Oxygen Tenders
City Of Antipolo Tender
Laboratory Equipment and Services...+1Healthcare and Medicine
Philippines
Closing Date27 Mar 2025
Tender AmountPHP 675.7 K (USD 11.8 K)
Details: Description Preventive Maintenance And Calibration Of Various Hospital Medical Equipment 4 Unit Microscope Olympus, Model: Cx33rtfs2, Serial Nos. 7k44208, 7k44080 Olympus, Model: Cx43rf, Serial No. 9f42930, 9f42931 1 Unit Clinical Centrifuge Boeco Model: C-28a, Serial No. 0001828-05 1 Unit Hematocrit Centrifuge Boeco Model: H240, Serial No. 0002197-02-00 1 Unit Serological Centrifuge Model: Nf-200, Serial No. 0417437 1 Unit Agglutination Viewer Presvac Model: Ag-gerber, Serial No. 29641 1 Unit Blood Bank Refrigerator Panasonic, Model: Mbr-305gr, Serial No. 17070024 1 Unit Water Bath Dragonlab, Model: Dwb20-s, Serial No. 1 Unit Hot Air Oven Digisystem, Model: Acuson300pe, Serial No. H05-18100208 1 Unit Refrigerator Inverter Samsung, Serial No. 001r4nak601101 3 Unit Weighing Scale, Adult Detecto 2 Unit Weighing Scale, Pedia Detecto 1 Unit Weighing Scale, Newborn Detecto 1 Unit Weighing Scale, Newborn Detecto, Model: Mvia, Serial No. E04820-0152 6 Unit Cardiac Monitor Infinium, Model: Omni Ii, Serial No. Ai7071100929 Mindray, Model: Umec10, Serial No. Kn280133075 Bistos, Model: Bt-770, Serial No. D6j70043 Mindray, Model: Benefusion, Serial No. Ez-10131051 Mindray, Model: Umec10, Serial No. Kn-78013316 Unicare, Model: F8, Serial No. 510u7962302 3 Unit Defibrillator Mindray, Model: Umec10, Serial No. Ez83003597 Bexen Cardio Philips, Serial No. Cn32637732 1 Unit Anesthesia Machine Penlon, Prima 460, Serial No. 4600618-0011 6 Unit Suction Machine Cami, Model: Hospivac 400, Serial No. 10645 Cami, Model: Hospivac 400, Serial No. 10630 Gomco, Serial No. Nmpsc306020180618005 Gomco, Serial Nos. 180618008, 180618006, 180618003 2 Unit Or Table Acomed, At6600s, Serial No. 121703907 Acomed, At6600s, 2 Unit Vital Signs Monitor Edan, M3a, Serial No. 360125-m18310190005-01 Edan, M3a, Serial No. 360125-m18310190004-01 1 Unit Fetal Monitor Bistos, Bt-350, Serial No. Acj90012 4 Unit Infant Incubator Shvabe, Model: Idn-03uomz, Serial No. 2145 Drager, Serial No. Bv38222 Bistos, Model: Bt-500, Serial No. Fal-30014 Drager, Model: Isolette C2000, Serial No. Bv38221 3 Unit Infant Warmer Ningbo David, Model: Hkn-93, Serial No .a23bzze04005 Ningbo David, Model: Hkn-93, Serial No. A23bzze04003 Bistos, Model: Bt-550, Serial No. Jcl20013 2 Unit Delivery Room Light Steris, Model: Xld3dw-a, Serial No. 71970, 71971 2 Unit Or Light Trumpf, Model: Trulight3500 Serial No. 102942812, 102942813 4 Unit Ecg Btl, Model: Btl-08mt Plus, Serial No. 073p0b009372 Btl, Model: Btl-08mt Plus, Serial No. 073p0b011334 Edan, Model: Se-301, Serial Nos. 360625-m30202350004, 360625-m2030235003 14 Unit Infusion Pump Mindray, Benefusion Vp1, Serial Nos. Sk91207067t, Sk91207101t, Sk91207094t Sk91207040t, Sk91207047t Terumo, Model: Terufusion Te-lf600 Serial No. 1905010025, 1905010050, 190501004 1905010028, 1905010044, 1905010036, 1905010048 1905010005,1905010032 3 Unit Ultrasound Siemens, Model: Acuson300pe, Serial No. (21)352178 Philips, Model: Clearvue650, Serial Nos. Sz620a0241 Philips, Model: Clearvue650, Serial Nos. Sz620a0243 2 Unit Anesthesia Machine Siriusmed, Model: X45, Serial No.14501810002 Spacelabs, Model: Bleasefocus, Serial No.focu-103803 1 Unit Cautery Machine Zerone, Zeus-400, Serial No. A03cnaq2289 1 Unit Autoclave Biobase, Model:bkq-h500 2 Unit Ventilator Mindray, Synovent E3, Serial No. Eea11033434 Tecme, Serial No. 170840111081a1v 1 Unit Portable X-ray Jumong Mobile Model: Dr Kd-m200 Serial No. Sgjmoky342011080 6 Unit Oxygen Concentrator Philips Respironics Serial Nos. 2052462, 2043610, 2043931 Philips Respironics Serial Nos. 2043669, 2052215, 2052214 2 Unit Bipap Machine Philips, Model: Respironics St30 Serial Nos. J27506885ab2b, J27506770358a 1 Unit Traction Unit Traction Bed Zmi, Z-7561 Serial No. 20386 1 Unit Radial Shockwave Remedial Salus Rswt, Serial No. 2009004 1 Unit Hydrocollator With Hotpacks Good Pl 1 Unit Eliptical Exercise Machine Fuel Fitness, Serial No. Tt140206-013 1 Unit Recumbent Bike Fuel Fitness, Serial No. 13022616-10-t2 Scope Of Work: 1. Calibration Of The Unit. 2. Preventive Maintenance Of The Unit. 3. General Cleaning Of The Unit.
Mariano Marcos Memorial Hospital And Medical Center Tender
Healthcare and Medicine
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 14 Million (USD 247.4 K)
Details: Description Invitation To Bid For The Supply, Delivery, Installation, Testing And Commissioning Of Various Hospital Equipment 1. The Mariano Marcos Memorial Hospital And Medical Center, Through The 2025 General Appropriation Act Intends To Apply The Sum Of ₱ 14,064,000.00 Being The Abc To Payments Under The Contract For Supply, Delivery, Installation, Testing And Commissioning Of Various Hospital Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Code Quantity Item/description Approved Budget For The Contract Price Of Bid Documents Ent 5 1 Unit Behavioral Hearing Testing Including Visual Reinforcement Audiometry (vra) 3,000,000.00 5,000.00 Lab 4 1 Unit Oxygen (o2) Incubator 450,000.00 500.00 Dnt 1 1 Unit Dental Unit And Chair 500,000.00 500.00 Rt 2 1 Unit High Frequency Chest Wall Oscillation System (vest) 749,000.00 1,000.00 Cc 1 2 Units Defibrillator 1,100,000.00 5,000.00 Ro 1 1 Set Anesthesia Machine With Ventilator And Integrated Cardiac Monitors (pulse Oximeter, Ecg, Rr, Temp, Nibp And Ibp) 4,000,000.00 5,000.00 Ro 2 1 Unit Autoclave (75l) Table Top 600,000.00 1,000.00 Ro 3 1 Unit Infusion Pump 500,000.00 500.00 Ro 4 2 Units Mayo Table, Manual Adjustable 160,000.00 500.00 Ro 5 1 Unit Suction Machine, Portable 55,000.00 500.00 Ro 6 1 Unit Syringe Pump 150,000.00 500.00 Ro 7 2 Units Transport Stretcher With O2 Tank Holder And Iv Pole 700,000.00 1,000.00 Cl 1 1 Unit Cautery Machine 1,200,000.00 5,000.00 Cl 2 3 Units Target Controlled Infusion (tci) Syringe Pump Infusion 900,000.00 1,000.00 2. The Mariano Marcos Memorial Hospital And Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 60 Calendar Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole 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 Mariano Marcos Memorial Hospital And Medical Center And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 – February 10, 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Mariano Marcos Memorial Hospital And Medical Center Will Conduct A Pre-bid Conference On January 27, 2025, At 9:30 A.m. It Will Be Accessible Via Videoconferencing Through Cisco Webex, With The Following Meeting Details. The Conference Will Be Open To Prospective Bidders. Meeting Number: 2511 153 1040 Meeting Password: Bac01272025 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 10, 2025, 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 February 10, 2025, 9:30 A.m. At The Function Hall, 5th Floor Surgical Annex Building Of Mariano Marcos Memorial Hospital And Medical Center And/or Via Cisco Webex. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Mariano Marcos Memorial Hospital And Medical Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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: Kristine Angelie A. Almazan, Mba Administrative Officer Iii Oic Head, Procurement Section Mariano Marcos Memorial Hospital And Medical Center Brgy. 6 San Julian, City Of Batac, Ilocos Norte Contact Nos: (077) 600 8000 Local 2105 E-mail Address: Mmmhmcpcmcommunications@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Mmmhmc And Philgeps Website January 16, 2025 Elyzel B. Puguon, Md, Dpsbnm, Ccd Bac Chairperson
TACURONG NATIONAL HIGH SCHOOL Tender
Healthcare and Medicine
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 79.8 K (USD 1.4 K)
Details: Description Republic Of The Philippines Department Of Education Region Xii City Schools Division Of Tacurong Tacurong National High School New Isabela, Tacurong City School Id No. 304624 Request For Quotation Date: January 23, 2025 Quotation No. 005-2025 Mode Of Proc: Small Value Procurement To: All Eligible Suppliers: 1. Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq, And Submit Or Send Your Quotation/s Duly Signed By Your Authorized Representative In A Sealed Envelope With Quotation No. Outside The Envelope Not Later Than January 28, 2025 At 9:00 Am To The Bac Office, Tacurong National High School, Prk. Sampaguita, Brgy. New Isabela, Tacurong City. Opening Of Quotation Will Follow After The Deadline. Quotation That Exceeds The Approved Budget For The Contract (abc) Shall Be Rejected. Prospective Suppliers Shall Be Responsible To Verify The Items Described Below From The Bac Office Of This School With Email Address Tnhsps2021@gmail.com. Marissa D. Uy Master Teacher Ii Bac Chairperson Item No. Item Description Qty Unit Unit Price Total Price 1. Salbutamol Nebule Box 2. Budesonide Nebule Box 3. Paracetamol 500mg/tab (generic) Box 4. Mefenamic Acid 500mg/tab Box 5. Lagundi Tablet Box 6. Ceterizine Tablet Box 7. Paracetamol + Phenylpropanolamine Hcl + Chlrophenamine Maleate Tablet Box 8. Omeprazole 20mg/tab Box 9. Montelukast + Levoceterizie 5/10 Mg/tab Box 10. Buscopan Tablet Box 11. Loperamide Tablet Box 12. Sodium Bicarbonate Tablet Bot 13. Betahistine 8mg/tab Box 14. Cinnarizine Tablet Box 15. Aluminum Magnesium Tablet Box 16. White Flower / Spirit Of Ammonia Bot 17. Calmoseptin Ointment Sachet 18. Big Oxygen Tank 15 Lbs Refill Tank 19. Large Size Brown Bag Pc 20. Glucometer Strips Bot 21. Alcohol 70% Gal 22. Distilled Water Gal 23. Working Gloves Large Box 24. Bp Apparatus With Stetoscope Pc 25. Face Mask Box 26. Toilet Bowl Cleaner Pc 27. Laundry Powder Soap Bot 28. Lysol Disinfecting Spray 510g Bot 29. Roll Tissue (12pc/pack) Pack 30. Diswashing Soap Pc 31. Liquid Disinfectant Gal 32. Battery 3a Pack 33. Battery 2a Pack 34. Big Plastic Container Pc Total: Delivery Period: Within 7 Days This Is To Submit Quotations As Indicated Above Subject To The Terms And Conditions Of This Rfq. Supplier’s Name: Tin: Address: Telephone No.: Fax No. Supplier’s Authorized Representative: _______________________________________ Signature Over Printed Name Date: 1. Quotations And Other Requirements Stated Below Shall Be Submitted To The Bids And Awards Committee (bac) At Tacurong National High School, Prk. Sampaguita, Brgy. New Isabela, Tacurong City Not Later Than January 28, 2025 At 9:00 Am. 2. Supplier Shall Submit The Duly Signed Request For Quotation. Prices Shall Be Quoted In Philippine Peso. 3. The Following Documentary Requirements Shall Be Submitted Together With The Quotation(s): A.) Valid Business Permit; B.) Philgeps Registration Certificate (photocopy); C.) Dti/sec Registration. Failure Of The Bidder To Submit Said Documents Shall Be Ground For Disqualification. B. Evaluation Of Quotations Quotations Shall Be Compared And Evaluated On The Basis Of The Following Criteria: 1. Completeness Of Submission Per Item. 2. Total Price Quotation 3. Completeness Of Submission Of Documentary Requirements. Evaluation Of Quotations Shall Be On The Total Amount Of The Prices Of All The Items. Quotation That Lacks One Or More Item Shall Be Rejected. C. Award Purchase Order Shall Be Awarded To The Bidder Who Submitted The Lowest Calculated And Responsive Quotation After Evaluation Of The Bac. D. Delivery 1. Delivery Services Shall Be Made Within 7 Days 2. Delivery Services Shall Be Delivered To Tacurong National High School, Prk. Sampaguita, Brgy. New Isabela, Tacurong City, The Cost To The Account Of Supplier. E. Instructions 1. Supplier Shall Deliver The Goods Within The Prescribed Period. Failure Of The Supplier To Comply With This Provision Shall Be A Ground For Cancellation Of The Award Or Purchase Order To The Supplier. 2. The Supplier Shall Pick-up The Purchase Order Issued In Its Favour Within Three 3) Calendar Days From The Date Of Receipt Of Notice From The Procuring Entity. An Email Or Private Message Shall Constitute An Official Notice To The Supplier. 3. After Which, The Purchase Order May Be Cancelled If The Purchase Order Remains Unclaimed Within The Prescribed Period. 4. Rejected Deliveries Shall Be Construed As Non-delivery, And Shall Be Replaced By The Supplier Subject To Liquidated Damages For Delayed Deliveries. F. Liquidated Damages A Penalty Of One-tenth Of One Percent (0.001) Of The Total Value Of The Undelivered Goods Shall Be Charged As Liquidated Damages For Every Day Of Delay Of The Purchased Goods. G. Payment One Hundred Percent (100%) Of The Contract Price Shall Be Paid To The Supplier After Acceptance Of The Goods And Upon Submission Of The Required Documents. H. Reservation Clause The Procuring Entity Reserves The Right To Reject Any And All Quotations, Not Award The Purchase Order Or Annul The Bidding Process Without Thereby Incurring Any Liability To The Affected Parties. After Having Carefully Read And Accepted Your Request For Quotation And Its Terms And Conditions, I/we Submit Herein Price Quotation(s) For The Item(s) In This Rfq. ___________________________________ Supplier’s Authorized Representative (signature Over Printed Name)
BATANGAS STATE UNIVERSITY ALANGILAN Tender
Machinery and Tools
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 63.7 K (USD 1.1 K)
Details: Description Republic Of The Philippines Batangas State University Alangilan, Batangas City Request For Quotation "procurement Of Other Supplies For Research Project Sagip" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Other Supplies For Research Project Sagip" With An Approved Budget For The Contract (abc) Sixty-three Thousand Seven Hundred Twenty-four Pesos And Seventy-eight Centavos Only (php 63,724.78). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1. 1 Kilogram 6013 Welding Rod Hji 6013 2. 3 Piece Abs Pvc Junction Box Dimension: 200 X 155 X 80 Mm Ip: 65 Water Proof Material Properties 3. 3 Piece Arduino Mkr 1010 Speed: 48 Mhz Digital I/o: 22 Wireless Connectivity: Wifi, Lo-ra Pwm Pins: 12 Analog I/o: 8 4. 3 Piece Bi Slip On Flange Size: 1-inch Internal Diameter 15 Cm External Diameter 1 Cm Thickness Stainless Steel 304 5. 3 Piece Carbon Monoxide Sensor Mics-5524 Carbon Monoxide Co2 Hydrogen H2 Methane Ch4 Air Quality Monitoring Gas Sensor Module Mics5524 6. 3 Piece Cutting Disc 4 Inch 7. 3 Piece Dc Voltage Regulator Xh-m404 Dc 4-38v 8a Voltage Regulator Module Digital Pwm Adjustabl Dc-dc Step Down Voltage Regulator Xl4016e1 8. 3 Piece Electrical Tape 3m 9. 3 Piece Galvanized Steel Pipe Size: 1 Inch X 1.2 X 20 Ft Thickness: 1.0mm Density: 7850 Kg/cm3 Ultimate Tensile Strength: 400 Mpa Yield Tensile Strength: 300 Mpa Young Modulus: 2010 Gpa Melting Point: 1,260°c 10. 3 Piece Grinding Disc 4 Inch 11. 3 Piece Lcd Display 4.3 Inch Esp32-s3 Hmi 8m Psram 16m Flash 480*270 Rgb Lcd Tft Module For Arduino Lvgl Wifi Bluetooth Smart Display Touch Screen 12. 3 Piece Nitrogen Oxide Sensor -4541 Mics-4514 Carbon Monoxide Nitrogen Oxygen Sensor Co/no2/h2/nh3/ch4 13. 3 Piece Pcb Board Pcb Prototyping Universal Board Fiberglass Plate 14. 3 Piece Rechargeable Battery Lifepo4 Cylindrical Battery Model Number 3.2v 20ah Weight 380g Charging Ratio 1c Discharge Rate 1c Model Ev C40 20ah 3.2v Lifepo4 Cell Voltage 3.2v Capacity 20ah Weight 0.38kg Cycle Life 6000 Cycles Usage Storage System Shape Cylinder Storage Type -25c To 40c Anode Material Lfp 15. 3 Meter Soldering Lead Soldering Lead 280g 1.0mm 16. 3 Piece Spray Paint Bosny Silver 17. 8 Piece Stainless Steel Bolts And Nuts Size: M10 X 1 Inch Tensile Strength: 700n/mm2 Yield Strength: 450n/mm2 18. 20 Meter Stranded Jumper Cable Wires #24 Copper 19. 3 Piece Sulfur Dioxide Sensor Sensor Type: Mos Figaro Typical Detection Range: 400-2000 Ppm 20. 3 Piece Voc Sensor Sensor Manufacture: Ams Sensor Model: Ccs811 Module Model: Cjmcu-811 Supply Voltage: 1.8v – 3.6v Current Consumption During Measurement: 26 Ma (max. 30 Ma In Mode 1) Current Consumption During Sleep: 19 Ua (@1.8v) Work Temperature: -5 Do 50 C 5 Modes Interface: I2c (10 - 400 Khz) Size: 20.1 X 14.7 X 2.7 Mm 21. 3 Piece Wind Direction Sensor Transducer Sensor Wind Direction Robot Detection 22. 3 Piece Wind Speed Sensor 30ms Polycarbon Wind Speed Direction Sensor Weather Station Outdoor 3 Cup Anemometer Sensor Output Rs485 4-20ma 0-5v 0-10v Note: Kindly Indicate The Brand On Your Quotation. Kindly Use The Canvass Form Provided For Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Alangilan Campus, Alangilan, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 03, 2025. E-mail : Procurementquotation.alangilan@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Engr. Nomer M. Sarmiento Head, Procurement Office Alangilan Campus, Alangilan, Batangas City (043) 415-0139 Local 2130
BATANGAS STATE UNIVERSITY ALANGILAN Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date2 Jun 2025
Tender AmountPHP 182.8 K (USD 3.2 K)
Details: Description Republic Of The Philippines Batangas State University Alangilan, Batangas City Request For Quotation "procurement Of Laboratory Supplies And Materials Expenses" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Laboratory Supplies And Materials Expenses" With An Approved Budget For The Contract (abc) One Hundred Eighty-two Thousand Eight Hundred Twenty-five Pesos Only (php 182,825.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description 1 2 Unit Air Blower Rated Input Power: 800w Professional Blower And Dust Extraction 2 25 Piece Arduino Uno Atmega328p Uno R3 Board Atmega328 Arduino Compatible With Cable Dip Type Microcontroller: Atmega328 - Operating Voltage: 5v - Input Voltage (recommended): 7-12v - Input Voltage (limits): 6-20v - Digital I/o Pins: 14 (of Which 6 Provide Pwm Output) - Analog Input Pins: 6 - Dc Current Per I/o Pin: 40 Ma - Dc Current For 3.3v Pin: 50 Ma - Flash Memory:32 Kb (atmega328) Of Which 0.5 Kb Used By The Bootloader - Sram: 2 Kb (atmega328) - Eeprom: 1 Kb (atmega328) - Clock Speed: 16 Mhz 3 2 Roll Auto Electrical Wire #18 Auto Wire Size 18 Circuit Auto Wire (black) #18 100ft Length 4 2 Piece Ball Joint Separator Ball Joint Separator Heavy Duty Scissor Type Splitter Tie Rod End Adjustable Car Ball Joint Separator Puller Extractor Removal Tool For Automotive Steering System Tool 5 2 Piece Casa Grande Comprises: Removable Brass Cup, Adjustable Crank And Cam Mechanism, Blow Counter, And Base. Manually Or Motor Operated. 6 2 Piece Engine Start Power Button Switch 7 2 Unit Filament Dehydrator Storage Box Filament Dehydrator Storage Box With Advanced Ptc Heating Technology Or Higher And Better Features Input Voltage: Us 110v 50/60hz; Gb/uk/eur 220v 50/60hz Rated Power: 160w Temperature Control Range: 45 C-70°c Heating Duration: 0-48h Filament Diameter: 1.75mm/2.85mm Net Weight: 1900g Package Size: 343x226x300mm/13.5x8.8x11.8in 8 15 Piece Hacksaw Blade (all Hard Blade) 18 Tpi 9 3 Piece Le Chatelier Specific Gravity Flask Capacity To Hold About 250ml In The Body And 17ml In The Neck Graduations Conveniently 0-1ml The Bulb And 18-24ml Above 10 2 Piece Milling Dividing Head Milling Dividing Head 6 Inch / 160mm 3 Jaw 11 3 Set Oxy-acetylene Cutting And Welding Outfit Welding Tip: Sizes 1, 3 , 5 25 Gx-10 Oxygen Regulator 25 Gx-1,5 Acetylene Regulator Model: 73-3 Cutting Attachment Series 6290 Cutting Tip Size 2 15ft 1/4" Twin Hose, Complete With Fittings 12 1 Set Prism (with Prism Target, Prism Holder) 2.5 Inch (63.5mm) - Myzox Features: 1. 2 Ways Offset Measuring 0/30mm Available 2. Great Vertical Axis By High Accurate Machining 3. High Reflection Rate By Aluminum Coated Prism 4. Un-foggy By Aluminum Coating On Prism And Sealed Structure Inclusion: Prism Set (with Soft Case) • Prism, Target & Holder Set For Pole Use 13 2 Piece Sand Cone Set Apparatus Sand Cone Density Apparatus (6-1/2in) Consists Of A Metal Cylindrical Valve With 0.5in (12.7mm) Dia. Orifice And Two Cones. 14 3 Set Screw Driver Set Chrome Vanadium 6 Pieces Screw Driver Set 15 2 Piece Storage Box J065 Plastic Truck Storage Bin, 450mmx750mmx350mm 65 Liters Volume Black 16 15 Piece Tungsten For Gtaw Tungsten For Gtaw 2.4 X 175mm 2% Thoriated (e Wth-2) 17 15 Kilogram Welding Electrode For Smaw Welding Electrode For Smaw Classification: E6013 Size:3.2 Note: Kindly Use The Attached Canvass Form Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Alangilan Campus, Alangilan, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of June 02, 2025. E-mail : Procurementquotation.alangilan@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Shaun Reo Dc Evangelio Lcb Mba Head, Procurement Office Alangilan Campus, Alangilan, Batangas City (043) 425-0139 Local 2130
DEPT OF THE ARMY USA Tender
Automobiles and Auto Parts
United States
Closing Date2 May 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement For Mmd Fpf Trucking Services. This Is Not A Request For Proposals(rfp), Or Request For Quotations (rfq). The U.s. Army Corps Of Engineers (usace), Seattle District, Is Conducting Market Research To Determine The Availability Of Qualified Small Business Firms Capable Of Transporting Live Salmonids From Pick-up Site To Release Site Location, Upstream Of The Dam. The Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information. the Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Potentially Qualified Small Business, 8(a), Woman Owned Small Business, Service-disabled Veteran Ownedsmall Business, And Hubzone Contractor Sources; As Well As Their Size Classifications Relative To Thenaics Code Is484220, Specialized Freight (except Used Goods) Trucking Local,psc Code Is V119, Transportation And Logistics Services Andsmall Business Size Standard$34 Million Dollars. depending Upon The Responses Associated With The Business Categories Listed Above, The Solicitation Will Either Be Set Aside Or Be Issued As Unrestricted And Open To Both Small And Large Businesses. After Review Of The Responses To This Announcement And If The Government Still Plans To Proceed With This Project; A Separate Solicitation Announcement Will Be Published On Sam.gov (www.sam.gov). Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement. basic Scope Of Requirement: transportation Of Trailers From The Pick-up Site Location Of Mmd And The Release Site Location Is Located On Bridge Lamp Road (further Details Of Route Attached). We Are Supplying Five 5,200 Gallon Trailers, For The Transportation Of The Fish (details Of The Trailer’s Are Also Attached). Government Employees Will Only Assist With Filling Trailers With Water, Loading Fish And Releasing Fish. The Expected Time Frame Of Work Will Be From July - October 2025.during The Performance Of This Work, Must Comply With All Current Osha Regulations And The Requirements Contained In Engineering Manual 385-1-1 Us Army Corps Of Engineers Safety And Health Requirements Manual. Prior To Start Of Work, Government Approval Is Required For The Accident Prevention Plan. key Requirements/notes: requirements For Each Truck Are: minimum 425 Horsepower minimum 12 Speed Transmission capability To Couple With Fish Transport Trailer, To Include All Air And Electrical Connections. Truck Shall Have At A Minimum Two 7 Pin Trailer Connectors equipped With Cb Radios capable Of Hauling A Full 5,200 Gallon Fish Transport Trailer Up 7% Grade On State Highway must Pass The Equipment Safety Check insurance For Truck And Payload height Of Truck Is Restricted To The Clearance For The Fish Loading Bay Which Is 13 Ft able To Traverse On Gravel Roads requirements For The Drivers Are: class A Cdl With Tanker Endorsement able To Pass Background Check follow Traffic Laws provide Up To 4 Trucks With Drivers For The Performance Of The Work Described Below. Each Truck Must Be Capable Of Working Up To 12 Continuous Hours In A Single Day. needs Will Vary Day To Day Depending On Factors Such As Fish Run Size, Fish Trap Attraction Success Rate, Equipment Breakdowns, Weather, Etc. During Peak Operations, All Trucks May Be Utilized, Working 12 Hours A Day 7 Days A Week. During Slower Periods, The Number Of Trucks May Vary Between 0 And 4 notice Of Number Of Trucks Needed For Mobilization Will Be Given 24-hour Notice And A 12-hour Notice For Truck Demobilization inability To Meet The Mobilization And Demobilization Requirements Stated Above May Be Grounds For Termination while Onsite, Contractors Shall Be Easily Identifiable To The Government Employees And The Public. This Can Be Achieved By Wearing Clothing With Company Logo, Hardhats With Company Logo, Vests With Company Logo, Etc. during The Transportation Of Live Fish, The Drivers Are Required To Monitor The Dissolved Oxygen Levels Within The Trailer. When Necessary, Drivers Shall Make Adjustments To Maintain Acceptable Levels. This Will Be Performed Via An Electronic Tablet Device That Is Remotely Synced To The Trailer. The Tablet Will Be Handed To The Driver Upon Coupling To The Fish Transport Trailer. Need For Adjustments Is Anticipated To Be Minimal drivers Will Have To Back The Trailers Up To The Chute In Order To Release The Fish. trucking Operations Typically Will Be Between The Hours Of 0600 And 1900 And May Be Required 7 Days A Week. interested Firms: all Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Ability To Meet All Requirements Stated Above. Prior Government Contract Work Is Not Required For Submitting A Response To This Announcement. firm's Name, Address, Point Of Contact, Phone Number, And Email Address. cage Code And Unique Entity Id (uei) Number. business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Woman Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), 8(a) Program, Other Than Small Business (large Business). must Be Actively Registered In System For Award Management (sam.gov)and Remain Active For The Duration Of The Contract To Be Eligible For Government Contracts. note: the Requirements Mentioned Above Are Just Basic And Could Change Depending On A Variety Of Factors But Should Cover Most Expectations. Further Details Will Be Added When We Go For Solicitation, Including How Policies & Procedures Will Be Conducted On Site Or If Any Basic Requirements Have Changed. responses submit Responses To: Brantley Dowell, Contract Specialist, Via Email At Brantley.w.dowell@usace.army.mil. Responses Should Be Sent As Soon As Possible, But No Later Than 12:00 Pm Pdt, 2 May 2025. sba Representative: name: Enshane Hill-nomoto email Address:cenws-sb@usace.army.mil
Department Of Education Region Xi Tender
Healthcare and Medicine
Philippines
Closing Date8 Apr 2025
Tender AmountPHP 290 K (USD 5.1 K)
Details: Description Republika Ng Pilipinas Department Of Education Region Xi Davao City Request For Quotation Date: April 02, 2025 Pr No.: 00086 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than In The Return Envelope Attached Herewith. Cristy C. Epe Bac Chairperson Qty Unit Item Description Abc Unit Cost Total Medicines 1 Box Amoxicillin 500 Mg Cap. (branded) 100's ₱1,900.00 3 Box Cefalexin 250 Mg/5ml Syrup 60ml (branded) ₱400.00 1 Box Cefalexin 500 Mg Cap. (branded) 100's ₱6,000.00 1 Box Azithromycin 500 Mg Tab (branded) 30's ₱3,500.00 1 Box Clindamycin 300 Mg Cap (branded) 100's ₱4,500.00 3 Box Cloxacillin 250 Mg/5ml Suspension (branded) 60ml ₱320.00 1 Box Cloxacillin 500 Mg Cap (branded) 100's ₱2,700.00 1 Box Co-amoxiclav 500mg/125mg (branded) 100's ₱6,500.00 2 Tube Mupirocin 2% 15g Ointment (branded) ₱600.00 1 Tube Benzocaine+boric Acid+eucalyptus 10mg/50mg/15mg Per Gram (15 G) Burn Ointment (branded) ₱150.00 1 Tube Clotrimazole 10mg/g (1% W/w) Cream (branded) ₱130.00 1 Box Ambroxol 30mg Tab 100's ₱2,000.00 1 Box Carbocisteine 500 Mg + Zinc Cap (branded) 100's ₱1,500.00 2 Box Lagundi 600 Mg Cap 100's ₱800.00 1 Box Butamirate Citrate 50mg Tab (branded) 100s ₱2,500.00 2 Box Acetylcysteine 600mg 20's Effervescent Tablets ₱750.00 1 Box Salbutamol 2mg Tablet 30's ₱150.00 2 Pcs. Salbutamol Sulfate 1mg/ml (2.5mg/2.5ml) Solution For Inhalation ₱900.00 1 Box Phenylephrine Hci Chlorphenamine Maleate Paracetamol Tab Non-drowsy (branded) 100s ₱1,000.00 2 Box Paracetamol Phenylpropanolamine Hcl Chlrophenamine Maleate 325mg/25mg/2mg Tablets 100s (branded) ₱1,000.00 1 Box Sambucus Nigra L. (elder Flower)/primula Veris L. And Primula Elatior (l.) Hill (primula Flower With Calyx)/rumex Crispus L. (common Sorrel Herb)/verbena Officinalis L. (verbena Herb)/gentiana Lutea L. (gentian Root) 36 Mg/36 Mg/36mg/36mg/12mg Dragees (branded) 100s ₱400.00 1 Box Paracetamol Kiddilets 120mg Tab Chewable 100s ₱500.00 2 Box Paracetamol 500 Mg Tab 100s (branded) ₱450.00 1 Box Mefenamic Acid 500mg Tab ( Branded)30s ₱1,200.00 1 Box Tramadol Hci + Paracetamol 37.5/325 Mg Tab 30s ₱1,800.00 1 Box Diclofenac Potassium 25mg Tab 30s ₱1,700.00 1 Box Ibuprofen + Paracetamol 200mg/325mg Tablet (branded) 100s ₱1,400.00 1 Box Paracetamol/propyphenazone/caffeine 250mg/150mg/50mg Tablet (branded) 100s ₱700.00 1 Box Celecoxib 200mg (branded)30s ₱2,200.00 1 Tube Diclofenac Diethylamine 1.16g/100g Emulgel 1% (branded) ₱400.00 1 Tube Ketoprofen 25mg/g 50g 2.5% Gel (branded) ₱500.00 10 Pcs. Methyl Salicylate L-menthol Tocopherol Acetate (vitamin E) Dl-camphor Medicated Patch 40's (branded) ₱120.00 10 Pcs. Coolant Cold Spray 9 Oz Aerosol Spray ₱400.00 1 Box Metoclopramide 10 Mg Tab 30s ₱900.00 1 Box Domperidone 10mg 30's ₱1,400.00 1 Box Dicycloverine Hydrocloride 10 Mg Tab 30s ₱600.00 2 Pack Dichlorobenzyl Alcohol + Amylmetacresol 1.2mg/600mcg Lozenge 16's (branded) ₱150.00 1 Box Hyoscine N-butylbromide 10 Mg (branded) 30s ₱1,200.00 2 Box Omeprazole 20 Mg Cap 30s ₱1,500.00 1 Box Omeprazole 40 Mg Cap 30s ₱2,500.00 1 Box Aluminum Hydroxide Magnesium Hydroxide Simethicone 30 Mg Tab (branded) 100s ₱1,500.00 2 Box Sodium Alginate/sodium Bicarbonate/calcium Carbonate 10ml (branded) 24 Sachet/box ₱800.00 1 Box Cetirizine Dihydrochloride 10 Mg Tab 30s ₱1,100.00 1 Box Loratadine 10mg Tablet (branded) 30s ₱800.00 4 Pcs. Diphenhydramine 10 Mg Amp. ₱200.00 3 Box Meclizine Hydrochloride 25mg Chewable Tablet 30's ₱400.00 1 Box Amlodipine Besilate 5 Mg Tab 100s ₱2,500.00 1 Box Amlodipine Besilate 10 Mg Tab 100s ₱3,800.00 1 Box Clonidine Hydrochloride 75mg Tab 30s ₱1,200.00 1 Box Betahistine Hydrocloride 16 Mg Tab 30s ₱2,250.00 6 Pcs. Multivitamins And Minerals Effervescent Tablet Mango Orange Flavor 15's (branded) ₱400.00 150 Box Sodium Ascorbate + Zinc 500mg/10mg Tablet 100's (branded) ₱1,000.00 2 Pcs. Hexetidine 0.1% Solution Oral Antiseptic 500ml ₱600.00 2 Pcs. Miconazole 20mg Per Gram Oral Gel 3.5g (branded) ₱400.00 10 Pcs. Methyl Salicylate Camphor+menthol 100ml Oil ₱160.00 5 Pcs. Methyl Salicylate Camphor+menthol With Cool Scent 50ml Spray (branded) ₱150.00 10 Pcs. Methyl Salicylate Camphor+menthol 14.775g/4000g/3.330g Per 100ml 120ml Liniment ₱150.00 10 Pcs. Camphor, Menthol, Eucalyptus Oil Cold Vaporising Ointment 5g (branded) ₱50.00 1 Box Loperamide 2mg Cap. 100s ₱1,000.00 7 Bot. Oral Rehydration Salts 5.75g Powder For Oral Solution 100's ₱2,000.00 1 Pcs. Hypromellose 3mg/ml Solution Eye Moisturizer/lubricant 7.5ml (branded) ₱120.00 3 Pcs. Tetrahydrozoline Hcl 0.05% Solution Red Eyes Formula 7.5ml (branded) ₱110.00 2 Pcs. Tobramycin Dexamethasone 3mg/1mg Per Ml Sterile Opthalmic Solution (branded) ₱700.00 2 Box Bisacodyl 5mg Tablet 30s ₱900.00 1 Box Tranexamic Acid 500 Mg Cap 30s ₱1,200.00 3 Pack Cotton Balls 150s ₱80.00 2 Pack Cotton Buds 100's ₱50.00 3 Pack Gauze Sponge Pad 4"x4" Non-sterile 100's ₱250.00 2 Pack Gauze Sponge Pad 4"x4" 12 Ply Sterile 100's ₱400.00 1 Box Band-aid 50's Adhesive Waterproof Strips ₱150.00 2 Pcs. Povidone Iodine 10% Solution 120ml Wound Solution (branded) ₱320.00 10 Pcs. Tuberculine Syringe 1cc With Needle ₱8.00 10 Pcs. Syringe 3cc With Needle ₱8.00 10 Pcs. Syringe 5cc With Needle ₱8.00 10 Pcs. Syringe 10cc With Needle ₱10.00 2 Pcs. Transpore Tape 1/2 Inch White ₱200.00 2 Pcs. Transpore Tape 1 Inch White ₱250.00 3 Pcs. Surgical Tape 2.5cmx5cm ₱400.00 2 Pcs. Pnss 500ml 0.9%sodium Chloride Plastic Bottle ₱200.00 2 Pcs. Macroset ₱20.00 8 Pcs. Self Adhesive Elastic Bandage 2"x5" Colored ₱150.00 8 Pcs. Self Adhesive Elastic Bandage 3"x5" Colored ₱200.00 8 Pcs. Self Adhesive Elastic Bandage 4"x5" Colored ₱250.00 8 Pcs. Self Adhesive Elastic Bandage 6"x5" Colored ₱250.00 8 Pcs. 2" X 16.4" Kinesiology Tape (sports Recovery Tape) 5m Cont. ₱250.00 8 Pcs Foam Sports Underwrap-self Adhesive Foam Cotton Skin Elastic Bandage 7cm X 2700cm/2.75 X 1063 Inch ₱250.00 7 Pcs Athletic Tape: 1 1/2 Inch X 15 Yards ₱300.00 3 Pcs. Arm Sling (medium) ₱100.00 3 Pcs. Arm Sling (large) ₱100.00 3 Pcs. Nebulizing Kit - Pedia ₱150.00 3 Pcs. Nebulizing Kit - Adult ₱150.00 1 Box Wooden Tongue Depressor ₱200.00 3 Pcs. Digital Thermometer (branded) ₱400.00 2 Box Latex Examination Non Sterile Gloves - Medium 100s ₱400.00 2 Box Latex Examination Non Sterile Gloves - Large 100s ₱400.00 5 Pcs. Sterile Latex Gloves - Medium ₱80.00 5 Pcs. Sterile Latex Gloves - Large ₱80.00 5 Box Disposable Face Mask 50pcs ₱150.00 4 Pcs. Oxygen Canula - Pedia ₱50.00 5 Pcs. Oxygen Canula- Adult ₱70.00 Total ₱290,000.00 Essd Purpose: To Be Used By Athletes, Coaches, Chaperons And Delegation Officials Of Region Xi During The Conduct Of The 2025 Palarong Pambansa On May 3, 2025 To June 3, 2025. Mode Of Procurement: Shopping B 1) Mayor's/business Permit 2) Philgeps Registration Number 3)license To Operate From Fda Note: * This Rfq Should Be Submitted Manually To Deped Regional Office Xi With Wet Ink/fresh Signature And Date By The Bidder * Attach Complete Documents And Sealed In The Envelope With Written Pr Number Outside Of It Upon Submission On Or Before April 08, 2025 Pls Contact : Aida P. Placencia (082) 224-0749 Warranty : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item/s At Prices Noted Above. Printed Name And Signature Signature Over Printed Name Of The Canvasser Tel. No. / Cellphone No. E-mail Address Pr Date Deliberated: March 27, 2025 Date:_______________________ Rfq Date Prepared : April 02, 2025 Pu/jls
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Closing Date25 Apr 2025
Tender AmountPHP 162.8 Million (USD 2.8 Million)
Details: Description Invitation To Bid Procurement Of Goods Ib No. 2025-04-25 (12) 1.the Doh - Cagayan Valley Center For Health Development, Through The Gop-general Appropriations Act 2025 Intends To Apply The Sum Of One Hundred Sixty-two Million Eight Hundred Thirty-four Thousand Pesos (₱ 162,834,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contracts. Bids Received In Excess Of The Abc Per Lot Will Be Automatically Rejected At Bid Opening. Lots Particulars Contract Duration Abc (₱) Bid Fee (₱) Category I: Medical Equipment 1 Autoclave, 350l (on-site) 90 Cd 1,500,000.00 5,000.00 2 Autoclave, Horizontal, Cylindrical Type 100l (on-site) 90 Cd 1,800,000.00 5,000.00 3 Biomedical Blood Bank Refrigerator (on-site) 90 Cd 759,000.00 1,000.00 4 Biomedical Refrigerator, Upright (on-site) 90 Cd 345,000.00 500.00 5 Biosafety Cabinet Nsf Certified Class Ii A2 (on-site) 90 Cd 2,160,000.00 5,000.00 6 Chemistry Analyzer (fully Automated) - (on-site) 90 Cd 3,600,000.00 5,000.00 7 Dental Unit Chair With Complete Accessories (on-site) 90 Cd 4,000,000.00 5,000.00 8 Electric Hospital Bed With Nurse Call (on-site) 90 Cd 700,000.00 1,000.00 9 Hematology Analyzer, 5 Part Fully Automated With Computer And Printer (on-site) 90 Cd 5,200,000.00 10,000.00 10 Infant/baby Warmer With Phototherapy (on-site) 90 Cd 2,000,000.00 5,000.00 11 Intensive Care Unit (icu) Central Monitoring System (on-site) 90 Cd 1,680,000.00 5,000.00 12 Mobile Digital X-ray Machine (on-site) 90 Cd 45,000,000.00 25,000.00 13 Operating Room Table (on-site) 90 Cd 3,000,000.00 5,000.00 14 Opthalmic A/b Scan (with A & B Probe Only) - (on-site) 90 Cd 2,650,000.00 5,000.00 15 Opthalmic Chair With Autorefractor Keratometer (on-site) 90 Cd 800,000.00 1,000.00 16 Specular Microscope (on-site) 90 Cd 2,650,000.00 5,000.00 17 Stationary Digital Radiography (x-ray) Machine (at Least 500ma And With Patient Table) - (on-site) 90 Cd 9,000,000.00 10,000.00 18 Ultrasound Machine (on-site) 90 Cd 9,000,000.00 10,000.00 19 Vaccine Refrigerator, Chest Type (on-site) 90 Cd 2,860,000.00 5,000.00 20 Analytical Balance 90 Cd 180,000.00 500.00 21 Anesthesia Machine With Patient Monitor And Ventilator 90 Cd 4,200,000.00 5,000.00 22 Audiometer 90 Cd 850,000.00 1,000.00 23 Autoclave, 50l 90 Cd 1,980,000.00 5,000.00 24 Automated External Defibrillator 90 Cd 1,815,000.00 5,000.00 25 Automatic Film Processor, Heavy Duty 90 Cd 253,000.00 500.00 26 Biomedical Refrigerator 90 Cd 75,000.00 500.00 27 Biosafety Cabinet 90 Cd 600,000.00 1,000.00 28 Blood Bag Tube Sealer - Handheld 90 Cd 495,000.00 500.00 29 Blood Collection Mixer With Scale 90 Cd 690,000.00 1,000.00 30 Cardiac Monitor With Pulse Oximeter 90 Cd 600,000.00 1,000.00 31 Cardiotocograph (ctg) Machine 90cd 600,000.00 1,000.00 32 Cautery Machine 90 Cd 1,440,000.00 5,000.00 33 Compound Microscope 90 Cd 300,000.00 500.00 34 Cpr Mannequin Family Pack With Aed 90 Cd 935,000.00 1,000.00 35 Defibrillator With Cardiac Monitor 90 Cd 2,450,000.00 5,000.00 36 Delivery Bed With Mattress (4-5 Inches) And Detachable Stirrups 90 Cd 1,800,000.00 5,000.00 37 Delivery Room Light 90 Cd 910,000.00 1,000.00 38 Digital Weighing Scale, Adult 90 Cd 1,900,000.00 5,000.00 39 Digital Weighing Scale, Pedia 90 Cd 1,760,000.00 5,000.00 40 Eent Workstation And Patient Chair 90 Cd 1,290,000.00 5,000.00 41 Electrocardiograph Machine - 12 Channels 90 Cd 3,780,000.00 5,000.00 42 Electrolyte Analyzer (fully Automated) 90 Cd 2,700,000.00 5,000.00 43 Examination Table With 3 Sections 90 Cd 630,000.00 1,000.00 44 Examining Table With Detachable Stirrup And Examining (led) Light 90 Cd 3,325,000.00 5,000.00 45 Fetal Monitor With Probe 90 Cd 1,870,000.00 5,000.00 46 Hba1c Analyzer 90 Cd 2,870,000.00 5,000.00 47 Hemoglobinometer 90 Cd 264,000.00 500.00 48 Hepa Filter Machine 90 Cd 240,000.00 500.00 49 Infant Incubator 90 Cd 800,000.00 1,000.00 50 Infusion Pump 90 Cd 880,000.00 1,000.00 51 Instrument Table 90 Cd 400,000.00 500.00 52 Mechanical Ventilator 90 Cd 2,000,000.00 5,000.00 53 Microbiology Incubator 90cd 100,000.00 500.00 54 Microhematocrit Centrifuge, Maximum Capacity Of 24 90 Cd 300,000.00 500.00 55 Mini Oxygen Concentrator 90 Cd 480,000.00 500.00 56 Minor Surgery Set With Sterilizing Tray 90 Cd 195,000.00 500.00 57 Operating Room Light 90 Cd 900,000.00 1,000.00 58 Operating Room Washing Sink 90 Cd 560,000.00 1,000.00 59 Phlebotomy Cart 90 Cd 340,000.00 500.00 60 Plasma Thawer 90 Cd 510,000.00 1,000.00 61 Platelet Agitator 90 Cd 700,000.00 1,000.00 62 Portable Microbiological Test For Water 90 Cd 1,800,000.00 5,000.00 63 Portable Operating Room (or) Light 90 Cd 5,200,000.00 10,000.00 64 Pulmonary Function Test (pft) Machine 90 Cd 350,000.00 500.00 65 Reagent Refrigerator 90 Cd 720,000.00 1,000.00 66 Serofuge/serological Centrifuge 90 Cd 700,000.00 1,000.00 67 Slit Lamp With Motorized Table 90 Cd 1,700,000.00 5,000.00 68 Suction Machine - Heavy Duty 90 Cd 260,000.00 500.00 69 Syringe Pump 90 Cd 160,000.00 500.00 70 Test Tube Incubator With Accessories 90 Cd 200,000.00 500.00 71 Urine Analyzer 90 Cd 800,000.00 1,000.00 72 Uv Cabinet With Uv Light 90 Cd 500,000.00 500.00 73 Vaccine Refrigerator 90 Cd 1,080,000.00 5,000.00 74 Wheeled Transport Stretcher With Mattress, Adjustable, Hydraulic With Iv Pole And Oxygen Tank 90 Cd 1,533,000.00 5,000.00 75 Wireless Indirect Opthalmoscope With 20 Diopter Lens 90cd 160,000.00 500.00 2.the Doh - Cagayan Valley Center For Health Development Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Within The Timeframe As Stated In The Schedule Of Requirements. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From The Doh- Cagayan Valley Center For Health Development Website - Ro2.doh.gov.ph And Inspect The Bidding Documents. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 31, 2025 To April 25, (before 9:00 Am) 2025 From The Given Address Upon Payment Of The Applicable Bid Fee. Prospective Bidders May Pay Their Bid Fee Through Electronic Means. 6.the Doh Cagayan Valley Center For Health Development Will Hold A Pre-bid Conference On April 8, 2025 At 9:00 O’clock A.m. Through Video Conferencing Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Doh Cvchd Bac Secretariat Through Online Or Electronic At Email Address- Bacregion2@gmail.com On Or Before 9:00 A.m. On April 25, 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 April 25, 2025, At 9:00 A.m. Via Video Conferencing. Bids Will Be Opened In The Presence Of The Bidders’ Representatives. 10.bidders Shall Use A Two-factor Security Procedure Consisting Of An Archive Format Compression And Password Protection. 11.the Doh Cagayan Valley Center For Health Development Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12.for Further Information, Please Refer To: Bac Secretariat Doh Cagayan Valley Center For Health Development Carig, Tuguegarao City 3500 Phone Numbers: (02) 304-6523; 09178971826; 09988877455; 09953433240 Email Address: Dohro2@cvchd.doh.gov.ph / Bacregion2@gmail.com Website Address: Ro2.doh.gov.ph 13.for Downloading Of Bidding Documents, Please Visit Website - Ro2.doh.gov.ph March 31, 2025 Domingo K. Lavadia, Mba, Jd Bac Chairperson
Corazon Locsin Montelibano Memorial Regional Hospital doh R6 Tender
Healthcare and Medicine
Philippines
Closing Date23 Jun 2025
Tender AmountPHP 730 K (USD 12.8 K)
Details: Description Item Description Abc Unit Quantity Line Bid 1 Cardiac Monitor (patient Monitor) W/ Printer, Good Quality 350,000.00 Unit 1 1 Transfer Stretcher Trolley, Hydraulic W/ Trendelenburg, Good Quality 380,000.00 Unit 1 May 30, 2025 To The Prospective Bidder: We Respectfully Request For Quotation On A Possible Offer In Aid Of Market Scoping As Part Of Procurement Planning, And Required By Ra 9184 And Ra 12009. Please Provide A Price For Your Offer With A Validity Of At Least 6 Months. Include Unamended Sales Literature Or Brochures To Your Quotation. Cardiac Monitor (patient Monitor) W/ Printer And Transfer Stretcher Trolley Technical Specifications Product Specification Cardiac Monitor: Standard Parameters: 1. At Least 5 Leads Ecg, Pr, Resp, Nibp, Spo2 And Temperature (2 Channel) 2. At Least 12 Inches High Resolution Color Tft Display Or Higher 3. Full Touch-screen For Easy Operation 4. Attractive And Durable Silicon Buttons With Backlight 5. At Least 5-leads Ecg Accurate Analysis And Further Diagnostic Confirmation 6. At Least 20 Types Of Arrhythmias And S-t Segment Analysis Or Higher 7. Maximum Of At Least 480-hour Graphic And Tabular Trends, 1000 Nibp Records, 700 Alarm Events And 2-hour Ecg Waveform Storage And Review 8. Large Font Display, Oxy Crg, Graphic & Tabular Trends, Bed-bed Observation 9. Anti High-frequency Electro Tome And Defibrillation Protection Meet Different Working Environment. 10. Usb Port Enables Software Upgrades And Also Supports Future Keyboard & Mouse Device Connection 11. Support External Usb Storage 12. Selectable Color Configuration For All Parameters Up To 32 Colors 13. Thermal Recorder 14.1 Built-in, Direct Thermal Pixel Array Recorder Up To 3 Channels Printing, 1,2,3 Channels Selectable 14.2 Print Speed: At Least 12.5mm/s: 25mm/s: 50mm/s 14.3 Paper Size: 50mm 14. Fan-less Design To Reduce Dust Deposits 15. Applications From Neonate To Adult Power Requirement: 1. Ac 100v-240v, 50/60hz 2. Internal Battery Supply: Rechargeable Lion Battery 14.8v 4400mah Or Its Equivalent 3. Battery Working Period: At Least 5 Hours 4. Must Attached Iso 13485: 2016 Medical Devices – Quality Management Systems. Accessories: 5 Leads Ecg Cable 1pc Nibp Adult Cuff 2pcs Pediatric Cuff 2pcs Temperature Probe 1pc Spo2 Cable 1pc Avr 1pc Cart 1pc Supplier Requirements: I. Completion Period 1. Delivery, Installation, Testing And Commissioning Of The Equipment And Its Accessories, Including Training Of The End-user And Biomed Staff Shall Be Completed Within Sixty (60) Calendar Days Upon Receipt Of The Purchase Order. Ii. Testing And Commissioning 1. The Supplier Shall Conduct Testing And Commissioning On Site. 2. The Supplier Shall Ensure That The Equipment Is Functioning And Safe Prior To Use. 3. After The Conduct Of The Testing And Commissioning On Site, The Supplier Shall: 1. Submit To The End-user The Hard And /or Soft Copy Of The Report. 2. The Soft Copy Of The Report Shall Be Submitted To The Official Email (clmmrh.gsw@gmail.com) Of The End-user And Biomed Section. 3. Placement Of Preventive Maintenance And/or Calibration Sticker. 4. The Quality Of The Preventive Maintenance And Calibration Sticker Shall Be Water Proof With Excellent Adhesive. 5. The Preventive Maintenance And Calibration Sticker Shall Have The Following Details: Name Of The Equipment, Brand, Model, Serial Number, Location, Preventive Maintenance Date, Next Preventive Maintenance Due Date, Calibration Date, Next Calibration Date, And Performed By. Iii. Manual 1. The Supplier Shall Provide User’s Manual, Warranty Card And Operation Manual With User Demonstration Cd And Other Applicable Accessories. Iv. Training 1. The Supplier Shall Provide Basic Operation And Maintenance Training To The End-user And Technical Training With The Biomed Staff. 2. The Supplier Shall Provide The Certificate Of Training To The End-user And Biomed Staff Accompanied By Pictures As A Proof Of Training. 3. The Training Certificate Provided Shall Not Indicate Training Expiration. 4. The Supplier Shall Provide The Hard And/or Soft Copy Of The Training Materials To The End-user And Biomed Section V. Maintenance 1. The Supplier Shall Conduct Preventive Maintenance And Calibration As Often As Specified In The Equipment Manual Within The Warranty Period. 2. The Supplier Shall Submit The Maintenance Schedule In Both Hard And/or Soft Copy To The End-user And Biomed Section Before The Conduct Of Preventive Maintenance And Calibration. 3. The Supplier Shall Provide A Hard And/or Soft Copy Of The Service And Calibration Report To The End-user And Biomed Section Every Completion And Preventive Maintenance And Calibration. 4. The Soft Copy Of The Service And Calibration Report As Well As Calibration Certificate Shall Be Sent To The Official Email (clmmrh.gsw@gmail.com) With The Attached Proof Of Conduct Of Service Like Picture Containing Equipment, Date And Time, And Location To The End-user And Biomed Section. 5. The Supplier Shall Coordinate With The End-user And Biomed Section Prior To The Conduct Of Preventive Maintenance And Calibration. Vi. Documentary Requirements 1. Original Brochure And/or Date Sheet(s) Of The Equipment Showing All The Technical Specifications In English Language. 2. Certificate Of Warranty - Three (3) Years On Unit And Service. 3. Certificate Of Calibration (hard And/or Soft Copy). 4. Certificate Of Availability Of Spare Parts And Support Service For Ten Years. 5. Certificate Of Service Engineer Or Technician For The Repair And Maintenance Of The Unit. 6. Certificate That The Brand Of Equipment Or Model Has Been In The Local Or International Market For At Least Ten Years. 7. Certificate That The Equipment And Its Accessories Are Brand New, Un-used, Not Discontinued Models, And Are Not Subjected To Any Product Recall. Vii. Consumables And Others 1. The Supplier Must Guarantee That Consumables And Accessories Will Be Available For Minimum Of Five (5) Years. 2. After Sales 1. The Supplier Shall Provide List Of Engineers Or Technical Staff With Name Of Engineer, Contact Number, And Email Presently Employed By The Participating Bidder/supplier Or Authorized By The Manufacturer Who Shall Perform Corrective And Preventive Maintenance Of The Product. Attachment Of Photocopy Of Id And Training Certificate Specific To The Equipment. 2. Certificate That The Bidder Shall Provide A Service Unit That The End-user Can Use In Case The Equipment Will Be Pulled Out For Repair Or Maintenance Within The Warranty Period. 3. The Supplier Shall Be Available And Respond Within The 24/7 For Repair In Case Of Equipment Breakdown Within The Warranty Period. Transfer Stretcher Trolley: 1.features A. Side-rail Can Be Positioned Horizontally With Weight Capacity Of Up To 10kgs B. Stretcher Frame Material Should Be Steel/ Partially Aluminum With Electrodeposition Coating Process C. Mattress Base Material And Siderail Must Be Polypropylene D. Mattress Can Be Used For Transferring The Patient E. Urethane Foam Mattress, Cover Must Be Polyester F. With At Least 100mm Built-in Center Wheel/5th Wheel For Easy Maneuverability G. With T-shape Design Siderail That Can Pass Through The Tubing And Other Accessories H. With Angle Indicator For Back Raise I. Back Raise Function Must Be Pneumatic Gas Spring J. Height Adjustment Mechanical With Torque Release Handle System. K. Side Rail Must Have Double Locking System With Color Coded For Lock And Unlock. L. Caster Brakes With (one Of Four) Anti-electrostatic M. Must Have Plastic Tray Under The Stretcher N. With Attaching Holes For Iv Pole Storage Under Both Sides Of The Stretcher O. Oxygen Cylinder Holder That Can Be Positioned Horizontal And Vertical At Head Side 2.technical Specification A. Total Length At Least 1,930mm B. Total Width At Least 663mm C. Mattress Base Height: At Least 510 - 850mm D. Mattress Dimension: At Least L190 X W53 X H 2 (cm) E. Safe Working Load: At Least 150kg Or Better F. Back Raise Angle: At Least 0-70 G. Caster Wheel: At Least 150mm With Central Locking System 3.accessories A. Iv Pole With 4 Hooks B. Oxygen Tank Holder Up To 500l C. Accessory Hook Supplier Requirements: I. Completion Period 1. Delivery, Installation, Testing And Commissioning Of The Equipment And Its Accessories, Including Training Of The End-user And Biomed Staff Shall Be Completed Within Sixty (60) Calendar Days Upon Receipt Of The Purchase Order. Ii. Testing And Commissioning 1. The Supplier Shall Conduct Testing And Commissioning On Site. 2. The Supplier Shall Ensure That The Equipment Is Functioning And Safe Prior To Use. 3. After The Conduct Of The Testing And Commissioning On Site, The Supplier Shall: A. Submit To The End-user The Hard And /or Soft Copy Of The Report. B. The Soft Copy Of The Report Shall Be Submitted To The Official Email (clmmrh.gsw@gmail.com) Of The End-user And Biomed Section. C. Placement Of Preventive Maintenance And/or Calibration Sticker. 4. The Quality Of The Preventive Maintenance And Calibration Sticker Shall Be Water Proof With Excellent Adhesive. 5. The Preventive Maintenance And Calibration Sticker Shall Have The Following Details: Name Of The Equipment, Brand, Model, Serial Number, Location, Preventive Maintenance Date, Next Preventive Maintenance Due Date, Calibration Date, Next Calibration Date, And Performed By Iii. Manual 1. The Supplier Shall Provide User’s Manual, Warranty Card And Operation Manual With User Demonstration Cd And Other Applicable Accessories. Iv. Training 1. The Supplier Shall Provide Basic Operation And Maintenance Training To The End-user And Technical Training With The Biomed Staff. 2. The Supplier Shall Provide The Certificate Of Training To The End-user And Biomed Staff Accompanied By Pictures As A Proof Of Training. 3. The Training Certificate Provided Shall Not Indicate Training Expiration. 4. The Supplier Shall Provide The Hard And/or Soft Copy Of The Training Materials To The End-user And Biomed Section 3.maintenance 1. The Supplier Shall Conduct Preventive Maintenance And Calibration As Often As Specified In The Equipment Manual Within The Warranty Period. 2. The Supplier Shall Submit The Maintenance Schedule In Both Hard And/or Soft Copy To The End-user And Biomed Section Before The Conduct Of Preventive Maintenance And Calibration. 3. The Supplier Shall Provide A Hard And/or Soft Copy Of The Service And Calibration Report To The End-user And Biomed Section Every Completion And Preventive Maintenance And Calibration. 4. The Soft Copy Of The Service And Calibration Report As Well As Calibration Certificate Shall Be Sent To The Official Email (clmmrh.gsw@gmail.com) With The Attached Proof Of Conduct Of Service Like Picture Containing Equipment, Date And Time, And Location To The End-user And Biomed Section. 5. The Supplier Shall Coordinate With The End-user And Biomed Section Prior To The Conduct Of Preventive Maintenance And Calibration. 4. Documentary Requirements 1. Original Brochure And/or Date Sheet(s) Of The Equipment Showing All The Technical Specifications In English Language. 2. Certificate Of Warranty - One (1) Year On Unit And Service. 3. Certificate Of Calibration (hard And/or Soft Copy). 4. Certificate Of Availability Of Spare Parts And Support Service For Ten Years. 5. Certificate Of Service Engineer Or Technician For The Repair And Maintenance Of The Unit. 6. Certificate That The Brand Of Equipment Or Model Has Been In The Local Or International Market For At Least Ten Years. 7. Certificate That The Equipment And Its Accessories Are Brand New, Un-used, Not Discontinued Models, And Are Not Subjected To Any Product Recall. 8.consumables And Others 1. The Supplier Must Guarantee That Consumables And Accessories Will Be Available For Minimum Of Five (5) Years. 2. After Sales 1. The Supplier Shall Provide List Of Engineers Or Technical Staff With Name Of Engineer, Contact Number, And Email Presently Employed By The Participating Bidder/supplier Or Authorized By The Manufacturer Who Shall Perform Corrective And Preventive Maintenance Of The Product. Attachment Of Photocopy Of Id And Training Certificate Specific To The Equipment. 2. Certificate That The Bidder Shall Provide A Service Unit That The End-user Can Use In Case The Equipment Will Be Pulled Out For Repair Or Maintenance Within The Warranty Period. 3. The Supplier Shall Be Available And Respond Within The 24/7 For Repair In Case Of Equipment Breakdown Within The Warranty Period.
Municipality Of San Vicente, Palawan Tender
Healthcare and Medicine
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 964.3 K (USD 16.9 K)
Details: Description Invitation To Bid For The Supply And Delivery Of 1st Quarter Medical, Dental And Laboratory Supplies For The Daily Of The Rural Health Unit (rhu), This Municipality/gds-2025-012 1. The Municipal Government Of San Vicente, Palawan, Through The General Fund Intends To Apply The Sum Of Seven Hundred Twenty-two Thousand Two Hundred Ten Pesos (₱722,210.00) For Lot 1; Forty-eight Thousand Three Hundred Pesos (₱48,300.00) For Lot 2; One Hundred Ninety-three Thousand Eight Hundrred Seveny-six Pesos (₱193,876.00) For Lot 3; Being The Abc To Payments Under The Contract For Supply And Delivery Of 1st Quarter Medical, Dental And Laboratory Supplies For The Daily Of The Rural Health Unit (rhu), This Municipality/gds-2025-012. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot 1 - Medical Supplies 1. Bottle 5 Aidex Activated Glutaraldehyde Solution + Liquid Activator 2. Bottle 150 Alcohol, Ethyl, 70% Solution, Fliptop, 500ml 3. Bottle 150 Alcohol, Ethyl, 70% Solution, Spray, 250ml 4. Bottle 100 Alcohol, 60ml, Spray 5. Piece 5 Arm Sling Small 6. Piece 5 Arm Sling Medium 7. Piece 5 Arm Sling Large 8. Piece 20 Bp App Manual 9. Piece 5 Bp App Digital Adult 10. Box 1 Catheter Suction F.10, 50's 11. Box 1 Catheter Suction F.8, 50's 12. Box 1 Catheter Suction F.12, 50's 13. Box 1 Catheter Suction F.14, 50's 14. Box 2 Catheter Foley F.16, 10's 15. Box 2 Catheter Foley F.14, 10's 16. Pack 50 Cotton Balls, 100's 17. Box 120 Disposable Gloves (vinyl,nitrile Blend Gloves, Powder Free, Non-sterile) Size: Medium 18. Box 100 Disposable Gloves (vinyl,nitrile Blend Gloves, Powder Free, Non-sterile) Size: Large 19. Box 100 Disposable Face Mask, Surgical, 3 Ply, 50's 20. Piece 20 D5050 21. Piece 1 Foam Mattress, 1inch Thick, Single Size 22. Pack 10 Gauze Pad, Sterile, 4x4, 100's 23. Roll 20 Gauze Bandage, Size: Jumbo 24. Liter 5 Hydrogen Peroxide 25. Piece 60 Iv Cannula G26 26. Piece 1 Indoor Thermometer Digital Lcd Temperature Sensor Humidity Meter Thermometer Room Hygrometer Monitor Gauge 27. Piece 30 Infusion Set (macroset), Adult, 100's 28. Piece 30 Infusion Set (microset), Pedia, 100's 29. Unit 2 Lcd Refrigerator Freezer Refrigerator Digital Thermometer Temperature -50 ~ 110 Celsius 30. Vial 50 Lidocaine 20mg/ml 50ml 31. Unit 1 Mini Electronic Timer Lcd Digital Kitchen Cooking Timer Count Down Study Alarm Magnetic Retractable Stand 32. Box 5 Micropore 0.5 Inch, 24's 33. Piece 100 Nasal Cannula Adult 34. Piece 100 Nasal Cannula Pedia 35. Piece 250 Nebulizing Kit, Adult 36. Piece 250 Nebulizing Kit, Pedia 37. Box 5 Neddle 25 Gauge 5/8 38. Piece 100 Oxygen Mask, Adult 39. Piece 100 Oxygen Mask, Pedia 40. Liter 60 Plain Lr 41. Piece 10 Pocket Fetal Doppler, Colored 42. Liter 100 Povidone Iodine 43. Piece 10 Pulse Oximeter, Adult 44. Piece 5 Pulse Oximeter, Pedia 45. Liter 60 Pnss 46. Piece 25 Soluset 100ml 47. Box 20 Surgical Blade, Size 11, 100's 48. Box 20 Surgical Blade, Size 6.5, 100's 49. Box 20 Surgical Blade, Size 7, 100's 50. Box 20 Surgical Gloves, Size 7.5, 50 Pairs 51. Box 3 Syringe 0.05cc, Ad Syringe, 100's 52. Box 20 Syringe 0.5cc, Ad Syringe, 100's 53. Box 10 Syringe 0.3cc, 100's 54. Box 20 Syringe 1cc, 100's 55. Box 20 Syringe 3cc, 100's 56. Box 20 Syringe 5cc, 100's 57. Box 5 Syringe 10cc, 100's 58. Piece 5 Syringe 100cc 59. Piece 15 Stainless Vaccine Thermometer, Round 60. Box 10 Transpore Tape, 1inch, Hypoallergenic 61. Piece 1 Tissue Holder Large 62. Piece 10 Urine Bag Pediatric 63. Piece 20 Urine Collector Pediatric 64. Piece 10 Vaccine Carrier, 2.5l 65. Piece 5 Weighing Scale Bathroom 66. Piece 3 Weighing Scale, Infant 67. Piece 3 X-collar Basic (m) 68. Pack 5 Ziplock Pouch 100's 13x19cm 69. Pack 5 Ziplock Pouch 100's 16x24cm 70. Piece 20 2-0 Chromic 26mm Cut-gut Round, 12's 71. Piece 5 3-0 Chromic 26mm Cut-gut Round, 12's 72. Piece 20 Silk 2-0 40mm Cut-gut Round Bodied & Cutting 12's 73. Piece 2 Silk 4-0 40mm Cut-gut Round Bodied & Cutting, 12's 74. Bottle 20 0.9 Sodium Chloride 50ml Lot - 2 Dental Supplies 1. Pack 10 Cotton Balls, Soft Absorbent, 1000 Balls 2. Box 12 Disposable Gloves, Xs, Powder-free, Vinyl/nitrile Examination Gloves, Non-sterile, Powder Free, 100pcs 3. Pack 4 Headcap, Disposable, 100pcs 4. Piece 1500 Toothbrush Kiddie With Cover 5. Piece 500 Toothbrush Adult With Cover (intended For Pregnant Women) Lot 3 - Laboratory Supplies 1. Bottle 2 Blood Typing Reagent Anti-a 2. Bottle 2 Blood Typing Reagent Anti-b 3. Bottle 2 Blood Typing Reagent Anti-d 4. Bottle 1,500 Stool Cup W/ Screw Cap Cover And Spoon 60ml 5. Box 3 Dengue Ns1 Kits, Box Of 25 6. Box 2 Dengue Dou Kits, Box Of 25 7. Bottle 20 Urine Strips (for Urine Strip Reader With 14 Parameters With Calcium And Creatinine Determination) 100's 8. Set 1 Gram Stain 9. Box 5 Wooden Applicator Sticks, 100's 10. Box 1 Fecal Occult Blood, 25's 11. Plate 3 Yellow Top 3ml Tubes 12. Box 2 Surgical Paper Tape 1 Inch Hypoalergenic, 12 Roll 13. Piece 50 Plastic Centrifuge Tubes 10 Ml 14. Piece 100 Pregnancy Kit 15. Box 10 Syringe (1 Cc G25) With Hypodermic Needle, 100's • Ultra Thin And Sharp Needles • Clear Barrels • Bold, Precise Scale Markings • Smooth Plunger Action • Tamper Evident Peel Packs 16. Box 10 Syringe (3 Cc G23) With Hypodermic Needle, 100's • Ultra Thin And Sharp Needles • Clear Barrels • Bold, Precise Scale Markings • Smooth Plunger Action • Tamper Evident Peel Packs 17. Box 20 Disposable Nitrile Medical Gloves Size: Medium, Color: Blue Or Purple Non-sterile, Disposable Powder-free As Per The Fda’s 81fr 91722 Safety Features Fully Ce-certified And Fda-cleared In Compliance With En 455, En 374, Astm D6319 Latex-free Manufacturing Extremely Durable And Puncture Resistant Provides Protection From Most Chemical Exposure Provides Protection Against Viruses And Bacteria" 18. Bottle 100 70% Isoprophyl Alcohol 500 Ml Additional Requirement To All Bidders: 1. Must Be Registered At Food And Drug Administration (fda) Portal Requirements To The Winning Bidder A. All Items To Be Supplied Shall Conform/comply The Description/specifications As Indicated In The Bidding Documents. B. Partial Delivery Shall Not Be Allowed 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole 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 Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5 To 26, 2025 From The Given Address 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 (₱1,000.00) Lot 1; Five Hundred Pesos (₱500.00) For Lot 2, Lot 3. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On February 12, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 26, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 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 26, 2025, 9:30 A.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required 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 Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
5471-5480 of 5757 archived Tenders