Oxygen Tenders
Department Of Education Division Of Quezon Tender
Food Products
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 60 K (USD 1 K)
Details: Description Bids And Awards Committee Rfq No. 2025-42-rfqs Date: June 13, 2025 Request For Quotation The Department Of Education, Division Of Quezon, Through Its Bids And Awards Committee (bac), Will Undertake An Alternative Method Of Procurement Through Small Value Procurement For The “supply Of Food And Venue For The Conduct Of Capacity Building Training-workshop For The Internal Quality Audit Team (iqat) On Iso 19011:2018 Auditing Management System” In Accordance With Section 53.9 Of The Implementing Rules And Regulations Of Republic Act No. 9184 Name Of Project : Supply Of Food And Venue For The Conduct Of Capacity Building Training-workshop For The Internal Quality Audit Team (iqat) On Iso 19011:2018 Auditing Management System Approved Budget For The Contract : Sixty Thousand Pesos & 00/100 (php 60,000.00) Specifications : See Attached Annex “b” For The Technical Specifications Location : Talipan, Pagbilao, Quezon Delivery Term : 15 Cd Upon Receipt Of Purchase Order Interested Suppliers Are Required To Submit Their Valid And Current Mayor’s Permit, Income/business Tax Return (for Abcs Above Php500k), Philgeps Registration, Dti Or Sec Registration, Bir Certificate Of Registration And Original Notarized Omnibus Sworm Statement, And Original Special Power Of Attorney Of The Owner Or All Members Of The Joint Venture Giving Full Power And Authority To Its Officer Or Designated Person To Sign The Oss And Do Acts To Represent The Bidder, Upon Submission Of Quotation. Award Of Contract Shall Be Made To The Lowest Quotation, Which Complies With The Minimum Description As Stated Above And Other Tems And Conditions Stated In The Price Quotation Form. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If There Are Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative/s. Submission Of Quotation And Eligibility Documents Is On Or Before 10:00 A.m. Of June 17, 2025 At Deped, Division Of Quezon, Talipan, Pagbilao, Quezon. Please Submit Your Quotation In A Sealed Envelope Addressed To: Joepi F. Falqueza Bac Chairman Deped, Division Of Quezon Talipan, Pagbilao, Quezon You May Also Download The Quotation Form At Www.depedquezon.com.ph. For Inquiries, You May Contact Us At Tel. No. 042-784-0366 And Look For Hilariona E. Coronado. Very Truly Yours, Joepi F. Falqueza Bac Chairman Approved Budget For The Contract Project Description Item No. Item Description Unit Quantity Unit Cost (php) Total Cost (php) Supply Of Food And Venue For The Conduct Of Capacity Building Training-workshop For The Internal Quality Audit Team (iqat) On Iso 19011:2018 Auditing Management System June 24-25, 2025 June 24-25, 2025 Day 1 June 24, 2025 Food/venue Food: Breakfast, Am Snack, Lunch, Pm Snack & Dinner Day 2 June 25, 2025 Food/venue Food: Breakfast, Am Snack, Lunch, Pm Snack Pax Pax 30 30 1200.00 800.00 36,000.00 24,000.00 Grand Total 60,000.00 Annex “c” Price Quotation Form _______________________ Date The Bids And Awards Committee Deped, Division Of Quezon Talipan. Pagbilao, Quezon Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s, As Follows: Project Description Item No. Item Description Unit Qty Unit Cost (php) Total Cost (php) Supply Of Food And Venue For The Conduct Of Capacity Building Training-workshop For The Internal Quality Audit Team (iqat) On Iso 19011:2018 Auditing Management System June 24-25, 2025 June 24-25, 2025 Day 1 June 24, 2025 Food/venue Food: Breakfast, Am Snack, Lunch, Pm Snack & Dinner Day 2 June 25, 2025 Food/venue Food: Breakfast, Am Snack, Lunch, Pm Snack Pax Pax 30 30 Grand Total Total Amount In Words ____________________________________________________________________________________________________________________________________________________________________________________ _____________________________________ Signature Over Printed Name Of Bidder Annex “d ” Technical Specifications Bidders Must State Here Either “comply” Or Any Equivalent Term In The Column “bidder’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each “specification”. Project Description Item No. Item Description Statement Of Compliance Supply Of Food And Venue For The Conduct Of Capacity Building Training-workshop For The Internal Quality Audit Team (iqat) On Iso 19011:2018 Auditing Management System June 24-25, 2025 June 24-25, 2025 Day 1 June 24, 2025 Food/venue Food: Breakfast, Am Snack, Lunch, Pm Snack & Dinner Day 2 June 25, 2025 Food/venue Food: Breakfast, Am Snack, Lunch, Pm Snack Assisted Buffet • Morning Snacks- Snacks And 250 Ml Drinks Or Juice • Lunch – Rice, Vegetables, 2 Viands, Soup, Dessert & 250 Ml Drinks • Afternoon Snacks- Snacks And 250 Ml Drinks Or Juice • Free Flowing Purified Water And Coffee • Flexibility Of Menu To Accommodate Guest With Preference In Food Due To Religious Belief And Health Conditions 2. Session Hall • Provision Of One (1) Plenary Hall • Provision Of 1 Overhead Projector • Provision Of 2 Microphones • Provision Of One (1) 4x6 Tarpaulin • Fully Air-conditioned Halls And Rooms • With Reliable Internet Service Other Inclusions: • With Available Front Desk Personnel 24/7 • With Daily Supply Of Toiletries And Cleaning Of Rooms • With Facilities For Disabled Guests • With Clean Comfort Rooms And Continuous Water Supply • Provision Of Vehicle To Transport Guest To The Hospital In Case Of Emergencies • Provision Of Mini Clinic With Small Bed, Wheel Chair And Oxygen Tank • With Safe, Secured Premises And Wide Parking Area • With Electrical Generator System • Location Shall Be Within Lucena City. ** And In Case The Service Provider Needs To Transfer The Participants To Another Venue/accommodation Due To Unforeseen Events, They Must Ensure The Following: 1) The Choice Of Venue/accommodation Must Still Follow The Details Required In The Contract; 2) Additional Cost, If Any, For The Transfer Of Accommodation To Other Hotel Will Be Shouldered By The Service Provider, Including The Shuttle Service To & From The Venue. I Hereby Certify To Comply With All The Above Technical Specifications. _______________________ _______________________________________ __________________ Name Of Bidder Signature Over Printed Name Of Representative Date Checklist Of Eligibility And Technical Documents For Submission Class “a” Documents 1. Legal Documents • Philgeps Registration • Mayor’s/business Permit • Dti Or Sec Registration • Bir Certificate Of Registration (line Of Business Shall Be Relevant To The Kind Of Goods Or Services To Be Supplied) • Income/business Tax Return (for Abcs Above 500k) 2. Technical Documents • Original Notarized Omnibus Sworn Statement • Authority Of The Signatory • Statement Of Compliance To The Technical Specifications Class “b” Documents • Jva Or The Duly Notarized Statement In Accordance With Section 23.1(b) Of The 2016 Revised Irr, If Applicable Notes: 1. All Documents Must Be Prepared In Two (2) Sets Of Copies, One (1) Original Copy And One (1) Photocopy 2. The Proposal Shall Be Accompanied By The Aforementioned Documents, Otherwise, Non-submission Of Which Shall Result To Disqualification Of Proposal. 3. Documents Must Be Fastened To Avoid Missing Of Pages And Must Have Ear Tags For Easy Identification
DAVAO PRISON AND PENAL FARM BRAULIO E DUJALI Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date19 Jun 2025
Tender AmountPHP 84.8 K (USD 1.5 K)
Details: Description Request For Quotation Rfq No.: _______________ Date : _______________ Name Of Company/shop/store : ____________________________________ Name Of Authorized Representative : ____________________________________ Contact Number : ____________________________________ ____________________________________________________________________________________________________ 1. The Bucor-davao Prison And Penal Farm (dppf) Through Its Bids And Awards Committee (bac) Invites Interested Bidders To Submit A Quotation/proposal With The Approved Budget For The Contract (abc) In The Amount Of Philippine Peso Eighty-four Thousand Eight Hundred Fifty Only (php 84,850.00) Inclusive Of Applicable Tax For The Procurement Of The Item Below: Pr Number Item Description 2025-05-0066 Supply, Delivery And Installation Of 50” 4k Television With Customized Tv Stand And Accessories For Screen Mirroring At The New Conference’s Executive Table 2. Procurement Shall Be Conducted Through Small Value Procurement Under Section 53.9 - Negotiated Procurement As Prescribed Under Rule Xvi- Alternative Methods Of Procurement Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (r.a.) No. 9184, Otherwise Known As The “government Procurement Reform Act”. 3. The Quotation Must Be Duly Signed By The Bidder And Must Be Submitted At The Bac Office, Administrative Building, Davao Prison And Penal Farm, B.e Dujali, Davao Del Norte Or By Email At Dppfbac@bucor.gov.ph. The Quotations Shall Be Received Not Later Than ____________________________. 4. The Bidder Must Submit A Copy Of The Following Documents, Together With The Proposal, To Ensure That The Said Bidder Is Technically, Legally, And Financially Capable To Undertake The Proposed Project: ● Valid And Current Mayor’s/business Permit; ● Philgeps Registration Number To Be Indicated In Rfq Form; ● Duly Notarized Omnibus Sworn Statement (for Abc Above 50,000.00) ● Valid And Current Income Business Tax Return (for Abc Above 500,000.00) 5. Dppf Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. Dppf Further Reserves The Right To Reject All Proposals, Or Declare A Failure Of Small Value Procurement, Or Not Award The Contract, And Makes No Assurance That The Contract Shall Be Entered Into As A Result Of This Invitation Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders In Accordance With R.a. No. 9184 And Its Implementing Rules And Regulations. 6. For Any Clarification, You May Contact Ms Julie Joy B Divinagracia, Head, Bac Secretariat At Telephone No. 0917-102-9495 Or Email At Dppfbac@bucor.gov.ph. Csupt Divina S Camiña Bac Chairperson Terms And Conditions 1. Bidders Shall Provide The Correct And Accurate Information Required In This Form. 2. Payment Term: __________________________________________________________________ 3. Price Proposal Must Be Valid For The Period Of Thirty (30) Calendar Days From The Date Of Submission. 4. Price Proposal To Be Denominated In Philippine Peso (php), Include All Taxes And Duties And/or Levies Payable. 5. Proposals Exceeding The Abc Per Lot Shall Be Automatically Rejected. 6. The Award Of The Contract Shall Be Made To The Lowest Calculated And Responsive Proposal Per Lot, 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 The Bidder Or Any Of His/her Duly Authorized Representative/s. 8. 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. Dppf 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. Rfq Form Date: ___________________ The Bids And Awards Committee Davao Prison And Penal Farm Braulio E. Dujali, Davao Del Norte, 8106 Sir/madam: After Having Carefully Read And Accepted The Project Requirements, I/we Submit Our Proposal For The Item As Follows: Item No. Unit Item/s Description Qty State Of Compliance Bidder’s Offer Yes No Brand Name, Model, And Other Remarks Unit Price Total Amount 1 Unit 50” 4k Crystal Ultra Hd High Quality Television Set Specs: - Resolution: 4k Ultra Hd (3840x2160) - Panel Type: Led - Hdr (high Dynamic Range) Support: Hdr10, Hdr10+ - Refresh Rate: 60hz - Contrast: Mega Contrast - Voice Assistants: Compatible With Bixby, Alexa, And Google Assistant - Hdmi Port: Min 3 Port - Usb Port: Min 1 Port - Ethernet Port: Min 1 Port - Wifi: Built-in Wi-fi 5 - Bluetooth: Bt5.2 1 2 Pc Energy Star 6.1 Certified 20-meter Hdmi Cable Specs: - Supports 4k 60hz Ultra High-definition Image Display - Supports Hdmi2.0 Standard And Hdcp2.2 Protocol - Strong Resistance To Bending And Impact - No External Power Supply Needed - Supports Long Distance Lossless Transmission, Up To 300 Meters 1 3 Pc 3-meter Hdmi Cable Specs: - Supports 4k 60hz Ultra High-definition Image Display - Supports Hdmi2.0 Standard And Hdcp2.2 Protocol - Strong Resistance To Bending And Impact - No External Power Supply Needed - Supports Long Distance Lossless Transmission, Up To 300 Meters 3 4 Pc 3.5mm Audio Jack Specs: - Made Of Enameled 100% Oxygen-free Copper - 24k Gold Contacts For Optimal Signal Transfer And Corrosion Resistance - Slim Connector - Allows 3.5 Stereo Jack To Be Easily Plugged 2 5 Pc 30-meter Audio Cord Specs: - Balanced Signal Transmission - Nickle-plated 3-pin Xlr Connectors - Black Jacket For Durability - Suitable For Condenser Microphones - Reliable Audio Frequency Transmission- 1 6 Pc 4-port Hdmi Splitter Specs: - Supports 4k, Full Hd 1080p - Supports 3d - Supports 12-bit Per Channel (36bit All Channel) Deep Color - Supports 250mhz/2.5bps Per Channel (7.5bps All Channels) - Switching: Key-press-switching, Ir Remote Control - Supports Dc5v/1a Power 1 7 Pc Hdmi Hub Port Specs: - Hdmi Output: Supports Up To 4k Uhd (3840x2160) At 30hz - Usb Ports: 3x Usb 3.0 Type A (up To 5gbps) - Power Delivery: 100w Usb-c Pd Charging Port - Material: Aluminum Alloy Body - Cable Length: 15cm 2 8 Pc Housing Port For Hdmi 2 9 Pc Customized 50” Television Stand, Slope, And Slant With Wheels 1 10 Note: - Free Delivery And Installation - Brand Offered Should Have Been In The Philippines Market For The Past 10 Years With Refutable Track Record. - Store And Service Center Is Within 70km Radius From Davao Prison And Penal Farm - Minimum 1-year Parts And Service Warranty. Total Offered: Approved Budget Of The Contract (abc): Philippine Peso Eighty-four Thousand Eight Hundred Fifty Only (php 84,850.00) Delivery Period: 15 Days Signature Over Printed Name : __________________________________ (total) Amount Offered In Words And Figures: _________________________________________________________________________ The Above-quoted Price Is Inclusive Of All Costs And Applicable Taxes. Very Truly Yours, Signature : __________________________________________ Date: ___________________________________________ Printed Name : __________________________________________ Company Name: __________________________________ Email Address : __________________________________________ Contact Number: __________________________________
Municipality Of Kalibo, Aklan Tender
Automobiles and Auto Parts
Philippines
Closing Date25 Jun 2025
Tender AmountPHP 2.5 Million (USD 43.6 K)
Details: Description Republic Of The Philippines Province Of Aklan Municipality Of Kalibo Invitation To Bid For Purchase Of Tactical Emergency Response Vehicle For The Operation Of Disaster Preparedness, Response, Rescue Activities And Emergency Response Vehicle Use At Municipal Disaster Risk Reduction Management Office, Kalibo, Aklan The Municipality Of Kalibo, Through The Lgsf-falgu/trust Fund 2025 Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos (2,500,000.00) Being The Abc To Payments Under The Contract For Purchase Of Tactical Emergency Response Vehicle For The Operation Of Disaster Preparedness, Response, Rescue Activities And Emergency Response Vehicle Use At The Municipal Disaster Risk Reduction Management Office, Kalibo, Aklan With Identification Number 05-013-686-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Unit Quantity 1 Tactical Emergency Response Vehicle Unit 1 Base Vehicle: 2.4 Utility Van Lwb Dsl M/t Super White Ii Engine: 2gd-ftv, 2.4 L Straight-four Common Rail Diesel Engine With An Engine Displacement (cc) Of 2393 Cc, Emission Rating: Euro 4, Max. Power: 150/3400 (ps/rpm), Max. Torque: 343/1400-2800 (n-m/rpm, Overall Dimensions (mm): 5,303 X 1,705 X 2,907, Wheelbase (mm): 3,085, Seating Capacity: 2+ 4, Tread (front/rear): 1510/1510, Min. Turning Radius: 5.4, Fuel Tank Capacity: 50 Liters Transmission: Manual 5 Speed, Front Brake/rear Brake: Disc/drum, Suspension: Ifs Coil/rigid Leaf Spring, Tires/ Wheel: 195r14c Steel Emergency Vehicle Spec Add On: Led Light Bar, Siren System, Public Address System, Dual Uhf/vhf Vehicle Base Radio And Antenna Fx Body Features: Body Made Of Pressed And Electrically Welded Galvanized Iron Sheets, Polyurethane Finish, Acry-pad Roof Ceiling, Folding Passenger Seats, All Led Interior Lights, Tempered Sliding Windows Dual Door Rear Opening Interior Features: One Side Medical Cabinet, Transparent And Shatter Proof Acrylic Stopper/ Sliding Doors On All Storage Compartments On Board 220vac Electrical System 1500w, Stretcher Ramp, Spine Board Holder, Iv Holder, Complete Interior Lighting (all Led), Oxygen Tank With Mount And Regulator, Stainless Overhead Grab Handle, Non Slip, Heavy Duty Ambulance Grade Flooring With Bacteriostatic Properties, Easy To Clean Hard Wearing, Ambulance Stretcher, Scoop Stretcher, Head Immobilizer, Adult And Children, Manual Suction Device, Stethoscope, Sphygmomanometer Set. Decals And Markings: One Lot Supply And Installation Of Custom Decals And Marking, One (1) Lot Supply And Installation Of High Quality Tint, Except Windshield, Driver And Front Passenger Windows Additions: One (1) Set Standard Manuals, Tools And Hydraulic Bottle Jack As Provided By The Vehicle Manufacturer One (1) Set Spare Tire With Rim, One (1) Set Ewd, Three (3) Years Lto Registration Terms & Conditions: 1. Base Vehicle Must Be Brand New And No Prior Registrations. Vehicle Must Be Registered Only To The Lgu. 2. To Ensure Technical Compliance, After Sales Support And Warranty. Bidders Must Provide Manufacture Issued Products Sheets For Offer As Part Of Technical Requirements In The Bidding Documents Showing Technical Compliance Backed With Distributorship Certificates With Warranty Commitment For The Following Critical Ambulance Equipment. Failure Of Which Shall Be Ground For Disqualification. Ambulance Wheeled Cot Folding Stretcher Scoop Stretcher Portable Suction Machine Electronic Visual & Audio Emergency Warning System (lightbar, Siren, Speakers, Surface Mounted Lights & Controllers) Equipment With Required 10g Fixation Must Attached Corresponding Certifications Supplier Must Conduct Orientation And Basic Training On The Proper Use And Maintenance Of The Installed Equipment Offer Includes Delivery And After Sales Support Validity: Thirty (30) Days From Date Of Quotation Delivery: Sixty (60) Days From Receipt Of P.o Warranty: Goods Are Warranted For One (1) Year From Delivery Against Manufacturing Defects Or Components Failure Due To Normal Use. The Municipality Of Kalibo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Sixty (60) Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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). 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. Prospective Bidders May Obtain Further Information From Municipality Of Kalibo And Inspect The Bidding Documents At The Address Given Below During 8:00 -12:00 A.m. And 1:00 – 5:00 P.m., Except Saturdays, Sundays & Holidays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 9 – 25, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The Municipality Of Kalibo Will Hold A Pre-bid Conference On June 25, 2025; 9:00 A.m. At 2nd Floor Municipal Conference Hall, Old Building, Kalibo, Aklan. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 8:30 A.m. Of June 25, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On June 25, 2025; 9:00 A.m. At 2nd Floor, Municipal Conference Hall, Old Building, Kalibo, Aklan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Kalibo 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. For Further Information, Please Refer To: Leah E. Yarre Bac – Secretariat Telephone Number (036) 268-4436 You May Visit The Website: For Downloading Of Bidding Documents: Www.kaliboaklan.gov.ph Sgd: Mary Gay Q. Joel Bac Chairperson
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date28 Apr 2025
Tender AmountRefer Documents
Details: A. Introduction this Is A Sources Sought Notice And Is For Market Research Purposes Only. This Is Not A Request For Proposals, Quotations Or Bids. The U.s. Army Corps Of Engineers (usace), Baltimore District (nab), Seeks To Determine The Interest, Availability, And Capability Of Potential Sources To Satisfy Certain Supply And Incidental Service Needs Of The Washington Aqueduct (wa). Nab Requests Capability Statements From Both Large And Small Businesses. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. No Solicitation Is Currently Available. The Government Will Not Pay For Any Material Provided In Response To This Market Survey Nor Return The Data Provided And Will Not Provide An Evaluation To Respondents. This Notice Is For Information Purposes Only And Is Not A Request To Be Placed On A Solicitation Mailing List Nor Is It A Request For Proposal (rfp) Or An Announcement Of A Solicitation. the Wa Is A Public Water Supply Agency That Produces An Average Of 135 Million Gallons Of Water Per Day At Two Treatment Plants Located In The District Of Columbia. The Mission Of The Wa Is To Collect, Purify, And Pump An Adequate Supply Of Water To Its Wholesale Customers — Dc Water, Arlington County, And Fairfax Water. The Place Of Performance/delivery Is The Wa’s Dalecarlia And Mcmillan Water Treatment Plants In Washington, D.c. nab Intends To Satisfy Certain Commercial Supply And Incidental Service Needs Of Wa By Awarding Firm-fixed Price Blanket Purchase Agreements (bpas) In Six (6) Separate Categories. Each Category May Have A Target Of Three (3) Bpas (total Eighteen Bpas). Companies Could Be Awarded One Or More Bpas. Each Bpa Will Have A Five (5) Year Ordering Period. nab Anticipates Utilizing The Far Part 12 Commercial Products And Services Source Selection Procedures For Far 13.5 Certain Commercial Items. The Primary Naics Codes For These Procurements Are: industrial Supplies: Multiple Naics Would Apply To This Bpa. Please Suggest Applicable Naics In Response To Question Below Regarding Capabilities. electrical And Hvac Supplies: 335139 Electric Lamp Bulb And Other Lighting Equipment Manufacturing, Standard Size 1,250 Employees; And 333415 Air-conditioning And Warm Air Heating Equipment And Commercial And Industrial Refrigeration Equipment Manufacturing, Standard Size1,250 Employee. laboratory And Plant Operations Supplies And Equipment: 334516 Analytical Laboratory Instrument Manufacturing, Standard Size 1,000 Employees. controls And Instrumentation Supplies: Naics 334513 Instruments And Related Products Manufacturing For Measuring, Displaying, And Controlling Industrial Process Variables, Standard Size 750 Employees. pumps And Pump Parts: Naics 333996 Fluid Power Pump And Motor Manufacturing, Standard Size 1,250 Employees. gases: Naics 325120 Industrial Gas Manufacturing, Standard Size 1,200 Employees. the Scope Of The Bpas For Each Category Entails Providing The Following: industrial Supplies: These Industrial Supplies Would Include But Not Limited To Pumps, Motors, Valves, Gaskets, Hoses, Piping, Light Bulbs, Power And Hand Tools, Sockets & Bits, Test Instruments, Safety Supplies, Actuators, Agitators, Belts, Bearings, Gauges, Controls, Bushings, Brackets, Caps, Centrifugal, And Compressors. Master Dollar Limit $5.7m, Single Order Limit $249,000. electrical And Hvac Supplies: Types Of Supplies Needed Include But Are Not Limited To Wires, Pipes (i.e. Pvc Coated Piping), Distribution Panels, Bulbs, Lamps, Strip Lights, Lighting Fixtures, Contactors, Protected Devices (i.e. Disconnectors), Hardware, Grounding Rods, Dimmer Switches, Strain Relief Baskets, Motor Starters/controls, Overcurrent Protection Devices, Etc. The Supplies Will Be Utilized For High And Medium Voltage Electrical And Hvac Equipment Located In Highly Corrosive And High Moisture Environments. Master Dollar Limit $1.5m. Single Order Limit $50,000. laboratory And Plant Operations Supplies And Equipment: Operational Supplies Used For Analysis In The Water Treatment Process, Including Laboratory Testing Supplies And Equipment, Chemicals, Chemkeys, Various Laboratory Standards, Solutions, And Reagents For Specimen Collection, Processing, And Testing To Ensure Water Is Safe For Drinking. Master Dollar Limit $5m. Single Order Limit $250,000. controls And Instrumentation Supplies: Industrial Process Electronic Measuring Instruments Used For Monitoring And Controlling Water Treatment And Transmission Operations, Including Multiple Proprietary Brands To Ensure Compatibility With Current Equipment. Master Dollar Limit $5m. Single Order Limit $249,000. Brand Names Required: Endress + Hauser, Rockwell Automation, Schweitzer Engineering, Allen Bradley, Abb, Eaton, Toshiba, Hach, Lovibond, In-situ Chemscan, Swan Analytical, Benchmark Measurement, Limit Torque, Auma, Rotork, Trident Valve, Accusonic, Precision Digital, Teledyne Meridan, Signalfire, Siemens, Johnson Controls, And Reliable Controls. pumps And Pump Parts: Vogelsang Brand Pumps And Parts, Particularly Internal Replacement Parts And Hoses. Procurement Of Various Bredel Hoses, Bearings, Seal Kits, Assemblies, Gaskets, Tubing, Rotary Lube Pumps, Apex Pumps, Nozzles, Mechanical/shaft/pump Seals, Pump Shaft, Roller Bear, Locking Plate, Spur Gear, Wear Plate, Retaining Rings, Lobe Kits, Applicable Parts And Accessories For Our Vogelsang Equipment. Master Dollar Limit $1.36m, Single Order Limit $150,000. gases: Includes Propane, Argon, Acetylene, Oxygen, And Carbon Dioxide. Master Dollar Limit $550,000. Single Order Limit $20,000. b. Capabilities interested Vendors Should Submit Their Response Using The Form. Vendors May Submit For One Or More Bpa Categories By Completing One Response Form. company/entity Name, Address, Phone Number, And Point Of Contact Name, Title, And Email Address. indicate Business Size In Relation To Each Naics Code You Are Capable Of Supplying. Provide Your Company's System For Award Management (sam) Unique Entity Identifier (uei) And Cage Code Number, If Available, And State If Your Company Is A Small Disadvantaged Business (sdb), Service Disabled Veteran Owned Sb (sdvosb), Historically Underutilized Business Zones (hubzone), Qualified Section 8(a), Or Women-owned Small Business (wosb). Please See Https://www.sam.gov/ For Additional Registration Information. provide A Description Of Your Capabilities For Providing One Or More Of The Bpa Categories Supplies Described Above And Provide A Single Point Of Contact To Act As The Bpa Account Manager. Include At Least Two (2), But No More Than Three (3), Examples Of Past Contracts Or Orders Providing Supplies For Each Category You Are Submitting A Capability Statement. The Examples Should Include The Amount Of The Order, Date, Delivery Location And Customer, And Types Of Supplies. what Is The Primary Nature Of Your Business (e.g. Manufacturer, Authorized Dealer, Third-party Seller, Etc.)? do You Have Experience Providing Supplies To Customers In The Washington, D.c., Region (provide Your Service Delivery Area)? What Is Your Ability And Timeframe From Receipt Of Order To Deliver Products? do You Have An Online Catalog And/or Ordering Portal? c. Response Submission submit Your Response By 11:59 Pm Et On 27 April 2025 By Completing The Form: Https://forms.osi.apps.mil/pages/responsepage.aspx?id=unzn_hzxuey5p48xy9j1gsk_unyigajcijwyvatxys1umdqzmvzfttromzrbwkzbnetzujbxqjfxvc4u if There Are General Questions As You Prepare A Response, Contact Contract Specialist Erica Stiner, Erica.j.stiner@usace.army.mil. Comments Will Be Shared With The Government Project Team, But Otherwise Will Be Held In Strict Confidence.
City Of Lapu lapu Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date19 Jun 2025
Tender AmountPHP 4.9 Million (USD 89.5 K)
Details: Description Republic Of The Philippines City Of Lapu-lapu 6015 Bids And Awards Committee Invitation To Bid For The Procurement Of Supply, Delivery And Installation Of 2 Units 30tr Ducted Air-conditioning Units The City Of Lapu-lapu Through The Capital Outlay Funds 1011-10-1-07-05-020-25s1 Intends To Apply The Sum Of Four Million Nine Hundred Ninety-five Thousand Pesos (₱ 4,995,000.00 ) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Supply, Delivery And Installation Of 2 Units 30tr Ducted Air-conditioning Units Under P. R No. 25-04-0558. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Lapu-lapu Through The Bids And Awards Committee (bac) Now Invites Bids For The Abovementioned Procurement Project. Hoopsdome Item No. Qty. Unit Of Issue Item Description 1. 2 Units Purchase Of 30tr Aircon With Installation A. Supply, Delivery And Installation Of Ducted Air-conditioning Units (30tr) Specifications: Nominal Capacity : 126,600kj/hr : 35kw Power Supply : 230v/3ph/60hz System Current : 35.0a Refrigerant : Hfc-410a System Eer : 10.6kj/w-hr Air Flow Rate : 4,000 Cfm : 1,889l/s Esp : 1.2wg : 300pa Dimension, Wxhxd : 1,244mmx1,456mmx800mm Operating Weight : 184kg Exp. Device : Txv Air Filter : Washable Synthetic Media Maximum Pipe Run : 40m Maximum Vertical Height: 15m Compressor Type : Hermetic Scroll Fan X Qty. : Propeller X 2 Dimension, Wxhxd : 1,130mm X 1,450mm X 465mm Pipe Size: Suction, Od : 28.6mm (1-1/8) Brazed Liquid, Od : 15.8mm (5/8) Flare Operating Weight : 185kg I. Installation Of Large Package Ducted Split 30tr, R410a/460v/3ph/60z Copper Pipe 1-1/8"dia. Copper Pipe 5/8"dia Copper Fittings Rubber Insulation 1-1/8"x 1" Rubber Insulation 5/8"dia X 1" Rubber Insulation 1-1/8" X 1/2" Refrigerant Freon R410a Oxygen And Acetylene Nitrogen Rubber Pad 4"x4"x1/2" Condensate Drain Power Load Side & Control Wirings Hangers And Supports & Consumables Ii. Ducting Works Of Ceiling Concealed Ducted Type 30tr G.i. Sheets Gauge #20 G.i. Sheets Gauge #22 Fiber Glass Insulation 25mm X 32kg Duct Connector Duct Accessories Jet Nozzle 400mm Return Air Louver 1600 X 600mm Secondary Drain Pan Hangers, Support & Consumables Iii. Electrical Works Panel Board: 200at, 3p+g, 460v, 25kaic, Mccb Branches: 2-30at, 3p+g, 460v, 15 Kaic Mccb 4-70 At, 3p+g, 15 Kaic, Mccb Wire 32mm2 Wire 8.0mm2 Wire 80mm2 Nema 3r 30a, 3p+g, 460v, 10 Kaic (ecb) Nema 3r 60a, 3p+g, 460v, 10 Kaic (ecb) Emt Pipe 1/2"dia Emt Fittings Hangers, Support & Consumables Mobilization & Demobilization Tools & Equipment & Safety Ppe's/health Protocol Testing And Commisioning Delivery Of Units: 3 To 6 Months Upon Issuance Of P.o./noa Warranty: Five (5) Years On Compressor One (1) Year On Parts & Service The City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Delivery And Installation Are Required Within Three- Six (3-6) Months Upon Receipt Of Notice Of Award/purchase Order. Bidders Should Have Completed, Within Two (2) 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). 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. Prospective Bidders May Obtain Further Information From The City Of Lapu-lapu Through The Bids And Awards Committee, Located At The 2/f City General Services Office, City Hall, Pusok, Lapu-lapu City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 4:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From May 28, 2025 (from 8 A.m. To 5 P.m.) Until On Or Before 12 Noon Of June17, 2025 From Bac Office Located At The 2/floor Of The City General Services Office, City Hall, Pusok, Lapu-lapu City And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Standard Rates Set On R.a.9184 In The Amount Of ₱ 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fee For The Bidding Documents During The Period Provided In The Preceding Paragraph. The City Of Lapu-lapu/ Bac Will Hold A Pre-bid Conference On June 03, 2025 (1:30 P.m.) At Bac Conference Room Located At 2/floor City General Services Office, Pusok, Lapu-lapu City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Given Address Above On Or Before 12 Noon Of June 17, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On June 17, 2025 (1:30 P.m.) At Bac Conference Office, Located At 2/floor City General Services Office, Pusok, Lapu-lapu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The City Of Lapu-lapu /bac 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. For Further Information, Please Refer To: You May Visit The Following: Vanessa Jeanne A. Dela Serna Philgeps: ______ Website: _______ Bac Secretariat 3 Conspicuous Place: City General Service Office Ceo Bulletin: ____ Cgso:____ Market:____ Telephone Number: 340-5735 Ronaldo D. Malacora Officer-in-charge- Cgso Bac Chairperson 28th Day Of May, 2025 (philgeps’ Posting Date)
City Of Lapu lapu Tender
Healthcare and Medicine
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 987 K (USD 17 K)
Details: Description Republic Of The Philippines City Of Lapu-lapu 6015 Bids And Awards Committee Invitation To Bid For The Procurement Of 70 Pack Cesarean Pack The City Of Lapu-lapu Through The Mooe Funds 5-02-03-080-3 Intends To Apply The Sum Of Nine Hundred Eighty-seven Thousand Pesos (₱ 987,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 70 Pack Cesarean Pack Under P. R No. 25-01-0146. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Lapu-lapu Through The Bids And Awards Committee (bac) Now Invites Bids For The Abovementioned Procurement Project. City Hospital Item No. Qty. Unit Of Issue Item Description 1. 70 Pack Cesarean Pack Inclusions: Medical Supplies - 1 Pc Cautery Pencil - 2 Pc Adult Diaper - 1 Pc Abdominal Binder - 1 Bottle Alcohol, 70% Ethyl, 500ml - 1 Roll Plaster, Hypoallergenic - 1 Pc Razor - 1 Pc Foley Bag Catheter F-16 - 1 Pc Uro Bag - 1 Pack Gauze, 4x4 - 1 Roll Operative Sponges, 4x8x16, 20 Rolls Per Pack - 2 Lap Sponges, 12x12, 2 Ply - 3 Pcs Vicryl 0 - 1 Pc Vicryl 2.0 - 1 Pc Vicryl 3.0 - 1 Pc Spinal Needle G-25 - 5 Pc Ecg Electrodes, Disposable - 1 Pc Oxygen Cannula, Adult - 1 Pc Pool Drain - 2 Pc Surgical Brush With Povidone Iodine - 2 Pc Suction Catheter F-8 - 5 Pc Sterile Gloves, 6 1/2 - 5 Pc Sterile Gloves, 7 - 5 Pc Sterile Gloves, 7 1/2 Drugs And Medicine - 1 Amp Bupivacaine Hcl .5%, Heavy - 1 Amp Butorphanol, 2mg/ml, 1 Ml - 1 Amp Carboprost, 250mg - 3 Amp Ketorolac, 30mg - 2 Amp Tramadol, 50mg, 1ml, 2ml - 2 Amp Tranexamic Acid, 500mg - 1 Amp Ranitidine - 1 Amp Metoclopramide, 25mg/ml, 2ml - 1 Vial Metronidazole, 500mg/100ml - 6 Amp Oxytocin, 10iu - 4 Vial Cefazolin, 1gm - 1 Bottle D5rlr 1 Liter - 2 Bottle Plain Ns, 1 Liter - 1 Amp Bupivacaine Isobaric, .5% - 10 Amp Nalbuphine 10mg/ml, 1ml - 1 Amp Vitamin K, 10mg/ml, 1ml Terms: - The Winning Supplier Shall Individually Pack The Abovementioned Inclusions In A Clear, Resalable Package. - The Cs Pack Shall Be In Staggered Delivery, Preferably More Or Less 150 Packs In A Month. - Billing Statement/payment Should Be Made After Every Delivery. - Drugs/medicines And Medical Supplies Should Not Be Less Than 18 Months Of Its Expiry Date. Additional Requirements/remarks: 1. Lot (one Time Delivery); 2. Atleast 18 Months Expiry From Delivery Date; 3. Delivery Shall Be Made Within 7 Days From Receipt Of Notice Of Award; And 4. Po No. Batch/ Lot No. And Expiry Date Shall Be Indicated In The Delivery Receipt. Prospective Bidders Must Include The Stated Requirement In Addition To The Eligibility Documents: 1. Valid Certificate Of Product Registration (cpr), Which Will Indicate The Distributors And Manufacturers Of Each Drug 2. Valid License To Operate (lto) Which Will Indicate The List Of Sources Of The Companies That A Distributor Is Only To Carry And Sell/ Authority To Distribute. 3. Valid Certificate Of Good Manufacturing Practice (cgmp). 4. Certificate Of Distributorship Agreement Duly Received By The Fda With Reference Number 5. Certificate Of Expiry Date Should Be At Least Eighteen (18) Months From Receipt Of Delivery. 6. Certificate Of Existence & Location Map Of Their Warehouse With An Inventory Proportionate To The Total Abc Amount To Be Bid. The City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Delivery Of The Supplies Is Required Within Seven (7) Calendar Days Upon Receipt Of Notice Of Award/purchase Order. Bidders Should Have Completed, Within Two (2) 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). 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. Prospective Bidders May Obtain Further Information From The City Of Lapu-lapu Through The Bids And Awards Committee, Located At The 2/f City General Services Office, City Hall, Pusok, Lapu-lapu City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 4:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 21, 2025 (from 8 A.m. To 5 P.m.) Until On Or Before 12 Noon Of March 4, 2025 From Bac Office Located At The 2/floor Of The City General Services Office, City Hall, Pusok, Lapu-lapu City And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Standard Rates Set On R.a.9184 In The Amount Of ₱ 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fee For The Bidding Documents During The Period Provided In The Preceding Paragraph. Bids Must Be Duly Received By The Bac Secretariat At The Given Address Above On Or Before 12 Noon Of March 4, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 4, 2025 (1:30 P.m.) At Bac Conference Office, Located At 2/floor City General Services Office, Pusok, Lapu-lapu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The City Of Lapu-lapu /bac 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. For Further Information, Please Refer To: You May Visit The Following: Vanessa Jeanne A. Dela Serna Philgeps: ______ Website: _______ Bac Secretariat 3 Conspicuous Place: City General Service Office Ceo Bulletin: ____ Cgso:____ Market:____ Telephone Number: 340-5735 Ronaldo D. Malacora Officer-in-charge- Cgso Bac Chairperson 21st Day Of February, 2025 (philgeps’ Posting Date)
City Of Lapu lapu Tender
Healthcare and Medicine
Philippines
Closing Date20 May 2025
Tender AmountPHP 999.3 K (USD 17.9 K)
Details: Description Republic Of The Philippines City Of Lapu-lapu 6015 Bids And Awards Committee Invitation To Bid For The Procurement Of 74 Pack Cesarean Pack The City Of Lapu-lapu Through The Mooe Funds 5-02-03-080-3 Intends To Apply The Sum Of Nine Hundred Ninety-nine Thousand Three Hundred Seventy Pesos (₱ 999,370.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 74 Pack Cesarean Pack Under P. R No. 25-04-0548. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Lapu-lapu Through The Bids And Awards Committee (bac) Now Invites Bids For The Abovementioned Procurement Project. City Hospital Item No. Qty. Unit Of Issue Item Description 1. 74 Pack Cesarean Pack Inclusions: Medical Supplies - 1 Tube Opthalmic Ointment, 5mg/g, 0.5% - 1 Pc Cautery Pencil - 2 Pc Adult Diaper - 1 Pc Abdominal Binder - 1 Bottle Alcohol, 70% Ethyl, 500ml - 1 Roll Plaster, Hypoallergenic - 1 Pc Razor - 1 Pc Foley Bag Catheter F-16 - 1 Pc Uro Bag - 2 Pack Gauze, 4x4 - 1 Roll Operative Sponges, 4x8x16, 20 Rolls Per Pack - 2 Lap Sponges, 12x12, 2 Ply - 3 Pcs Vicryl 0 - 1 Pc Vicryl 2.0 - 1 Pc Vicryl 3.0 - 1 Pc Spinal Needle G-25 - 10 Pc Ecg Electrodes, Disposable - 1 Pc Oxygen Cannula, Adult - 1 Pc Pool Drain - 2 Pc Surgical Brush With Povidone Iodine - 2 Pc Suction Catheter F-8 - 5 Pc Sterile Gloves, 6 1/2 - 5 Pc Sterile Gloves, 7 - 5 Pc Sterile Gloves, 7 1/2 Drugs And Medicine - 1 Amp Bupivacaine Hcl .5%, Heavy - 1 Amp Butorphanol, 2mg/ml, 1 Ml - 1 Amp Carboprost, 250mg - 3 Amp Ketorolac, 30mg - 2 Amp Tramadol, 50mg, 1ml, 2ml - 2 Amp Tranexamic Acid, 500mg - 1 Amp Ranitidine - 1 Amp Metoclopramide, 25mg/ml, 2ml - 1 Vial Metronidazole, 500mg/100ml - 6 Amp Oxytocin, 10iu - 4 Vial Cefazolin, 1gm - 1 Bottle D5rlr 1 Liter - 2 Bottle Plain Ns, 1 Liter - 1 Amp Bupivacaine Isobaric, .5% - 1 Amp Vitamin K, 10mg/ml, 1ml Terms: The Winning Supplier Shall Individually Pack The Abovementioned Inclusions In A Clear, Resalable Package. The Cs Pack Shall Be In Staggered Delivery, Preferably More Or Less 150 Packs In A Month. - Billing Statement/payment Should Be Made After Every Delivery. Drugs/medicines And Medical Supplies Should Not Be Less Than 18 Months Of Its Expiry Date. Additional Requirements/remarks: 1. Lot (one Time Delivery); 2. Atleast 18 Months Expiry From Delivery Date; 3. Delivery Shall Be Made Within 7 Days From Receipt Of Notice Of Award; And 4. Po No. Batch/ Lot No. And Expiry Date Shall Be Indicated In The Delivery Receipt. Prospective Bidders Must Include The Stated Requirement In Addition To The Eligibility Documents: 1. Valid Certificate Of Product Registration (cpr), Which Will Indicate The Distributors And Manufacturers Of Each Drug 2. Valid License To Operate (lto) Which Will Indicate The List Of Sources Of The Companies That A Distributor Is Only To Carry And Sell/ Authority To Distribute. 3. Valid Certificate Of Good Manufacturing Practice (cgmp). 4. Certificate Of Distributorship Agreement Duly Received By The Fda With Reference Number 5. Certificate Of Expiry Date Should Be At Least Eighteen (18) Months From Receipt Of Delivery. 6. Certificate Of Existence & Location Map Of Their Warehouse With An Inventory Proportionate To The Total Abc Amount To Be Bid. The City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Delivery Of The Supplies Is Required Within Seven (7) Calendar Days Upon Receipt Of Notice Of Award/purchase Order. Bidders Should Have Completed, Within Two (2) 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). 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. Prospective Bidders May Obtain Further Information From The City Of Lapu-lapu Through The Bids And Awards Committee, Located At The 2/f City General Services Office, City Hall, Pusok, Lapu-lapu City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 4:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From May 09, 2025 (from 8 A.m. To 5 P.m.) Until On Or Before 12 Noon Of May 20, 2025 From Bac Office Located At The 2/floor Of The City General Services Office, City Hall, Pusok, Lapu-lapu City And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Standard Rates Set On R.a.9184 In The Amount Of ₱ 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fee For The Bidding Documents During The Period Provided In The Preceding Paragraph. Bids Must Be Duly Received By The Bac Secretariat At The Given Address Above On Or Before 12 Noon Of May 20, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On May 20, 2025 (1:30 P.m.) At Bac Conference Office, Located At 2/floor City General Services Office, Pusok, Lapu-lapu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The City Of Lapu-lapu /bac 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. For Further Information, Please Refer To: You May Visit The Following: Vanessa Jeanne A. Dela Serna Philgeps: ______ Website: _______ Bac Secretariat 3 Conspicuous Place: City General Service Office Ceo Bulletin: ____ Cgso:____ Market:____ Telephone Number: 340-5735 Ronaldo D. Malacora Officer-in-charge- Cgso Bac Chairperson 9th Day Of May, 2025 (philgeps’ Posting Date)
Province Of Negros Oriental Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 100 Million (USD 1.7 Million)
Details: Description Invitation To Bid Bid No. B-46-2025 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: Sp Res. #622, Gen. Fund, Cy 2024, Intends To Apply The Sum Of One Hundred Million Pesos (php 100,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “design And Build” For The Construction/improvement Of Bayawan District Hospital. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 540 Calendar Days. Bidders Should Have Completed 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. The Eligibility Of Design And Build Contractors Shall Be Based On Provisions Of Annex ‘g’, Irr / R.a. 9184, Including Legal, Technical And Financial Requirements. In The Technical Requirements, The Design And Build Contractor [ As In Solo Or In Joint Venture/ Consortia ] Should Be Able To Comply With The Experience Requirement Under The Irr/ R.a. 9184, Where One (1) Of The Parties [ In A Joint Venture/ Consortia ] Should Have Completed At Least One (1) Similar Project, Over The Last Five (5) Years From The Date Of Bid Submission, Both In Design And Build, With At Least 50% Of The Cost Of The Abc Of The Project. The Joint/ Consortia Contractor Must Also Submit Class ‘a’ And Class ‘b’ Documents. 4. 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 (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-4835, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 To March 11, 2025 Up To 1:00 In The Afternoon From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (php 50,000.00) 7. The Bids And Awards Committee Will Hold A Pre-bid Conference On February 27, 2025 At 2:00 In The Afternoon At The Provincial Administrator’s Conference Room, 2nd Floor, Capitol Building, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 11, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On March 11, 2025 At 1:30 In The Afternoon, Provincial Administrator’s Conference Room, 2nd Floor, Capitol Building, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 11. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 12. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat 13. The Bac Of The Province Of Negros Oriental 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. 14. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “design And Build" For The Construction/improvement Of Bayawan District Hospital Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I. Construction/improvement Of Bayawan District Hospital Location: Zamora St., Bayawan City District Hospital 1 Lot Total Floor Area: 1,700 Sqm 1.1 Planning, Preparation, Design Phase 1.1.1 Pre Planning And Design 1.1.2 Survey 1.1.3 Site, Soil And Foundation Investigation 1.1.4 Preparation And Design Development 1.2 Demolition Of Existing Structures 1.3 Construction 1.3.1 General Requirements 1.3.1.1 Mobilization/demobilization 1.3.1.2 Permits And Licenses 1.3.1.3 As Built Drawing 1.3.1.4 Temporary Facilities 1.3.1.5 Project Billboard 1.3.1.6 Other (safety Requirement, Signages Etc.) 1.3.2 Earthworks 1.3.2.1 Embankment 1.3.2.2 Excavation 1.3.3 Structural/civil Works 1.3.3.1 Footing, Tie Beams, Columns, Beams, Slab, Roof Framing 1.3.4 Architectural Works 1.3.4.1 Ceiling, Painting, Tiling, Carpentry Works, Doors & Windows Masonry Works 1.3.5 Plumbing Works 1.3.5.1 Waterlines 1.3.5.2 Sanitary/waste Lines 1.3.6 Electrical Works 1.3.6.1 Lighting And Power Lines & Equipments 1.3.7 Mechanical Works 1.3.7.1 Airconditioning System 1.3.7.2 Fire Protection System 1.3.7.3 Negative Pressure For Er Isolation Room 1.3.7.4 Medical Gas Line (oxygen Only) And Air Manifold 1.3.8 Auxilliary Works 1.3.8.1 Public Address System 1.3.8.2 Fire Detection & Alarm System 1.3.8.3 Cctv System 1.3.8.4 Telephone And Data Cabling System 1.3.9 Special Items 1.3.9.1 Upgrade Of Existing Transformer To 50 Kva 3-phase Transformer 1.3.9.2 Back-up Generator Contract Duration: 540 Calendar Days Abc:p 100,000,000.00
Municipality Of Gabaldon, Nueva Ecija Tender
Textile, Apparel and Footwear
Philippines
Closing Date11 Jun 2025
Tender AmountPHP 731 K (USD 13.1 K)
Details: Description Invitation To Bid For Procurement Of Materials And Equipment That Will Be Given To Gawad Kalinga Elementary School Calendar Year 2024 1. The Lgu Gabaldon, Through The Budget For The Contract Approved By The Respective Sanggunian, Intends To Apply The Sum Of Seven Hundred Thirty One Thousand Twenty Seven Pesos And 79/100 Only (p 731,027.79) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Materials And Equipment That Will Be Given To Gawad Kalinga Elementary School Calendar Year 2024, Describe Below: Item Number Description Quantity Unit 1 Hard Hats Pcs 200 2 Siren Pc 1 3 Whistles Pcs 200 4 Medicine Cabinets, Includes: Pcs 12 • Medicine Box Alloy 1 Pc • Inmed Ice Box 1 Pc • Povidone Iodine 1 Pc • Hydrogen Peroxide 1 Pc • Thermometer 1 Pc • Cotton Applicator 1 Pc • Elastic Bandage 1 Pc • Sterile Latex Surgical Gloves 2 Pcs • Triangular Bandage 1 Pc • Cotton Balls 1 Pc • Sterile Gauze Pad 2 Pcs • Band Aid 1 Box • Alcohol 1 Ltr • Ambroxol Syrup 1 Pc • Paracetamol 1 Pc • Sinudrin Syrup 1 Pc • Multivitamins Syrup 1 Pc 5 Go Bags, Includes: Pcs 12 • Go Bag 1 Pc • Blanket 1 Pc • Emergency Rescue Blanket 1 Pc • First Aid Kit Bag 1 Pc • Thermometer 1 Pc • Elastic Bandage 3x5 1 Pc • Cotton Balls 1 Pc • 60ml Hydrogen 1 Pc • 15ml Betadine 1 Pc • 60ml Isopropyl Alcohol 1 Pc • 3x10 Gauze Bandage 1 Pc • Alcohol Swabs 4 Pcs • Band Aid 5 Pcs • 4x4 Sterile Gauze Pad 1 Pad • Hygiene Kit Bag 1 Pc • Face Towel 1 Pc • Hair Comb 1 Pc • Shampoo 2 Pcs • Body Soap 1 Pc • Toothpaste 1 Pc • Toothbrush 1 Pc • Alcohol 1 Pc • Flashlight 1 Pc • Aa Battery 4 Pcs • Raincoat 1 Pc • Whistle 2 Pcs • 1ltr Water 2 Pcs • Energy Bar Biscuit 2 Pcs • Can Food 2 Pcs 6 Trauma Bags, Includes: Pcs 12 1.trauma Bag Large 1 Pc 2. 5lbs Oxygen Tank 1 Pc 3. Aneroid Sphygmonometer 1 Pc 4. Stethoscope 1 Pc 5. Non-contact Thermometer 1 Pc 6. Retractable Tourniquet 1 Pc 7. Pulse Oximeter 1 Pc 8. Band Aid 1box 9. Hot And Cold Pack 1 Pc 10. 4x4x5 Sterile Gauze Pad 100’s 1box 11. Alcohol Pads 100’s 1box 12. Povidone Swab 100’s 1 Pc 13. Facemask 1box 14. Sterile Water Litter 1 Pc 15. Nss Litter 0.9% Sodium Chloride 1 Pc 16. 500ml 70% Alcohol 1 Pc 17. 120ml Povidone Iodine Betasol 1 Pc 18. Cotton Applicator 10 Pcs 19. Kidney Basin 1 Pc 20. Cotton Balls 1 Pc 21. Latex Examination Gloves 1box 22. 500ml Hot Bag 1 Pc 23. Ppe Isolation Gown 1 Pc 24. Surgical Scissor 1 Pc 25. Bandage Scissor 1 Pc 26. Trauma Power Scissor 1 Pc 27. Forceps 1 Pc 28. Roll Elastic Bandage 4x5 2 Pcs 29. Roll Elastic Bandage 3x4 2 Pcs 30. Roll Elastic Bandage 2x10 2 Pcs 31. Gauze Bandage 2x10 2 Pcs 32. Gauze Bandage 3x10 2 Pcs 33. Gauze Bandage 4x10 2 Pcs 34. Penlight 1 Pc 35. Triangular Bandage 1 Pc 36. Sterile Eye Pad 4 Pcs 37. Thermal Blanket 1 Pc 38. 3cc Disposable Syringe 5 Pcs 39. 1cc Disposable Syringe 5 Pcs Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-gabaldon Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Are Thirty (30) Calendar Days. Bidders Should Have Completed, Within 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Interested Bidders May Obtain Further Information From Lgu-gabaldon Thru Its Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00 Pm 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 4, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos Only (php 1,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Lgu Gabaldon Will Hold A Pre-bid Conference On Not Applicable At Municipal Conference Hall, Gabaldon Municipal Building, Gabaldon, Nueva Ecija, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before June 16, 2025, 10:00am. 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 June 16, 2025, 10:20am At Municipal Conference Hall, Gabaldon Municipal Building, Gabaldon, Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu Gabaldon 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. 11. For Further Information, Please Refer To: Romeo P. Garcia Jr. Bac Secretariat Bac Office, Gabaldon Municipal Compound Gabaldon, Nueva Ecija 09171166811 June 4, 2025 Date Engr. Manuel M. Cabungcal Jr. Bac Chairman
City Of Bayawan Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 45.8 K (USD 791)
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Rfq No. Np/pb 24-p-310 Date December 19, 2024 Pr Reference 100-24-02-050 Philgeps Reference No. End - User Ceo Closing Date January 2, 2025 @ 5:00 P.m. Bid Opening January 7, 2025 @ 9:00 A.m. Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. 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. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Basis Of Evaluation For This Rfq : ◻ By Lot ◻ Per Item 8. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Np/pb 24-p-310 Total Abc: Php 45,850.00 0.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (totalabc Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Xi. 1 Lot Plumbing Works - 68 Pipe, Pvc, 107.10mm Outside Dia X T=3.81mm X L=3.0m, S-1000, Orange 40 Length/s 1,008.00 [ ] [ ] 40,320.00 69 Pvc Elbow, Inside Dia: 107.10mm X 45 Deg Bend, S-1000, Orange 30 Pc/s 119.00 [ ] [ ] 3,570.00 70 Solvent Cement, Pvc (500 Cc/can) 10 Can/s 196.00 [ ] [ ] 1,960.00 45850 Xii. 1 Lot Tanks - 72 Acetylene Gas - Refill 2 Tank/s 4,340.00 [ ] [ ] 8,680.00 73 Oxygen Gas - Refill 2 Tank/s 1,680.00 [ ] [ ] 3,360.00 Xiii.tarpaulin Printing 71 Labor And Materials (tarpaulin Printing ) 8 Sets- 2' X 4' (signage) 1 Lot 1,568.00 [ ] [ ] 1,568.00 * Nothing Follows* 45,850.00 Purpose: Supply And Delivery Of Construction Supplies And Materials For The Construction Of Barangay Manduao Gymnasium And Evacuation Center (phase 4) (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
5351-5360 of 5541 archived Tenders