Oxygen Tenders
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Date15 Feb 2025
Tender AmountRefer Documents
Details: Space Systems Command (ssc) International Affairs Office(ssc/ia) Los Angeles Air Force Base, Ca Launch Vehicle And Spaceport Assessment Request For Information primer: Ssc/ia Received A Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) From A Partner Nation (pn). As The Primary Poc For Space Foreign Military Sales (fms), It Is Incumbent Upon Ssc/ia To Respond To The Lor For Loa With Rough Order Of Magnitude (rom) Costs For The Defense Articles And Services Specified In The Lor. As A Result, Ssc/ia Is Conducting Market Research To Respond To The Partner Nation’s Request. please Note: Responses To Lors For P&a Are Non-promissory And Therefore There Is No Guarantee That This Request For Information (rfi) Will Result In A Request For Proposal (rfp). Ssc/ia Anticipates Similar Requests From Other Partner Nations And May Repurpose The Market Research Garnered From This Rfi To Respond To Future Lors For Loa. The Lor For Loa Response Provided To The Partner Nation Does Not Guarantee The Sale Of The Services In Question. 1. Background ssc/iais Seeking Industry Quotes For Acquisition Technical Assistance For Assessing The Requirements And Interfaces Of A Launch System And A Contractor Designed, Developed And Operated Spaceport That Includes Facilities For Launch, Launch Integration, Space Vehicle Processing And Integration, Providing Mission Assurance, And Day-of-launch Activities For The Pn’s Ongoing Military Modernization Effort. Ssc/ia Is Currently Building A Response To An Official Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) To Provide The Pn With A “total Package Approach” Cost For Their Planning Purposes. Ssc Is Seeking Specific Technical Studies Information Described In Sections 6 And 7 Of This Document. The Timeframe Associated With Acquiring The Referenced Technical Assistance Projects Potential Contract Award In 2025 With A Required 18-month Period Of Performance, As Requested By The Pn In Their Lor For Loa. Rfi Responses Shall Include Information That Allows Ssc/ia To Assess Your Ability To Help Develop A Spaceport And Provide Launch Mission Assurance For The Pn. This Includes Providing The Technical Background That Demonstrates Deep Knowledge And Experience As It Relates To The Entirety Of Launch Site Development, Build, And Mission Integration. This Should Include Experience And Knowledge Of Launch System Facilities, Processes/procedures, Safety Requirements (flight And Ground), Logistics (e.g. International Shipping), Security (physical And Cyber), Radio Frequency (rf) Communications And Tracking, And Other Pertinent Information That Describes Your Ability To Provide The Technical Assistance Requested. Finally, Any Tools To Manage Requirements, Provide Mission Assurance Analysis, Develop/manage And Execute Plans Should Be Included. 2.use Of Non-government Advisors the Government Intends To Use U.s. Government Personnel To Review The Rfi Responses. The Government Reserves The Right To Use Contractor Personnel, Including, But Not Limited To, Ssc Federally Funded Research And Development Center (ffrdc) And Systems Engineering And Technical Assistance (seta) Contractors. Contractor Support Will Be Bound By An Appropriate Non-disclosure Agreement (nda) To Protect Proprietary And Sensitive Information. Additional Ndas Will Not Be Required As Responses To This Rfi Will Be Considered An Implicit Acknowledgment And Acceptance That Non-government Advisors Will Be Assisting The Government In The Review Process. 3.guidelines For All Submissions the Rfi Is Market Research And Will Not Result In An Award The Cost Of Preparing The Rfi Responses Is Not An Allowable Direct Charge To Any Government Contract. all Interested Vendors Are Requested To Provide: statement Of The Vendor’s Capability To Provide The Technical Assessment Of A Launch Vehicle And Spaceport Described Below rom Cost To Provide Services/supplies, rom Schedule To Provide Services/supplies. label And Portion-mark Rfi Responses Appropriately; The Overall Classification Of An Rfi Response Should Not Exceed Nato Secret. provide An Initial Plan On How Itar Will Be Addressed. include A Cover Sheet With Company Name, Address, Date, Rfi Response Poc With An Email Address And Phone Number. ssc Will Not Consider Unnecessary Brochures Or Proposals. ssc Will Welcome Proficiency Demonstrations, Use Cases, And Lessons Learned. rfi Responses Will Use 8.5 X 11-inch Portrait Format Pages With Single-spaced Times New Roman 12-point Font With 1" Margins. The Landscape Format Is Acceptable For Charts And Graphs Only. rfi Responses Shall Not Exceed Thirty Pages. rfi Responses Must Be Delivered As Either A Pdf Or Microsoft Word Document. rfi Responses May Be Submitted Electronically Via Nipr To The Ssc Point Of Contact Listed Below. rfi Responses Are Due No Later Than 1700 Pdt On 02/14/2025 To The Ssc Point Of Contact Listed Below. Mr. Keith Brandner, Contracting Officer, Keith.brandner@spaceforce.mil Ms. Melina Monroy-szita, Contract Specialist, Melina.monroy-szita@spaceforce.mil 4.next Steps once The Rfi Responses Are Received, Assessed For Feasibility And Affordability, Ssc/ia Will Reach Out To The Pn. If A Virtual One-on-one Is Requested By The Government For Clarification Of Any Responses, The Government Contracting Office Representative(s) Will Contact The Submitters Poc Listed On The Cover Sheet To Schedule A Virtual Meeting. 5.concepts Criteria for Each Study Area, Address To The Best Extent Possible: requested Criteria expertise To Accurately Assess What Is Being Requested additional Information Needed Form Either The U.s. Government Or Pn associated Risks concepts Cost Details 6.initial Study Overview the Pn Is Requesting Technical Assistance Across Multiple Disciplines To Include But Not Limited To; Mechanical And Electrical Engineering, Systems Engineering (requirements Derivation, Verification And Validation Planning), Launch Site Processes/procedures, Safety (ground And Flight), Logistics (to Include International Shipping, Rf Communications, Facility Requirements (related To Launch Vehicle (lv), Space Vehicle (sv) And Lv/sv Integration), Ground Support Hardware And Lv To Launch Site Interfaces. The Assessment Is Intended To Be Used By The Pn To Understand Feasibility, Requirements (interface Control Document-type Information Between Lv/sv And Spaceport), And Risks Of Standing Up A Spaceport Capability To Launch Pn National Security Payloads. The Study Shall Also Include Support Of Meetings And Discussions As Well As The Delivery Of A Report, And Other Supporting Documentation. 6.1assessing Commercial Launch Provider provide Assessment Of The Commercial Launch To Meet The Mission Requirements Of The Pn’s National Security Space Using U.s. Space Force Evaluation Criteria. Part Of The Assessment Includes Recommended Tailoring Of Said Evaluation Criteria That Aligns With The Goals And Requirements Of The Pn. The Assessment Shall Include Assessment Of Vehicle Performance, The Launch Company’s Processes And Procedures, Its Ability To Follow And Adhere To Its Internal Standards, Capability Of Meeting The Foreign Regulations And Certifications, Accommodate Pn’s Satellites And Meet Their Mass And Orbit Performance. Additionally, The Assessment Should Include Any Identified Risks With The Priority On Technical But Also Identification Of Any Cost And Schedule Risks/concerns That May Be Evident. assessment Includes Identification Of Items That Require A Change To The Standard Commercial Vehicle That Derive From Sources Such As The Pn’s Mission Objectives, Logistics, Foreign Certifications/regulations And Launch Site Interfaces. Finally, An Assessment Of The Launch Contractor To Meet Both Physical And Cyber Security Requirements Imposed Or Unique To The Pn. 6.1.1 Launch Vehicle To Launch Site Icd: provide An Assessment Of The Lv To Launch Site Icd (or Equivalent Document(s)) To Ensure At The System Level The Pn Can Execute A Launch Of A National Security Space Asset From The Launch Site. 6.1.2 Communications: assess The Rf Concept To Ensure That The System Meets The Pn’s Requirements As Well As Any Required Regulatory Requirements. This May Include, But Not Limited To, Launch Vehicle Telemetry Collection, Flight Safety (if Autonomous Flight Safety Is Not Used), And Space Vehicle Separation (if Required). Additionally, Does The Launch Vehicle Provider Have A Plan That Will Meet The Pn’s Security Requirements For Communications, Information Technology (it) Equipment As Well As Assembly, Integration, And Test (ai&t) Equipment. 6.1.3 Launch Site Systems: provide An Assessment Based On The Icd, Ground Support Equipment, And Ground Handling Processes And Procedures That All Equipment Meets Requirements, Capable Of Being Certified And Has Proper Interfaces. Assessment Should Also Include Launch Vehicle And Expected Space Vehicle Commodity Requirements Such As Liquid Nitrogen, Hydrazine, Kerosene, Liquid Oxygen, Etc. The Launch Site Systems Includes Both The Payload Processing Facility And Launch Pad. 6.2launch Vehicle Safety Assessment transportation - Provide An Assessment Of The Launch Vehicle Transportation Plan To Include General Ability To Meet International Shipping Requirements, Physical Security Of Hardware While In Transit And On Launch Site Transportation And Handling. Identify Items That Have Elevated Risk Such As Systems That Have Not Been Tested To Meet Un Shipping Requirements (e.g. Batteries) Or Other Items That May Require Modifications Needed To Ensure Safe Transport Into The Launch Site. In Addition, Provide An Assessment Of The Shipping Hardware To Ensure That It Is Capable Of Shipping The Launch System To Include Compatibility With Shipping Methodology As Well As Protecting Hardware During Shipment. flight – Assess The Launch Vehicle Provider’s Approach To Flight Safety And Identify Any Short Falls That Introduce Risk. If Applicable, Recommend Areas For Tailoring To Reduce New/additional Qualification. 6.3requirements Recommendations work With The Pn To Understand Their Objectives And Risk Tolerance For The National Space Assets. Based On That, And The Assessment Of The Launch Provider And Their Launch Solution, Recommend And Prioritize Requirements To Ensure The Launch Solution Will Meet The Pn’s Mission Objectives. It Is Recognized That This Is A Challenging Task As The Most Efficient Approach Is To Utilize The Standard Launch Vehicle That Is Offered, Using The Requirements Defined In A User’s Guide For Space Vehicles To Design To, And Making Changes Introduces Risks. Provide Your Recommended Approach, Such As Accept A Launch Provider’s Baseline System And Respond To Mission Unique Requirements As Needed, Or Other Solutions. 6.4safety Documentation support The Development Of Safety Documentation That Meets The Pn’s And Launch Authority Requirements. This May Include Identify The U.s. Government / U.s. Space Force Test, Evaluation, And System Safety Documentation That Would Be Applicable To The Pn’s Activities. This May Also Include Recommending Tailored Approaches To Said Documents. If No Existing Documentation Exists In The U.s. Government For The Pn’s Specific Use Case (i.e. Launch Site Location, Launch Vehicle Operating Conditions), Provide A Recommendation Of The Documentation Required. 6.5launch Pad Sustainment Cost Analysis provide An Assessment Of The Launch Site Sustainment Costs. Provide Recommendations Where Efficiencies May Be Achieved As Well As Identifying Any Items Missed To Support The Pn’s Funding Forecast. Based On The Pn’s Mission Concept, Assess Any Unique Capability Needed And The Associated Sustainment. Examples Might Be, But Not Limited To, Pad Spares, Redundant Capability, Automated Tools And Other Hardware/software. 6.6launch Readiness Verification Process support The Development Of A Launch Readiness/certification Process (aligned To The Terminology Of The Pn) That Meets The Risk Acceptance Of The Pn. Recommend Applicable U.s. Space Force Launch Readiness Verification (lrv) Requirements And Procedures For Both Launch Vehicle And Spacecraft And Recommend Tailoring To The Pn’s Requirements. 6.7 Site Surveys support On-site Surveys Of The Pn’s Launch Pad, Range, And Associated Facilities. 6.8requirement Definition Support provide To The Pn General Technical Assistance And Support In Their Requirements Definition Generation For Their Pn National Space Missions. 6.9space Training provide A Catalog Of Space Training Courses Available Through The U.s. Government Or Other Means For Pn To Participate In And Gain A Better Understanding Of Space Knowledge And Operations 6.10technical Interchange Meetings support Technical Interchange Meetings, Planning Conferences, Review Meetings, And Other Relevant Meetings To Be Defined By The Pn. Pn Is Requesting 20 Meetings Per Year (4 In-person, Either In The U.s. Or In The Pn’s Territory, And 16 Virtual). 7. Requirements Mapping Study develop A Requirements Matrix Or Other Traceability Tool That Enables The Ability To Verify And Validate Requirements.
Municipality Of Gregorio Del Pilar, Ilocos Sur Tender
Healthcare and Medicine
Philippines
Closing Date19 Mar 2025
Tender AmountPHP 3 Million (USD 54 K)
Details: Description Item No. Unit Item Description Quantity Unit Cost 1 Box Acethylcistein 600/mg / 20 Sachet (fluimucil) 20 1,050.00 2 Gallon Aidex 12 2,800 3 Gallon Alcohol 20 500 4 Pc Alcohol 1liter 60 300 5 Box Aluminum Magnesium 200mg/100mg 100's Tablet 30 200.00 6 Box Ambroxol 30mg/ 100 Tablet 30 140 7 Box Amlodipine 10mg / 100 Tablets 50 130 8 Box Amlodipine 5mg / 100 Tablet 200 110 9 Box Amoxicillin 500mg/100 Capsule 30 320 10 Box Aspirin Tablet 80mg/ 100 Tablets 100 150 11 Box Atorvastatine 20mg /100 Tablets 60 220 12 Vial Atropine Sulfate 1mg/aml (atrex) 10'vial 1 490 13 Pc Avocather Gauge 22 500 50 14 Pc Avocather Gauge 26 100 50 15 Btl Azithromycin 200mg/ml 500 180 16 Box Azithromycin 500mg/ 30' Tablets 100 650 17 Box B-complex Ampule 100mg/100mg/1mg/ 10pcs 30 280 18 Box B-complex Tablet/ 100 50 200 19 Pc Beam Balance Weighing Scale 1 12,000.00 20 Gallon Betadine Maxi Aid 8 2,500.00 21 Box Betahistine 16mg/ 100 Tablets 100 460.00 22 Tube Betametasone Ointment 1mg/g (0.1) Cream 50 100 23 Pc Bp Apparatus 10 3,500 24 Box Calcium Carbonate 500 Mg/ 100tablet 50 400 25 Box Candesartan 16.5mg/100mg 20 780 26 Box Carboceistine 500mg/ 100 Tablets 80 250 27 Box Carvedilol 6.25mg/30 Tablet 200 180 28 Box Cefalexin 500mg/ 100 Tablets 30 460 29 Box Cefixime 200mg/ 30 Tablet 50 465 30 Vial Ceftriaxone Vial 1g Powderfor Injection 50 50 31 Box Cefuroxime 125mg/ml 50 175 32 Box Cefuroxime 500mg/ 10 Tablets 100 230 33 Vial Cefuroxime 750mg Powder For Injection 50 60 34 Box Celecoxib 200mg/100 Tablets 50 285 35 Box Cetirizine 10mg /100 Tablets 70 190 36 Btl Cetirizine 5mg/5ml Syrup 300 70 37 Btl Cetitizine 2.5mg/ml Drops 50 50.00 38 Box Cinnarizine 25mg/100 Tablets 100 170 39 Box Ciprofloxacin 500mg/100 Tablets 50 300 40 Amp Ciprofloxacin Amp 200mg/100ml 30 60 41 Box Citicoline 500mg/30 Tablet 10 550 42 Btl Clarithromycin 250mg/ 5ml 100 460 43 Box Clarithromycin 500mg/ 30 Tablets 50 570 44 Box Clean Glove 6.5 50 1100 45 Box Clean Glove 7 50 1100 46 Box Clean Gloves 7.5 30 1100 47 Box Clindamycin 300mg/100 Tablet 50 690 48 Box Clonidine 75mcg/100 Tablets 25 750 49 Box Clopigdogril 75mg/100 Tablet 100 200 50 Box Cloxacillin 500mg / 100 Tablets 30 450 51 Box Co-amoxicla 625mg/ 14 Tablet 500 280 52 Btl Co-amoxiclav 125mg/31.25mg/5ml 60ml 500 156 53 Btl Co-amoxiclav 250mg/62.5mg/5ml 60 Ml 500 166 54 Roll Cotton 400g Roll 20 300 55 Pc D50/50 10 250 56 Box Dental Anesthesia 20mg/10mg Per Ml 50's 25 1500 57 Set Diagnostic Set Opthalmoscope/otoscope Welch Allen 2 50,000 58 Vial Diazepam 5mg/ml,2ml Amp 2 280 59 Box Digoxin 0.25 Mg/100 Tablet 30 655 60 Box Donepezil 10mg, 100'tablet 1 12,700 61 Amp Dopamine 40mg/ml 10'amp 1 780 62 Box Doxofylline 400mg/ 30 Tablets 40 285 63 Tube Edta Tube 2ml 2 1100 64 Tube Edta Tube 5ml 3 1200 65 Box Empaglilfozin 25mg/30 Tablet Tablet 5 2,610 66 Box Entresto 50 Mg 28 Pcs 1 6,615 67 Box Epineprine 1mg/ml / 10 Ampules 1 250 68 Box Epirisone 50mg/ 30 Tablet 5 1200 69 Box Erciflora Probiotics 20 650 70 Box Facemask 100 230 71 Box Felodipin 5 Mg 100 Tablets 10 580 72 Box Folic +ferrous Sulfate + Bcomplex Tab/100 Tablet 100 350 73 Box Furosemide 20mg/ 100 Tablet 50 300 74 Box Furosemide Ampule 10mg/ml 10 Amp 5 180 75 Pc Gentamycin Sulfate 5ml Eye And Ear Drops 50 130 76 Box Gliclazide 80mg/ 100 Tablets 50 190 77 Btl Glycerine Adult 1mg/ml 12 Pcs 2 397 78 Btl Glycerine Pediatric Suppository 12 Pcs 2 397 79 Box Hbsag Casette 20's 2 3,000 80 Box Hydralazine 20mg/ml/ 10 Ampules 1 390 81 Box Hydrocortisone 250mg/ 10 Vials 1 1,800 82 Box Hyoscine 10mg/ 100 Tablet 100 520 83 Box Hyoscine 20mg Ampule 10's 20 350 84 Pc Infant Digital Weighing Scale 1 6,000 85 Box Insulin Syringe 1cc G29 100's 5 1,000 86 Pc Intubating Style Guide Wire 4 600 87 Box Irbesartan 150mg/ 100 Tablet 10 620 88 Box Isosorbide Mononitrate 30 Mg / 100 Tablets 10 1,100 89 Pc Iv Catheter Macro Infusion/macroset 500 90 90 Box Keto Analogue 630mg/ 100 Tablet 50 1250 91 Tube Ketoconazole Cream 20 90 92 Pc Laryngoscope Welch Allyn Fiber System 1 136,000.00 93 Btl Lidocaine 2% Solution20mg/ml 5 110 94 Box Loratidine 10mg Tab /100 Tablets 30 280 95 Box Losratan 50 Mg /100 Tablets 200 120 96 Pc Lysol Spray 20 860 97 Box Memry 10mg 1 5200 98 Box Metformin 500mg Tablet/ 100 40 145.00 99 Box Methyllergometrine 200mcg/ml/ 10 Ampules 1 470 100 Box Metochlompramide 10mg/2ml Injectable/ 10 Vials 30 120 101 Btl Metochlopramide 5mg/5ml Syrup 100 55 102 Btl Metronidazole 125mg/5ml 50 50 103 Box Micropore 3m Transpore 3 1,600 104 Box Mulivitamin + Iron 500 Mg/ 100 Tablets 200 300 105 Box Multivitamins Syrup 200 85 106 Box Multivitamis + Mineral 100 Tablets 100 450 107 Pcs Mupirocin Ointment 20mg/g 100 90 108 Pc N95 30 115 109 Vial Naloxone 400mcg 5's Vial 1 8500 110 Pc Nebulization Kit 50 90 111 Box Nevebolol 5mg / 30 Tablet 4 450 112 Box Nsi Dengue Kit 3 5100 113 Pc Oil Immersion 500ml 1 9,000 114 Box Omeprazole 40mg 100'capsule 50 750 115 Pc Omeprazole 40mgpowder For Injection Iv 30 80 116 Btl One Touch Select Plus Simple Glucose Strip 5 2000 117 Box Ors ( Hydrite Granules For Solution) 100's 3 2600 118 Pc Oxyegn Adult 30 100 119 Pc Oxygen Regulator 5 2,100 120 Box Paracetamol 100mg/ml Drops 50 30 121 Pcs Paracetamol 125mg/5ml Syrup 50 45 122 Box Paracetamol 150mg/2ml For Injection/ 10 Vials 20 150 123 Amp Paracetamol 250/5ml Syrup 100 60 124 Pcs Paracetamol 500 Mg/ 100 Tablets 100 130 125 Btl Phenylpropanolamine 12.5 Mg/5ml 100 60 126 Btl Phenylpropanolamine 6.25 Mg/ml 100 50 127 Btl Plrs 1 Liter 100 110 128 Btl Prednisone 10mg/5ml 20 80 129 Box Pregnancy Test / 50 Pcs 1 650 130 Box Probiotic Omx / 100 Capsule 50 4,500 131 Box Propranolol 10mg 100's Tablet 30 280 132 Pcs Ranitidine 150mg Tablet 30 165 133 Pc Ranitidine Amp 25mg/ml Amp 32 35 134 Box Renakult 500mg/ 60 Tablet 10 2340 135 Box Rosuvastatine 20mg/100 Tablet 30 640 136 Box Salbutamol + Ipratropium 2,5mg/500 Mcg Per 2.5 Ml 50 590 137 Btl Salbutamol 2mg/5ml 200 70 138 Box Salbutamole Neb 1mg/ml / 30 Pcs 80 470 139 Btl Salinase 0.65 % Nasal Spray 30 Ml 20 198 140 Box Salmeterol + Fluticasone Inhaler 10 560 141 Pcs Salter Weighing Scale 2 2,100.00 142 Box Sodium Ascorbate 500mg/ 100 Capsule 100 450 143 Box Sterile Gauze 4x4 Pad 60 750 144 Box Stimuno 25mg/5ml Syrup 10 470 145 Box Syringe 10ml 5 700 146 Box Syringe 3ml 10 610 147 Box Syringe 5ml 10 650 148 Pc Test Tube Brush 5 200 149 Box Thypidot 2 7,000 150 Pc Topcare 4n1 Multi Meter Machine 3 6,000 151 Btl Topcare Cholesterol Strip 10 2,700 152 Btl Topcare Glucose Strip 10 2,000 153 Btl Topcare Hemoglobin Strip 10 2,800 154 Btl Topcare Uric Acid Strip 10 2,000 155 Box Tramadol 50mg/ (100mg/2ml)ml Iv/ 10 Vials 2 186 156 Box Tranexamic Acid 500mg/ 100 Capsule 5 690 157 Amp Tranexamic Acid Amp100mg/ml (500mg/5ml) 20 50 158 Pc Trauma Bag 3 3,000 159 Box Trimetazidine 35mg/ 100 Tablets 100 320 160 Pc Ultrasound Thermal Paper 10 2300 161 Box Vitamin E 400mg 20 450 162 Set Water Bottle Testing 100'bottles 1 15,000.00
City Of Bayawan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date22 Apr 2025
Tender AmountPHP 296.3 K (USD 5.2 K)
Details: Description Request For Quotation Rfq No. Svp 25-b-0143 Date April 03,2025 Pr Reference 100-25-03-034 Philgeps Reference No. End - User Slaghterhouse Closing Date April 21,2025 Deadline/opening Date April 22,2025 Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With The 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).basis Of Evaluation For This Rfq: By _____lot By _____item A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. 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 Chairman 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. 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). 8. 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. 9. 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. 10. 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. 11. 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: Svp 25-b-0143 Total Abc: Php 296,341.00 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 Purpose: Supply And Delivery Of Other Supplies And Materials For Sluaghter Operation Use. I Lot I Carpentry Tools And Supplies 1 Locker Cabinet, Metal, 24 Compartments With Dual Lock (camlock And Padlock Ready), 185x90x40 Cm, With Ventilation, Gray 1 Unit 23,000.00 [ ] [ ] 2 Tie Wire, #18 20 Kilo 80.00 [ ] [ ] 3 Cutting Disc, 100mm Dia, For Metal 5 Piece 105.00 [ ] [ ] 4 Cutting Disc, Concrete, 4 Inches (heavy Duty) 2 Piece 380.00 [ ] [ ] Ii Lot I Electrical Supplies And Materials [ ] [ ] 5 Electric Extension Reel, Cord Length: 25-50m , Cord Size: #16, 4 Sockets, Power Switch, Thermal Cut-out Protection, Winding Knob, 220v 1 Roll 3800.00 [ ] [ ] Iii Lot I Farm/garden Tools And Accessories 6 Loop Handle Brushcutter, Recoil Starter, 34-35.8 Cu.cm. (cc), Unleaded/gasoline, 0.5-1.5l, Outdoor Operation Mode, Single Cylinder, 4-stroke,12.kw(1.6hp), 7000rpm, At Least 1.6-1.9 N.m, 5,500rpm, 1cylinder, Single Exhaust Pipe, Rotary Type(oil Mist), Ohc, At Least 39.0x30.0mm, Solid Drive Shaft, Semi-dry Type, 1885x325x250, 0.1 Liter Oil Capacity, 6-8 Kgs., Oil Mist Lubrication System, Blade Safety Frame Guard, Anti Vibration, 2 Blade Guards, 4 Blade Tooth, With Googles And Harness, Loop Handle Type, 6 Months To 1 Year Warranty, Lgu Bayawan City As Registered Owner O. R. 1 Unit 18,000.00 [ ] [ ] 7 Garden Hose, With Ply, .5" Dia., 90mtr. 1 Roll 3,150.00 [ ] [ ] 8 Empty Sack, New, 50kg Capacity, White 625 Piece 20.00 [ ] [ ] Iv Lot I Oxygen/lpg Supplies And Materials 9 Lpg Tank With Content, 50kg 10 Tank 11,500.00 [ ] [ ] 10 Lpg Hose, Lpg Hose 10 Meter 120.00 [ ] [ ] 11 Lpg Regulator, Lpg Regulator,with Gauge 4 Piece 1,900.00 [ ] [ ] V Lot I Other Supplies And Materials 12 Banyera, 70 Liters Capacity, Color Blue, Rubberized Heavy Duty Banyera Made Of Plastic Material Hdpe Colour, Oval Fish Crate 10 Unit 700.00 [ ] [ ] 13 "empty Drum, Polyethylene Material 200 Liter Capacity Height: 93mm Length: 580mm Heavy Duty" 3 Piece 2,500.00 [ ] [ ] 14 Wheel Barrow, Deep Type, 13" X 3" Solid Tire, Heavy Duty 2 Piece 4,000.00 [ ] [ ] 15 Knife Sharpener, (bairan) Good Quality 11 Piece 200.00 [ ] [ ] 16 Padlock, 20mm, Heavy Duty 10 Piece 200.00 [ ] [ ] 17 Padlock, 40mm, Heavy Duty 10 Piece 300.00 [ ] [ ] 18 Honing Steel, 12" 6 Piece 460.00 [ ] [ ] 19 Padlock, 60mm, Heavy Duty 4 Piece 500.00 [ ] [ ] 20 Wheel Barrow, Shallow 3 Unit 2,835.00 [ ] [ ] 21 Weighing Scale, Hanging Hook,200 Kg Capacity,steel, Heavy Duty 1 Piece 1,500.00 [ ] [ ] 22 Animal Marking Stick, Screw Type 27 Piece 2,700.00 [ ] [ ] Vi Lot I Plumbing Supplies 23 Hose Clip/clamp, Stainless Steel, 20mm - 32mm, Heavy Duty 10 Piece 98.00 [ ] [ ] 24 Hose Clip, 5/8", Hose Clip, 5/8" 20 Piece 18.00 [ ] [ ] 25 Ball Valve, 15mm Dia Brass/bronze 5 Piece 250.00 [ ] [ ] 26 Ball Valve, 1/2 X 1/2 With Lock Wing 5 Piece 220.00 [ ] [ ] 27 Gi Coupling, 15mm Dia Sched. 40 10 Piece 26.00 [ ] [ ] 28 Nipple, G.i., 15mm Dia X .35m, Sched. 40 8 Piece 77.00 [ ] [ ] 29 Pressure Washer Hose, Sewer Drain Water Cleaning Hose, With Multi-functional Jet Nozzles, 30m 2 Set 3,500.00 [ ] [ ] 30 Pressure Hose, Good Quality, (30m/roll) 1 Roll 1,350.00 [ ] [ ] 31 Garden Hose, 1 Inch Diameterx100 Meter Long/roll With Ply 1 Roll 3,800.00 [ ] [ ] 32 Stainless Steel Pipe, 40mm X 6.0m 2 Length 4,900.00 [ ] [ ] 33 Stainless Steel Pipe, 50mm Dia X 6.0m 2 Length 7,000.00 [ ] [ ] Vii Lot I Steelwork Supplies And Devices 34 Electric Drill, 1800w, 220 Vac, With Complete Accessories 1 Piece 5,600.00 [ ] [ ] 35 "portable Welding Machine , ► Power Voltage (v): 220 V ►rated Input Capacitance: 7.4 ►input Voltage Frequency (hz): 60 Hz ►iso 9001 Certified With Ac Plug, Electrode Holder And Welding Cable, Earth Clamp And Cable, Welding Mask With Handle, Steel Brush, Complete Package." 1 Unit 9,000.00 [ ] [ ] 36 Welding Rod/electrode, 3.2 X 350mm Stainless 308-r E30316 3 Kilo 475.00 [ ] [ ] 37 Welding Rod, E 3016 5 Kilo 100.00 [ ] [ ] 38 "angle Grinder, Rated Power Input: At Least 900 Wattage No Load Speed: At Least 11000rpm Power Output: 450w Grinding Spindle Thread: M10 Disc Diameter: 100mm (4"") Tool Dimensions (approx): Length - 250mm, Width-73mm, Height-100mm Weight 1.9 Kg Switch 2-way Surface Grinding (roughing) Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² Sanding With Sanding Sheet Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² 1 Year Parts & Service" 1 Unit 5,000.00 [ ] [ ] ***nothing Follows*** (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
Batangas Medical Center Tender
Healthcare and Medicine
Philippines
Closing Date5 Jun 2025
Tender AmountPHP 11 Million (USD 198.1 K)
Details: Description Invitation To Bid Ib 2025-022 1. He Batangas Medical Center, Using A Single-year Framework Agreement, Through The General Appropriations Act Intends To Apply The Sum Of The Following Projects Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Bid. Bids Received In Excess Of The Abc For Each Bid Shall Be Automatically Rejected At The Bid Opening. Projects/contract Duration Project Code Abc Pre-bid Conference Opening Of Bids Supply And Delivery Of Various Medical And Surgical Supplies - Framework Agreeement Ib2025-022 11,018,676.00 May 20, 2025 1:00 P.m. June 3, 2025 9:00 A.m. Particulars: Category No. Of Line Items Total Abc Category 1 – Medical Devices 13 796,875.00 Category 2 – Catheters & Drains 5 312,500.00 Category 3 – Sutures 4 1,261,876.00 Category 4 – Or Supplies 12 2,120,500.00 Category 5– Oxygen Delivery System 11 3,001,250.00 Category 6– Solutions 6 2,124,675.00 Category 7 - Tubes 5 321,000.00 Category 8 - Dressing & Sponges 1 1,080,000.00 2. Bid Document Fee The Cost Of Bidding Document Shall Correspond To The Abc Range Of The Category To Be Participated As Indicated In The Table Below. If More Than One (1) Category, The Sum Of The Abc Per Category Shall Be The Basis For The Amount Of The Bid Document Fee. Approved Budget For The Contract Bid Document Fee 1 500,000 And Below 500.00 2 More Than 500,000 Up To 1 Million 1,000.00 3 More Than 1 Million Up To 5 Million 5,000.00 4 More Than 5 Million Up To 10 Million 10,000.00 5 More Than 10 Million Up To 50 Million 25,000.00 6 More Than 50 Million Up To 500 Million 50,000.00 7 More Than 500 Million 75,000.00 Example: Category 1 Abc: Php 10,000,000.00 Category 2 Abc: Php 5,500,000.00 Category 1 Abc + Category 2 Abc = Total Abc 15,500,000.00 (hence, The Bid Document Fee Shall Be Based On Bracket No. 5 Amounting To Php 25,000.00) 3. The Batangas Medical Center Now Invites Bids For The Above Procurement Project/s. Delivery Of The Goods Is Required After Issuance Of A Call-off. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii (instruction To Bidders). 4. 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. 5. Prospective Bidders May Obtain Further Information From Batangas Medical Center And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Mondays To Fridays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Through Electronic Process Onmay 13, 2025 To June 3, 2025free Of Charge From The Website Of The Procuring Entity: Https://batmc.doh.gov.ph/public-bidding/procurement/invitation-to-bids/2025-invitation-to-bid-and-details Only Bidders Who Paid The Applicable Fee For The Bid Document And Who Submitted Proof Of Payment Shall Be Allowed To Participate In The E-bidding And Submit The Bid Pursuant To The Latest Guidelines Issued By The Gppb And Upon Specific Instruction Of The Procuring Entity, In The Amount Stated At The Table Above. Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Batangas Medical Center Will Hold A Pre-bid Conference On May 20, 2025, 1:00pm. Through Video Conferencing Via Google Meet, Which Shall Be Open To Prospective Bidders. Google Meet Joining Info Video Call Link:https://meet.google.com/mtu-ctik-kuy 8. Bids Must Be Duly Received By The Bac Secretariat At The Electronic Portal To Be Given Before The Scheduled Bid Opening Stated Above. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Securing Declaration Or Any Form Of Bid Security In Any Of The Acceptable Forms And In The Amount Stipulated In Itb Clause 14. 10. Bid Opening Shall Be On June 3, 2025, 9:00 A.m. Via Google Meet Portal. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Be Given The Link To The Portal Once Proof Of Payment Have Been Submitted. 11. The Batangas Medical Center 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 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Hbac Secretariat Batangas Medical Center Kumintangibaba, Batangas City Tel. Nos. (043) 740-8303 To 8307 Local 1129 Or 1158 Bac@batmc.ph / Bac@batmc.doh.gov.ph 13. You May Visit The Following Website: For Downloading Of Bidding Documents: Https://batmc.doh.gov.ph/public-bidding/procurement/invitation-to-bids/2025-invitation-to-bid-and-details Date Of Issue: May 9, 2025 (sgd.) Jose Apollo J. Arago, Md, Dpba, Fpsa, Mha Hbac Chairperson Reminders For Online Bidders Prebid Conference 1. The Batangas Medical Center Will Hold A Pre-bid Conference On May 20, 2025, 1:00 P.m. Through Video Conferencing Via Google Meet, Which Shall Be Open To Prospective Bidders. Google Meet Joining Info Video Call Link: Https://meet.google.com/mtu-ctik-kuy 2. Interested Parties May Pre-register Before The Said Date Through This Link Https://forms.gle/eejplo2hveyfvyns7and Meeting Invitation Shall Be Sent To Your Registered Email Address Otherwise Wait For The Meeting Invitation To Be Posted In Batmc’s Official Website And Social Media Pages Or Contact Our Bac Secretariat For Details. 3. Please Click The Link To The Attendance Registry At The Google Meet Waiting Room On The Day Of The Actual Conference To Document Your Presence In The Said Event. Certificate Of Attendance Shall Be On A Per Request Basis However, We Cannot Provide Such Certificate If You Did Not Log In The Registry. 4. Please Be Advised That The Pre-bid Conference Shall Be Audio And Video Recorded, And Stored As Part Of The Documentation Process Of The Batangas Medical Center. Hence, Your Attendance To The Event Shall Indicate Your Explicit Consent On The Recording Of Your Image And Voice, Collection And Processing Of Your Personal Data As Disclosed And Captured During The Event. Rest Assured That Processing Of Data Is Done Solely For Legal Purposes And In Compliance With The Government Procurement Reform Act. Submission Of Bid Documents The Batangas Medical Center Will Only Accept Bid Documents Submitted Electronically To The Designated Google Form Link Before The Opening Date Of The Bids. Bidders Are Required To Show Official Receipt (o.r.) Submitted To Bac@batmc.phbefore It Will Be Given The Link For Submission Of Bid Documents. Payment Can Be Made By Paying Directly To The Cashier Of The Procuring Entity Or Through Bank Transfer At: Bank Name: Land Bank Of The Philippines, Account Name: Batangas Medical Center, Account Number: 0302 1161 99. Proof Of Payment (cash Deposit Slip Or Check Deposit Slip) Must Be Emailed To The Bac@batmc.ph Cc: Cash@batmc.doh.gov.phto Be Given The Link For Submission Of Bids. A) Complete Name Of The Company B) Ib Code And Title Of The Project C) Location Of The Bank Where The Deposit Was Made 1. Bidders Must Submit 3 Files A. Copy Of Official Receipt B. Eligibility/technical File C. Financial File 2. Documents Must Be Continuous Scan Or Multiple Pages In One Pdf File. Include Table Of Contents In The Front Page To Facilitate For Quick Search Of The Document. 3. Files B And C Should Be Individually Compressed And Password Protected Using Third Party Applications Such As Win.zip, Win.rar, Etc… (password Shall Not Be Disclosed Until The Day Of Bid Opening) 4. Use The Following Format For Filename For Easy Identification Of Your Files. A. Projectcode_companyname_or B. Projectcode_companyname_eligibilitydocs C. Projectcode_companyname_financialdocs 5. The Bidders Are Given Only Three Attempts To Disclose Their Password Per Compressed Folder And Pdf File To Open The Documents. Should The Bidder Fail To Provide The Correct Password After The Third Attempt, Their Bid Shall No Longer Be Considered. The Secretariat Shall Take And Print A Screenshot Of Such Inquiries And Responses To Form Part Of The Records And All Incidents Should Be Recorded In The Minutes. 6. Link To The Submission Of Documents Shall Be Given, Emailed Or Sent Only To Bidders Upon Submission Of Proof Of Payment. 7. Documents Must Be Submitted Anytime Before The Opening Of Bids And Upon Showing Of Proof Of Payment (note: Needs Time For Secretariat To Download And Organize Files Before Bid Opening) 8. Late Submission Shall Be Invalidated Based On The Automatic Date/time Of Submission As Recorded In The Online Facility. 9. Corrupted Or Files That Are Inoperable During The Opening Are Likewise Invalidated. Please Check Your Files Accordingly After Submission. 10. In Case A Bidder Modifies Its Bid, It Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Only Be Allowed To Send Another Bid Equally Secured And Properly Identified. Filename Should Be Labelled As "modification" Of The One Previously Submitted E.g.: A. Projectcode_companyname_or(modification) B. Projectcode_companyname_eligibilitydocs(modification) C. Projectcode_companyname_financialdocs(modification) The Time Indicated In The Latest Bid Receipt Page Generated Shall Be The Official Time Of Submission. Bids Submitted After The Deadline Shall Not Be Accepted. Bid Opening 1. Bid Opening Shall Be On June 3, 2025, 9:00 A.m. Via Google Meet Portal. 2. Link To The Event Shall Only Be Given To Qualified Bidders Who Has Shown Proof Of Payment Of Applicable Fees For Bid Documents. 3. Meeting Invitation Shall Be Sent To Your Registered Email Address Or Contact Batmc Bac Secretariat For Details. 4. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Be Given The Link To The Portal Once Proof Of Payment Have Been Submitted. The Company Representative Shall Disclose The Respective Password For Each Of Their File To Be Opened During The Event. 5. If A Bidder Is Unable To Join And Attend In The Online Platform During The Bid Opening And His Bid Is About To Be Opened, The Secretariat Will Call The Bidder Through His Registered Phone Number And Ask Them To Join The Bid Opening Through The Provided Link. Bidders Are Given A Maximum Of Five (5) Minutes To Join The Online Platform. If The Bidder Was Not Able To Join The Online Platform Within Five (5) Minutes From The Call, The Bac Shall Move On To The Next Bid, If Any. If There Are No Other Bids To Be Considered, The Secretariat Shall Again Ask The Bidder To Join The Online Bidding Via Call And The Bac Shall Give The Bidder Another Five (5) Minutes To Join. If The Bidder Failed To Join Within The Allotted Time, His Bid Will No Longer Be Considered. 6. Please Be Advised That The Bid Opening Shall Be Audio And Video Recorded, And Stored As Part Of The Documentation Process Of The Batangas Medical Center. Hence, Your Attendance To The Event Shall Indicate Your Explicit Consent On The Recording Of Your Image And Voice, Collection And Processing Of Your Personal Data As Disclosed And Captured During The Event. Rest Assured That Processing Of Data Is Done Solely For Legal Purposes And In Compliance With The Government Procurement Reform Act.
City Of Bayawan Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 296.3 K (USD 5.3 K)
Details: Description Request For Quotation Rfq No. Svp 25-b-0198(re-bid) Date May 27,2025 Pr Reference 100-25-03-034 Philgeps Reference No. End - User Slaghterhouse Closing Date June 09,2025 Deadline/opening Date June 10,2025 Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With The 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).basis Of Evaluation For This Rfq: By _____lot By _____item A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. 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 Chairman 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. 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). 8. 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. 9. 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. 10. 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. 11. 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: Svp 25-b-0198(re-bid) Total Abc: Php 296,341.00 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 Purpose: Supply And Delivery Of Other Supplies And Materials For Sluaghter Operation Use. I Lot I Carpentry Tools And Supplies 1 Locker Cabinet, Metal, 24 Compartments With Dual Lock (camlock And Padlock Ready), 185x90x40 Cm, With Ventilation, Gray 1 Unit 23,000.00 [ ] [ ] 2 Tie Wire, #18 20 Kilo 80.00 [ ] [ ] 3 Cutting Disc, 100mm Dia, For Metal 5 Piece 105.00 [ ] [ ] 4 Cutting Disc, Concrete, 4 Inches (heavy Duty) 2 Piece 380.00 [ ] [ ] Ii Lot I Electrical Supplies And Materials [ ] [ ] 5 Electric Extension Reel, Cord Length: 25-50m , Cord Size: #16, 4 Sockets, Power Switch, Thermal Cut-out Protection, Winding Knob, 220v 1 Roll 3800.00 [ ] [ ] Iii Lot I Farm/garden Tools And Accessories 6 Loop Handle Brushcutter, Recoil Starter, 34-35.8 Cu.cm. (cc), Unleaded/gasoline, 0.5-1.5l, Outdoor Operation Mode, Single Cylinder, 4-stroke,12.kw(1.6hp), 7000rpm, At Least 1.6-1.9 N.m, 5,500rpm, 1cylinder, Single Exhaust Pipe, Rotary Type(oil Mist), Ohc, At Least 39.0x30.0mm, Solid Drive Shaft, Semi-dry Type, 1885x325x250, 0.1 Liter Oil Capacity, 6-8 Kgs., Oil Mist Lubrication System, Blade Safety Frame Guard, Anti Vibration, 2 Blade Guards, 4 Blade Tooth, With Googles And Harness, Loop Handle Type, 6 Months To 1 Year Warranty, Lgu Bayawan City As Registered Owner O. R. 1 Unit 18,000.00 [ ] [ ] 7 Garden Hose, With Ply, .5" Dia., 90mtr. 1 Roll 3,150.00 [ ] [ ] 8 Empty Sack, New, 50kg Capacity, White 625 Piece 20.00 [ ] [ ] Iv Lot I Oxygen/lpg Supplies And Materials 9 Lpg Tank With Content, 50kg 10 Tank 11,500.00 [ ] [ ] 10 Lpg Hose, Lpg Hose 10 Meter 120.00 [ ] [ ] 11 Lpg Regulator, Lpg Regulator,with Gauge 4 Piece 1,900.00 [ ] [ ] V Lot I Other Supplies And Materials 12 Banyera, 70 Liters Capacity, Color Blue, Rubberized Heavy Duty Banyera Made Of Plastic Material Hdpe Colour, Oval Fish Crate 10 Unit 700.00 [ ] [ ] 13 "empty Drum, Polyethylene Material 200 Liter Capacity Height: 93mm Length: 580mm Heavy Duty" 3 Piece 2,500.00 [ ] [ ] 14 Wheel Barrow, Deep Type, 13" X 3" Solid Tire, Heavy Duty 2 Piece 4,000.00 [ ] [ ] 15 Knife Sharpener, (bairan) Good Quality 11 Piece 200.00 [ ] [ ] 16 Padlock, 20mm, Heavy Duty 10 Piece 200.00 [ ] [ ] 17 Padlock, 40mm, Heavy Duty 10 Piece 300.00 [ ] [ ] 18 Honing Steel, 12" 6 Piece 460.00 [ ] [ ] 19 Padlock, 60mm, Heavy Duty 4 Piece 500.00 [ ] [ ] 20 Wheel Barrow, Shallow 3 Unit 2,835.00 [ ] [ ] 21 Weighing Scale, Hanging Hook,200 Kg Capacity,steel, Heavy Duty 1 Piece 1,500.00 [ ] [ ] 22 Animal Marking Stick, Screw Type 27 Piece 2,700.00 [ ] [ ] Vi Lot I Plumbing Supplies 23 Hose Clip/clamp, Stainless Steel, 20mm - 32mm, Heavy Duty 10 Piece 98.00 [ ] [ ] 24 Hose Clip, 5/8", Hose Clip, 5/8" 20 Piece 18.00 [ ] [ ] 25 Ball Valve, 15mm Dia Brass/bronze 5 Piece 250.00 [ ] [ ] 26 Ball Valve, 1/2 X 1/2 With Lock Wing 5 Piece 220.00 [ ] [ ] 27 Gi Coupling, 15mm Dia Sched. 40 10 Piece 26.00 [ ] [ ] 28 Nipple, G.i., 15mm Dia X .35m, Sched. 40 8 Piece 77.00 [ ] [ ] 29 Pressure Washer Hose, Sewer Drain Water Cleaning Hose, With Multi-functional Jet Nozzles, 30m 2 Set 3,500.00 [ ] [ ] 30 Pressure Hose, Good Quality, (30m/roll) 1 Roll 1,350.00 [ ] [ ] 31 Garden Hose, 1 Inch Diameterx100 Meter Long/roll With Ply 1 Roll 3,800.00 [ ] [ ] 32 Stainless Steel Pipe, 40mm X 6.0m 2 Length 4,900.00 [ ] [ ] 33 Stainless Steel Pipe, 50mm Dia X 6.0m 2 Length 7,000.00 [ ] [ ] Vii Lot I Steelwork Supplies And Devices 34 Electric Drill, 1800w, 220 Vac, With Complete Accessories 1 Piece 5,600.00 [ ] [ ] 35 "portable Welding Machine , ► Power Voltage (v): 220 V ►rated Input Capacitance: 7.4 ►input Voltage Frequency (hz): 60 Hz ►iso 9001 Certified With Ac Plug, Electrode Holder And Welding Cable, Earth Clamp And Cable, Welding Mask With Handle, Steel Brush, Complete Package." 1 Unit 9,000.00 [ ] [ ] 36 Welding Rod/electrode, 3.2 X 350mm Stainless 308-r E30316 3 Kilo 475.00 [ ] [ ] 37 Welding Rod, E 3016 5 Kilo 100.00 [ ] [ ] 38 "angle Grinder, Rated Power Input: At Least 900 Wattage No Load Speed: At Least 11000rpm Power Output: 450w Grinding Spindle Thread: M10 Disc Diameter: 100mm (4"") Tool Dimensions (approx): Length - 250mm, Width-73mm, Height-100mm Weight 1.9 Kg Switch 2-way Surface Grinding (roughing) Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² Sanding With Sanding Sheet Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² 1 Year Parts & Service" 1 Unit 5,000.00 [ ] [ ] ***nothing Follows*** (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
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 110 Million (USD 1.9 Million)
Details: Description Invitation To Bid Procurement Of Goods Ib No. 2025-06-17 (14) The Doh - Cagayan Valley Center For Health Development, Through The Gop-general Appropriations Act 2025 Intends To Apply The Sum Of One Hundred Twelve Million Eight Hundred Forty-four Thousand Four Hundred Sixty-eight Pesos And 66/100 Centavos (₱ 112,844,468.66) Being The Approved Budget For The Contract (abc) To Payment Under The Contracts. Bids Received In Excess Of The Abc Per Lot Will Be Automatically Rejected At Bid Opening. Award Of The Procurement Project For Category 1 Will Be Subject To Receipt Of Sub Allotment Advice From Doh Central Office Based On Gaa 2025 Hfep Funds. Line Item Particulars Unit Qty Abc (₱) Bid Fee (₱) Category I: Medical Equipment 1 Biosafety Cabinet (on-site) Unit 2 ₱400,000.00 500.00 2 Biosafety Cabinet Nsf Certified Class Ii A2 (on-site) Unit 2 ₱1,080,000.00 5,000.00 3 Blood Bank Refrigerator, Double Door (on-site) Unit 1 ₱920,000.00 1,000.00 4 Chemistry Analyzer (fully Automated) (on-site) Unit 10 ₱4,500,000.00 5,000.00 5 Dental Unit Chair With Complete Accessories (on-site) Unit 1 ₱500,000.00 500.00 6 Digital Fluoroscopy X-ray System (brand New) (on-site) Unit 1 ₱16,000,000.00 25,000.00 7 Digital Mobile C-arm With Flat Panel Detector (on-site) Unit 1 ₱6,000,000.00 10,000.00 8 Electric Operating Table (on-site) Unit 1 ₱1,500,000.00 5,000.00 9 Hematology Analyzer, 3 Part Fully Automated With Computer And Printer (on-site) Unit 1 ₱500,000.00 500.00 10 Hematology Analyzer, 5 Part Fully Automated With Computer And Printer (on-site) Unit 9 ₱5,400,000.00 10,000.00 11 Infant/baby Warmer With Phototherapy (on-site) Unit 4 ₱2,000,000.00 5,000.00 12 Mobile Digital X-ray Machine (on-site) Unit 1 ₱5,000,000.00 5,000.00 13 Operating Room Light (on-site) Unit 4 ₱1,200,000.00 5,000.00 14 Operating Room Table (on-site) Unit 2 ₱3,000,000.00 5,000.00 15 Operating Room Washing Sink (on-site) Unit 2 ₱560,000.00 1,000.00 16 Refrigerated Blood Bank Centrifuge, Floor Standing (on-site) Unit 1 ₱1,600,000.00 5,000.00 17 Refrigerated Centrifuge (on-site) Unit 1 ₱1,400,000.00 5,000.00 18 Retinal Photocoagulation Laser (on-site) Unit 1 ₱7,850,000.00 10,000.00 19 Stationary Digital Radiography (x-ray) Machine (at Least 500ma And With Patient Table) (on-site) Unit 1 ₱9,000,000.00 10,000.00 20 Ultrasound Machine (on-site) Unit 2 ₱6,000,000.00 10,000.00 21 Vaccine Refrigerator (on-site) Unit 2 ₱450,000.00 500.00 22 Vaccine Refrigerator, Chest Type (on-site) Unit 1 ₱715,000.00 1,000.00 23 Abg Machine Unit 2 ₱923,468.00 1,000.00 24 Ambulance Collapsible Stretcher Unit 1 ₱100,000.00 500.00 25 Analytical Balance Unit 1 ₱90,000.00 500.00 26 Anesthesia Machine With Patient Monitor And Ventilator Unit 1 ₱1,400,000.00 5,000.00 27 Autoclave, 50l Unit 9 ₱1,620,000.00 5,000.00 28 Automated External Defibrillator Unit 7 ₱1,050,000.00 5,000.00 29 Binocular Microscope Unit 5 ₱500,000.00 500.00 30 Biomedical Refrigerator Unit 2 ₱150,000.00 500.00 31 Biomedical Refrigerator, Upright Unit 1 ₱115,000.00 500.00 32 Blood Collection Mixer Unit 10 ₱950,000.00 1,000.00 33 Blood Plasma Extractor Unit 4 ₱400,000.00 1,000.00 34 Bubble Cpap Machine For Neonate Unit 3 ₱1,500,000.00 5,000.00 35 Cardiac Monitor With Pulse Oximeter Unit 4 ₱400,000.00 500.00 36 Cardiotocograph (ctg) Machine Unit 7 ₱1,050,000.00 5,000.00 37 Cautery Machine Unit 1 ₱480,000.00 500.00 38 Centrifuge, High Speed Unit 1 ₱450,000.00 500.00 39 Cpr Mannequin Family Pack With Aed Unit 2 ₱374,000.00 500.00 40 Defibrillator With Cardiac Monitor Unit 2 ₱700,000.00 1,000.00 41 Delivery Bed With Mattress (4-5 Inches) And Detachable Stirrups Unit 5 ₱750,000.00 1,000.00 42 Delivery Room Light Unit 3 ₱390,000.00 500.00 43 Dental Accessory Unit 1 ₱110,000.00 500.00 44 Digital Weighing Scale, Adult Unit 14 ₱1,400,000.00 5,000.00 45 Digital Weighing Scale, Pedia Unit 12 ₱960,000.00 1,000.00 46 Digital, High-speed Benchtop Clinical Centrifuge With Rotor Unit 1 ₱550,000.00 1,000.00 47 Electrocardiograph Machine - 12 Channels Unit 6 ₱1,080,000.00 5,000.00 48 Electrolyte Analyzer (fully Automated) Unit 3 ₱1,350,000.00 5,000.00 49 Examination Table With 3 Sections Unit 1 ₱70,000.00 500.00 50 Examining Table With Detachable Stirrup And Examining (led) Light Unit 7 ₱1,225,000.00 5,000.00 51 Fetal Monitor With Probe Unit 11 ₱1,210,000.00 5,000.00 52 Hba1c Analyzer Unit 4 ₱1,640,000.00 5,000.00 53 Hemoglobinometer Unit 4 ₱352,000.00 500.00 54 Hepa Filter Machine Unit 5 ₱600,000.00 1,000.00 55 Infusion Pump Unit 2 ₱220,000.00 500.00 56 Laboratory Extraction Chair Unit 1 ₱85,000.00 500.00 57 Mechanical Ventilator Unit 1 ₱1,000,000.00 1,000.00 58 Microhematocrit Centrifuge, Maximum Capacity Of 24 Unit 1 ₱150,000.00 500.00 59 Milk Bank Freezer Unit 1 ₱500,000.00 500.00 60 Mini Oxygen Concentrator Unit 2 ₱240,000.00 500.00 61 Phlebotomy Cart Unit 3 ₱249,000.00 500.00 62 Platelet Agitator With Incubator Unit 1 ₱500,000.00 500.00 63 Portable Microbiological Test For Water Unit 9 ₱1,800,000.00 5,000.00 64 Pulse Oximeter Desktype With Adult And Pedia Probe Unit 2 ₱300,000.00 500.00 65 Reagent Refrigerator Unit 4 ₱320,000.00 500.00 66 Serofuge/serological Centrifuge Unit 2 ₱200,000.00 500.00 67 Slit Lamp With Motorized Table Unit 1 ₱1,700,000.00 5,000.00 68 Test Tube Incubator With Accessories Unit 3 ₱300,000.00 500.00 69 Ultrasonic Scaler Unit 1 ₱384,000.00 500.00 70 Urine Analyzer Unit 5 ₱500,000.00 500.00 71 Urine Sediment Analyzer Unit 1 ₱1,000,000.00 1,000.00 72 Uv Cabinet With Uv Light Unit 2 ₱200,000.00 500.00 73 Vein Illumination Device Unit 1 ₱510,000.00 1,000.00 74 Water Analyzer Unit 3 ₱180,000.00 500.00 75 Wireless Indirect Ophthalmoscope With 20 Diopter Lens Unit 2 ₱160,000.00 500.00 Category Ii: General Merchandise 1 Purok Kalusugan Kits Kit 558 ₱2,832,000.66 5,000.00 1. The Doh - Cagayan Valley Center For Health Development Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Within The Timeframe As Stated In The Schedule Of Requirements. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Doh- Cagayan Valley Center For Health Development Website - Ro2.doh.gov.ph And Inspect The Bidding Documents. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 27, 2025 To June 17, (before 9:00 Am) 2025 From The Given Address Upon Payment Of The Applicable Bid Fee. Prospective Bidders May Pay Their Bid Fee Through Electronic Means. 6. The Doh Cagayan Valley Center For Health Development Will Hold A Pre-bid Conference On June 4, 2025 At 9:00 O’clock A.m. Through Video Conferencing Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Doh Cvchd Bac Secretariat Through Online Or Electronic At Email Address- Bacregion2@gmail.com On Or Before 9:00 A.m. On June 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 17, 2025, At 9:00 A.m. Via Video Conferencing. Bids Will Be Opened In The Presence Of The Bidders’ Representatives. 10. Bidders Shall Use A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection. 11. The Doh Cagayan Valley Center For Health Development Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Doh Cagayan Valley Center For Health Development Carig, Tuguegarao City 3500 Phone Numbers: (02) 304-6523; 09178971826; 09988877455; 09953433240 Email Address: Dohro2@cvchd.doh.gov.ph / Bacregion2@gmail.com Website Address: Ro2.doh.gov.ph 13. For Downloading Of Bidding Documents, Please Visit Website - Ro2.doh.gov.ph May 27, 2025 Domingo K. Lavadia, Mba, Jd Bac Chairperson
DEPARTMENT OF EDUCATION DIVISION OF SAMAR Tender
Others
Philippines
Closing Date23 Jun 2025
Tender AmountPHP 2.5 Million (USD 43.6 K)
Details: Description Republic Of The Philippines Department Of Education Region Viii Schools Division Of Samar Invitation To Bid For The Procurement Of Safety And Emergency Supplies And Disaster Preparedness Equipment- Repost 1. The Department Of Education – Division Of Samar, Through The Sub-aro No. Ro-8-24-0541 Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos Only (2,500,000.00) For The Procurement Of Safety And Emergency Supplies And Disaster Preparedness Equipment- Repost Being The Approved Budget For The Contract (abc) To Payments. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty Unit Item Description 1 Pcs Portable Public Address System • With 2 Original And Good Quality Wireless Microphones • Heavy Duty • 3.5 Mm Audio Cable Input- Yes • Bluetooth-yes • Charging Cable-yes • Splash Proof- Yes • Wireless- Yes • Built-in Microphone-yes • Rechargeable Battery-yes 35 Pcs Spine Board • 2-fold With Spider Strap/ Belt 1 Pc Emergency Monitoring Device • Screen-13” Or 15’’ • Screen Resolution-1920x1200 Pixels/ 13.6-inch (diagonal) Led Backlit Display With Ips Technology;2 2560-by-1664 Native Resolution At 224 Pixels Per Inch 500 Nits Brightness • Refresh Rate-60hz • Screen Technology – Ips/ Liquid Retina Display • Processor- Intel Core I5-13420h, Intel Core I5-12450h/ M3 Or M4 With 8-core Gpu • Os- Windows 11/ Macos M3/m4 Chip • Storage- 256gb/512gb • Ram- 16gg/16gb • Body Material- Aluminum • Battery Life- 11h • Webcam Resolution-12mp, 1080p Hd Recording • Color- Sky Blue/ Starlight • Hdmi- Yes • Headphone Jack- Yes • Total Usb- 3 • Usb Type- 1 X Usb Type C, 1 X Usb 2.0, 1 X Usb 3.2 • Touch Screen- Yes If Possible 37 Pcs Emergency Go Bag Kit With Content • Bp Set Manual With Carrying Case: Sphygmomanometer And Stethoscope-1set • 7in1 Utility Knife- 1pc • Rescue Rope 10mm- 10meters • Splinter Forceps Ss 5.5”- 2pcs • Emt Trauma Shears -1pc • Curved Hemostat Forceps Ss 7”- 2pcs • Surgical Scissors Straight Ss 7”-1pc • Thumb Dressing Forceps Ss 7”-1pc • Non-sterile 40"x40"x56" Triangular Bandage-5pcs • Tactical Flashlights Rechargeable-1pc • Hot And Cold Pack-3pcs • Reusable Medical Ice Bag 6”-1pc • Reusable Hot Water Bag (m)-1pc • 10 Ml Syringe- 20pcs • Emergency Fracture Splint Roll (xpe) Aluminum Alloy (10cm Width)-3pcs • Combat Application Tourniquet-2pcs • Tourniquet Rubber Flat-10pcs • Retractable Tourniquet-5pcs • Emergency Blanket-5pcs • Cotton Balls 50s- 1pack • Gauze, 2" X 2.1 Yds Sterile-10pcs • Gauze, 3" X 2.1 Yds Sterile-10pcs • Gauze, 4" X 2.1 Yds Sterile-10pcs • Blood Stop Dressing- 1pc • Sterile Gauze Pads (4" X 4")-1box • Sterile Gauze Pads (3”x3”)-1box • Sterile Gauze Pad (2”x2”)-1 Box • Sterile Eye Pads-1box • Antiseptic Wipes-1box • Surface Disinfectant Wipes 20s- 1pack • Gloves Sterile- 10 Pairs • Cpr (cardio Pulmonary Resuscitation) Mask With Oxygen Inlet-1unit • Ambu Bag Adult With Carrying Case-1unit • Steri-strip 30s -1box • Burn Gel 5g-10pcs • Hydrogen Peroxide 120ml-1bottle • Irrigation Solution Sterile With Applicator Bottle For Eye And Wound Irrigation 1000ml-1set • Instant Glucose 200ml- 1bottle • Povidone Iodine 60ml -1bottle • Post-operative Sterile Absorbent Waterproof Dressing 3”x3”- 1pc • Surgical Tape 1"x10 Yds-3pcs • Antibiotic (bacitracin, 200units, Neomycin, 3.5mg Polymycin 4,000 Units) Ointment-1tube • Anti-inflammatory, Antipruritic Ointment 3g-10sachet • Adhesive Bandage Waterproof (3/4"x 3")-1box • Spot Bandage-10pcs • Knuckle Bandage-10pcs • Fingertip Bandage-10pcs • Alcohol Wipes (prep Pads) 10/box-1box • Penlight Medical-1pc • Digital Thermometer Medical-1pc • Rechargeable Pulse Oximeter -1pc • Elastic Bandage 2”-5 Pc • Elastic Bandage 3”-5 Pcs • Elastic Bandage 4”-5 Pcs • Sterile 4x4 Antiseptic Gauze Dressing -2pcs • 2" X 5 Yds Cohesive Self-sticking Roll Bandage -3pcs • 4” X 5 Yds Cohesive Self-sticking Roll-3pcs • Sterile Burn Sheet (60"x96")-1pc • Orange/red Trauma Bag/backpack With Logo, Waterproof, Padded Back, Base And Handle, Thick Material, Double Stitched- 1pc • First Aid Guide-1book 5 Pcs Fire Extinguisher • 10 Lbs. Abc Type Dry-chemical- Refillable 40 Pcs Cervical Collar (adult) • Preformed And Not Easy To Deform • 4 Gear Height Adjustment • Penetrable By X-ray, Mri, Ct Scan • Large Tracheal Hole Design • Polymer/pe Foam Lining • Lightweight And Breathable 40 Pcs Cervical Collar (pedia) • Preformed And Not Easy To Deform • 4 Gear Height Adjustment • Penetrable By X-ray, Mri, Ct Scan • Large Tracheal Hole Design • Polymer/pe Foam Lining • Lightweight And Breathable 3 Pcs Fire Cabinet(800x700x160mm) And Fire Hose (50ft) With Accessories Inclusions: • Fire Hose Cabinet 27’’x24’’x 7” Red Coated G.a 22 Standard Steel Body, Aluminum Frame With Lock And Key • Angle Valve ½ • Fire Hose ½ Single Jacket 50ft • Polycarbonate Fog Nozzle ½ • Lock Nipple ½ • Hose Rack 36 Pcs High Pressure Washer Motor Power: 2100w Voltage: 230v - 240 V Frequency: 50/60 Hz Max. Pressure: 140 Bar Max. Flow Rate: 450l/h Inlet Water Temperature: 40c Self- Priming Capability: 0.5m Detergent System: High Pressure Foam Motor Type: Induction Pump Type: 3 Cylinder Pump Material: All Metal Cable Length: 5m Hose Length: 8m Lances: Lance Nozzles: 3-in-1 Nozzle Detergent Nozzle: 550 Ml Hose Reel: Manual Weight: (without Accessories): 17. 6 Kg 77 Pcs Safety Cargo Vest (dark Orange With Pockets, Embroidered Logo And Name Of The Office And Reflector) 46 Pcs Portable Nebulizer With Complete Accessories • Low Noise, Compact, Auto Off Anti-dry, • Large Amount Of Micron Mist Particles • Heavy Duty Compressor • One Press Button • Made Of High-grade Abs Material • Oil Free Piston • With Adult And Pedia Mask, Mouthpiece, 5 Air Filters, Manual, Nebulizer Kit 81 Pcs Water Resistant Jacket – (maroon And Embroidered With Drrm And Office Logo) 55 Pcs Steel Toe Safety Shoes- (black/brown) Breathable Fabric/ Leather 45 Pcs Digital Blood Pressure Apparatus – • Automatic And Advanced Averaging • Usb Power Support • Large Arm Cuff- 22 To 45 Mm • Irregular Heartbeat Detector • At Least 90 Memory Storage • Date And Time Display • Oscillographic Measurement Method 50 Pcs Finger Pulse Oximeter- (rechargeable) • Size Fits Finger Of Child From 2 Years Of Age To Adult • Shows Real Time Measurement Of Spo2 Level, Pulse Rate 30bpm To 250bpm, Pulse Rate Bar • Optical Sensor • Continuous Bar Graph Display • Battery 2x1.5(aaa) Or Rechargeable Batteries (aaa) • Work Continuously For At Least 20hours • Storage Bag, Manual, Box Lace, 2x Aaa Rechargeable Batteries 18 Pcs Portable Power Station With 200-watt Solar Panel • Capacity- 600w • Solar Input- 110w, 100% In As Fast As 2.5 Hours/ Higher • Storage Temperature- 68f-86f • Noise- <30db • Ac Output- 2 Outlets • Usb-c Output • Usb- A Output 2. The Department Of Education – Division Of Samar Now Invites Bids For The Above Procurement Project. Delivery Of Good Is Required To Be Delivered Within 30 Calendar Days At Deped Samar Division Office. 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education – Division Of Samar, Bac Office Or May Call Its Landline Number And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 11, 2025 From The Given Address And Website(s) Below; Department Of Education Division Of Samar – Bac Office Arteche Boulevard, Catbalogan City, Samar Upon Accomplishing Bidder’s Information Sheet And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (5,000.00) To The Department Of Education – Division Of Samar – Cashier’s Office. Only Bidders Who Purchased Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). 6. The Department Of Education – Samar Division Will Hold A Pre-bid Conference On June 11, 2025; 10:00 Am At The Bids And Awards Committee (bac) Office, Deped – Samar Division, Arteche Blvd., Catbalogan City And Through Video-conference Via Microsoft Teams. Prospective Bidders Are Advised To Contact The Bac Secretariat A Day Before The Said Activity For The Link. Pre-bid Conference Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am Of June 23, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:00 Am Of June 23, 2025 At The Redaja Hall, Division Office Deped – Samar Division. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education – Division Of Samar 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. Josefina F. Dacallos Bac Secretariat - Head Department Of Education Division Of Samar Bac Office Arteche Boulevard, Catbalogan, City Telephone Number: (055) 251-2595 Depedsamar.bac@deped.gov.ph 3 June, 2025 Joel A. Zartiga Bac Chairman
City Of Bayawan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date22 May 2025
Tender AmountPHP 296.3 K (USD 5.3 K)
Details: Description Request For Quotation Rfq No. Svp 25-b-0182(re-bid) Date May 07,2025 Pr Reference 100-25-03-034 Philgeps Reference No. End - User Slaghterhouse Closing Date May 21,2025 Deadline/opening Date May 22,2025 Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With The 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).basis Of Evaluation For This Rfq: By _____lot By _____item A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. 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 Chairman 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. 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). 8. 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. 9. 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. 10. 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. 11. 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: Svp 25-b-0182(re-bid) Total Abc: Php 296,341.00 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 Purpose: Supply And Delivery Of Other Supplies And Materials For Sluaghter Operation Use. I Lot I Carpentry Tools And Supplies 1 Locker Cabinet, Metal, 24 Compartments With Dual Lock (camlock And Padlock Ready), 185x90x40 Cm, With Ventilation, Gray 1 Unit 23,000.00 [ ] [ ] 2 Tie Wire, #18 20 Kilo 80.00 [ ] [ ] 3 Cutting Disc, 100mm Dia, For Metal 5 Piece 105.00 [ ] [ ] 4 Cutting Disc, Concrete, 4 Inches (heavy Duty) 2 Piece 380.00 [ ] [ ] Ii Lot I Electrical Supplies And Materials [ ] [ ] 5 Electric Extension Reel, Cord Length: 25-50m , Cord Size: #16, 4 Sockets, Power Switch, Thermal Cut-out Protection, Winding Knob, 220v 1 Roll 3800.00 [ ] [ ] Iii Lot I Farm/garden Tools And Accessories 6 Loop Handle Brushcutter, Recoil Starter, 34-35.8 Cu.cm. (cc), Unleaded/gasoline, 0.5-1.5l, Outdoor Operation Mode, Single Cylinder, 4-stroke,12.kw(1.6hp), 7000rpm, At Least 1.6-1.9 N.m, 5,500rpm, 1cylinder, Single Exhaust Pipe, Rotary Type(oil Mist), Ohc, At Least 39.0x30.0mm, Solid Drive Shaft, Semi-dry Type, 1885x325x250, 0.1 Liter Oil Capacity, 6-8 Kgs., Oil Mist Lubrication System, Blade Safety Frame Guard, Anti Vibration, 2 Blade Guards, 4 Blade Tooth, With Googles And Harness, Loop Handle Type, 6 Months To 1 Year Warranty, Lgu Bayawan City As Registered Owner O. R. 1 Unit 18,000.00 [ ] [ ] 7 Garden Hose, With Ply, .5" Dia., 90mtr. 1 Roll 3,150.00 [ ] [ ] 8 Empty Sack, New, 50kg Capacity, White 625 Piece 20.00 [ ] [ ] Iv Lot I Oxygen/lpg Supplies And Materials 9 Lpg Tank With Content, 50kg 10 Tank 11,500.00 [ ] [ ] 10 Lpg Hose, Lpg Hose 10 Meter 120.00 [ ] [ ] 11 Lpg Regulator, Lpg Regulator,with Gauge 4 Piece 1,900.00 [ ] [ ] V Lot I Other Supplies And Materials 12 Banyera, 70 Liters Capacity, Color Blue, Rubberized Heavy Duty Banyera Made Of Plastic Material Hdpe Colour, Oval Fish Crate 10 Unit 700.00 [ ] [ ] 13 "empty Drum, Polyethylene Material 200 Liter Capacity Height: 93mm Length: 580mm Heavy Duty" 3 Piece 2,500.00 [ ] [ ] 14 Wheel Barrow, Deep Type, 13" X 3" Solid Tire, Heavy Duty 2 Piece 4,000.00 [ ] [ ] 15 Knife Sharpener, (bairan) Good Quality 11 Piece 200.00 [ ] [ ] 16 Padlock, 20mm, Heavy Duty 10 Piece 200.00 [ ] [ ] 17 Padlock, 40mm, Heavy Duty 10 Piece 300.00 [ ] [ ] 18 Honing Steel, 12" 6 Piece 460.00 [ ] [ ] 19 Padlock, 60mm, Heavy Duty 4 Piece 500.00 [ ] [ ] 20 Wheel Barrow, Shallow 3 Unit 2,835.00 [ ] [ ] 21 Weighing Scale, Hanging Hook,200 Kg Capacity,steel, Heavy Duty 1 Piece 1,500.00 [ ] [ ] 22 Animal Marking Stick, Screw Type 27 Piece 2,700.00 [ ] [ ] Vi Lot I Plumbing Supplies 23 Hose Clip/clamp, Stainless Steel, 20mm - 32mm, Heavy Duty 10 Piece 98.00 [ ] [ ] 24 Hose Clip, 5/8", Hose Clip, 5/8" 20 Piece 18.00 [ ] [ ] 25 Ball Valve, 15mm Dia Brass/bronze 5 Piece 250.00 [ ] [ ] 26 Ball Valve, 1/2 X 1/2 With Lock Wing 5 Piece 220.00 [ ] [ ] 27 Gi Coupling, 15mm Dia Sched. 40 10 Piece 26.00 [ ] [ ] 28 Nipple, G.i., 15mm Dia X .35m, Sched. 40 8 Piece 77.00 [ ] [ ] 29 Pressure Washer Hose, Sewer Drain Water Cleaning Hose, With Multi-functional Jet Nozzles, 30m 2 Set 3,500.00 [ ] [ ] 30 Pressure Hose, Good Quality, (30m/roll) 1 Roll 1,350.00 [ ] [ ] 31 Garden Hose, 1 Inch Diameterx100 Meter Long/roll With Ply 1 Roll 3,800.00 [ ] [ ] 32 Stainless Steel Pipe, 40mm X 6.0m 2 Length 4,900.00 [ ] [ ] 33 Stainless Steel Pipe, 50mm Dia X 6.0m 2 Length 7,000.00 [ ] [ ] Vii Lot I Steelwork Supplies And Devices 34 Electric Drill, 1800w, 220 Vac, With Complete Accessories 1 Piece 5,600.00 [ ] [ ] 35 "portable Welding Machine , ► Power Voltage (v): 220 V ►rated Input Capacitance: 7.4 ►input Voltage Frequency (hz): 60 Hz ►iso 9001 Certified With Ac Plug, Electrode Holder And Welding Cable, Earth Clamp And Cable, Welding Mask With Handle, Steel Brush, Complete Package." 1 Unit 9,000.00 [ ] [ ] 36 Welding Rod/electrode, 3.2 X 350mm Stainless 308-r E30316 3 Kilo 475.00 [ ] [ ] 37 Welding Rod, E 3016 5 Kilo 100.00 [ ] [ ] 38 "angle Grinder, Rated Power Input: At Least 900 Wattage No Load Speed: At Least 11000rpm Power Output: 450w Grinding Spindle Thread: M10 Disc Diameter: 100mm (4"") Tool Dimensions (approx): Length - 250mm, Width-73mm, Height-100mm Weight 1.9 Kg Switch 2-way Surface Grinding (roughing) Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² Sanding With Sanding Sheet Vibration Emission Value Ah 7.5 M/s² Uncertainty K 1.5 M/s² 1 Year Parts & Service" 1 Unit 5,000.00 [ ] [ ] ***nothing Follows*** (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
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 2.8 Million (USD 50.7 K)
Details: Description Invitation To Bid Procurement Of Goods Ib No. 2025-06-17 (14) The Doh - Cagayan Valley Center For Health Development, Through The Gop-general Appropriations Act 2025 Intends To Apply The Sum Of One Hundred Twelve Million Eight Hundred Forty-four Thousand Four Hundred Sixty-eight Pesos And 66/100 Centavos (₱ 112,844,468.66) Being The Approved Budget For The Contract (abc) To Payment Under The Contracts. Bids Received In Excess Of The Abc Per Lot Will Be Automatically Rejected At Bid Opening. Award Of The Procurement Project For Category 1 Will Be Subject To Receipt Of Sub Allotment Advice From Doh Central Office Based On Gaa 2025 Hfep Funds. Line Item Particulars Unit Qty Abc (₱) Bid Fee (₱) Category I: Medical Equipment 1 Biosafety Cabinet (on-site) Unit 2 ₱400,000.00 500.00 2 Biosafety Cabinet Nsf Certified Class Ii A2 (on-site) Unit 2 ₱1,080,000.00 5,000.00 3 Blood Bank Refrigerator, Double Door (on-site) Unit 1 ₱920,000.00 1,000.00 4 Chemistry Analyzer (fully Automated) (on-site) Unit 10 ₱4,500,000.00 5,000.00 5 Dental Unit Chair With Complete Accessories (on-site) Unit 1 ₱500,000.00 500.00 6 Digital Fluoroscopy X-ray System (brand New) (on-site) Unit 1 ₱16,000,000.00 25,000.00 7 Digital Mobile C-arm With Flat Panel Detector (on-site) Unit 1 ₱6,000,000.00 10,000.00 8 Electric Operating Table (on-site) Unit 1 ₱1,500,000.00 5,000.00 9 Hematology Analyzer, 3 Part Fully Automated With Computer And Printer (on-site) Unit 1 ₱500,000.00 500.00 10 Hematology Analyzer, 5 Part Fully Automated With Computer And Printer (on-site) Unit 9 ₱5,400,000.00 10,000.00 11 Infant/baby Warmer With Phototherapy (on-site) Unit 4 ₱2,000,000.00 5,000.00 12 Mobile Digital X-ray Machine (on-site) Unit 1 ₱5,000,000.00 5,000.00 13 Operating Room Light (on-site) Unit 4 ₱1,200,000.00 5,000.00 14 Operating Room Table (on-site) Unit 2 ₱3,000,000.00 5,000.00 15 Operating Room Washing Sink (on-site) Unit 2 ₱560,000.00 1,000.00 16 Refrigerated Blood Bank Centrifuge, Floor Standing (on-site) Unit 1 ₱1,600,000.00 5,000.00 17 Refrigerated Centrifuge (on-site) Unit 1 ₱1,400,000.00 5,000.00 18 Retinal Photocoagulation Laser (on-site) Unit 1 ₱7,850,000.00 10,000.00 19 Stationary Digital Radiography (x-ray) Machine (at Least 500ma And With Patient Table) (on-site) Unit 1 ₱9,000,000.00 10,000.00 20 Ultrasound Machine (on-site) Unit 2 ₱6,000,000.00 10,000.00 21 Vaccine Refrigerator (on-site) Unit 2 ₱450,000.00 500.00 22 Vaccine Refrigerator, Chest Type (on-site) Unit 1 ₱715,000.00 1,000.00 23 Abg Machine Unit 2 ₱923,468.00 1,000.00 24 Ambulance Collapsible Stretcher Unit 1 ₱100,000.00 500.00 25 Analytical Balance Unit 1 ₱90,000.00 500.00 26 Anesthesia Machine With Patient Monitor And Ventilator Unit 1 ₱1,400,000.00 5,000.00 27 Autoclave, 50l Unit 9 ₱1,620,000.00 5,000.00 28 Automated External Defibrillator Unit 7 ₱1,050,000.00 5,000.00 29 Binocular Microscope Unit 5 ₱500,000.00 500.00 30 Biomedical Refrigerator Unit 2 ₱150,000.00 500.00 31 Biomedical Refrigerator, Upright Unit 1 ₱115,000.00 500.00 32 Blood Collection Mixer Unit 10 ₱950,000.00 1,000.00 33 Blood Plasma Extractor Unit 4 ₱400,000.00 1,000.00 34 Bubble Cpap Machine For Neonate Unit 3 ₱1,500,000.00 5,000.00 35 Cardiac Monitor With Pulse Oximeter Unit 4 ₱400,000.00 500.00 36 Cardiotocograph (ctg) Machine Unit 7 ₱1,050,000.00 5,000.00 37 Cautery Machine Unit 1 ₱480,000.00 500.00 38 Centrifuge, High Speed Unit 1 ₱450,000.00 500.00 39 Cpr Mannequin Family Pack With Aed Unit 2 ₱374,000.00 500.00 40 Defibrillator With Cardiac Monitor Unit 2 ₱700,000.00 1,000.00 41 Delivery Bed With Mattress (4-5 Inches) And Detachable Stirrups Unit 5 ₱750,000.00 1,000.00 42 Delivery Room Light Unit 3 ₱390,000.00 500.00 43 Dental Accessory Unit 1 ₱110,000.00 500.00 44 Digital Weighing Scale, Adult Unit 14 ₱1,400,000.00 5,000.00 45 Digital Weighing Scale, Pedia Unit 12 ₱960,000.00 1,000.00 46 Digital, High-speed Benchtop Clinical Centrifuge With Rotor Unit 1 ₱550,000.00 1,000.00 47 Electrocardiograph Machine - 12 Channels Unit 6 ₱1,080,000.00 5,000.00 48 Electrolyte Analyzer (fully Automated) Unit 3 ₱1,350,000.00 5,000.00 49 Examination Table With 3 Sections Unit 1 ₱70,000.00 500.00 50 Examining Table With Detachable Stirrup And Examining (led) Light Unit 7 ₱1,225,000.00 5,000.00 51 Fetal Monitor With Probe Unit 11 ₱1,210,000.00 5,000.00 52 Hba1c Analyzer Unit 4 ₱1,640,000.00 5,000.00 53 Hemoglobinometer Unit 4 ₱352,000.00 500.00 54 Hepa Filter Machine Unit 5 ₱600,000.00 1,000.00 55 Infusion Pump Unit 2 ₱220,000.00 500.00 56 Laboratory Extraction Chair Unit 1 ₱85,000.00 500.00 57 Mechanical Ventilator Unit 1 ₱1,000,000.00 1,000.00 58 Microhematocrit Centrifuge, Maximum Capacity Of 24 Unit 1 ₱150,000.00 500.00 59 Milk Bank Freezer Unit 1 ₱500,000.00 500.00 60 Mini Oxygen Concentrator Unit 2 ₱240,000.00 500.00 61 Phlebotomy Cart Unit 3 ₱249,000.00 500.00 62 Platelet Agitator With Incubator Unit 1 ₱500,000.00 500.00 63 Portable Microbiological Test For Water Unit 9 ₱1,800,000.00 5,000.00 64 Pulse Oximeter Desktype With Adult And Pedia Probe Unit 2 ₱300,000.00 500.00 65 Reagent Refrigerator Unit 4 ₱320,000.00 500.00 66 Serofuge/serological Centrifuge Unit 2 ₱200,000.00 500.00 67 Slit Lamp With Motorized Table Unit 1 ₱1,700,000.00 5,000.00 68 Test Tube Incubator With Accessories Unit 3 ₱300,000.00 500.00 69 Ultrasonic Scaler Unit 1 ₱384,000.00 500.00 70 Urine Analyzer Unit 5 ₱500,000.00 500.00 71 Urine Sediment Analyzer Unit 1 ₱1,000,000.00 1,000.00 72 Uv Cabinet With Uv Light Unit 2 ₱200,000.00 500.00 73 Vein Illumination Device Unit 1 ₱510,000.00 1,000.00 74 Water Analyzer Unit 3 ₱180,000.00 500.00 75 Wireless Indirect Ophthalmoscope With 20 Diopter Lens Unit 2 ₱160,000.00 500.00 Category Ii: General Merchandise 1 Purok Kalusugan Kits Kit 558 ₱2,832,000.66 5,000.00 1. The Doh - Cagayan Valley Center For Health Development Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Within The Timeframe As Stated In The Schedule Of Requirements. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Doh- Cagayan Valley Center For Health Development Website - Ro2.doh.gov.ph And Inspect The Bidding Documents. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 27, 2025 To June 17, (before 9:00 Am) 2025 From The Given Address Upon Payment Of The Applicable Bid Fee. Prospective Bidders May Pay Their Bid Fee Through Electronic Means. 6. The Doh Cagayan Valley Center For Health Development Will Hold A Pre-bid Conference On June 4, 2025 At 9:00 O’clock A.m. Through Video Conferencing Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Doh Cvchd Bac Secretariat Through Online Or Electronic At Email Address- Bacregion2@gmail.com On Or Before 9:00 A.m. On June 17, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On June 17, 2025, At 9:00 A.m. Via Video Conferencing. Bids Will Be Opened In The Presence Of The Bidders’ Representatives. 10. Bidders Shall Use A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection. 11. The Doh Cagayan Valley Center For Health Development Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Doh Cagayan Valley Center For Health Development Carig, Tuguegarao City 3500 Phone Numbers: (02) 304-6523; 09178971826; 09988877455; 09953433240 Email Address: Dohro2@cvchd.doh.gov.ph / Bacregion2@gmail.com Website Address: Ro2.doh.gov.ph 13. For Downloading Of Bidding Documents, Please Visit Website - Ro2.doh.gov.ph May 27, 2025 Domingo K. Lavadia, Mba, Jd Bac Chairperson
DEPARTMENT OF EDUCATION DIVISION OF SAMAR Tender
Others
Philippines
Closing Date26 May 2025
Tender AmountPHP 2.5 Million (USD 44.8 K)
Details: Description Republic Of The Philippines Department Of Education Region Viii Schools Division Of Samar Invitation To Bid For The Procurement Of Safety And Emergency Supplies And Disaster Preparedness Equipment 1. The Department Of Education – Division Of Samar, Through The Sub-aro No. Ro-8-24-0541 Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos Only (2,500,00.00) For The Procurement Of Safety And Emergency Supplies And Disaster Preparedness Equipment Being The Approved Budget For The Contract (abc) To Payments. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty Unit Item Description 2 Pcs Portable Public Address System • With 2 Original And Good Quality Wireless Microphones • Heavy Duty • 3.5 Mm Audio Cable Input- Yes • Bluetooth-yes • Charging Cable-yes • Splash Proof- Yes • Wireless- Yes • Built-in Microphone-yes • Rechargeable Battery-yes 40 Pcs Spine Board • 2-fold With Spider Strap/ Belt 1 Pc Emergency Monitoring Device • Screen-14’’ • Screen Resolution-1920x1200 Pixels • Refresh Rate-60hz • Screen Technology – Ips • Processor- Intel Core I5-13420h, Intel Core I5-12450h • Os- Windows 11/ Ios • Storage- 512gb • Ram- 16gg/ 8gb • Body Material- Aluminum • Battery Life- 11h • Webcam Resolution- Hd • Color- Mystic Silver, Gold, Black/ Gray • Hdmi- Yes • Headphone Jack- Yes • Total Usb- 3 • Usb Type- 1 X Usb Type C, 1 X Usb 2.0, 1 X Usb 3.2 • Wifi Standard – 802.11a/b/g/n/ac/ax • Touch Screen- Yes If Possible 37 Pcs Emergency Go Bag Kit With Content • Bp Set Manual With Carrying Case: Sphygmomanometer And Stethoscope-1set • 7in1 Utility Knife- 1pc • Rescue Rope 10mm- 10meters • Splinter Forceps Ss 5.5”- 2pcs • Emt Trauma Shears -1pc • Curved Hemostat Forceps Ss 7”- 2pcs • Surgical Scissors Straight Ss 7”-1pc • Thumb Dressing Forceps Ss 7”-1pc • Non-sterile 40"x40"x56" Triangular Bandage-5pcs • Tactical Flashlights Rechargeable-1pc • Hot And Cold Pack-3pcs • Reusable Medical Ice Bag 6”-1pc • Reusable Hot Water Bag (m)-1pc • 10 Ml Syringe- 20pcs • Emergency Fracture Splint Roll (xpe) Aluminum Alloy (10cm Width)-3pcs • Combat Application Tourniquet-2pcs • Tourniquet Rubber Flat-10pcs • Retractable Tourniquet-5pcs • Emergency Blanket-5pcs • Cotton Balls 50s- 1pack • Gauze, 2" X 2.1 Yds Sterile-10pcs • Gauze, 3" X 2.1 Yds Sterile-10pcs • Gauze, 4" X 2.1 Yds Sterile-10pcs • Blood Stop Dressing- 1pc • Sterile Gauze Pads (4" X 4")-1box • Sterile Gauze Pads (3”x3”)-1box • Sterile Gauze Pad (2”x2”)-1 Box • Sterile Eye Pads-1box • Antiseptic Wipes-1box • Surface Disinfectant Wipes 20s- 1pack • Gloves Sterile- 10 Pairs • Cpr (cardio Pulmonary Resuscitation) Mask With Oxygen Inlet-1unit • Ambu Bag Adult With Carrying Case-1unit • Steri-strip 30s -1box • Burn Gel 5g-10pcs • Hydrogen Peroxide 120ml-1bottle • Irrigation Solution Sterile With Applicator Bottle For Eye And Wound Irrigation 1000ml-1set • Instant Glucose 200ml- 1bottle • Povidone Iodine 60ml -1bottle • Post-operative Sterile Absorbent Waterproof Dressing 3”x3”- 1pc • Surgical Tape 1"x10 Yds-3pcs • Antibiotic (bacitracin, 400units, Neomycin, 3.5g Polymycin 5,000 Units) Ointment-1tube • Anti-inflammatory, Antipruritic Ointment 3g-10sachet • Adhesive Bandage Waterproof (3/4"x 3")-1box • Spot Bandage-10pcs • Knuckle Bandage-10pcs • Fingertip Bandage-10pcs • Alcohol Wipes (prep Pads) 10/box-1box • Penlight Medical-1pc • Digital Thermometer Medical-1pc • Rechargeable Pulse Oximeter -1pc • Elastic Bandage 2”-5 Pc • Elastic Bandage 3”-5 Pcs • Elastic Bandage 4”-5 Pcs • Sterile 4x4 Antiseptic Gauze Dressing -2pcs • 2" X 5 Yds Cohesive Self-sticking Roll Bandage -3pcs • 4” X 5 Yds Cohesive Self-sticking Roll-3pcs • Sterile Burn Sheet (60"x96")-1pc • Orange/red Trauma Bag/backpack With Logo, Waterproof, Padded Back, Base And Handle, Thick Material, Double Stitched- 1pc • First Aid Guide-1book 5 Pcs Fire Extinguisher • 10 Lbs. Abc Type Dry-chemical- Refillable 40 Pcs Cervical Collar (adult) • Preformed And Not Easy To Deform • 4 Gear Height Adjustment • Penetrable By X-ray, Mri, Ct Scan • Large Tracheal Hole Design • Polymer/pe Foam Lining • Lightweight And Breathable 40 Pcs Cervical Collar (pedia) • Preformed And Not Easy To Deform • 4 Gear Height Adjustment • Penetrable By X-ray, Mri, Ct Scan • Large Tracheal Hole Design • Polymer/pe Foam Lining • Lightweight And Breathable 5 Pcs Fire Cabinet(800x700x160mm) And Fire Hose (50ft) With Accessories Inclusions: • Fire Hose Cabinet 27’’x24’’x 7” Red Coated G.a 22 Standard Steel Body, Aluminum Frame With Lock And Key • Angle Valve ½ • Fire Hose ½ Single Jacket 50ft • Polycarbonate Fog Nozzle ½ • Lock Nipple ½ • Hose Rack 37 Pcs High Pressure Washer Motor Power: 2100w Voltage: 230v - 240 V Frequency: 50/60 Hz Max. Pressure: 140 Bar Max. Flow Rate: 450l/h Inlet Water Temperature: 40c Self- Priming Capability: 0.5m Detergent System: High Pressure Foam Motor Type: Induction Pump Type: 3 Cylinder Pump Material: All Metal Cable Length: 5m Hose Length: 8m Lances: Lance Nozzles: 3-in-1 Nozzle Detergent Nozzle: 550 Ml Hose Reel: Manual Weight: (without Accessories): 17. 6 Kg 77 Pcs Safety Cargo Vest (dark Orange With Pockets, Embroidered Logo And Name Of The Office And Reflector) 46 Pcs Portable Nebulizer With Complete Accessories • Low Noise, Compact, Auto Off Anti-dry, • Large Amount Of Micron Mist Particles • Heavy Duty Compressor • One Press Button • Made Of High-grade Abs Material • Oil Free Piston • With Adult And Pedia Mask, Mouthpiece, 5 Air Filters, Manual, Nebulizer Kit 85 Pcs Water Resistant Jacket – (maroon And Embroidered With Drrm And Office Logo) 55 Pcs Steel Toe Safety Shoes- (black/brown) Breathable Fabric/ Leather 45 Pcs Digital Blood Pressure Apparatus – • Automatic And Advanced Averaging • Usb Power Support • Large Arm Cuff- 22 To 45 Mm • Irregular Heartbeat Detector • At Least 90 Memory Storage • Date And Time Display • Oscillographic Measurement Method 50 Pcs Finger Pulse Oximeter- (rechargeable) • Size Fits Finger Of Child From 2 Years Of Age To Adult • Shows Real Time Measurement Of Spo2 Level, Pulse Rate 30bpm To 250bpm, Pulse Rate Bar • Optical Sensor • Continuous Bar Graph Display • Battery 2x1.5(aaa) Or Rechargeable Batteries (aaa) • Work Continuously For At Least 20hours • Storage Bag, Manual, Box Lace, 2x Aaa Rechargeable Batteries 50 Pcs Portable Power Station With 200-watt Solar Panel • Capacity- 600w • Solar Input- 110w, 100% In As Fast As 2.5 Hours/ Higher • Storage Temperature- 68f-86f • Noise- <30db • Ac Output- 2 Outlets • Usb-c Output • Usb- A Output 2. The Department Of Education – Division Of Samar Now Invites Bids For The Above Procurement Project. Delivery Of Good Is Required To Be Delivered Within 30 Calendar Days At Deped Samar Division Office. 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Education – Division Of Samar, Bac Office Or May Call Its Landline Number And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 14, 2025 From The Given Address And Website(s) Below; Department Of Education Division Of Samar – Bac Office Arteche Boulevard, Catbalogan City, Samar Upon Accomplishing Bidder’s Information Sheet And Upon Payment Of The Applicable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (5,000.00) To The Department Of Education – Division Of Samar – Cashier’s Office. Only Bidders Who Purchased Bidding Documents Will Be Allowed To Submit Bids (itb 6.8). 6. The Department Of Education – Samar Division Will Hold A Pre-bid Conference On May 14, 2025; 10:00 Am At The Bids And Awards Committee (bac) Office, Deped – Samar Division, Arteche Blvd., Catbalogan City And Through Video-conference Via Microsoft Teams. Prospective Bidders Are Advised To Contact The Bac Secretariat A Day Before The Said Activity For The Link. Pre-bid Conference Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am Of May 26, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:00 Am Of May 26, 2025 At The Redaja Hall, Division Office Deped – Samar Division. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Education – Division Of Samar 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. Josefina F. Dacallos Bac Secretariat - Head Department Of Education Division Of Samar Bac Office Arteche Boulevard, Catbalogan, City Telephone Number: (055) 251-2595 Depedsamar.bac@deped.gov.ph 3 May, 2025 Joel A. Zartiga Bac Chairman
5451-5460 of 5542 archived Tenders