Oxygen Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date4 Apr 2025
Tender AmountRefer Documents
Details: Disclaimer This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
submit Capability Statement To Keysha.gorman74@va.gov By 8am On 4/4/25. Include Your Sam S Uei And Business Size. a. Scope Of Work:
the Contractor Will Provide All Resources Necessary To Perform Deficiency Corrections Found On The Most Recent Medical Gas Report On Medical Gas Outlets, Alarms, And Source Equipment At The Washington Dc Va Medical Center. The Repairs Shall Be Performed In Accordance With The Guidelines Of Nfpa 99 Medical Gas Requirements For Health Care Facilities (nfpa 99 Medical Gas For Healthcare Facilities [2021 Code] (chthealthcare.com). The Systems To Be Repaired Include The Medical Air & Vacuum Systems, Oxygen Systems, Nitrous Oxide Systems, And Nitrogen Systems.
b. Place Of Performance:
washington Dc Veteran Affairs Medical Center Located At 50 Irving St. N.w. Washington, Dc 20422. Sow Area Alarm Conversion. upon Acceptance Of Quote, Schedule Appropriate Start Time With Customer. arrive At Site And Preform Safety Procedures To Properly Evaluate Each Unit That Is Offline. (lock, And Tag Out If Necessary) remove Damaged Parts And Repair With New Manufacture Recommended Parts. conversion Of Area Faulty Area Alarm With New Alert Series (lcd Panel) 5gas (oxy,air,vac,n20) And Power Supply once The Repairs Are Completed Contractor Shall Preform A Startup Of Alarm System And Check For Leaks, And Place Unit Into Automatic Operation.
remove All Damaged Parts And Or Equipment. Sow Pressure Testing Co2 Distribution. upon Acceptance Of Quote, Schedule Appropriate Start Time With Customer. arrive At Site And Preform Safety Procedures To Properly Evaluate Each Unit That Is Offline. (lock, And Tag Out If Necessary)
pressure Test Co2 Distribution For Or 1 Through 5
provide A Report Of Findings To The c. Period Of Performance:
the Contractor Will Perform Deficiency Corrections Of Washington Dc Vamc S Medical Gas Systems On A Time That Is Convenient With The Government. d. Check-in & Check-out Procedures:
the Contractor S Field Service Engineer(s) Must Check-in With The Cor Upon Arrival At The Vamc. The Field Service Engineer Will Be Issued A Contractor S Identification Badge Which Will Be Always Displayed While On Vamc Property And Surrendered Upon Completion Of The Inspection Services. Also, The Field Service Engineers (fse) Will Be Required To Enter The Following Information Into The Control Panel Log: Name Of Field Service Engineer, Name Of Contractor, Current Date, Time In, Location Of Service/equipment Being Serviced, And Time Out. The Field Service Engineer Shall Notify The
cor Or Other Designated Engineering Person Before Leaving. e. Inspection Equipment Calibration Certificates:
prior To Performing The Inspection Services, The Contractor Shall Provide The Cor With A Copy Of The Current Calibration Certification Of All Test Equipment Which Shall Be Used By The Contractor During Its Inspection Of The Medical Gas System. This Certification Shall Also Be Provided On A Periodic Basis When Requested By The Vamc. Test Equipment Calibration Shall Be Traceable To A National Standard. f. Inspection Report:
at The Conclusion Of The Medical Gas System Repair, The Contractor Must Deliver A Written Inspection Report To The Cor. The Inspection Report Must, At A Minimum, Document The Following Data Legibly And In Complete Detail:
1. Name Of Contractor.
2. Name & Signature Of The Field Service Engineer(s) Who Performed The Inspection And Field-testing Services.
3. Date & Time Of Inspection (starting And Ending).
4. Identification Of Equipment Inspected During Visit: Device Name/description, Device Location (if Applicable), Manufacturer S Name, Model Number, Serial Number, Inventory/barcode, And Any Other Identification Numbers. competency Of Personnel Servicing Equipment: the Contractor Shall Have Fully Qualified Field Service Engineer Performing All Service On The Equipment Under Contract. Within The 7-day Period After The Award Of The Contract, The Contractor Shall Submit A List Of The Fully Qualified Field Service Engineers Who Shall Perform The Contracted Service At This Vamc For Each Make And Model Of Equipment On The Equipment Schedule. The List For Each Field Service Engineer Performing Work At This Vamc Will Include: Their Name, Geographic Location, Length And Type Of Experience Maintaining Medical Equipment (specific To Make And Model Of Equipment), And Their Formal Training (specific To The Make And Model Of Equipment). Each Respondent Must Have An Established Business, With An Office And Full-time Staff. Generally, The Contractor Shall Have Two Years Of Successful Experience In Fully Maintaining The Full Schedule Of Equipment For This Contract. This Staff Includes Two Fully Qualified Field Service Engineers Who Shall Serve As The Primary Technician And Backup For The Servicing Of The Items Listed On The Schedule Of Equipment At This Vamc. The Term Fully Qualified Is Based Upon Training And Experience The Field. For Training, The Field Service Engineer(s)has Successfully Completed Formalized Training Program And Certified As A Field Inspector For Nfpa 99-medical Gas Requirements For Heath Car Facilities And Joint Commission Standards. For The Equipment Identified In The Scheduled Of Equipment. For Field Experience, The Field Service Engineer(s) Shall Have A Minimum Of Four Years Of Experience (except For Equipment On The Market Less Than Two (2) Years) Performing Preventive Maintenance And Equipment Repairs On The Equipment. the Field Service Engineers Shall Be Authorized By The Contractor To Perform The Maintenance Services. All Work Shall Be Performed By Fully Qualified Individuals. The Contractor Shall Provide Written Assurance Of The Competency Of Their Personnel And A List Of Credentials Of Approved Field Service Engineers For Each Make And Model The Contractor Services At The Vamc, As Detailed In Section C.15. The Contracting Officer May Authenticate The Training Requirements, Request Training Certificates Or Credentials From The Contractor At Any Time For Any Personnel Who Are Servicing Or Installing Any Vamc Equipment. The Contracting Officer And Cotr Specifically Reserve The Right To Reject Any Of The Contractor S Personnel And Refuse Them Permission To Work On The Vamc Equipment. if Subcontractor(s) Are Used, They Must Be Approved By The Contracting Officer; The Contractor Shall Submit Any Proposed Change In Subcontractor(s) To The Contracting Officer For Approval Or Disapproval. g. Safety Precautions:
the Contractor Shall Comply With All Applicable Federal, State And Local Legal Requirements Regarding Workers Health And Safety. The Requirements Include, But Are Not Limited To, Those Found In Federal And State Occupational Safety And Health Act (osha) Statutes And Regulation, Such As Applicable Provision Of Title 29, Code Of Federal Regulations (cfr) Parts 1910 And 1926. Contractor Is Solely Responsible For Determining The Legal Requirements That Apply To Activities And Shall Ensure Safe And Healthful Working Conditions For Its Employees. Contractor Shall Assume The Responsibility To Guard Against Causing Fires And/or Explosion And To Protect Government Property, Reference Nfpa 241 And 29 Cfr 1926.
the Contractor Shall Perform The Work In A Manner Consistent With The Area Security And Fire Safety Regulations Especially Regarding Exits And Exit Way Access. Utility Shutdowns Shall Not Compromise Security, Communication, Or Fire Safety For Occupants. All Necessary Precautions Shall Be Taken By The Contractor To Prevent Activation Of Any Existing Smoke Detectors Or Sprinkler Heads.
h. Hazardous Material Reporting:
the Contractor Shall Maintain Inventories And Material Safety Data Sheets (msds) For All Hazardous Materials (as Defined In Cfr 1910.120, 40 Cfr S 355, 370, & 372) It Plans To Use At The Vamc To Carry Out Its Inspection. Hazardous Materials Must Be Inventoried When Received And When The Project Is Completed And Shall Be Submitted To The Cor. In The Event Of A Spill, Contractor Shall Immediately Notify The Cor. The Contractor Shall Be Solely Responsible For The Expense Of Any Cleanup Of Such Spill, And The Cleanup Shall Be In Accordance With The Applicable Provision Of 40 Cfr Part 761.
i. Onsite Parking Information:
contractor Must Park In The Area Designated For Contractor Parking.
j. Service Contract Labor Standards:
the Service Contract Labor Standards Apply To This Contract. Contractor Will Be Responsible For Compliance With The Service Contract Labor Standards And Determining Which Of Its Workers Are Performing On Or In Connection With The Contract And Properly Segregating Their Hours For Purposes Of Pay And Recordkeeping. The Department Of Labor S Wage Determination Is Provided As An Attachment In Section D; It Specifies The Minimum Wages And Fringe Benefits For Workers Performing On Or In Connection With This Contract.
k. Nonpersonal Services:
the Government Shall Neither Supervise Contractor Employees Nor Control The Method By Which The Contractor Performs The Inspection Services. Under No Circumstances Shall The Government Assign Tasks To, Or Prepare Work Schedules For, Individual Contractor Employees. It Shall Be The Responsibility Of The Contractor To Manage Its Employees And To Guard Against Any Actions That Are Of The Nature Of Personal Services Or Give The Perception Of Personal Services.
Oriental Mindoro Tender
Healthcare and Medicine
Philippines
Closing Date5 May 2025
Tender AmountPHP 5 Million (USD 89.4 K)
Details: Description Invitation To Bid For Supply And Delivery Of Hospital/medical Equipment For Use Of The Omph Endoscopy And Colonoscopy Unit And Upgrading Of Type Ii Ambulance Ib No. Gsh 2025-088 1. The Provincial Government Of Oriental Mindoro, Through The General Fund Intends To Apply The Sum Of Five Million Pesos Only (php 5,000,000.00) Being The Abc To Payments Under The Contract For Hospital/medical Equipment For Use Of The Omph Endoscopy And Colonoscopy Unit And Upgrading Of Type Ii Ambulance. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro – Bac For Health Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days Upon Signing Of The 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). Item No. Item Description Qty./unit 1 Anesthesia Machine Physical Specifications: Dimensions And Weight Height 1410 Mm Width 780 Mm (not Including Breathing System) 945 Mm (including Breathing System) Depth 690 Mm Weight <145 Kg (without Vaporizers And Cylinders) Ventilation Parameters Range Patient Size Adult, Pediatric, Infant Tidal Volume 20~1500 Ml (volume Mode) (increments Of 1 Ml) 5~1500 Ml (pressure Mode) Pinsp 5~60 Cmh2o (increments Of 1 Cmh2o) Plimit 10~100 Cmh2o (increments Of 1 Cmh2o) Δpsupp 3~60 Cmh2o (increments Of 1 Cmh2o) Rate 4~100 Bpm (increments Of 1 Bpm) I:e 4:1-1:8 (increments Of 0.5) Inspiratory Pause (tip:ti) Off, 5% - 60% (increments Of 1%) Inspiratory Time (tinsp) 0.2 - 5.0 S (increments Of 0.1 S) Trigger Window 5% - 90% (increments Of 5%) Flow Trigger 0.5~ 15 L/min (increments Of 0.5 L/min) Pressure Trigger -20~ -1 Cmh2o (increments Of 1 Cmh2o) Expiration Termination Level 5% - 60% (increments Of 5%) Min Rate 2 - 60 Bpm (increments Of 1 Bpm) Tslope 0.0 - 2.0 S (increments Of 0.1 S) Apnea I: E 4:1~1:8 (increments Of 0.5) Δpapnea 3 - 60 Cmh2o (increments Of 1 Cmh2o) Monitoring Parameters Minute Volume 0 ~ 100 L/min Tidal Volume 0 ~ 2500 Ml Inspired Oxygen (fio2) 18% ~ 100% Peak Airway Pressure -20 ~ 120 Cmh2o Mean Pressure -20 ~ 120 Cmh2o Plateau Pressure -20 ~ 120 Cmh2o I:e 8:1 ~ 1:10 Rate 0 ~ 120 Bpm Peep 0 ~ 70 Cmh2o Resistance (r) 0 ~ 600 Cmh2o/(l/s) Compliance (c) 0 ~ 300 Ml/ Cmh2o 1 Unit Item No. Item Description Qty./unit 2 3 4 Patient Monitor Specifications: Display Screen : 12.1 Inch Color Touchscreen, 1280 X 800 Pixels Display Channels : Up To 10 Waveforms Channels Ecg: Lead Set : 3 Or 5 Leads Sweep Speed : 6.25 Mm/s, 12.5 Mm/s, 25mm/s, 50 Mm/s Gain : X0.125, X0.25, X1, X2, X4, Auto Bandwidth : Diagnostic Mode: 0.05 To 150hz Monitor Mode: 0.5 To 40 Hz Surgical Mode: 1 To 20 Hz St Mode: 0.05 To 40 Hz Emphasis Mode: 2 To 18 Hz Customise Mode: Available Highpass Frequencies (0.01hz, 0.05hz, 0.15hz,0.25hz, 0.32hz, 0.5hz, 0.67hz); Available Lowpass Frequencies (25hz, 35hz, 45hz, 75hz, 100hz, 150hz) Pace Detection : Amplitude: ±2 Mv To ±700 Mv Width: 0.1 To 2 Ms Rise Time: 10 To 100 Μs Defib. Protection : Withstand 5000v (360j) Defibrillation Aed Defibrillator Specifications: Waveform : Biphasic Energy Sequence : Adult: (150, 150, 200) J; Charging Time : When The Battery Is Used Less Than 15 Times, Reach To The Maximum Charging Energy Is Less Than 8 Seconds Analysis Time : 7s Charging Times : 250 Discharges At 200j Or 320 Discharges At 150j Operation Prompts : Voice And Led Prompts Energy Accuracy : ±5% (under 50 Ohm Load) Maximum Voltage : 1100±50v Impedance Range : 20ω To 200ω Transport Ventilator Specifications: Parameters Tidal Volume 0~2000ml Respiration Rate 1~120bpm (a/c Mode); 1~40bpm (simv Mode) I:e Ratio 1:10~4:1 Fio2 40%~100% Trigger Sensitivity Pressure Trigger: -20~0cmh2o Flow Trigger 2-30l/min Peep 0~30cmh2o Technical Data Supply Gas O2, 0.25~0.6mpa Power Supply Ac100-240v, 50hz/60hz, ≤65va Screen Size 5” Lcd Screen Maximum Security Pressure ≤8 Kpa Compliance ≤4ml/100pa Dimension (w*d*h) 168mm*156mm*300mm Battery Operating Time Approx. 4.5h Weight 3.2kg (main Unit); 8kg (main Unit& Accessories) 1 Unit 1 Unit 1 Unit Item No. Item Description Qty./unit 5 Cautery Machine Specifications: Modes Monopolar, Bipolar Max Output Power 60~100 Load Impedance Monopolar 500, Bipolar 100 Frequency 12~25 Max Output Voltage 700~4800 Crest Factor 1.8~6.3 X-x-x 1 Unit 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Pre-procurement Conference Schedule: April 14, 2025 11:00am At Bac For Health Conference 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Oriental Mindoro-bac For Health And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 15, 2025 To May 5, 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 Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Oriental Mindoro-bac For Health Will Hold A Pre-bid Conference On April 22, 2025 At 11:00am At Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee For Health, On Or Before May 5, 2025 At 9:30 Am. 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 May 5, 2025 At 10:00 Am At Bac For Health Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pgom - Bids And Awards Committee For Health 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. 11. For Further Information, Please Refer To: Anna Marie P. Valdez Bac For Health Office Provincial Capitol Complex Camilmil, Calapan City Oriental Mindoro 5200 April 15, 2025 [date Of Issue] Maria Consuelo B. Mariñas,md,mha Bac Chairperson For Health
Municipality Of Roseller T Lim, Zamboanga Sibugay Tender
Electrical Goods and Equipments...+3Machinery and Tools, Scraps, Electrical and Electronics
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 365.4 K (USD 6.3 K)
Details: Description Republic Of The Philippines Province Of Zamboanga Sibugay Municipality Of Roseller T. Lim Invitation To Bid February 10, 2025 To All Interested Bidders: Notice Is Hereby Served That Sealed Bid Be Received For Public Bidding Under The Harmonious Procurement Process In The Office Of The Bids And Awards Committee On February 24, 2025 At Exactly 1:30 Pm For The Following Articles Stated Below; Items & Description Quantity Unit Motorpool Acetylene 2.00 Tanks Wd40 2.00 Can 5kls Welding Rod 1.00 Box 2.5kls Welding Rod 3.00 Box Cutting Disc 8.00 Pcs Grinding Stone 2.00 Pcs Welding Holder 1.00 Box Hose Clam 1.00 Pc Hose Connector 2.00 Set Welding Glass 2.00 Pcs Rubber Cup 2.00 Pcs Led 18w 1.00 Pc Auto Bulb 24v 4.00 Pcs Paint Black W/ Thinner 1.00 Ltr Wire #18 40.00 Mtrs Wire #10 10.00 Mtrs Elec. Tape 3.00 Pcs Breaker 3.00 Pcs Door Knob 3.00 Pcs Led Bulb 7.00 Pcs Epoxy Primer 3.00 Ltr Bulb 15w 2.00 Pcs Loader V-belt #44b 2.00 Pcs Waterpump 1.00 Pc Wire #14 4.00 Mtrs Fuse Single 1.00 Pc Elec. Tape 2.00 Pcs Relay 24x 1.00 Pc Autowire #16 1.00 Roll Stranded Wire #18 22.00 Mtrs Paint Brush #2 2.00 Pcs Coolparts 1.00 Pc Vulcaseal 1.00 Can Rubber Cup 60x45x9 2.00 Pcs Dt Yellow Fuel Hose 100ft 3.00 Mtrs Clip 4.00 Pcs Vulcaseal 1.00 Can Padlock 1.00 Pc Gasket All 1.00 Pc Rivets 6.00 Pcs Center Bolt 1/2 1.00 Pc Expansion Bolt 5/8 6.00 Pcs Grader Bronze Rod 2.00 Pcs Wd40 2.00 Can Nut 1.00 Pc Oring 1.00 Pc Welding Rod 1.00 Box Lock Washed 3.00 Pcs Back Horn 2.00 Pcs Padlock 2.00 Pcs Balik-balik-menro Bulb Double Contact 4.00 Pcs Electrical Tape 1.00 Pc Clearance Light 1.00 Set Piston Ring New 1.00 Set Tras. Support F6 2.00 Pcs Car Cleaner 1.00 Pc Canter White Tire 750x16 2.00 Pcs Padlock 1.00 Pc Wheel Bolt 1.00 Pcs Devcon 1.00 Set Bolt W/nut Lock Washer 4.00 Pcs Cutting Disc 5.00 Pcs Bolt 10mx1 W/lock Wacher 4.00 Pcs Belt A-45 2.00 Pcs Carbon Brush 1.00 Set Garbage Truck Spray Paint Black 1.00 Pc Tapelon 1.00 Pc Tire 8.25x20 3.00 Pcs Bolt 8mm 8.00 Pcs Spray Paint Gray 1.00 Can Grinding Stone 2.00 Pcs Cutting Disc 3.00 Pcs Welding Rod 1.00 Box Battery Clamp 4.00 Pcs Repair Kit 1.00 Pc Clutch Booster 1.00 Pc Lowbed 11rx22.5 Tire 3.00 Pcs Black Acrylic Noncoat 2.00 Ltrs Paint Brush #2 1.00 Pc Thinner 1.00 Gal Injection Pump Calibration 1.00 Pc Canter Blue Sand Paper #120 4.00 Pcs Stopper 1.00 Pc Lock 1.00 Pc Shatter Bracket 1.00 Pc Dumptruck Aircleaner 1.00 Pc Wheel Bolt 3.00 Pcs Battery Clamp 4.00 Pcs Fitting Hose 1.00 Set Accelarator 1.00 Set Side Car-mswd Brake Shoe 1.00 Pc Bearing 6302 2.00 Pcs Prado Rubber Cup Secondary Clutch 1.00 Pc Sand Paper #1000 1.00 Pc Electrical Tape 1.00 Pc Hilux Orange Tire 265/70 R17 2.00 Pcs Bearing Dg15 1.00 Pc L300 195x14 White Tube 1.00 Pc Legislative Van Upper Arm Assembly 1.00 Set Fuel Filter 1.00 Set Oil Filter 1.00 Pc Taggle Switch 2.00 Pcs Brake Pad 1.00 Set Bachoe Fuel Filter 2.00 Pcs Air Cleaner 1.00 Pc Black Horn 1.00 Set Wd40 3.00 Pcs Pylox 1.00 Can Oil Filter #c-223 1.00 Pc Battery 21 Plates 2.00 Pcs Fabrication Of Engenering Plastic 2.00 Pcs Mixer Bolts 8mmx1/2 W/nut 4.00 Pcs Welding Rod 2.5kls 1.00 Box V-belt B-64 2.00 Pcs Welding Rod Stainless 3.00 Pcs Ambulance Rubber Cup 4.00 Pcs Cable Tie 5.00 Pcs Head Light Bulb 12v 2.00 Pcs Brake Pad 2.00 Set Brake Shoe 1.00 Set Wd40 2.00 Can 8mmx1 W/nut Flat Wacher 8.00 Pcs Battery 9 Plate 2.00 Pcs Assemble 1.00 Pc Cutting Disc 5.00 Pcs Oil Filter 1.00 Pc Fuel Pump Assembly 2.00 Pcs Bolt 8mm X 1 W/nut 2.00 Pcs Sealant 1.00 Pc Kanyoto 1.00 Pc Bonggo Rubber Cup Clutch 2.00 Pcs Rubber Brake Master 2.00 Pcs Rubber Cup 2.00 Pcs Hammer -ld Cutting Disc 3.00 Pcs Pylox 2.00 Can Tapelon 1.00 Pc Wd40 1.00 Can Gum 1.00 Pc Mud Guard 1.00 Mtr Bolt 6mmx1 1/2 Set 12.00 Pcs Battery Clip 2.00 Pcs Strada -ld Oil Filter 1.00 Pc Wiper Wash 2.00 Ltrs Welding Rod 1.00 Box Door Lock 2.00 Pcs Horn 2.00 Pcs Cutting Disc 10.00 Pcs Cutting Blade 5.00 Pcs Oil Filter 1.00 Pc Flushing Oil 1.00 Ltr Hose Connector W/ Clip 1.00 Set Wiper Wash 2.00 Ltrs Refitting Car Hose 1.00 Pc Rubber Cup 2.00 Pcs Tire Sealant 2.00 Pcs Car Wash Hose 10.00 Mtrs Sealant 1.00 Pc Patch 1.00 Pc Police Car Wiper Blade 1.00 Pc Oil Filter 2.00 Pcs Tire 235/70 R15 4.00 Pcs Sealant 1.00 Pc Cutting Disc 3.00 Pcs Welding Rod 2.5kls 2.00 Box Welding Rod 5kls 1.00 Box Cutting Disc 10.00 Pcs Oxygen 1.00 Tank Red Oxide 1.00 Ltr Paint Brush #2 1.00 Pc Vulcaseal 1.00 Can Bulb Single Contact 4.00 Pcs Double Contact 4.00 Pcs Electrical Tape 1.00 Pc Bolt 8mmx1/2 Nut Wacher 16.00 Pcs Brake Pad 1.00 Set Tire Sealant 2.00 Pcs Purpose: Sparepart For Governmenet – Owned Vehicles . R. T. Lim, Zamboanga Sibugay The Tender Document Forms Are Available In The Office Of The Bac/bac Secretariat Effective On Feb. 11, 2025 Office Hours. The Total Estimated Amount Of The Above Stated Supplies Equivalent To Three Hundred Sixty Five Thousand Four Hundred Eighty Seven Pesos & 25/100 Only (php365,487.25). Please Be Reminded That The Bac Have The Right To Rejected Any Or All Bids And Accept Only Those Bids Most Advantageous To The Lgu. Engr. Albert Dela Peña Bac Chairman
Province Of Negros Oriental Tender
Healthcare and Medicine
Philippines
Closing Date26 Mar 2025
Tender AmountPHP 667.2 K (USD 11.6 K)
Details: Description 1 Alcohol, Isosprophyl 70%, 500cc, Screw Type Cover 300 Bot 90.00 2 Autoclave Tape 1"' 50m/roll 2 Rolls 499.50 3 Blade Holder #3 1 Pc/box 6 Box 200.00 4 Blade Surgical #11 3 Box 1,350.00 5 Bulb Syringe Irrigation 60cc, W/ Tip Protector 5 Pc 50.00 6 Catheter Foley 2 Way Fr 8 15 Pc 47.00 7 Catheter Foley 2 Way Fr10 15 Pc 47.00 8 Catheter Foley 2 Way Fr12 15 Pc 47.00 9 Catheter Foley 2 Way Fr14 15 Pc 47.00 10 Catheter Foley 2 Way Fr16 200 Pc 47.00 11 Catheter Foley 2 Way Fr18 200 Pc 47.00 12 Catheter Nelaton (straight Catheter) Fr.12 25 Pc 18.00 13 Catheter Suction Fr 8 25 Pc 18.00 14 Catheter Suction Fr 16 150 Pc 18.00 15 Catheter Sucton Fr 18 100 Pc 18.00 16 Chromic 4-0 Hr 37 3 Doz 1,100.00 17 Chromic 3-0 Hr 26 With Cutting Needle 10 Doz 1,100.00 18 Cotton 400 Gms. 30 Roll 140.00 19 Cotton Applicator 110's /box 2 Box 200.00 20 Drain Suction Set, Poole , Ch 24x310 Cm Per Sample 1 Pc 350.00 21 Ecg Paper, Compatible W/ Cl-503-b Careland Machine 25 Roll 650.00 22 Elastic Bandage 3" 10 Roll 18.00 23 Elastic Bandage 4" 10 Roll 24.00 24 Elastic Bandage 6" 10 Roll 38.00 25 Gauze, Surgical 40's28x24 Mesh 36"x100yds-2ply 30 Roll 1,500.00 26 Gloves Examination, Disposable M X 100 Latex 50 Pairs/box 10 Box 600.00 27 Gloves Examination, Disposable S X 100 Latex 50 Pairs / Box 10 Box 600.00 28 Gloves Surgical, Sterile, Size 7.5 50pairs/box 5 Box 1,050.00 29 Gloves Surgical, Sterile, Size 7 50pairs/box 30 Box 1,050.00 30 Gloves Surgical, Sterile, Size 6 1/2 50pairs/box 25 Box 1,050.00 31 Glucose Strips W/ Pricker, 50 Strips, 50 Prickers 10 Set 1,400.00 32 Hot Water Bag Medium 10 Pc 50.00 33 Jelly Lubricating / Tube Big 20 Tube 550.00 34 Mask Oxygen Adult 50 Pc 57.50 35 Mosquito Forcep Curve 12 Pc 200.00 36 Nasal Cannula Adult Soft Tip, Good Quality 250 Pc 20.00 37 Nasal Cannula Neonatal Soft Tip 0167 50 Pc 50.00 38 Nasal Cannula Pedia Soft Tip 0167 200 Pc 19.40 39 Nebulizer Machine 7 Pc 5,000.00 40 Needle Holder 12 Pc 200.00 41 Needles, Disposable , G19x1x100 10 Box 220.00 42 Needles, Disposable , G26x1x100 25 Box 220.00 43 Non - Rebreather Mask Adult 10 Pc 150.00 44 Plaster Hypoallergenic 1 X 2 X 12's, Latex Free, Light Blue Box 15 Box 850.00 45 Patient Id Bracelet 100's /box 2 Box 500.00 46 Povidone Iodine Cleanser, 7.5%, Concentrated, 1 Gal 1,000.00 Rich Lather And In A Strong Thick Container 47 Povidone Iodine Solution, 10%, Concentrated, 3 Gal 1,000.00 Rich Lather And In A Strong Thick Container 48 Pulse Oximeter ( Adult ) Good Quality With Specs 3 Pc 6,000.00 49 Silk 2-0 Hr 26 ,2 Metric Black Braided, 15 Box 1,100.00 Sterile 1/2 Circle Tapper Point W/ 24/ Box, Green Box 50 Silk 3-0 Hr 26 ,2 Metric Black Braided, 15 Box 1,100.00 Sterile 1/2 Circle Tapper Point W/ 24/ Box, Green Box 51 Silk 4-0 Hr 26 ,2 Metric Black Braided, 5 Box 1,100.00 Sterile 1/2 Circle Tapper Point W/ 24/ Box, Green Box 52 Portable Suction Machine With Specs 1 Pc 6,000.00 53 Surgical Scissor 12 200.00 54 Sphygmomanometer Aneroid 056 Adult, Good Quality 10 Pc 1,200.00 55 Stethoscope Adult (good Quality) 5 Pc 800.00 56 Stethoscope Pedia (good Quality) 5 Pc 800.00 57 Syringe, Disp. 1 Cc., X100s G25 X 5/8 25 Box 1,100.00 58 Syringe, Disp. 10cc X100s W/ 1" 25 Box 1,100.00 59 Syringe, Disp. 3 Cc. X100's G23 X 1 50 Box 1,100.00 60 Syringe, Disp. 5 Cc. X100's G23 X 1 50 Box 1,100.00 61 Syringe, Disp., 0.5 Insulin G30 X 3/8 X100s W/ 1/2" 15 Box 470.00 62 Thermometer Digital 10 Pc 150.00 63 Tissue Forcep With Teeth 12 Pc 200.00 64 Tongue Depressor X 100's, Disposable, Sterile 2 Box 175.00 65 Tube Endotracheal, Uncuffed, Size 3.5, Good Quality, Per Sample 1 Doz 600.00 66 Tube Tracheal, Cuffed# 6.0, Good Quality, Per Sample 1 Doz 600.00 67 Tube Tracheal, Cuffed# 6.5, Good Quality, Per Sample 1 Doz 600.00 68 Tube Tracheal, Cuffed# 7.0, Good Quality, Per Sample 1 Doz 600.00 69 Tube, Nasogastric F14-20" (slim,soft,light, Weighted Tip, Sterile) 6 Pc 22.00 70 Tube, Nasogastric F16-20" (slim,soft,light, Weighted Tip, Sterile) 8 Pc 22.00 71 Tube, Nasogastric Fr18-20"(slim,soft,light, Weighted Tip, Sterile) 12 Pc 22.00 72 Urine Bag, Plastic With Hanger 2000 Cc Capacity 50 Pc 60.00 73 X-ray Film 11x14x100's Green Sensitive 1 Box 4,000.00 74 X-ray Film 14x14x100's Green Sensitive 1 Box 4,000.00 75 X-ray Envelope 14x17x100's 141 Pc 12.00 76 Edta Minicollect 100/pack(500ul) 1 Pack 1,600.00 77 Red Top Plain Vacutainer (glass) 1 Pack 1,600.00 78 Blood Lancets 200/box(21 Gauge) 1 Box 750.00 79 Pure Distilled Water 10l 5 Gal 130.00 80 Hbsag Rapid Test Kit 40/box 1 Box 3,000.00 81 Anti-a & B, 50 Test/10ml Vial 1 Box 1,500.00 82 Anti D, Rh 1 50test/10ml Vial 1 Set 1,700.00 83 Troponin 1 Rapid Test 40kits/box 1 Set 25,000.00 84 Urine Strips 10 Parameters (insight) 9 Jar 1,700.00 85 Wheelchair Length Of 42"(106.7cm)height Of36"(91.4cm)seat Heights Around 19.5"(49.5cm)and Width Of 25"(63.5cm) 2 Unit 8,000.00 Sub-total: Project Name: For Hospital Use Place Of Delivery: Cong. Lamberto L. Macias Memorial Hospital - Siaton Total Abc 667,288.00
Department Of Public Works And Highways Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date27 May 2025
Tender AmountPHP 179.1 K (USD 3.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways South Cotabato 1st District Engineering Office Regional Office Xii Tindalo St., Balite, Brgy. Lagao, General Santos City Name Of Procuring Entity : Dpwh So. Cot. 1st , Deo, Gsc Request For Quotation Pr No: 2025-04-109-074 Revised On : Date : May 15, 2025 Standard Form/title : Request For Quotation (shopping) Office/end - User : Maintenance Section Company Name : Address : Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below. Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m. Of May 27, 2025 In The Return Envelope Attached Herewith To Procurement Office Of Department Of Public Works And Highways South Cotabato 1st District Engineering Office, Tindalo St., Balite, Brgy. Lagao, General Santos City. Terms And Conditions: 1. All Entries Must Be Typewritter Or Legibly Written. 2. Delivery Period Within 30 Cd Upon Receipt Of The Approved Funded Purchase Order (p.o), Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra (sgd) Adriano N. Nogodula Iii 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Oic-assistant District Engineer 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials;one Bac Chairperson Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. G-eps Registration Number,mayor's/business Permit And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Of The Product. 7. Please Indicate The Brand For Each Items Being Offered. 8. The Approved Budget Ceiling For This Procurement Is P 179,178.00 Stock Property No. Items & Description Qty Unit Unit Price Total Price Supply And Delivery Of Common Office Supplies, Janitorial Supplies And Electrical Supplies For Use In The Operation Of The Maintenance Section, Dpwh South Cotabato 1st Deo General Santos City. Common Office Supplies Os-00-4 Binder A4 With Dpwh Logo 100 Pcs Os-172 Bulldog Clip/ Spring Clip, 3", 6 Pcs/box 10 Box Os-00-9 Clip, Back Fold, 19mm, 12 Pcs 10 Box Os-0-10 Clip, Back Fold, 25mm, 12 Pcs 10 Box Os-0-11 Clip, Back Fold, 32mm, 12 Pcs 10 Box Os-0-12 Clip, Back Fold, 44mm, 12 Pcs 10 Box Os-0-13 Clip, Back Fold, 51mm, 12 Pcs 10 Box Os-00-7 Calculator, Scientific, Fx 991es Plus 2 Unit Os-00-8 Clear Sheet Protector (refill) 10 Pcs/pack, A4 11 Holes 50 Pack Os-0-22 Correction Tape, 5mm X 8m 50 Pcs Os-023 Cutter Screw Lock, Heavy Duty, Large, 18mm 10 Pcs Os-0-25 Dater, Small, 3mm 3 Pcs Os-0-33 Fastener, Metal 70mm Between Prongs 30 Box Page 1 Of 3 Os-0-35 Folder, Tag Board A4 Size 150 Pcs Os-037 Glue, All Purpose, 130 Grams 10 Btl Os-039 Id Puncher, Oblong 1 Unit Os-041 Laminating Film Id Size: 65x95mm, 250 Micron, 50pcs/box 5 Box Os-0-42 Marker, Flourecent 30 Pcs Os-0-45 Marker, Permanent, Broad, Black 10 Pcs Os-0-46 Marker, Permanent, Broad, Blue 10 Pcs Os-0-49 Marker, Whiteboard, Broad, Black 10 Pcs Os-0-50 Marker, Whiteboard, Broad, Blue 10 Pcs Os-0-52 Note Pad, (1x3), 100 Sheets, 5 Pads Per Pack 10 Pack Os-0-53 Note Pad, (2x3), 100 Sheets, Pad 10 Pad Os-0-54 Note Pad, (3x3), 100 Sheets, Pad 10 Pad Os-0-55 Note Pad, (3x4), 100 Sheets, Pad 10 Pad Os-0-64 Paper, Multicopy, 80gsm, Size: 210mm X 297mm (a4) 173 Ream Os-0-65 Paper, Multicopy, 80gsm, Size: 216mm X 330m (leagal) 15 Ream Os-0-67 Pencil Lead With Eraser 1 Dozen Per Box 5 Box Os-0-71 Photo Paper, A4 20 Sheets, Glossy, 135gsm 20 Pack Os-0-73 Puncher, Heavy Duty 5 Pcs Os-086 Scissors 6 Inches 5 Pcs Os-0-88 Sign Pen, Blue, Ballpoint 0.7, V7 Grip 52 Pcs Os-0-87 Sign Pen, Black, Ballpoint, 0.3 50 Pcs Os-0-90 Sign Pen, Black, Liquid Ink, 0.3mm Hi-techpoint V7 50 Pcs Os-108 Staple Wire #35 15 Pcs Os-111 Stapler (heavy Duty) 10 Unit Os-114 Sticky Notes Stylish Film Index (with "sign Here" Print) 10 Pack Os-026 Tape, Double Sided, 1 Inch 10 Roll Os-120 Tape, Masking 48mm (1 Inch) 10 Roll Os-123 Tape, Transparent, 24mm (1 Inch) 5 Roll Os-127 White Mailing Envelope, Long 500 Pieces Per Box 1 Box Common Janitorial Supplies Oj-003 Alcohol - 70% Ethyl With Moisturizer, 3,500 Ml 10 Gals Oj-002 Alcohol - Scented (70% Solution, 5 In 1 Protection Total Defense), 500 Ml 20 Btl Oj-007 Broom, Soft (walis Tambo) 10 Pcs Oj-0-15 Dishwashing Liquid, 475ml 15 Btl Oj-024 Fabric Conditioner, 900ml 10 Btl Page 2 Of 3 Oj-0-29 Floor Mop, Tornado Mop With Spin Dry (heavy Duty), Color: Beige Or Brown, Dimension: Bucket-49.5x27.5x31.5 Cm Head:124.5x16.3 Cm 6 Unit Oj-0-38 Insecticide Spray, Multi Insect Killer Water-based Spray Aerosol, 500ml 10 Btl Oj-005 Liquid Bleach Color, Safe Blossom Fresh With Oxygen Bleach, 3.6liters 10 Gals Oj-0-41 Muriatic Acid, 300ml 10 Btl Oj-0-42 Powder, Detergent, 1 Kg., Oxibleach 10 Pouch Oj-066 Powder, Detergent, 2 Kg., Scented 10 Pouch Oj-0-48 Toilet Deodorizer 30 Pcs Oj-0-50 Toilet Tissue, 3 Ply 200 Roll Common Electrical Supplies Es-00-1 Battery Size, Aa Alkaline, 2 Pieces Per Blister Pack 5 Pack Es-00-2 Battery Size, Aaa Alkaline, 2 Pieces Per Blister Pack 5 Pack Es-022 Power Adapter, 3-holes, Universal 2 Pcs Total Amount In Figures Php: Total Amount In Words: The Awarding For This Rfq Will Be On A Lump-sum Basis. Prospective Suppliers Must Quote For All Of The Name. Otherwise , They Will Be Subjected For Disqualification. Please Specify Brand Name Otherwise, Bids Will Not Be Accepted. Brand And Model Delivery Period After Having Carefully Read And Accepted Your General Conditions, I / We Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. C/o Adriano N. Nogodula Iii Bac Chairperson Printed Name / Signature / Date Dpwh, South Cotabato 1st Deo, General Santos City Tel. No. / Cellphone No. / E-mail Address Page 3 Of 3
Bataan Peninsula State University - BPSU Tender
Publishing and Printing
Philippines
Closing Date9 Jun 2025
Tender AmountPHP 292.5 K (USD 5.2 K)
Details: Description Supply And Delivery Of Office Equipments And Instructional Materials 1 Lot 1 Office Chair, With Backrest, Low Back, With Armrest 2 Pc 2 Printer 3n1, Continous Ink 1 Unit "printing: Technology: On-demand Inkjet (piezoelectric) With Epson's Heat-free Technology Resolution: Up To 5760 X 1440 Dpi Speed: Up To 10 Ipm (images Per Minute) In Black And 5 Ipm In Color (iso 24734 Standard) First Page Out Time: Approximately 10 Seconds For Black And 16 Seconds For Color Borderless Printing: Supports Up To 4r Size Scanning: Type: Flatbed Color Image Scanner With Cis (contact Image Sensor) Optical Resolution: 1200 X 2400 Dpi Scan Speed: Approximately 12 Seconds For Black And 29 Seconds For Color (200 Dpi) Copying: Resolution: Up To 600 X 600 Dpi Speed: Up To 7.7 Ipm For Black And 3.8 Ipm For Color (iso 29183 Standard) Maximum Copies: Up To 99 Copies Reduction/enlargement: 25% To 400%" "transmission Speed: Up To 33.6 Kbps (approximately 3 Seconds Per Page) Memory Capacity: Up To 100 Pages Speed Dial: Up To 100 Numbers Paper Handling: Input Capacity: Up To 100 Sheets Of Plain Paper (80 G/m²) Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m²) Automatic Document Feeder (adf): Supports Up To 30 Pages Supported Paper Sizes: Legal, Letter, A4, A5, A6, B5, 4 X 6"", 5 X 7"", 8 X 10"", Envelopes (#10, Dl, C6) Connectivity: Interfaces: Usb 2.0, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct, Ethernet Mobile Printing Solutions: Epson Iprint, Epson Email Print, Remote Print Driver, Apple Airprint, Mopria Print Service, Epson Smart Panel App" "lcd Screen: 1.44-inch Color Display Physical Dimensions: Size (w X D X H): 375 X 347 X 237 Mm Weight: Approximately 5 Kg Power Consumption: Operating: Approximately 12 W Standby: Approximately 4.5 W Sleep Mode: Approximately 0.7 W Power Off: Approximately 0.2 W Operating System Compatibility: Windows: Xp / Vista / 7 / 8 / 8.1 / 10 Windows Server: 2003 / 2008 / 2012 / 2016 / 2019 (printing Functions Only) Mac Os: X 10.6.8 Or Later Warranty: Standard Warranty: 2 Years With Product Registration" 3 Portable Scanner 1 Unit General Specifications Scanner Type: Single-sheet-fed, One-pass Scanning, Sensor Type: Cis (contact Image Sensor), Light Source: Rgb Le, Optical Resolution: 600 Dpi Max, Interpolated Resolution: 1200 Dpi, Scan Speed: Monochrome/color: Up To 5.5 Seconds Per Page (a4, 300 Dpi), Grayscale Depth: 8-bit Color Depth: 24-bit, Paper Handling Max Paper Size: 8.5" X 72" (a4, Legal, And Long Documents), Min Paper Size: 2.1" X 2.1" Paper Weight: 35 – 270 G/m², Special Media: Supports Id Cards, Receipts, Business Cards Connectivity & Compatibility, Interface: Usb 2.0 (no Wi-fi) Supported Os: Windows 7, 8, 10, 11 (32-bit & 64-bit) Macos X 10.11 Or Later,, Software: Twain Driver Support Physical & Power, Dimensions: 272 X 47 X 34 Mm (10.7" X 1.8" X 1.3"), Weight: 0.59 Lbs (270g), Power Supply: Usb-powered (no External Adapter Needed), Power Consumption: Operating: 2.5w, Standby: 1.1w, Sleep Mode: 0.4w 4 Desktop With Complete Accessories; Camera, Speaker 1 Unit Processor: Intel Core I5-12400 2.5ghz 6-core 12 Thread 18m Cache Lga1700 Memory: 16bg Motherboard: H610m-h Ddr4 Lga1700 M-atx Storage: 512 Ssd, Power Supply: Psu, Case: Mid-tower Atx Casing Monitor:24 Ips 75hz Flat 1920x1080 Ups: 650v A/360 Watts 4 Usb Wifi: Usb Dongle Wifi Ac35 Keyboard/mouse: Generic Speaker: Generic Webcam: 5 All-in-one Desktop Package (dq.bjbsp.002) 1 Unit Display: 27-inch Full Hd (1920 X 1080) Led-backlit Touchscreen Processor: Intel Core I7-1260p (12-core) Memory: 32 Gb Ddr4 Sdram Storage: 1.02 Tb Ssd Graphics: Nvidia Geforce Mx550 With 2 Gb Dedicated Memory Operating System: Windows 11 Pro Connectivity: Wi-fi 6 (802.11ax), Bluetooth 5.0, Gigabit Ethernet Ports: 1 X Hdmi 1 X Usb 2.0 3 X Usb 3.2 Gen 1 Type-a 1 X Usb 3.2 Gen 1 Type-c 1 X Rj-45 Ethernet Audio Jacks 6 Hp 200 Pro G4 22all-in-one Pc 1 Unit Display: 21.5" Fhd (1920x1080) Anti-glare Processor: Intel Core I5/i3 Or Pentium Silver Memory: Up To 32gb Ddr4 Ram Storage: Up To 512gb Ssd/ 2tb Hdd Graphics Os: Windows 10/11 Pro Connectivity: Wi-fi 5, Bluetooth 4.2/5.0, Ethernet Ports: 4 X Usb, Hdmi, Rj-45, Sd Card Reader Camera & Audio: 5mp Webcam, Stereo Speaker Dimension: 49.03x38.07x20.45cm Weight ~5.7kg 7 Camera With Video 1 Unit 18-megapixel Aps-c-size Cmos Sensor And Digic 4+ Image Processor 9-point Af With Center Cross-type Af Point Standard Iso 100-6400 (expandable To 12800) Wi-fi Supported 18.0 Megapixels Ef Lenses (including Ef-s Lenses) Compatible. Cmos Sensor Recording Format: Design Rule For Camera File System (dcf) 2.0 Jpeg, Raw (14-bit Original) Auto Lighting Optimizer Flash Color Temperature Information Transmission Enable 9-point Af With 1 Center Cross-type Af Point Wi-fi Supported 8 Ecotank - A3 Photo Ink Tank 6 Color Printer 1 Unit Print Technology: 6-color Inkjet (c, Lc, M, Lm, Y, K) Resolution: Up To 5760 X 1440 Dpi Print Speed: 15 Ppm (a4, Draft), 45s Per 4r Photo Paper Handling: A3+, A3, A4, A5, A6, B4, B5, Legal, Letter; 100-sheet Input Ink Yield: Up To 1,500 Borderless 4r Photos Connectivity: Usb 2.0 Size & Weight: 705 X 322 X 215 Mm; 12.5 Kg Power Consumption: 16w (printing), 2.2w (sleep) Os Support: Windows Xp & Later, Macos 10.5.8 & Later Warranty: 1 Year Or 9,000 Prints 9 Portable Electric Hand Air Blower (yellow) 1 Unit 10 Eco Tank 3 In 1 Colored Ink Eco Printer W/ 1set Bcym Ink 1 Unit 11 Hdmi Cable 15m Highspeed Gold Plated 2 Cable Length: 15 Meters, Color: Redmeshgold Plated, High Quality, 100% Brand New, Male To Male Transfers At Speed Up To 10.2 Gbps, Support 480i , 480p, 720p, 1080i, 1080p Resolution, Gold Plated 19 Pin Hdmi Connectors; Oxygen-free Copper Cable, Pvc Jacket With High Visibility Nylon Braiding, Hdcp Compliant, Meets All Hdmi Standards Compatible With High-speed Hdmi Specification Version 1.3b Dolby True Hd And Dts-hd Master Audio Bitstream Capable 12 8gb Ddr4 2666hmz Ram 10 Pc Capacity: 8gb Ddr4 Speed: 2666mhz (cl16) Voltage: 1.2v Form Factor: Udimm (288-pin) Heat Spreader: Low-profile Aluminum Features: Intel Xmp 2.0, Plug & Play Overclocking Compatibilty: Intel 200 Series, X99, Amd Ryzen Dimensions: 34.04mm (h), 133.35mm(l) ********** Nothing Follows **********
BANGKO SENTRAL NG PILIPINAS PUERTO PRINCESA, PALAWAN Tender
Healthcare and Medicine
Philippines
Closing Date8 May 2025
Tender AmountPHP 123.7 K (USD 2.2 K)
Details: Description Regional Operations Sub-sector | Puerto Princesa Branch Request For Quotation Negotiated Procurement - Small Value Procurement Project Identification No. (p.i.n.) Bac-slro Gs No. 2025-064 Dated 14 March 2025 The Bangko Sentral Ng Pilipinas (bsp) Requests The Submission Of Quotations For The Following Purchase Requisition/s (p.r.): Title Of Pr/ Approved Budget For The Contracts (abc) : Supply And Delivery Of Various Medical Equipment And Furniture, As Per Bsp Technical Specifications Lot No. Description Quantity Abc, Inclusive Of All Applicable Taxes And Other Charges Unit Cost Total Amount 1 Stethoscope 1 Unit 12,000.00 12,000.00 2 Oxygen Tank 1 Unit 8,900.00 8,900.00 3 Wheelchair 1 Unit 8,000.00 8,000.00 4 Hospital Bed 1 Unit 25,000.00 25,000.00 5 Glucose Meter Machine 2 Units 6,000.00 12,000.00 6 Pulse Oximeter 2 Pcs 1,200.00 2,400.00 7 Digital Bp Apparatus 1 Unit 7,000.00 7,000.00 8 Infrared Thermal Scanner 1 Unit 3,000.00 3,000.00 9 Weighing Scale With Height And Weight 1 Unit 28.000.00 28.000.00 10 Nebulizer 1 Unit 3,500.00 3,500.00 11 Medicine Cabinet 1 Unit 13,900.00 13,900.00 Quotations Exceeding The Abc Per Lot Shall Be Disqualified. Bidders/suppliers Shall Have To Option Of Submitting Quotations/proposals On Any Or All Lots And Evaluation And Contract Award Shall Be Undertaken On A Per Lot Basis. Contract Duration/ Delivery/completion/ Subscription Period : Delivery Period Of All Lots: Within Thirty (30) Calendar Days After Receipt Of A Copy Of The Executed Purchase Order. Issuance Of Rfq : Starting 3 May 2025 Deadline To Submit Quotation : 08 May 2025, 5:00 Pm Bsp Address For Submission Of Quotation : Online Submission: Mapaloms@bsp.gov.ph Notes: 1. Basis Of Time Of Receipt Of Online Submission Shall Be The Time Of Receipt By The Bsp E-mail Gateway Server; And 2. To Avoid The Tampering Or Alteration Of Electronic Documents, Files Shall Be Sent As Attachments/s To The E-mail And Not Through A File Sharing Link (e.g., Google Drive). Manual/hard Copy Submission: Bangko Sentral Ng Pilipinas - Puerto Princesa Branch Operations Support Division (osd) 2nd Floor, North National Highway Cor. Sampaloc Road Barangay San Jose, Puerto Princesa City, Palawan Note: Basis Of Time Receipt Of The Hard Copies Shall Be The Time Indicated In The Gps/digital Clock Located At The 2nd Floor, Osd Area Bsp Address For Submission Of Queries And Clarifications : Bangko Sentral Ng Pilipinas - Puerto Princesa Branch Operations Support Division 2nd Floor, North National Highway Cor. Sampaloc Road Barangay San Jose, Puerto Princesa City Palawan E-mail Address: Mapaloms@bsp.gov.ph Note: All Requests Shall Be In Writing And Addressed To The Area Director Of Bsp Puerto Princesa Branch I. Instructions And Checklist For Submission Of Documents A. Quotation Form [refer To Attached Form A] 1. Fill-up The Attached Quotation Form (use Attached Form A.). Sign The Quotation Form. 2. For Multiple Lots, A Bidder May Submit Quotation/s On All Or Any Lots. 3. Submit The Filled-up And Signed Copy Of Form A To The Address Indicated Above On Or Before The Deadline. Late Bids Shall Not Be Accepted, Unless The Schedule For Submission Of Bids Has Been Extended To Another Date. 4. A Bidder Can Modify Or Withdraw Its Quotation Before The Deadline For Quotation Submission By Sending Another Quotation, Which Is Labelled As “modification” With P.i.n. Of The Requirement. B. Legal, Financial And Technical Requirements The Supplier With The Single/lowest Calculated Quotation (s/lcq) Shall Submit The Following Requirements Within Five (5) Calendar Days From Receipt Of Notice From The Bsp-puerto Princesa Branch. Failure To Submit The Requirements Within The Period Prescribed Shall Result In The Non-compliance Of The Supplier’s Quotation/proposal. However, Bidders May Opt To Submit, Together With The Quotation, The Following Requirements Enumerated Herein: Technical Requirements I. Bsp Terms And Conditions Duly Signed By The Supplier’s Authorized Representative On The Conforme Page; And Ii. For Each Lot: Bsp Technical Specifications/terms Of Reference/drawings/design/ Service Level Agreement, Whichever Is Applicable, Duly Signed By The Supplier’s Authorized Representative On The Conforme Page; And Ii. For Each Lot: Bsp Supplied Evaluation Matrix (bspsem) Duly Accomplished By The Supplier’s Authorized Representative; Notes: 1. Bidder Shall Indicate Under Column 2 The Specifications Of Its Actual Offer And Under Column 3, The Documents That Will Support Its Statement In Column 2; And 2. The Bspsem Need Not Be Signed By The Bidder’s Authorized Representative But Must Be Accomplished And Submitted As Per Schedule Indicated Above. Iii. Proof Of Offer For Each Lot: 1. Original Or Copy Of The Printed Product Brochure(s) From The Manufacturer; Or 2. Printed Product Brochure(s) Downloaded From The Internet With Indication Of Its Source (e.g. Website) /photographs/ Manufacturer’s Catalog Data V. If Specifications/features Cannot Be Supported By Product Brochures Or Manufacturer’s Catalog: Certification From The Manufacturer Confirming The Specifications Of The Items Stated In The Supplier’s Duly Accomplished Bspsem; Or Product Demonstration/sample/shop Drawing/proof Of Concept (if Applicable); Or Reference Site. Viii. Valid Notarized Jv Agreement (jva), If Applicable Note: If The Product Offer Cannot Be Fully Evaluated Based On The Submitted Document/s, The Procurement Unit Reserves The Right To Request For Submission Of Document/s Or Additional Proof Pertaining To The Same Offer. Bid Modification Is Not Allowed. Legal And Financial Requirements I. Philippine Government Electronic Procurement System (philgeps) Registration Number Or Copy Of Valid Certificate Of Platinum Membership; Ii. Copy Of Valid Business/mayor's Permit (disregard If You Have Already Submitted/updated The Same) Notes: 1. Bir Certificate Of Registration Shall Be Submitted In Lieu Of Dti Registration And Mayor’s Permit For Individuals Engaged Under 53.9 Of The 2016 Revised Irr. 2. In Lieu Of The Mayor’s Permit And Philgeps Registration Number, The Philgeps Certificate Of Platinum Membership, Including Annex A, May Be Submitted, Provided That The Details Of The Mayor’s Permit Under Annex A Must Be Valid As Of Bidding Date. Iii. Notarized Omnibus Sworn Statement (use Gppb-prescribed Form); And Iv. Proof Of Appointment Of Supplier’s Or Service Provider’s Authorized Representative/s (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney); Ii. Pre-bid Meeting (if Applicable) 1. If A Pre-bid Meeting Is Scheduled, The Same Will Be Conducted Through Videoconferencing Through Ms Teams. 2. Interested Suppliers Are Requested To Send The Name And Contact Email Of Representative/s Who Will Participate In The Pre-bid Meeting To: Mapaloms@bsp.gov.ph. Suppliers Are Strongly Encouraged To Join The Preliminary Meeting For A Better Understanding Of The Pr. However, A Supplier Who Failed To Participate In The Preliminary Meeting May Still Submit Its Quotation. Iii. Reservations 1. The Bsp Assumes No Responsibility To Compensate Or Indemnify Any Supplier For Expenses Incurred In The Preparation Of Its Quotation. 2. The Bsp Reserves The Right To Reject The Quotation Or Not Award The Contract And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Request For Quotation. 3. The Bsp May Cancel Or Terminate The Conduct Of Procurement Activities, For Any Justifiable Reason, Such As But Not Limited To: (a) Physical And Economic Conditions Have Significantly Changed So As To Render The Project No Longer Economically, Financially, Or Technically Feasible, As Determined By The End-user Unit; (b) Project Is No Longer Necessary As Determined By The End-user Unit; (c) Source Of Funds For The Project Has Been Withheld Or Reduced Through No Fault Of The Bsp; Or (d) Brought About By The Declaration Of A State Of Calamity, Or Implementation Of Community Quarantine Or Similar Restrictions (sec. 35.6 Of The 2016 Revised Irr). 4. In Line With Section 9(e) Of The 2016 Revised Irr Of R.a. No. 9184, The Bsp Evaluates The Performance Of Suppliers/vendors By Rating The Supplier’s Responsiveness To Bsp Specifications/terms Of Reference, Promptness Of Delivery, Quality Of Goods/services, And Offer’s Value For Money. 5. The Scanned Actual Signature Of The Authorized Representative Of The Prospective Bidder, Cropped And Pasted Handwritten Signatures, Adobe-created Signatures, Unique Figures And Symbols And Stamped Signatures Are Acceptable As E-signatures. Provided, That Original Documents Not Using Digital Signatures Shall Be Transmitted During Contract Execution. However, Text-typing The Name Of The Bidder And/or The Words “sgd. Or Original Signed” And The Like Without Distinctive Features Are Not Acceptable. 6. The Bsp May Suspend The Conduct Of Procurement Activities Adversely Affected Or Interrupted By The Declaration Of A State Of Calamity, Or Implementation Of Community Quarantine Or Similar Restrictions At Any Time During The Existence Of Such Calamity, Or Quarantine Or Similar Restrictions, And When It Has Assessed Or Determined That: (a) No Supplier Will Be Able To Submit A Quotation/proposal Or Comply With The Requirements Of The Procurement Rules Due To The Limitations Resulting From The Declaration Of A State Of Calamity, Or Implementation Of A Community Quarantine Or Similar Restrictions; Or (b) Conduct Of Procurement Activities Cannot Be Undertaken Without Endangering The Health And Welfare Of Its Personnel Despite The Work From Home Or Other Alternative Work Arrangements. Sgd Evelyn V. Tanagon Manager
Department Of Education Division Of Quezon Tender
Others
Philippines
Closing Date30 May 2025
Tender AmountPHP 560 K (USD 10 K)
Details: Description Bids And Awards Committee Rfq No. 2025-37-rfqs Date: May 26, 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, Venue And Accommodation For The Conduct Of School Head Development Program Cum Intervention Program For Fy 2021 Nqesh Category B” In Accordance With Section 53.9 Of The Implementing Rules And Regulations Of Republic Act No. 9184 Name Of Project : Supply Of Food, Venue And Accommodation For The Conduct Of School Head Development Program Cum Intervention Program For Fy 2021 Nqesh Category B Approved Budget For The Contract : Five Hundred Sixty Thousand Pesos & 00/100 (php 560,000.00) Specifications : See Attached Annex “b” For The Technical Specifications Location : Talipan, Pagbilao, Quezon Delivery Term : 30 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 May 30, 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, Venue And Accommodation For The Conduct Of School Head Development Program Cum Intervention Program For Fy 2021 Nqesh Category B June 24-27, 2025 Day 0: June 23, 2025 Day 0: June 23, 2025 Accommodation Day 1 June 24, 2025 Food/venue/accommodation Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Day 2 June 25, 2025 Food/venue/accommodation Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Day 3 June 26, 2025 Food/venue/accommodation Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Day 4 June 27, 2025 Food/venue Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Pax Pax Pax Pax Pax 70 70 70 70 70 800.00 2,000.00 2,000.00 2,000.00 1,200.00 56,000.00 140,000.00 140,000.00 140,000.00 84,000.00 Grand Total 560,000.00 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 Quantity Unit Cost (php) Total Cost (php) Supply Of Food, Venue And Accommodation For The Conduct Of School Head Development Program Cum Intervention Program For Fy 2021 Nqesh Category B June 24-27, 2025 Day 0: June 23, 2025 Day 0: June 23, 2025 Accommodation Day 1 June 24, 2025 Food/venue/accommodation Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Day 2 June 25, 2025 Food/venue/accommodation Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Day 3 June 26, 2025 Food/venue/accommodation Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Day 4 June 27, 2025 Food/venue Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Pax Pax Pax Pax Pax 70 70 70 70 70 Grand Total 560,000.00 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, Venue And Accommodation For The Conduct Of School Head Development Program Cum Intervention Program For Fy 2021 Nqesh Category B June 24-27, 2025 Day 0: June 23, 2025 Day 0: June 23, 2025 Accommodation Day 1 June 24, 2025 Food/venue/accommodation Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Day 2 June 25, 2025 Food/venue/accommodation Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Day 3 June 26, 2025 Food/venue/accommodation Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Day 4 June 27, 2025 Food/venue Food: Breakfast, Am Snacks, Lunch, Pm Snacks, Dinner Assisted Buffet • Breakfast – Rice , 2 Viands, Fresh Fruits , Bread And Butter And Coffee • 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 • Dinner – Rice, Vegetables, 2 Viands, Soup, Dessert & 250 Ml Drinks • 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 Projectors • Provision Of 2 Microphones • Provision Of One (1) 4x6 Tarpaulin • Fully Air-conditioned Halls And Rooms • With Reliable Internet Service • Provision Of Extra Extension Cords 3. Room Accommodation June 23-26, 2025 – 70pax • Fully Airconditioned Rooms • Provision Of Rooms For Participants Preferably 4-6 Pax In A Room For 4 Nights • With Bottled Water And Individual Personal Kit (bath Towel, Toothpaste, Toothbrush, Shampoo, Bath Soap) For The Entire Duration Of The Event • Provision Of Two (2) Rooms For Facilitators Preferably 2 Pax Each In A Room For 4 Nights 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 Mini Clinic For Emergency Cases (with Small Bed, Oxygen And Wheel Chair) • Provision Of Vehicle To Transport Guest To The Hospital In Case Of Emergencies • With Safe, Secured Premises And Wide Parking Area • With Electrical Generator System • Shall Be Held In A Single Compound Than Can Accommodate The Total Number Of Participants • 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 • Compliance With The Technical Specifications 3. Financial Document/s • Quotation Form 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 Be Have Ear Tags For Easy Identification
Province Of Ifugao Tender
Healthcare and Medicine
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 199.3 K (USD 3.4 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 270 Date: January 28, 2025 Office: Igh Rfq No.: Bac Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Medical & Laboratory Supplies , In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 13, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 4 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Oxygen Cannula; New Born, Curved, Flared Tip Prongs, Disposable Pc 200 - 2 Infusion Set (pedia/ Micro), Luerlock, 180cm, Y Injection Site, Branded Pc 300 - 3 Infusion Set (adult/ Macro), Luerlock, 15 Um Filter, Y Injection Site, Branded Pc 400 - 4 Volumetric Iv Administration Set (soluset) Pc 100 - 5 Heplock, Injection Site Adapter, Luerlock, Pressure (druck) Pc 300 - 6 Iv Catheter, Luerlock, G18x 1 1/4'', W/ Wings (1.3x32mm, 100ml/min., W/ Safety Lock) Pc 400 - 7 Nasogastric Tube, Fr. 16, 125cm, Silicone Coated Pc 20 - 8 Nasogastric Tube, Fr. 18, 125cm, Silicone Coated Pc 20 - 9 Syringe, 5ml W/ Needle G23, Disposable X 100's Box 100 - Page 2 10 Syringe, 10ml W/ Needle G21, Disposable X 100's Box 100 - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 199,365.00 - Purpose: For Use In The Laboratory Of The Hospital. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 3 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As Separate Contract Per Item. 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 Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable 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. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 4
Municipality Of Coron, Palawan Tender
Machinery and Tools...+1Scraps
Philippines
Closing Date23 Apr 2025
Tender AmountPHP 1.7 Million (USD 31.7 K)
Details: Description Invitation To Bid 1. The Municipal Government Of Coron, Palawan, Through The 2025 Trust- Fund Intends To Apply The Sum Of One Million Seven Hundred Ninety- Eight Thousand Six Hundred Eighty- Five Pesos & 89/100 (php1,798,685.89) Only Being The Abc To Payments Under The Contract For Supply And Delivery Of One (1) Lot Electrical Supplies And Materials For Municipal Dumpsite (re-bid). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Unit Item Description Quantity 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Lot Assy Meters Meters Pieces Pieces Pieces Piece Pieces Pack Pieces Pieces Pieces Piece Pieces Pieces Pieces Pieces Pieces Assay Meters Meters Pieces Pieces Pieces Pieces Pieces Pieces Pieces Pieces Pieces Pieces Pieces Pieces Assy Meters Meters Pieces Pieces Pieces Packs Pieces Pieces Pieces Pieces Pieces Pieces Pieces Preliminaries Mobilization & Demobilization Materials Handling Ppe, Health & Safety Temporary Facility/bunkhouse Hauling & Transportation Oxygen Plant Panelboard Fabricated And Assembled In Nema-1 Surface Mounted Using G.i 1.5(gauge #16), W/hinge Type Type Dead Front, Base Plate, W/grounding And Neutral Bus Bar, Complete With Lugs, Powder Coated Finished Main 1 600at/600af 3p 230v 50kaic Mccb Abn803c Branches 1 30at/100af 3p 230v 35kaic Mccb Abn103c 1 75at/100af 3p 230v 35kaic Mccb Abn103c 1 100af 3p 230v Mccb Space 1 20at/100af 2p 230v 30kaic Mccb Abn52c 2 30at/100af 2p 230v 30kaic Mccb Abn52c 3 100af 2p 230v Mccb Space Wire, Thhn,150mm, Black Wire, Thhn,22mm, Black Lugs, Terminal, Long Barrel, Crimp Type 150mm (white) Lugs, Terminal, Long Barrel, Crimp Type 30mm (brown) Pipe, Pvc,3" Disc, Cutting,4”, Thin Tape, Rubber Tox & Screw,6mm×1" Rack, Secondary, 3w, 5/8 W/o Spools Insulator, Spool Screw, Tex, Metal, #2 Tex Screw, Adopter 8mm Bolt, Dyna 3/8 Cap, Entrance,3" Adaptor, Male,3”, Pvc W/locknut Elbow, Long,3”, Pvc U-bolt, Nut & Washer,3"× ¼" Garbage Mill Mixer Panelboard Fabricated And Assembled In Nema-1 Surface Mounted Using G.i 1.5 (gauge #16), W/hinge Type Type Dead Front, Baseplate/grounding And Neutral Busbar, Complete With Lugs, Powder Coated Finished Main 1 300at/400af 3p 230v 35kaic Mccb Abn403c Branches 2 100at/100af 3p 230v 35kaic Mccb Abn103c 1 60at/100af 3p 230v 30kaic Mccb Abn53c 2 40at/100af 3p 230v 30kaic Mccb Abn53c 5 30at/100af 2p 230v 30kaic Mccb Abn52c Wire, Thhn,150mm, Black Wire, Thhn,22mm, Black Lugs, Terminal, Long Barrel, Crimp Type 150mm (white) Lugs, Terminal, Long Barrel, Crimp Type 30mm (brown) Pipe, Pvc,3" Solvent Pipe Cement,100cc Gas, Butane Disc, Cutting,4”, Thin Screw, Tex, Metal, #2 Bolt, Dyna 3/8 Adaptor, Male,3”, Pvc W/locknut Elbow, Long,3”, Pvc U-bolt, Nut & Washer,3"× ¼" Tape, Electrical Garbage Mill Main Panel Fabricated And Assembled In Nema-1 Surface Mounted Using G.i 1.5 (gauge #16), W/hinge Type Type Dead Front Base Plate, W/grounding And Neutral Bus Bar, Complete With Lugs, Powder Coated Finished Main 1 500at/600af 3p 230v 50kaic Mccb Abn803c Branches 1 300at/400af 3p 230v 35kaic Mccb Abn403c 1 100at/100af 3p 230v 35kaic Mccb Abn103c 2 60at/100af 3p 230v 30kaic Mccb Abn52c 4 40at/100af 2p 230v 30kaic Mccb Abn52c 2 20at/100af 2p 230v 0kaic Mccb Abn52c Wire, Thhn,150mm, Black Wire, Thhn,22mm, Black Lugs, Terminal, Long Barrel, Crimp Type 150mm (white) Lugs, Terminal, Long Barrel, Crimp Type 30mm (brown) Pipe, Pvc,3" Tox & Screw,6mm×1" Screw, Tex, Metal, #2 Tex Screw, Adopter 8mm Bolt, Dyna, 3/8 Cap, Entrance,3" Adaptor, Male,3”, Pvc W/locknut Elbow, Long,3”, Pvc U-bolt, Nut & Washer,3"× ¼" 1 1 120 40 20 2 6 1 2 1 2 6 15 1 4 2 4 2 16 1 180 60 3 1 6 1 1 1 4 4 4 2 16 5 1 195 65 20 2 6 1 15 1 4 2 4 2 16 2. The Municipal Government Of Coron, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Twenty-four (24) Calendar Days From The 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). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipal Government Of Coron And Inspect The Bidding Documents At The Address Given Below During Monday To Friday 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On April 01, 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) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Municipal Government Of Coron, Palawan Will Hold A Pre-bid Conference On April 08, 2025 At 10:00 Am At The 3rd Floor Municipal Annex Building, Poblacion, Coron, Palawan 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The 3rd Floor Municipal Building, Barangay Poblacion 2, Coron, Palawan, On Or Before April 23, 2025 At 10:00 Am. 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 April 23, 2025 At 10:00 Am At The 3rd Floor Municipal Annex Building, Barangay Poblacion 2, Coron, Palawan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of Coron, Palawan 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. 11. For Further Information, Please Refer To: Dr. Alan R. Guintapan Municipal Health Officer Municipal Health Office, Coron, 5316 Palawan Mobile No. 0906 064 4344 Landline No. 0485531799 Email: Lgucoron.bac@gmail.com
5411-5420 of 5548 archived Tenders