 4. Free Internet Connectivity In Every Function Room 5. Standard Table And Chair Set Up 6. Standy Unifrom Wait Staff 7. Free Flowing Coffee And Water Kindly Indicate The Delivery Period And Bid Amount In Words And Figures In The Space Provided Below. Non-compliance Shall Be A Ground For Disqualification. Total Bid Amount In Figures: ₱_________________ Statement Of Delivery Period: ________________________________________________________________ Bid Amount In Words: ______________________________________________________________________ Kindly Indicate The Rfq Number And Date Of Opening Of Bids On The Outside Of The Envelope And Submit This Quotation With The Following Requirements: 1. Mayor's/business Permit; 2. Philgeps Registration Number For The Alternative Methods Of Procurement Under Section 50, Section 52.1 (b), Section 53.3, Section 53.6, Section 53.7, Section 53.9, Section 53.10, And Section 53.11 Of The Revised Irr Of R.a. No. 9184; 3. Income/business Tax Return For The Procurement Projects With Abc Above ₱500,000.00; 4. Notarized Omnibus Sworn Statement Specifying The Rfq Number For Procurement Projects With Abc Above ₱50,000.00; 5. Dti/sec/cda Registration Certificate; 6. Notarized Authority Of The Signatory, If Representative (spa Of Proprietor For Single Proprietorship/secretary Certificate For Corporation); 7. Technical Specifications In The Prescribed Form (for Non-expendables/non-consumables) 8. Schedule Of Requirements/delivery Period In The Prescribed Form; 9. After-sales Service/parts (for Goods Requiring Maintenance Service/parts); 10. Manpower Requirements (for The Procurement Of Projects With Labor Component); 11. Financial Proposal In The Prescribed Form; 12. Active Email Address Or Working Fax Number. Absence Of Both Is A Ground For The Rating Of Its Bid As "failed" Or "disqualified." 13. For Easy Validation During The Post-qualification In The Procurement Of Drugs And Medicines, Bidders Are Encouraged To Submit The Following: A. License To Operate From The Food And Drug Administration (fda); B. Certificate Of Product Registration From The Fda; C. Certificate Of Good Manufacturing Practice From The Fda; D. Batch Release Certificate From The Fda; E. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Products /items; And F. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer) 14. For The Procurement Of Infrastructure Projects, Bidders Must Submit A Valid Philippine Contractors Accreditation Board (pcab) License And Indicate Compliance With The Manpower Requirements.
Closing Date4 Mar 2025
Tender AmountPHP 72 K (USD 1.2 K)
Municipality Of Lagayan, Abra Tender
Others
Philippines
Details: Description 1. The Local Government Unit Of Lagayan, Thru The Fy 2025 General Fund, Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (p 1,500,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract "preparation, Support Services And Catering For The Celebration Of Three Days Lagayan Festival". Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lagayan, Now Invites Bids For The Preparation, Support Services And Catering For The Celebration Of Three Days Lagayan Festival. Item No. Description Quantity Unit Medicines 1.0 Laga Festival 2024 1.00 Lumpsum Led Wall (3 Days, March 15-17) Stage Set-up With Décorations (3 Days, March 15-17) Sounds And Lights (3days March 15-17) Tables And Chairs Set-up In Front Of Stage(3 Days, March 15-17) Welcome Arc Decorations Token For Judges Photographer 2.0 Catering Day 1 Lunch 500 Pax Snacks 500 Pax Dinner 500 Pax Day 2 Am Snacks 500 Pax Lunch 500 Pax Dinner 500 Pax Day 3 Lunch 800 Pax Dinner 800 Pax 3.0 Scope Os Services The Contractor Shall Provide The Abovementioned Services And Other Items Necessary For The Event And Provide Additional Manpower For All The Events As Stated. 4.0 Package Cost Is One Million Five Hundred Thousand Pesos (p 1,500,000.00) Inclusive Of Dues And Taxes; Taxes Shall Be Withheld From The Contract Amount By The Principal, For Remittance To The Collecting Agency Concerned; Terms And Conditions: That The Contractor Shall Execute As Agreed Upon And Provide The Scope Of Services; That The Principal Agrees To Pay The Package/ Contract Cost To The Contractor The Amount One Million Five Hundred Thousand Pesos (p 1,500,000.00), To Withhold 3% Of Dues And Taxes To Be Remitted To The Concerned Agency On Behalf Of The Contractor As Evidenced By Bir Forms 2307; Upon Signing Of This Contract The Principal Agrees To Pay The Contractor Not More Than Ninety Percent (90%) Of The Contract Amount Of One Million Five Hundred Thousand Pesos (p 1,500,000.00) As Down Payment And Balance To Be Paid On Or Before March 18, 2025. The Principal May Also Opt For A One-time Payment Of The Whole Amount On Or Before March 18, 2025; All Checks Shall Be Made Payable To The Contractor. Delivery Is Required For Fifteen Calendar Days. Bidders Should Have Complete Documents. 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. " 4. Interested Bidders May Obtain Further Information From Municipal Local Government Of Lagayan And Inspect The Bidding Documents At The Address Given Below From 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below Starting On February 10, 2025 And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Five Hundred Pesos (p 1,500.00) At The Municipal Treasury Office, Poblacion Lagayan, Abra. 6. The Local Government Of Lagayan Will Hold A Pre-bid Conference On February 18, 2025 @ 2:00 P.m. At The Municipal Hall, Poblacion Lagayan, Abra. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 4, 2025, At 1:45 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be At 2:00 Pm To 6:00 Pm On March 4, 2025 At The Municipal Hall, Poblacion Lagayan, Abra. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipal Local Government Of Lagayan 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 Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date4 Mar 2025
Tender AmountPHP 1.5 Million (USD 25.8 K)
DEFENSE HEALTH AGENCY DHA USA Tender
Laboratory Equipment and Services
United States
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)
Closing Date7 Jan 2025
Tender AmountRefer Documents
Talavera General Hospital Tender
Healthcare and Medicine
Philippines
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
Closing Date10 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
9801-9810 of 10000 archived Tenders