Oxygen Tenders

National Bureau Of Investigation Tender

Energy, Oil and Gas...+1Chemical Products
Philippines
Details: Description Request For Quotation Pr No. 2025-03-0475 Rfq No. 2025-04-010 The National Bureau Of Investigation Through Its Procurement Management Section (pms), As Per Special Bids And Awards Committee (sbac) Resolution No. 2025-001, Will Undertake A Small Value Procurement For The Project “acquisition, Supply And Delivery Of Gases” In Accordance With Section 34 Of The Implementing Rules And Regulations Of Republic Act No. 12009. Approved Budget For The Contract Five Hundred Seventy Thousand One Hundred Sixty-five Pesos And Thirty-five Centavos (₱570,165.35) Delivery Location Of Items To Be Procured Nbi-main Office, Filinvest Cyberzone Bay Building, Diosdado Macapagal Blvd, Pasay City Delivery Period Twenty (20) Calendar Days Upon Receipt Of Purchase Order Place And Date Of Submission Of Quotation National Bureau Of Investigation, 3rd Floor Pms Office, Filinvest Cyberzone Bay City, Pasay City Not Later Than 1:30pm Of April 23, 2025 Place And Date Of Opening Of Quotation 2:00pm Of April 23, 2025 At The Bac Conference Room, 3rd Floor, Filinvest Cyberzone Bay City, Pasay City Specifications See The Attached Technical Specifications Terms And Conditions: A. Submission Of Requirements 1. Bidder Shall Submit The Following Documentary Requirements: (a) Philgeps Certificate Of Registration With Updated List Of Eligibility Of Requirements “annex A” /philgeps Certificate Number; (b) Mayor’s Permit/business Permit (with Evidence Of Compliance In The Conditions Stated In The Mayor’s/business Permit); (c) Latest Income/business Tax Return (manually Filed Or Through Efps With Attached Proof Of Payment); (d) Original Notarized Omnibus Sworn Statement (annex “a”) With Attached Photocopies Of Identification Cards (e) Original Statement Of Compliance With The Technical Specifications (annex “b”) And (f) Original Price Quotation Form (annex “c”) 2. Each Bidder Shall Submit One (1) Set Of The Documentary Requirements Under The Preceding Paragraphs. 3. The Procuring Entity Requests Bidders To Submit An Additional Two (2) Hard Copies Of The Quotation. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 4. Interested Bidders Are Required To Accomplish, Provide Correct And Accurate Information, Using The Prescribed Form, Of Their Duly Signed Original Notarized Omnibus Sworn Statement (annex “a”); Original Statement Of Compliance With The Technical Specifications (annex “b”); And Original Price Quotation Form (annex “c”) 5. The Price Quotation Form Shall Be Signed By The Owner/proprietor/president/consultant. In The Case Of Representatives, A Power Of Attorney Or Secretary’s Certificate, As The Case May Be, Shall Be Attached. B. Proper Sealing And Marking Of Quotations Bidder Shall Manually Submit One (1) Set Of The Documentary Requirements, And An Additional Two (2) Hard Copies Under The Preceding Paragraphs And Enclose The Same In One (1) Sealed Envelope. The Sealed Envelope Shall Be Marked As To Include The Following: (1) Name And Address Of The National Bureau Of Investigation – Procurement Management Section, (2) Title And Abc Of The Project, (3) Rfq Number Of The Project, And (4) Name And Business Address Of The Prospective Bidder. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. However, Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Request For Quotation, Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. C. Place, Date Of Submission And Time Of Opening Quotations Must Be Properly Sealed, Marked And Tabbed And Must Be Submitted At The Office Of National Bureau Of Investigation, 3rd Floor Pms Office Filinvest Cyberzone Bay City, Pasay City Not Later Than 1:30pm Of April 23, 2025. Opening Of Sealed Quotations Is On 2:00pm Of April 23, 2025 At The Bac Conference Room, Filinvest Cyberzone Bay City, Pasay City. D. Amount And Denomination Of Quotation Price Quotations Exceeding The Abc Shall Be Rejected. All Price Quotations Shall Be Quoted In Philippine Peso. E. No Multiple Submission Of Quotations Multiple Submission Of Quotations Shall Not Be Allowed. If During The Opening Of Quotations, A Supplier Is Found To Have Submitted Two Or More Different Quotations For The Same Project, All Submitted Quotations Of The Prospective Supplier Shall Be Disregarded And Shall Be Returned To The Latter Unopened. F. Validity Of Quotation Price Quotations Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission Of Quotation. G. Alterations, Erasures And Overwriting Any Alterations, Erasures Or Overwriting Shall Be Valid Only If Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative/s. H. Right Of Inspection The Nbi Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity With The Technical Specifications. I. Award Of Contract Award Of Contract Shall Be Made To The Lowest Quotation Which Is Found To Be Responsive And Compliant With The Minimum Technical Specifications And Other Terms And Conditions Specified Herein. J. Warranty Security The Supplier Shall Be Required To Put Up A Warranty Security In The Form And Amount As Allowed Under Sec. 62.1 Of The Irr Of R.a. No. 9184, To Wit: For The Procurement Of Goods, To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To At Least One Percent (1%) Of Every Progress Payment, Or A Special Bank Guarantee Equivalent To At Least One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of 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. K. Liquidated Damages Liquidated Damages Equivalent To One Tenth Of One Percent Of The Value Of The Goods Undelivered Within The Prescribed Delivery Period Shall Be Imposed For Every Day Of Delay. The Nbi Shall Have The Right To Rescind The Contract When The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Price, Without Prejudice To Other Courses Of Action And Remedies Available To It. L. Reservation Clause The Nbi Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions As It May Deem Proper. For Further Information, Please Contact Atty. Angelique Giselle F. Cañares, Acting Chief, Procurement Management Section, At 09924365863, National Bureau Of Investigation, Filinvest Cyberzone Bay City, Pasay City April 15, 2025, City Of Pasay. Atty. Angelique Giselle F. Cañares Acting Chief, Procurement Management Section Annex “a” Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ____________) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. Telephone Number/s _________________________________ Mobile Phone Number/s: _________________________________ Email Address: _________________________________ In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. ________________________________________________ Name Of Bidder Or It’s Authorized Representative (insert Signatory’s Legal Capacity/affiant) Subscribed And Sworn To Before Me This _____ Day Of ____20___ At _____________, Philippines. Affiant’s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On National Practice ( A.m. No. 02-8-13-sc). Affiant/s Exhibited His/her Respective Identification ______________________, Issued On _________________ At ______________, Valid Until ___________ With His/her Photograph And Signature Appearing Thereon, With No. _________ And His/her Community Tax Certificate No. ____________ Issued On ____________ At ____________. Doc No. ______; Page No. _____; Book No. _____: Series No. ____: “annex B” Company Logo/letterhead Technical Specifications Items Quantity Description Statement Of Compliance Ultra High Purity Helium Gas 5 Cylinders 99.999% Pure Helium Gas Cylinder Size: 50l Cylinder Pressure: 200 Bars Should Deliver The Gas Tank To Nbi, Forensic Chemistry Division Laboratory High Purity Compressed Air 5 Cylinders At Least 21% Oxygen And 78% Nitrogen Cylinder Size: 40l Should Deliver The Gas Tank To Nbi, Forensic Chemistry Division Laboratory Delivery Period: Twenty (20) Calendar Days Upon Receipt Of Purchase Order (po) ______________________________________ Name Of Authorized Representative With Signature Over Printed Name ______________________________________ Date Annex “c” Company Logo/letterhead (_______________________________) Project Name Price Quotation Form _________________ Date Atty. Angelique Giselle F. Cañares Acting Chief, Pms Procurement Management Section 3rd Floor, Pms Office Filinvest, Cyberzone Bay Pasay City Madame: After Having Carefully Read And Accepted The Terms And Conditions Stated In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Item Description/specifications (include Here All Items Indicated In The Published Technical Specifications) Quantity Unit Price (inclusive Of Taxes) Total Price Grand Total Amount In Words: _______________________________________________________ Delivery Period: _________________________________________________________ Very Truly Yours, __________________________________ Name/signature Of Representative __________________________________ Name Of Company __________________________________ Contact Number
Closing Date23 Apr 2025
Tender AmountPHP 570.1 K (USD 10 K)

Province Of Iloilo Tender

Healthcare and Medicine
Philippines
Details: Description Price Schedule / Bid Tender Name Of Bidder: _____________________________________________ Bid No.: Drl-25-262-b Complete Bid Partial Bid 1 2 3 4 5 6 7 8 9 10 11 12 Item Description Quantity Unit Estimated Unit Cost Brand Name (indicate Model Number If Equipment) (indicate N/a If No Brand) Unit Price Per Item Transportation And All Other Costs Incidental To Delivery, Per Item Sales And Other Taxes Payable If Contract Is Awarded, Per Item Cost Of Incidental Services, If Applicable, Per Item Total Unit Price (col 7+8+9+10) Total Price Delivered Final Destination (col 11) X (col 3) 1 Soaking Solution, 28 Days 10 Gal 1,800.00 2 Infusion Set Burette, 10’s 100 Box 650.00 3 Adhesive Plaster, Brown, Size 4 X 5 20 Roll 770.25 4 Infusion Set, Adult/macroset (20 Drops) 1000 Pc 16.00 5 Vicryl 3/0 Round, Needle Size Minimum Of 90cm, 42”,12’s 10 Box 3,933.00 6 Vicryl 4/0 Cutting, Needle Size Minimum Of 90cm, 42”,24’s 5 Box 8,604.00 7 Surgical Gloves, Hypoallergenic/sterile Size 7.5 15 Box 950.00 8 Oxygen Cannula, Adult 300 Pc 25.00 9 Disposable Syringe 5ml, G23 X 1 Needle 50 Box 322.56 10 Disposable Syringe 10ml, G23 X 1 Needle 50 Box 320.00 11 Disposable Syringe 1ml, G25 X 5/8 Needle 30 Box 322.56 12 Disposable Syringe 3ml, G23 X 1 Needle 50 Box 262.00 13 Iv Cannula G-26, 100’s 10 Box 2,000.00 14 Iv Cannula G-18, 100’s 10 Box 2,000.00 15 Iv Cannula G-22, 100’s 10 Box 2,000.00 16 Iv Cannula G-24, 100’s 10 Box 2,000.00 17 Infusion Set, Microset, Pedia( 60 Drops) 600 Pc 16.50 18 Glucose Strips, 25’s Compatible For Glucometer Machine 60 Box 291.00 19 Elastic Bandage 2x5 200 Pc 15.00 20 Elastic Bandage 3x5 200 Pc 23.00 21 Elastic Bandage 4x5 200 Pc 30.00 22 Elastic Bandage 6x5 200 Pc 45.00 23 Gauze 4x4, 4ply Non Sterile 100 Pck 110.00 24 Gauze 3x3, 4ply Non Sterile 50 Pck 80.00 25 Gauze 2x2, 4ply Non Sterile 30 Pck 45.00 26 Plaster, Adhesive, 12x10 Yards 60 Tube 625.00 27 Surgical Gloves, Hypoallergenic/ Sterile Size 6.5 20 Box 950.00 28 Surgical Gloves, Hypoallergenic/ Sterile Size 7.0 15 Box 950.00 29 Surgical Gloves, Hypoallergenic/ Sterile Size 8.0 10 Box 950.00 30 Blood Set 200 Pc 45.00 31 Episio Set 2/0, Double Arm, Sutures 360 Pc 350.00 32 Disposable Face Mask, 3ply, Non- Sterile, Ear Loop, 50’s 100 Box 70.00 33 Lubricating Jelly, 150g 50 Tube 195.00 34 Insulin Syringe 1/2cc G31x 5/16 35 Box 1,135.00 Abc: Six Hundred Ninety One Thousand Four Hundred Forty Four Pesos And Eighty Centavos (php 691,444.80) _______________________________________________ Name Of Establishment ______________________________________________ Signature Over Printed Name Of Proprietor Or Authorized Representative Bids And Awards Committee Iloilo Provincial Government Procurement Of Medical Supplies Bid No. Drl-25-262-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid 3 Section Ii. Instructions To Bidders 5 1. Scope Of Bid 5 2. Funding Information 5 3. Bidding Requirements 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders 5 6. Origin Of Goods 6 7. Subcontracts 7 8. Pre-bid Conference 7 9. Clarification And Amendment Of Bidding Documents 7 10. Documents Comprising The Bid: Eligibility And Technical Components 7 11. Documents Comprising The Bid: Financial Component 7 12. Bid Prices 8 13. Bid And Payment Currencies 8 14. Bid Security 8 15. Sealing And Marking Of Bids 9 16. Deadline For Submission Of Bids 9 17. Opening And Preliminary Examination Of Bids 9 18. Domestic Preference 9 19. Detailed Evaluation And Comparison Of Bids 9 20. Post-qualification 10 21. Signing Of The Contract 10 Section Iii. Bid Data Sheet 11 Section Iv. General Conditions Of Contract 12 1. Scope Of Contract 12 2. Advance Payment And Terms Of Payment 12 3. Performance Security 12 4. Inspection And Tests 12 5. Warranty 13 6. Liability Of The Supplier 13 Section V. Special Conditions Of Contract 14 Section Vi. Schedule Of Requirements 16 Section Vii. Technical Specifications Error! Bookmark Not Defined. Section Viii. Checklist Of Technical And Financial Documents Error! Bookmark Not Defined. Section I. Invitation To Bid Purchase Of Medical Supplies Bid No. Drl 25-262-b 1. The Iloilo Provincial Government Through The 2025 General Fund Intends To Apply The Sum Of Six Hundred Ninety One Thousand Four Hundred Forty Four Pesos And Eighty Centavos (php 691,444.80) Being The Abc To Payments Under The Contract For The Purchase Of Medical Supplies . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 14 Days Upon Receipt Of The Notice To Proceed (ntp). 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 Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 3, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On N/a At The N/a And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City On Or Before June 11, 2025 At 9:00 A.m. 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 11, 2025 At 9:00 A.m.at The 5th Floor, Bac Secretariat Office, Iloilo Provincial Capitol, Iloilo City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. 11. The Iloilo Provincial Government 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. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com May 30, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Medical Supplies With Bid No. Drl-25-262-b . The Procurement Project (referred To Herein As “project”) Is Composed Of Thirty -four ( 34) Items, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Six Hundred Ninety One Thousand Four Hundred Forty Four Pesos And Eighty Centavos (php 691,444.80) 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Dr. Ricardo Y. Ladrido Memorial District Hospital, Lambunao, Iloilo Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Office Supplies , The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable; F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Dr. Ricardo Y. Ladrido Memorial District Hospital, Lambunao, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months 1 Soaking Solution, 28 Days 10 10 2 Infusion Set Burette, 10’s 100 100 3 Adhesive Plaster, Brown, Size 4 X 5 20 20 4 Infusion Set, Adult/macroset (20 Drops) 1000 1000 5 Vicryl 3/0 Round, Needle Size Minimum Of 90cm, 42”,12’s 10 10 6 Vicryl 4/0 Cutting, Needle Size Minimum Of 90cm, 42”,24’s 5 5 7 Surgical Gloves, Hypoallergenic/sterile Size 7.5 15 15 8 Oxygen Cannula, Adult 300 300 9 Disposable Syringe 5ml, G23 X 1 Needle 50 50 10 Disposable Syringe 10ml, G23 X 1 Needle 50 50 11 Disposable Syringe 1ml, G25 X 5/8 Needle 30 30 12 Disposable Syringe 3ml, G23 X 1 Needle 50 50 13 Iv Cannula G-26, 100’s 10 10 14 Iv Cannula G-18, 100’s 10 10 15 Iv Cannula G-22, 100’s 10 10 16 Iv Cannula G-24, 100’s 10 10 17 Infusion Set, Microset, Pedia( 60 Drops) 600 600 18 Glucose Strips, 25’s Compatible For Glucometer Machine 60 60 19 Elastic Bandage 2x5 200 200 20 Elastic Bandage 3x5 200 200 21 Elastic Bandage 4x5 200 200 22 Elastic Bandage 6x5 200 200 23 Gauze 4x4, 4ply Non Sterile 100 100 24 Gauze 3x3, 4ply Non Sterile 50 50 25 Gauze 2x2, 4ply Non Sterile 30 30 26 Plaster, Adhesive, 12x10 Yards 60 60 27 Surgical Gloves, Hypoallergenic/ Sterile Size 6.5 20 20 28 Surgical Gloves, Hypoallergenic/ Sterile Size 7.0 15 15 29 Surgical Gloves, Hypoallergenic/ Sterile Size 8.0 10 10 30 Blood Set 200 200 31 Episio Set 2/0, Double Arm, Sutures 360 360 32 Disposable Face Mask, 3ply, Non-sterile, Ear Loop, 50’s 100 100 33 Lubricating Jelly, 150g 50 50 34 Insulin Syringe 1/2cc G31x5/16 35 35 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Drl-25-262-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Soaking Solution, 28 Days 2 Infusion Set Burette, 10’s 3 Adhesive Plaster, Brown, Size 4 X 5 4 Infusion Set, Adult/macroset (20 Drops) 5 Vicryl 3/0 Round, Needle Size Minimum Of 90cm, 42”,12’s 6 Vicryl 4/0 Cutting, Needle Size Minimum Of 90cm, 42”,24’s 7 Surgical Gloves, Hypoallergenic/sterile Size 7.5 8 Oxygen Cannula, Adult 9 Disposable Syringe 5ml, G23 X 1 Needle 10 Disposable Syringe 10ml, G23 X 1 Needle 11 Disposable Syringe 1ml, G25 X 5/8 Needle 12 Disposable Syringe 3ml, G23 X 1 Needle 13 Iv Cannula G-26, 100’s 14 Iv Cannula G-18, 100’s 15 Iv Cannula G-22, 100’s 16 Iv Cannula G-24, 100’s 17 Infusion Set, Microset, Pedia( 60 Drops) 18 Glucose Strips, 25’s Compatible For Glucometer Machine 19 Elastic Bandage 2x5 20 Elastic Bandage 3x5 21 Elastic Bandage 4x5 22 Elastic Bandage 6x5 23 Gauze 4x4, 4ply Non Sterile 24 Gauze 3x3, 4ply Non Sterile 25 Gauze 2x2, 4ply Non Sterile 26 Plaster, Adhesive, 12x10 Yards 27 Surgical Gloves, Hypoallergenic/ Sterile Size 6.5 28 Surgical Gloves, Hypoallergenic/ Sterile Size 7.0 29 Surgical Gloves, Hypoallergenic/ Sterile Size 8.0 30 Blood Set 31 Episio Set 2/0, Double Arm, Sutures 32 Disposable Face Mask, 3ply, Non-sterile, Ear Loop, 50’s 33 Lubricating Jelly, 150g 34 Insulin Syringe 1/2cc G31x5/16 ___________________________________ Signature Over Printed Nam Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (m) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date11 Jun 2025
Tender AmountPHP 691.4 K (USD 12.4 K)

Municipality Of Matag ob, Leyte Tender

Publishing and Printing
Philippines
Details: Description Invitation To Apply For Eligibility To Bid The Local Government Unit Of Matag-ob, Through Its Bids And Awards Committee (bac), Invites Suppliers /manufacturers/distributors/ Contractors To Apply For Eligibility And To Bid For The Hereunder Projects. Name Of Projects : Purchase Of Office Supplies (1st-2nd Quarter) Location : Lgu, Matag-ob, Leyte Appropriation : 960,000.00 Source Of Fund : General Fund Unit Description Quantity Tourism Office Pack Specialty Paper A4 10 Ream White Folder, Long 3 Box Permanent Marker Pen 3 Pack Sticky Note 10 Pc Calculator 1 Pc Scissor 3 Box Bond Paper A4 5 Box Paper Clip, Big 5 Pc Certificate Holder A4 50 Pc 3-layer File Tray Rack 1 Bot Alcohol (ethyl) Spray 3 Bac Office Pcs Correction Tape 15 Box Fastener, 70mm 3 Box Fastener, 17mm 2 Pack Sticky Notes 3"x3" 5 Pack Sticky Notes 4"x6" 5 Pack Sticky Notes 1.5" X2" 5 Pcs Tape, Transparent 1" 5 Box Staple Wire No.35 3 Box Paper Clips (big & Small) 2 Pcs Long White Folder 10 Pcs Short White Folder 10 Pcs Expanded Folder (blue Color) 5 Box Whiteboard Marker (black) 1 Box Whiteboard Marker (red) 1 Pc Whiteboard Eraser 1 Box Bondpaper A4 5 Box Bondpaper Long 5 Box Bondpaper Short 5 Pc Dater 1 Bot Epson 003 Ink, Black 5 Box Battery Aa 1 Pc Half Strip Stapler, 50sheets Capacity 1 Pcs Hand Sanitizer, 500ml 3 Pc Stamp (received By Bac Office) 1 Pc Wireless Mouse 1 Unit Hard Drive 1tb 1 Pc Extension Wire 50ft. Long (14 Gauge, 6amps) 2 Pc Laptop Charger (acer) 1 Pc A6 Notebook (105mm X 148mm) 5 Mdrrmo Ream Bondpaper (legal) 5 Ream Bondpaper (a4) 5 Ream Bondpaper (letter) 5 Pcs Brother Ink Btd 60bk(black) 2 Pcs Brother Ink Bt5000c (cyan) 2 Pcs Brother Ink Bt5000c (yellow) 2 Pcs Brother Ink Bt5000c (magenta) 2 Pcs Epson Ink Black 4 Pcs Epson Ink Yellow 4 Pcs Epson Ink Cyan 4 Pcs Epson Ink Magenta 4 Pcs Folder Long 50 Box Fastener 2 Box Ballpen 2 Pcs Expanded Envelope 10 Box Staple Wire No. 35 1 Box Binder Clip 1 1/2" 2 Box Highlighter Pen 1 Pcs Logbook 5 Pcs Trash Bin 2 Pcs Brown Envelope, Long 50 Box Battery Aa 2 Box Battery Aaa 2 Gal Isopropyl Alcohol 5 Box Latex Gloves (large) 7 Box Face Masks 7 Box Oxygen Face Masks (adult) 2 Box Oxygen Face Masks (pedia) 2 Box Gauze Pad Sterile (4x4) 2 Box Gauze Pad Non-sterile (4x4) 2 Doz Powder Detergent 2 Kilo Chlorine 2 Pcs Dishwashing Paste 3 Gal Car Shampoo 1 Pcs Microfiber Towel 3 Pcs Clean Chamoi 3 Pcs Disnfectant Powder 3 Pcs Foaming Spray 1 Pcs Round Mop 1 Gso Ream Bondpaper A4 10 Ream Bondpaper Long 10 Ream Bondpaper Short 5 Bot Epson Ink 003 Black 5 Box Staple Wire #35 5 Pcs Stapler #35 2 Pcs Folder Long, Green 50 Box Paper Clip 2 Box Metal Binder Clips 5 Box Ballpen, Black 3 Box Ballpen, Blue 2 Box Pencil 3 Pcs Scotch Tape 1" 10 Pcs Glue Big 5 Pcs Double Sided Tape 10 Pad Sticky Note 10 Pcs Stamp Pad 2 Pcs Stamp Pad Ink 2 Pcs Logbook 300pages 20 Pcs Correction Tape 20 Box Fastener 5 Pcs Scissors (medium) 3 Pcs Hard Drive 2 Mun. Vice Mayor Office Pc Desk Organizer 1 Ream Bondpaper Long 10 Ream Bond Paper A4 15 Bots Colored Ink, Assorted 10 Box Pilot Sign Pen, Black 3 Box Pilot Sign Pen Refill 2 Pc Desk Signage 1 Pc Picture Frame 1 Bots Toilet Disinfectant 3 Comelec Ream A4 Bondpaper 10 Ream Long Bondpaper 7 Gal Alcohol 6 Boxes Ballpen (black) 10's 14 Boxes Sign Pen/gel Pen (blue) 0.5 6 Boxes Pencil 4 Pcs Battery Aa 1 Box Binding Clips Big 2 Unit Box Filers 2 Pcs Dvdrw 5 Pcs Correction Tape 25 Bots Glue (big) 1 Bots Brother Refill Tank System Ink (bt-d60-black) 11 Bots Brother Refill Tank System Ink (bt-5000-y) 2 Bots Brother Refill Tank System Ink (bt-5000-m) 2 Bots Brother Refill Tank System Ink (bt-5000-c) 2 Pcs Scotch Tape 1" 10 Rolls Masking Tape 2" 8 Pcs Permanent Marker (black) 10 Pcs White Board Marker (blue) 10 Rolls Bathoom Tissue (2ply) 24 Packs Plastic Fastener 10 Pcs Extension Cord (4-gang,8-10meters) 2 Osca Box Bondpaper A4 10 Box Bondpaper Long 10 Pcs Folder Long W/ Jacket 20 Box Ballpen (gel Pen) 5 Pcs Stapler #35 2 Box Staple Wire #35 2 Pcs Marker (black) 5 Pcs Packing Tape Big (brown) 5 Pcs Glue (big) 2 Hrmo Pcs Stamp (received) 2 Pcs Stamp (dater) 2 Pcs Stamp (verified) 1 Pcs Stamp (certified True Copy & Correct) 1 Packs Specialty Paper (long, White Or Ivory) 8 Bots Alcohol 70% 300ml 12 Pcs Correction Wiper (refillable) 36 Bots Epson 003 Black 8 Bots Epson 003 Yellow 3 Bots Epson 003 Cyan 3 Bots Epson 003 Magenta 3 Ream Long Bond Paper Subs. 20 10 Ream A4 Bondpaper Subs. 20 10 Doz Expanded Envelope Long/green 5 Doz Folder Long, White 3 Bots Glue 5 Box Sign Pen (black/red) 0.5 2 Box Sign Pen (black/red) 0.3 2 Box Sign Pen (black/red) 0.7 2 Box Paper Fastener (plastic) 10 Pcs Stamp Pad (black) 3 Pcs Scotch Tape 1" 25 Mbo Pcs Correction Tape 24 Box Paper Fastener Plastic (70mm) 2 Box Paper Fastener Plastic (17mm) 2 Pcs Glue 1 Box G-tech Pen (blue) 0.3 2 Box G-tech Pen (blue) 0.5 2 Pcs Scotch Tape 1" 2 Pcs White Folder, Long 100 Pcs Filer 3 Layer (white) 2 Pcs Air Freshener (lemon) 2 Pcs Mosquito Spray 1 Pcs Storage Box Big (210l) 2 Pack Battery Aa 3 Bots Epson 003 Ink Black 4 Bots Epson 003 Ink Magenta 2 Bots Epson 003 Ink Yellow 2 Bots Epson 003 Ink Cyan 2 Lcr Pcs Epson Ecotank L15150 Inks (all Color) 12 Pcs Canon Gi-790 (black) 8 Pcs Canon Gi-790 (cyan) 8 Pcs Canon Gi-790 (magenta) 8 Pcs Canon Gi-790 (yellow) 8 Box Sign Pen (black) 2 Box Sign Pen (blue) 1 Box Ballpen, Red 1 Box Ballpen, Black 2 Reams Bond Paper (long) Subs. 20 15 Reams Bond Paper (a4 Size) Subs. 20 25 Reams Bond Paper (short) Subs. 20 2 Pcs Correction Tape 30 Doz Folder (long) 3 Doz Expanded Envelopes (long) 1 Doz Expanded Plastic Envelopes (long) 1 Doz Plastic Envelopes (long) 2 Doz Brown Envelope (long) 2 Pcs Stapler No. 35 (big) 3 Box Staple Wire No. 35 2 Box Binder Clips Small Size 2 Box Binder Clips Mediumsize 2 Box Binder Clips Large Size 3 Pcs Stamping Ink (violet) 1 Pcs Stamping Ink (black) 2 Box Mailing Envelope (long) 1 Pc Customized Stamp (flora May Ann S. Pedrano-registration Officer Ii 1 Rolls Masking Tape 1" 2 Rolls Packaging Tape 2" 2 Rolls Scotch Tape 1" 5 Rolls Double Sided/adhesive Tape 1" 2 Box Pencil (mongol No. 2) 1 Box Paper Clips Small 3 Box Paper Clips Big 3 Box Permanent Marker Pen (black) 3 Bot Permanent Marker Ink Refill (black) 1 Pcs Scissors (big) 3 Pcs Ruler 12" 3 Pcs Glue Pen 5 Pcs Highlighter (assorted Color) 5 Pads Sticky Notes (3x3") 2 Box Push Pins 5 Box Fastener 2 Pcs Snap-off Cutter Knife Heavy Duty (big) 1 Pcs Record Book/log Book (300pages) 2 Pcs Customized Hardbound Post Binder (14") 30 Pcs Air Freshener 2 Gal Alcohol 2 Pcs Feather Duster 2 Dilg Boxes Ballpen (black) 3 Box Ballpen (red) 1 Box Dong Ap&t My Gel Pen (black) 1 Box Pencil Mongol 1 Reams Bondpaper A4 Subs. 20 10 Pcs Brown Envelope (short) 25 Pcs Brown Envelope (long) 25 Pcs Folder (short) 25 Pcs Folder (long) 50 Pcs Expandable Folder 25 Pcs Expandable Envelope 25 Pcs Correction Tape 3 Pcs Puncher-2 Holes 1 Bots Epson L3110 Ink (#003 Black) 2 Packs Photo Paper 5 Pcs Scotch Tape 1" 2 Pcs Masking Tape 2 Pack Tissue Paper 1 Pcs Logbook 150 Pages 3 Peso Bot Alcohol 70% 300ml 5 Box Binder Clip 1" 5 Ream Bondpaper Long Subs. 20 5 Ream Bondpaper A4 Subs. 20 5 Unit Calculator Heavy Duty 1 Doz Scotch Tape 1" 1 Unit Scotch Tape Dispenser 1 Doz Expanded Folder Long (blue) 1 Doz Expanded Envelope Long 1 Doz Folder White, Long 1 Doz Folder Blue, Long 1 Pcs Desk Filer 2 Pcs Hard Box Filer Triple (black) 3 Box My Gel Sign Pen Black 0.5 1 Box My Gel Sign Pen Black 0.7 1 Doz Ordinary Envelope Brown (long) 2 Doz Ordinary Envelope Brown (short) 2 Box Paper Fastener, Plastic 2 Box Permanent Marker Pen (broad) 1 Pcs Record Book (100pp) 3 Pcs Scissors 1 Pcs Highlighter 5 Bot Stamp Ink 1 Pcs Stamp Pad (violet) 1 Box Staple Wire #35 3 Pcs Correction Tape 10 Box Pencil (mongol) 1 Pad Sticky Note (3x3') 5 Set Printer Ink (bt D60 Bk & Bt5000 3pk) 1 Mpdc Reams Bond Paper A4 15 Pcs Folder, Long 100 Pc Stapler W/ Staple Remover 1 Sb Office Pcs Soup Bowl 10 Pcs Correction Tape 25 Pcs Coffee Mugs W/ Name Label Per Sb 12 Pcs Expanding Envelope Long 25 Pcs Plastic Filer Box 10 Pcs Filing Folder (white) Long 50 Box Pentel Pen Black 2 Pcs Ruler 2 Pcs Binder Clips (small & Big) 10 Pcs Facsimile Name And Signature Of Sb Members 12 Pcs Table Name Plate (vice Mayor & Sb Members) 11 Pcs Soft Broom 4 Bots Toilet Bowl And Urinal Cleaner 900ml 6 Bots Dishwashing Liquid (500ml) 12 Pcs Foot Rug 6 Pcs Mop 2 Roll Toilet Paper 20 Unit Ups/power Supply 1 Bots Water Dispenser Container 30 Box Biscuits/cookies 5 Doz 3n1 Coffee 15 Pcs Record Book 500pages 25 Box Staple Wire #35 3 Box Ballpen (black) 3 Box Sign Pen (black) 12 Gal Rubbing Alcohol Isopropyl 5 Ream Bondpaper A4, Office Pro Subs. 20 250 Ream Bond Paper Long, Metro Subs. 20 250 Pcs Self Inking Stamp Sb Member, Vm & Clerical Staff 15 Pcs Wall Clock (good Quality) 2 Unit Staple (max #35) 3 Pcs Picture Frame (8x10) With Pictures (sb Members, Mayor, Vice Mayor 12 Mmo Unit Calculator (12 Digits) Heavy Duty 5 Unit Wall Clock (analog) Heavy Duty 3 Bot Ethyl Alcohol Spray 10 Pc Glass Window Wiper 3 Pc Sd And Sd Micro Card Reader 2 Pc Caution Cleaning In Progress Sign 1 Pc Caution Wet Floor Sign 3 Pc Floor Mop W/ Bucket 1 Kilo Brown Sugar 10 Menro Bot Epson Ink 003 Black 5 Bot Epson Ink 003 Yellow 3 Bot Epson Ink 003 Magenta 3 Bot Epson Ink 003 Cyan 3 Ream Bondpaper A4 20 Ream Bondpaper Long 15 Boxes Binder Clip (big) 2 Boxes Binder Clip (medium) 2 Pcs Folder, Long 25 Pc Paste 1 Boxes Paper Clip (plastic) 2 Boxes Paper Fastener (plastic) 2 Pcs Record Book (300lvs) 3 Pcs Record Book (500lvs) 2 Pcs Scissor (big) 3 Rolls Scotch Tape 1" 5 Rolls Scotch Tape 2" 3 Rolls Scotch Tape 4" 3 Rolls Scotch Tape 2" (double Sided) 5 Boxes Ballpen (0.5mm) 1 Ream Film Laminator A4 6 Boxes Tacker Wire (u-shaped) 5 M.e. Pcs Pressed Board Folder (long), Blue 50 Pcs Pressed Board Folder (long), Green 50 Pcs File Folder (white, Long) 50 Ream Bondpaper ( Long) 10 Ream Bondpaper A4 20 Bot Ink Bottle, Epson 001, Black 3 Bot Ink Bottle, Epson 001, Yellow 5 Bot Ink Bottle, Epson 001, Magenta 3 Bot Ink Bottle, Epson 001, Cyan 5 Bot Ink Bottle, Hp Gt53, Black 3 Bot Ink Bottle, Hp Gt52, Yellow 3 Bot Ink Bottle, Hp Gt52, Magenta 3 Bot Ink Bottle, Hp, Gt 52, Cyan 3 Bot Ink Bottle, Epson 008, Black 3 Bot Ink Bottle, Epson 008, Yellow 3 Bot Ink Bottle, Epson 008, Magenta 3 Bot Ink Bottle, Epson 008, Cyan 3 Box Sign Pen (g-2 Black 0.5) 5 Box Fasteners, Plastic 10 Box Paper Clips, 50mm 10 Box Binder Clip, 19mm 10 Box Staple Wire No. 35 2 Pcs Staple Remover 2 Pc White Board (big) 1 Pcs White Board Marker 5 Pcs White Board Eraser 2 Pcs Paper Tray 3 Pcs Correction Tape 5 Pcs Ethyl Alcohol (70%) 3 Pcs Scissor 2 Municipal Assessor Set Ink Benefit Mfc-j2730dw Compatible Ink 2 Pcs All Purpose Scissors 6 ½" 2 Box Ballpen (black) 4 Box Ballpen (blue) 1 Box Marker (broad, Black) 1 Bot Marker Ink Refill, Black 1 Box Bondpaper, Long Subs. 20 3 Ream Bondpaper, Short Subs. 20 5 Ream Bondpaper, A4 Subs. 20 3 Pcs Certificate Holder A4 50 Doz Transparent Plastic Envelope (long) 2 Doz Brown Envelope (long) 1 Doz Folder, Long 1 Boxes Correction Tape 5 Pc 3-tier Metal Mesh Document Tray (black) 1 Bot Ethyl Alcohol 70% Solution 5 Pc Poster-president Ferdinand Marcos Jr (standard) 1 Pcs Scotch Tape 1" 5 Rolls Tissue Paper (heng De) 24 Pcs Trash Bin (small) 3 Mto Pcs Ribbon Cartridge Lq-310 Epson 12 Box Ballpen, Black 2 Box Plastic Paper Clip, Big 3 Pcs Calculator 12 Digit (casio) 2 Box Rubber Band (big) 2 Box Battery Aaa Energizer 1 Bot Stamp Pad Ink 2 Bot Ink Numbering Machine 2 Pcs Tacker Heavy Duty 1 Bots Rubbing Alcohol 4 Box Sign Pen Black 1 Reams U.s. Bond Paper Long S. 20 20 Reams U.s. Bond Paper, Short S. 20 20 Box Pentel Pen, Black 1 Pcs Wireless Mouse 4 Box Sign Pen (violet) 1 Rhu Pcs Air Freshener 2 Pcs Ballpen, Black 50 Pcs Ballpen, Blue 50 Pcs Battery Aa 50 Pcs Battery Aaa 24 Pcs Battery Large Size D 50 Ream Bondpaper, Long Subs. 16 3 Ream Bondpaper, Long Subs. 20 10 Ream Bondpaper Short Subs. 16 3 Ream Bondpaper Short Subs. 20 30 Pc Broom, Soft 1 Pcs Broomstick 2 Pcs Cartolina, White 6 Pcs Correction Tape (20x5mm) 20 Pack Cutter Blade, Heavy Duty, L500 10's/pack 1 Pc Cutter, Retractable, Heavy Duty, L500 1 Pcs Dishwashing Liquid 500ml 2 Pcs Doormats, Cloth Tape 2 Pc Dry Seal W/ Lgu Logo 1 Doz Envelope Brown Long 6 Doz Envelope Brown Short 6 Pcs Folder, Long, White 15 Pcs Insect Repellant 2 Box Laundry Soap Powder 5 Sachets Laundry Soap Powder 80mg 500 Pcs Laundry Soap, Bar 2 Pcs Led Bulb 5watts 10 Pcs Linen Paper, Short (green) 50 Pcs Logbook 300pages 6 Pcs Disinfectant 500ml 2 Box Paper Clip, Large 1 Sheets Manila Paper 20 Pads Yellow Pad Paper 2 Pack Penlights With Battery Size Aa 1 Pcs Pentel Pen, Black, Broad 4 Pcs Pentel Pen, Blue, Small 2 Set Printer Ink, Hp Deskjet Ink Advantage 3835 Ink Black And Colored 2 Bot Printer Ink, Epson Black 8 Set Printer Ink, Epson Colored 2 Box Push Pins 100's, Hammerhead 3 Packs Special Paper, White 10 Pc Stamp Pad 1 Bot Stamp Pad Ink 1 Box Staple Wire #35 4 Pcs Sticker Paper (long, Neon Green) 5 Rolls Tissue Roll 6 Pcs Toilet Paper 12 Rolls Trash Bag Medium 6 Pcs White Board Marker Black 2 Bfp Ream Bondpaper A4 Subs. 20 7 Ream Bondpaper Long Subs. 20 14 Pcs Brown Envelope (long) 50 Pcs Expanded Plastic Envelope W/ Handle (long) 30 Pcs Correction Tape 7 Pcs Highlighter Marker Pen (neon Colors Set) 6 Pcs Scissors Multifunctional 4 Unit Paper Cutter Board A4 Size 1 Pads Sticky Notes/post-it Note Pads 4 Pcs Clip Board With Cover (34cm X 24cm) Long 6 Pcs Masking Tape 1" 12 Pcs Double Sided Adhesive Tape 1" 12 Boxes Binding Clip (32mm) 6 Pcs Stapler Big No. 35 W/ Remover 4 Pcs White Glue 130g 6 Pcs Folder, Red (long) 200 Pcs Folder, Brown (long) 50 Pcs Folder, White (long) 50 Pcs Plastic Envelope, Long 30 Box Paper Clip 4 Box Paper Fastener 6 Box Gel Pen Ink Ballpen-black 8 Box Gel Pen Ink Ballpen-blue 3 Box Gel Pen Ink Ballpen-red 2 Box Ballpoint Ballpen-blue 3 Box Ballpoint Ballpen-red 2 Box Ballpoint Ballpen-black 8 Box Permanent Marker Pen Black 2 Box Permanent Marker Pen (blue) 2 Box Permanent Marker Pen (red) 2 Box Whiteboard Marker (blue) 2 Box Whiteboard Marker (black) 2 Box Whiteboard Marker (red) 2 Bot Ink, Black Epson 001 3 Bot Ink, Magenta Epson 001 2 Bot Ink, Yellow Epson 001 2 Bot Ink, Cyan Epson 001 2 Bot Ink, Black, Epson 003 3 Bot Ink, Magenta Epson 003 2 Bot Ink, Yellow Epson 003 2 Bot Ink, Cyan Epson 003 2 Pc Usb 32gb 3 Pcs Disinfectant Spray (510g) 6 Bot Muriatic Acid (500ml) 8 Bot Toilet Bowl Cleaner 500ml 6 Pcs Floor Mop W/ Handle 4 Pcs Soft Broom 6 Pcs Floor Rags 10 Pcs Trash Can 4 Mwsdo Ream Bondpaper A4 20 Ream Bondpaper Long 20 Box Staple Wire No. 35 5 Doz Folder, Long 5 Pc Puncher, Big 2 Pcs Book Filer 10 Unit Metal Rack (seville 90 X180) 2 Unit File Tray 4 Layer (wire Mesh) 6 Box Paper Fastener 3 Pnp Liters Continous Ink, Black 3 Bots Continous Ink Colored, Cyan, Magenta, And Yellow (canon) 5 Reams Bond Paper A4 (80gsm) 3 Reams Bond Paper (80gsm) 3 Box Ballpen (black Color) 1 Pcs Correction, Magic Tape 2 Pcs Envelope, Brown (legal) 50 Pcs Folder, Blue (legal) 50 Pcs Folder, White (legal) 25 Box Sign Pen (0.5 Needle Black) 1 Box Staple Wire # 35 1 Accounting Office Bots 70% Isopropyl Alcohol, 500ml 6 Pcs Alkaline Battery Aa 18 Pcs Alkaline Battery Aaa 18 Box Ballpen Black Fine Point 1 Box Binder Clips 2" 2 Box Binder Clips 1 ½" 2 Box Binder Clips 1" 2 Ream Bondpaper Subs. 20 Short 15 Ream Bondpaper Subs. Long 15 Ream Bondpaper Subs. 20 A4 Size 5 Pcs Calculator 2 Pcs Correction Tape 30 Pcs Heavy Duty Puncher Big 2 Box Pentel Pen Fine Tip (black, Blue & Red) 3 Rolls Scotch Tape 1" Width Big Roll 25 Pack Staple Wire # 10 1 Pack Staple Wire #35 10 Pcs Stapler #35 Heavy Duty Big 2 Pcs Texliner, Neon Yellow 3 Pcs Scissor Big 3 Bots Epson Ink #664 (1 Magenta, 1 Cyan, 1 Yellow, 2 Black) 5 Bots Epson Ink #003 (2 Magenta, 2 Cyan, 2 Yellow, 4 Black) 10 Set Wireless Keyboard & Mouse 3 Box Sign Pen 0.5mm Ball, Needle Point, Blue 2 Prospective Bidders Should Have Experience In Undertaking A Similar Profit Within The (the Last Two Years) With An Amount Of At Least 50% Of The Proposed Profit For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Nondiscretionary (pass/fail) Criteria. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conferences, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Govern By The Pertinent Provision Of R. A.9184 And Its Implement Rules & Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents March 4-12, 2025 2. Pre –bid Conference N/a 3. Opening Of Bids Documents March 13, 2025/ 9:00 A.m. 4. Bids Evaluation March 13, 2025/ 9:00 A.m. Bid Documents Will Be Available Only To Prospective Bidders Upon Payments Of A Non-refundable Amount Of (please Refer To Bac Secretariat) To The Local Government Unit Treasurer. The Local Government Unit Of Matag-ob, Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: Ofelia M. Senecio Bac Chairwoman
Closing Date13 Mar 2025
Tender AmountPHP 960 K (USD 16.7 K)

ILOCOS SUR MEDICAL CENTER CANDON CITY, ILOCOS SUR Tender

Healthcare and Medicine
Philippines
Details: Description "republic Of The Philippines Department Of Health Ilocos Sur Medical Center Heroes Bypass Road, Brgy. Parioc Primero, Candon City, Ilocos Sur" Request For Quotation Company Name: Quotation No. Company Address: Date: Please Quote Your Best Price On The Item/s Listed Below, Subject To The General Terms And Conditions. Submit Your Quotation Duly Signed By An Authorized Company Representative Not Later Than Until 3:00 Pm Only , Sealed And Enclosed In The Provided Return Envelope To The Procurement Unit Or Via Electronic Mail At Ismcbackupprocu @gmail.com Quotations Submitted Beyond The Deadline Will No Longer Be Accepted And Are Deemed Disqualified. Karla Mae A. Briones, Md, Dpps Bac Chairperson General Terms And Conditions: 1. All Entries Must Be Written Legibly And In Complete Details. Interlineations, Erasures, Or Overwritings Are Only Valid If Signed By An Authorized Company Representative. 2. The Conditions Of The Offer, Other Than What Is Required By This Request For Quotation Must Be Properly Indicated. Otherwise, Ismc Shall Assume That The Offer Automatically Complies With All The Requirements Of This Request For Quotation. 3. Do Not Leave A Section Blank. Write "no Bid" For The Items Not Applicable. 4. Bidders Shall Submit Brochures With Specification/s Of The Product/s Being Offered, If Necessary. 5. "for Drugs, Medicines, Vaccines And Medical Supplies/devices, The Following Documents Must Be Attached Along With This Quotation: (1) Certificate Of Product Registration; (2) Valid License To Operate; (3) Duly Notarized Dealership Agreements, Distributorship Agreements Or Any Notarized Document Authorizing The Bidder To Sell The Product; (4) Batch Notification For Antibiotics Issued By The Food And Drug Administration (fda) To The Marketing Authorization Holder (mah); And, (5) Lot Release Certificate For Vaccines Issued By The Fda To The Mah." 6. Unless Otherwise Indicated, The Evaluation And Award Must Be Made On A Per Item Basis. 7. Contract Must Be Awarded To The Bidder With The Lowest Calculated Responsive Bid (for Goods And Infrastructure) Or, The Highest-rated Offer For Consulting Services). 8. "for New Bidders/suppliers, The Following Documentary Requirements Must Be Submitted Along With This Quotation As Prescribed By ""annex H"" Of The 2016 Revised Irr Of R.a. 9184: (1) Mayor's/business Permit; (2) Professional License/curriculum Vitae (for Consulting Services); (3) Certificate Of Philgeps Registration; (4) Pcab License (for Infra.); (5) Nfcc (for Infra.); And, (6) Income/business Tax Return (if Applicable)" 9. Notarized Omnibus Sworn Statement (oss) Is Required For Transactions With Abc Above P50k As Prescribed By "annex H" Of The 2016 Revised Irr Of R.a. 9184. 10. Delivery Without The Presence Of An Authorized Representative Shall Not Be Allowed. Item No. Item Description Uom Qty Abc Brand/model Unit Price Total Price 1 "3 Way Foley Catheter Fr 20 - Three Lumens, One For Urine Drainage, 1 For Balloon Inflation And Third For Irrigation Fluid,usually Made Of Latex Or Silicone" Pc 10 300.00 3,000.00 2 "3 Way Foley Catheter Fr 22 - Three Lumens, One For Urine Drainage, 1 For Balloon Inflation And Third For Irrigation Fluid,usually Made Of Latex Or Silicone" Pc 6 300.00 1,800.00 3 "3 Way Foley Catheter Fr 24 - Three Lumens, One For Urine Drainage, 1 For Balloon Inflation And Third For Irrigation Fluid,usually Made Of Latex Or Silicone" Pc 10 300.00 3,000.00 4 "adult Manual Resuscitator: Size - Adult; Connector - Polycarbonate (pc), Non Autoclavable Resuscitator Volume - 1700 ± 100 Ml Safety Pressure Relief Valve - 60 ± 10 Cm H2o Valve Resistance - < 2.5 Cm H2o Reservoir Bag (pvc) - 1000 Ml Mask - Mask #5 Oxygen Tubing (pvc) - 2 Meter" Set 10 2,000.00 20,000.00 5 "anesthesia Circuit Adult - Dual-limb Design,with A Standard 90 Degree Elbow, And A Length Of 40 Inches" Set 1 1,250.00 1,250.00 6 "anesthesia Circuit Pedia - Smaller Diameter,smaller Reservoir Bags,a More Direct Connection Between The Patient And The Anesthesia Machine" Set 1 1,250.00 1,250.00 7 "anesthesia Circuit Neonate - Dual Limb Circuit With Sample Port Elbow,extra Tube With Connector " Set 1 1,250.00 1,250.00 8 "asepto Syringe: Features A Soft, Pliable Bulb For Maximum Control Of Drawn Or Expelled Volume. Designed For Wound Irrigation, Easy To Grip And Use With Single Hand With Large Graduation Calibrated In Oz. And Cc." Pc 70 75.00 5,250.00 9 " Bacterial / Viral Filter For Ventilator Main Flow (22mm Id X 15mm Id / 22mm Od. Bacterial Efficiency 99.9992%, Viral Efficiency 99.990%. Deadspace Is 45.9ml Flow Resistance Approximately 1.8 Cmh20 At 60 Lpm." Pc 15 600.00 9,000.00 10 "bedpan Plastic, Disposable" Pc 15 120.00 1,800.00 11 "blood Transfusion Set-with Vented Spike With Protector W/ Blod Drip Champer, W/ Bloodfilter W/ Roller Clamp, W/ Latex Rubber Bulb,a Luer Slip Connector And Tubing" Pc 150 120.00 18,000.00 12 "cautery Pad Long (dettachable) - Standard Plug That Works With Most Electrosurgicalgenerators,compatible With Most Skin Types.provides Gooddrapability" Pc 20 500.00 10,000.00 13 "cautery Pencil, Twin Button, Cord Length 3m - Compatible With All Electrodes" Pc 10 450.00 4,500.00 14 "ctg Paper, 150x90x15mm- High Quality Fetal Monitor Thermal Recording Paper" Pc 15 650.00 9,750.00 15 "crepe Bandage 2"" -cotton,are A Woven ,elasticated,with Selvedges,width 8-10cm,length 4m, " Pc 15 120.00 1,800.00 16 "crepe Bandage 4"" -cotton,are A Woven ,elasticated,with Selvedges,width 8-10cm,length 4m, " Pc 15 120.00 1,800.00 17 "crepe Bandage 6"" -cotton,are A Woven ,elasticated,with Selvedges,width 8-10cm,length 4m, " Pc 15 120.00 1,800.00 18 "cord Clamp,umbilical Clamp - Sterile Plastic (latex Free),feature A Secure Locking Mechanism, Grooved Surfaces For Grip, And Smooth Edges To Prevent Injury" Pc 200 15.00 3,000.00 19 Ctt Bottle W/ Glass Tubing, 1000ml Bot 3 320.00 960.00 20 Chromic 2-0 Round 12's Box 5 480.00 2,400.00 21 "diaper Adult Large - Super Absorbent ,easy To Use, Fasten Both Side,frontal Tape,with Leak Guard To Prevent Leakage Of Fluids" Pack 20 200.00 4,000.00 22 "diaper Adult Medium - Super Absorbent ,easy To Use, Fasten Both Side,frontal Tape,with Leak Guard To Prevent Leakage Of Fluids" Pack 20 200.00 4,000.00 23 Disposable Gown Pc 100 50.00 5,000.00 24 Disposable Facemask 3-ply With Earloo[ 50pcs/box Box 40 75.00 3,000.00 25 "ecg Leads, 50's - With Sticky Gel Feature A High -performance Adhesive And Foam Backing" Pack 20 950.00 19,000.00 26 "ecg Paper 20 X 80mm, Excellent Image Clarity And Durability" Roll 15 100.00 1,500.00 27 "elastic Bandage 4""x 5yards - Woven Elastic Cloth Made Of Cotton And Synthetic Thread , Light ,soft,porous, Sterilization And Washable 70% Cotton, 30% Rubber Thread " Pc 25 90.00 2,250.00 28 "elastic Bandage 6""x 5yards - Woven Elastic Cloth Made Of Cotton And Synthetic Thread , Light ,soft,porous, Sterilization And Washable 70% Cotton, 30% Rubber Thread " Pc 25 140.00 3,500.00 29 "endotracheal Tube 7.5mm (non-cuffed) - Made Of Medical Grade Pvc Easy Intubation And Have A Good Biocompatibilty,non Toxic,transparent And Smooth Condensation Is Clearly Visible" Pc 50 75.00 3,750.00 30 "examination Gloves, Nitrile 100/box, Small: Latex-free Manufacturing; Extremely Durable And Puncture Resistant" Box 50 400.00 20,000.00 31 "examination Gloves, Nitrile 100/box, Medium: Latex-free Manufacturing; Extremely Durable And Puncture Resistant" Box 170 400.00 68,000.00 32 "examination Gloves, Nitrile 100/box, Large: Latex-free Manufacturing; Extremely Durable And Puncture Resistant" Box 160 400.00 64,000.00 33 "epidural Set, Touhy Bevel, G 18,needle: 1 Cm Length Marking Standard Soft Tip,catheter: Standard Soft Tip Lt 1000mm,flat Filter 0.2 Um Filling Volum 0.45ml" Pc 2 1,800.00 3,600.00 34 Gastric Duodenal Tube Fr. 16 Silicone With Xray Opaque Line Pc 10 230.00 2,300.00 35 "guedel Airway,#3 (yellow) - Polyethylene Or Vinyl Acetate(eva), Polyninyl Chloride(pvc)" Pc 5 70.00 350.00 36 "gastric Duodenal Tube Fr. 5 - Made Of Polyurethane Or Silicone,closed Distal Tipfr. 5 " Pc 10 80.00 800.00 37 Heplock/3-way Stopcock (100's/box) Box 5 1,050.00 5,250.00 38 "hgt Strip 50's, Compatible With Existing Medical Device (sinocare)" Box 15 480.00 7,200.00 39 "hgt Strips 25's, Code 596 (must Be Compatible W/ Partners Brand)" Box 20 350.00 7,000.00 40 Heat And Moisture Exchanger Filter Pc 30 200.00 6,000.00 41 "patient Id Bracelet , White Adult (100's/box)" Box 15 650.00 9,750.00 42 "patient I.d. Bracelet, Blue Pedia (100's/box)" Box 5 650.00 3,250.00 43 "patient I.d. Bracelet, Pink Pedia (100's/box)" Box 5 650.00 3,250.00 44 "sterilization Indicator Tape: Length: 50m Width: 19mm Total Thickness: 0.125mm Tensile Strength: 85 N/ 25 Mm Adhesion To Steel: 7 N/ 25 Mm Elongation: 5% Sterilization Conditions: 15 Min/ 121ºc – 10 Min/ 134ºc" Roll 5 320.00 1,600.00 45 "catheter Is Made From Medical Grade Virgin Ptfe (teflon) Is Of Internationally Accepted High Quality Ptfe Tubing-the Most Bio- Compatible Material, With Longer Indwelling Time. Ptfe Has Lowest Co-efficient Of Friction, Thereby Smoothening The Insertion. Port / Injection Valve With Non-return Silicon Valve For Intermittent Medication. Colour Coded Cap For Easy Gauge Identification. Sharp 3 Facet Bevel With Back Cut Imported Needle To Reduce The Penetration Force For The Ease Of Cannulation." - "iv Cannula G18, 100/box" Box 2 2,800.00 5,600.00 "iv Cannula G20, 100/box" Box 1 2,800.00 2,800.00 "iv Cannula G22, 100/box" Box 3 2,800.00 8,400.00 "iv Cannula G. 26 100's" Box 2 2,800.00 5,600.00 46 "insulin Syringe 100's/box: 1ml, U-100, Three Pieces: Barrel With Nozzle, Stopper And Piston/plunger With Stainless Steel Fine Needle And A Needle Orange Cap." Box 3 1,100.00 3,300.00 47 Jackson Pratt Drain Pc 10 850.00 8,500.00 48 "kidney Basin Plastic, Disposable" Pc 25 70.00 1,750.00 49 "lap Sponge 12 X 12 - Sterile,highly Absorbent, Pre Washed And De- Linted ,100% Cotton" Pc 200 150.00 30,000.00 50 Lubricating Jelly Tube 150g Tube 15 150.00 2,250.00 51 "medical Viscose Tape 4 X5 Yards , With High Tensile Strength,strong ,long Lasting Adhesive With Excellent Initial Grab" Piece 10 930.00 9,300.00 52 "macroset, Iv Infusion Set With Y Port - Sharp Spike For Easy Piercing Fluid Bag,kink-resistant Tubing For Smooth Flow,roller Clamp For Procise Flow Control,luer Lock Adaptor Fro Secure Connection To Iv Cannula." Pc 625 40.00 25,000.00 53 Male Urinal Plastic Pc 20 80.00 1,600.00 54 Measuring Cup Pc 150 75.00 11,250.00 55 Medicine Cup,30ml Pc 100 10.00 1,000.00 56 "medical Tape 1' 12/box (1x10 Yards) Gentle Adhesion,confortable And Highly Breathable,hypoallergenic And Not Made With Natural Rubber Latex" Box 25 820.00 20,500.00 57 Microset, Iv Infusion Set Pc 250 40.00 10,000.00 58 Nasal O2 Cannula Adult Pc 100 60.00 6,000.00 59 "nelaton Straight Catherter Fr.14 - Can Be Made Of Various Materials Like Plastic, Vinyl, Silicone Or Red Rubber Latex That Is Flexible And Comfortable" Pc 10 30.00 300.00 60 "nelaton Straight Catheter Fr. 16 - Can Be Made Of Various Materials Like Plastic, Vinyl, Silicone Or Red Rubber Latex That Is Flexible And Comfortable" Pack 10 30.00 300.00 61 "surgical Or Towel 17x27 - Sterile,disposable Cloth ,made Of 100% Cotton, Prewashed And Delinted And Is Designed To Be Highly Absorbent With Low Linting." Pc 35 90.00 3,150.00 62 Oxygen Mask Adult Pc 70 80.00 5,600.00 63 "paratulle (10's/box) - Size: 10cm X 10cm" Box 10 350.00 3,500.00 64 "plaster Of Paris Bandage 6"" X 5y: 100% Bleached Cotton Gauze Support Plaster Of Natural Origin With Binder Rolled Up On A Plastic Tube Non Sterile, For Single Use" Pc 5 275.00 1,375.00 65 Functionality: A) Packaging - Sterile, Product Deatails Visible, Legible - Peelable Outer Cover Not Easily Manipulated For Loading On Needle Holder - With Label, Lot Number, Manufacturer Number, Expiry Date (at Least 1 Year From Date Of Delivery) B) Needle - Needle Sharpness Should Last Till The End Of Procedure Of For Each Pass - Needle Body Resistant To Bending Or Breaking - Secured Seating In Needle-holder C) Suture - High Tensile Strength During Handling - High Knot Security - Low Memory Effect - Good Tie Down - "polyglycolic Acid Or Polyglactin (1/2c 40mm), Atleast 90cm, Round, 0, Braided, Coated, Absorbable, 12/box (antibacterial)" Box 1 3,500.00 3,500.00 "polyglycolic Acid Or Polyglactin (1/2c 40mm), Atleast 90cm, Round, 1-0, Braided, Coated, Absorbable, 12/box (antibacterial)" Box 1 3,500.00 3,500.00 "polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Cutting, 3-0, Braided, Coated, Absorbable, 12/box (antibacterial)" Box 3 5,000.00 15,000.00 "polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Round, 3-0, Braided, Coated, Absorbable, 12/box (antibacterial)" Box 1 5,000.00 5,000.00 "polyglycolic Acid Or Polyglactin (1/2c 26mm), Atleast 70cm, Round, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial)" Box 2 4,800.00 9,600.00 "polyglycolic Acid Or Polyglactin (3/8c 19mm), Atleast 70cm, Cutting, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial)" Box 1 4,800.00 4,800.00 "polyglycolic Acid Or Polyglactin (1/2c 17mm)rb1, Atleast 70cm, Round, 4-0, Braided, Coated, Absorbable, 12/box (antibacterial)" Box 2 4,800.00 9,600.00 "polypropylene Blue Monofilament (1/2c 26mm), Atleast 75 Cm, 2-0, Round, Double Arm, 12/box (antibacterial)" Box 1 6,000.00 6,000.00 "polypropylene Blue Monofilament (1/2c 17 Mm), Atleast 90cm, 5-0 Round, Double Arm 12/box (antibacterial)" Box 2 6,000.00 12,000.00 "polypropylene Blue Monofilament (3/8c 9.3 Mm), Atleast 60 Cm, 6-0 Round, Double Arm 12/box (antibacterial)" Box 2 6,500.00 13,000.00 "polyamide Monofilament (3/8c 26mm), Atleast 45 Cm, Cutting, 2-0, 12's" Box 2 7,000.00 14,000.00 "polyamide Monofilament (3/8c 19mm), Atleast 45 Cm, Cutting, 3-0 12's" Box 2 7,000.00 14,000.00 "polyamide Monofilament (3/8c 19mm), Atleast 45 Cm, Cutting, 4-0 12's" Box 2 7,000.00 14,000.00 "polypropylene Blue Monofilament (3/8c 9.3 Mm), Atleast 60 Cm, 7-0 Round, Double Arm 12/box (antibacterial)" Box 2 6,500.00 13,000.00 66 Functionality: A) Packaging - Sterile, Product Deatails Visible, Legible - Peelable Outer Cover Not Easily Manipulated For Loading On Needle Holder - With Label, Lot Number, Manufacturer Number, Expiry Date (at Least 1 Year From Date Of Delivery) B) Needle - Needle Sharpness Should Last Till The End Of Procedure Of For Each Pass - Needle Body Resistant To Bending Or Breaking - Secured Seating In Needle-holder C)suture - High Tensile Strength During Handling - High Knot Security - Low Memory Effect - Good Tie Down - "silk 0 Strands, 15x60 Cm, Box Of 12's" Box 1 5,750.00 5,750.00 "silk 1-0 Strands, 15x60 Cm, Box Of 12's" Box 2 5,750.00 11,500.00 "silk 2-0 Strands, 15x60 Cm, Box Of 12's" Box 3 5,750.00 17,250.00 "silk 3-0 Strands, 15x60 Cm, Box Of 12's" Box 2 5,750.00 11,500.00 "silk 4-0 Strands, 15x60 Cm, Box Of 12's" Box 3 5,750.00 17,250.00 "silk (1/2c 40 Mm), Atleast 75cm, 1-0 Cutting, Box Of 12's" Box 3 6,200.00 18,600.00 "silk (3/8c 30 Mm) Atleast 75 Cm, 2-0 Cutting, Box Of 12's" Box 2 8,100.00 16,200.00 "silk (3/8c 19mm) Atleast 75 Cm, 3-0 Cutting, Box Of 12's" Box 3 6,000.00 18,000.00 67 Povidone Iodine Betadine 10 % Gallon 1 1,400.00 1,400.00 68 Povidone Iodine Skin Cleanser 7.5 % Gallon 2 1,580.00 3,160.00 69 "scrub Brush W/ Povidone, 30/box" Box 7 2,100.00 14,700.00 70 Shoe Cover Refill Compatible For Automatic T Backle Shaped Disposable Plastic Shoe Cover Dispenser Machine Pack 6 400.00 2,400.00 71 "skin Stapler: # Of Staples - 35; Size - 12.0 X 3.3 Mm; Closed Position - 6.9 X 3.9 Mm; Wire Diameter - 0.58 Mm" Pc 25 700.00 17,500.00 72 "soluset -air Ffilter,soft Tube,drip Chamber,flow Regulatorfluid Filter ,clamp,stop Valve And ""y "" Injection Site For Adding Fluid Drug" Pc 250 200.00 50,000.00 73 "spinal Needle G 25 (25's) - Provides Exceptional Control When Penetrating The Dura Suitable For Spinal Fluid Flasback Polycarbonate Hub Offers Easy Visualization Of Csf " Box 1 2,500.00 2,500.00 74 "surgical Gloves 6.5 - Hypoallergenic,powder Free,anatomincal Shape" Pair 150 45.00 6,750.00 75 "surgical Gloves 7.0 - Hypoallergenic,powder Free,anatomincal Shape " Pair 150 45.00 6,750.00 76 "surgical Gloves 7.5 - Hypoallergenic,powder Free,anatomincal Shape" Pair 150 45.00 6,750.00 77 "surgical Gloves 8.0 - Hypoallergenic,powder Free,anatomincal Shape" Pair 150 45.00 6,750.00 78 "syringe 3cc 100/box: Transparent Barrel For Precise Volume Reading • Smooth Plunger Motion Along Entire Length Of Barrel • Large Finger Grips For Secure Handling • Latex-free, Bpa-free, Dehp-free, Pvc-free" Box 26 700.00 18,200.00 79 "syringe 10cc 100's /box: Transparent Barrel For Precise Volume Reading • Smooth Plunger Motion Along Entire Length Of Barrel • Large Finger Grips For Secure Handling • Latex-free, Bpa-free, Dehp-free, Pvc-free" Box 5 800.00 4,000.00 80 "tongue Depressor ( 100/box): Finely Polished Wood; Smooth Rounded Edges; Odorless And Tasteless; Length: 140 Mm Minimum; Width: +/- 18 Mm; Thickness: 1.5 - 2 Mm; Non Sterile, For Single Use" Box 1 95.00 95.00 81 "torniquet: Elastic Band; Material: Latex Free; Width: 2.3 - 2.5 Cm; Length: 40 - 56 Cm; Reusable, Non-sterile" Box 2 1,400.00 2,800.00 82 Underpad, 10's Pack 25 250.00 6,250.00 83 " Ventilator Circuit Adult (bicolored Corrugated Tubing, Allows Identification Of Either The Inspiratory Or The Expiratory Limb. Standard Connectors To Fit With Most Ventilators And Humidifiers. Flexible And Lightweight. Separate Water Traps (2),with Available Options To Accommodate Different Patient Requirement. 1.8 Meter Breathing Circuit Adult Manifold)." Set 15 2,000.00 30,000.00 84 "wee Bag 100's (urine Collector)" Box 3 700.00 2,100.00 85 Yankauer Suction Set Piece 136 350.00 47,600.00 "please Attach The Following: (if Applicable) 1. Certificate For Medical Device Notification (cmdn) For Class A Equipment 2. Certificate For Medical Device Registration (cmdr)/certificate Of Product Registration (cpr) 3. Compliance Certification To Applicable And Relevant Iso Or National And International Technical Standard Depending On Device Class And Required Regulatory Control. 4. Brochure 5. Authorized Distributorship" Total Approved Budget For Contract (abc) 999,790.00 Total Offer #ref! For Any Inquiries Regarding This Request For Quotation, Please Call Us At 09538832343 Or Email Us At Ismcbackupprocu @gmail.com Delivery Period: 30 Calendar Days Upon Receipt Of Purchase Order/notice To Proceed After Having Carefully Read And Understood Your General Terms And Conditions, I Quote You On The Item/s At Price/s Noted Above. Price Validity: Purchase Request No: 25-05-0712 Dated May 23, 2025 Rbac Resolution No: 001 S. 2025 Small Value Procurement Purpose: Medical Supplies Essentials For Patients Of Ismc Signature Over Printed Name Of Authorized Company Representative Position/designation Contact No./e-mail Address Rommel G. Gacula Signature Over Printed Name Of Designated Canvasser Date Accomplished
Closing Date23 Jun 2025
Tender AmountPHP 999.7 K (USD 17.4 K)

City Government Of Davao Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description The City Government Of Davao Now Invites Bidders For The Projects Under B06-2025 As Listed Below. The Prospective Bidder Must Have Completed A Single Largest Contract Cost (slcc) That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid: Provided, However, That Contractors Under Small A And B Categories Without Similar Experience On The Contract To Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab And Section 52.4.2.4 Of The Irr Of Ra 12009 As Of February 2025. Moreover, A Contract Shall Be Considered "similar" To The Contract To The Bid If It Has The Same Major Categories Of Work. B06-2025-01 Project Title: Construction Of Drainage System And Improvement Of Roads And Pathways At Sir, Brgy.76-a, Talomo District Source Of Fund: Adf, Cy 2024 (24122) Approved Budget For The Contract And Pcab License Requirements: Php 38,721,802.28 Flood Control Medium A Php 11,478,197.72 Road Small B -------------------- Php 50,200,000.00 Project Duration: 300 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 W/ Breaker 1 Unit Water Truck 1 Unit Jackhammer W/ Air Compressor 1 Unit Concrete Vibrator 1 Unit Road Grader 1 Unit Concrete Saw 1 Unit Road Roller, Vibratory 1 Unit Bar Cutter 1 Unit 10w Dumptruck 86 Units Steel Forms 1 Unit Backhoe Pc-60 3 Units Submersible Pump (1.5hp) 1 Unit Concrete Mixer 1-bagger B06-2025-02 Project Title: Road Concreting With Slope Protection At Sitio Quimasog, Purok Kulafo, Lower Kapatagan And Purok Macatol, Brgy. Magsaysay, Marilog District Source Of Fund: Df, Sb No. 3, Cy 2024 (24260) Approved Budget For The Contract And Pcab License Requirements: Php 19,426,499.10 Road Small B Php 8,573,500.90 Flood Control Small B -------------------- Php 28,000,000.00 Approved Budget For The Contract: Php Project Duration: 270 Calendar Days Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Hydraulic Excavator (0.80 Cu.m., Crawler) 1 Unit Water Truck 1 Unit Bulldozer, D6h Series Ii Psds/dd 1 Unit Concrete Vibrator 2 Units Payloader (1.50 Cu.m.) 1 Unit Bar Cutter 1 Unit Backhoe Pc-60 1 Unit One-bagger Concrete Mixer 4 Units Dumptruck (10w) 1 Unit Concrete Saw 1 Unit Road Grader 135 Hp) 64 Units Steel Forms 1 Unit Road Roller (125 Hp 10t, Vibratory) B06-2025-03 Project Title: Concreting Of Road At Purok 6, San Miguel, Barangay Bayabas, Toril District Source Of Fund: Adf, Cy 2025 (25089) Approved Budget For The Contract: Php 15,000,000.00 Project Duration: 170 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Hydraulic Excavator (0.8 Cu.m) 1 Unit Concrete Vibrator 1 Unit Bulldozer, D6h Series Ii Psds/dd 1 Unit Concrete Saw 1 Unit Motorized Road Grader (140hp), G710a 2 Units Bar Cutter 1 Unit Payloader (1.50 Cu.m.) 86 Units Steel Forms 1 Unit Vibratory Roller (10mt), Sd100dc 1 Unit Heavy Duty Electric Drill (operated) 1 Unit Dumptruck 5 Cu.m Cap. 1 Unit One Bagger Concrete Mixer 1 Unit Chainsaw 1 Unit Water Truck 2 Units Dumptruck (10w) 2 Units Dumptruck (12 Cu.yd) Includes Hauling Travel Time B06-2025-04 Project Titles: A. Construction Of Multipurpose Building And Additional Offices At Cswdo Main Office Building, Pichon St., Davao City B. Completion Of Multipurpose Building At Cswdo Main Office, Pichon St., Davao City Sources Of Funds: A. Df, Sb No. 1 Cy 2024 (24174) B. Df, Sb No. 3 Cy 2024 (24243) Approved Budget For The Contract: A. Php 3,063,000.00 B. Php 6,000,000.00 -------------------- Php 9,063,000.00 Project Duration: 210 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc - 35 2 Units Electric Grinder 1 Unit 10w Dumptruck 1 Unit One-bagger Concrete Mixer 1 Unit Concrete Vibrator 2 Units Electric Handrill 4 Units Bar/shear Cutter 2 Units Tile Cutter 4 Units Bar Bender 1 Unit Chain Block With Pulley 2 Units Welding Machine 22 Units H-frame With Cross Bracing And Joint Pin B06-2025-05 Project Title: Road Construction With Drainage System At Bruno Gempesaw St. , Brgy. 26-c, Poblacion District Source Of Fund: Df, Sb No. 3, Cy 2024 (24252) Approved Budget For The Contract And Pcab License Requirements: Php 5,939,111.58 Flood Control Small B Php 3,200,888.42 Road Small B -------------------- Php 9,140,000.00 Project Duration: 200 Calendar Days Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 3 Units Dumptruck 5 Cu.m Capacity 1 Unit Pneumatic Road Roller 1 Unit Backhoe W/ Breaker 1 Unit Concrete Vibrator 1 Unit Backhoe Pc-60 1 Unit Concrete Saw 1 Unit Road Grader 4 Units Bar Cutter 1 Unit Vibratory Roller 50 Units Steel Forms 1 Unit Water Truck 1 Unit Plate Compactor 1 Unit Asphalt Distributor Prime 1 Unit One Bagger Concrete Mixer 1 Unit Ashpalt Paver 1 Unit Jackhammer W/ Air Compressor B06-2025-06 Project Title: Drainage System At Quimpo Boulevard, Corner Tulip Drive Up To Corner 3rd Cashew , Quimpo Boulevard, Brgy. Bucana, Talomo District Source Of Fund: Df, Sb #2, Cy 2024 (24225) Approved Budget For The Contract: Php 8,030,000.00 Project Duration: 120 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Applicator 2 Units Jackhammer W/ Air Compressor 1 Unit Asphalt Distributor Prime 1 Unit Kneading Machine 1 Unit Asphalt Paver 1 Unit Mini Dump Truck 1 Unit Backhoe W/ Dozer 1 Unit Mini Road Roller 4 Units Bar Cutter 1 Unit One Bagger Concrete Mixer 4 Units Concrete Saw 1 Unit Plate Compactor 1 Unit Concrete Vibrator 1 Unit Pneumatic Road Roller 5 Units Dump Truck (12 Cu. Yd. Cap.) 23 Units Steel Forms 2 Units Hydraulic Excavator B06-2025-07 Project Title: Road Concreting With Drainage System At Aurora Quezon St. Going To Fatima, Brgy. 24-c, Poblacion District Source Of Fund: Adf, Cy 2025 (25048) Approved Budget For The Contract And Pcab License Requirements: Php 3,653,272.41 Flood Control Small B Php 1,106,727.59 Road Small B -------------------- Php 4,760,000.00 Project Duration: 100 Calendar Days Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements 1 Unit Mini Dumptruck 1 Unit Concrete Vibrator 1 Unit Chainsaw 66 Units Steel Forms 2 Units Backhoe Pc-60 1 Unit Concrete Saw 1 Unit Jackhammer W/ Compressor 10 Units Bar Cutter 1 Unit Road Grader 1 Unit Submersible Water Pump 1 Unit Plate Compactor 1 Unit Handroller 1 Unit Road Roller 1 Unit Concrete Mixer (one Bagger) B05-2025-08 Project Title: Construction Of Multipurpose Building At Brgy. Manambulan, Tugbok District Source Of Fund: Adf, Cy 2025 (25040) Approved Budget For The Contract: Php 4,500,000.00 Project Duration: 150 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 1 Unit Welding Machine 1 Unit Mini Dumptruck 1 Unit Grinding Machine 1 Unit Pump Crete 1 Unit 1 Tank Oxygen/ 2 Tank Acethylene 1 Unit Concrete Vibrator 1 Unit Electric Handrill 1 Unit One-bagger Concrete Mixer 1 Unit Tile Cutter 1 Unit Bar/shear Cutter 1 Unit Prr Welding Machine 1 Unit H-frame With Cross Bracing And Joint Pin B06-2025-09 Project Title: Road Concreting At Bolton Riverside, Doña Pilar, Brgy. Sasa, Buhangin District Source Of Fund: Adf, Cy 2025 (25066) Approved Budget For The Contract: Php 4,280,000.00 Project Duration: 150 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Road Roller 1 Unit Road Grader 1 Unit Backhoe B06-2025-10 Project Title: Construction Of Open Channel Canal At Purok 5 Going To Purok 10, Brgy. Riverside, Calinan District Source Of Fund: Df, Sb No. 2, Cy 2024 (24227) Approved Budget For The Contract: Php 4,000,000.00 Project Duration: 60 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 90 Units Steel Forms 1 Unit Dumptruck 5 Cu.m. Cap 1 Unit Concrete Vibrator 4 Units Bar/shear Cutter B06-2025-11 Project Title: Construction Of Drainage System At Purok 23 Del Rosario Street Phase 1, Brgy. Sto. Niño, Tugbok District Source Of Fund: Adf, Cy 2025 (25145) Approved Budget For The Contract: Php 1,360,000.00 Project Duration: 45 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Jackhammer W/ Air Compressor 1 Unit Dumptruck 5 Cu. Capacity 1 Unit Backhoe Pc-30 1 Unit One Bagger Concrete Mixer 1 Unit Concrete Saw 2 Units Bar/ Shear Cutter B06-2025-12 Project Title: Construction Of Pathway With Canopy On Sidewalks Of Wireless Elementary School, Father Selga St., Brgy. 6-a, Davao City Source Of Fund: Df, Sb No. 3, Cy 2024 (24247) Approved Budget For The Contract: Php 800,000.00 Project Duration: 45 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 1,000.00 Minimum Equipment Requirements: 1 Unit Jackhammer W/ Air Compressor 1 Unit Backhoe Pc-30 1 Unit One-bagger Concrete Mixer 1 Unit Mini Dumptruck 1 Unit Bar/shear Cutter 1 Unit Plate Compactor 2 Units Welding Machine 2 Units Electric Handrill 1 Unit Electric Grinder Procurement Activity Schedule A. Issuance Of Bidding Documents June 4 To 25, 2025 8:00 Am To 5:00 Pm Bac Secretariat For Civil Works (excluding Saturdays, Sundays & Holidays) B. Pre-bid Conference June 11, 2025, 10:30 Am Virtual Meeting Through Zoom C. Deadline Of Submission And Receipt Of Bids June 25, 2025, 9:00 Am Bac Conference Room, Ground Floor, City Hall, Davao City D. Opening Of Bids June 25, 2025, 10:30 Am Virtual Meeting Through Zoom (sgd) Atty. Joseph Dominic S. Felizarta, Ce Bac Chairman
Closing Date25 Jun 2025
Tender AmountPHP 139.1 Million (USD 2.4 Million)

Adela Serra Ty Memorial Medical Center Tender

Electronics Equipment...+2Healthcare and Medicine, Electrical and Electronics
Philippines
Details: Description 1 Digital Slr Camera For Clinical Photography Specifications: Sensor: Type: 24.1 Megapixel Aps-c Cmos Sensor Processor: Digic 8 Image Processor Lens Compatibility: Lens Mount: Canon Ef/ef-s Lens Mount Autofocus System: Af Points: 9-point Af System (phase-detection) Live View/video Af: Dual Pixel Cmos Af With Fast And Accurate Focus Eye Detection Af: Available During Live View And Video Shooting Iso Range: Standard Iso: 100 - 25,600 (expandable To 51,200) Shutter Speed: Range: 1/4000 To 30 Seconds (with Bulb Mode) Continuous Shooting Speed: Up To 5 Fps (frames Per Second) Viewfinder: Type: Optical Pentamirror Viewfinder Coverage: 95% Viewfinder Coverage Display: Type: 3.0-inch Vari-angle Lcd Touchscreen Resolution: 1.04 Million Dots Video: Resolution: 4k Uhd (24p), 1080p Full Hd (60p), 720p Hd (120p) Video Autofocus: Dual Pixel Cmos Af Connectivity: Wireless: Wi-fi, Bluetooth, And Nfc Support Ports: Hdmi Mini, Microphone Input (3.5mm), Usb 2.0 Battery: Battery Life: Approx. 1070 Shots Per Charge (cipa Standard) Other Features: 4k Time-lapse And Full Hd Video Recording With Manual Control Guided Menu System For Beginners Creative Filters For Photos And Videos Built-in Wi-fi And Bluetooth For Easy Sharing And Remote Control 1 Pieces ₱ 50,000.00 ₱ 50,000.00 2 Laptop Computer I7 With Complete Accessories Specifications: Branded Slim Type Design Latest Model Of Processor Licensed Operating System 64bit Licensed All Basic Office Application (ms Office) With Anti Virus (not Cloned) 8gb Ddr4 Ram Or Better Storage: 512 Ssd Graphics: Dedicated Video Card With Atleast 2gb Gddr5 Or Better Screen Size: 15.6 Inches Keyboard: Full-size With Numeric Keypad With Built-in High Resolution Web Camera And Speaker With External 1tb Hard Disk Drive With Wireless Usb Mouse And Mouse Pad At Least 1 Year Service Warranty And Parts Free 32gb Flash Drive Free Bag 1 Unit ₱ 70,000.00 ₱ 70,000.00 3 Smartphone Specifications: Processor Dimensity 7025-ultra 6nm Manufacturing Process Technology Cpu: Octa-core Processor, Up To 2.5ghz Gpu: Img Bxm-8-256 Storage & Ram 6gb+128gb | 8gb+256gb | 12gb+512gb* Expandable Storage Up To 1tb Lpddr4x + Ufs2.2 Display 6.67" Amoled Display Resolution: 2400 × 1080 Display 6.67" Amoled Displayresolution: 2400 × 1080 Refresh Rate: Up To 120hz Touch Sampling Rate: 240 Brightness: 2100nits Peak Brightness Brightness: Hbm 1200 Nits Color Depth: 8 Bit Contrast Ratio: 5,000,000:1 Dci- P3 Wide Color Gamut Ppi 394 Corning® Gorilla® Glass 5 Sunlight Display Reading Mode Sgs Eye Care Display Rear Camera 108mp+8mp+2mp Triple Camera 108mp Main Camera Optical Image Stabilization (ois) 0.64μm, 9in1 1.92μm F/1.7 6p Lens 1/1.67” Sensor Size 8mp Ultra-wide Camera F/2.2 2mp Macro Camera F/2.4 1 Pieces ₱ 15,000.00 ₱ 15,000.00 4 Printer, Refillable Ink Tank Wifi With Scanner Specifications: Nozzle Configuration: 180 Nozzles For Black, 59 Nozzles Per Color (cyan, Magenta, Yellow) Print Resolution: Up To 5760 X 1440 Dpi Print Speed: Iso/iec 24734: 10 Pages/min (monochrome), 5 Pages/min (colour) Draft Mode: 33 Pages/min (monochrome), 15 Pages/min (colour) Photo (10 X 15 Cm): Approximately 69 Seconds Per Photo Scanning & Copying Scanner Type: Flatbed Color Image Scanner Sensor Type: Contact Image Sensor (cis) Optical Resolution: 1200 X 2400 Dpi Scan Speed: Black: 11 Seconds (200 Dpi) Colour: 28 Seconds (200 Dpi) Output Formats: Bmp, Jpeg, Tiff, Pdf Paper Handling: Input Tray Capacity: 100 Sheets (plain Paper), 20 Sheets (photo Paper) Output Tray Capacity: 30 Sheets Supported Paper Sizes: A4, A5, A6, B5, Letter, Legal, 10 X 15 Cm, 13 X 18 Cm, Envelopes (dl, No. 10, C6), And Custom Sizes Paper Weight: 64 – 300 G/m Connectivity & Software Interfaces: Usb 2.0, Wi-fi, Wi-fi Direct Mobile & Cloud Printing: Epson Connect (iprint, Email Print) Google Cloud Print Operating System Compatibility: Windows: Xp, Vista, 7, 8, 8.1, 10 Mac Os: X 10.6.8 Or Later Power & Dimensions Power Consumption: O Operating: 12 W O Ready: 4.3 W O Sleep: 0.7 W O Power Off: 0.2 W • Noise Level: Approximately 6.5 B(a), 52 Db(a) • Dimensions (w X D X H): 375 X 347 X 179 Mm • Weight: 3.9 Kg 1 Unit ₱ 25,000.00 ₱ 25,000.00 5 Projector Specification: Projection Technology: 3lcd, 3-chip Technology. Native Resolution: Wxga (1280 X 800). Brightness: 4000 Lumens (color And White). Lamp Life: Up To 6,000 Hours In Normal Mode, Up To 12,000 Hours In Eco Mode. Contrast Ratio: 16,000:1. Connectivity: Includes Various Analog And Digital Inputs, As Well As Optional Wireless Connectivity. Other Features: Keystone Correction, Built-in Speaker, And Various Security Features. Detailed Features: 3lcd Technology: Provides A Wide Color Gamut And Ensures Accurate Color Reproduction, According To Villman Computers. Wxga Resolution: Offers A 16:10 Aspect Ratio With A Resolution Of 1280x800 Pixels, Ideal For Presentations And Video Playback. 4000 Lumens Brightness: Provides Sufficient Brightness For Use In Various Environments, Even With Some Ambient Light. Long-lasting Lamp: Reduces Maintenance Costs And Extends The Lifespan Of The Projector. Connectivity Options: Allows For Easy Connection To Various Devices And Networks, Including Wireless Connectivity Options. Advanced Features: Includes Features Like Keystone Correction For Easy Setup And Adjustments, A Built-in Speaker For Convenient Audio Output, And Security Features For Enhanced Protection. 1 Unit ₱ 40,000.00 ₱ 40,000.00 6 Screen Projector Specification: Resolution: 720p (1280x720) And 1080p (1920x1080) Are Common, With Some Supporting 4k Through Scaling. Lumens: Lumens Are A Measure Of Brightness. Expect To See Values Ranging From 2000 To 12000 Lumens, With Higher Numbers Generally Indicating Better Visibility In Brighter Environments. Contrast Ratio: This Affects The Range Of Black And White Levels In The Image. Higher Contrast Ratios Generally Lead To Richer, More Vibrant Images. Connectivity: Look For Hdmi, Usb, Vga, And Potentially Audio Inputs For Connecting To Various Devices. Speakers: Most Projectors Have Built-in Speakers, With Some Offering Better Sound Quality Than Others. Consider The Wattage Of The Speakers For A More Impactful Audio Experience. Features: Look For Features Like Keystone Correction (to Adjust For A Non-straight Screen), Screen Mirroring (for Wireless Connectivity), And Built-in Streaming Apps. 1 Pieces ₱ 10,000.00 ₱ 10,000.00 7 Drive, Hard Disk (hdd), External, Usb 3.0, 1tb; 2.5", Shockproof Specifications: Features: Compact Design, Usb 3.0 Interface, Plug-and-play Functionality. 1 Pieces ₱ 3,000.00 ₱ 3,000.00 8 Hdmi To Vga Connector/adapter Specifications: Supported Resolutions: Up To 1920×1080 @60hz And Includes A 3.5mm Audio Output. Power Supply: No External Power Required Cable Length: Approximately 25cm 1 Pieces ₱ 350.00 ₱ 350.00 9 Mouse, Computer Optical, With Scroller, Wireless, Branded With Mouse Pad Specifications: Features: 1000 Dpi V-track Sensor, Ergonomic Design, And Energy-saving Technology. 1 Pieces ₱ 700.00 ₱ 700.00 10 Usb Extension Port Specifications: Model: U3-maa01-15-bk-bp Length: 1.5 Meters Connectors: Usb 3.0 Type-a Male To Type-a Female Data Transfer Speed: Up To 5gbps (usb 3.0 Superspeed) Cable Core Material: Tinned Copper Shielding: Double-layer—aluminum Foil And Metal Braid—for Enhanced Signal Stability And Reduced Interference Connector Craft: Gold-plated For Corrosion Resistance And Improved Durability Outer Coating: Flexible And Durable Pvc Material Compatibility: Plug-and-play With Windows, Macos, And Linux Systems Color: Black 1 Pieces ₱ 350.00 ₱ 350.00 11 Usb 3.0 Flash Drive 32 Gb Specifications: Interface: Usb 3.0 (backward Compatible With Usb 2.0) Read Speed: Up To 130 Mb/s 1 Pieces ₱ 700.00 ₱ 700.00 12 Vga-cable - 20 Meters Specifications: Connectors: Vga Male (15-pin) To Vga Male (15-pin) Resolution Support: Up To 1920x1080 @ 60hz (full Hd) Cable Material: Pvc Outer Layer For Flexibility And Durability Core: Oxygen-free Copper (ofc) Conductors For Better Signal Transmission Shielding: Double Shielding (aluminum Foil And Braid) To Minimize Electromagnetic Interference (emi) Connector Finish: Gold-plated For Corrosion Resistance And Improved Signal Quality Cable Diameter: Approx. 8.5mm (heavy-duty Design) Compatibility: Compatible With Monitors, Projectors, Hdtvs, And Other Vga-enabled Devices Color: Black 1 Pieces ₱ 3,000.00 ₱ 3,000.00 13 Automatic Voltage Regulator Specifications: Input Voltage Range: Typically From 80v To 260v Ac, Accommodating Wide Fluctuations In Supply Voltage. Voltage-converter-transformers.com Output Voltage: Standard Output Voltages Are 110v Or 220v Ac, With A Regulation Accuracy Of ±5%. Capacity: Available In Various Capacities, Commonly Ranging From 500va To 5000va, To Suit Different Power Requirements. Frequency: Designed To Operate At Standard Frequencies Of 50hz Or 60hz. Phase: Available In Single-phase And Three-phase Configurations, Depending On The Application. Features: Voltage Stabilization: Automatically Adjusts Voltage To Maintain A Consistent Output. Overload Protection: Protects Connected Devices From Voltage Spikes And Surges. Short Circuit Protection: Prevents Damage Due To Short Circuits. Delay Function: Some Models Include A Delay Feature To Protect Appliances During Power Restoration. Digital Display: Displays Input And Output Voltage Levels For Monitoring. 1 Pieces ₱ 5,000.00 ₱ 5,000.00 14 Laser Pointer For Projector Specifications: Laser Type: Most Presentation Pointers Utilize Diode Lasers. Wavelength (color): Red: Typically Around 650 Nm Up To 15 Meters 1 Unit ₱ 1,780.00 ₱ 1,780.00 15 Extension Electric Socket Power Extension With 9 Universal Socket And 4m Extension Cord, 2 Usb Port Specifications: Number Of Sockets: 9 Universal Sockets Compatible With Multiple Plug Types (a, B, C, E, F, G, I, L, Etc.) Supports Grounding For Safe Use Usb Ports: 2 Usb Charging Ports Output: Typically 5v / 2.4a (combined Or Per Port Depending On Model) Supports Charging For Smartphones, Tablets, And Other Usb Devices Extension Cord Length: 4 Meters (approx. 13 Feet) Flexible And Durable Cable With Pvc Insulation Suitable For Office, Or Workshop Use Power Rating: Voltage: 220-240v Ac (depends On Region) Maximum Current: Usually 10-15a Maximum Power: Around 2500w To 3500w (check Specific Model) Safety Features: Surge Protection (varies By Model) Overload Protection With Resettable Circuit Breaker Child Safety Shutters On Sockets Fire-retardant Housing Material (usually Abs Or Flame Retardant Plastic) Plug Type: Standard Plug Compatible With Local Power Outlets (e.g., Type A/b, Type C, Or Type G) Design: Compact And Stable Base Individual Switches For Sockets (optional On Some Models) Led Indicator For Power Status Certifications: Complies With Local Electrical Safety Standards (e.g., Ce, Rohs) 1 Pieces ₱ 1,000.00 ₱ 1,000.00
Closing Date19 Jun 2025
Tender AmountPHP 225.8 K (USD 4 K)

Province Of Ifugao Tender

Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Invitation To Bid Publication No. 04-2025-g (first Publication) For Medical Equipment 1. The Provincial Government Of Ifugao, Through The General Fund Intends To Apply The Sum Of Two Million Two Hundred Sixty-one Thousand Five Hundred Forty-one Pesos And 50/100 Only (php2,261,541.50) Being The Abc To Payments Under The Contract For Publication No. 04-2025-g. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (please See Attached “annex 1” For The Item/s To Be Bidded). 2. The Provincial Government Of Ifugao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From Receipt By The Winning Bidder Of The Purchase Order. Bidders Should Have Completed, Within The Last 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 (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 The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On February 06, 2025 To February 27, 2025 Upon Presenting A Proof Of Payment In Person, Of A Non-refundable Bidding Fee Of Five Thousand Pesos (php 5,000.00). 6. The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao Will Hold A Pre-bid Conference On February 13, 2025 At 1:30 P.m. At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao On Or Before 1:30 P.m. Basing On The Bac Office - Wall Clock Of February 27, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 27, 2025 At 2:00 In The Afternoon At The Address Stated Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Ifugao 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: The Secretariat On Goods Bids And Awards Committee Bacgoodsifugao13@gmail.com 0926-937-1170 Date Of Posting: February 06, 2025 Carmelita B. Buyuccan Bac Chairperson "annex 1" Item No. Item Description Qty. Unit Of Issue Unit Cost Total Cost Viii. Medical Equipment Blood Pressure Monitor 1 Blood Pressure Apparatus,aneroid,table Top/desk Top,adult,w/ Best Quality Stethoscope Apparatus 21 Set 2 Blood Pressure,aneroid,table Top/desk Top,pedia,w/ Best Quality Stethoscope 8 Set 3 Blood Pressure Apparatus,aneroid,adult,wall Type/desk Type 2 Set 4 Blood Pressure Apparatus,aneroid,adult, W/ Wheels And Best Quality Stethoscope 12 Set 5 Blood Pressure Apparatus,aneroid,pedia, W/ Wheels And Best Quality Stethoscope 4 Set 6 Blood Pressure Apparatus,digital,wrist 2 Set Bedside Tables & Iv Stands 7 "bedside Table With Drawer ,painted White Or Stainless Steel,formica Top,tubular With Guard Rails,1 Drawer And 1 Lower Shelf, 4 Pieces Rubber Footing Or With Wheels Size: H: 31-31.5″ X L: 19-19.5″x W: 16-16.5″" 5 Unit 8 "bedside Table,plastic,abs Material Size: 50-50.5x50-50.5x70-70.5cmtowe,4-4.5×2-2.5″ Nylon Durable Castor" 2 Unit Carts & Trolleys 9 Dressing Carriage,stainless W/ Pail 1 Unit 10 "er / Emergency Stretcher,provided With Bumper Railing, Iv Hook,mattress,shelf Below With Oxygen Holder 5″ Mounted Wheel Caster,size: H: 32-32.5″ X L: 74-74.5″ X W: 24-24.5″" 1 Unit 11 "emergency Cart With Cardiac Board,plastic,size: 850*520*1010mm 5pcs Drawers (2 Small, 2 Middle And 1 Big),2pcs Garbage Bin With Lid And 1pc Transparent File Case,1pc I. V. Pole And 1pc Tray 5″ Castor With Brake On The Cross Size: 850-850.5*520-520.5*1010-1010.5mm" 1 Unit 12 Stretcher,,wheeled,folding 1 Unit 13 Stetcher,scoop 1 Unit 14 Spine Booard W/ Straps 1 Unit 15 Relaxing/reclining Chair For Blood Letting Activities 2 Unit Cabinets/storage 16 Cabinet,medicine,single Door 1 Unit Monitors 17 Ctg (cardiotocography)machine 1 Unit Fetal Doppler,analogue 3 Unit 18 Handy, High Sensitive Pobe, Friendly Interface/easy To Operate, Built In Speaker And Clear Sound, Fht Rate Displays In Screen, Chargeable Battery, Auto Power Off When Not In Use Lights 19 Gooseneck Lamp / Droplight With Wheels (led Light) 1 Unit Suction Machines 20 Suction Machine Heavy Duty- Medium 1 Unit 21 Suction Pump, Manual 3 Unit 22 Suction Machine, Portable 3 Unit Weighing Scales 23 Weighing Scale, Infant, Digital 1 Unit 24 Weighing Scale, Infant, Mechanical 4 Unit Refrigerators/freezers 25 Refrigerator,kitchen 1 Unit Diagnostics 26 Otoscope/opthalmoscope Diagnostic Set 3 Set Nebulizers 27 Nebulizer,compressor,all 5-5.5 Micro M Particle Size,breathe Enhanced Nebulizer Design,patented Pump Design,6-6.5 Ml Medication Capacity,average Nebulization Rate Of 0.2-0.3 Ml /min,silent Operation 2 Set 28 Nebulizer Pulmoneb, Pisto Compressor Nebulizer,product Dimensions 5.75-6″ X 4-4.5″ X 6-6.5″,product Weight 2.75 Lbs.,max Pressure 30-35+ Psi,particle Size 5-5.5 Microns Or Less 10 Set 29 "nebulizer, Pulmo Aide, Heavy Duty,compressor/nebulizer System W/ Tobi (tobramycin Solution For Inhalation),size: 10.1-10.15″ W X 10.5-11.5″ H X 6.5-7.5″ D Weight: 7-10lbs,power Requirements: 1.3-1.5 Amps, 115-120vac 60-70hz Power Consumption: 90-110 Watts" 9 Set 30 Dental Autoclave 1 Unit Capacity: 23-25 Liters Sterilization Temperature: 121-122°c, 134-135°c Vacuum Degree- 0.09 Mpa Residual Humidity: ≤0.2% 31 Cardio Tocography Machine (ctg) 1 Unit Specifications: Fhr And Uc Detection , Tabletop Power Supply: 100-240v, 50/60hz Rechargeable Battery Powered Built-in Loud Speaker Remote Event Marker Printer, Accessories Lithium-ion Rechargeable Battery With Auto Voltage Regulator (avr) Accessories Per Unit Uc/toco Transducer -1 Pc Fhr Doppler Transducer-2 Pcs Belt- 3 Pcs Event Marker Jack - 1 Pc Spare: Rechargeable Li-on Battery Dust Cover-1 Pc 2 Packs Z-fold Type Thermal Paper 150 Sheet 32 Hematology Analyzer 5 Parts 1 Unit Specs: Impedance Method For Rbc And Plt Counting Cyanide Free Reagent For Hemoglobin Test Flow Cytometry (fcm) + Tria Angle Lazer Scatter Chemical Dye Method For Wbc 5-parts Diffrential Analysis And Wbc Counting Parameters 23 Parameters: Wbc, Lym %, Mon %, Nue %, Bas %, Eos %, Lym #, Mon#, Neu#, Eos#, Bas#, Rbc, Hgb, Hct, Mcv, Mch, Mchc, Rdw-cv, Rdw-sd,, Plt, Mpv, Pwd, Pct.# Histogram For Rbc, Wbs And Plt..e Scattergrams For Wbc Differential Performance Parameter Linearity Precision Wbc 0-100x10 9/l +/-2% Rbc 0-8x10 9/l +/-1.5% Hgb 0-25 G/l +/-1.5% Plt 0-1000x10-9/l +/-4.0% Sample Volume Prediluted Mode 10-20 Ul Whole Blood Mode 15-30 Ul Capillary Whole Blood Mode 15-30 Ul Throughput = 25-40 Samples Per Hour Data Storage Capacity= 20,000-40,000 Result Nemeric And Graphical Information Interface Usb, Lan, Support Uni-directional Lis Operating Environment Temparature: 10-30 Degrees Humidity: 20-85% Air Pressure: 50-kpa-120kpa Power Requirements= 100v-240v, 50 Hz-80hz Dimension & Weight Depth: 400-600 Mm Width: 300-350 Mm Height: 400-450 Mm Weight: 23-25 Kg 33 Bio Ref. (pharmacy Refrigerator) 1 Unit Specs: Effective Volume: 226-228l Electric Shock Safeguard: 1 Climate Type: Sn/n Voltage:220-230v Input Power: 140w Exterior Dimension: 625x574x1707mm Temp. Range 2-8 ºc Net Weight:73-75kg Refrigerants: R600a 116g Foaming Material: Polyurethane Rated Frequency: 60hz Rated Current:1.0a Manufacturing No. Please See Attached Bar Code 34 Bilirubin Light/phototherapy Machine 1 Unit Specs: Light Source: Blue Led Peack Spectrum Of Radiant Light Resource :465nm The Total Spectral Irradiance On The Effective Surface Area: 56uw/cm/nm Average Value General Bilirubin Radiation On The Effective Surface Are: 38uw/cm/nm Uniformity Of The Total Irradiance For Bilirubin: 0.1-0.4 Dominant Wavelength Of Blue Light: 420-470nm Adjustable Range For The Height Of Lamp Module: 1350mm-1650mm Built-in Timer Range:0-99999.9 Hrs Standard Configuration Mobile Model: The Lamp Module (including Radiant Light Resource, Protective Panel And Time), Lock Knob And Mobile Stand Including Height Adjustment Rod, Lamp Column & Stand And Wheels 35 Chest Freezer/chiller(dual Function) 8.8-9 Cu.ft.; Solid Top Chest Freezer; Heavy Duty Quality; Dual Function:chiller Or Freezer; Energy Efficient Compressor Galvanized Interior; With Key Lock; Roller Feet; With Wire Baskets; Dimensions: (h:w:d) 848x912x560mm-850x915x565mm 1 Set 36 Bp Apparatus, Arm Type, Adult, Good Quality, With Stethoscope And Rubberized Casing (for Medical Services) 5 Unit 37 Refrigerator For Breastmilk, 5-8 Cubic 1 Unit 2 Door, 220-240 Volts (input Voltage) Adjustable Shelves, Direct Cooling Technology High Efficiency & Low Noise Compressor With 1 Year-2 Years Warranty Duration ***nothing Follows*** Total 2,261,541.50 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure
Closing Date27 Feb 2025
Tender AmountPHP 2.2 Million (USD 39 K)

Caraga Regional Hospital Tender

Others
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2025-04-10 (25) Supply And Delivery Of Aerobic Pedia Culture For Microbiology Under Single-year Framework Agreement - Rebid Approved Budget For The Contract: Php 3,025,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy 2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Three Million Twenty Five Thousand Pesos Only ( ₱ 3,025,000.00 ) As To Payment Under The Contract For Supply And Delivery Of Aerobic Pedia Culture For Microbiology Under Single-year Framework Agreement - Rebid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding To Wit: Line Item No. Description Qty Unit Of Measurement Unit Cost Total Cost 1 Aerobic Pedia Culture Vial Equipped With Flourescence Sensor Antimicrobial Neutralizing Resins, Maximum Of 40ml. Supplemented Soybean-casein Digest Broth, Atmosphere Of Co2, Nitrogen, And Oxygen; 0.5ml Minimum Sample Volume 5,500 Bottle ₱ 550.00 ₱ 3,025,000.00 Terms Of Reference 1) The Winning Bidder Shall Provide The Following Equipment And Services: A) A Brand-new Fully Automated Machine For Blood Culture Utilizing Aerobic Medium, Which Is An Enriched Soybean-casein Digest Broth Designed For The Recovery Of Aerobes, Including Bacteria And Yeast, From Blood Cultures. The Machine Must Have A Capacity Of At Least 120 Tests And Be Provided Free Of Charge For Microbiology Operations. B) The Winning Bidder Shall Also Provide Free Utilization Of Pediatric G23 Blood Collection Sets, Which Are Compatible For Blood Culture Collection In Pediatric Patients. These Sets Must Be Supplied To Ensure Safe And Effective Blood Collection Procedures For Pediatric Patients. C) The Winning Bidder Shall Perform Preventive Maintenance Services For The Blood Culture Machine On A Quarterly Basis And As The Need Arises, Including But Not Limited To Cleaning, Calibration, Adjustment Of Mechanical Or Electrical Components, And Replacement Of Worn Parts. D) Upon Request From The End-user, The Winning Bidder Shall Provide Phlebotomy Training To Laboratory Staff. This Training Shall Include Best Practices For Blood Collection And Handling To Ensure Optimal Recovery Of Blood Cultures. The Training Shall Be Conducted By Qualified Professionals, And A Certificate Of Completion Shall Be Provided To All Participants Upon Successful Completion Of The Training. 2) The Winning Bidder Shall Provide Maintenance Report After Each Service, Detailing The Work Performed And The Condition Of The Equipment. 3) The Winning Bidder Must Respond Immediately To Any Reported Machine Breakdowns To Ensure Continuous Operation Of The Microbiology Services. All Repairs, Including Parts And Labor, Shall Be Provided Free Of Charge During The Warranty Period. 4) Availability Of Certified Technical Support Or Service Engineer For Both Preventive Maintenance And Emergency Repairs, Ensuring A Prompt Response To Machine Breakdowns. 5) A Calibration Certificate Must Be Submitted To End-user After The Calibration Of The Machine. 6) The Schedule Of Delivery Must Adhere To The Following: • 7 Calendar Days Upon Receipt Of Call Off 7) The Expiry Date Of All Reagents Supplied Must Have An Expiry Date Of 10-18 Months Upon Delivery. 8) Failure To Comply With Any Of The Above Terms Shall Be Subject To Non-conformity. Other Terms Of Reference Terms Of Payment. Payment Shall Be Made Upon Complete Delivery. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Post-qualification The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity, Or To Undergo A Site Visit To The Nearest Hospital. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent (25% ) Of The Abc To Be Bid. Slcc Must Be Within 5 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 19, 2025 To April 10, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference March 27, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/85248317532?pwd=lztqso0broyrquyetoa8bvrthrmcwp.1 Meeting Id: 852 4831 7532 Passcode: 600167 Deadline Of Submission Of Bids April 10, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids April 10, 2025 At 3:30 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89844536872?pwd=6dukasw3exmyp4j5ngtrhxm35cf8r9.1 Meeting Id: 898 4453 6872 Passcode: 309605 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1a9cak-hgeius2dk4pqrnhkpcqc4s04qq?usp=sharing Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Philippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before April 10, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On April 10, 2025 At 3:30 In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link: Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Atty. Ma. Flordelin T. Ensomo, Cpa Attorney Iv Chairman, Bids And Awards Committee
Closing Date10 Apr 2025
Tender AmountPHP 3 Million (USD 53 K)

City Of Bais Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For Use In The Construction Of Footbridges C. Steel Footbridge At Barangay Cabanlutan -8918-1-07-03-990(26), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 63-25 Php 4,963,393.00 1 190 Pcs. 2" X 2" X 10' G. Melina 2 85.5 Kls. 4" Cwn 3 49.5 Kls. 2 1/2" Cwn 4 60 Pcs. 2" X 4" X 10' G. Melina 5 16 Shts. 10mm X 1.20m X 2.40m Marine Plywood 6 250 Pcs. 2" X 3" X 12' G. Melina 7 250 Pcs. 2" X 4" X 12' G.melina 8 200 Mtrs. Nylon Rope, 1"ø 9 14 Shts. 10mm X 1.20m X 2.40m Ordinary Plywood 10 4 Kls. 1 1/2" Cwn 11 2868 Bags Portland Cement 12 175 Cu.m Sand (washed) 13 330 Cu.m Gravel (1 1/2"ø) 14 935 Lngth 12mm Ø X 6.00m Def. Bar 15 370 Lngth 16mm Ø X 9.00m Def. Bar 16 76 Lngth 20mm Ø X 9.00m Def. Bar 17 76 Lngth 20mm Ø X 6.00m Def. Bar 18 76 Lngth 10mm Ø X 6.00m Def. Bar 19 113 Pcs. Hacksaw Blade (18t) Heavy Duty 20 250 Kls. # 16 G.i Tie Wire 21 80 Lngth Channel, 6.50mm Thk X 75mm X 150mm X 6.00m (82.kg) 22 68 Lngth Channel, 5.00mm Thk X 50mm X 100mm X 6.00m (40.kg) 23 68 Lngth Channel, 5.00mm Thk X 40mm X 75mm X 6.00mm (30.20.kg) 24 9 Shts. Steel Plate, 8.00 Mm Thk X 1.20m X 2.40m 25 38 Shts. Steel Checkered Plate, 3.00 Mm Thk X 1.20m X 2.40m 26 1 Sht. Steel Plate, 25.00 Mm Thk X 1.20m X 2.40m 27 42 Lngth Angle Bar, 6.00mm Thk X 50mm X 50mm X 6.00m 28 40 Lngth Plain Round Bar, 11mm Ø X 6.00m 29 100 Lngth G.i Pipe, 50mmø X 6.00m, Sch.40 30 190 Lngth G.i Pipe, 37.5mmø X 6.00m, Sch.40 31 35 Boxes Welding Electrodes, 1/8"ø, E6013 32 80 Gal Epoxy Primer 33 28 Gal Epoxy Reducer 34 28 Gal. Rust Converter 35 35 Pcs. Paint Brush, 2" 36 35 Pcs. Paint Brush, 3" 37 240 Pcs. Grinding Wheel 4"ø (good Quality) 38 100 Mtrs. Welding Cable, #2 39 8 Pcs. Electrodes Holder Hd, 300a 40 8 Tank Oxygen Ind. H Size (content Only) 41 4 Tank Acytylene Ind. H Size (content Only) 42 8 Pcs. Masonry Cutting Wheel, 4" Ø Dry 43 80 Pcs. Anchor Bolt High M30 Bs4395, 30mmø X 40mm Lngth 44 20 Pcs. Turn Buckle, 12mmø 45 11 Bags G.i H-frame Scaffolding W/ Cross Bracing Set (sch.20) 1.70m X 1.80m X 1.25mm 46 50 Lngth 32mmø X 6.00m G.i Pipe Sch.40 (good Quality) 47 5 Pcs. 37.50 Mmø X 37.50mmø Swivel Clamp 48 5 Pcs. 37.50 Mmø X 37.50mmø Fixed Clamp The Approved Budget For The Contract Is To Be Taken From 20% Edf 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On February 18, 2025, 2:00 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On March 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 2:00 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera, Lpt Sao /oic-cbo Chair, Bids And Awards Committee
Closing Date4 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Description: Contact Information|4|n743.49|wvn|7176052147|benjamin.t.spangler.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| markings Level I/subsafe/dss-soc/triper|5|||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|n/a|n/a|n39040 - Certifications |n/a |n/a|see Dd Form 1423 |port_ptnh_wawf_notification@navy.mil Benjamin.t.spangler.civ@us.navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| warranty Of Data--basic (mar 2014)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. Portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference Ton00102 Within This Order Should Be Updated To N50286. 3. The Following Proposed Delivery Schedule Applies: submission Of Certification Data Cdrls Will Be On Or Before 20 Days Prior To Scheduled Delivery. Pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt Of Certification Dd 1423 Cdrls. Final Delivery Of Material Will Be On Or Before 365 Days After Effective Date Of The Resulting Contract. 4. Any Contract Awarded As A Result Of This Solicitation Will Be "dx" Rated Order; "dx" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). 5. Navsup Wss Mechanicsburg Will Be Considering Past Performance In The Evaluation Of Offers In Accordance With Far 13.106(a)(2) And Dfars 252.213-7000. 6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page On Contracts Opportunities On The Government's Beta.sam Website. After Requesting Access, Send An Email To The Primary Poc Listed On The Solicitation. 7. This Item Requires Oxygen Cleaning And Requires Navy Sourcecertification Prior To O2 Cleaning. 8. This Order Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=eb-4147 |96169| B|sp |d|0001 | B|49998|9999999 drawing Data=2641-405-01 |96169| C| |d|0001 | C|49998|0571410 drawing Data=2641-405-01 |96169| C| |d|0002 | C|49998|0306486 drawing Data=2641-405-01c1 |96169| B|er |d|0001 | B|49998|1557359 drawing Data=2641-405-01c2 |96169| A|er |d|0001 | A|49998|1959053 drawing Data=2641-405-01c3 |96169| A|er |d|0001 | A|49998|0054956 drawing Data=2641-405-01c3 |96169| A|er |d|0001.1 | A|49998|0013248 drawing Data=2641-405-01c3 |96169| A|er |d|0002 | A|49998|0115326 drawing Data=2641-405-01c4 |96169| B|er |d|0001 | B|49998|1906271 drawing Data=2641-809-40e3 |96169| A|er |d|0001 | A|49998|3900338 drawing Data=2641-809-40f1 |53711| A|er |d|0001 | A|49998|0482072 drawing Data=2641-809-40f2 |53711| A|er |d|0001 | A|49998|1032221 drawing Data=2641-809-40f3 |53711| A|er |d|0001 | A|49998|1105420 drawing Data=2641-809-40f4 |53711| A|er |d|0001 | A|49998|0355813 drawing Data=2641-809-40f6 |53711| A|er |d|0001 | A|49998|0361360 drawing Data=7108936 |53711| F| |d|0001 | F|49998|0807371 drawing Data=7108936 |53711| F| |d|0002 | F|49998|0292564 drawing Data=7108936 |53711| F| |d|0003 | F|49998|0173351 drawing Data=7108936 |53711| F| |d|0004 | F|49998|0213107 drawing Data=7108936 |53711| F| |d|0005 | F|49998|0408672 drawing Data=7108936 |53711| F| |d|0006 | F|49998|0266144 drawing Data=7108936 |53711| F| |d|0007 | F|49998|0272454 drawing Data=7108936 |53711| F| |d|0008 | F|49998|0376438 drawing Data=7108936 |53711| F| |d|0009 | F|49998|0402428 drawing Data=7108936 |53711| F| |d|0010 | F|49998|0407398 drawing Data=7108936 |53711| F| |d|0011 | F|49998|0201710 drawing Data=7108936 |53711| F| |d|0012 | F|49998|0373272 drawing Data=7108936 |53711| F| |d|0013 | F|49998|0196952 drawing Data=7108936 |53711| F| |d|0014 | F|49998|0219783 drawing Data=7108936 |53711| F| |d|0015 | F|49998|0465991 drawing Data=7108936 |53711| F| |d|0016 | F|49998|0255117 drawing Data=7108936 |53711| F| |d|0017 | F|49998|0419296 drawing Data=7108936 |53711| F| |d|0018 | F|49998|0425311 drawing Data=7284884 |53711| F| |d|0001 | F|49998|0125575 drawing Data=7284884 |53711| F| |d|0002 | F|49998|0133395 drawing Data=7284886 |53711| E| |d|0001 | E|49998|1587181 drawing Data=8544033 |53711| G| |d|0001 | G|49998|1215409 document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=astm-b150 | | | |190401|a| | | document Ref Data=astm-a240 | | | |240501|a| | | document Ref Data=astm-a262 | | | |150901|a| | | document Ref Data=qq-n-286 | | |g |001207|a| | | document Ref Data=astm-a351 | | | |240501|a| | | document Ref Data=astm-a574 | | | |211201|a| | | document Ref Data=astm-f606 | | | |191115|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-dtl-1222 | | |j |001208|a| | | document Ref Data=mil-std-1330 | | |e |220516|a| | | document Ref Data=mil-std-2132 | | |d |080310|f| |01| document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=mil-dtl-15024 | | |g |180303|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-dtl-18240 | | |f |000313|a|1 | | document Ref Data=qpl 18240 | | |qpd|201208|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=sae Ams-qq-s-763 | | |d |150301|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=0900-lp-001-7000 | | | |810101|c| |01| document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.1 ;the 1/4-inch, 4500 Psi, Socket Weld Ball Valve Must Be In Accordance With Electric Boat Drawing 2641-405-01, Assembly Iazby And All Engineering Referrals Provided With This Contract/purchase Order, Except As Amplified Or Modified Herein.; 3.2 Oxygen Cleaning - This Material Must Be Cleaned, Tested, Packaged & Labeled By Trained Personnel And Procedures In Accordance With Mil-std-1330, General. 3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;body, Item 1 On Drawing 7284886; material - ;astm-a351, Grade Cf3m; part - ;bonnet Cap, Item 15 On Drawing 8544033; material - ;sae Ams-qq-s-763, Class 304, Condition A Or Astm-a240, Type 304; part - ;stem, Item 11 On Drawing 8544033; material - ;astm-b150, Alloy C63200, Temper Tq50; part - ;self-locking Socket Head Cap Screw, Item 125 On Drawing 2641-405-01; material - ;mil-dtl-1222 Ty Ii, Qq-n-286, Annealed And Age Hardened, Self-locking Element In Accordance With Mil-dtl-18240; part - ;ball (q3), Item 2 On Drawing 8544033; material - ;sae Ams-qq-s-763, Class 304, Condition A; part - ;seats (q3), Piece 43 On Drawing 7284884; material - Torlon 4503, 4203, Or 4203l (unfilled Polyamide-imide) Per Electric Boat Specification 4147. (certificate Of Compliance Only Is Required) 3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As listed Below. test - Pressure Tests item - Each Assembly performance - ;general Note 6 On Drawing 2641-405-01 (note 6.a For A Minimum Of 5 Minutes, Note 6.b For A Minimum Of 1 Minute, Note 6.c For A Minimum Of 3 Minutes); acceptance - ;general Note 6 On Drawing 2641-405-01; test - ;liquid Penetrant Inspection; item - ;self-locking Socket Head Cap Screw, Item 125 On Drawing 2641-405-01; performance - T9074-as-gib-010/271; Sampling Must Be Per Mil-dtl-1222 acceptance - Mil-dtl-1222 attribute - Annealing And Age Hardening item - ;self-locking Socket Head Cap Screw, Item 125 On Drawing 2641-405-01; performance - Qq-n-286 test - Intergranular Corrosion Test (only For Sae-ams-qq-s-763, Classes 304-condition A, 304l, 316-condition A, 316l, 317-condition A, 321 And 347 Material. Test Must Be Performed Prior To Fabrication/machining) item - ;bonnet Cap, Item 15 On Drawing 8544033 And Ball, Item 2 On Drawing 8544033; performance - Sae-ams-qq-s-763 acceptance - Sae-ams-qq-s-763 test - Intergranular Corrosion Testing item - ;bonnet Cap, Item 15 On Drawing 8544033 (when Manufactured From Astm-a240 Material); performance - Astm-a262, Practice E acceptance - Astm-a262 test - Ultrasonic Inspection On Starting Material item - ;all Items Requiring Certification Made From Qq-n-286 With A Diameter Or Minimum Distance Between Parallel Surfaces Of 4 Inches Or Greater Of The Starting Material, Or When Required By A Drawing Or Specification Invoked Elsewhere In This Contract; performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286 acceptance - Qq-n-286 test - Non-destructive Tests item - ;weld Repair And/or Production Weld (as Applicable); performance - Per Applicable Fabrication Specification acceptance - Per Applicable Fabrication Specification 3.5 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes. 3.6 Chemours Company (formerly Dupont) Teflon Coating 850g-204 And 852g-201. Use Of Chemours Company (formerly Dupont) Teflon Coating 851n-204 And 852n-201 Is Acceptable Until Exhausted - Teflon Coating Of Ball(s) Must Be In Accordance With General Note ;6; Of drawing ;845-8544033; . 3.6.1 Naval Ordnance Systems Command Od 10362 First Revision Dated 15 Aug 1961 Is Provided By Contract Support Library Reference Number Csd018 In Ecds At Https://register.nslc.navy.mil/ 3.6.2 Csd099 Provides Guidance For Acceptance/rejection Of Teflon-coated Valve Balls After Valve Assembly Production Testing. 3.7 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd099; In Ecds At Https://register.nslc.navy.mil/ 3.8 Ball Spherical Surface Waviness - Unless Otherwise Specified On Drawing, All Sealing Area Surfaces Must Have A Spherical Surface Waviness Which Does Not Exceed 0.0005 Inches Of Height Per Inch Of Spherical Surface. Roughness And Waviness Ratings Must apply In A Direction Which Yields The Maximum Rating, Normally Perpendicular To The Lay. 3.9 ;surface Waviness Must Be Verified Prior To Teflon Coating.; 3.10 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On the Drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension. 3.11 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General acceptance Criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.12 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286. 3.12.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286. 3.12.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be cut Or Ground Only. 3.13 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must be Performed On A Full Size Fastener.) 3.13.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222. 3.13.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order. 3.14 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.14.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.14.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.14.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.15 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.16 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.17 Wedge Tensile Test Specimens (headed Fasteners) - A Wedge Tensile Test Must Be Conducted On A Full Size Fastener For Each Production Lot And Reported Aspart Of The Mechanical Properties. The Required Specimens For The Wedge Tensile Test Must Be Separate fasteners From Those Required For The Yield Test. 3.17.1 Testing For Socket Head Cap Screws Must Be In Accordance Mil-dtl-1222, Paragraphs 4.5.2.3 And 4.5.2.3.1. 3.17.2 Testing For All Other Headed Fasteners With A Nominal Diameter Greater Than 1/4-inch Must Be In Accordance With Astm-f606 For Grades 5, 8, B7, And B16.for All Other Grades, The Following Wedge Angles Must Be Used. a. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Of 1/4-inch Through 1-inch (inclusive) Must Be Tested With A Ten Degree Wedge. b. Except As Specified In Item C Below, Fasteners With A Nominal Diameter Over 1-inch Must Be Tested With A Six Degree Wedge. c. Fasteners That Are Of Grades 8, B7, B16, 410, 416, 416se, 431, And 630 And Are Threaded Within One Diameter To The Underside Of The Head Must Be Tested As Follows: sizes 1/4 Inch Through 3/4 Inch (inclusive) Use A Six Degree Wedgesizes Over 3/4 Inch Use A Four Degree Wedge d. Fasteners Which Have Passed Testing With Wedge Angles Greater Than Those Specified Should Be Considered Acceptable. 3.17.3 For Fasteners Having A Length Less Than The Minimum Specified In Table 1 Of Astm-f606, One "test Specimen Fastener" Must Be Manufactured From Each Lot Of Fasteners And Tested To Represent That Lot. The Length Of These Test Specimen Fasteners Must Meet the Minimum Specified In Table 1 Of Astm-f606 But Must Not Exceed It By More Than 1/4 Inch. Test Specimen Fasteners Must Be The Same Type, Style, And Diameter As The Production Lot And Must Be Manufactured From The Same Starting Material, Using The Same manufacturing Techniques As The Production Lot, And Must Be Heat Treated (if Required) Along With The Production Lot. 3.18 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222. 3.18.1 In Order To Qualify For "alternate Mechanical Testing" Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Utilize The Mechanical Properties For The Starting Bar Stock In Lieu Of Performing Yield Strength Or Proof Stress Testing On Finished Fasteners, All Of the Subsequent Provisions Found In Mil-dtl-1222j Paragraphs 4.5.2.7 A Through E Must Be Met. If Any Single Provision Is Not Met, All Required Mechanical Testing Must Be Performed On The Finished Full Sized Fasteners. These Provisions Are Explained As Follows: a. Proper Product Lot Control And Traceability Must Be In Place. b. No Heat Treatment (including Hot Heading And Hot Forming), Cold Forming, Drawing, Rolling And Thread Rolling May Be Performed On The Starting Bar, Fastener Blanks Or Finished Fasteners After The Completion Of The Mechanical Testing On The Starting Bar. c. And D. The Proper Size Starting Bar Must Be Selected To Ensure Mechanical Properties Of Finished Fasteners Are Represented By The Mechanical Properties Of The Starting Bar. e. The Mandatory Testing, Axial Tensile (studs) And Wedge Tensile (screws And Bolts) Must Be Performed On Full Sized Fasteners. Note That There Is A Typographical Error In Paragraph 4.5.2.7 And That The Axial Load Test Is A Mandatory Test That Must Be performed On Studs As Required In Paragraph 4.5.2.7.e. 3.18.2 Thread Rolling Is A Cold Working Process And Is Not Considered To Be A Machining Or Grinding Operation. Therefore, Fasteners Which Have Rolled Threads Do Not Satisfy The Provisions Of Mil-dtl-1222j Paragraph 4.5.2.7.b And Are Not Eligible For The "alternate Mechanical Testing" Provision. 3.18.3 Thread Rolling Alone Is Not A Sufficient Cold Working Process To Qualify A Fastener To Be In The Cold Worked (cw) Condition. This Condition Is Only Applicable To Some 300 Series Stainless Steel Studs, Screws And Nuts. These Cw Condition Fasteners must Be Manufactured From Cold Worked Bar Stock Or Be Cold Headed In Order To Qualify. The Threads May Subsequently Be Rolled, Machined Or Ground. Testing Of The Finished Fasteners And/or Reporting Of The Starting Bar Stock Material Properties Is Subject To the Same Provisions Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Discussed Above. 3.19 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid T887306281; ) Must Be Added. When No Plate Is Specified, An identification Plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached. 3.20 ;plastic Color Coding Of Valve Handle Is Not Required.; 3.21 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Procedures And Qualification data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.22 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.22.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.22.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.22.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.23 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.24 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.24.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. 3.25 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.26 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer. 3.27 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds When The Conditions Of Section 4.2.1.1 Of S9074-ar-gib-010a/278 Are Met. 3.27.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair). 3.27.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted, citing The Drawing Number And Pieces To Be Welded. (i.e. ''wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc'.' Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz'') 3.27.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And the Contract. 3.27.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.27.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.27.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted as Part Of The Qualification Data. 3.27.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.27.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.27.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval. 3.27.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf. 3.27.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified Thateach Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.27.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor,the Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor. 3.28 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.28.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.28.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.28.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.28.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.28.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.29 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved And rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.29.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices and For Verification Of Their Accuracy And Condition. 3.29.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.30 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.31 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.31.1 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.31.2 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.31.3 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must be Established. Records Of This Effort Must Be Available For Review By The Government. 3.31.4 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.32 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.32.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.32.2 Inspection For Completeness And Proper Type. 3.32.3 Verification Of Material Quality Received. 3.32.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.32.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.32.6 Identification And Protection From Improper Use Or Disposition. 3.32.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.32.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.32.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.33 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.33.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That implement The Material Control Requirements Stated Herein. 3.34 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, As Applicable, Which Must Also Be Marked On The material. This Traceability Marking On The Material Must Provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples must Be Taken No Less Than Once In Every Eight Hours Of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The finished Component. 3.34.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.34.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.34.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;marking Area To Be As Shown On Drawing. Ball Must Be Marked In The Airway And Seats To Be Marked On The Outer Cylindrical Surface.; 3.34.4 Seat Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats. seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification. 3.34.5 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Item Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.35 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply: 3.35.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As applicable, Of The Material Supplied. 3.35.2 Non-metallic Material - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The Class, Form, Grade, Type, Process, And/or composition, As Applicable, Of The Material Supplied. 3.35.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical composition Or Mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A process Is Used During Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The altered Material Must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties are Altered, The Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below. traceability Marking________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number _______________ And Heat Treat Number ______________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.35.4 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.35.5 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.35.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.36 Material Handling - The Written Material Control Process Must Include The Following: 3.36.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.36.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.36.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.36.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Must Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Must Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.36.5 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.36.6 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.37 Receiving Inspection 3.37.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.37.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.38 Discrepancy Reporting 3.38.1 Nonconforming Products Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To The Responsible Sub-tier supplier In Accordance With Established Procedures. Nonconforming Material Records Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.39 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.39.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.39.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.39.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Must Be 100% Inspected. The Certification test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.39.4 All Material Requiring Traceability Must Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.39.5 Sampling For Certification Of Non-metallic Material Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch. 3.40 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of Mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, and 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To Coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The application Of Protective Compounds. 3.40.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings. 3.41 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Requi
Closing Date27 Mar 2025
Tender AmountRefer Documents 
5471-5480 of 5550 archived Tenders